Sie sind auf Seite 1von 78

e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 1 of 78

TENDER DOCUMENT
TENDER NO.
KAPS/CTC/3-4/RE/2018/ET/717

केएपीपी - 3 व 4 म व वध टल संरचनाओं क आपू त,


फै#$केशन, नमाण, नर'ण और एपो'ी प *टंग।

Supply, Fabrication, Erection, Inspection & epoxy painting


of Miscellaneous steel structures at KAPP-3&4.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 2 of 78

TENDER DOCUMENT CONTENT

S.NO. SECTION DESCRIPTION PAGE NO

1. A PROCEDURE FOR REGISTRATION & OBTAINING 03


DIGITAL SIGNATURE CERTIFICATE FOR E-TENDERING
2. SECTION – I E – TENDER NOTICE & STANDARD NIT 04 to 26

3. SECTION – II MEMORANDUM OF AGREEMENT 27

4. SECTION – III SPECIAL CONDITIONS OF CONTRACT 28 to 41

5. SECTION – IV GENERAL CONDITIONS OF CONTRACT 42

6. SECTION – V TECHNICAL SPECIFICATION AND SCOPE OF WORKS 43 to 52

7. SECTION – VI SCHEDULE OF DRAWING 53

8. SECTION – VII SCHEDULE OF MATERIAL TO BE SUPPLIED BY THE 54 to 76


CORPORATION & FORMATS OF VARIOUS
CONTRACTUAL DOCUMENTS
9. SECTION – VIII BILL OF QUANTITIES / SCHEDULES OF QUANTITIES 77 to 78
AND RATES
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 3 of 78

SECTION – A

PROCEDURE FOR REGISTRATION & OBTAINING DIGITAL SIGNATURE CERTIFICATE FOR E-TENDERING
ACTIONS REQUIRED BY CONTRACTORS FOR PARTICIPATION IN E-TENDERING
a. PROCEDURE FOR REGISTRATION
1. Log on to website www.tenderwizard.com/DAE.
2. Go to the link “REGISTER ME” on Home page.
3. Fill up the form and submit. (Marked fields are mandatory).
4. Upload scanned (original) copy of
i) Registration certificate,
ii) Turnover certificate
iii) PAN card, then click “Finish upload”.
5. Pay Annual Registration Fees as under:
CHARGES FOR ANNUAL REGISTRATION
Sr. TURN OVER OF ANNUAL REGISTRATION FEE MODE OF PAYMENT
No CONTRACTORS (Including GST)
01 Up to Rs.50 lakhs Rs. 1180/- (For One Year) ANY ONE OF FOLLOWING:
02 More than Rs.50 Lakhs & up Rs. 3540/- (For One Year) 1.By Net Banking
to Rs.5 Crore 2.By Credit Card / Debit Card of any bank (Master /
03 More than Rs.5 Crore Rs. 5900/- (For One Year) Visa card only) OR
3.By E-All Type of Epayment
6. After payment, an acknowledgement will be generated. Send mail of acknowledgement copy for activation
of profile to daehelpdesk@tenderwizard.co.in.
7. On registration as above, LOG-IN USER ID & PASS WORD will be activated for the TENDER WIZARD site.
8. Log-in to the TENDER WIZARD portal of DAE by using digital signature certificate (DSC / e-token) as per
details given in (B) below, for downloading / uploading documents and other tendering activities.
b- PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE:
1.For logging the tender wizard e-tendering website contractor to possess class-III digital signature certificate (DSC /
e-Token) from any one of the authorized agency viz. e-Mudhra, TCS, GNFC, MTNL. N-Code, C1 – India etc.
2.For convinces of the contractors, arrangements have been made as an option, to provide DSC of e- Mudhra from
Unit Help Desk OR Prospective contractors may contact - 09969395522 (Mr. Rudresh, Mumbai) or Help Desk
Personnel of M/s ITI Ltd posted at KAPS - 09408165978 (Mr. Brijesh Patel).
3.Procedural requirement for obtaining e-Mudhra Class-III DSC from DCSEM:
a) Log on web site www.tenderwizard.com/DAE
b) On home page click “DOWNLOAD” Section. Under “DIGITAL SIGNATURE” application there are three applicable
options as under:
Description Download
Class-III Application Form for organization (Contractors) Click here to Download
Class-III Application Form for individual(Contractors) Click here to Download
Class-III Renewal Application Form Click here to Download
c) Download the required form, fill all the details as per guidelines. Sign across the photograph and submit to ITI
Help desk along with payment for DSC as under:
Sr.No. PARTICULARS DSC CHARGES DSC RENEWAL CHARGES DD IN F/O
01 DSC Class-III- individual Rs. 3280/- (1 Year) Rs.2480/- (1 Year) ANTARES SYSTEMS
(Contractors) Rs. 4340/-(2 Year) Rs.3540/- (2 Year) LIMITED, Payable
02 DSC Class-III- Organization Rs. 3280/- (1 Year) Rs.2480/- (1 Year) at Bangalore.
(Contractors) Rs. 4340/-(2 Year) Rs.3540/- (2 Year)
NOTE:
1. The names and address in the supporting document and in the application form should be the same.
2. Supporting documents should be attested by any Gazetted office or Bank Manager.
3. Please refer DSC application form for supporting documents required.
FOR ANY HELP / QUERY, PLEASE CONTACT
DAE help Desk, Bangalore 080-40482000 e-Mail: daehelpdesk@tenderwizard.co.in
DAE help Desk, New Delhi 011-49424365 e-Mail: daehelpdesk@tenderwizard.co.in
DSCEM, Mumbai, Mr. RUDRESH M/s ITI representative Mobile – 09969395522 – e-mail id: twhelpdesk231@gmail.com
NPCIL Kakrapar, Mr. Brijesh Patel M/s ITI representative Mobile – 09408165978 – e-mail id:
twhelpdesk637@gmail.com
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 4 of 78

NUCLEAR POWER CORPORATION OF INDIA LIMITED


(A Govt. of India enterprise)
CENTRALIZED TENDERING CELL
e-TENDER NOTICE
Online tenders are invited through e-tendering mode by competent authority, for and on behalf of NPCIL from
eligible contractors for the work and details given below:
GENERAL DETAILS
1 Tender no. KAPS/CTC/3-4/RE/2018/ET/717
2 Name of work and place of service Supply, Fabrication, Erection, Inspection & epoxy painting of
Miscellaneous steel structures at KAPP-3&4.
3 Estimated cost of the work inclusive of all taxes Rs. 2,16,68,600/- (including GST)
4 Bid security @ 2% of estimated cost subject to Rs.4,33,372/- (MSE exemption is not allowed in this work)
maximum of ten lakh
5 Mode of tender Public
Type of tender Two Part
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period 24 (Twenty-Four) Months (including monsoon period)
8 Tender processing fee inclusive of all taxes Rs.5900/- in favour of M/s. ITI Limited through on-line
payment, debit /credit card
9 Availability of tender documents for free view The links of website www.tenderwizard.com/DAE is also
only available on websites www.npcil.nic.in &
http://e-procure.gov.in
10 Dates of availability of tender documents for On website www.tenderwizard.com/DAE
downloading (purchasing) after paying From 04/10/2018 (10:00 Hrs.) up to 15/10/2018 (17:00 Hrs.)
processing fee. (Selling period)
11 Last date and time of submitting online 16/10/2018 (up to 15.00 hours)
queries/questions for clarification in both cases
whether pre- bid meeting is envisaged or not
12 Pre-bid meeting Not Applicable
13 Last date and time of closing of online 23/10/2018 (17:00 Hrs.)
submission of tenders:
14 Date and time of online opening of technical 24/10/2018 (11:00 Hrs)
bids.
15 Date and time of online opening of financial Will be notified on the website at a later date.
bids
16 Competent authority inviting tender Additional Chief Engineer (RE), KAPP-3&4
17 Authority & place for seeking clarification on Shri Y J Shah, SO/E (Centralised Tendering Cell), Kakrapar
tender conditions, pre- bid meeting, opening of Gujarat Site, NPCIL, Phone no: 02626-230729, M-
tender (on working days and during office 9428821815, e-mail: yjshah@npcil.co.in
hours only - 10:00 to 17:00 Hrs) On working days & during office hours (10 hrs to 17 hrs).
18 Help Desk Help desk of M/s ITI:
1. Shri Rudresh, Mob No. 09969395522,
2. Shri Brijesh Patel, Mob No. 09408165978
E-mail:daehelpdesk@tenderwizard.co.in,
twhelpdesk231@gmail.com, twhelpdesk637@gmail.com
1. E payment gateway: 022-41852124
On working days from 10 am to 6 pm
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 5 of 78

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS


1. Steps for downloading, uploading and free view-
1.1 Free view –
Prospective bidders or general public can see and download free of cost PDF format of the
tender documents from website www.tenderwizard.com/DAE>Tender Of DAE > Nuclear
Power Corporation of India Limited. This document is for information purpose only and the
same cannot be used for bid submission.
1.2 Downloading and uploading of bid -
To participate in the tender, prospective bidder is requested to download the excel formats,
after login in the home page of the website www.tenderwizard.com/DAE with User
ID/Password/Class III Digital Signature Certificate.
Steps to Download the excel formats of particular tender:
a: Click on UNAPPLIED button
b: Click on REQUEST button
c: Pay tender processing fee online via any VISA/MASTER card or PNB Net banking
d: Click on SUBMIT button,
e: Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
f: Bidder will be able to download required tender documents by clicking EDIT attachment
button for any number of times till last date of submission.
g: Prospective bidder has to fill excel documents and upload the same without renaming it.
The bidders are requested to refer help manual to understand the portal and contact ITI
helpdesk in case of any doubt. The corporation will not entertain any claim if the bidder fails to
download and upload the bids as desired in timely fashion.
2. The intending bidder must read the terms and conditions in the notice inviting tender & pre-
qualification criteria carefully. He should only submit his bid if he considers himself eligible and
he is in possession of all the documents required.
3. Submission of bid shall mean acceptance of undertaking to be furnished online by bidder as
per format enclosed as annexure-9.
4. Information and Instructions for bidders posted on website shall form part of tender
document. The tender is to be downloaded and uploaded only on www.tenderwizard.com/DAE
after paying requisite processing fee.
5. The bid can only be submitted after uploading the mandatory scanned documents, payment of
processing fee in favour of “ITI LIMITED, NEW DELHI”, bid security in favor of NPCIL and other
documents as specified. Processing fee shall not be refunded in any case.
6. After submitting bids the contractor can re-submit revised bid any number of times but before
stipulated closing time and date of online submission of bid as notified. The bidder can
withdraw the bid before stipulated closing date and time of online submission. But, once the
bidder withdraws the bid, it cannot be resubmitted.
7. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are required
to get enrolled.
8. The intending bidder must have valid class-III digital signature to submit the bid.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE. In
addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as “0” (ZERO). The bidder shall be required to execute
such items at his quoted rate of zero as per specifications, bill of quantity and GCC provisions.
10. In case of bids in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted
earlier shall become invalid.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 6 of 78

