NOTICE INVITING TENDER
(NIT)
DR.B.R.AMBEDKAR OPEN UNIVERSITY
Prof.G.Ramreddy Marg, Road No. 46, Jubilee Hills, Hyderabad – 500 033
***
e-procurement Tender Notice NO.1078/Engg/2024-25 Date: 29-06-2024
VOLUME – I
: Supply and fixing of miscellaneous
plumbing and carpenting works at
NAME OF WORK various locations for maintenance
of Gardens and Guest house in the
University Campus.
NAME AND ADDRESS OF THE :
CONTRACTOR WHO DOWN LOADED ________________________________
THE BID DOCUMENTS. ________________________________
________________________________
________________________________
________________________________
________________________________
________________________________
________________________________
TENDERER :: 1 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STANDARD BID DOCUMENT
I N D E X
NO DETAILS Page No.
1. ADDENDUM 3
2. NOTICE INVITING TENDER (NIT) 4
3. INSTRUCTIONS TO TENDERERS.
General. 8
Tender Document 16
Preparation of Tenders 17
Submission of Tenders 21
Tender Opening and Evaluation. 23
Award of Contract. 26
4. FORMS OF TENDER QUALIFICATION INFORMATION 28
Checklist to Accompany the Tender 29
Statements (I to VII) 31
5. CONDITIONS OF CONTRACT. 37
TENDER 38
A) General 43
B) Time for completion. 51
C) Quality Control 56
D) Cost Control 58
E) Finishing the Contract 67
F) Special conditions. 69
6. TECHNICAL SPECIFICATIONS 91
7. DRAWINGS 103
8. BILL OF QUANTITIES & PRICE BID 105
9. FORMATS OF SECURITIES 115
TENDERER :: 2 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
ADDENDUM
1. Furnishing of hard copies by the tenderers before opening of the technical bids is
dispensed with.
2. The technical bid evaluation of the tenderers will be done on the certificates /
documents uploaded through online only towards qualification criteria furnished by them.
3. The tenderer shall invariably furnish the original DD to the tender inviting authority
before opening price bids either personally or through courier or by post and the receipt
of the same within the stipulated time shall be the responsibility of the tenderer.
Department will not take any responsibility for any delay or non-receipt.
4. The successful tenderer shall furnish the original hard copies of all the documents /
certificates / statements uploaded by him before concluding agreement.
5. The tenderers shall furnish a declaration in online stating that the soft copies uploaded
by them are genuine. Any incorrectness / deviation noticed will be viewed seriously and
apart from canceling the tender duly forfeiting the EMD, criminal action will be initiated
including suspension of business.
Note:
1. The above conditions i.e., from S.No. 1 to 5, are stipulated in accordance with the
instructions given in G.O.Ms.No. 6, I & CAD (PW- Reforms) Department, Dated: 11-01-
2005.
2. The above conditions shall only prevail and any contradictory clause if any provided in
tender document shall not be taken into cognizance.
TENDERER :: 3 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
DR.B.R.AMBEDKAR OPEN UNIVERSITY
HYDERABAD
****
e-procurement Tender Notice NO. 1078/Engg/2024-25 Date: 29-06-2024
Name of Work: Supply and fixing of miscellaneous plumbing and carpenting
works at various locations for maintenance of Gardens and Guest house in the
University Campus.
OFFICER INVITING BIDS: - Registrar, Dr. B.R. Ambedkar Open University, Prof.
G. Ramreddy Marg, Road no. 46, Jubilee Hills, Hyderabad
1. Bids are invited on the e-procurement platform for the above mentioned work from
the Contractors / Contracting firms registered with Government of Andhra Pradesh. The
details of Tender conditions and terms can be downloaded form the electronic
procurement platform of Government of Andhra Pradesh i.e. www.eprocurement.gov.in
2. Approximate Estimate Contract value of work: Rs.4,31,600/-
3. Contractors would be required to register on the e-Procurement Market place
“www. e-procurement. gov. in” and submit their bids online. The department will not
accept any bid submitted in the paper form.
4.E.M.D. to be paid through online in favour of Registrar, Dr. B.R. Ambedkar Open
University, Hyderabad . EMD amount for Rs.4,316/- (i.e.,1% of ECV) along with bids to
be valid for six months from date of NIT and the balance EMD @ 1.5% of Contract Value
to be paid at the time of concluding agreement. Scanned E.M.D. may be uploaded with
the bids and originals must be submitted to the Registrar, Dr. B.R. Ambedkar Open
University, Prof. G. Ramreddy marg, Jubilee Hills, Hyderabad. through Registered post /
Courier so as to reach before the date of opening of price bid. Failure to furnish the
original DD before price bid opening date will entail rejection of bid and blacklisting.
5. Period of completion of work (30) days.
6. The bidders can view/ down load the tender documents from the 'e’ market place.
7. Form of contract – Lump sum contract.
8. Work experience in similar nature of work
9. Class of Contractors eligible is as given below:
Eligible class of contractor as per G.O. Ms. No:
A) G.O.Ms.No.14 I & CAD (Reforms) Dept, dt.31.1.15 Class V Civil and above
B) 178, I & CAD, (PW.COD) Dept, dt.12.9.97 Class III Civil and above
C) 132, T, (R&B) Dept, dt.11-8-98 Class III Civil and above
D) 94, I & CAD (PW-CAD) dt.1-7-03 Class III Civil and above
TENDERER :: 4 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
01. Tender document download start date June 29, 2024 – 03.00 pm.
02. Bid Download end date July 19, 2024 – 03.00 pm.
03. Last date for receipt of tender July 19, 2024 – 03.15 pm.
04. Opening of Part-I i.e., Technical Bid July 19, 2024 – 03.30 pm.
05. Opening of Part-II i.e., Price Bid July 20, 2024 – 03.45 pm.
as per tender document
Note: The dates stipulated above are firm and under no circumstances they will be
relaxed unless otherwise extended by an official notification.
09. Procedure for submission of Bids:
(a) Bidders need to contact University Engineer, Dr. B.R. Ambedkar Open University,
Jubilee Hills, Hyderabad for information on e-Procurement.
(b) Bidders need to register on the electronic procurement market place of
Government of Telangana i.e., “www.e-procurement.gov.in”. On registration on the e-
Procurement market place they will be provided with a user id and password by the
system using which they can submit their bids online.
(c) While registering on the e-procurement market Place, Bidders need to scan and
upload the required documents as per the Tender requirements onto their profile.
(d) Such uploaded documents pertaining Technical Bid need to be attached to the
tender while submitting the bids on line. The attested copies of all these uploaded
documents of Technical Bid should be submitted off line to the Registrar Dr. B.R.
Ambedkar Open University, Hyderabad at least one day before opening of Price Bid.
(e) Steps for registration and submission of bids are described in detail in the “Bidders
Training Booklet” available with the department as well as at the above web site.
Qualification Requirements: To qualify for consideration of award of the contract each
tenderer should fulfill the following criteria;
1. Assessed available Bid capacity as per formula (2AN-B) should be greater than the
Estimated Contract Value as specified in the Tender Document
2. The details and certificates are to be furnished as per the proforma available in the
tender schedules.
3. The bidder should have satisfactorily completed similar works of value not less than
Rs.5 lakhs on a single work as a Prime Contractor in the same name and style in any one
year during the financial years 2020-2021 updated to 2022-2023 price level. Sub
contractor’s / GPA holder’s experience shall not be taken into account.
4. The Bidder should have executed the minimum quantities of items of work as given
below in any one year during the financial years 2020-2021 to 2022-2023. The bidder
should enclose certificate issued by the Engineer-in-Charge of the State/Central
Government Departments undertakings not below the rank of E.E., or equivalent and
countersigned by the officer of the rank of Registrar or equivalent.
TENDERER :: 5 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
S.No. Item Quantity
1 Masonary ( CRS/Brick Masonary / Reinforced Brick masonary) Cum
2 P.C.C./ VRCC/RCC Cum
3 Flooring (vitrified polished floor tiles / Ceramic tiles / polished Sqm.
shahabad / Tandur stone )
The bidder should submit the particulars invariably in the format specified in the tender
schedule along with necessary certificates, failing which his tender shall be treated as
incomplete and summarily rejected.
5. The tenderer should further demonstrate:
I) Availability (either owned or leased) of the following key and critical equipment.
1 Steel centering sqm
2 Pin Vibrators nos
3 Plate type Vibrators nos
4 Concrete Mixtures nos
Availability of the following key technical personal with adequate experience two
Graduate Engineers.
III) Liquid assets / credit Facilities / Solvency certificate from Nationalized / Schedule
Banks of value not less than Rs.5 lakhs.
IV) E.M.D. for Rs.4,316/- to be paid through online in favour of Registrar, Dr. B.R.
Ambedkar Open University, Hyderabad, at 1% of the Estimated Contract Value of work
i.e. Rs.4,31,600/- along with bid documents to be valid for 6 months from the date of
NIT.
The tenderer is subjected to be black listed and the EMD forfeited if he is found to have
misled or furnished false information in the forms / statements / certificates submitted in
proof of qualification requirements or record of performance such as abandoning of work
not properly completed in earlier contracts, inordinate delays in completion of the works,
litigation history and / or financial failures and /or participated in the previous tendering
for the same work and had quoted unreasonable high bid prices
Even while execution of the work, if found that the contractor had produced false/fake
certificates of experience he will be black listed and the contract will be terminated.
Any further information can be obtained from the office of the University Engineer,
Dr.B.R.Ambedkar Open University, Hyderabad.
TENDERER :: 6 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
INSTRUCTIONS TO TENDERERS
A – GENERAL
Name of work: Supply and fixing of miscellaneous plumbing and carpenting works
at various locations for maintenance of Gardens and Guest house in the University
Campus.
1. Scope of work :
a) Give brief description and location of work:
b) Supply and fixing of miscellaneous plumbing and carpenting works at various
locations for maintenance of Gardens and Guest house in the University
Campus Dr. B.R. Ambedkar Open University, Jubilee Hills Hyderabad.
c) List out Principal Components of the work: VCC, VRCC and BRICK WORK,
PLASTERING, FLOORING
d) ECV put to tender: Rs.4,31,600/-
e) Give breakup of cost of major items covered in the ECV.
f) Period of completion: 30 days
g) SSR adopted: Common SSR of
H) Rates adopted for
I) Cement: MT
II) Steel: MT (Fe-415)
III) Steel: MT (Fe-500)
IV) M.S.Rods MT
V) Mild steel, structural steel MT
I) Details of provisions included in the ECV put to tender.
I) Seigniorage charges: As per Tender condition No. 99
II) Turnover Tax [TOT]: As per tender condition No. 100
III) Store shed: --
IV) Bore wells: --
V) Other allowances: Municipal Area – 40%
J) Reimbursable Provisions (To be borne by the contractor)
I) Technical Personnel: Rs.56,420/- (1x1x26x870+2x1x26x650)
(1graduate Engineers and 2 Diploma Holders)
II) Insurance Premium: Rs.9,132/-
TENDERER :: 7 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
The Registrar Dr.B.R.Ambedkar open University, Hyderabad invites tenders for the above
work vide
e-procurement Tender Notice NO.1078/Engg/2024-25 Date: 29-06-2024
1.1 The tenderer shall hand over the hard copies of Tender documents to the Registrar,
Dr. B. R. Ambedkar Open University, Hyderabad authorized representative directly or
through his agent or by Registered Post or by courier service so as to reach one day
before opening of the price bid.
The tenders will be opened by the Registrar, Dr. B.R. Ambedkar Open University,
Hyderabad or his nominee at his office in the presence of tenderers or their authorized
representatives, on the dates mentioned in NIT. If the Office happens to be closed on
the dates, the opening of tenders gets automatically postponed to the next working date,
the time being unaltered, unless extended by a notification published in News papers or
sent through Fax / telegrams to all those who purchased the tender documents.
1.2 The successful tenderer is expected to complete the work within the time period
specified in the NIT.
1.3 The successful (L1) Tenderer shall furnish the hard copies of the all the
documents/Certificates/statements up loaded by him at the time of concluding
agreement
2) Firms Eligible to Tender:
2.1 The Firms who
I) possess the valid registration in the class and category mentioned in the NIT and
satisfies all the conditions therein.
II) Are not blacklisted or debarred or suspended by the Government for what ever the
reason, prohibiting them not to continue in the contracting business
III) Have complied with the eligibility criteria specified in the NIT are the eligible
tenderers.
2.2 Firms Ineligible to Tender:
I) A retired officer of the Govt. of AP or Govt. of India executing works is disqualified
from tendering for a period of two years from the date of retirement without the prior
permission of the Government.
II) The Tenderer who has employed any retired officer as mentioned above shall be
considered as an ineligible tenderer.
TENDERER :: 8 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
III) The contractor himself or any of his employees is found to be Gazetted Officer who
retired from Government Service and had not obtained permission from the Government
for accepting the contractor’s employment within a period of 2 years from the date of his
retirement.
IV) The Contractor or any of his employees is found at any time after award of contract,
to be such a person who had not obtained the permission of the Government as
aforesaid before submission of the tender or engagement in the Contractor’s service.
v) Contractor shall not be eligible to tender for works in the division / circle where any
of his near relatives are employed in the rank of Assistant Engineer or Assistant
Executive Engineers and above on the Engineering side and Divisional Accounts Officer
and above on the administrative side. The Contractor shall intimate the names of
persons who are working with him in any capacity or are subsequently employed. He
shall also furnish a list of Gazetted /Non-Gazetted, State Government Employees related
to him. Failure to furnish such information tenderer is liable to be removed from the list
of approved contractors and his contract is liable for cancellation.
Note: Near relatives include
1. Sons, step sons, daughters, and stepdaughters.
2. Son-in-law, and daughter-in-law.
3. Brother-in-law, and sister-in-law.
4. Brothers and Sisters.
5. Father and Mother.
6. Wife / Husband.
7. Father-in-law and Mother-in-law
8. Nephews, nieces, uncle and aunts
9. Cousins and
10. Any person residing with or dependent on the contractor.
3. Qualification data of the Tenderers
3.1 The tenderer shall upload the following particulars in the formats enclosed,
supported by documentary evidence as specified in the formats.
A) Check slip to accompany the tender (in Annexure-I).
Attested copies of documents relating to the Registration of the firm, Registration as
Civil Contractor, Partnership deed, Articles of Association, VAT Registration &
Commercial tax clearance certificate and copy of Permanent Account Number (PAN) Card
and copy of latest Income Tax returns submitted along with proof of receipt etc.
TENDERER :: 9 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Note: The Partnership firms, which are registered as Contractors shall intimate the
change in partnership deed, if any, as per GO Ms No.58, I & CAD, Dated: 23-04-2002
within one month of such change. Failure to notify the change to the registration
authority in time will entail the firms to forfeit their registration and their tender will be
rejected. The intimation of change of partners if any and the acceptance by the
Registration authority may be enclosed.
B) Value of all Civil Engineering works executed every year during the last five financial
years (i.e., from 2017-2018 to 2021-2022) in statement I.
c) Details of similar works completed in the name of the tenderer as Prime Contractor
during the last five financial years i.e., from 2017-2018 to 2021-2022 showing year wise
break up of value of work executed in Statement-II.
d) Year-wise specified quantities executed by the tenderer during the last five financial
years in Statement-III
e) Details of the existing commitments i.e., works on hand and works for which tenders
are submitted in Statement No-IV.
f) Availability of Key & critical construction / quality control equipment in Statement V;
g) Availability of key personnel for administration / site management and execution viz.,
technical personnel required for the work (Statement-VI);
h) Information regarding any litigation, with Government during the last five years, in
which the Tenderer is involved in (Statement-VII);
i) Availability of working capital for the work [Liquid assets, credit facility and availability
of other financial resources such as solvency etc];
j) The proposed methodology and program of construction, backed with equipment
planning and deployment, duly supported with broad calculations, justifying their
capability of execution and completion of the work as per technical specifications within
the stipulated period of completion as per milestones.
K) The particulars of quality control testing Lab owned/ tie up with established quality
control testing laboratories if the value of work is more than Rs. 2.00 Crores
Note: The bidder shall sign all the statements /documents and certificates up loaded by
him owning the responsibility for their correctness/ authenticity
3.2) Tenders from Joint Ventures are not acceptable unless specifically stated otherwise.
3.3 QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID.
A) To qualify for opening the Price Bid each firm in its name, should have, during the
last five financial years from 2017-2018 to 2021-2022 (specify the financial years; those
immediately preceding the financial year in which the tenders are invited).
a) Satisfactorily completed as a PRIME CONTRACTOR, similar works of value not less
than Rs.10 lakhs [at current price level] in any one year.
TENDERER :: 10 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Note:- The cost of completed works of previous years shall be given weightage of 10%
per year to bring them to current price level, (the financial year in which bids are
invited).Executed in any one year the following minimum physical quantities during the
previous five financial years i.e., 2017-2018 to 2021-2022.
S. No Item For this work
1 Masonary ( CRS/Brick Masonary / Cum
Reinforced Brick masonary)
2 P.C.C./ VRCC/RCC/Controlled Concrete Cum
3 Flooring (vitrified polished floor tiles / Sqm
Ceramic tiles / polished shahabad /
Tandur stone )
B) Each bidder should further demonstrate:
a) Availability (either owned or leased of the following key and critical equipment for
this work.)
b) The tenderer has to submit either a certificate issued by the Executive Engineer or a
Declaration on Non-judicial stamp paper worth Rs. 100/- as prescribed in Statement-V
along with sufficient proof of document in support of owning such as invoice / certificate
of registration by competent authority.
i) Concrete Mixers Nos
ii) Pin type vibrators Nos
iii) Plate type vibrators Nos
iv) Steel Centering sqm
Note: The major equipment to attain the completion of works in accordance with the
prescribed construction schedule is to be shown in the above table.
c) Availability of the Key personnel with adequate experience
i. Graduate Engineers … 1 No.
ii. Diploma Holders … 2 Nos.
d) Liquid assets and / or credit facilities of not less than Rs.100 lakhs (Credit facility /
letter of credits / Solvency certificates from Banks etc).
e) The tenderer shall submit the copies of documents of (i) Registration as Civil
Contractor required as per NIT, (ii) VAT Registration with TIN number & Commercial tax
clearance certificate (iii) PAN card and copy of latest Income Tax returns submitted along
with proof (iv) necessary DD / towards EMD and
f) Quality Control laboratory:
For all works costing more than Rs.200.00 lakhs, the tenderer shall submit quality plant
and also show proof of owning quality laboratory.
TENDERER :: 11 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Bid capacity.
The tenderer who meets the above qualification criteria and whose available bid capacity
is more than the estimated contract value will be qualified for opening of Price bid. The
available bid capacity will be calculated as under:
Available Bid Capacity : 2AN-B.
Where,
A= Maximum value of civil engineering works executed in its name in any one
financial year during the last five financial years (updated to current Price level) taking
into account the works completed as well as works in progress.
N= Number of years prescribed for completion of the work for which Tenders are
invited [months / 12].
B= Updated value (at current Price level), of all existing Commitments i.e., on going
works, works likely to be awarded to be executed during the next 12 months. (Period of
completion for which Tenders are invited).
Annual turnover cost of completed works and balance works on hand etc., shall be
updated by giving weightage of 10% per year to bring them to current price level.
No relaxation will be given to any of the qualification criteria.
Note: a) Sub-contractor’s experience, in his name will be taken in to account in
determining the Tenderer’s compliance to the Qualification criteria, if it is as per
G.O.Ms.No. 8, Dated: 08-01-2003.
b) The experience gained in a registered JV firm to the extent of the
tenderer’s share shall be considered if the tenderer happens to be the lead partner, for
similar works criteria also
3.4 Even though the tenderers meet the above qualifying criteria, they are liable to be
disqualified / debarred / suspended / blacklisted if they have
* Furnished false / fabricated particulars in the forms, statements and / annexures
submitted in proof of the qualification requirements and/or
* Not turned up for entering into agreement, when called upon.
* Record of poor progress such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.
and/or
* participated in the previous bidding for the same work and had quoted unreasonably
high tender percentage and
* even while execution of the work, if found that the work was awarded to the
Contractor based on false / fake certificates of experience, the Contractor will be
blacklisted and work will be taken over invoking clause 61 of PS to APSS.
TENDERER :: 12 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
3.5 Tenders with an excess of above 5% of the estimated contract value shall
summarily be rejected.
3.6 For tenders up to 25% less than the estimated contract value of work, no additional
security deposit is required. But for tenders less than 25% of the estimated Contract
Value of work, the difference between the tendered amount and 75% of the Estimated
Contract Value, shall be paid by the successful tenderer at the time of concluding
agreement as an additional security to fulfill the contract through a Bank Guarantee or
Demand Draft on a Nationalized Bank / Scheduled Commercial Bank in the prescribed
format valid till completion of the work in all respects
3.7 a) If the percentage quoted by a tenderer is found to be either abnormally high or
with in the permissible ceiling limits prescribed but under collusion or due to unethical
practices adopted at the time of tendering process, such tenders shall be rejected.
A tenderer submitting a Tender which the tender accepting authority considers excessive
and or indicative of insufficient knowledge of current prices or definite attempt of
profiteering will render himself liable to be debarred permanently from tendering or for
such period as the tender accepting authority may decide. The tenderer overall
percentage should be based on the controlled prices for the materials, if any, fixed by
the Government or the reasonable prices permissible for the tenderer to charge a private
purchaser under the provisions of clause-6 of the hoarding and profiteering prevention
ordinance of 1943 as amended from time to time and on similar principle in regard to
labour supervision on the construction.
4.0 One Tender per Tenderer:
4.1 Each Tenderer shall submit only one Tender for the work. A Tenderer who submits
more than one Tender will cause disqualification of all the Tenders submitted by the
Tenderer.
5.0 Cost of Tendering
5.1 The Tenderer shall bear all costs associated with the preparation and submission of
his Tender and the tender inviting authority will in no case be responsible and liable for
those costs.
6.0 Site Visit.
6.1 The Tenderer, at the Tenderer’s own responsibility and risk is advised to visit and
examine the Site of Work and its surroundings and obtain all information that may be
necessary for preparing the Tender for entering into a contract, for construction of the
work. The costs of visiting the site shall be at the Tenderer’s own expense.
TENDERER :: 13 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
B. TENDER DOCUMENT
7.0 Contents of Tender document.
7.1 One set of Tender document, comprises of the following:
Technical bid
1) Notice Inviting Tenders (NIT)
2) Instruction to Tenderers
3) Forms of Tender and qualification information
4) Conditions of Contract.
5) Specifications
6) Drawings
7) Forms of Securities. i.e., EMD, Additional Security etc.
Price bid
Bill of Quantities and Price bid.
8.0 Clarification on Tender Documents
8.1 A prospective Tenderer requiring any clarification on Tender documents may contact
the Tender Inviting Officer at the address indicated in the NIT. The Tender Inviting
Officer will also respond to any request for clarification, received through post.
9.0 Amendment to Tender Documents
9.1 Before the last date for submission of Tenders, the Tender Inviting Officer may
modify any of the Contents of the Tender Notice, Tender documents by issuing
amendment / Addendum.
9.2 Any addendum/amendments issued by the Tender Inviting Officer shall be part of
the Tender Document and it shall either be communicated in writing to all the purchasers
of the Tender documents or notified in the News Papers in which NIT was published.
9.3 To give prospective Tenderers reasonable time to take an addendum into account in
preparing their bids, the Tender Inviting Officer may extend if necessary, the last date
for submission of tenders.
TENDERER :: 14 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
C. PREPARATION OF TENDERS
10.0 Language of the Tender.
10.1 All documents relating to the tender shall be in the English Language only.
11.0 Documents comprising of the Tender.
11.1 The bidders who are desirous of participating in e-procurement shall submit their
technical bids, price bids etc., in the standard proscribed in the tender documents,
displayed at e market place. The bidders should upload the scanned copies of all the
relevant certificates, documents etc., in the e market place in support of their technical
bids. The bidders shall sign on all the statements, documents, certificates, uploaded by
him, owning responsibility for their correctness/authenticity.
After uploading the technical/price bid, the attested copies of the uploaded statements,
certificates, documents, (except the price bid / offer) are to be submitted by the bidder
to the Registrar, Dr. B.R. Ambedkar Open University, Jubilee Hills, Hyderabad so as to
reach before the date of opening of the price bid. Failure to furnish any of the uploaded
documents and certificates, entail rejection of the bid and forfeiture of the E.M.D.
Similarly if any of the certificates, documents etc., furnished by the bidder is found to be
false/fabricated/bogus, the bidder will be black listed and the E.M.D. forfeited.
The technical bids will be opened on line by the Registrar at the time and date as
specified in the tender documents. All the statements, documents, certificates, DD
uploaded by the tenderers will be downloaded for technical evaluation. The clarifications,
particulars if any required from the bidders will be obtained or in the conventional
method by addressing the bidders. The technical bids will be evaluated against the
specified parameters/ criteria, same as in the case of conventional tenders and the
technically qualified bidders will be identified. The result of technical bid evaluation will
be displayed on the e market place, which can be seen by all the bidders who
participated in the tenders.
TENDERER :: 15 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
12.0 Bid Offer:
12.1 Bill of Quantities called Schedule “A” and the bid offer accompanies the tender
document as Volume-II. It shall be explicitly understood that the Tender Inviting Officer
does not accept any responsibility for the correctness or completeness of this schedule
‘A’ and this schedule ‘A’ is liable to alterations by omissions, deductions or additions at
the discretion of the Registrar as set forth in the conditions of the contract. The Schedule
“A” shall contain the items of work indicated as part– I and LS provisions as part–II. The
percentage quoted by the contractor shall be applicable only to part –I. However, the
provisions contained in the part –II will be operable basing on the conditions provided in
the Tender Document. The tenderers will have to state clearly their willingness to
execute the work at certain specific percentage of excess or less or at par of the ECV
indicated in Part-I at the space provided therein in Schedule ‘A’. The L.S. amounts
indicated in part-II are maximum reimbursable amounts. The tenderer should however
quote his lumpsum tender based on this schedule of quantities. He should quote his
offer as a overall tender percentage. The over all tender percentage should be written
both in words and figures. The bid offers i.e., percentage shall be written both in figures
and words legibly and free from erasures, over writings or corrections of figures.
Corrections where unavoidable should be made by crossing out, and rewriting duly
initializing with date.
12.2 The Schedule –A (or Price-bid) contains not only the quantities but also the rates
worked out by the Department and the amount for each item and total value of the
estimated contract. The tenderer should workout his own rates keeping in view the
work, site conditions and quote his overall tender percentage with which he intends to
execute the work.
12.3 The bid offer shall be for the whole work and not for individual items / part of the
work.
12.4 All duties, taxes, and other levies payable by the contractor as per State / Central
Government rules, shall be included in the tender percentage quoted by the tenderer,
however keeping in view the maximum reimbursable amounts specified in Part-II of
Price bid.
12.5 The tendered contract amount as computed based on overall tender percentage is
subject to variation during the performance of the Contract in accordance with variation
in quantities etc.
TENDERER :: 16 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
13.0 Validity of Tenders:
13.1 Tenders shall remain valid for a period of not less than three months from the last
date for receipt of Tender specified in NIT.
13.2 During the above mentioned period no plea by the tenderer for any sort of
modification of the tender based upon or arising out of any alleged misunderstanding of
misconceptions or mistake or for any reason will be entertained.
13.3 In exceptional circumstances, prior to expiry of the original time limit, the Tender
Inviting Officer may request the bidders to extend the period of validity for a specified
additional period. Such request to the Tenderers shall be made in writing. A Tenderer
may refuse the request without forfeiting his E.M.D. A Tenderer agreeing to the request
will not be permitted to modify his Tender, but will be required to extend the validity of
his E.M.D. for a period of the extension.
14.0 Earnest Money Deposit
14.1 The Tenderer shall furnish, Earnest Money Deposit equivalent to 1% of ECV along
with hard copies of Tender documents (Para 7.0 of G.O.Ms.No. 36). The DD/ shall be
from a Nationalized Bank valid for a period of 6 months. Xerox copy of the DD is to be
scanned and uploaded along with the Bid and the original DD shall be sent to Registrar
so as to reach before the date of opening of the price Bid. Failure to furnish the original
DD before price bid opening date will entail rejection of bid and blacklisting.
The balance EMD at 1.50% of ECV / TCV which ever is higher shall be paid at the time of
concluding Agreement by the successful Tenderer. This EMD can be in the form of:
A) a bank demand draft on any Nationalized Bank
B) a bank guarantee in the form given in Section 8, from a Nationalized Bank.
14.2 Demand Drafts furnished towards EMD for issue of tender schedules shall be valid
for a period of six months from the date of tender notice.
14.3 The EMD of Tenderers will be returned no sooner the tenders are finalized or end
date of the Tender validity period which ever is earlier.
14.4 The 1% E.M.D. paid by the successful Tenderer at the time of submission of hard
copies of Tender documents through Demand Draft will be discharged if the Tenderer
furnishes Bank Guarantee for the full EMD of 2.50% at the time of concluding
agreement.
TENDERER :: 17 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
14.5 The earnest money deposited by the successful tenderer will not carry any interest
and it will be dealt with as provided in the conditions stipulated in the tender. The
E.M.D. given in the form of Bank Guarantee on a Nationalized Bank shall be valid for the
duration of contract period plus defect liability period of two years and in case any valid
extension of contract period is granted, the validity of BG shall also be extended for the
corresponding period. The Bank Guarantee on Nationalized Bank furnished by the
tenderer towards additional security amount shall be valid till the work is completed in all
respects.
14.6 The E.M.D. shall be forfeited.
(a) if the Tenderer withdraws the Tender during the validity period of Tender.
(b) in the case of a successful Tenderer, if he fails to sign the Agreement for whatever
the reason.
14.7 In consideration of the University Engineer / Registrar of Tenders undertaking to
investigate and to take into account each tender and in consideration of the work
thereby involved, all earnest monies deposited by the tenderer will be forfeited to the
University in the event of such tenderer either modifying or with-drawing his tender at
his instance within the said validity period of three months.
15.0 Signing of Tenders.
15.1 If the tender is made by an individual, it shall be signed with his full name and his
address shall be given. If it is made by a firm, it shall be signed with the co-partnership
name by a member of the firm, who shall also sign his own name, and the name and
address of each member of the firm shall be given, if the tender is made by a
corporation it shall be signed by a duly authorized officer who shall produce with his
tender satisfactory evidence of his authorization. Such tendering corporation may be
required before the contract is executed, to furnish evidence of its corporate existence.
Tenders signed on behalf of G.P.A. holder will be rejected.
15.2 The Tender shall contain no alterations or additions, except those to comply with
instructions issued by the Tender Inviting Officer, or as necessary to correct errors made
by the Tenderer, in which case all such corrections shall be initialed by the person
signing the Tender.
15.3 No alteration which is made by the tenderer in the contract form, the conditions of
the contract, the drawings, specifications or statements / formats or quantities
accompanying the same will be recognized; and, if any such alterations are made the
tender will be void.
TENDERER :: 18 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
D. SUBMISSION OF TENDERS
16.0 Submission of Tenders:
16.1 The tenderer shall invariably ensure that the following are furnished in hard copy to
the tender receiving authority, that is, Registrar, Dr.B.R.Ambedkar Open University,
Hyderabad one day before opening of the price bid besides uploading them on line.
a) Original DD towards EMD issued by the nationalized banks which is valid for a period
of 6 months from the date of Tender Notice.
b) Original DD towards transaction fee issued by the nationalized banks which is valid for
a period of 6 months from the date of Tender Notice.
16.2 The tender shall invariably ensure that the following documents are uploaded on
line. The technical bid evaluation of tenderers will be done on the certificates /documents
/ statements uploaded through online towards qualification criteria furnished by them.
a) Check slip
b) Copy of contractors registration certificate under appropriate class with Government
of Andhra Pradesh
c) Copy of Permanent Account Number (PAN) Card and copy of latest Income Tax
returns submitted along with proof of receipt.
d) Copy of GST Registration certificate with TIN number, and latest valid commercial tax
clearance certificate.
e) The particulars of value of Civil Engineering works executed in the last five financial
years in the tenderers name in Statement-I along with work done certificates in support
of the figures.
f) The details of works executed as Prime Contractor (in the same name) during the last
five financial years, showing year wise break up of value of work executed in Statement-
II duly supported with work done certificates, work wise.
g) The physical quantities of specified works executed as Prime Contractor (in the same
name) in the last five financial years with year wise break up work wise in Statement-III
duly supported with work done certificates.
h) The information on ‘existing commitments’ with supporting certificates in
Statement-IV.
i) The availability of Key / critical construction / quality control equipment proof of
owning quality control laboratory in Statement-V.
j) The availability of Key personnel in Statement-VI.
k) The information and litigation history in Statement-VII.
l) Proof of Liquid assets in the shape of Solvency certificate for the required amount
TENDERER :: 19 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
17.00 Deleted
18.00 Last date / time for Submission of the Tenders.
18.1 Tenders must be submitted not later than the date and time specified in NIT.
18.2 The Registrar, Dr.B.R.A.O.U. may extend the dates for issue and receipt of Tenders
by issuing an amendment in which case all rights and obligations of the Registrar and
the Tenderers will remain same as previously.
19.00 Late Tenders.
19.1 Any Tender received after the last date / time prescribed in NIT will be summarily
rejected.
20.00 Modification to the Tender.
No Tender shall be modified after the last date /time of submission of Tenders.
TENDERER :: 20 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
E. TENDER OPENING AND EVALUATION
21.00 Tender opening
21.1 The tenderers or their authorized representatives can be present at the time of
opening of the tenders. Either the tenderer himself or one of his representative with
proper authorization only will be allowed at the time of tender opening. If any of the
tenderer is not present at the time of opening of tenders, the tender opening authority
will, on opening the tender of the absentee tenderer, reads out and record the
deficiencies if any, which shall be binding on the tenderer.
21.2 The technical bid containing qualification requirements as per Annexure - I & II and
Statement I to VII will be evaluated by the tender opening authority and the minutes are
recorded which will be signed by the tender opening authority as well as tenderers or
their authorized representatives present.
22.0 Clarification on the Technical Bid.
22.1 The tender opening authority may call upon any tenderer for clarification on the
statements, documentary proof relating to the technical bid. The request for clarification
and response thereto shall be in writing and it shall be only on the qualification
information furnished by the tenderer. The clarification called for from the tenderers
shall be furnished within the stipulated time, which shall not be more than a week.
22.2 The tenderer if so desirous, shall agree in writing to furnish the clarification called
for within the stipulated time and, for disqualification and rejection of his tender in the
event of failure to do so.
23. Examination of technical Bids and Determination of Responsiveness
23.1 The University Engineer will evaluate whether each Tenderer is satisfying the
eligibility criteria prescribed in the tender document and declares them as a qualified
Tenderer.
23.2 If the technical bid of a Tenderer is not satisfying any of the eligibility criteria it will
be rejected by the University Engineer. However, the tender accepting authority detects
any error in the evaluation of Tenders by University Engineer, the tender accepting
authority while returning the tenders may direct the Registrar as the case may be, to re-
evaluate the tenders.
23.3 If any alteration is made by the tenderer in the tender documents, the conditions of
the contract, the drawings, specifications or statements / formats or quantities the
tender will be rejected.
TENDERER :: 21 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
24. Price Bid Opening:
24.1 Only the Price Bids of qualified Tenderers whose technical Bids are found satisfying
the eligibility criteria shall be opened in the presence of the qualified Tenderers or their
authorized representatives present on the date and time fixed. The bid offers are read
out and minutes recorded and the signatures of the Tenderers present are taken in the
minutes.
24.2 The Price Bid of the Unqualified Tenderers will not be opened and kept in safe
custody till the tenders are finalized and thereafter E.M.D. will be returned to the
tenderers.
24.3 Tenders shall be scrutinized in accordance with the conditions stipulated in the
Tender document. In case of any discrepancy of non-adherence conditions the Tender
accepting authority shall communicate the same which will be binding both on the tender
opening authority and the Tenderer. In case of any ambiguity, the decision taken by the
Tender Accepting Authority on tenders shall be final.
25. Evaluation and Comparison of Price Bids
25.1 The University Engineer will evaluate and compare the price bids of all the qualified
Tenderers.
25.2 Negotiations at any level are strictly prohibited. However, good gesture rebate, if
offered by the lowest tenderer prior to finalization of tenders may be accepted by the
tender accepting authority.
25.3 Selection of Tenderer among the lowest & equally quoted tenderers will be in the
following orders:
a) The tenderer whose bid capacity is higher will be selected.
b) In case the bid capacity is also same the tenderer whose annual turnover is more will
be preferred.
c) Even if the criteria incidentally become the same, the turnover on similar works and
thereafter machinery available for the work and then the clean track record will be
considered for selection.
26. Discrepancy in Tender percentage quoted.
26.1 In case of any discrepancy between the overall tender percentage quoted in words
and figures, the percentage quoted in words shall prevail. In case the tenderer has
quoted overall tender percentage only in words and not in figures or vice versa, such
tender shall be treated as incomplete and rejected.
TENDERER :: 22 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
27. Process to be Confidential.
27.1 Information relating to the examination, clarification, evaluation and comparison of
Tenders and recommendations for the award of a contract shall not be disclosed to
Tenderers or any other persons not officially concerned with such process until the award
to the successful Tenderer has been announced by the tender accepting authority. Any
effort by a Tenderer to influence the processing of Tenders or award decisions may result
in the rejection of his Tender.
27.2 No Tenderer shall contact the Registrar or any authority concerned with finalization
of tenders on any matter relating to its Tender from the time of the Tender opening to
the time the Contract is awarded. If the Tenderer wishes to bring additional information
to the notice of the Registrar, it should do so in writing.
27.3 Before recommending / accepting the tender, the tender recommending / accepting
authority shall verify the correctness of certificates submitted to meet the eligibility
criteria and specifically experience. The authenticated agreements of previous works
executed by the lowest tenderer shall be called for.
27.4 Tenders will be finalized by the Registrar/ Vice chancellor for the works costing up
to Rs.10 lakhs. The tenders for the works costing more than Rs. 10 lakhs referred to
Building Committee/Finance committee/Registrar committee for consideration. The
building committee shall scrutinize the tenders submitted by The Registrar in accordance
with the conditions stipulated in the tender document and in case any discrepancy of
non-adherence to the conditions, the same shall be communicated which will be binding
both on the tender concluding authority and contractor. In case of any ambiguity the
decision taken by the Building Committee on tenders shall be final.
TENDERER :: 23 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
F. AWARD OF CONTRACT
28. Award Criteria
28.1 The Registrar will award or recommend to the competent tender accepting
authority for award of the contract to the Tenderer who is found technically qualified as
per the Tender conditions and whose price bid is lowest.
28.2 The tender accepting authority reserves the right to accept or reject any Tender or
all tenders and to cancel the Tendering process, at any time prior to the award of
Contract, without thereby incurring any liability to the affected Tenderer or Tenderers or
any obligation to inform the affected Tenderer or Tenderers of the reasons for such
action.
29. Notification of Award and Signing of Agreement.
29.1 The Tenderer whose Tender has been accepted will be notified of the award of the
work by the Registrar, prior to expiration of the Tender validity period by registered
letter. This letter (hereinafter and in the Conditions of Contract called “Letter of
Acceptance”) will indicate the sum that the Government will pay the Contractor in
consideration of the execution, completion, and maintenance of the Works by the
Contractor as prescribed by the Contract (hereinafter and in the Contract called the
“Contract Amount”).
29.2 When a tender is to be accepted the concerned tenderer shall attend the office of
the University Engineer concerned on the date fixed in the Letter of acceptance. Upon
intimation being given by the University Engineer, of acceptance of his tender, the
tenderers shall make payment of the balance E.M.D., and additional security deposit
wherever needed by way of Demand Draft or unconditional and irrevocable Bank
Guarantee obtained from a Nationalized Bank with a validity period of 6months, and sign
an agreement in the form prescribed by the department for the due fulfillment of the
contract. Failure to attend the University Engineer’s office on the date fixed, in the
written intimation, to enter into the required agreement shall entail forfeiture of the
Earnest Money deposited. The written agreement to be entered into between the
contractor and the Government shall be the foundation of the rights and obligations of
both the parties and the contract shall not be deemed to be complete until the
agreement has first been signed by the contractor and then by the proper officer
authorized to enter into contract on behalf of the University.
29.3 The successful tenderer has to sign an agreement within a period of 15 days from
the date of receipt of communication of acceptance of his tender. On failure to do so his
tender will be cancelled duly forfeiting the E.M.D., paid by him without issuing any
further notice and action will be initiated for black listing the tenderer.
TENDERER :: 24 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
30. Corrupt or Fraudulent Practices
30.1 The University requires that the bidders / suppliers / contractors under Government
financed contracts, observe the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy, the University defines for the
purposes of the provision, the terms set forth below as follows:
(i) “corrupt practices” means the offering, giving, receiving or soliciting of any thing of
value to influence the action of a University official in procurement process or in contract
execution: and
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the University
and includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish in Tender prices at artificial non-competitive levels and to deprive
the University of the benefits of free and open competition.
(a) Will reject a proposal for award if it determines that the Tenderer recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question.
(b) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at
any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing a Government Contract.
Further more, Tenderers shall be aware of the provisions stated in the General
Conditions of Contract.
TENDERER :: 25 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
FORMS OF TENDER
QUALIFICATION INFORMATION
TENDERER :: 26 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
QUALIFICATION INFORMATION
Annexure –I
CHECKLIST TO ACOMPANY THE TENDER
Submitted Page No.
S.No Description in Cover (see Note
‘A’ below)
1 2 3 4
1 Copy of Contractors with A grade Electrical license
valid Registration under appropriate Class with Yes / No
Government of Telangana, including sub-contractors
details.
2 Copy of Permanent Account Number (PAN) Card and
copy of latest Income Tax returns submitted along Yes / No
with proof of receipt.
3 Copies of GST Registration certificate latest
Commercial tax clearance certificate. Yes / No
4 Details of value of Civil Engineering works executed in
the last 3 financial years in the Tenderer’s name in
Statement-I with supporting certificates. Yes / No
5 Details of similar works completed as Prime Contractor
(in the same name) during the last five financial Years
in Statement-II with supporting certificates. Yes / No
6 Quantities of work executed as Prime Contractor (in
the same name) in the last 3 financial years - in Yes / No
Statement – III with supporting certificates.
7 A detail of existing commitments i.e., works on hand in Yes / No
Statement-IV with Supporting Certificates.
8 Availability of critical equipment in Statement –V. Yes / No
9 Availability of Key personnel in Statement-VI. Yes / No
10 Litigation history in Statement –VII. Yes / No
11 Proof of liquid assets in the shape of Solvency Yes / No
certificates etc., for the required amount.
12 List of certificates enclosed Yes / No
13 Proof of owning quality control laboratory Yes / No
14 Make will be decided by the University authorities Yes / No
15 The rate should be inclusive of all taxes
TENDERER :: 27 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Note:
1.All the statements copies of the certificates, documents etc., enclosed to the Technical
bid shall be given page numbers on the right corner of each certificate, which will be
indicated in column (4) against each item. The statements furnished shall be in the
formats appended to the tender document.
2. The information shall be filled-in by the Tenderer in the checklist and statements-I to
VII, and shall be enclosed to the Technical bid for the purposes of verification as well as
evaluation of the tenderer’s Compliance to the qualification criteria as provided in the
Tender document.
3. The bidder shall sign on all the statements, documents, certificates uploaded by him
owning responsibility for their correctness/authenticity.
DECLARATION
I / We ………………………………………………………………. have gone through carefully all the
Tender conditions and solemnly declare that I / we will abide by any penal action such
as disqualification or black listing or determination of contract or any other action
deemed fit, taken by, the Department against us, if it is found that the statements,
documents, certificates uploaded/produced by us are false / fabricated.
I / We hereby declare that, I / We have not been blacklisted / debarred / Suspended /
demoted in any department in Andhra Pradesh or in any State due to any reasons.
Signature of the Tenderer
TENDERER :: 28 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STATEMENT – I
Details of value of Civil Engineering works executed in each year during the last three
financial years by the Tenderer.
SL. No. Financial Year Value in Rs.
1. 2020-2021
2. 2021-2022
3. 2022-2023
a) Attach certificate(s) issued by the Registrar Engineer concerned and counter signed
by Registrar showing work wise / year wise value of work done in respect of all the
works executed by the Tenderer during last five years.
OR
b) Certificate from Chartered Accountant supported with Annual Balance Sheet tallying
with I.T. Clearance certificate.
Signature of the Tenderer
TENDERER :: 29 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STATEMENT – II
Details of similar works completed in the Name of the Tenderer during the last three
financial years.
Address of
S. Agreement Value of
Name of the work Agreement Concluding
No. No. & dated. Contract
Authority
1 2 3 4 5
Value of work done year wise Total value of
Stipulated Actual
during the last ‘three’ years. work done.
period of date of st nd
1 2
completion completion 3rd Year
Year Year
6 7 8 9 10 13
Attach certificates issued by the Registrar Engineer concerned and countersigned by the
Registrar showing work wise / year wise value of work done and date of completion.
Signature of the Tenderer
TENDERER :: 30 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STATEMENT – III
Physical quantities executed by the Tenderer in the last three financial years. [Work wise
/ year wise].