11. The bidders are solely responsible to keep their email and bank account active and to update
their profile in case of change. This is essential as communication shall preferably be done by e-
mail by corporation. Moreover, all the auto generated mail by e-tendering portal shall be sent
on this e-mail address.
12. Contractor can upload documents in the form of JPG format and PDF format.
13. Bidders are advised to open bank account with core banking solution branch (with NEFT/ RTGS)
in order to facilitate online payment of tender processing fee and bid security for their own benefit.
IFSC is an 11 digit code with the first 4 alpha characters representing the bank, and the last 6 characters
representing the branch. The 5th character is 0 (zero). The bidder shall fill IFSC code correctly i.e. upper
case of alphabets, spacing and all eleven alpha-numeric. The bid security shall be refunded online to the
bank as per the details submitted. In case of erroneous details it will not be possible to refund the bid
security online and bidder shall be responsible for consequent delays.
14. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall imply that
the bidder has seen and understood the GCC & NIT and shall abide by the same without any
deviations/conditions. The detailed NIT and GCC shall be part of agreement. If the bidder at
any stage refuses to accept the same, the bid shall be rejected and bid security shall be
forfeited. Further disciplinary action is liable to be taken including debarring from participation
in retendering of the same work or other works as deemed appropriate by the competent
authority.
LIST OF MANDATORY DOCUMENTS AS PER NOTES BELOW AND PRE-QUALIFICATION CRITERIA TO BE
SCANNED AND UPLOADED ON THE LINK WITHIN PERIOD OF BID SUBMISSION:
Sr.No. DESCRIPTION
1. Power of attorney of the signatory of bid as per relevant clause of NIT
2. PAN card
3. GST registration certificate (GSTIN) / ARN
4. Tax Information: As per Annexure –7.
5. Registration of EPF
6. Certificate of annual turnover of last 3 years stamped & signed by chartered accountant
as per annexure –2 of NIT
7. Statement of value of work executed during last five financial years stamped and signed by
chartered accountant as per annexure –3A of NIT
8. Statement of existing commitments and on-going works and value of bid capacity certified
by chartered accountant with signature and stamp as per annexure –3B of NIT
9. Work experience –1 : As per annexure –1 of NIT Along with Documentary proof as per P.Q.
Criteria Clause No.1.1
10. Work experience –2 : As per annexure –1 of NIT Along with Documentary proof as per P.Q.
Criteria Clause No.1.1
11. Work experience –3 : As per annexure –1 of NIT Along with Documentary proof as per P.Q.
Criteria Clause No.1.1
12. Work experience –4 : As per annexure –1 of NIT Along with Documentary proof as per P.Q.
Criteria Clause No.1.1
13. Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail benefit of
clause- 25 (MSE exemption is not allowed in this work)
14. Memorandum of Agreement (section – II)
15. UNDERTAKING BY THE BIDDER As per annexure-9 of NIT
16. Annexure - 4 black listing De-registration Detail
17. Annexure - 5 Litigation history
18. Annexure - 6 MSME Registration (MSE exemption is not allowed in this work)
19. Affidavit
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 7 of 78

NOTES-
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The submission of
documents is deemed as undertaking by bidder that all the documents are true and genuine. If it
is found, at any time during bidding or execution of work, that the information/ documents
submitted by the bidder are in variance/ forged/bogus, they shall be legally held responsible for
the same. Their offer shall be summarily rejected or termination of contract, if awarded, forfeiting
of the bid security, performance guarantees, security deposit, if any. The bidder / contractor shall
be blacklisted/ debarred for further works in NPCIL for a period of five years.
2. By submission, the bidder undertakes and confirms that eligible similar works have been executed as
prime contractor and the same have not been got executed through another contractor on back to back
basis or as a subcontractor. Any violation of this shall result in panel action as per point-1 above.

3. It is essential to upload all the mandatory documents. If some document is not applicable/ available the
status shall be printed on a paper and same shall be uploaded. Uploading of any blank / irrelevant
documents in connection to mandatory documents will lead to rejection of the offer.

4. At the time of submission of bid, contractor shall upload certificate from CA mentioning financial
turnover of last 3 years ,value of work done during last five audited financial year (A) and existing
commitments (B) for calculation of bid capacity. The bidders are requested to submit details of all
existing commitments. Concealment of information in this regard shall result in rejection of bid
and forfeiture of bid security along with debarring for a year from participation in any of the
tender of corporation. Further financial details and related supporting documents, if required may
be asked from contractor after opening of technical bid. There is no need to upload entire
voluminous balance sheet.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification criteria in
the excel sheet uploaded for the purpose. The technical evaluation shall be done based on the
data provided in excel sheet and the relevant document uploaded to support the same. In case
where the relevant information is not filled in the uploaded excel sheets while commensurate
supporting documents are uploaded, the supporting documents shall not be considered in
evaluation as the technical evaluation sheet is auto generated by system. Therefore the bidders in
their own interest shall fill all the relevant information in excel sheets and upload commensurate
supporting documents. The bidders shall not write in the excel sheet that information is as per
enclosure, as it will be treated as no information is submitted. In order to facilitate proper pre-
qualification, evaluation the tender approving authority may ask bidders to submit additional
documents. Corporation may ask for clarification and submission of documents in support of
documents already submitted.
6. In case of single/nomination/limited tenders the bidders are not required to upload information
and documents for prequalification.
PRE-QUALIFICATION CRITERIA
MINIMUM REQUIREMENT:-
1.1 Work Experience:
The intending bidder must have in its name as prime contractor experience of having successfully
completed similar works during last 5 years ending last day of month previous to the one in
which NIT has been published on e-tendering portal should be either of the following:
a) Three similar completed works, each costing not less than the amount equal to 40% of the
estimated cost or
b) Two similar completed works, each costing not less the amount equal to 50% of the
estimated cost or
c) One similar completed work costing not less than the amount equal to 80% of the
estimated cost.
Note: Work executed for private body will be considered only if contractor / firm produce tax deduction at
source certificate.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 8 of 78

Similar work for the purpose of this contract shall mean : “Supply, Fabrication, Erection &
Inspection of structural steel works in industrial complex or construction of plants”. Where only a part
of a composite work satisfies above criteria of similar work, value of that part (completed) only
shall be taken as “similar completed work” under 1.1 a) or b) or c) above.
1. The cost of completed work shall mean gross value of the completed work including all the taxes
and levies, cost of material supplied by the client on chargeable basis, but excluding those
supplied free of cost. The cost of chargeable material shall be the fixed value at which the client
had supplied the material.
2. The work experience of the bidder for those works only shall be considered for evaluation
purposes, which are completed before the last date of month previous to one in which NIT has
been published on e-tendering portal. Hence, the works which are incomplete/ on-going, as on the
last date of month previous to one in which NIT has been published on e-tendering portal, shall
not be considered against eligibility.
3. In case the work is started prior to the eligibility period of 5 years (counted backwards starting
from the last day of month previous to e-publication date of NIT) and completed within the said
eligibility period of 5 years, then the full value of work shall be considered against eligibility.
4. In case the experience has been earned by the bidder as an individual or proprietorship firm or
partner of a partnership firm, then 100 % value of experience will be considered against eligibility.
But if the experience has been earned by the bidder as a partner in a Joint Venture/ Consortium,
then the proportionate value of experience in proportion to the actual share of bidder in the joint
venture/ consortium will be considered against eligibility. The bidder shall furnish information
regarding the actual percentage of share and value of experience accordingly. In case of joint
venture/ consortia, full value of work, if done by the same joint venture shall be considered.
5. The bidder shall submit details of work executed by them in the Performa of Annexure-1 of NIT for
the works to be considered for qualification of work experience criteria. Documentary proof such
as work order/purchase order/agreement, completion certificate from client clearly indicating the
name of work, actual completion cost and actual date of completion for such work should be
submitted. The offers submitted without the documentary proof shall not be evaluated. The work
done for all companies except government/government bodies/public sector units, which has
been completed after extension, will not be accepted without documentary proof of extension.
a) Work order with bill of quantities and rates
b) Extension letter, if the work has been completed beyond stipulated completion date in work
order/agreement
c) Completion certificate issued by client with final / last bill mentioning the gross value of work
done. The completion certificate shall be for individual work order. The completion certificate
clubbing two or more work orders shall be rejected.
d) Stamped and signed certificate by chartered accountant giving details of bill wise payment
received, TDS amount & TDS certificate number for works executed for all companies
except government/government bodies/public sector units.
6. The value of work done meeting prequalification criteria shall be brought to current costing level
by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last day of month previous to the one in which NIT has been published on e-
tendering portal. Both the date of completion and last date of month previous to the one in
which NIT has been published on e-tendering portal shall be excluded for the purpose of
calculating escalation.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 9 of 78

7. The bidders if required may be asked to produce original and photocopy of all the documents
attested by notary submitted for qualification purpose for verification at any stage at corporation’s
discretion. If the same are not produced in stipulated time, the bid shall be rejected.
1.2 Annual Turnover:
The average annual financial turnover during the last three years ending 31st March of the previous
financial year should be at least 30% of the estimated cost.
Notes:
a. Financial data for latest last three audited financial years has to be submitted by the bidder in
Annexure-2 of NIT. The same shall be certified by chartered accountant (CA) with his stamp
and signature.
In case balance sheet of the last financial year is not audited, the bidder has to submit a
certificate by a CA certifying that “the balance sheet has actually not been audited so far”. In
such case the financial data of previous three audited financial shall be taken into
consideration for evaluation. If the audited turnover of any year as per above is not submitted,
the turnover for that year shall be considered as zero and average annual turnover for three
years will accordingly be calculated. If the CA certificate is not submitted along with the bid,
the bid will be considered as non-responsive and rejected.
b. In case of joint venture / consortia, the financial standing criteria will be evaluated based on
weighted average of the financial data of the members as per their percentage participation.
1.3 For tenders of estimated cost put to tender of 100.0 lakhs and above, bidders who meet minimum
criteria will be qualified only if their available bid capacity is more than the bid value. The bid
capacity of the contractor shall be determined by the following formula:
Bid Capacity = (A x N x 2) – B
Where,
‘A’ = maximum value of works executed in any one year during last five financial years.
‘B’ = Value of existing commitments and on-going works calculated from last date of month
previous to one in which NIT has been published to be completed in the next ‘N’ years.
‘N’ = Number of years prescribed for completion of the subject contract.
Financial data for latest last five financial years has to be submitted by the bidder in Annexure-3A
of NIT. The above financial data will be brought to current costing level by enhancing the actual
value of work at simple rate of 7 % per annum or part thereof calculated from the last date of that
financial year The same shall be certified by the chartered accountant with his stamp, signature
and membership number.
Value of existing commitments for on-going works has to be submitted by the bidder in Annexure-
3B of NIT. The same shall be certified by the chartered accountant with his stamp and signature.
a) In the case of joint venture / consortia, bid capacity of each member will be computed applying
above formula and combined bid capacity of the joint venture / consortia will be weighted
average of the individual bid capacity of the members as per their percentage share in the joint
venture / consortia.
b) If it is found at any stage that the bidder has submitted incorrect data for assessment of bid
capacity the bid or if the work is awarded the work order shall be rejected/cancelled and other
penal action as per NIT and GCC shall be taken.
1.4 Registration no. of EPF
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 10 of 78

2. GENERAL ELIGIBILITY CRITERIA


2.1 A Bidder may be a natural person, private entity, government-owned entity, or any combination of such
entities supported by a letter of intent to enter into an agreement or under an existing agreement in the
form of a Joint Venture of Association (JVA) or Consortium. Bids from JVA or Consortium shall not be
accepted for works with estimated cost below Rs. 100 crores. JVA are not permitted for service &
maintenance contract of all values. In the case of a joint venture or consortium:
a) Joint venture/consortium should not have more than three partners who are specialized in their
respective field.
b) The JVA or consortium agreement shall nominate a lead partner who shall have the authority to
conduct all business for and on behalf of any and all the partners of the JVA / Consortium during the
bidding process and, in the event the JVA / Consortium are awarded the contract, during contract
execution.
c) In such case, generally the lead partner shall take full responsibility of successful completion / fulfilment
of all the contract conditions. Unless otherwise specified, all partners shall be jointly and severally
liable.
d) A non-Indian firm is permitted to tender only in a consortium arrangement or joint venture with their
wholly owned Indian subsidiary registered in India under companies act-1956 or any other Indian firm
having minimum participation interest of 26%.
e) In case of joint venture/consortium PAN number, GST registration number of each partner shall be
submitted.
2.2 A bidder shall not have a conflict of interest. In case of JV/consortium none of the partner shall have a
conflict of interest. All bidders found to have a conflict of interest shall be disqualified. A bidder may be
considered to have a conflict of interest with one or more parties in this bidding process, if:
a) A bidder participated as a consultant in the preparation of the design or technical specifications of the
works that are the subject of the bid; or
b) A bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the
corporation or as engineer-in-charge for the contract.
c) One firm applies for tender both as an individual firm and in a group.
d) If bidders in two different applications have controlling shareholders in common.
e) Submit more than one application of the tender.
2.3 Government-owned entities in the corporation’s country shall be eligible only if they can establish that
they are legally and financially autonomous and operate under commercial law. Also, they shall not be
dependent agencies of the corporation.
2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to the corporation, as the
corporation shall reasonably request any time within the currency of the contract (including defect liability
period).
2.5 Firms shall be excluded if:
a) as a matter of law or official regulation, the corporation’s country prohibits commercial relations with
that country, provided that such exclusion does not preclude effective competition for the supply of
goods or related services required; or
b) By an act of compliance with a decision of the United Nations Security Council taken under Chapter VII
of the Charter of the United Nations, the borrower’s country prohibits any import of goods or
contracting of works or services from that country or any payments to persons or entities in that
country.
3. CONTRACT ELIGIBILITY CRITERIA
Further, the contract eligibility may include the following, if specified in pre-qualification criteria:
3.1 Documentary evidence of adequate financial standing, certified by bankers, audited profit & loss a/c and
balance sheet, access to adequate working capital.
3.2 Construction equipment proposed to be deployed for the project and proof of its availability; equipment
proposed to be purchased or leased.
3.3 Key personnel available and proposed to be engaged for management and supervision of the Project, their
qualifications and experience. Valid certificates by a recognized University, technical Board, or Ministry of
Government of India would only be taken cognizance of.
3.4 Project planning and quality control procedures to be adopted.
3.5 The bidder has to obtain ESIC registrations after award of work in the areas covered by ESIC
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 11 of 78

NOTICE INVITING TENDER


1.0 Scope of bid
1.1 The Nuclear Power Corporation of India Limited (referred to as Corporation or NPCIL in these
documents) invites bids for the work. The successful bidder should provide the services during the
period of work as per the terms and conditions specified in the NIT, general condition of contract,
technical specifications, special conditions of contract and schedules.
2.0 Eligible bidders
2.1 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in prequalification
criteria. Bidders are advised to note the pre-qualification criteria specified in the notice inviting
tender.
2.2 Incomplete bids and bidders not meeting the minimum qualification criteria shall be summarily
rejected. It may be noted that mere submission of bid does not imply that your offer shall be
considered. Tenders are considered only after NPCIL themselves assess the document submitted
along with the bid by the bidder meets the pre-qualification criteria as specified in notice inviting
e-tender during evaluation of bid.
2.3 The bidder who has been blacklisted / de-registered / holiday at any of the sites of NPCIL, DAE,
any other government department or PSU shall not be eligible for participation in tenders of NPCIL
for that period.
3.0 One bid per bidder
3.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than one bid
will cause the bidder’s participation to be disqualified for all the proposals.
4.0 Cost of bidding
a) The bidder shall bear all costs associated with the preparation and submission of his bid and the
corporation will in no case be responsible and liable for these costs.
5.0 Site visit
5.1 The bidder and any of his authorized personnel or agents will be granted permission by the
corporation to enter upon its premises and lands for the purpose of site visit. However, the bidder,
his personnel and agents will be responsible against all liability in respect thereof, including death
or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
5.2 The bidder should inform the Corporation at least three days in advance about the proposed site
visit.
5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the site and
its surroundings and satisfy himself before submitting his bid as to the form and nature of the
site, the means of access to the site, the accommodation he may require, etc.
5.4 In general, bidders shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect their bid. A bidder shall be deemed to have full
knowledge of the site, whether he inspects it or not and no extra claims due to any
misunderstanding or otherwise shall be allowed.
5.5 The costs of visiting the site shall be at the bidders’ own expense. Any report shared at the site, by
the corporation is subject to verification by the contractor. Any deviations of information in the
report and the actual site will not be the responsibility of the corporation.
5.6 The bidders are requested to bring photo identification like passport, voters’ identity card, and
driving license, PAN card, identity card issued by employer etc. For security regulations. Any
electronic devices like mobiles, radio, transistors camera etc. are not allowed inside NPCIL
premises and the same shall be left at security gate at the risk of bidders. The bidders are
requested to e-mail the details of authorized representative in the prescribed format (Annexure-
10).
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 12 of 78

5.7 The bidder shall forward any query/question by e -mail within the stipulated date and time given
in NIT. The clarification given by the corporation shall be visible to all the bidders without
disclosing the identity of the bidder raising the query. The questions/query received after
stipulated date and time shall not be entertained and no response shall be forwarded. The
submission of bid shall mean that the bidder has seen the response and accepts the content.
6.0 Content of bidding documents
6.1 Submission of a bid by a bidder implies that he has read this notice and all other contract
documents, clarification, addendum, corrigendum and has made himself aware of the
scope and specifications of the work to be executed and of conditions and rates at which
stores, tools and plant, etc, will be issued to him by the corporation and local conditions
and other factors having a bearing on the execution of the works.
6.2 The bidder shall submit the bid, which satisfies each and every condition laid down in the bid
documents, failing which, the bid is liable to be rejected.
6.3 The documents listed below comprise one set of bid document:
a) Notice Inviting tender (Including Pre-qualification criteria), e-tender notice
b) Memorandum of Agreement
c) Special Conditions of Contract
d) General Conditions of Contract
e) Technical Specifications / Datasheets
f) Drawings, if any
g) Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit, Memorandum
of Understanding / Consortium Agreement, Lump sum Advance, Form of Hypothecation
Deed, Disputes Resolution Board, agreement, format of completion certificate, and format of
Performance Guarantee.
h) Bill of quantities
7.0 Pre-bid meeting (Not Applicable)
7.1 The bidder or his officially authorized representative is invited to attend pre-bid meeting, which will take
place as referred in instructions to the bidders. The bidder shall intimate the details of his authorized
representative in prescribed format (Annexure-10) to the CTC office to facilitate his attending the meeting.
7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on matters
that may be raised at that stage. The bidder is requested to submit their questions/queries
preferably by email so as to reach the corporation before stipulated date and time for
submitting the same. The queries which are received after stipulated date and time as per NIT
shall be summarily rejected and no response shall be made.
7.3 Attending the pre-bid meetings is in the interest of bidders to understand the scope of work
of the tender. It is insisted upon that bidders shall attend the pre-bid meetings. However, in case
the bidders do not attend the pre-bid meetings, it would be presumed that they have understood
the scope of work. NPCIL has to finalize the award within a limited time schedule. Therefore,
NPCIL will not seek any clarification in respect of incomplete offers. Any doubt, may be
cleared, if required by the bidder before filling the bid. No request for extension of bid submission
dates shall be entertained.
7.4 Minutes of the meeting, including the text of the questions (without identifying the source of
enquiry) and the responses given will be displayed on web site. Any modifications of the
bidding documents which may become necessary as a result of the pre-bid meeting shall be
made by the corporation exclusively through the issue of an addendum only and not through
the minutes of the pre-bid meeting. The addendum shall be binding on all the bidders.
Submission of bid shall imply the acceptance of addendum by the bidder.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 13 of 78

8.0 Amendment of bid documents


8.1 Before the deadline for submission of bids, the corporation may modify the bidding documents by
issuing addenda on web site.
8.2 Any addendum so issued shall be part of the bid documents as well as contract document.
8.3 To give prospective bidders reasonable time to take an addendum into account in preparing
their bids, the corporation may extend the date for submission of bids, if necessary.
8.4 Corrigendum, addendum or any other information regarding tender shall be uploaded only on web
site. Hence, the bidders are requested to visit the web site (www.tenderwizard.com/DAE)
regularly. The above documents shall become part of bid and agreement. Submission of bid shall
imply that bidder has noted and accepted content of all the corrigendum/addendum/clarifications
and affect of same has been included in price bid.
9.0 Language of the bid
9.1 All documents relating to the bid shall be in the English language, unless stated otherwise. Hindi
version of general conditions of contract (GCC) uploaded on web site is for information purpose
only. The English version of GCC is the legal document.
10.0 Bid security
10.1 The bid security amount may be paid in the modes described below. The corporation shall not
pay interest on the same in any case. The bidder is responsible for timely payment of bid
security, so that corporation receives the same before stipulated date and time. Even if the
payment made by the bidder within the stipulated date and time is not received by the
corporation due to reasons beyond control of the bidder, bid will be considered as non-
responsive and rejected. If the bid security amount paid by bidder is less than stipulated, the bid
shall be rejected.
a) Credit / debit card
b) RTGS / NEFT-
The bidder shall note that banks as per standard working practice require a certain time
period for completion of transaction. The bidder shall ensure timely submission in order to
complete transaction as per bid condition. If the transaction is not completed in favour of
NPCIL the bid will not be accepted. The bidder shall note that the RTGS / NEFT require minimum
two banking day to get posted. Hence, in his own interest the bidder should make NEFT /
RTGS payments minimum two day prior to last date of submission. The bidder shall preferably
use the print out of challan as generated from the e-tendering portal for RTGS / NEFT payment,
in order to avoid discrepancies. The bidder shall note that if the bid security is deposited to
account other than the 16 digit dynamic code as generated through the e-tendering portal and
mentioned on system generated challan, the bid shall be rejected on account of non
submission of bid security. The bidder is solely responsible for timely deposition of bid security in
the correct account. The bidder shall submit the stipulated amount of bid security through one
transaction only to the dynamic account number mentioned on system generated challan slip.
Multiple transactions shall not be accepted and bid shall be rejected if the amount of security
deposit is less than stipulated amount.
c) Online payment
10.2 MSEs (and not their dealers/distributors) registered with agencies as per clause 25.2 are
exempted from payment of bid security But all the bidders have to pay tender processing fee to
M/s. ITI. (MSEs is NOT APPLICABLE)
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 14 of 78