Name Quantities executed / Year wise.
S. Financial Agt. Any other
of
No Year No EWE R.C.C. Lining B.M M.S.S items.
work
1 2 3 4 5 6 7 8 9 10
1 2020-2021
2 2021-2022
3 2022-2023
Attach certificates in support of the above quantities issued by the Registrar
Engineer concerned and countersigned by the Registrar duly showing the quantities
executed year wise.
Signature of the Tenderer
TENDERER :: 31 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STATEMENT – IV
Details of Existing Commitments.
Details of works on hand and, yet to be completed as on the date of submission of the
Tender and works for which Tenders have been submitted are to be furnished.
Existing Commitments on ongoing works:
Address Stipul-
Value Balance Antici-
of Agt. Agt. Value ated Updated
Name of Value of pated
Sl. Conclu- No. of period value of
of work works to date of
No ding & cont- of balance
work done be comp-
autho- Date ract comp- work
so far. completed letion
rity letion
1 2 3 4 5 6 7 8 9 10
Attach certificates issued by the Executive Engineer concerned and countersigned by
Superintending Engineer, indicating the balance work to be done, and likely period of
completion.
Signature of the Tenderer
B) Details of works for which Tenders are submitted [awarded / likely to be
awarded]
Date on
Address of Estima- Stipulated
which Present
S. Name of Agt. ted period of
tender stage of
No work Concluding value comple-
was Tender.
authority of work tion
submitted
1 2 3 4 5 6 7
Signature of the Tenderer
TENDERER :: 32 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STATEMENT - V
Availability of Critical Equipment
The tenderer should furnish the information required below, regarding the availability of
the equipment, required for construction / quality control.
Sl. Number Number
Details of Equipment
No. required Owned Leased
1 2 3 4 5
Signature of the Tenderer
A declaration regarding the equipment owned shall be produced by the Tenderer
on a non-judicial stamp paper of Rs. 100/- as below;
DECLARATION
“I ……………………………………. do hereby solemnly affirm and declare that I /we own
the following equipment for using on the subject work and also declare that I / We will
abide by any action such as disqualification or determination of Contract or blacklisting
or any action deemed fit, if the department detects at any stage that I/we do not
possess the equipment listed below.
Details of Any Is it in
S. Year of Regn.
each Capacity other working
No purchase Number
Equipment data condition
1 2 3 4 5 6 7
The tenderer has to submit either a certificate issued by the Executive Engineer or a
Declaration on Non-judicial stamp paper worth Rs. 100/- as prescribed in Statement-V
given above with sufficient proof of document in support of owning such as Invoice /
certificate of registration by competent authority in support of the critical equipment.
TENDERER :: 33 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
STATEMENT – VI
Availability of Key Personnel
Qualification and experience of Key Personnel proposed to be deployed for execution of
the Contract.
Working with
Sl. Total
Name Designation Qualification the Tenderer
No Experience
since.
1 2 3 4 5 6
Signature of the Tenderer
STATEMENT - VII
Information on litigation history in which Tenderer is the Petitioner.
Court Subject Matter /
S. Case No. / Respondents
where Prayer in the Present Stage.
No Year i.e., SE / CE
filed. case.
1 2 3 4 5 6
Signature of the Tenderer
TENDERER :: 34 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
CONDITIONS OF CONTRACT
TENDERER :: 35 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
TENDER
Date: ……………
To
The Registrar,
Dr.B.R.Ambedkar Open University,
Prof.G.RamReddy Marg ,Road no. 46,Jubli Hills,
Hyderabad, 500 033.
Sir,
I / We do hereby tender and if this tender be accepted, under take to execute the
following work viz., "Supply and fixing of miscellaneous plumbing and carpenting
works at various locations for maintenance of Gardens and Guest house in the
University Campus.” as shown in the drawings and described in the specifications
deposited in the office of the Registrar, Dr.B.R.Ambedkar Open University, Jubilee Hills,
Hyderabad _____________________________________
______________________ with such variations by way of alterations or additions to,
and omissions from the said works and method of payment as provided for in the
“conditions of the contract” for the sum of Rupees _________________________
_____________________ or such other sum as may be arrived under the clause of the
standard preliminary specifications relating to “Payment on lump-sum basis or by final
measurement at unit rates”
I/WE have also quoted percentage excess or less on E.C.V., in Schedule ‘A’ Part-I,
annexed (in words and figures) for which I/We agree to execute the work when the lump
sum payment under the terms of the agreement is varied by payment on measurement
quantities.
I/WE have quoted Percentage excess or less on E.C.V., in Schedule ‘A’ Part – I both in
words & figures. In case of any discrepancy between the Percentage excess or less on
E.C.V., in words and figures, the rates quoted words only shall prevail.
I/WE agreed to keep the offer in this tender valid a period of Three month(s) mentioned
in the tender notice and not to modify the whole or any part of it for any reason within
above period. If the tender is withdrawn by me/us for any reasons whatsoever, the
earnest money paid by me/us will be forfeited to Government
TENDERER :: 36 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
I/WE hereby distinctly and expressly, declare and acknowledge that, before the
submission of my/our tender I/We have carefully followed the instructions in the tender
notice and have read the A.P.S.S. and the preliminary specifications therein and the
A.P.S.S. addenda volume and that I/We have made such examination of the contract
documents and the plans, specifications and quantities and of the location where the said
work is to be done, and such investigation of the work required to be done, and in
regard to the material required to be furnished as to enable me/us to thoroughly
understand the intention of same and the requirements, covenants, agreements,
stipulations and restrictions contained in the contract, and in the said plans and
specifications and distinctly agree that I/We will not hereafter make any claim or
demand upon the University based upon or arising out of any alleged misunderstanding
or misconception /or mistake on my/or our part of the said requirement, covenants,
agreements, stipulations, restrictions and conditions.
I/WE enclosed to my/our application for tender schedule a crossed demand draft
(No__________________ dated: ______________) for Rs _______________ as
earnest money not to bear interest.
I/WE shall not assign the contractor or sublet any portion of the same except the
conditions in clause 5.1 of General conditions of contract. In case if it becomes
necessary such subletting with the permission of the Executive Engineer shall be limited
to (1) Labour contract, (2) Material contract, (3) Transport contract and (4) Engaging
specialists for special item of work enjoined in A.P.S.S.
IF MY/OUR tender is not accepted the sum shall be returned to me/us on application
when intimation is sent to me/us of rejection or at the expiration of three months from
last date of receipt of this tender, whichever is earlier. If my/our tender is accepted the
earnest money shall be retained by the University as security for the due fulfillment of
this contract. If upon written intimation to me/us by the Registrar’s Office, I/We fail to
attend the said office on the date herein fixed or if upon intimation being given to me/us
by the Registrar or acceptance of my/our tender, and if I/We fail to make the additional
security deposit or to enter into the required agreement as defined in condition-3 of the
tender notice, then I/We agree the forfeiture of the earnest money. Any notice required
to be served on me/us here under shall be sufficiently served on me/us if delivered to
me/us hereunder shall be sufficiently served on me/us if delivered to me/us personally
or forwarded to me/us by post to (registered or ordinary) or left at my/our address given
herein.
Such notice shall if sent by post be deemed to have been served on me/us at the time
when in due course of post it would be delivered at the address to which it is sent.
TENDERER :: 37 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
I/WE fully understand that the written agreement to be entered into between me/us and
University shall be the foundation of the rights of the both the parties and the contract
shall not be deemed to be complete until the agreement has first been signed by me/us
and then by the proper officer authorized to enter into contract on behalf of University.
I AM/WE ARE professionally qualified an my/our qualifications are given below:
Name Qualified
I/WE will employ the following technical staff for supervising the work and will see that
one of them is always at site during working hours, personally checking all items of
works and pay extra attention to such works as required special attention (e.g.)
Reinforced concrete work.
Name of members of technical
Qualification.
staff proposed to be employed
I / WE declare that I/WE agree to recover the salaries of the technical staff actually
engaged on the work by the department, from the work bills, if I/We fail to employ
technical staff as per the tender condition.
TENDERER :: 38 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
TENDERERS /CONTRACTOR’S CERTIFICATE.
1) I/WE hereby declare that I/We have perused in detail and examined closely the
Andhra Pradesh Standard Specifications, all clauses of the preliminary specifications with
all amendments and have either examined all the standards specifications or will
examine all the standard specifications for items for which I/We tender, before I/We
submit such tender and agree to be bound and comply with all such specifications for
this agreement which I/We execute in the (R&B) Development Department.
2) I/WE certify that I/We have inspected the site of the work before quoting my
Percentage excess or less on ECV, I /We have satisfied about the quality, availability and
transport facilities for stones sand and other materials.
3) I/WE am/are prepared to furnish detailed data in support of all my quoted rates, if
and when called upon to do so without any reservations.
4) I/WE hereby declare that I/We will pay an additional security deposit in terms of
conditions 3.6 of Instructions to tenderers
5) I/WE hereby declare that I am/we are accepting to reject my tender in terms of
condition 3.7 of instructions to tenderers
6) I/WE hereby declare that I/We will not claim any price escalation.
7) I/WE hereby declare that I am/We are accepting for the defect liability period as 24
months instead of 6 months under clause 28 of APSS.
8) a) I/WE declare that I/WE will procure the required construction materials including
earth and use for the work after approval of the Engineer-in-Charge. The responsibility
for arranging and obtaining the land for borrowing or exploitation in any other way shall
rest with me/us for the materials for construction, I/WE shall ensure smooth and un-
interrupted supply of materials.
B) I/WE declare that the responsibility for arranging and obtaining the land for disposal
of spoil/soil not useful for construction purposes shall rest with me/us.
C) I/WE declare that I/WE shall not claim any compensation or any payment for the land
so arranged for disposal of soil and the land for borrow area. My/our quoted percentage
excess or less ECV., are inclusive of the land so arranged and I/We will hand over the
land so arranged for disposal of soil to; the department after completion of work.
D) I/WE declare that I/WE will not claim any extra amount towards any material used for
the work other than the quoted works for respective schedule ‘A’ items.
9) I/WE declare that I/WE will execute the work as per the mile stone programme, and if
I/WE fail to complete the work as per the mile stone programme I abide by the condition
to recover liquidated damages as per the tender conditions.
10) I/WE declare that I/WE will abide for settlement of disputes as per the tender
conditions.
TENDERER :: 39 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
DECLARATION OF THE TENDERER.
1) I/WE have not been black listed in any department in Andhra Pradesh due to any
reasons.
2) I/WE have not been demoted to the next lower category for not filing the tenders
after buying the tender schedules in a whole year and my/our registration has not been
cancelled for a similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and
to summarily reject my/our tender.
Address of the Tenderer:
Phone No.: Fax No: CONTRACTOR.
TENDERER :: 40 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
CONDITIONS OF CONTRACT
A. GENERAL
1. Interpretation:
1.1 In interpreting these Conditions of Contract, singular also means plural, male also
means female, and vice-versa. Headings have no significance. Works have their normal
meaning under the language of the contract unless specifically defined. The Engineers-
in-charge will provide instructions clarifying queries about the conditions of Contract.
1.2 The documents forming the Contract shall be interpreted in the following order of
priority:
1) Agreement
2) Letter of Acceptance, notice to proceed with the works
3) Contractor’s Tender (Technical bid)
4) Conditions of contract
5) Specifications
6) Drawings
7) Bill of quantities (Price-bid)
8) Any other document listed as forming part of the Contract.
2. Engineer-in-Charge’s Decisions:
2.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the
contractual matters between the Department and the Contractor in the role representing
the Department.
3. Delegation:
3.1 The Engineer-in-charge may delegate any of his duties and responsibilities to other
officers and may cancel any delegation by an official order issued.
4. Communications:
4.1 Communications between parties, which are referred to in the conditions, are
effective only when in writing. A notice shall be effective only when it is delivered (in
terms of Indian Contract Act)
TENDERER :: 41 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
5. Sub-contracting:
5.1 If the prime contractor desires to sub-let a part of the work, he should submit the
same at the time of filing tenders itself or during execution, giving the name of the
proposed Sub-contractor, along with details of his qualification and experience. The
Tender Accepting Authority should verify the experience of the Sub-contractor and if the
Sub-contractor satisfies the qualification criteria in proportion to the value of work
proposed to be sub-let, he may permit the same. The total value of works to be
awarded on sub-letting shall not exceed 50% of contract value. The extent of subletting
shall be added to the experience of the sub-contractor and to that extent deducted from
that of the main contractor.
6. Other Contractors:
6.1 The Contractor shall cooperate and share the Site with other contractors, Public
authorities, utilities, and the Department. The Contractor shall also provide facilities and
services for them as directed by the Engineer-in-charge.
7. Personnel:
7.1 The Contractor shall employ the required Key Personnel named in the Schedule of
Key Personnel to carry out the functions stated in the Schedule or other personnel
approved by the Engineer-in-charge. The Engineer-in-charge will approve any proposed
replacement of Key Personnel only if their qualifications, abilities, and relevant
experience are substantially equal to or better than those of the personnel listed in the
Schedule.
7.2 Failure to employ the required technical personnel by the contractor the following
amounts will be recovered from the contractor over and above the provision made in
part two of schedule-A from the contractors bills.
7.3 The technical personnel should be on full time and available at site whenever
required by Engineer in Charge to take instructions.
7.4 The names of the technical personnel to be employed by the contractor should be
furnished in the statement enclosed separately.
7.5 In case the contractor is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate technical
personnel on each work.
7.6 If the contractor fails to employ technical personnel the work will be suspended or
department will engage a technical personnel and recover the cost thereof from the
contractor.
TENDERER :: 42 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
7.7 If the Engineer-in-charge asks the Contractor to remove a person who is a member
of Contractor’s staff or his work force stating the reasons the Contractor shall ensure
that the person leaves the site forthwith and has no further connection with the work in
the contract.
8. Contractor’s Risks:
8.1 All risks of loss of or damage to physical property and of personnel injury and death,
which arise during and in consequence of the performance of the Contract are the
responsibility of the Contractor.
9. Insurance:
9.1 The Contractor shall provide, in the joint names of the Department and the
contractor, insurance cover from the Start Date to the end of the Defects Liability Period
i.e., 24 months after completion for the following events which are due to the
Contractor’s risks.
a) Loss of or damage to the Works, Plant and Materials;
b) Loss of or damage to the Equipment;
c) Loss of or damage of property in connection with the Contract; and
d) Personal injury or death of persons employed for construction.
9.2 Policies and certificates of insurance shall be delivered by the Contractor to the
Engineer-in-charge at the time of concluding Agreement. All such insurance shall
provide for compensation to be payable to rectify the loss or damage incurred.
i) The contractor shall furnish insurance policy in force in accordance with proposal
furnished in the Tender and approved by the Department for concluding the agreement.
ii) The contractor shall also pay regularly the subsequent insurance premium and
produce necessary receipt to the Engineer-in-Charge, well in advance.
iii) In case of failure to act in the above said manner the department will pay the
premium and the same will be recovered from the Contractors payments.
9.3 Alterations to the terms of insurance shall not be made without the approval of the
Engineer-in-Charge.
10. Site Inspections:
10.1 The contractor should inspect the site and also proposed quarries of choice for
materials source of water and quote his percentage including quarrying, conveyance and
all other charges etc.
10.2 The responsibility for arranging the land for borrow area rests with the Contractor
and no separate payment will be made for procurement or otherwise. The contractor’s
quoted percentage will be inclusive of land cost.
TENDERER :: 43 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
11. Contractor to Construct the Works:
11.1 The Contractor shall construct and Commission the Work in accordance with the
specifications and Drawings.
12. Diversion of streams / Vegas / Drains.
12.1 The contractor shall at all time’s carry out construction of cross drainage works in a
manner creating least interference to the natural flow of water while consistent with the
satisfactory execution of work. A temporary diversion shall be formed by the contractor
at his cost where necessary. No extra payment shall be made for this work.
12.2 No separate payment for bailing out sub-soils, water drainage or locked up rain
water for diversion, shoring, foundations, bailing of pumping water either from
excavation of soils from foundations or such other incidental will be paid. The percentage
to be quoted by the contractor are for the finished item of work in situ and including all
the incidental charges. The borrow pits are also to be de-watered by the contractor
himself at his expense, if that should be found necessary.
12.3 The work of diversion arrangements should be carefully planned and prepared by
the contractor and forwarded to the University Engineer technically substantiating the
proposals and approval of the University Engineer obtained for execution.
12.4 The contractor has to arrange for bailing out water, protection to the work in
progress and the portion of works already completed and safety measures for men and
materials and all necessary arrangements to complete the work.
12.5 All the arrangements so required should be carried out and maintained at the cost
of the contractor and no separate or additional payments are admissible.
12.6 Coffer Dams.
Necessary coffer dams and ring bunds have to be constructed at the cost of contractor
and same are to be removed after the completion of the work. The contractor has to
quote his percentage keeping the above in view.
13. Power Supply.
13.1 The contractor shall make his own arrangements for obtaining power from the
Electricity dept., at his own cost. The contractor will pay the bills of Electricity
Department for the cost of power consumed by him.
13.2 The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under Rule-45 (I) of the Indian Electricity Rules, 1956 as
amended from time to time and other pertinent rules.
13.3 The power shall be used for bonafide departmental work only.
TENDERER :: 44 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
14. Temporary Diversions (Works on Highways)
14.1 The contractor shall at all times carryout work on the highway in a manner creating
least interference to the flow of traffic while consistent with the satisfactory execution of
the same. For all works involving improvements to the existing highway, the contractor
shall in accordance with the directions of the Engineer-in-charge provide and maintain
during the execution of the work a passage for traffic, either along a part of the existing
carriage way under improvement or along a temporary diversion constructed close to the
highway.
14.2 If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on
part width of the carriageway for any reason, a temporary diversion close to the highway
shall be constructed as directed. It shall be paved with the materials such as hard moor
rum, gravel and stone, metal to the specified thickness as directed by the Engineer-in-
Charge. In all cases, the alignment, gradients and surface type of the diversion
including its junctions, shall be approved by the Engineer-in-charge before the highway
is closed to traffic.
14.3 The contractor shall take all necessary measures for the safety of traffic during
construction and provide erect and maintain such barricades, including signs, markings,
flags lights and information and protection of traffic approaching or passing through the
section of the highway under improvement. Before taking up any construction, an
agreed phased programme for the diversion of traffic on the highway shall be drawn up
in consultation with the Engineer-in-charge.
14.4 The barricades erected on either side of the carriage way portion of the carriage
way closed to traffic, shall be of strong design to resist violation and painted with
alternative black and white stripe. Red lanterns or warnings lights of similar type shall be
mounted on the barricades at night and kept lit throughout from sunset to sunrise.
15. Ramps:
Ramps required during execution may be formed wherever necessary and same are to
be removed after completion of the work. No separate payment will be made for this
purpose.
16. Monsoon Damages:
Damages due to rain or flood either in cutting or in banks shall have to be made good by
the contractor till the work is handed over to the Department. The responsibility of de-
silting and making good the damages due to rain or flood rests with the contractor. No
extra payment is payable for such operations and the contractor shall therefore have to
take all necessary precautions to protect the work done during the construction period.
TENDERER :: 45 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
17. The works to be completed by the Intended Completion Date:
17.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the programme submitted by the Contractor, as
updated with the approval of the Engineer-in-Charge, and complete the work by the
Intended Completion Date.
18 Safety:
18.1 The Contractor shall be responsible for the safety of all activities on the Site.
19. Discoveries:
19.1 Anything of historical or other interest or of significant value unexpectedly
discovered on the Site is the property of the University. The Contractor is to notify the
Engineer-in-charge of such discoveries and carry out the Engineer-in-Charge’s
instructions for dealing with them.
20. Possession of the Site.
20.1 The Department shall give possession of the site to the Contractor. If possession of
a part site is given, the Department will ensure that the part site so handed over is
amenable to carryout the work at site by the Contractor.
21. Access to the Site:
21.1 The Contractor shall provide the Engineer-in-Charge and any person authorised by
the Engineer-in-Charge, access to the site and to any place where work in connection
22. Instructions:
22.1 The Contractor shall carry out all instructions of the Engineer-in-charge and comply
with all the applicable local laws where the Site is located.
23. Settlement of disputes:
23.1 If any dispute of difference of any kind whatsoever arises between the department
and the Contractor in connection with, or arising out of the Contract, whether during the
progress of the works or after their completion and whether before or after the
termination, abandonment or breach of the Contract, it shall in the first place, be
referred to and settled by the Engineer-in-charge who shall, within a period of thirty
days after being requested by the Contractor to do so, give written notice of his decision
to the Contractor. Upon receipt of the written notice of the decision of the Engineer-in-
Charge the Contractor shall promptly proceed without delay to comply with such notice
of decision.
TENDERER :: 46 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
23.2 If the Engineer-in-Charge fails to give notice of his decision in writing within a
period of thirty days after being requested or if the Contractor is dissatisfied with the
notice of the decision of the Engineer-in-Charge, the Contractor may within thirty days
after receiving the notice of decision appeal to the Department who shall offer an
opportunity to the contractor to be heard and to offer evidence in support of his appeal,
the Department shall give notice of his decision within a period of thirty days after the
Contractor has given the said evidence in support of his appeal, subject to arbitration, as
hereinafter provided. Such decision of the Department in respect of every matter so
referred shall be final and binding upon the Contractor and shall forthwith be given effect
to by the Contractor, who shall proceed with the execution of the works with all due
diligence whether he requires arbitration as hereinafter provided, or not. If the
Department has given written notice of his decision to the Contractor and no claim to
arbitration, has been communicated to him by the Contractor within a period of thirty
days from receipt of such notice the said decision shall remain final and binding upon the
Contractor. If the Department fail to give notice of his decision, as aforesaid within a
period of thirty days after being requested as aforesaid, or if the Contractor be
dissatisfied with any such decision, then and in any such case the contractor within thirty
days after the expiration of the first named period of thirty days as the case may be,
require that the matter or matters in dispute be referred to arbitration as detailed
below:-
SETTLEMENT OF CLAIMS:
Settlement of claims for Rs.50,000/- and below by Arbitration.
All disputes or difference arising of or relating to the Contract shall be referred to the
adjudication as follows:
Claims up to a value of Rupees 10,000/-.
Registrar, Dr.B.R.Ambedkar Open University, Hyderabad.
Claims above Rs.10,000/- and up to Rupees 50,000/-.
Another Registrar, Dr.B.R.A.O.U, Hyderabad.
The arbitration shall be conducted in accordance with the provisions of Indian Arbitration
and Conciliation Act 1996 or any statutory modification thereof.
The arbitrator shall state his reasons in passing the award.
TENDERER :: 47 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Claims above Rs.50,000/-.
All claims of above Rs.50,000/- are to be settled by a Civil Court of competent
jurisdiction by way of Civil suit and not by arbitration.
A reference for adjudication under this clauses shall be made by the contractor within six
months from the date of intimating the contractor of the preparation of final bill or his
having accepted payment which ever is earlier.
TENDERER :: 48 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
B.TIME FOR COMPLETION
24. Program:
24.1 The total period of completion is 3 months from the date of entering with
agreement to proceed including rainy season. Keeping in view, the schedule for handing
over of site given in condition 24.4 below, the work should be programmed such as to
achieve the mile-stones as in “Rate of progress. Mile stones will be drawn by the
Registrar, Dr.B.R.Ambedkar University, Hyderabad in consultation with the executing
agency at the time of concluding agreement
24.2 The attention of the tenderer is directed to the contract requirement at the time of
beginning of the work, the rate of progress and the dates for the whole work and its
several parts as per milestones. The following rate of progress and proportionate value
of work done from time to time as will be indicated by the University Engineer’s
Certificate for the value of work done and completion of milestones will be required. Date
of commencement of their programme will be the date for concluding agreement.
24.3 After signing the agreement, the contractor shall forthwith begin the work, shall
regularly and continuously proceed with them.
24.4 Rate of progress:
i) Work programme of achieving the milestones (Statement).
ii) Site schedule of programme of handing over Site to the Contractor. (Mile stones
will be drawn by the Registrar, Dr.B.R.Ambedkar Open University, Hyderabad in
consultation with the executing agency at the time of concluding agreement)
24.5 The contractor shall commence the works on site within the period specified under
condition 24.1 to 24.3 above after the receipt by him of a written order to this effect
from the Registrar and shall proceed with the same with due expedition and without
delay, except as may be expressly sanctioned or ordered by the Registrar, or be wholly
beyond the contractor’s control.
TENDERER :: 49 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
24.6 Save in so far as the contractor may prescribe, the extent of portions of the site of
which the contractor is to be given possession from time to time and the order in which
such portions shall be made available to him and, Subject to any requirement in the
contract as to the order in which the works shall be executed, the Registrar will, with the
University Engineer’s written order to commence the works, give to the contractor
possession of so much of the site as may be required to enable the contractor to
commence proceed with the execution of the works in accordance with the programme if
any, and otherwise in accordance with such reasonable proposals of the contractor as he
shall by written notice to the Registrar, make and will from time to time as the works
proceed, give to the contractor possession of such further portions of the site as may be
required to enable the contractor to proceed with the execution of the works with due
dispatch in accordance with the said programme or proposals as the case may be;
if the contractor suffers delay or incurs cost from failure on the part of the Registrar to
give possession in accordance with the terms of this clause, the Registrar shall grant an
extension of time for the completion of works.
24.7The contractor shall bear all costs and charges for special or temporary way leases
required by him in connection with access to the site. The contractor shall also provide at
his own cost any additional accommodation outside the site required by him for the
purposes of the work.
24.8 Subject to any requirement in the contract as to completion of any section of the
works before completion of the whole of the works shall be completed in accordance with
provisions of clauses in the Schedule within the time stated in the contract calculated
from the last day of the period named in the statement to the tender as that within
which the works are to be commenced or such extended time as may be allowed.
24.9 Delays and extension of time:
Time is considered as the essence of the contract. Should the amount of extra or
additional work of any kind or any cause or delay referred to in these conditions or
exceptional adverse climate conditions or other special circumstances of any kind
whatsoever which may occur, other than through a default of the contractor be such as
fairly entitle the contractor to an extension of time for the completion of works including
for milestones as stipulated in Clause 24.4 the amount of such extension and shall notify
the contractor has within 28 days after such work has been commenced or such
circumstances have arisen or as soon there after as is practicable submitted to the
University Engineer’s representative full and detailed particulars of any extension of
time to which he may consider himself entitled in order that such submission may be
investigated at the time to be approved by Registrar
TENDERER :: 50 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Construction Programme:
24.10 The Contractor shall furnish within one month of the order of the work a
programme showing the sequence in which he proposed to carry out the work, monthly
progress expected to be achieved, also indicating date of procurement of materials plant
and machinery. The schedule should be such that it is practicable to achieve completion
of the whole work within the time limit fixed and in keeping with the Mile stone
programme specified and shall obtain the approval of the Engineer-in-charge. Further
rate of the progress as in the program shall be kept up to date. In case it is
subsequently found necessary to alter this program, the contractor shall submit
sufficiently in advance the revised program incorporating necessary modifications and
get the same approved by the Engineer-in-charge. No revised program shall be
operative with out approval of Engineer-in-charge.
24.11 The Registrar shall have all times the right, without any way violating this
contract, or forming grounds for any claim, to alter the order of progress of the works or
any part thereof and the contractor shall after receiving such directions proceed in the
order directed. The contractor shall also report the progress to the Registrar within 7
days of the University Engineer’s direction to alter the order of progress of works.
24.12 The Contractor shall give written notice to the Engineer-in-Charge whenever
planning or progress of the works is likely to be delayed or disrupted unless any further
drawings or order including a direction, instruction or approval is issued by the Engineer-
in-Charge within a reasonable time. The notice shall include details of the drawing or
order required and of why and by when it is required and of any delay or disruption likely
to be suffered if it is late.
25. Speed of Work:
25.1 The Contractor shall at all times maintain the progress of work to conform to the
latest operative progress schedule approved by the Engineer-in-Charge. The contractor
should furnish progress report indicating the programme and progress once in a month.
The Engineer-in-Charge may at any time in writing direct the contractor to slow down
any part or whole of the work for any reason (which shall not be questioned)
whatsoever, and the contractor shall comply with such orders of the Engineer-in-Charge.
The compliance of such orders shall not entitle the contractor to any claim of
compensation. Such orders of the Engineer-in-Charge for slowing down the work will
however be duly taken into account while granting extension of time if asked by the
contractor for which no extra payment will be entertained.
TENDERER :: 51 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
25.2 Delays in Commencement or progress or neglect of work and forfeiture of earnest
money, Security deposit and withheld amounts:
If, at any time, the Engineer-in-Charge shall be of the opinion that the Contractor is
delaying Commencement of the work or violating any of the provisions of the Contractor
is neglecting or delaying the progress of the work as defined by the tabular statement.
“Rate of progress” in the Articles of Agreement”, he shall so advise the Contractors in
writing and at the same time demand compliance in accordance with conditions of
Tender notice. If the Contractor neglects to comply with such demand within seven days
after receipt of such notice, it shall then or at any time there after, be lawful for the
Engineer-in-Charge to take suitable action in accordance with Clause.60 of APSS.
26. Suspension of works by the Contractor:
26.1 If the Contractor shall suspend the works, or sublet the work without sanction of
the Engineer-in-Charge, or in the opinion of the Engineer-in-Charge shall neglect or fail
to proceed with due diligence in the performance of his part of the Contract as laid down
in the Schedule rate of progress, or if he shall continue to default or repeat such default
in the respects mentioned in clause.27 of the APSS Engineer-in-Charge shall take action
in accordance with Clause 61 of APSS.
26.2 If the Contractor stops work for 28 days and the Stoppage has not been authorized
by the Engineer-in-Charge the Contract will be terminated under Clause 61 of APSS.
26.3 If the Contractor has delayed the completion of works the Contract will be
terminated under Clause.61 of APSS.
27 Extension of the Intended Completion Date:
27.1 The Engineer-in-Charge shall extend or recommend for extension, in accordance
with the Government orders in force, the Intended Completion Date if a Variation is
issued which makes it impossible for Completion to be achieved by the Intended
Completion Date.
27.2 The Engineer-in-Charge shall decide whether and by how much to extend the
Intended Completion Date within 21 days of the Contractor asking the Engineer for a
decision upon the effect of a Variation and submitting full supporting information. If the
Contractor has failed to give early warning of a delay or has failed to cooperate in
dealing with a delay, the delay by this failure shall not be considered in assessing the
new Intended Completion Date.
28. Delays Ordered by the Engineer-in-Charge:
The Engineer-in-Charge may instruct the Contractor to delay the start or progress of any
activity within the Work.
TENDERER :: 52 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
29. Early Warning:
29.1 The contractor is to warn the Engineer-in-Charge at the earliest opportunity of
specific likely future events or circumstances that may adversely affect the Execution of
Works.
29.2 The Contractor shall cooperate with the Engineer-in-Charge in making and
considering proposals for how the effect of such an event or circumstance can be
avoided or reduced by anyone involved in the work and in carrying out any resulting
instruction of the Engineer-in-Charge.
30. Management Meetings:
30.1 The Engineer-in-Charge may require the Contractor to attend a management
meeting. The business of a management meeting shall be to review the programme for
remaining work and to deal with matters raised in accordance with the early warning
procedure.
TENDERER :: 53 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
C. QUALITY CONTROL
31. Identifying Defects:
31.1 The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor
of any Defects that are found. Such checking shall not affect the Contractor’s
responsibilities. The Engineer-in-Charge may instruct the Contractor to verify the Defect
and to uncover and test any work that the Engineer considers may be a Defect.
32. Tests:
32.1 If the Engineer-in-Charge instructs the Contractor to carry out a test not specified
in the Specification to check whether any work has a Defect and the Contractor shall pay
for the test and any samples.
33. Correction of Defects:
33.1 The Engineer-in-Charge shall give notice to the Contractor of any Defects before
the end of the Defects Liability Period, which begins on Completion. The defects liability
period shall be extended for as long as defects remain to be corrected by the Contractor.
33.2 Every time notice of a Defect is given, the Contractor shall correct the notified
defect within the length of time specified by the Engineer-in-Charge’s notice.
34. Uncorrected Defects:
34.1 If the contractor has not corrected the defect within the time specified in the
Engineer-in-Charge’s notice, the Engineer-in-Charge will assess the cost of having the
defect corrected and the contractor will pay this amount.
34.2 The Engineer-in-Charge shall introduce O.K. cards and prescribed the formats there
of. O.K. cards shall relate to all major components of the work. The contractor / his
authorized representative shall be required to initiate and fill in and present the O.K.
card to the construction staff who would check the respective items and send to the
quality control staff for final check and clearance / O.K. Any defects pointed out by the
construction supervision staff or by the Quality Control staff shall promptly be attended
to by the contractors and the fact of doing so be duly recorded on the back of O.K. card.
34.3 The Engineer-in-Charge may also introduce check lists which shall be kept in Bound
registers by the construction supervision staff. The contractor may be required to fill up
these lists in the first instance and shall be subsequently checked by the Construction /
Quality Control Engineers.
TENDERER :: 54 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
35. Quality Control:
In addition to the normal inspection by the regular staff in-charge of the Construction of
work, the work will also be inspected by the Executive Engineer /Registrar Quality
control Circle or by the State or District level Vigilance Cell Unit and any other authorized
external Agency if any sub-standard work or excess payments are noticed with reference
to measurement books etc., during inspection, action will be taken based on their
observations and these will be effected by the Engineer-in-Charge of the execution of the
work.
For all works costing more than Rs.5.00 lakhs the Contractor shall submit quality plan
and also show proof of owning quality lab.
TENDERER :: 55 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
D. COST CONTROL
36. Bill of Quantities:
36.1 The Bill Quantities shall contain items for the construction work to be done by the
Contractor.
36.2 The Contractor is paid for the quantity of the work done at the estimate rate in the
Bill of Quantities for each item plus or minus Tender percentage.
37. Changes in the Quantities:
37.1 The contractor is bound to execute all supplemental works that are found essential,
incidental and inevitable during execution of main work.
The payment of rates for such supplemental items of work will be regulated as under:
Supplemental items directly deducible from similar items in the original agreement.
37.2.1 The rates shall be derived by adding to or subtracting from the agreement rate of
such similar item the cost of the difference in the quantity of materials labour between
the new items and similar items in the agreement worked out with reference to the
Standard Schedule of Rates adopted in the sanctioned estimate with which the tenders
are accepted plus or minus over all tender percentage.
37.2.2 (a) Similar items but the rates of which cannot be directly deduced from the
original agreement.
(b) Purely new items which do not correspond to any item in the agreement.
37.2.3 The rates of all such items shall be Estimated Rates plus or minus overall Tender
premium.
38. Extra Items:
38.1 Extra items of work shall not vitiate the contract. The contractor shall be bound to
execute extra items of work as directed by the Engineer-in-Charge. The rates for extra
items shall be worked out by the University Engineer as per the conditions of the
Contract and the same are binding on the Contractor.
38.2 The contractor shall before the 15th day of each month, submit in writing to the
University Engineer a statement of extra items if any that they have executed during the
preceding month failing which the contractor shall not be entitled to claim any.
TENDERER :: 56 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
38.3 Entrustment of additional items:
38.3.1 Where ever additional items not contingent on the main work and outside the
scope of original agreement are to be entrusted to the original contractor dispensing with
bids and if the value of such items exceeds the limits up to which the officer is
empowered to entrust works initially to contractor without calling for tenders, approval
of next higher authority shall be obtained. Entrustment of such items on nomination
shall be at rates not exceeding the estimated rates.
38.3.2 Entrustment of the additional items contingent on the main work will be
authorized by the officers up to the monetary limits up to which they themselves are
competent to accept items in the original agreement so long as the total amounts up to
which they are competent to accept in an original agreement rates for such items shall
be worked out in accordance with the procedure (I) For all items of work in excess of the
quantities shown in the Bill of Quantities of the Tenders, the rate payable for such items
shall be estimate rates for the items (+) or (-) over all tender percentage accepted by
the competent authority.
38.3.3 Entrustment of either the additional or supplemental items shall be subject to the
provisions of the agreement entered into by a Competent Authority after the tender is
accepted. The Registrar being the authority, who entered into the agreement approves
the rate for the items / variation in quantity in the current agreement. The items shall
not be ordered by an officer on his own responsibility if the revised estimate or deviation
statement providing for the same.
Note: It may be noted that the term Estimate Rate used above means the rate in the
sanctioned estimate with which the tenders are accepted, or if no such rates is available
in the estimate, the rate derived will be with reference to the Standard Schedule of Rates
adopted in the sanctioned estimate with which tenders are accepted.
39. Cash flow forecasts:
39.1 When the program is updated, the contractor is to provide the Engineer-in-charge
with an updated cash flow forecast.
40. Payment Certificates:
40.1 The Contractor shall submit to the Engineer-in-charge monthly statements of the
estimated value of the work completed less the cumulative amount certified previously.
40.2 The Engineer-in-charge shall check the Contractor’s monthly statement within 14
days.
40.3 The value of work executed shall be determined by the Engineer-in-charge.
40.4 The value of work executed shall comprise the value of the quantities of the items
in the Bill of Quantities completed.
TENDERER :: 57 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
40.5 The Engineer-in-charge may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the light of
later information.
41. Payments:
41.1 Payment for the work done by the contractor will be made for the finished work
based on the measurements recorded in measurement books by any officer of the
department not lower in rank than a Assistant Engineer and check measured by any
officer not lower in rank than a Deputy Executive Engineer. The measurement shall be
recorded at various stages of the work done and also after work is completed. The
contractor shall be present at the time of recording of each set of measurement and
their check measurement and accept them then and there so as to avoid disputes at a
later stage. If the contractor is not available at the work spot at the time of recording
measurements or check measurements the particulars of measurements shall be signed
by the authorized agent of contractor based on which the contractor shall accept the set
of measurements without any further dispute. If for any reason the contractor’s
authorized agent is also not available at site when the department decides to suspend
the work recording of measurements in the absence of the contractor or his authorized
representative the department shall not entertain any claim from the contractor for any
loss incurred by him on this account. The Contractor shall however note that the
Department cannot indefinitely wait for recording the measurement due to the absence
of the Contractor and his authorized agent and check measure them even in the absence
of the contractor.
41.2 Payments and Certificates:
Payments shall be adjusted for recovery of advance payments, liquidated damages in
terms of tender conditions and security deposit for the due fulfillment of the contract.
Payment will be made to the Contractor under the certificate to be issued at reasonably
frequent intervals by the Engineer-in-Charge, and intermediate payment will be the sum
equal to 92½% of the value of work done as so certified and balance of 7½% will be
withheld and retained as security for the due fulfillment of the contractor under the
certificate to be issued by the Engineer-in-Charge. On completion of the entire works
the contractor will receive the final payment of all the moneys due or payable to him
under or by virtue of the contract except earnest money deposit retained as security and
a sum equal to 2½ percent of the total value of the work done. The amount withheld
from the final bill will be retained under deposits and paid to the contractor together with
the earnest money deposit retained as security after a period of 24 months as all defects
shall have been made good according to the true intent and meaning there of.
TENDERER :: 58 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
41.2.2 In case of over payments or wrong payment if any made to the contractor due to
wrong interpretation of the provisions of the contract, APSS or Contract conditions etc.,
such unauthorized payment will be deducted in the subsequent bills or final bill for the
work or from the bills under any other contracts with the Government or at any time
there after from the deposits available with the Government.
41.2.3 Any recovery or recoveries advised by the Government Department either state
or central, due to non-fulfillment of any contract entered into with them by the
contractor shall be recovered from any bill or deposits of the contractor.
41.2.4 No claim shall be entertained, if the same is not represented in writing to the
Engineer-in-Charge within 15 days of its occurrence.
41.2.5 The contractor is not eligible for any compensation for inevitable delay in handing
over the site or for any other reason. In such case, suitable extensions of time will be
granted after considering the merits of the case.
41.3 Intermediate Payments:
41.3.1 For intermediate Stage of work, only part rates as fixed by the Engineer-in-
Charge will be paid.
41.3.2 Part rates shall be worked out for the work done portion based on the actual
operations involved keeping in view the value of the balance work to be done, to avoid
unintended benefit to the Contractor in initial Stage.
41.3.3 Full rate shall be paid when the work is completed to the full profile as noted in
the drawings.
41.3.4 For earthwork in cutting, 10% of the quantity will be with-held for intermediate
payments and the same will be released after completing the work to the profiles as per
drawings and disposal of the spoil material at the specified places and handing over the
balance useful stone. For this purpose a length of 25 m. will be taken as a Unit.
41.3.5 For earth work, embankment formation work, 10% of the quantity will be
withheld for intermediate payments and the same will be released after completing the
bund to the profiles as per drawings including trimming of side slopes and all other
works contingent to the bund profile. For this purpose, 25 m of length will be taken as a
Unit.
41.3.6 For the structure works either with masonry or concrete where the height of
structure is more than three meters, the quantities executed in the lower level will be
withheld at the rate of one percent for every three meters height, if the balance height o
the structure work is more than three meters in being over the executed level and the
same will be released only after the entire work is completed as certified by the
Engineer-in-Charge.
TENDERER :: 59 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
41.3.7 For C.M. & C.D. works and for lining works, spread over more than 2 Km. In
length 5 percent of the concrete and Masonry quantities will be with held and the same
will be released after completion of all C.M. & C.D. works and lining for the entire length
certified by the Engineer-in-Charge.
41.3.8 Where payment is intended for aggregates by Bill of Quantities item based on
stack measurements, 10% of the quantity measured will be withheld. No payment or
advance will be made for unfixed materials when the rates are for finished work in site.
42. Interest on Money due to the Contractor:
41.1 No omission by the University Engineer or the sub-divisional officer to pay the
amount due upon certificates shall vitiate or make void the contract, nor shall the
contractor be entitled to interest upon any guarantee fund or payments in arrear, nor
upon any balance which may, on the final settlement of his accounts, found to be due to
him.
43. Certificate of Completion of works:
43.1 Certificate of Completion of works:
43.1.1 When the whole of the work has been completed and has satisfactory passed any
final test that may be prescribed by the Contract, the Contractor may give a notice to
that effect to the Engineer-in-Charge accompanied by an undertaking to carryout any
rectification work during the period of maintenance, such notice and undertaking shall be
in writing and shall be deemed to be request by the Contractor for the Engineer-in-
Charge to issue a Certificate of completion in respect of the Works. The Engineer-in-
Charge shall, within twenty one days of the date of delivery of such notice either issue to
the Contractor, a certificate of completion stating the date on which, in his opinion, the
works were completed in accordance with the Contract or give instructions in writing to
the Contractor specifying all the Works which, in the Engineer-in-Charge'’ opinion,
required to be done by the Contractor before the issue of such Certificate. The Engineer-
in-Charge shall also notify the Contractor of any defects in the Works affecting
completion that may appear after such instructions and before completion of the Works
specified there in. The Contractor shall be entitled to receive such Certificate of the
Completion within twenty one days of completion to the satisfaction of the Engineer-in-
Charge of the Works so specified and making good of any defects so notified.
43.1.2 Similarly, the Contractor may request and the Engineer-in-Charge shall issue a
Certificate of Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for
completion is provided in the Contract, and
b) Any substantial part of the Permanent Works which has been both completed to the
satisfaction of the Engineer-in-Charge and occupied or used by the Department.
TENDERER :: 60 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
43.1.3 If any part of the Permanent Works shall have been completed and shall have
satisfactorily passed any final test that may be prescribed by the Contract, the Engineer-
in-Charge may issue such certificate, and the Contractor shall be deemed to have
undertaken to complete any outstanding work in that part of the Works during the period
of Maintenance.
44. Taxes included in the bid:
44.1 The percentage quoted by the contractor shall be deemed to be inclusive of the
sales Tax and other taxes on all materials that the contractor will have to purchase for
performance of this contract.
44.2 Any Central or State sales and other taxes on completed items of works of this
contract as may be levied and paid by the contractor shall be reimbursed by the
department to the contractor on proof of payment to the extent indicated in Part-II of
Schedule-A.
45 Price Adjustment: As per G.O.Ms.No.233, Dt:20.11.2006 of T(R&B) (R.I) Dept is
applicable.
46. Retention:
46.1 The department shall retain from each payment due to the contractor @ the rate of
7.5% of bill amount until completion of the whole of the Works.
46.2 On completion of the whole of the Works half the total amount retained is re-paid
to the Contractor and half when the Defects Liability Period has passed and the
Engineer-in-Charge has certified that all the Defects notified by the Engineer-in-Charge
to the Contractor before the end of this period have been corrected.
46.3 On completion of the whole works, the Contractor may substitute retention money
with an “on demand” Bank Guarantee.
47. Liquidated Damages:
47.1 If for any reason, which does not entitle the contractor to an extension of item, the
rate of progress of works, or any section is at any time, in the opinion of the Registrar
too slow to ensure completion by the prescribed time or extended time for completion
Registrar, Dr.B.R.Ambedkar Open University, Hyderabad, shall so notify the contractor in
writing and the contractor shall there upon take such steps as are necessary and the
Registrar, Dr.B.R.Ambedkar Open University, Hyderabad may approve to expedite
progress so as to complete the works or such section by the prescribed time or extended
time. The contractor shall not be entitled to any additional payment for taking such
steps. If as a result of any notice given by the Registrar, Dr.B.R.Ambedkar Open
University, Hyderabad under this clause the contractor shall seek the Registrar,
Dr.B.R.Ambedkar Open University, Hyderabad permission to do any work at night or on
Sundays, if locally recognized as days or rest, or their locally recognized equivalent, such
permission shall not be unreasonably refused.