10.3 (a) in case of two part bid, the bid security of technically unqualified bidders after
technical evaluation shall be returned.
(b) Bid security of qualified unsuccessful bidders will be returned to them within a month
(30 days) from the date of acceptance of bid of the successful bidder.
(c) Bid security of successful bidder will be returned after submission of the performance
guarantee amount.
(d) Bid security of the bidder who has withdrawn the bid shall be returned after
opening of the bid.
10.4 The bid security shall be forfeited, if;
a) The bidder withdraws / modifies his bid or any item thereof after opening of bid.
b) The successful bidder fails within the specified time limit to submit the performance
guarantee and commence the work.
c) The bidders who are exempted from paying bid security being registered with MSE, if
default for reasons mentioned in clause 10.4 a and b, shall be debarred from
participation in any of the tender of the corporation for two years.
10.5 The corporation at its discretion shall refund the bid security by online/RTGS/NEFT or through
any other electronic mode to the account number as registered by the bidder himself on e –
tendering portal.
11.0 Bid prices, rates & taxes
11.1 The bidders shall quote bid price / rates / total bid price in Indian rupees only unless otherwise
specified in the special conditions of contract (SCC).
11.2 The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, taxes,
cess, duties, levies as applicable under the prevailing statutes or levy by the statuary
authorities/State/Central Government and payable by the bidder under the contract.
All the GST benefits and credits on inputs as available to the bidder shall be taken into
consideration in the quoted price and pass on the benefits/credits to the Corporation. Bidder
shall also comply with the provision of Anti-Profiteering under GST act. A declaration to this
effect is to be affirmed by the bidder in annexure-7 of NIT.
11.3 The bid price / rates / total bid price shall be quoted in the prescribed format with the required
break-up as specified therein.
11.4 The statutory deductions of income tax, GST or other taxes/dues (wherever applicable) shall be
made from the payments due to the Contractor. For details on taxes, the bidders are advised
to refer to relevant clause of General Conditions of Contract (GCC) forming part of this tender.
11.5 Conditional Bids/offers will be liable to be rejected.
11.6 The bidder has to compulsorily submit Annexure–7 along with BOQ during submission of Bid.
Annexure–8 is to be submitted along with regular tax invoice during execution of work after
award. Bidder shall substantiate the information provided herein if called for to do so.
11.7 The security deposit and insurance shall be on contract price.
12.0 Currencies of bid and payment
12.1 The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless otherwise
specified in the special conditions of contract.
13.0 Bid validity
13.1 The bids submitted shall remain valid for acceptance for a period of 120 days from the date of
opening of the bid. The bidder shall not be entitled during the period of validity, to revoke or
cancel his bid or vary / modify the bid given or any item thereof. In case of bidder revoking or
cancelling his bid, varying any terms in regard thereof, the full amount of bid security paid by
the bidder along with the bid shall be forfeited by NPCIL.
13.2 In exceptional circumstances, prior to expiry of the original bid validity period, NPCIL may
request the bidders to extend the period of validity for a specified additional period. The
request and the responses thereto shall be made in writing. A bidder may refuse the request
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 15 of 78

without forfeiting its bid security but his bid will not be considered. A bidder agreeing to the
request will not be required or permitted to modify its bid, but will be required to extend the
validity of its bid security for the period of the extension.
14.0 Alternative proposals by bidders
14.1 Bidders shall submit offers that comply with the requirements of the bidding documents,
including the basic technical design as indicated in the drawing and specifications. Alternatives
will not be considered.
15.0 Submission of Bids
15.1 The date and time of on-line bid submission shall remain unaltered even if the specified date
for the submission of the bid is declared as holiday for the office inviting tender.
15.2 The corporation may extend the deadline for submission of bids by issuing an amendment, in
which case, all rights and obligations of the corporation and the bidders previously subject to
the original deadline will then be subject to the new deadline.
15.3 Any bid received by the corporation after the deadline prescribed above will be rejected.
15.4 The bidders shall note the following before submission of bid
(a) If the digital signature certificate (DSC) holder is sole proprietor of the firm, power of
attorney need not be submitted.
(b) In case DSC holder is bidding on behalf of partnership firm, joint venture, consortium etc.
power of attorney or any other legally acceptable document viz. partnership deed, board
resolution etc authorizing DSC holder to bid on behalf of the bidder is to be uploaded. In
case of non-submission the bid shall be summarily rejected.
16.0 Bid opening
16.1 Tender opening shall be done on-line only. If the date of opening is declared as holiday then bid
will be opened on next working day. In exceptional cases opening of tenders can be done on
any day or time after scheduled date and time of opening. Corrigendum issued for opening of
tender shall be uploaded on website.
16.2 The bids without stipulated bid security amount and other mandatory documents as per NIT
shall be summarily rejected.
16.3 In two part tenders financial bid of only qualified bidder shall be opened.
17.0 Clarification of bids
17.1 To assist in the examination and comparison of bids, the corporation may, at its discretion, ask
any bidder for clarification of his bid, including breakdown of unit rates. The request for
clarification and the response shall be in writing or by email / fax, but no change in the price or
substance of the bid shall be sought, offered, or permitted. If the bidder does not respond
within the stipulated time, then the bid of the bidder will be evaluated on its own merit.
17.2 Bidder shall not contact the corporation on any matter relating to his bid from the time of the
bid opening to the time the contract is awarded.
17.3 Any effort by the bidder to influence the comparison or contract award decisions, may result in
the rejection of his bid.
18.0 Examination of bids and determination of responsiveness
18.1 Prior to detailed evaluation of bids, the corporation will determine whether each bid(s) meets
(a) the minimum requirements as per pre- qualification criteria (b) is accompanied by the
required bid security (c) is responsive to the requirements of the bidding documents (d) has
been properly signed by authorized signatory as per clause-15.4 .
18.2 A responsive bid is one which conforms to all the terms, conditions and specification of the
bidding documents, without material deviation or reservation. A material deviation or
reservation is one (a) which affects in any substantial change in scope, quality or performance
of the works; (b) which limits in any substantial way, the corporation’s rights obligations under
the contract; or (c) whose rectification would affect unfairly the competitive position of other
bidders presenting responsive bids.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 16 of 78

19.0 Evaluation and comparison of bids


19.1 The corporation reserves the right to accept or reject any offer. Corporation also reserves the
right to award only part of the work.
19.2 The estimated effect of the price adjustment conditions under variations and deviations of the
conditions of contract, during the period of implementation of the contract, will not be taken
into account in bid evaluation.
19.3 If the bid of the successful bidder is seriously unbalanced in relation to the engineer-in-charge
or his representative’s estimate executed under the contract, the corporation may require the
bidder to produce detailed rate analyses for any or all items of the bill of quantities, to
demonstrate the internal consistency of those rates with the implementation / construction
methods and schedule proposed. The unbalanced bids are liable to be rejected.
19.4 Any deviation in the commercial terms shall be suitably loaded before evaluation.
19.5 In case of unregistered dealers who are not required to register under GST and for notified
supply of Goods or Services where Reverse Charge Mechanism (RCM) is applicable, the GST
liability on the Corporation under RCM shall be loaded on the quoted price for evaluation
purpose.

20.0 Award criteria


20.1 The corporation shall award the contract to the bidder whose evaluated offer / bid has been
determined to be the technically suitable and financially lowest (L1) and is substantially
responsive to the bidding document, provided further that the bidder is determined to be
qualified to execute the contract satisfactorily. The technically and financially suitable bids in
other types of bids shall be decided as per criteria given in pre-qualification requirement. In
case of tie between two lowest bidders, both the bidders shall be given a chance to offer
rebate to decide the lowest bid. If the situation still remains same the lottery shall be adopted
to decide the award.
20.2 L-1 bidder will be required to produce the original documents in support of the information
furnished by him on line for verification and submit photo copy of documents attested by
notary as specified in NIT/e-tender notice. The bidder shall submit the same on any working
day within specified period after issue of letter to this effect. In case the L-1 bidder fails to
produce the documents within the specified period or if any of the information furnished by L-
1 bidder on-line is found to be false during verification of original document, which changes
the eligibility status of the bidder, then the bid shall be disqualified with forfeiture of bid
security and banning of the concerned bidder for participation in future tenders for five years.
The next financial lowest qualified bidder shall be awarded the work subject to producing
original document and photocopies attested by notary.
20.3 Submission of illegible or blank document may render the bid non-responsive and liable for
rejection. Submission of bid will be recognized and accepted as a certificate regarding
authentication of all information provided in the bid and acceptance of all terms & conditions,
general condition of contract, notice inviting tender etc., since such acceptance by bidder with
digital signature is legally tenable.
20.4 The corporation reserves the right not to award the whole or part of work without assigning
reason and without incurring any liability to the bidder or bidders.
21.0 Notification of award and signing of agreement
21.1 The bidder whose bid has been accepted will be notified of the award by the corporation prior
to expiration of the bid validity period by issue of work order. The notification may also be
made through letter of intent, wherein the work order shall follow.
21.2 The details of award can be seen on web site. The bidders can request for de-briefing in writing
within fifteen days of award. They shall be informed about suitable days to visit the office of
the concerned officer. Requests beyond deadline shall not be entertained.
21.3 The work order will constitute the formation of the contract subject only to the furnishing of a
performance guarantee within 30 days of issue of work order.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 17 of 78

21.4 An agreement shall be made and signed by both the parties. The agreement will incorporate all
correspondence between the corporation and the successful bidder, bid documents etc. The
bid document as uploaded on website www.tenderwizard.com/DAE shall be forming part of
agreement. The successful bidder shall be responsible for compliance at his own cost with the
stamp duty act of the state where the agreement is being executed. The non-judicial stamp
paper of appropriate value after adjudication shall be submitted by the successful bidder at his
own cost.
22.0 Corrupt or fraudulent practices
22.1 The corporation requires that bidders / suppliers / contractors under this contract, observe the
highest standard of ethics during the procurement and execution of this contract. In pursuance
of this policy, the corporation:
(a) defines, for the purpose of these provisions, the terms set forth below as follows:
(i) “corrupt practice” means the offer soliciting of anything of value to influence the
action of a public official in the procurement process or in contract execution; and
(ii) “fraudulent practice” means a misrepresentation to influence a procurement
process or the execution of a contract to the detriment of the corporation, and
includes collusive practice among bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive
the corporation of the benefits of free and open competition.
(b) Will reject a proposal for award of work if it determines that the bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for the contract
in question.
(c) will declare a bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract / contracts if at any time it determines that the bidder has engaged
in corrupt or fraudulent practices in competing for, or in executing, the contract.
22.2 The bidder may make representation in connection with processing of tender directly and only
to the Competent Authority (calling tender) as mentioned in the tender document. However, if
such representation is found to be un-sustentative and/ or frivolous and if the tender has to be
closed because of the delays / disruptions caused by such representations and the job has to
be re-tendered, then such bidder will not be allowed to participate in the re-invited tender.
In case, any bidder while making such representation to Competent Authority also involves
other officials of corporation and / or solicits/ invokes external intervention other than as may
be permitted under the law and if the tender has to be closed because of the delays /
disruptions caused by such interventions and has to be re-tendered, then the particular bidder
will not be allowed to participate in the re-invited tender.
23.0 Disclosures
23.1 Any change in the constitution of the c partnership firm, joint venture or consortium
partnerships as declared in the bid should be disclosed to the corporation, at any time between
the submission of bids and the signing of the contract. The same shall be disclosed during the
currency as per the relevant clause of GCC (Changes in constitution).
24.0 Fiscal Concessions for Nuclear Power Projects (NPPs) (Not Applicable)
24.1 Nuclear Power Project of capacity 440 MW or more have been notified as Nuclear Power
Project (NPPs). Accordingly the project is notified by GOI for eligibility towards fiscal
concessions. As such the goods required for setting up these projects are subject to ‘NIL’
Customs du of Government of India (vide Customs Notification No. 50/2017 dated 30-6-2017
at Sr. No. 602). In consideration of the aforesaid Fiscal Benefits, no customs duty on goods
shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor. Similarly, as per
the paragraph 7.02 (h) of Foreign Trade Policy 2015-2020 of Government of India, Domestic
Contractors supplying goods for these projects under the procedures of National competitive
bidding or International Competitive bidding shall be eligible for benefits of ‘Deemed Export’
advance authorization and 7.03 (b) relating to deemed export draw back and of the Policy and
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 18 of 78

paragraphs 7.02(d), 7.03(g) and 7.05(b) of Hand Book of Procedures) issued by the Director
General of Foreign Trade, Department of Commerce, Ministry of Commerce and Industry,
Government of India. In consideration of the aforesaid Fiscal Benefits, no customs duty on
goods shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor.
24.2.1 The bidders are solely responsible for adherence and compliance with the necessary processes,
procedures and documentation as may be stipulated by the concerned Statutory Authorities
connected in respect of availing such fiscal benefits. The Purchaser, shall, however, make
available only the requisite documents or certifications as per the extant rules and procedures
for availing the above exemptions/concessions by the Contractor.
24.2.2 In the event of denial of the above benefits prevailing as on the date of bid, by the designated
authorities to the Contractor, either on the basis of interpretation of the provisions of such
benefits or due to change in law, such indirect taxes will be reimbursable by the Purchaser at
actual rates for the supplies made within the Contractual Delivery Dates. And for the supplies
that are made beyond the Contractual Delivery Date, the reimbursement of taxes shall be
made by the Purchaser limiting to the rates prevailing on the Contractual Delivery Date.
25.0 Purchase Preference for supply of goods or services as per new Public Procurement Policy for
Micro & Small Enterprises (MSEs) under Micro, Small and Medium Enterprises Development
Act, 2006. (Not Applicable)
25.1 Preference and exemptions to MSE Units: (MSE exemption is not allowed in this work)
a) (Not Applicable) As per the provision of MSEs Policy, the participating bidder registered
under MSEs Act in a tender for supply of goods or services, quoting price within the band of
L1+15% would be allowed to supply a portion of the requirement by bringing down their
price to the L1 price, in a situation where L1 price is from someone other than an MSE.
Such MSEs would be allowed to supply up to 20% of the total tendered value. In case of
more than one such eligible MSE, the supply will be shared proportionately. Further, out of
20% allocation, a sub-target of 4% (i.e. 20% out of 20%) will be earmarked for procurement
from MSEs owned by SC/ST entrepreneurs. However, in the event of failure of such MSEs
to participate in the tender process or meet the tender requirements and the L1 price, the
4% sub-target for procurement earmarked for MSEs owned by SC/ST entrepreneurs will be
met from other MSEs proportionately.
b) Tender sets shall be provided free of cost to MSEs for the item/ services tendered. In case
of e-tendering the bidder has to pay the online processing fee to M/s ITI as per NIT
conditions. (Not Applicable)
c) MSEs registered for the item / services tendered will be exempted from payment of bid
security. (Not Applicable)
25.2 MSEs”“ who are interested in availing the enclose with their offer the proof of their being MSE
registered with any of the agencies mentioned in the notification of Ministry of MSME
indicated below: (Not Applicable)
(i) District Industries Centers
(ii) Khadi and Village Industries Commission
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.
(viii) Udyog aadhar memorandum
(ix) The MSE must also indicate the terminal validity date of their registration. Failing of
these requirements, such offers will be considered non-responsive and will not be
eligible for consideration of benefit detailed in MSE notification of Government of India
dated 23.03.2012.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 19 of 78

25.3 The operational part of this clause shall be as defined in schedule –A.
25.4 The MSEs registered with district industries centers must submit the “Acknowledgement of
Entrepreneur-II” along with their bid. The MSEs registered with National Small Industries
Corporation (NSIC) must submit the valid NSIC registration certificate along with their bid.
25.5 The Micro and Small Enterprises not registered for the particular trade/item/services, for
which the tender is relevant, would not be eligible for exemption/ preference.
25.6 The registration certificate issued from any one of the above agencies must be valid as on last
date of submission of the tender. The successful bidder should ensure that the same is valid till
the end of the contract period.
25.7 The MSEs, who have applied for registration or renewal of registration with any of the above
agencies / bodies, but have not obtained the valid certificate as on last date of submission of
the tender, are not eligible for exemption / preference.
Note : MSME is not applicable in this tender. Bidder is requested to submit the Bid Security as
mentioned under clause 10.0 of NIT.

Additional Chief Engineer (RE), KAPP 3&4


For and on and behalf of NPCIL
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 20 of 78

ANNEXURE –1
WORK EXPERIENCE
1. Name of Work
2. Agreement / Contract No. / Work Order No.
3. Name and address of client
4. Whether the client in public / private entity
5. Date of Start
6. Stipulated date of completion
7. Actual date of completion
8. Extension letter (mandatory if the work done for privately
owned companies is completed after extension)
9. Final value of work done on completion
10. Ref. to client certificate
11. If work is done with private entity, the details of CA
certificate.
12. Value of penalty / LD levied,
NOTE:
1. Separate Performa shall be used for each work. Details of only similar works as
defined in the minimum eligibility criteria shall be submitted. Clubbing of works in
completion certificate shall be avoided. If done same shall be rejected.
2. Only the value of contract as executed by the bidder /member of the JV/
Consortium in his own name should be indicated. Where a work is undertaken by a group,
the portion of the contract which is undertaken by the bidder / member of JV / Consortium
should be indicated and the remaining done by the other members of the group be excluded
while filling the item No. 9.

ANNEXURE –2
FINANCIAL DATA
(ANNUAL TURNOVER)
This is to certify that the financial turnover of M/s ------------------------is as under
Annual Turn Over of the Bidder during the last three financial years
(Attach copy of Annual Report/Audited Profit & Loss A/c)
Financial Year Annual Turn over Profit / Loss (+ / -) Remarks (if any)

NOTES:-
1. Separate Performa shall be used for each member in case of JV/Consortium. All such
documents reflect the financial data of the bidder or member in case of JV/Consortium, and not
that of sister of parent company.
2. The financial data in above format shall be certified by Chartered Accountant/Company Auditor
under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he has to
submit a certificate by a CA certifying that “the balance sheet has actually not been audited so
far”. The certificate shall be signed by bidder also. In such case the financial data of pervious
three audited financial shall be taken into consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was necessary
for the purpose of certification. The certification process involves examining the supporting
documents.

(Seal, membership no. and signature of CA)


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 21 of 78

ANNEXURE –3 A
FINANCIAL DATA
(Value of work done during the latest last five audited financial years)
SR. DESCRIPTION FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS
NO. Year Year Year Year Year
I II III IV V
Total value of
work done as per
audited financial
statements
NOTES:
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. All such documents reflect the financial data of the bidder or member in case of JV /
Consortium, and not that of sister or parent company.
3. The financial data in above format shall be certified by Chartered Accountant / Company
Auditor under his signature & stamp, membership number.

(Signature, membership no. and seal of chartered accountant)

ANNEXURE –3 B
FINANCIAL DATA

(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)

Descrip Place Contract Name & Value of Stipulated Value of Anticipated Remark
tion & No. & Address Contract period of work date of s
of Work state Date of (Rs. In completion remaining completion
Client lacs) to be done

TOTAL (FOR ALL ONGOING WORKS)


NOTE:
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. Bidder or member in case of JV / Consortium should provide information on their current
commitments for all contracts that have been awarded or for which a letter of intent or
acceptance has been received or for contracts approaching completion but for which a
completion certificate is yet to be issued even if completion of such works spills over beyond
completion period of this contract.

(Signature, membership no. and seal of chartered accountant)


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 22 of 78

ANNEXURE –4

THE DETAILS OF BLACK LISTING / DE-REGISTRATION / HOLIDAY IN CENTRAL STATE


GOVERNMENT, PSU & PUBLIC BODIES

Sr.No. Name of Work Order/ Value of Blacklisting Reasons Letter no.


Client Agreement No. work in period informing of
lakhs black listing

NOTES:
1. The bidder shall submit the details of black listing /de-registration / holiday by any
central / state government department or public sector undertaking. The relevant letter
shall be scanned and uploaded,
2. In case of JV / Consortium, the undertaking shall be submitted by each member of JV /
Consortium.
3. The undertaking shall be signed by authorized signatory of the bidder or constituent
member in case of JV / Consortium.

ANNEXURE –5

Information of litigation/arbitration history (Present/Past) in which the bidder is involved


Client & Work Order Name of Cause of Amount Remarks and the
Address No. Work dispute present status

ANNEXURE –6
REGISTRATION WITH MSME (Not Applicable in this tender)
Name & Address of Class of registration Name of Service Valid up to
Registering Authority
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 23 of 78

ANNEXURE –7

TAX INFORMATION TO BE SUBMITTED BY THE BIDDERS

Sr No Nature of Tax Response by Bidder


1 Bidder’s Name

2 Address (as per registration with GST with postal code)

3 Whether Registered under GST? o Yes


o No
4 If YES, mention the GSTIN / ARN

5 In case Unregistered, mention the reason for not a) Not required as per
registering. (Please tick). Section 22 (1) of CGST act.
b) Any other provision under
In case of (b) please give full details. GST act, please specify__
__

6 Any change in the status of Registration of the bidder,


after award of the Contract shall be disclosed to the I / We Confirm
Corporation forthwith. Please confirm
7 Rate of Applicable GST included in the quoted price. GST CGST:
SGST:
IGST:
7 Mention whether Reverse Charge Mechanism (RCM) is YES / NO
applicable for the tendered supply.
8 All the benefits and credits on inputs as available under GST o I / We Confirm
acts/rules are availed and passed on the benefits to
Corporation in bid price complying with provision of Anti- o Not Applicable
profiteering measures. Please confirm.
9 Service Accounting Code/HSN code
10 Mention whether Reverse Charge Mechanism (RCM) is o Yes
applicable for the tendered supply. o No
11 In case of Unregistered bidder/supplier of notified o I / We Confirm
goods or service where RCM is applicable, confirm bid
price is excluding GST. o Not Applicable
12 Confirm that GST compliant Tax Invoice shall be issued o I / We Confirm
while regular billing o Not Applicable

Note:
1. Bidders shall mandatorily provide all information in this Annexure.
2. The evaluation of bids shall be done strictly on the basis of all inclusive bid price / rates / total
bid price quoted in the price bid format.
3. In case GST is required to be paid by the Corporation under Reverse Charge Mechanism
(RCM), the applicable GST shall be added to the quoted price for evaluation of bids.
4. Bidder shall substantiate the information provided herein whenever called for to do so.