TENDERER :: 61 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
47.2 If the contractor fails to complete whole of the works or any part thereof or section
of the works within the stipulated periods of individual mile stones (including any
bonafide extensions allowed by the competent authority without levying liquidated
damages), the Registrar may without prejudice to any other method of recovery will
deduct one tenth of one percent of contract value per calendar day or part of the day for
the period of delays subject to a maximum of 10% of the contract value not as a penalty
from any monies in his hands due or which may become due to the contractor. The
payment or deductions of such damages shall not relieve the contractor from his
obligation to complete the works, or from any other of his obligations and liabilities
under the contract.
47.3 The liquidated damages for the whole of the work are will be filled up at the time
of concluding agreement
Rs. /- (amount per day)
For milestone 1 Rs. Per day
For milestone 2 Rs. Per day
For milestone 3 Rs. Per day
The maximum amount of liquidated damages for the whole of the works is ten percent of
final contract price.
The milestones will be filled at the time of agreement after obtaining a program of the
work.
48. Mobilization Advance:
48.1 The contractors for works exceeding more than Rs.1.00 Crore of estimated contract
value are permitted to avail the facility of mobilization advance in two installments
equivalent to 10% of the contract amount (5% for labour mobilization and 5% for
machinery and equipment) named in the letter of acceptance payable as per above.
Payment of the loan will be done under separate certification by the University Engineer
after (I) Execution of the form of agreement by the parties there to (ii) Provisions by
the contractor of the further security in accordance with relevant condition and (iii)
provision by the contractor of a Bank Guarantee from Nationalized Bank acceptable to
the University Engineer for an amount equal to 12% (which includes 2% for the interest
charges) of a contract amount as indicated in the letter of acceptance towards the first
installment of the advance mobilization loan, such bank guarantee to remain effective
until the said advance loan has been completely repaid by the contractor out of the
current earnings under the contract and certified accordingly by the University Engineer
The ‘Advance mobilization loan’ will be paid in 30 days after fulfilling the above – i, ii,
and iii items. Advance mobilization loan will be paid only in case of contracts with
estimated contract value exceeding Rs.100 lakhs.
TENDERER :: 62 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
48.2 A form of Bank Guarantee acceptable to University Engineer is indicated at page
85. The advance mobilization loan shall be used by the contractor exclusively for
mobilization expenditures, including the acquisition of constructional plant, in connection
with the works. Payment of the second installment of advance mobilization loan
equivalent to 5 percent of the contract amount will be due within a period of 12 months
for local purchase of machinery and equipment and within one year in case the
machinery and equipment has to be imported under separate certification by the
Engineer-in-Charge after (I) the value of the machinery and equipment procured, and
brought to site and/or ordered (satisfactory evidence to be produced) by the contractor
assessed at 100% for new machinery and 50% for old machinery brought to site and in
working condition is equivalent to 5 percent of the contract amount already paid as first
advance loan and (ii) furnishing by the contractor of a bank guarantee for an amount
equal to 6 percent (one percent towards interest) of the contract value.
48.3 Should the contractor misappropriate any portion of the advance loan, it shall
become due to the University Engineer and payable immediately in one lump by the
contractor and no further loan will be considered thereafter.
48.4 The above advance shall bear an interest of Government borrowing rate as per
G.O.Ms.No.94, Dt: 1.7.03. The interest on the amounts paid as advance is chargeable
from the date the amount is paid. However if completion is delayed by circumstances
beyond control of the contractor for which an extension has been granted by the
Registrar, the interest charges on such advances shall be waived for the period of
extension.
48.5 The value of Bank Guarantee for the advance payment given to the contractor can
be progressively reduced by the amount repaid by the contractor as certified by the
University Engineer.
48.6 Recovery of advances:
48.6.1 The advance loan together with interest of Government borrowing rate as per
G.O.Ms.No.94, Dt: 1.7.03. As specified in the above shall be repaid within percentages
deductions from the intermediate payments under the contract. Deduction shall
commence in the next interim payment following that in which the total of all such
payments to the contractor have reached 10 percent of the contract amount and shall be
made at the rate of 20 percent of amount of all interim payments in which the loan was
made together with interest payable up to that date, until such time as the loan together
with interest at the rate specified in para above shall be completely repaid prior to the
expiry of the original time for completion.
TENDERER :: 63 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
49. Securities:
49.1 The Earnest Money Deposit and Additional Security (for discount tender percentage
beyond 25%) shall be provided to the Department not later than the date specified in
the Letter of Acceptance and shall be issued in an amount and form and by a bank
acceptable to the Department. The Earnest Money shall be valid until a date 28 days
from the date of expiry of Defects Liability Period and the additional security shall be
valid until a date 28 days from the date of issue of the certificate of completion.
50. Cost of Repairs:
50.1 Loss or damage to the Works or materials to the Works between the Start Date and
the end of the Defects Correction Periods shall be remedied by the Contractor at the
Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.
TENDERER :: 64 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
E. FINISHING THE CONTRACT
51. Completion:
51.1 The Contractor shall request the Engineer-in-Charge to issue a Certificate of
completion of the Works and the Engineer-in-Charge will do so upon deciding that the
work is completed.
52. Taking Over:
The Department shall takes over the Site and the Works within seven days of the
Engineer-in-Charge issuing a certificate of Completion.
53 Final Account:
53.1 The Contractor shall supply to the Engineer-in-Charge a detailed account of the
total amount that the Contractor considers payable under the Contract before the end of
the Defects Liability Period. The Engineer-in-Charge shall issue a Defects Liability
Certificate and certify any final payment that is due to the Contractor within56 days of
receiving the Contractor’s account if it is correct and complete. If it is not, the Engineer-
in-Charge shall issue within 56 days a schedule that states the scope of the corrections
or additions that are necessary. If the final Account is still unsatisfactory after it has
been resubmitted, the Engineer-in-Charge shall decide on the amount payable to the
Contractor and issue a payment certificate with in 56 days of receiving the Contractor’s
revised account.
54. Termination:
54.1 The Department may terminate the Contract if the contractor causes a fundamental
breach of the Contract.
54.2 Fundamental breaches of Contract include, but shall not be limited to the following.
a) The Contractor stops work for 28 days when no stoppage of work is shown on the
current program and the stoppage has not been authorized by the Engineer-in-Charge.
b) The Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation.
c) The Engineer-in-Charge gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a reasonable
period of time determined by the Engineer-in-Charge; and
d) The Contractor does not maintain a security which is required and
e) The Contractor has delayed the completion of works by the number of days for which
the maximum amount of liquidated damages can be paid as defined.
TENDERER :: 65 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
f) If the contractor, in the judgment of the Department has engaged in corrupt or
fraudulent practices in competing for or in the executing the contract.
For the purpose of this paragraph: “corrupt practice” means the offering, giving,
receiving or soliciting of any thing of value to influence the action of a public official in
the procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the execution
of a contract to the detriment o the Government and includes collusive practice among
Tenderers (prior to or after Tender submission) designed to establish Tender prices at
artificial non-competitive levels and to deprive the Government of the benefits of free
and open competition.
54.3 Notwithstanding the above the Department may terminate the contract for
convenience.
54.4 If the Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secured leave the Site as soon as reasonably possible.
55. Payment upon Termination:
55.1 If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer-in-Charge shall issue a certificate for the value of the work
done less advance payments received upon the date of the issue of the certificate, less
other recoveries due in terms of the Contract, less taxes due to be deducted at source as
per applicable law and less the percentage to apply to the work not completed.
Additional Liquidated Damages shall not apply. If the total amount due to the
Department exceeds any payment due to the Contractor the difference shall be a debt
payable to the Department.
56 Property:
56.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are
deemed to be the property of the Department if the Contract is terminated because of
Contractor’s default.
57. Release from Performance:
57.1 If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Department or the Contractor the Engineer-in-Charge
shall certify that the contract has been frustrated. The Contractor shall make the site
safe and stop work as quickly as possible after receiving this certificate and shall be paid
for all works carried out before receiving it and for any work carried out after wards to
which commitment was made.
TENDERER :: 66 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
F. SPECIAL CONDITIONS
58. Water Supply:
The Contractor has to make his own arrangements for water required for the work and
to the colonies and work sites, which are to be established by the Contractor.
59. Electrical Power:
The Contractors will have to make their own arrangements for drawing electric power
from the nearest power line after obtaining permission from the Andhra Pradesh State
Electricity Board at his own cost. In case of failure of electricity, the Contractor has to
make alternative arrangements for supply of electricity by Diesel Generator sets of
suitable capacity at place of work. If the supply is arranged by the Department,
necessary Tariff rates shall have to be paid based on the prevailing rates.
The contractor will pay the bills of Electricity Board for the cost of power consumed by
him.
The contractor shall satisfy all the conditions and rules required as per Indian Electricity
Act 1910 and under rule –45(I) of the Indian Electricity Rules, 1956 as amended from
time to time and other pertinent rules.
The power shall be used for bonafide Departmental works only.
59.1 Electric Power for Domestic Supply:
a) The contractor has to make his own arrangements for the supply of electric power
for domestic purposes and the charges for this purpose have to be paid by him at the
rates as fixed by the Andhra Pradesh State Electricity Board from time to time.
b) The contractor will have to make his own arrangements to lay and maintain the
necessary distribution lines and wiring for the camp at his own cost. The layout and the
methods of laying the lines and wiring shall have the prior approval of the Engineer-in-
Charge. All camp area shall be properly electrified. All lines, streets, approaches for the
camp etc., shall be sufficiently lighted for the safety of staff and labour of the contractor,
at the cost of the Contractor and it will be subject to the approval of the Engineer-in-
Charge.
TENDERER :: 67 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
60. Land:
60.1 Land for Contractor’s use:
The contractor will be permitted to use University land for execution of work. The
contractor shall have to make his own arrangements for acquiring and clearing the site,
leveling, providing drainage and other facilities for labour staff colonies, site office, work-
shop or stores and for related activities. The Contractor shall apply to the Department
within a reasonable time after the award of the contract and at least 30 days in advance
of its use, the details of land required by him for the work at site and the land required
for his camp and should any private land which has not been acquired, be required by
the contractor for his use. The same may be acquired by the contractor at his own cost
by private negotiations and no claim shall be admissible to him on this account. The
Engineer-in-Charge reserves the right to refuse permission for use of any government
land for which no claim or compensation shall be admissible to the contractor. The
contractor shall, however, not be required to pay cost or any rent for the Government
land given to him.
60.2 Surrender of Occupied Land:
a) The University land as here in before mentioned shall be surrendered to the
Engineer-in-Charge within seven days, after issue of completion certificate. Also no land
shall be held by the contractor longer than the Engineer-in-Charge shall deem necessary
and the contractor shall on the receipt of due notice from the Engineer-in-Charge, vacate
and surrender the land which the Engineer-in-Charge may certify as no longer required
by the Contractor for the purpose of the work.
b) The contractor shall make good to the satisfaction of the Engineer-in-Charge any
damage to areas, which he has to return or to other property or land handed over to him
for purpose of this work. Temporary structures may be erected by the contractor for
storage sheds, offices, residences etc., for non-commercial use, with the permission of
the University Engineer on the land handed over to him at his own cost. At the
completion of the work these structures shall be dismantled site cleared and handed over
to the University Engineer. The land required for providing amenities will be given free
of cost from Government lands if available otherwise the contractor shall have to make
his own arrangements.
TENDERER :: 68 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
60.3 Contractor not to dispose of Spoil etc:-
The contractor shall not dispose off or remove except for the purpose of fulfillment of
this contract, sand, stone, clay ballast, earth, trees and shrubs or other materials
obtained in the excavation made or lying on the site of the work, and all such materials
and produce shall remain property of the University. The Department may upon request
from the contractor, or if so stipulated in the conditions of the contract allow the
contractor to use any of the above materials for the works either free of cost or after
payment as may be specifically mentioned or considered necessary during the execution
of the work.
61. Roads:
In addition to existing public roads and roads Constructed by Government, if any, in
work area all additional approach roads inside work area and camp required by the
Contractor shall be constructed and maintained by him at his own cost. The layout
design, construction and maintenance etc. of the roads shall be subject to the approval
of the Engineer-in-Charge. The contractor shall permit the use of these roads by the
Government free of charge.
It is possible that work at, or in the vicinity of the work site will be performed by the
Government or by other contractors engaged in work for the Government during the
contract period. The contractor shall without charge permit the government and such
other contractor and other workmen to use the access facilities including roads and other
facilities, constructed and acquired by the contractor for use in the performance of the
works.
The contractor’s heavy construction traffic or tracked equipment shall not traverse any
public roads or bridges unless the contractor has made arrangement with the authority
concerned. In case contractor’s heavy construction traffic or tracked equipment is not
Allowed to traverse any public roads or bridges and the contractor is required to make
some alternative arrangements, no claim on this account shall be entertained. The
contractor is cautioned to take necessary precautions in transportation of construction
materials to avoid accidents.
62. Payment for Camp Construction:
No payment will be made to the contractor for construction, operation and maintenance
of camp and other camp facilities and the entire cost of such work shall be deemed to
have been included in the tendered rate for the various items of work in the schedule of
quantities and bids.
TENDERER :: 69 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
63. Explosive and Fuel Storage Tanks:
No explosive shall be stored within ½ (half) KM of the limit of the camp sites. The
storage of gasoline and other fuel oils or of Butane, Propane and other liquefied
petroleum gases, shall confirm to the regulations of Andhra Pradesh State Government
and Government of India. The tanks, above ground and having capacity in excess of
2000 liters, shall not be located within the camp area, nor within 200m, of any building.
64. Labour:
The contractor shall, make his own arrangements for the engagement of all staff and
labour, local or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and contractor’s staff shall be to the
contractor’s account. His quoted percentage shall include the expenditure towards
importation of labour amenities to labour and staff;
The contractor shall, if required by the Engineer-in-Charge, deliver to the Engineer-in-
Charge a written in detail, is such form and at such intervals as the Engineer-in-Charge
may prescribe, showing the staff and the numbers of the several classes of labour from
time to time employed by the contractor on the Site and such information respecting
Contractor’s Equipment as the Engineer-in-Charge may require.
64.1 Transportation of Labour:
The contractor shall make his own arrangement for the daily transportation of the labour
and staff from labour camps colonies to the work spot and no labour or staff of the
contractor shall stay at the work spot. No extra payment will be made to the contractor
for the above transportation of the labour and his quoted percentage to the work shall
include the transportation charges of labour from colonies to work spot and back.
The contractor will at all times duly observe the provisions of employment of children Act
XXVI of 1938 and any enactment or modification of the same and will not employ or
permit any person to do any work for the purpose under the provisions of this
agreement in contravention of said Act. The contractor here by agrees to indemnify the
department from and against all claims, penalties which may be suffered by the
department or any person employed by the department by any default on the part of the
contractor in the observance and performance of the provisions of the employment of
children Act. XXVI of 1938 or any enactment or modification of the same.
As per Govt. memo No.721/Gr.(1)/81-35, dt:17.11.87. The contractor shall obtain the
insurance at his own cost to cover the risk on the works to labour engaged by him during
period of execution against fire and other usual risks and produce the same to the
Executive Engineer concerned before commencement of work.
TENDERER :: 70 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
65. Safety Measures:
1. The contractor shall take necessary precautions for safety of the workers and
preserving their health while working in such jobs, which require special protection and
precautions. The following are some of the measures listed but they are not exhaustive
and contractor shall add to and augment these precautions on his own initiative where
necessary and shall comply with directions issued by the University Engineer or on his
behalf from time to time and at all times.
2. Providing protective foot wear to workers situations like mixing and placing of mortar
or concrete sand in quarries and places where the work is done under much wet
conditions.
3. Providing protective head wear to workers at places like under ground excavations to
protect them against rock falls.
4. Providing masks to workers at granulates or at other locations where too much fine
dust is floating about and sprinkling water at frequent intervals by water hoses on all
stone crushing area and storage bins abate to dust.
5. Getting the workers in such jobs periodically examined for chest trouble due to too
much breathing in to fine dust.
6. Taking such normal precautions like fencing and lightening in excavation of trenches,
not allowing rolls and metal parts of useless timber spread around, making danger areas
for blasting providing whistles etc.
7. Supply work men with proper belts, ropes etc., when working in precarious slopes etc.
8. Avoiding named electrical wire etc., as they would electrocute the works.
9. Taking necessary steps towards training the workers concerned on the machinery
before they are allowed to handle them independently and taking all necessary
precautions in around the areas where machines hoists and similar units are working.
66. Fair Wage Clause:
1. The contractor shall pay not less than fair wages to labourers engaged by him on the
work.
2. “Fair” wages means wages whether for time of piecework notified by the Government
from time in the area in which the work is situated.
3. The contractor shall not with-standing the revisions of any contract to the contrary
cause to be paid to the labour, in directly engaged on the work including any labour
engaged by the sub-contractor in connection with the said work, as if the labourers had
been directly employed by him.
TENDERER :: 71 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
4. In respect of labour directly or indirectly employed in the works for the purpose of the
contractors part of the agreement the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose from time
to time by the Government. He shall maintain his accounts and vouchers on the payment
of wages to the labourers to the satisfaction of the Executive Engineer.
5. The University Engineer shall have the right to call for such record as required to
satisfy himself on the payment of fair wages to the labourers and shall have the right to
deduct from the contract amount a suitable amount for making good the loss suffered by
the worker or workers by reason of the “fair wages” clause to the workers.
6. The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Govt. from time to time without prejudice
to his right to claim indemnity from his sub-contractors.
7. As per contract labour (Regulation and abolition) Act. 1970 the contractor has to
produce the license obtained from the licensing officers of the labour department along
with the tender or at the time of agreement.
8. Any violation of the conditions above shall be deemed to be a breach of his contract.
Equal wages are to be paid for both men and women if the nature of work is same and
similar.
9. The contractor shall arrange for the recruitment of skilled and unskilled labour local
and imported to the extent necessary to complete the work within the agreed period as
directed by the University Engineer in writing.
67. Indemnity Bond:
Name of work: Supply and fixing of miscellaneous plumbing and carpenting
works at various locations for maintenance of Gardens and Guest house in the
University Campus.
I __________________________________contractor S/o.________________ aged
____________________________ Resident of ______________________ do hereby
bind myself to pay all the claims may come (a) under Workmen’s Compensation Act.
1933 with any statutory modification there of and rules there under or otherwise for or
in respect of any damage or compensation payable in connection with any accident or
injury sustained (b) under Minimum wages Act 1948 (c) under payment of wages
Act.1936 (d) under the Contractor labour (Regulation and Abolition) Act. 1970 by
workmen engaged for the performance of the business relating to the above contract ie.,
Failing such payment of claims of workmen engaged in the above work, I abide in
accepting for the recovery of such claims, effected from any of my assets with the
departments.
TENDERER :: 72 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
68. Compliance with Labour Regulations:
During continuance of the contract, the contractor and his sub contractors shall abide at
all times by all existing labour enactment and rules made there under, regulations,
notifications and bye laws of the State or Central Government or local authority and any
other labour law (including rules), regulations, bye laws that may be passed or
notifications that may be issued under any labour law in future either by the State or the
Central Government or the local authority and also applicable labour regulations, health
and sanitary arrangements for workmen, insurance and other benefits. Salient features
of some of the major labour laws that are applicable to construction industry are given
below. The contractor shall keep the Department indemnified in case any action is taken
against Department by the competent authority on account of contravention of any of
the provisions of any Act or rules made thereunder, regulations or notifications including
amendments. If the Department is caused to pay or reimburse, such amounts as may be
necessary to cause or observe, or for non-observance of the provision stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part
of the contractor, the Engineer-in-charge /Department shall have the right to deduct any
money due to the contractor including his amount of performance security. The
Department/Engineer-in-Charge shall also have right to recover from the contractor any
sum required or estimated to be required for making good the loss or damage suffered
by the Department.
The employees of the Contractor and the Sub-contractor in no case shall be treated as
the Department of the Department at any point of time.
69. Salient features of some major labour laws applicable to establishment
engaged in buildings and other construction work:
(a) Workmen compensation Act 1923: The Act provides for compensation in case if
injury by accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act
on satisfaction of certain conditions on separation if any employee has completed 5
years
service or more, or on death, the rate of 15 days wages for every completed year of
service. The Act is applicable to all establishments, employing 10 or more employees.
(c) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for
monthly contributions by the Department plus workers @ 10% or 8.33%. The benefits
payable under the Act are: Pension or family pension on retirement or death, as the case
may be. Deposit linked insurance on the death in harness of the worker. Payment of P.F.
accumulation on retirement/death etc.,
TENDERER :: 73 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
(d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinements or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided by the Principal
Department by Law. The Principal Department is required to take certificate of
Registration and the contractor is required to take license from the designated Officer.
The Act is applicable to the establishments or Contractor of Principal Department if they
employ 20 or more contract labour.
(f) Minimum wages Act 1948: The Department is supposed to pay not less than the
Minimum wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment construction of Buildings, Roads, Runways are
scheduled employment.
(g) Payment of wages Act 1936: It lays down as to by what date the wages are
to be paid, when it will be paid and what deductions can be made form the wages of the
workers.
(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for
work of equal nature to Male or Female workers and for not making discrimination
against Female employee in the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965: The Act Is applicable to all establishments employing
20 or more employees. The Act provides for payment of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.
3500/- per month or less. The bonus to be paid to employees getting Rs.2500/- per
months or above and up to Rs.3500/- per month shall be worked out by taking wages as
Rs.2500/- per monthly only. The Act does not apply to certain establishments. The
newly set-up establishments are exempted for five years in certain circumstances.
Some of the State Governments have reduced the employment size from 20 to 10 for
the purpose of applicability of this Act.
(j) Industrial Disputes Act 1947: The Act lays down the machinery and
procedure for resolution of Industrial disputes, in what situations a strike or lock- out
becomes illegal and what are the requirements for laying off or retrenching the
employees or closing down the establishment.
(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all
establishments employing 100 or more workmen (employment size reduced by some of
the State and Central Government to 50). The Act provides for laying down rules
governing the conditions of employment by the Department on matters provided in the
Act and get the same certified by the designated Authority.
TENDERER :: 74 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
(l) Trade Unions Act 1926: The Act lays down the procedure for registration of
trade unions of workmen and Departments. The Trade Unions registered under the act
have been given certain immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment
of children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes,
Employment Child Labour is prohibited in Building and Construction Industry.