Date :

(Signature of Contractor or their Authorised Representative with Company Seal)


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 24 of 78

Annexure-8
Declaration Form for GST
(To be submitted by the Contractor along with running account bill)
(a) Certified that the goods and services on which GST has been charged are not exempted
under the GST Act or the rules made there under and the amount charged on account of GST
on these goods and services are not more than what is payable under the relevant act or the
rules there under.
(b) Certified that we have taken into account all input tax credits available under GST and have
not loaded the same in the basic price while furnishing their bids.
(c) Certified that in respect of amount of taxes claimed in the bill no claim is pending for
refund/or is admissible for refund from any other agency and /or no other tax credit is
available in respect of the same. In the event of getting refund in whole or in part of the
element of GST claimed from Government, the same shall be passed on the benefit to the
Purchaser by remitting the amount equivalent to the amount of refund obtained.
(d) Certified that the GST charged herein the invoices and other details have been populated in
GSTR1 of the GSTN portal facilitating input credit to the Purchaser.
(e) Certified that we have complied with the Anti-profiteering measure provisions under CGST/
SGST/UTGST Acts and passed on commensurate reduction of price to the purchaser.

Signature of Contractor or their Authorized Representative with company seal.


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 25 of 78

ANNEXURE –9

UNDERTAKING BY THE BIDDER


I DO HEREBY UNDERTAKE –
1. That all the information being submitted by me is genuine, authentic, true and valid on the
date of submission of tender and if any information is found to be false at any stage of
tendering or contract period I will be liable to the penal actions as prescribed in NIT.
2. That in the preparation and submission of the bid, we have not acted in concert or in
collusion with any bidder or other persons and not done any act, deed or thing which is or
could be regarded as anti-competitive.
3. That I accept all terms and conditions of NIT, including general terms and condition, special
/ additional terms and conditions, addendum, corrigendum, clarifications as stated there in
the tender document as available on the website.
4. That I am giving my consent for e-payment.
5. That I do authorize Corporation for seeking information / clarification from by bankers,
clients having reference in this bid.
6. That I have uploaded photo copies of all relevant documents as prescribed in the tender
document in support of the information and data furnished by me online.
7. That I accept all the undertakings as specified elsewhere in the tender document.
8. That this online agreement will be a part of my bid and if the work is awarded to me /us, this
will be a part of our agreement with Corporation.
9. The submission of bid shall be acceptance of the undertaking by bidder.

(bidder)
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 26 of 78

ANNEXURE –10

APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTERING SITE IN


CONNECTION WITH TENDER FOR CONTRACT WORKS

1. Name of the person :


2. Name of the firm /company :
3. Age :
4. Details of identification proof* :
5. Designation :
6. Address :
7. Contact No. – :
Landline/ Mobile No.
:
8. E-mail ID :
9. Purpose of visit :
10. Person whom you want to meet :
11. Date of visit :
12. Time of visit :
13. Vehicle No. :
14. Driver’s name & Age :
15. Additional persons, if any *
Name :
Age :
Designation :
16. Remarks

*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving
License, any other ID card issued by Government etc. shall be produced at CISF Main gate for
entry. Mobile phones, laptop and any other electronic device are not permitted.

The information given above is true to the best of my knowledge.

Signature of the bidder with date.


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 27 of 78

SECTION - II
Nuclear Power Corporation of India Limited
(A Government of India Enterprise)
Kakrapar Atomic Power Station
MEMORANDUM OF AGREEMENT (FOR ITEM RATE TENDER)
I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the underwritten Memorandum within the time specified in such memorandum at the rates
specified therein and in accordance in all respect with the specification, designs, and instruction in writing
referred to in Rule - 1 here of and in clause 6 of the general conditions of the contract and with such
materials as are provided for, by and in all respects in accordance with such conditions as far as applicable.
MEMORANDUM
(a) General Description of work Supply, Fabrication, Erection, Inspection & epoxy painting of
Miscellaneous steel structures at KAPP-3&4.
(b) Time for completion of the work 24 (Twenty-Four) Months (including monsoon period)
(c) Estimated Cost Rs. 2,16,68,600/- (including GST)
(d) Bid Security Amount Rs.4,33,372/-
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)
RULE: 1: Should this tender is accepted in whole or in part, I / we hereby agree to abide and fulfil all terms and
provisions of the said conditions annexed hereto and all the terms and provisions contained in the notice inviting
tender so far as applicable, and / or in default thereof to forfeit and pay to Nuclear Power Corporation of India Limited
or his successors in office, the sum of money mentioned in the said conditions. Bid Security in the form of e-payment is
deposited in NPCIL account.
If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I / We agree that said NPCIL or
his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said Bid Security
absolutely. Further I/We fail to commence the work specified in the above memorandum, I / We agree that the said
NPCIL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said Bid
Security absolutely and cancel the award of work.
I / We agree to execute all the work referred to the tender documents upon the terms and conditions contained or
referred to there in and to carry out such deviations as may be ordered, up to maximum of percentage mentioned in
clause 11.2.1 of General Conditions of Contract and those in excess of that limit at the rates to be determined in
accordance with the provisions contained in General Conditions of Contract. I / We hereby declare that I / We have
been debarred / not debarred and / or de-listed / not de-listed by Govt. /PSU.
Dated the _______________ day of______________ 2018.
* (Signature of Contractor)
Witness: ___________________
Address: ___________________ ** (Signature of Witness to Contractor’s signature)
Occupation: __________________

The above tender is hereby accepted by me for and on behalf of the “Nuclear Power Corporation of India
Limited.”
Dated the: ____________ day of___________ 2018. ***__________________
Tenderer is advised to read carefully and strike out whichever is not applicable and furnish detail wherever
applicable.
* Signature of the contractor before submission of Tender.
** Signature of witnesses of contractor’s signature.
* * * Signature of the officer by whom accepted.

Note: Bidder is requested to download this page separately, fill it, sign, put company’s seal with witness
signature and upload.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 28 of 78

SECTION - III
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL:
1.1. Where conditions/ instructions given in this section are at variance with the conditions,
stipulations, specifications etc. elsewhere in the tender document, conditions/ instructions given
in this section prevails.
1.2. Contact Centralized Tendering Cell for any clarifications regarding tender document before
submission of Tender. No claim on account of any ambiguity in any respect shall be entertained
later on.
2. Location: The Plant Site is located in the state of Gujarat in Tapi district, about 80 Kms. East of
Surat. The nearest Railway Station is Vyara on Surat-Bhusaval route (Tapti line).
The plant site is approximately 18 Kms. away from Vyara on Vyara-Mandvi/Kim Road. Similarly
KAPS Township is approximately 10 Kms. away from Vyara on Vyara-Mandvi/Kim Road (NH – 56)
Vyara is accessible on Surat-Dhulia Road (NH-6), about 62 Kms. from Surat, 180 Kms from Dhulia
and about 50 Kms. from Kadodara junction.
3. Entry Process for Plant site during tendering process:
For preparation of entry passes to enter the plant, bidder shall communicate following on
company’s letter head, one working day in advance to CTC office.
a. Name of the Person
b. Designation
c. Age
d. contact number
e. Purpose of visit
Note: Person must carry his Photo Identity proof with him when he approaches pass issuing
section for preparation of pass.
4. Bidder’s Details: Bidder shall submit the information given in Annexure-11 of section –I (NIT) on his
company’s letterhead. The Contractor shall produce Power of Attorney in original in favour of his
Representative who shall deal with all the matters relating to the Contract.
5. Guidelines for PRE-QUALIFICATION :
For PRE-QUALIFICATION CRITERIA (Annexure I) of Section 1 (NIT)
a. Uploading of PQ information / Data and relevant documents is mandatory and based on this
Tender will be evaluated. However, additional documents from bidder if felt necessary or any
clarification with respect to the documents submitted by the bidder, can be sought from the
bidder. Bidder shall submit same within time frame specified.
b. Bidder shall furnish complete latest contact details where work has been carried out.
c. Bidders shall keep ready the entire original document uploaded/submitted for PQ and
submit/produce for verification immediately on demand.
d. The certificates/ documents/ information submitted by Bidders shall be true & genuine and in
case, if it is found, at any time during bidding or during execution, that information/ documents
submitted by the bidders are in variance /forged, bidder shall be legally held responsible for the
same. In addition, their offer shall be summarily rejected or termination of contract if awarded,
forfeiting of the bid security and Security Deposit, if any and necessary action will be taken to the
extent of blacklisting for further works in NPCIL.
e. The certificates/ documents/ information uploaded/submitted by Bidders shall be true &
genuine, (FOR ESTIMATED COST of Rs 1.0 Cr & ABOVE) Bidders shall upload mandatorily an
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 29 of 78

affidavit in this regard on the Indian Non Judicial stamp paper of Rs. 100/- duly notarized and
in case, if it is found, at any time during bidding or during execution, that information /
documents submitted by the bidders are in variance / forged, bidder(s) shall be legally held
responsible for the same. In addition, their offer shall be summarily rejected or termination of
contract if awarded, forfeiting of the bid security and Security Deposit, if any and necessary
action will be taken to the extent of blacklisting for further works in NPCIL.
6. Guidelines for bid document – Rebate during Tender submission is not permitted in e-tendering
mode, however, post tender rebate, if arises during Techno-Commercial Negotiation is admissible.
7. Quality Assurance requirements: The contractor shall ensure that the quality of workman ship is
of the highest standard and the work is carried out to the satisfaction of Engineer in charge.
8. Transportation & Accommodation: The Contractor has to make his own arrangement for
transportation & accommodation for his workmen, engaged for this job.
9. Coordination of work: The work shall be carried out by the contractor in close coordination with
Corporation and other agencies who may be working in the same premises as well as in
the vicinity of other works. In this regard the decision of the Engineer in charge regarding any
dispute shall be final and binding on the contractor. The contractor shall plan his work in such a
way so as to avoid interference with the other works and any other contractor or sub-
contractors at the site.
10. House Keeping: The contractor shall at all-time keep his work spots, site office and surroundings clean
and tidy, free from dust, rubbish, scrap, surplus material and unwanted tools and equipment, all
scaffolding and temporary structure shall be removed as soon as the job for which these are intended,
are complete. The welding and other electrical cable shall be routed to allow safe traffic by all concerned.
All equipment and materials to be taken inside the plant building shall be cleaned thoroughly before
taking them inside as well as outside. Gutakha / pan / cigarette etc. are not allowed. Smoking and
consuming tobacco/ pan and spitting inside plant premises are prohibited and suitable action will be
initiated against the workmen violating the rules.
11. Safety clauses:
11.1 All safety precautions given in Atomic Energy (Factories) Rules 1996, “AERB Safety Guide, Project
Instruction PI/001/R2 and advised by the engineer-in-charge / Safety section and Fire section are to be
followed while at work.
• Copy of the Atomic Energy (Factories) Rules 1996 is available with tender cell. Bidder is
requested to go through the same before submitting the offer.
• Copy of Project Instruction No. PI/001/R2 (pdf format) is a part of tender document and
placed separately in tender notification, available on website. Bidder is requested to go
through the same before submitting the offer.
• Copy of the AERB Safety Guide for works contract is a part of General Condition of
Contract (Section-IV).
11.2 Contractor is required to set up an independent safety group as per clause No. 1.0 of project
instruction No. PI/001/R2 for execution of this work mandatorily.
NOTE :- In case contractor fails to deploy minimum number of safety professionals in work as per
clause No. 1.0 of project instruction, the penalty shall be regulated/ imposed as per Annexure-
I of Project instruction.
11.3 All safety precautions as advised by the Engineer-in-charge are to be taken while at work. All the
deployed persons of the contractor shall have relevant qualification and required experience of the
concerned job. NPC standing orders with respect to safety as per AERB safety guide for works contract
and Project Instruction PI/001/R2 shall be applicable to contractor’s workmen also.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 30 of 78