(n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of
service) Act 1979: The Act applicable to an establishment, which employs 5 or more
inter-state migrant workmen through an intermediary (who has recruited workmen in
one state for employment in the establishment situated in another State). The inter
State migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, medical aid, travelling
expenses from home up to the establishment and back, etc.
(o) The Building and Other Construction workers (regulation of Employment and
conditions of service) Act 1996 and the Cess Act of 1996: All the establishments who
carryon any building or other construction work and employs 10 or more workers are
covered under this Act. All such establishments are required to pay cess at the rate not
exceeding 2% of the cost of construction as may be modified by the Government. The
Department of the establishment is required to provide safety measures at the Building
or construction work and other welfare measures, such as Canteens, First-aid facilities,
Ambulance, Housing accommodations for workers near the work place etc. The
Department to whom the Act applies has to obtain a registration certificate from the
Registering Officer appointed by the Government.
(p) Factories Act 1948: The Act lays down the procedure for approval of plans
before setting up a factory, health and safety provisions, welfare provisions, working
hours, annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing 10 person
or more with aid of power or 20 or more persons without the aid of power engaged in
manufacturing process.
TENDERER :: 75 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
70. Liabilities of the Contractor:
70.1 Accident Relief and workmen compensation:
The contractor should make all necessary arrangements for the safety of workmen on
the occurrence of the accident, which results in the injury or death of any of the
workmen employed by the contractor, the contractor shall within 24 hours of the
happenings of the accident and such accidents should intimate in writing to the
concerned Asst. Engineer /Dy. Executive Engineer of the Department the act of such
accident. The contractor shall indemnify Government against all loss or damage
sustained by the Government resulting directly or indirectly from his failure to give
intimation in the manner aforesaid including the penalties or fines if any payable by
Govt. as a consequence of Govt. failure to give notice under workmen’s compensation
Act or otherwise conform to the provisions of the said Act in regard to such accident.
70.2 In the event of an accident in respect of which compensation may become payable
under the workmen’s compensation Act VIII 23 whether by the contractor, by the
Government it shall be lawful for the University Engineer to retain such sum of money
which may in the opinion of the University Engineer be sufficient to meet such liability.
The opinion of the University Engineer shall be final in regard to all matters arising under
this clause.
70.3 The contractor shall at all times indemnify the Govt. of A.P. against all claims which
may be made under the workmen’s compensation act or any statutory modification
thereafter or rules thereunder or otherwise consequent of any damage or compensation
payable in consequent of any accident or injuries sustained or death of any workmen
engaged in the performance of the business relating to the contractor.
71. Contractor’s Staff, Representatives and Labour:
(a) The contractor shall, at all times, maintain on the works, staff of qualified
Engineers, and Supervisors of sufficient experience of similar other jobs to assure that
the quality of work turned out shall be as intended in the specifications. The contractor
shall also maintain at the works, a Work Manager or sufficient status, experience and
office and duly authorize him to deal with all aspects of the day-today work. All
communications to any commitments by the Work Manager shall be considered as
binding on the Contractor.
(b) The Contractor shall at all times submit details of skilled and unskilled labour and
equipment employed to the Engineer-in-Charge in prescribed proforma as he may
require to assess and ensure the proper progress of work.
(c) If the contractor does not employ the technical person agreed to on the work a
fine of Rs.25,000/- will be imposed. If he does not employ for 30 days, thereafter it
becomes a fundamental breach of contract.
TENDERER :: 76 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
72. Accommodation and food:
The contractor should arrange accommodation he needs, at his own cost. The contractor
shall make his own arrangements for supply of food grains, fuel and other provision to
his staff and labourers including controlled commodities.
73. Relationship :
Contractor shall have to furnish information along with tender, about the relationship he
is having with any officer of the University of the rank Assistant Engineer and above
engaged in the work and any officer of the rank of Registrar and above of the University.
74. Protection of adjoining premises:
The contractor shall protect adjoining sites against structural, decorative and other
damages that could be caused by the execution of these works and make good at his
cost any such damages.
75. Work during night or on Sundays and holidays:
The works can be allowed to be carried out during night, Sundays or authorized holidays
in order to enable him to meet the schedule targets and the work shall require MORT&H
round the clock working keeping in view:
i) The provisions of relevant labour laws being adhered to:
ii) Adequate lighting, supervision and safety measures are established to the satisfaction
of the Engineer-in-Charge and
iii) The construction programme given by the Contractor and agreed upon by the
Engineer-in-Charge envisages such night working or working during Sundays or
authorized holidays.
76. Layout of materials stacks:
The contractor shall deposit materials for the purpose of the work on such parts only of
the ground as may be approved by the Engineer-in-Charge before starting work. A
detailed survey, clearly indicating position and areas where materials shall be stacked
and sheds built is to be conducted by the contractor at his own cost and only after
obtaining necessary approval of the plan for use of sites by the Engineer-in-Charge, the
Contractor can use the sites accordingly.
77. Use of blasting materials:
Procurement of blasting materials and its storage is the responsibility of the contractor.
The contractor shall engage licensed blaster for blasting operation. The contractor is to
act in accordance with Indian Explosive Act and other rules prevailing, during the
execution of work. It is the responsibility of the contractor to see, that works by other
agencies in the vicinity are not hampered, in such cases if any claim is made by other
agencies that should be borne by the contractor. Carriage of blasting materials, from
the magazine to the work site, is the responsibility of the contractor.
TENDERER :: 77 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
78. Plant and Equipment:
78.1 The contractor shall have sufficient plant, equipment and labour and shall work
such hours and shifts as may be necessary to maintain the progress on the work as per
the approval progress schedule. The working and shifts hours shall comply with the
Govt. Regulations in force.
78.2 It is to expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant for the
speedy and proper execution of the work and the department does not undertake
responsibility towards their supply.
78.3 The department shall supply such of the machinery that may be available on hire
basis but their supply cannot be demanded as matter of right and no delay in progress
can be attributed to such non-supply of the plant by the department and the department
cannot be made liable for any damage to the contractor. The Contractor shall be
responsible for safe custody of the departmental machinery supplied to him (which will
be delivered to contractor at the machinery yard at site of work) and he has to make
good all damages and losses if any other than fire, wear and tear to bring it to the
conditions that existed at the time of issue to the contractor before handing over the
same to the department. The hire charges for the machinery handed over to the
contractor will be recovered at the rate prevalent at the time of supply. The contractor
will have to execute supplemental agreement with University Engineer at the time of
supply of the machinery. The acceptance of departmental machinery on hire is optional
to the contractor.
79. Steel forms:
Steel forms should be used for all items involving and use of centering and shuttering
shall be single plane without any dents and undulations.
80. Inconvenience to public:
The contractor shall not deposit materials at any site, which will cause inconvenience to
public. The Engineer-in-Charge may direct the contractor to remove such materials or
may undertake the job at the cost of the contractor.
TENDERER :: 78 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
81. Conflict of interest:
Any bribe, commission, gift or advantage given, promised or offered by on behalf of
contractor or his partner, agent or servant or any one on his behalf to any officer,
servant, representatives, agents of Engineer-in-Charge, or any persons on their behalf,
in relation to the obtaining or to execution of this, or any other contract with Engineer-
in-Charge shall in addition to any criminal liability, which it may occur, subject to the
cancellation of this or all other contracts and also to payment of any loss or damage
resulting from any such cancellation. Engineer-in-Charge shall then be entitled to deduct
the amount, so payable from any money, otherwise due to the contractor under this or
any other contract.
82. Contract documents and materials to be treated as confidential:
All documents, correspondences, decisions and orders, concerning the contract shall be
considered as confidential and/or restricted in nature by the contractor and he shall not
divulge or allow access to them by any unauthorized person.
83. General obligations of Contractor:
83.1 The contractor shall, subject to the provision of the contract and with due care and
diligence, execute and maintain the works in accordance with specifications and
drawings.
83.2 The contractor shall promptly inform the Department and the Engineer-in-Charge of
any error, omission, fault and such defect in the design of or specifications for the works
which are discovered when reviewing the contract documents or in the process of
execution of the works.
83.3 If Contractor believes that a decision taken by the Engineer-in-Charge was either
outside the authority given to the Engineer-in-Charge by the Contract or that the
decision was wrongly taken, the decision shall be referred to the technical expert within
14 days of the notification of the Engineer-in-Charge’s decisions.
83.4 Pending finalization of disputes, the contractor shall proceed with execution of work
with all due diligence.
84. Security measures:
a) Security requirements for the work shall be in accordance with the Government’s
general requirements including provisions of this clause and the Contractor shall conform
to such requirements and shall be held responsible for the actions of all his staff,
employees and the staff and employees of his sub-contractors.
b) All contractors’ employees, representatives and sub-contractor’s employees shall
wear identifications badges provided by the contractor. Badges shall identify the
contractor, showing and employee’s number and shall be worn at all times while at the
site. Individual labour will not be required to wear identification badges.
TENDERER :: 79 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
c) All vehicles used by the contractor shall be clearly marked with contractor’s
name.
d) The contractor shall be responsible for the security of the works for the duration
of the contract and shall provide and maintain continuously adequate security personnel
to fulfill these obligations. The requirements of security measures shall include, but not
limited to maintenance of order on the site, provision of all lighting, fencing, guard
flagmen and all other measures necessary for the protection of the works within the
colonies, camps and elsewhere on the site, all materials delivered to the site, all persons
employed in connection with the works continuously throughout working and non
working period including nights, Sundays and holidays for duration of the contract.
e) Other contractors working on the site concurrently with the contractor will provide
security for their own plant and materials. However, their security provisions shall in no
way relieve the contractor of his responsibilities in this respect
f) Separate payment will not be made for provision of security services.
85. Fire fighting measures:
a) The contractor shall provide and maintain adequate fire fighting equipment and
take adequate fire precaution measures for the safety of all personnel and temporary
and permanent works and shall take action to prevent damage to destruction by fire of
trees shrubs and grasses.
b) Separate payment will not be made for the provision of fire prevention measures.
86. Sanitation:
The contractor shall implement the sanitary and watch and ward rules and regulations
for all forces employed under this contract and if the Contractor fails to enforce these
rules, the Engineer-in-Charge may enforce them at the expenses of the Contractor.
87. Training of personnel:
The contractor, shall, if and as directed by the Engineer-in-Charge provide free of any
charge adequate facilities, for vocational training of Government Officers, students,
Engineers, supervisors, foremen, skilled workmen etc. not exceeding six in number at
any one time on the contractor’s work. Their salaries, allowances etc. will be borne by
the Government and the training schemes will be drawn up by the Engineer-in-Charge in
consultation with the contractor.
88. Ecological balance:
a) The contractor shall maintain ecological balance by preventing de-forestation,
water pollution and defacing of natural landscape. The contractor shall so conduct his
construction operation as to prevent any unnecessary destruction, scarring, or defacing
of the natural surrounding in the vicinity of the work. In respect of the ecological
balance, Contractor shall observe the following instructions.
TENDERER :: 80 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
i) Where unnecessary destruction, scarring, damage or defacing may occur, as
result of the operation, the same shall be repaired replanted or otherwise corrected at
the contractor’s expense. The contractor shall adopt precautions when using explosives,
which will prevent scattering of rocks or other debris outside the work area. All work
area including borrow areas shall be smoothened and graded in a manner to conform to
the natural appearances of the landscape as directed by the Engineer-in-Charge.
ii) All trees and shrubbery which are not specifically required to be cleared or
removed for construction purposes shall be preserved and shall be protected from any
damage that may be caused by the contractor’s construction operation and equipment.
The removal of trees and shrubs will be permitted only after prior approval by the
Engineer-in-Charge. Special care shall be exercised where trees or shrubs are exposed
to injuries by construction equipment, blasting, excavating, dumping, chemical damage
or other operation and the contractor shall adequately protect such trees by use of
protective barriers or other methods approval by the Engineer-in-Charge. Trees shall
not be used for anchorages. The contractor shall be responsible for injuries to trees and
shrubs caused by his operations. The term “injury” shall include, without limitation
bruising, scarring, tearing and breaking of roots, trunks or branches. All injured trees
and shrubs are restored as nearly as practicable without delay to their original condition
at the contractor’s expense.
(iii) The contractor’s construction activities shall be performed by methods that will
present entrance or accidental spillage of solid matter contaminants, debris and other
objectionable pollutants and wastage into river. Such pollutant and waste include earth
and earth products, garbage, cement concrete, sewage effluent, industrial wastes, radio-
active substances, mercury, oil and other petroleum products, aggregate processing,
mineral salts and thermal pollution. Pollutants and wastes shall be disposed off in a
manner and at sites approved by the Engineer-in-Charge.
(iv) In conduct of construction activities and operation of equipments the contractor
shall utilize such practicable methods and devices as are reasonably available to control,
prevent and otherwise minimize the air pollution. The excessive omission of dust in to
the atmosphere will not be permitted during the manufacture, handling and storage of
concrete aggregates and the contractor shall use such methods and equipment as a
necessary for collection and disposal or prevention of dust during these operation. The
contractor’s methods of storing and handling cement shall also include means of
eliminating atmospheric discharges of dust, equipment and vehicles that give
objectionable omission of exhaust gases shall not be operated. Burning of materials
resulting from clearing of trees, bushes, combustible construction materials and rubbish
may be permitted only when atmospheric conditions for burning are considered
favorable.
TENDERER :: 81 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
b) Separate payment will not be made for complying with the provisions of this
clause and all cost shall be deemed to have been included in the unit rates and prices
included in the contract if any provision is not complied with within a reasonable time
even after issue of a notice in this respect, the necessary operations would be carried
out by the Engineer-in-Charge at the cost of the Contractor, Orders of the Engineer-in-
Charge in this respect would be final and binding on the contractor.
89. Preservation of existing vegetation:
a) The contractor will preserve and protect all existing vegetation such as trees, on
or adjacent to the site which do not unreasonably interfere with the construction as may
be determined by the Engineer-in-Charge. The contractor will be held responsible for all
unauthorized cutting or damage of trees, including damage due to careless operation of
equipment, stockpiling of materials or trecking of grass areas by equipment. Care shall
be taken by the Contractor in felling tress authorized for removal to avoid any
unnecessary damages to vegetation and tress that are to remain in place and to
structures under construction or in existence and to workmen.
b) All the produce from such cutting of trees by the contractor shall remain the
property of Government and shall be properly stacked at site, approved by the Engineer-
in-Charge. No payment whatsoever, shall be made for such cutting and its stacking by
the Contractor. If any produce from such cutting is not handed over to the Government
by the contractor, he shall be charged for the same at the rates to be decided by the
Engineer-in-Charge. The recovery of this amount shall be made in full from the
intermediate bill that follows.
c) The contractor shall also make arrangements of fuel deposits for supply of
required fuel for the labourer to be employed for cooking purpose at his own cost in
order to prevent destruction of vegetation growth in the surrounding area of the work
site.
90. Possession prior to completion:
The Engineer-in-charge shall have the right to take possession of or use any completed
part of work or works or any part there of under construction either temporarily or
permanently. Such possession or use shall not be deemed as an acceptance of any work
either completed or not completed in accordance with the contract with in the interest of
Clause 28 of APSS except where expressly otherwise specified by the Engineer-in-
charge.
TENDERER :: 82 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
91. Payment upon termination:
If the contract is terminated because of a fundamental breach of contract by the
contractor, the Engineer-in-Charge shall issue a certificate for the value of the work done
less advance payment received upon the date of the issue of the certificate and less the
percentage to apply to the work not completed as indicated in the contract data.
Additional liquidated damages shall not apply. If the total amount due to the
Department exceeds any payment due to the contractor the difference shall be a debt
payable to the Department. In case of default for payment within 28 days from the date
of issue of notice to the above effect, the contractor shall be liable to pay interest at
12% per annum for the period of delay.
92. Access to the contractor’s books:
Whenever it is considered necessary by the Engineer-in-Charge to ascertain the actual
cost of execution of any particular extra item of work or supply of the plant or material
on which advance is to be made or of extra items or claims, he shall direct the contractor
to produce the relevant documents such as payrolls, records of personnel, invoices of
materials and any or all data relevant to the item or necessary to determine its cost etc.
and the contractor shall when so required furnish all information pertaining to the
aforesaid items in the mode and manner that may be specified by the Engineer-in-
Charge.
93. Drawing to be kept at site:
One copy of the drawings furnished to the contractor shall be kept by the contractor on
the site and the same shall at all reasonable time be available for inspection and use by
the Engineer-in-Charge and the Engineer-in-Charge’s representative and by any other
persons authorized by the Engineer-in-Charge in writing.
94. B.I.S. [I.S.I.] books and APSS to be kept at site:
A complete set of Indian Standard specification referred to in “Technical Specifications”
and A.P.S.S. shall be kept at site for reference.
95. Site Order Book:
An order book shall be kept at the site of the work. As far as possible, all orders
regarding the work are to be entered in this book. All entries shall be signed and dated
by the Department Officer in direct charge of the work and by the contractor or by his
representative. In important cases, the University Engineer will countersign the entries,
which have been made. The order book shall not be removed from the work, except
with the written permission of the University Engineer.
TENDERER :: 83 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
96. Variations by way of modification, omissions or additions:
For all modifications, omissions from or additions to the drawings and specifications, the
University Engineer will issue revised plans, or written instructions, or both and no
modification, omission or addition shall be made unless so authorized and directed by
the University Engineer in writing.
The University Engineer shall have the privilege of ordering modifications, omission or
additions at any time before the completion of the work and such orders shall not
operate to annual those portions of the specifications with which said changes do not
conflict.
Engineer-in-Charge’s Decision:
It shall be accepted as in separable part of the contract that in matters regarding
materials, workmanship, removal of improper work, interpretation of the contract
drawings and contract specification, mode of the procedure and the carrying out o the
work, the decision of the Engineer-in-Charge, which shall be given in writing shall be
binding on the contractor.
97. Care and diversion of river/stream:
The contractor shall submit details regarding the diversion and care of river or stream
during construction of the work along with a separate print-out of the time table showing
earliest and latest start and finish dates of various activities. He should submit a
detailed layout plan with drawings for the diversion and care of river during construction
of work. The above arrangements shall be at contractor’s cost.
98. Income tax:
a) During the currency of the contract deduction of income tax at 2% shall be made
from the gross value of each bill of the contract, the contract value of which is in excess
of Rs.10,000/- for deduction of tax at rates lower than 2% procedure stipulated under
section 194-C(4) of Income Tax Act, 1961 shall be followed.
b) Income Tax clearance certificate should be furnished before the payment of final
bill. The contractor’s staff, personnel and labour will be liable to pay personnel income
taxes in respect of their salaries and wages as are chargeable under the laws and
regulations for the time being in force, and the contractor shall perform such duties in
regard to such deductions thereof as may be imposed on him by such laws and
regulations.
TENDERER :: 84 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
99. Seigniorage and cess charges:
Seigniorage and cess charges will be recovered as per G.O.Ms No. 217 Industries and
Commerce (M-1) Department dated 29-9-2004 from the work bills of the contract or
based on the theoretical requirement materials at the following rates.
Sl.
Material Seigniorage
No.
1. Sand Rs.40.00 / cum.
2. Road Metal /
Ballast/Building
stone/Rough stone Rs.75.00 / cum.
3. R.R. stone for masonry. Rs.75.00 / cum.
4. Gravel Rs.30.00 / cum
100. VAT tax:
100.1 Tax Collection at source at 2% towards GST shall be made in all payments of all
works irrespective of value of works and irrespective of category of Registration of the
Contractor / Firm.
100.2 While collecting the tax from the payments made to the Contractor:
a) No distinction need be made whether the contractor is a GST dealer / TOT dealer /
unregistered dealer
b) No distinction need be made whether the contractor has opted for Composition or Not
c) No need to collect tax where material value is less than 10% of the total value of the
work.
100.3 The contractor is permitted to avail composition for each and every contract.
Once he is permitted to pay tax under composition for a particular contract, all the
payments made under that particular contract shall be covered under composition
provisions only.
100.4 The Contractor opted under Composition is liable to pay at 18% tax on total value
of the contract. The contractor is not entitled to claim refund of tax relating to the tax
collection made at source. (Since the 18% GST is built over and above work estimate.)
100.5 The contractor opted under NON Composition Scheme is liable to pay the tax to
the C.T. department as below:
I) Output tax payable
GST on 18% goods applied to the Contract.
ii) Input tax deductable (Including other eligible items.)
(90% of input tax on 18% goods + 90% of input tax on 12.5% goods)
TENDERER :: 85 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
iii) Net tax payable in Month = Output tax - Input tax
100.6 In case of contractor opted for non-composition scheme also 5% tax towards VAT
should be collected from the works contract as 5% towards tax be added in the
estimates.
100.7 In case of NON Composition, where if the tax liability of the contractor is less than
the tax amount deducted by the department, No tax amount shall be refunded to the
works contractor by the C.T. Department.
100.8 In case the liability of the works contractor is more than 5% of the amount
collected by the department and remitted to the C.T. department, the contractor is liable
to pay the excess tax from his account and no reimbursement shall be made to the
works contractor.
101. Supply of construction materials:
i) The contractor has to make his own arrangements for procurements, supply and
use of construction materials.
ii) All materials so procured should confirm to the relevant specifications indicated in
the bidding documents.
iii) The contractor shall follow all regulations of the Department/Government of India
in respect of import licenses etc., of the procurement of the materials is through imports
and he shall be responsible for the payment of applicable duties and taxes, port
clearances, inland transportation etc.
iv) The contractor shall make his own arrangements for adequate storage of the
materials.
[Any other special conditions applicable to the work put to Tender.]
TENDERER :: 86 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
TECHNICAL SPECIFICATIONS
[TO BE INCORPORATED AS PER REQUIREMENT OF THE WORK PUT TO TENDER
DULY QUOTING THE RELEVANT SPECIFICATION NUMBER OF APSS. BSI Code
No. , MORT&H, etc. STANDARD SPECIFICATION NO.]
FOOT NOTE
WATER SUPPLY AND SANITARY WORKS
1. The work shall be carried out as directed by the University Engineer as per
a) APDSS Section 18 i.e. section containing sanitary work and roof plumbing.
b) As per relevant code and other departmental circulars in vogue at the time of
execution of work.
2. The rates should include breaking and making holes and grooves in masonry to
receive pipe fitting refilling holes and grooves and – re-construction of masonry plain
concrete in walls and floors. No. separate/payment will be made for incidental
dismantling or and making up by re-buildings exception for cutting holes in RCC.
3. Supplying laying joining and Testing SWG pipes include lying the pipe to required and
Gradients upto 1.5M depth including necessary excavation of trenches and socket pit in
All types of soils except blasting, refilling, speeding and surplus excavated earth or as
directed, watering tamping all incidental work complete in order to ensure the purpose
for complete item of work.
4. The rates include construction of pedestal and giving connections to the feeder and
Supply pipes.
5. All the items to be used on the work and first quality and as per ISI mark. The ISI
numbers
Are indicated below:-
1. G.I. pipes of 1st quality with accessories complying IS 1729
2. Porcelain item i.e., wash hand basin WC urinal 2556
st
3. GM item of stop cock 1 quality 781
4. Ball cock of 1st quality 1703
5. GI pipes of “A” class of fine quality 1239
6. GM peet valve of last quality of ISI 778 All GI items should
be black painted before
Fixing
TENDERER :: 87 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
6. The site Engineer should check the item with ref. To ISI before execution.
7. S & F and testing GI pipes includes supply of Class’ A’ pipes confirming to relevant
Clauses of IS codes. The item including S&F specials such as coupling flanges, tees
Elbows bends etc., but excluding unions and reducers, measurements will be Center line
length and measurements for special and masonry pedestal if any.
TENDERER :: 88 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
TECHNICAL SPECIFICATIONS
1. I.E RULES 1956: The installation shall generally be carryout in conformity with the
Indian Electricity rule 1956 as amended from time to time and National Electrical code
which contains Specific regulations to be adhered to in the supply and use of Electrical
energy in the interest of safety.
2. PRESSURE AND FREQUENCY OF SUPPLY: All current consuming devices shall be
suitable for the pressure and frequency of supply stated in the special conditions of
contract.
3. SYSTEM OF WIRING: - THE wiring shall be carried out on such a system as may be
specified in the conditions of contract.”Power wiring shall be kept separate and distinct
from lighting wiring. All conductors shall be run as far as possible along the walls and
ceiling, so as to be easily accessible for inspection. The balancing of circuits in 3 phase
systems shall be arranged before hand by the Engineer.
4. CONDUCTORS: The material and size of the conductors shall comply with the Bureau
of Indian standards and as per the provision of I.E Rules, 1956.All cables shall have the
maker’s name and identifications printed on the insulated surface. In case of dispute
regarding make it as the responsibility of the contractor to prove that the material is
original of the company.
5 MATERIALS: - All materials, fittings, equipment and their accessories, appliances etc.,
used in an electrical installation shall confirm to the Bureau of Indian Standard
Specification wherever they exist. In case an Indian standard does not exist, the
materials and other items shall be those approved by the competent authority. A list of
approved materials for use in the electrical works is enclosed. The approved makes as
specified in Schedule-A should invariably be used in the E.I work. In case of other items
which are not specified in Schedule-A, the materials covered under approved make list
can be used.
6. TEST TO BE COMPLIED WITH: Before an installation put in to service the following test
shall be complied with.
a) INSULATION RESISTANCE: - The insulation resistance shall be measured by applying
between the earth and the whole system of conductors or any section thereof with all
fuses in place and all switches on a direct current pressure of not less than twice the
working pressure. The working pressure shall be deemed to be that which is maintained
between the outer or phase conductors and the neutral.
b) The insulation resistance of an installation measured as in above shall not be less (in
mega ohm) than25 divided by number of points on the circuits provided that;
TENDERER :: 89 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
(1)Any installation shall not be required to have an insulation resistance greater than (1)
mega ohm.
(2) Lighting circuits shall be tested with all lamps in place exception the case of earthed
concealing wiring system.
(3)Heating and power circuits may be tested, if desired with the heating and power
appliances disconnected from the supply.
7. EARTH RESISTANCE:- It is recommended that the value of any earth system shall not
be more than 50 unless otherwise specified. Care should be taken to select a material
which is resistant to corrosion in type of soil in which it will be used. The electrode shall
be kept free from paint, enamel and grease, . The size of the earth continuity conductor
should not be less than 14 SWG (2.8.94 Sqm.). Earthy resistivity test shall be carried
out in accordance with Indian standard code of practice of earthing.
8. FANS & REGULATORS: All ceiling fans shall be wired to a ceiling rose and suspended
from a hook or shackle and insulated from the same. All joints in the suspension rod
shall be screws and all joints or bolts in connection shall be additionally secured by
means of split pins.
9. CONDUIT SYSTEM OF WIRING:-The conduit shall be electrically continuous from
distribution board to outlet boxes for lighting, switches and other appliances. The lengths
of conduit shall be joined by means of screws, sockets. Threads shall be free from grease
or oil and no material of this nature shall be allowed to come in contact with the
conductors. The whole metal system of the conduit system shall be electrically
continuous throughout and shall be permanently and efficiently connected to the
earthing system.
10. EXCAVATION AND BACK FILL: All excavation and back fill including tampering,
shoring and strutting required for the installation of the cable shall be carried out by the
contractor in accordance with the drawings and requirements laid down elsewhere.
Trenches shall be filled in layer not exceeding 150 mm. Each layer shall be properly
rammed and consolidated before laying the next layer. The contractor shall restore all
surface, road ways, side walks, curbs, wall or other works out by excavation to their
original conditions, satisfactory to the Departmental officers.
11 Prior to buying of cables, following tests shall be carried out.
a) Insulation test between phases, phase and earth for each length of cable before
and after jointing. On completion of cable laying work the following tests shall be
conducted in presence of the Departmental Engineer.
i) Insulation resistance test.
ii) Continuity test.
iii) Earth test.
TENDERER :: 90 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
12. MEDIUM VOLTAGE AND LOW VOLTAGE SWITCH GEAR PANEL BOARD.
The main panel board shall be floor mounted and totally enclosed. The design shall
include all provisions for safety of operating and maintenance personal. The general
construction shall confirm to appropriate Indian standard specification. Cubical type
switch board shall be fabricated out of sheet steel not less than 2.00mm thick. Such
sheet steel member shall be stiffened by angle iron frame work. Unless otherwise
approved, incomer and bus section panels or sections shall be separate and
independent. The general arrangement for multi tier construction shall be such that the
horizontal bars formed present a pleasant and aesthetic look. The general arrangement
shall be got approved before fabrication. All cable entries shall be through gland plates.
Cable entry plates shall be sectionalized. The construction shall include necessary cable
supports for crimping the cable alloy or rear cable chamber. Incomer terminations shall
be suitable for receiving bus bar trunking. Bus bar shall be firmly fixed supports
construction from a suitable insulating materials which confirm to relevant Indian
standards. The supports sufficiently robust to effectively with stand electro mechanical
stresses produced in the vent of short circuit. The minimum clearance to be maintained
for open and closed indoor air insulated bus bars/Electrically non-exposed and working
at system voltage upon 600 volts shall be as follows.
BETWEEN MAIN CLEARANCE
Phase to Earth 26mm
Phase to phase 32mm.
13. DISTRIBUTION: Distribution boards shall be assembled and aligned toned together
and installed as per installation manual of the switch board supplier and relevant and
connections adjusted accordingly. A mechanical endurance test shall be carried out by
closing and opening of the circuit breaker.
14. COMPLETION DRAWINGS: At the completion of the work and before issuance of
virtual completion the contractor shall submit to the Departmental Officers five sets of
layout drawings drawn at approve scale indicating the complete wiring system “As
installed”. The drawings shall in particulars give the following information.
i) Run and size of conduit, inspection and junction boxes.
ii) Number and size of conductors in each circuit.
iii) Location and rating of sockets and switches controlling the light and power outlets.
iv) Location and details of distribution boards, main switches and other particulars.
v) A complete wiring diagram as installed and schematic diagram showing all
connections in the complete electrical system.
vi) Instructions, maintenance and operation manuals if any for the equipment.
vii) Contractors should obtain necessary approval, from Electrical inspectorate authority
duly submitting necessary drawings best certificates etc.
TENDERER :: 91 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
15. CONDITIONS FOR ELECTRICAL WORK (GENERAL)
1 The materials issued should be as per the list of materials enclosed. The
department reserves the right to insist upon using any of the materials from the list of
approved materials.
2 Ceiling fans and other fittings will be supplied departmentally free of cost a
divisional stores, and the contractor has to make his own arrangements to transport the
same to site and fix in position.
3 The work shall be carried out strictly in conformity with (i) Code of practice for
electrical for electrical wiring and fittings in Government Builders (ii) The Indian
Standard specification (iii) The Departmental Specification, if the work carried out does
not comply with the code of Practice and Departmental Specifications and if the
workmanship is unsatisfactory it will be Blinding the contractor to re do the job without
any extra cost and pay penalty as decided by the Department towards inconvenience
caused, if any.
4 The work should be carried out under the direct supervision of persons holding a
certificate of competency for the type of work involved.
5 After completion of work a plan of building should be furnished indicating the
location of various main and sub-boards and all the fittings together with a circuit
diagram duly numbered ( in the diagram). The final bill will be paid subject to approval
of above particulars by the department.
6. The contractor will be responsible for any defects noticed during either improper
workmanship of defective materials supplied by him for two calendar year from the date
of final completion of work.
7. Lugs should be provided for all earth connections.
8. The Contractor himself should arrange for the transportation of men and materials to
the work spot.
9. All Civil Works and patchworks indicated for providing electrical installations should be
well finished to the satisfaction of the Civil Authorities. The specification of civil
authorities it will be responsible of electric contractor to .A certificate from them should
be obtained to the effect that the Civil and patch work done is to obtain such certificate
from the Civil Engineer. Unless such certificates are produced this office will have right to
with held the bill.
10. Concreting to the pole and providing independent earthing should be done in
presence of departmental staff.
11. The distribution boards with switch controls shall be separate in each floor for normal
supply and essential supply.
12. The lighting circuits shall be provided with separate conductor to enable to connect
the normal lighting and essential lighting without linking to any of the above systems to
TENDERER :: 92 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
ensure to switch over to essential supply in the order to have minimum lighting to avoid
inconvenience to the staff working.
13. The controls for the luminary to be provided in the hall for both to be connected to
the normal supply and essential supply shall be separate and away from each system.
14. For the points to be connected to essential supply, a separate conduit system is to
be laid enumerated in the above conditions includes circuit main of any system.
15. The locations for the D.Bs and switch controls for essential supply will be decided
during the course of execution where the circuit conduit way has to be terminated.
16. Conditions for supply, Erection and Commissioning of Lift.
1) GUARANTEE:-
The equipment offered should be covered by the usual guarantee by which any part or
parts which fail within 24 months from the date of handing over due to defective
materials or bad work should be replaced by the firm at free of cost. The period 24
months is to be reckoned from the date of handing the lift to this department after
testing and commissioning in satisfactory operating condition. No extra amount will be
paid for any reasons what so ever.
2) The delivery and erection shall be completed as per the rate of progress as specified
in the tender conditions under rate of progress.
3) Deputation of erector:
Before the commencing the erection, the erection engineer should be deputed when ever
asked from by the Department. No separate charges will be paid for such deputation.
4) (a) The design and drawings of all civil works have to be furnished by the firm.
(b)The firm shall supply the lay out drawings of lift and its switchgear after the
completion of the work.
© Final bill shall be paid only after the entire work is completed to the satisfaction of the
Department.
(d) The rate offered by the firm shall be inclusive of all charges such as packing
forwarding and insurance etc., the rate also shall be inclusive of excise duty, S.T etc.,
including all other incidental charges, such as accommodation for erection crew journeys
boarding and lodging inclusive of training to an operator concerned etc., . The price
shall also include any statutory increase in excise duty, S.T if any during the currency of
the contract. However the Department shall help the firm in procuring the materials at
confessional sales tax (i.e, the department shall provide the firm with D. Form for
obtaining S.T concession).
TENDERER :: 93 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
5) Servicing: - Free servicing will have to be done by the firm for a period of twenty
four months from the date of commissioning the lift i.e, during the guarantee period.
6) Terms of payment: 80% of the contract value will be paid on receipt of the all lift
material at site. The balance 20% will be released after handing over the lift in
satisfactory working condition, inclusive of erection, commissioning and testing.
7) Specification: The Supply and erection of lift should be inconformity of standards as
per I.S.I specifications.
8) Scaffolding: Scaffolding to the required extent has to be erected by the firm at their
cost.
9) Steel: The rate quoted should also include necessary steel required for still support
angles, hitch beams, buffer supports channels and bearing plates etc.,. The department
will not be responsible for any mishaps during execution of equipment.
10) Minor works:- doing all minor works comprising of cutting holes and making good,
guide rail brackets and landing batton fixtures, frames for collapsible gates and civil
works, associated with the laying of the stills at each entrances and on the landing buffer
supports channels and other works ancillary to the erection work in lift making groom
and all other civil works will have to be carried out by the firm only to the satisfaction of
the department officer and the company will responsible for any defects in the said
works that might be noticed at later dates.
11) Transport & Storage:- The materials will have to be delivered at site and stored at
the cost of the firm. The safety of the material will be firms responsibility till the
equipment is handed over duly commissioned. Any damage or loss of the material
stored will be to the account of tendered. Any repairs or replacement etc., needed to the
materials so stored should be done at the cost of tendered till the lift is handed over in
satisfactory operation condition after testing and commissioning. All the expenses
should be borne by the company. However storage facilities will be provided free of
cost.
12) Earthing: - Necessary earthing is to be provided by the firm in confirmation to the
relevant I.S.I specifications.
Other conditions will be as per APSS (Manual A.P. Detailed standard specifications).
TENDERER :: 94 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
LIST OF THE APPROVED MATERIALS FOR USE IN THE ELECTRICL WORKS
S.No Description of Material Approved Make
1. Insulated wire PVC Copper cable Anchor, Finolex, Q-Flex, Suncab,
sheathed/unsheathed Gold Medal, Havells or any other
with ISI marking Fire retardant
2. SA Flush Type switches SA 3 Pin Gold Medal, Million, Anchor,
Socket-15 A Pin power plugs etc., Pointer Cona.
3. Batten Holders, Pendent Holders and Gold Medal, Million, Anchor,
Brackets pointer Cona.
4. Ceiling Rose, junction Box, PVC shade Gold Medal, Million, Anchor,
pointer Cona.
5. Link Clips of various sizes aluminum Tinted Brass aluminum only.
only
6. MS conduit pipes and accessories 16 gauge ISI approved make only.
7. Wooden accessories(including Make of well seasoned wood with
Reapers, Gutties, Boards and Blocks) IS make decolam sheet
8. Iron Clad /sheet metal main switches Havell’s and any ISI approved
of various capacities both rewireable make.
and HRC types.
9. Distribution Boards of single Phase MDS, Havelts, HPL, S&S, SHIP and
and 3 phase from 4-way to 12 way. any ISI make.
M.C.Bs isolators, RCCBs etc., MDS, Havelts, HPL, S&S, SHIP and
10. any ISI make.
11. Rewirable and HRC fuse units of Standard, sputnik, HPL Havells and
various capacities any ISI approved make.
12. Ceiling Fans and Exhaust Fans. USHA, KHAITAN, ORIENT and
makes covered under DGS & D
rate Contract
13. Fluorescent Fittings (Box type) Compton, Phillips and other makes
covered under DGSD & D
14. P.V.C pipe and Accessories Makes approved by ISI
15. Energy saving E + Tube Asian / Philips / Compton, Havells,
GE
TENDERER :: 95 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
I hereby agree to use materials only from the makes specified against each item.
Note: The approved makes specified in Schedule – A should be used on the work
invariably. In case of non-specified items in Schedule-A, the approved makes as
specified in the above list can be used.
CONDITIONS exclusively for Transformers
RATES: The rates should be inclusive of all taxes and other charges for packing
forwarding, insurance, transportation of the material to the site.
DEPUTATION OF ERECTION ENGINEER & STAFF: The erection Engineer and staff
should be deputed at the time of erection. No. Separate charges will be paid for such
deputation.
DELIVERY & ERECTION: The transformers should be supplied to erecting,
commissioning and handing over in satisfactory working condition within (2) months
from the date of Agreement. All the H.T and L.T switchgear transformers etc., should be
erected as per latest Electrical Inspectorate rules and for any deviations from rules, the
contractor will be held responsible.
GUARANTEE: All the equipment supplied should be guaranteed for two year from the
date of handing over or from the date or charging of installation whichever is later in
satisfactory working condition. Any part or parts, which fail during the guarantee period
due to defective manufacturing or bad workmanship, should be replaced repaired by the
firm free of cost.
TEST REPORTS: The contractor should furnish test reports for transformers, oil
breather, OCB’s etc., issued by the competent authority.
The contractor should hand over all the required manuals of transformers
supplied by him.
The KVA – 11 KV/433 Volts copper wound transformer should be manufactured as
per latest specifications and of makes mentioned here under.
1) Kirlosker 2) As specified in the B.O.Q
CONDITIONS FOR SUPPLY, ERRECTION AND COMMISSIONING DIESEL
GENERATOR SETS
GUARANTEE: The Generator set and its connected switch gear, offered shall be
covered by the usual guarantee period during which if any part / parts fall either due to
defective materials bad workmanship shall be repaired / replaced by the firm at free of
cost. This guarantee period of 24 months will be reckoned from landing over the
generator set after testing and commissioning in satisfactory working condition.
TENDERER :: 96 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
DELIVERY & ERRECTION: The delivery and erecting shall be complete as per the rate
of progress as specified in the tender conditions under rate of progress.
A) The design and drawings of all civil works have to be furnished by the firm.
B)The firm shall supply the layout drawings of generator set and its switch gear after
completion of the work.
C) Final bill shall be paid only after the entire work is completed to the satisfaction of the
department.
D) The rate offered by the firm shall be inclusive of all charges such as packing
forwarding and insurance etc., S.T etc., including all other incidental charges such as
accommodation for erection crew, journeys bearing and lodging inclusive of training to
an operator concerned etc. The price shall also include statutory increase in Excise Duly,
S.T. if any during the currency of the contract. However the Department shall help the
firm in procuring the materials of confessional Sales Tax (i.e. the Department shall
provide the firm with ‘D’ form for obtaining S.T concession)
4) SERVICING: Free monthly servicing and maintenance shall be done by the firm for
a period of 24 months from the date of handing over the plant and also the firm shall
depute servicing Engineer as and when required by the Department without claiming any
extra charges duly replacing the parts Defective due to manufacture, free of cost and
without any obligations.
5. TERMS OF PAYMENT: 80% of the contract value on delivery of all materials at
site based on payment schedule and balance after handing over the set in satisfactory
working condition inclusive of erecting, commissioning and testing. The current
transformers which are proposed to be used shall be resin coated power Cables shall be
of fiber glass which can withstand a temperature of 130 and Fuses, ACBs shall be English
/ Electric / Sermers LT & LK/ISI approved make.
CIVIL WORKS: All the Civil works contingent to installation of generator set shall be
done to the satisfaction of the Department officers concerned. The Firm shall be
responsible for any defects in the said works that might to be noticed at a letter dated.
8) TRANSPORT & STORAGE: The materials should be stored at the firms cost and
responsibility. The storage accommodation will be provided by the Department subjects
availability of the accommodation. This department will not defray of reimburse the cost
of any materials / materials lost damaged or other- wise in the transit or storage of the
materials or for any reason including thefts cyclone fire burglary or any other causes.
9) TESTING CERTIFICATES: Test Certificate shall be furnished.
10) EXPERIENCE: Only previous experience in supply and erection of generator sets
and commissioning only need to apply. EARTHING: Necessary earthling is to be
provided by the firm in confirmation to the relevant ISI Specifications.
TENDERER :: 97 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Necessary exhaust piping from engine exhaust to outside the room by means of MS / GI
pipe of suitable size and supporting it properly by means of clamps. Silencer should be
mounted at the end of the exhaust pipe.
The D.G set should be tested on load for atleast 4 hrs out of which 2 hrs shall be 100 %
load and remaining 2 hrs shall not be less than 75 % of full load.
18 List of I.S codes for Electrical Installations:
1) Electrical wiring installation I.S 732-1989
(System voltage not exceeding 650 (V)
2) Graphical symbols used in the Electro-technology I.S. 2032-1969
Art-XI Electrical Installation building
3. Fire safety of building (General) Electrical Installation I.S 1646-1961
4. PVC Installation cables I.S 694-1977
5. PVC Insulation cables (heavy duty) I.S 1554-1964
6. 5 A tumbler switches I.S 1087
7. 15 A tumbler switches I.S 2120
8. 3 pin plugs and sockets I.S 1293
9. Alum conductors for insulation cables I.S 1753-1967
10. Recommended current rating for cables I.S 1961-1967
11. Installation and maintenance of paper insulated power cables I.S 1155-1967
12. Ear thing I.S 3043-1966
13. Rigid steel conduits electrical wiring I.S 9537-PII-1989
14. Fittings for electrical wiring I.S 2667-1964
15. Flexible steel conduits for electrical wiring I.S 3430-1966
16. Accessories for Rigid steel conduits insulated Cables I.S 3837-1966
17. A.C circuit breaker I.S 2516-1977
18. Heavy duty air break switches and fuses for voltage not I.S 4047-1967
Exceeding 1000V
19. 11 KV XLPE cables I.S 7089 Part-II
20. Fuses I.S 9224 P-I & II
21. Current Transformer I.S 2705
22. Voltage Transformer I.S 3516
23. Indicating Instruments I.S 1248
24. Relays I.S 722
25. Integrating Instruments I.S 3231
26. Auxiliary contracts I.S 2959
27. Auxiliary switches and push buttons I.S 6875
28. A.C isolator and earthling switches I.S 1818-1972
TENDERER :: 98 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
29. Central gear for voltages not exceeding 1000V I.S 4337-1967
30. Installation and maintenance of switchgear I.S 3072-1965
31. Enclosed distribution fuse board and cutouts for I.S 2675-1964
Voltages 1000V
32. Air break isolator for voltages 1000V I.S 2607-1976
33. Marking alignment or switchgear bushes main I.S 375-1963
Connections and auxiliary wiring
34. Selection installation and maintenance of fuses I.S 3106-1966
(voltages not exceeding 650V)
35. General and safety requirements for electric lighting fittings I.S 1913-1969
36. Lighting public thorough fares I.S 1944-1970
37. Waterproof electrical lighting fitting I.S 3528-1966
38. Water tight electrical lighting fitting I.S 3553-1966
39. Lumuinaries for street lighting I.S 2149-1970
40. Mild steel tubular and other wrought steel pipe Fitting. I.S 1239-1968
41. Ceiling fans I.S 374-1951
42. Transformers I.S 2026-1962
43. Installation and commissioning of Transformers I.S 1886-1967
44. Protecting of buildings and allied structure I.S 2309-1967
against lightning
45. Interior illumination I.S 3636-1966
46. Bus bar ratings I.S 8084-1976
47. on load change over switch I.S 4064-1978
48. Aluminum alloy for bus bars I.S 50823
Factory build assemblers of switch gear and
Control gear
General requirements of switch gear and I.S 4237
Control gear for voltage not exceeding
1000V
Degree of protection provided by enclosing for I.S 2147
Low voltage switch gear
52. Lifts I.S 14665-2000
TENDERER :: 99 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
DRAWINGS
1.0 DRAWINGS:
1.1 The plans enclosed with the tender are liable to the altered during execution of work
as per necessity of site conditions. The premium quoted by the contractor for various
items shall hold good for execution of work even with altered plans.