11.4 In case of violation of safety norms including non-use of personal protective equipment by
the contractor’s employee, the contractor shall be levied a penalty as given in schedule “A” of
GCC & mentioned in Annexure-1 of Project Instruction PI/001/R2. The penalty amount shall
be deducted by Engineer-In charge of the work contact based on safety violation observed by
him or any safety violation brought to his notice by Safety Section. In case the contractor is
not taking effective steps to improve his safety performance as directed by Engineer In charge
based on advice given by Head, Industrial Safety & Fire, the contractor shall be further
penalized including termination of his contract.
11.5 The contractor shall be required to prepare and submit safe work procedures /Job Safety
Analysis of all hazardous jobs before taking up jobs.
11.6 (a) The normal working hours shall be of 9 (Nine) hours per day for workmen and supervisors
including intervals (As per GCC Clause No.19, Sub clause 2 (i)). However, due to exigencies in
work, normal duty hours can be extended up to maximum limit of 12 (twelve) hours
(including normal duty hours).
(b) It is considered necessary at some occasions to carry out work round the clock, permission
of head of the unit/Engineer-in-charge shall have to be obtained.
11.7 The contractor shall be required to arrange all required Personal Protective Equipments (PPE)
for their employees like Hand gloves, Safety shoes, Apron, Helmet, Fall Protector like Safety
belts, Self retracting system, Safety net, etc. for protection against hazards.
11.8 All the electrical power extension boards used by the contractor shall be provided with ELCB.
11.9 Contractor’s persons shall undergo medical check-up by any MBBS Doctor before taking up
the work above 2.5 M. elevation from ground level and submit the certificate in the
prescribed form at the time of enrolment of workers in KAPP 3&4. Contractor shall replace
workers if he is found unfit.
11.10 In case of complaint by any person working at height with respect to giddiness/other
disability such person shall be advised to sit/rest and assistance provided to bring him down.
Safety belt/other support available to such person shall not be disturbed till assistance/help is
provided and medical check-up conduct immediately with respect to (a) Vertigo (b)
Epilepsy/fits and (c) other height related medical problems and shall be arranged by you at
your cost. It is mandatory to get safety permit for all works which are to be carried out at
height more than 2.50 meters.
11.11 Responsibility of safety and security of the contractor’s employees when they are working in
the plant site is rests with the contractor.

11.12 Contractor’s persons shall undergo medical check-up by any MBBS doctor and have to take
safety training from safety section before preparing permanent gate passes mandatorily.
12. Security: All security measure as advised by the Plant / Township authority shall be followed
strictly. Entry permit, token pass, Identity Cards etc. shall be obtained by the contractors from
concerned Plant/ Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to his
own cost and it has to be produced to competent authority for final issue of I. Cards with
individual’s bio-data with full address and other backgrounds required by KAPS.
Security photo pass for each employee for the job must be accompanied during work and
necessary police verification is the responsibility of the contractor and must be complied with.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 31 of 78

13. Observance of Secrecy: The contractor, his employee and representatives shall not disclose any
information or drawings furnished to him by the Engineer. All drawings, reports or other
information prepared by the contractor or by the Engineer or jointly by both for the execution of
the contract work shall not be disclosed. No photographs of the work or plant within the site
premises shall be taken without prior written approval of the EIC.
The Contractor will be responsible for the integrity, conduct and character for each
workman/individual to be employed by the Contractor for the plant and personnel safety during
their work at KAPP.
14. Origin of Labour and Materials: Contractor shall submit the bio-data of his workers, supervisors
and engineers to the Engineer in charge (EIC) who will screen the bio-data and give the clearance
for deployment. No deployment will be made by the contractor without the clearance of the
Engineer in charge.
The Contractor is advised to give preference in employment to local people/dependents of
deceased employees of KAPS subject to fulfilling their education qualification, technical
qualification and related experience.
The contractor shall employ on the work adequate number of qualified and competent staff to
ensure the execution of work in time and the numbers will have to be augmented as per
the requirement and direction of the EIC to ensure completion of work in time.
All materials to be used on the work shall conform to the relevant specifications. The contractor
shall supply free samples of materials to be used on the work, whenever asked, for testing and
analysis purpose. Failure of any sample to pass the specified requirements will be sufficient
causes to reject the whole lot of materials from which the sample was taken.
In the event the contractor is provided with any material or equipment belonging to KAPS /
KAPP, the Contractor undertakes to return the same in good condition, failing which the
Contractor shall be responsible for the cost of the same.
On completion of work, contractor has to retain the data storage devices like Hard disk etc. at
station / project and hand over to EIC if contractor is using personal computers for execution of
work. These data storage devices will not be given back to contractor.
Any damage / breakage of NPCIL equipment / property / tools / material due to working of
contract workers shall be made good by the Contractor at his own cost.

All tools & machinery to be used by the contractor for execution of the work shall be checked by
Engineer in Charge for fitness as well to meet the requirement. Then only contractor shall be
allowed to start the work at site.
15. Notices: Any notice, order direction or other communication to be given to the contractor under
any of the provision of the work order shall without limitation be conclusively deemed to have
been received by the contractor if delivered or mailed to the contractor at the address
mentioned by the bidder in the annexure 11 of section -1 of NIT.
16. Inspection of Site: The Bidder or his representative shall be deemed to have inspected and
examined the site and surrounding before submitting this tender and shall obtain the necessary
information, risk, contingencies and other circumstances which may influence or effect this
tender.
17. Insurance: You are required to take following In the joint name of Corporation up to defect
liability period and documents in this regard should be submitted to Engineer-in-Charge before
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 32 of 78

start of work (refer clause no 15.1.1 of GCC and its Addendum i.e. Section # iv -general condition
of contract )
a) Workmen compensation policy in respect of all your workmen engaged in the work shall
be on the basis of minimum wage of respective category of workers prevailing at the time
of issue of work order.
b) Contractor should take Contractor all risk policy (CAR) for the whole contract value. Apart
from Contractor’s all risk policy, also take insurance policy to cover third party liability for
10% of the contract value subject to a maximum of Rs 50 lakhs.
Note: The contractor shall take all Insurance policies before commencement of the work.
Quoted rate shall be including the premium amount of insurance policies. In case of
delay in submission of insurance policies as per tender condition shall result in levy of
non-returnable penalty equivalent to 3 times the Premium required to be paid for each
type of insurance i.e. Comprehensive policy, Workmen Compensation Policy separately.
Levy of penalty does not abrogate contractor from his responsibility regarding
Insurance and risk cover. NPCIL shall not be liable for or in respect of any damage
or compensation payable. The work order is liable for cancellation in case or repeated /
continuous non-compliance.
18. Minimum Wages Act: The contractor shall strictly comply with all provisions of labour laws,
including those given in Section IV of the tender. You shall also strictly comply with all statutory
and non-statutory obligations under minimum wages act, ESL, Contract Labour (Regulations and
abolition) act, Bonus, Leave, Salary etc. and liable to keep all statutory records available for
inspection by officer in charge or his representative or the statutory authorities.
The contractor shall strictly follow all provisions of Minimum Wages Act(s) (Central / State or as
declared by KAPS/KAPP including applicable dearness allowances for this work whichever is more
advantageous to workers), Contract Labour (Regulation and Abolition) Act or any other act(s)
applicable to Industrial workers in this area.
The prevailing rate of minimum wages of Construction or Maintenance for unskilled, Semi-
Skilled, Skilled and High Skilled categories of Industrial workers are Rs. 370.00, 433.00, 522.00,
612.00 per day respectively as on 01/04/2018. Dearness Allowance or the Minimum Wages are
generally revised by the Government of Gujarat every six months i.e. on 1st of April and on 1st of
October.
It is mandatory to pay the following In addition to the minimum wages to all workers:
(a) Monthly Bonus component @ 8.33% of monthly minimum wages for the
scheduled employment (irrespective of work period) or of Rs. 7000/-month
whichever is higher. (The eligibility of employee for payment of bonus shall be limited to
drawing wages up to Rupees “Twenty One Thousands Rupees (21,000/-) per month).
Note:
i. Revision in rates will be communicated to contractor from time to time by EIC.
ii. Format of wage slip is attached in at Annexure – 3 of Section – III and shall be issued to all
workers.
19. Payments to contract workers through Bank only
a. Contractors shall make the payments to their contract workers through Bank only. For this
purpose, the contractor shall ensure that all the contract workers are having a bank
account and also facilitate workers for opening the account. The Engineer-in-Charge /
Officer-In-Charge shall ensure that the Contractors are making payments to their contract
workers through Bank only.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 33 of 78