1.2 One set of drawings, on the basis of which actual execution of the work is to proceed
shall be furnished free of cost to the contractor by the Registrar /University Engineer
progressively according to the work program submitted by the contractor and accepted
by the Registrar / University Engineer. Drawings for any particular activity shall be
issued to the contractor at least 30 days in advance of the scheduled date of the start of
the activity. However, no extra claims by the contractor toward any delay in issue of
drawing or issue of any revision / change to the drawings issued earlier shall be
admissible. The Registrar shall intimate the contractor 7 days in advance regarding any
delay to issue of drawings, for any particular stage of works. If work gets effected due
to delay to issue of drawings, for any particular stage of work the contractor shall be
granted extension of time in terms of condition 14.7 of tender notice.
1.3 Signed drawings above shall not be deemed to be an order for work unless they
entered in the agreement or schedule of drawings under proper alterations of the
contractor and University Engineer or unless they have been sent of the contractor by
the University Engineer with a covering letter confirming that the drawing in and
authority for work in contract.
2.0 DISCREPANCIES:
2.1 In case of discrepancies between documents the following order of procedure shall
apply:-
2.1.1 Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.
2.1.2 Figured dimensions shall supersede scaled dimensions. The drawings on a larger
scale shall take precedence over those on a smaller scale.
2.1.3 Drawings issued as construction drawings from time to time shall supersede tender
drawings and also the correspondence drawings previously issued.
Note: The contractor should not execute any component of work without
obtaining the working drawings. Any work done without drawings shall be at
the contractors responsibility only. Acceptance for such work will be at the
discretion of the University Engineer.
SECRECY CLAUSE:
The drawings and specifications made available to the tenderer shall exclusively be used
on the work and they are retained from passing on each plan to any unauthorized hand
either in parts or in full under the provisions of Section-3 and 5 of the official secrets Act
1923. Any violation in this regard will entail suitable action under appropriate clause or
official secret Act 1923.
TENDERER :: 100 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
BILL OF QUANTITIES
AND
PRICE BID.
TENDERER :: 101 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Name of work: - Supply and fixing of miscellaneous plumbing and carpenting works
at various locations for maintenance of Gardens and Guest house in the University
Campus.
BILL OF QUANTITIES
PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the instructions to Tenderers,
General and Special conditions of Contract Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional and are
given to provide common basis for tendering. The quantities here given are those upon
which the lump sum tender cost of the work is based but they are subject to alterations,
omissions, deductions or additions as provided for in the conditions of this contract and
do not necessarily show the actual quantities of work to be done. The basis of payment
will be actual quantities of work ordered and carried out as measured by the Contractor
and verified by the Engineer and valued at the estimate rate plus or minus tender
percentage quoted in the Bill of Quantities where applicable, and otherwise at such rates
and prices as the Engineer-in-Charge may fix within the terms of Contract.
3. The estimate rates in the Bill of Quantities shall, except in so-far as it is otherwise
provided under the Contract include cost of all constructional material, labour,
machinery, transportation, erection, maintenance, profit, taxes and duties together with
all general risks, liabilities and obligations set out or implied in the Contract.
4. The plans enclosed with the tender are liable to be altered during execution of work as
per necessity of site conditions. The Tender percentage quoted by the tenderer shall
hold good for execution of work even with altered plans.
5. The whole cost of complying with the provisions of the Contract shall be included in
the estimated rates for items provided in the Bill of Quantities and where no items are
provided in the Bill of Quantities, their cost shall be deemed to be distributed among the
estimate rates entered for the related items of work.
6. General directions and descriptions of work and materials are not necessarily repeated
nor summarized in the Bill of Quantities. References to the relevant sections of the
Contract documentation shall be made before entering estimate rate against each item
in the Bill of Quantities.
7. The method of measurements of completed work for payment shall be in accordance
with the relevant B.I.S. Codes & A. P. S. Specifications. All items of work are to be
executed as per the drawings / specifications supplied with the contract documents.
TENDERER :: 102 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
8. If there is any contradiction between the drawings and the text of the specifications,
the later shall prevail.
9. The Tenderer should inspect and select the quarries of his choice before he quotes the
tender percentage in the Schedule of Bill of Quantities and satisfy himself about the
availability of required quantum of materials.
10. Diversion drains should be excavated before completion of the embankments and
the useful soils should be used in the nearby embankments.
11. The actual mix proportion by weight to be adopted during execution will be got
designed in the laboratories to suit the grade of concrete and mortar to be used. It will
be the responsibility of the contractor to manufacture concrete and mortar of required
strength.
12. The quantum of measurement for all items of earthwork involving conveyance
manually or by machinery shall be as assessed by level measurement. The
measurements for the embankment will be for the consolidated banks only.
13. Wherever bailing out of water is involved either for excavation or for foundations or
for constructions, the percentage quoted shall take into account the de-watering charges
necessary. No separate payment will be made for de-watering.
14. Wherever embankment work is involved, useful soils approved by the Engineer-in-
Charge from the cutting reaches and diversion drains shall be taken and used for
forming nearby embankments soils used for constructions will be at free of cost.
15. The quoted tender percentage shall also include the work of any kind necessary for
the due and satisfactory construction, completion and maintenance of the works
according to the drawings and these specifications and further drawings and orders that
may be issued by the Engineer-in-Charge from time to time. The quoted tender
percentage shall include compliance by the Contractor with all the general conditions of
contract, whether specifically mentioned or not in the various clauses of these
specifications, all materials, machinery, plant, equipment, tools, fuel, water, strutting,
timbering, transport, offices, stores, workshop staff, labour and the provision of proper
and sufficient protective works, diversions, temporary fencing and lighting. It shall also
include safety of workers, first aid equipment suitable accommodation for the staff and
workmen, with adequate sanitary arrangements, the effecting and maintenance of all
insurance, the payment of all wages, salaries, fees, royalties / Taxes, duties or other
charges arising out of the execution of works and the regular clearance of rubbish,
reinstatement and clearing-up of the site as may be required on completion of works
safety of the public and protection of the works and adjoining land. The work of Building
in quality control / assurance shall be deemed to be covered in the quoted percentage.
16. The Contractor shall ensure that, the quoted tender percentage shall cover all stages
of work such as setting out, selection of materials, selection of construction methods,
TENDERER :: 103 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
selection of equipment and plant, deployment of personnel and supervisory staff, quality
control testing etc. The work quality assurance shall be deemed to be covered in the
tender percentage.
17.a) The special attention of the tenderer is drawn to the conditions in the tender
notices wherein reference has been made to the Andhra Pradesh Standard Specifications
[APSS] and the Standard preliminary specifications containing therein. These
preliminary specifications shall apply to the agreement to be entered into between the
contractor and the Government of Andhra Pradesh and shall form an in-separable
condition of the contract along with the estimate. All these documents taken together
shall be deemed to form one contract and shall be complimentary to another.
b) The tenderer shall examine, closely the A.P.S.S. / MORT&H and also the standard
preliminary specifications contained there in and sign the University Engineer’s office
copy of the APSS / MORT&H and its addenda volume in token of such study before
submitting his overall tender percentage which shall be for finished work in-situ. He
shall also carefully study the drawings and additional specifications and all the
documents, which form part of the agreement to be entered into by the successful
tenderer. The APSS / MORT&H and other documents connected with contract such as
estimate plans, specifications, can be seen on all working days in the office of the
University Engineer, Dr.B.R.A.O.U, Hyderabad
18. The tenderers attention is directed to requirements for materials under the clause
‘materials and workmanship’ in the preliminary specifications of APSS. Materials
conforming to the Bureau of Indian Standards specifications, APSS etc., shall be used on
the work and the tenderers shall quote his overall tender percentage accordingly.
19. The tenderer has to do his own testing of materials and satisfy himself that they
conform to the specifications of respective I.S.I. Codes before tendering.
20. The contractor shall himself procure the required construction materials of approved
quality including the earth for formation of embankment and water from quarries /
sources of his choice. All such quarries / sources of materials required for the work shall
be got approved by the Engineer-in-Charge in writing well before their use of the work.
21. The contractor shall himself procure the steel, cement, Bitumen, Blasting materials,
sand, metal, soils, etc., and such other materials required for the work well in advance.
The contractor has to bear the cost of materials for conveyance. The department will
not take any responsibility for fluctuations in market in cost of the materials,
transportation and for loss of materials etc.
22. Inspection of site and quarries by the tenderer: Every tenderer is expected before
quoting his overall tender percentage, to inspect the site of proposed work. He should
also inspect the quarries and satisfy himself about the quality, and availability of
materials. The best class of materials to be obtained from quarries, or other sources
TENDERER :: 104 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
shall be used on the work. In every case the materials must comply with the relevant
standard specifications. Samples of materials as called for in the standard specifications
or in this tender notice, or as required by the University Engineer, in any case, shall be
submitted for the University Engineer’s approval before the supply to site of work is
begun.
23. The tenderer’s particular attention is drawn to the sections and clauses in the A.P.
standard specification dealing with
a)Test, inspection and rejection of defective materials and work.
b) Carriage
c) Construction plant
d) Water and lighting
e) Cleaning up during the progress and for delivery.
f) Accidents
g) Delays
h) Particulars of payments.
The contractor should closely peruse all the specification clauses, which govern the
overall tender percentage he is tendering.
24. The defect liability period of contract in terms of GO Ms.No.8, T,R&B Dept.,
dt:8.1.2003 is twenty four months.
25. The estimate rates for items shown in the Schedule “A” include all construction
materials. No escalation in rates will be paid unless specified in the tender document.
The tenderer has to quote an overall tender percentage considering all the aspects of the
tender to complete the finished item of work as per the APSS / MORT&H / B.I.S.
specifications, the special specifications appended, Drawings etc.
26. If there is any contradiction between APSS / MORT&H and B.I.S. specifications, listed
and detailed technical specifications, the latter shall prevail.
27. In case of a job for which specifications are not available with the Schedule or in
APSS / MORT&H or B.I.S. code and are required to be prescribed, such work shall be
carried out in accordance with the written instructions of the Engineer-in-charge.
28. The contractor should use the excavated useful soils and stone for construction
purpose. Soils used for construction either for homogeneous section in hearting or in
casing zone based on the suitability will be at free of cost and the cost of stone used for
construction purpose will be recovered from the contractors bill.
29. The contractor should quote his tender percentage keeping in view of the above
aspects.
30. Additions and alternations by the Tenderer in the Schedule of quantities will
disqualify the tender.
TENDERER :: 105 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
31. In the case of discrepancies between the written descriptions of the item in the
Schedule “A” and the detailed description in the specification of the same item, the latter
shall be adopted.
32. The Unit rates noted below are those governing payment of extras or deductions for
omissions according to the conditions or the contract as set-forth in the preliminary
specifications of the A.P. standard specifications and other conditions of specification of
this contract.
33. It is to be expressly understood that the measured work is to be taken according to
the actual quantities when in place and finished according to the drawings or as may be
ordered from time to time by the University Engineer and the cost calculated by
measurement or weight at their respective rates without any additional charge for any
necessary or contingent works connected works connected herewith. The Percentage
Excess or less on ECV quoted are for works in situ and complete in every respect.
34. For all items of work in excess of the quantities indicated the rates payable for such
excess quantities will be tendered rates i.e., estimate rates plus or minus tender
percentage.
35. For all items of work, intermediate payment will be made provisionally as per
relevant clause. Full-accepted agreement rates will be paid only after all the items of
works are completed.
36. The contractor is bound to execute all supplemental works that are found essential
incidental and inevitable during execution of main work.
37. The payment of rates for supplement items of work will be regulated as under.
Supplemental items directly deductible from similar items in the original agreement.
The rates shall be derived by adding to or subtracting from the agreement rate of such
similar item the cost of the difference in the quantity of materials labour between the
new items and similar items in the agreement worked out with reference to the schedule
of rates adopted in the sanctioned estimate with which the tenders are compared.
a) Similar items but the rates of which cannot be directly deducted from the original
agreement.
b) Purely new items which do not correspond to any item in the agreement.
The rate of all such items shall be estimated rates plus or minus overall tender
percentage.
38. ENTRUSTMENT OF ADDITIONAL ITEMS.
a) Where ever additional items not contingent on the main work and outside the scope of
original agreement are to be entrusted to the original contractor dispensing with tenders
and if the value of such items exceeds the limits up to which the officer is empowered to
entrust works initially to contractor without calling for tenders approval of next higher
TENDERER :: 106 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
authority shall be obtained. Entrustment of all such items on nomination shall be rates
not exceeding the estimate rates.
b) Entrustment of supplement items contingent on the main work will be authorized by
the officers up to the monetary limits up to which they themselves are competent to
accept items in the original agreement so long as the total amounts up to which they are
competent to accept in an original agreement rates for such items shall be worked in
accordance with the procedure prescribed in GO Ms.No.1493 PWD, dated: 25-10-1971
and as amended in Govt. Memo number 544 cod 72-22 dated: 06-07-1973.
c) Entrustment of either the additional supplemental items shall be further subject to the
provisions under para 176(b) of APWD Code Viz., the items shall not be ordered by an
officer on his own responsibility if the revised estimate or deviation statement providing
for the same requires the sanction of higher authority.
Note: It may be noted that the term estimate rate used above means the rate in the
sanctioned estimate with which the tender’s compared or if no such rate is available in
the estimate the rate derived will be with reference to the schedule of rates adopted in
the sanctioned estimate with which tenders are compared.
TENDERER :: 107 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
BILL OF QUANTITIES
[Part-I ]
Name of work: - Supply and fixing of miscellaneous plumbing and carpenting
works at various locations for maintenance of Gardens and Guest house in the
University Campus.
Estimate
Approximate Specification Unit
Rate
Sl. Quantity No. / APSS / In Amount in
Description of work In
No In figures/ BIS / figures Rs.
figures /
words MORT&H / words
words
Schedule - A Enclosed
TENDERER :: 108 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
Part - I
SCHEDULE –A / L.S. CONRACT
Name of work: - Supply and fixing of miscellaneous plumbing and carpenting
works at various locations for maintenance of Gardens and Guest house in the
University Campus.
BILL OF QUANTITIES
(PART- II)
Details of Maximum amount reimbursable to the contractor - (To be borne by the
contractor )
1) Towards Insurance Premium - Rs. 9,132/-
2) Towards Technical Personnel charges - Rs.56,420/-
(1x1x26x870+2x1x26x650)
(1Graduate Engineer+2 Diploma Holders)
3) Awareness meeting charges - Rs. 5,000/-
The tenderers are eligible for reimbursement of amounts towards insurance and
engaging technical personnel not exceeding the amounts indicated above, subject to
production of insurance policies, copies of appointment order & payment voucher for
technical personnel etc., failing to comply with the above, reimbursement shall not be
allowed but suitable penalty shall be imposed for not engaging technical personnel and
the Engineer-in-Charge shall take insurance policy at the cost of Contractor duly
deducting the premium from the Contractor bills. Contractor has to take the insurance
policy in favour of the Department.
TENDERER :: 109 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
PRICE BID
[to be placed in the COVER -‘B’]
Name of work:- Supply and fixing of miscellaneous plumbing and carpenting works
at various locations for maintenance of Gardens and Guest house in the University
Campus.
ESTIMATED CONTRACT VALUE (IN FIGURES & WORDS) - Rs.4,31,600/-
(Rupees four lakhs thirty one thousand six hundred only)
I Sri / Smt./M/s. do hereby express my willingness to execute the
aforesaid work as per the conditions, standards, specifications, rules, regulations, etc.,
stipulated in the tender documents, at an overall tender percentage of % (in
figures) ……………………….……………………………………….(in words) excess/less over estimated
value.
TENDERER :: 110 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
FORMATS OF SECURITIES
TENDERER :: 111 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
PROFORMA
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
WHEREAS ……………………………………………………….. (Name of the Contractor) (here in after
called “the Tenderer”) has submitted his tender response to NIT No………………………………
dated-…………………… for the work “ …………………………………………………………………………………..”
(Name of work) (hereinafter called “the tender”).
KNOWN ALL MEN by these present that we ……………………………………………………………………..
…………………………………………….……………. (Name and Address of Bank) ……………………………….
(hereinafter called “the Bank” are bound unto ……………………… / (name of the designated
PAO) in the sum of * …………………………………………………………………………………………………….. for
which payment will and truly to be made to the said Department, the Bank binds itself,
his successors and assigns by these presents.
SEALED with the Common Seal of the Bank this …………….. day of ……………..200….
THE CONDITIONS of this obligation are--
If after Tender opening the tenderer withdraws or modifies his Bid during the period of
bid validity specified in the Form of Tender.
If the Tenderer having been notified of the acceptance of his bid by the Department
during the period of validity.
Fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Tenderers, if required; or
fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Tenderers.
We undertake to pay to the Department up to the above amount upon receipt of his first
written demand, without the Department having to substantiate his demand, provided
that in his demand the Department will note the amount claimed by him is due to him
owning to the occurrence of one or both of the two conditions, specifying the occurred
condition or conditions.
TENDERER :: 112 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
This Guarantee will remain in force up to and including the date** …………………… after the
dead line for submission of Tenders as such deadline is stated in the Instructions to
Tenders or as it may be extended by the Department, notice of which extension(s) to the
Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank
not later than the above date.
DATE………………. SIGNATURE OF THE BANK ……………………..
WITNESS……………….. SEAL………………………………………………..
---------------------------------------------------------------------------------------------------
(Signature, Name and Address)
---------------------------------------------------------------------------------------------------
* The Tenderer should insert the amount of the EMD in words and figures
denominated in Indian Rupee. This figure should be the same as shown in the NIT.
** 6 months for the deadline date for submission of Tender. Date should be inserted
by the Department before the Tender documents are issued.
TENDERER :: 113 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
PROFORMA
BANK GUARANTEE FOR BALANCE “E.M.D.”
______________________________________________(name & address of
Department) ______________________________
WHEREAS __________________________________________________
________
_________________________________________________________________
(Name and address of Contractor) (hereinafter called “the Contractor”) has undertaken,
in pursuance of Contract No. ________ dated- ____________ to execute the work of
_________________ [name of work];
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a Schedule bank for the sum
specified therein as balance EMD / EMD for compliance with his obligations in accordance
with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of _____________________ [amount of
guarantee] _________________________________ [in words], such sum being
payable and we undertake to pay you, upon your first written demand and without cavil
or argument, any sum or sums within the limits of ________________________
[amount of guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the
Contractor before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms
of the Contract or of the Works to be performed there under or of any of the contract
documents which may be made between you and the Contractor shall in any way release
us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.
This guarantee shall be valid up to……………………….. i.e., until 28 days from the
date of expiry of the Defects Liability period.
Signature & seal of the Guarantor_____________________
Name of Bank_____________________________________
Address__________________________________________
Date_____________________________________________
TENDERER :: 114 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
PROFORMA
BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY
______________________________________________(name and address of
Department)
_______________________________________________
WHEREAS _______________________________ (name and address of
Contractor) (hereinafter called “the Contractor”) has undertaken, in pursuance of
Contract No. ________ dated- ____________ to execute
_________________________ [name of Contract and brief description of works]
(hereinafter called “the Contractor”);
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a Schedule bank for the sum
specified therein as Additional further security bank guarantee for compliance with his
obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of Rs._____________________ [amount
of guarantee] _________________________________ [in words], such sum being
payable and we undertake to pay you, upon your first written demand and without cavil
or argument, any sum or sums within the limits of ________________________
[amount of guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the
Contractor before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms
of the Contract or of the Works to be performed there under or of any of the contract
documents which may be made between you and the Contractor shall in any way release
us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.
This guarantee shall be valid up to and until 28 days from the date completion.
Signature & seal of the Guarantor_____________________
Name of Bank_____________________________________
Address__________________________________________
Date_____________________________________________
TENDERER :: 115 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
PROFORMA
BANK GUARANTEE FOR MOBILISATION ADVANCE
To
________________________________
________________________________
________________________________
(name & Address of Agreement Authority)
Sub-- ______________________________________(name of the work)
Gentlemen-
In accordance with the provisions of the Conditions of Contract, Mobilization
advance for the above-mentioned Contract, _________ _________________ [name and
address of Contractor] (hereinafter called “the Contractor”) shall deposit with
______________________ [name of Department] a bank guarantee to guarantee his
proper and faithful performance under the said Contract for an amount of
Rs.___________[amount of guarantee]1 _____________________ ____ ______ ____
______________(in words).
We, the _______________________[bank], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligator and not as
Surety merely, the payment to ___________________ [name of Department] on his
first demand without whatsoever right of objection on our part and without his first claim
to the Contractor, for the amount not exceeding __________________________
(amount of guarantee)3 __________________________ (in words).
We further agree that no change or addition to or other modification of the terms
of the Contract or of works to be performed thereunder or of any of the Contractor
documents which may be made between ____________________[name of Department]
and the Contractor, shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract until_________________________[name of Department]
receives full repayment of the same amount from the Contractor.
Yours truly,
Signature and seal-_____________________
Name of Bank/Financial Institution-_____________________
Address-_____________________
Date-_____________________
An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated in
Indian Rupees.
TENDERER :: 116 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc
FORM OF SOLVENCY CERTIFICATES BY MANDAL REVENUE OFFICER
ANNEXURE – I (A).
I, ______________________________________ Mandal Revenue Officer, of
_________________________________________ do hereby certify, on being satisfied
by the Examination of Revenue and other records and local enquiries that
______________ ________________________________ [here the name and address
of the contractor should be mentioned] is solvent to the extent of Rs._______________
[Rupees
__________________________________________________________________Only]
Date –
Place- MANDAL REVENUE OFFICER
SEAL OF THE OFFICE
ANNEXURE – I (B).
FORM OF SOLVENCY CERTIFICATE BY BANKS
I, ______________________________________________ Managing Director /
Manager / General Manager / Agent of
_________________________________________ Bank Limited do hereby certify that
a __________________________________________ _______________________
[here the Names and addresses of the contractor] to be solvent to the extent of
Rs.__________________ [Rupees __________________________
________________________________] as disclosed by the information and record
which are available with the aforesaid bank.
For the ___________________________ Bank
Date-
Place-
Signature of Bank Manager
[Authorized to Sign]
TENDERER :: 117 :: Registrar
Dr.B.R.Ambedkar Open University
D:\ENGINEERING\e-Procurement docs\3. ENGG 2024 Tenders\8. Mislaneous plumbing works\Tender Schedule.doc