b. In isolated cases, if it is not possible to make payments to any contract workers through
Bank Account, the approval of the Unit Head shall be obtained for making the payment by
cash. In the event of cash payment to any contract workers the same shall be witnessed by
an official of HR duly authorized by the Head of HR Group of the unit.
c. Every month the contractor shall submit bank statement of deposit of amount in each
worker’s bank account/ documentary evidence to Engineer-In-Charge/Officer-In-Charge.
d. The contractor shall make the payment of prescribed minimum wages notified from time
to time to all its workmen, on or before 7th of succeeding month. In case, payment of
minimum wages to all workmen is not made on or before 7th of succeeding month, then a
penalty @ Rs. 1000/- per day of default will be imposed. Levy of penalty does not abrogate
the contractor from his responsibility for disbursement of wages as per the Payment of
Wages Act. NPCIL shall not be liable for any damage or compensation payable.
20. Provident Fund for Contractor’s Worker:
20.1 The contractor should have EPF Code number from concerned EPF office. The contractor
shall comply with all the existing provisions of the Employees’ Provident Funds and
Miscellaneous Provisions Act, 1952 and further amendments in the said Act / Scheme
from time to time.
20.2 “Contractor shall create their User ID and Password for accessing the EPFO Portal
(www.epfindia.com) before submission of 1st RA bill. The monthly subscription towards EPF, i.e.
employer’s contribution as well as employees’ contribution shall be deposited to the PF Account
of the employees through Electronic Challan-Cum-Return. Copy of the monthly Challan
generated through the system shall be submitted to the Engineer-in-charge along with the
attendance and wage registers for verification before 10th of the following month.”
20.3 The contractor has to provide the annual PF account slip to his employees / workers annually
and also on completion of the work / before settlement of final bill of the contract. The
contractor is obliged to assist and complete all such formalities in transferring the PF amount or
withdrawal of PF amount of his employees / workers as per the requirement of his employees /
workers.
20.4 The contractor shall indemnify on the non-judicial stamp paper of Rs. 100/- duly attested by
Notary as per enclosed format (Annexure-4) before settlement of final bill that the provisions of
the EPF & MP Act, 1952 as applicable have been complied and submit to Engineer-in-charge of
the work. The contractor is liable for the EPF contribution / dues for the employees / workers
deployed by the contractor for the work and indemnify NPCIL of any future liabilities on these
account. The contractor will stand responsible for any such future claims with regard to EPF dues
/ outstanding received through concerned authorities. Further, non-compliance of any default
on account of EPF by the contractor during execution of contract may lead to cancellation of
contract.
21. Labour Law & Labour Licence: You shall comply with various provisions of the contract labour
(Regulations& Abolition) Act 1970 and rules framed thereon from time to time. Further you shall also
comply with the provisions of other laws such as Workmen’s Compensation Act 1923, Minimum wages
Act 1948, E.P.F. Act, Gratuity Act, Payment of Bonus act - 1965 and other labour laws as applicable to your
organization. In case, NPCIL is required to incur any expenses as principal employer under the provisions
of the various laws, NPCIL shall be entitled to recover the same from you/your bills.
The contractor shall apply for issue of Form-V as soon as work order is issued, in case labour
license is to be obtained.
Principal Employer’s Certificate for obtaining labour license will be provided on your request. You
may please note that within 14 days from the date of issue of this work order, you will have to
apply for a labour license to the Asstt. Labour Commissioner, of the area, for the maximum
number of workers you had indicated to engage on the work. A copy of the application will have
to be furnished to the Engineer-in-charge of the work within a week time from start of work.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 34 of 78

22. Professional Tax: Contractor has to make payment of professional tax in respect of the
personnel engaged by them to Mothicher Gram Panchayat.
23. License to work on electrical installations:
Bidders must have appropriate License to work on electrical installations, if required.
24. Uniform/ Shoes and other PPEs :
The contractor shall provide:
• Uniform/ Safety jackets (Two pairs in a year) to all workers engaged for this work order with
contractor’s monogram at back
• Safety Shoes/ standard shoes & socks and other personal protective equipments to all workers
engaged for this work order according to nature of job.
25. Medical Examination of contract employees
To comply with the AERB requirements, it is mandatory to conduct Medical examination of all
contractor’s employees who work in Project/Construction areas by the contractor from any
registered medical practitioner possessing MBBS qualification from recognised by Indian Medical
Council and a certificate of fitness to work in Project/Construction areas in the prescribed format
(Annexure-1A, 1B and 2 of this section) on the letter head of the doctor will have to be produced
by the contractor at their own expenses. This Medical examination is required to be done every
calendar year during the period of employment. Pre-employment medical examination of all the
contractors’ employees shall be arranged within 15 days of deployment of new worker by the
respective contractor.
26. Agreement:
A formal agreement of the work shall be executed by the Contractor with NPCIL immediately
after issue of work order. Until such an agreement is executed, the work order together with
Contractors offer and related letters shall be a governing/binding document.
27. Other Instructions/ Conditions
a. Engineer in charge will allot the area of work spot as per his schedule. The contractor shall be
diverted to different areas without any notice as and when the requirement arises. If a
particular job could not be completed within the stipulated period, contractor shall continue
beyond normal working hours with the permission of the concerned authority and complete
the job. The charges will be paid as per rate contract. In case contractor fails to complete the
job within given time by Engineer or contractor abandons the job, the assigned job will be got
done from other agencies at his risk and cost. Decision of Engineer in charge will be final and
binding on contractor.
b. Income tax at applicable rate will be collected by way of recovery from your bills.
c. Engineer in charge will have the right to withdraw the work permit for any of the contract
workmen for reasons of misconduct, incompetence in work, violation of safety and fire rules,
negligence on duty etc.
d. Cost of damages caused due to bad workmanship shall be recovered from the contractor.
e. In the absence of any specification for any work or materials, relevant Indian Standard
Specifications will be applicable. In the case of any class of work for which no specifications
have been given, such works shall be carried out in accordance with the specifications and
requirements given by the Engineer.
f. The Contractor shall at times keep his work place, office and store premises clean and tidy
from rubbish, scrap, surplus materials and unwanted tools and equipments. Electrical cables
shall be routed as to allow safe traffic by all concerned. No materials on any of the site works
shall be so stacked or placed to cause danger or inconvenience to any person or public. The
Engineer in charge may require contractor to remove any materials which are considered to
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 35 of 78

be of danger or cause inconvenience to the people working in the area. after completion of
the work contractor shall remove all the scrap, surplus materials rubbish, temporary facilities
established for execution of the work from the site, clean the area and hand over to the
Engineer in charge. The contractor may note that Engineer in charge has the right to stop the
work if the contractor fails to improve upon the house keeping after having been notified.
28. Contract Price Adjustment clause: As per GCC.
29. CLND : (New CLND clause to be part of GCC for)
Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011 thereof:
(a) The Purchaser shall have Right to Recourse against the contractor in accordance with provisions
under Section 17(a) of Civil Liability for Nuclear Damage Act, 2010 with following limitations, as
stipulated in Rule 24 of the Civil Liability for Nuclear Damage Rules, 2011:
(i) The contractors liability shall be to the extent of the Operator’s liability under sub section(2) of
Section 6 of the Act or the value of the contract, whichever is less,
AND
(ii) The duration of Contractor’s liability shall be limited to duration of initial license issued by AERB
or the product liability period, whichever is longer.
(b) The term “supplier” and the duration and extent of supplier’s liability are explained in Rule 24 of the
Civil Liability for Nuclear Damage (CLND) Rules, 2011. For any questions relating to supplier’s liability
under section 17 of the Civil Liability for Nuclear Damage (CLND) Act, 2010, Government of India’s
clarifications dated February 08, 2015 may be referred to. These have been posted at the websites of
Ministry of External Affairs and the Department of Atomic Energy under the title “Frequently asked
Questions and Answers on Civil Liability for Nuclear Damage Act 2010 and Related Issues”.
(c) In regard to contracts with manufacturers of or vendors for supply of systems, equipment,
components, or building of structures, or provision of services to nuclear installations which are
operating or are under construction or those to be installed in future for which NPCIL is the system
designer and technology owner, being responsible for safety design of such installations, NPCIL shall
assume the role of supplier in accordance with the explanation of the term “supplier” given in Rule 24
of the CLND Rules, 2011 and in the context of section 17(a) and (b) of the CLND of the CLND Act,
2010.
Other suppliers can avail the Nuclear Supplier’s Special Contingency (Against Right of Recourse) Insurance
Policy provided by the India Nuclear Insurance Pool to cover any liability exposure under section 17(a)
and (b) of the CLND Act, 2010. NPCIL maintains the operator’s statutory insurance under the CLND Act,
2010 by subscribing to the Nuclear Operators Liability Policy offered by the India Nuclear Insurance Pool,
thereby subrogating to the India Nuclear Insurance pool the operator’s “right of recourse’ against
suppliers under section 17(a) & (b) of the CLND Act, 2010.

Condition for operating New CLND clause. Refer Sr. no. 29 of S.C.C.
29.1 Details of condition of operability:
Case: I: If the requirement is for PHWR then this SCC to be used.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 36 of 78

30. WORKS AND MAINTENANCE CONTRACTS - SPECIAL CONDITIONS OF CONTRACT (SCC)


30.1 The following Special Conditions of Contract (SCC) shall supplement / amend General
Conditions of Contract (GCC) – for Works and maintenance contracts. Wherever there is a
conflict between the two, the provisions in SCC shall prevail over those in the GCC.

SN GCC Clause Special Conditions


Clause Description /
Reference Content
1 6.10 Octroi, cess, 1.0 Taxes and Duties:
taxes, Royalties, 1.1. Indirect Taxes and Duties:
etc.
1.1.1. The Bid prices shall be inclusive of Goods and Services Tax
(GST) and any other Indian Indirect Taxes payable in India
for the final product / services.
1.1.2. The Contractor shall bear all non-Indian taxes, duties, levies
etc. payable up to FOB in respect of sourcing items from
abroad.
1.1.3. Contractor shall be responsible for payment
of all Indian Taxes, Duties including IGST on imports and
all other statutory levies as applicable in connection with
supply of the Stores. The prices for shall be inclusive of all
Taxes, Duties and other Statutory levies payable under
the law of the Land. The Contractor shall however take
into account Fiscal Concessions available to the subject
contract as detailed in the below mentioned paras and
pass on the benefit to the Corporation. GST and all
other indirect taxes, duties are also not reimbursable
separately on Price Adjustment for price portion, as
base price is inclusive of all Taxes and Duties as
applicable.
1.1.4. In case of increase in existing taxes/ duties and any other
new indirect taxes / cess, if levied by Government during
the contractual delivery period, the same shall be
reimbursed / paid by the Corporation, as the case may
be, at actual against documentary evidence. This
provision shall not apply to changes in Personal Income
tax or Corporate Income tax or to changes in non-Indian
Taxes.
1.1.5. For extension in the contractual delivery period for the
reasons attributable to the Corporation and/or Force
Majeure, increase in existing taxes & duties, if any, and
new tax component introduced in the extended period
shall be reimbursed to the Contractor subject to the
submissions of necessary documentary evidence. No
increase / new tax shall be payable during the delay
period due to reasons attributable to the Contractor.
1.1.6. GST on Liquidated Damages (LD), as applicable, shall be to
the account of the Contractor and shall be recovered
from payments due to the Contractor.
1.1.7. The bidders are required to examine the provisions of
The Central Goods and Services Tax Act 2017(CGST),
The Integrated Goods and Services Tax Act 2017(IGST),
The Union Territories Goods and Services Tax Act
2017(UTGST) and The Goods and Services Compensation
to states Tax Act 2017 and their Rules as being enacted
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 37 of 78

SN GCC Clause Special Conditions


Clause Description /
Reference Content
and amended from time to time. The bidders are
required to take into account the input tax credits and
the exemptions available therein while furnishing their
bids.
1.1.8. GST as quoted will be reimbursable by Corporation limiting
to the rate prevailing within the contractual delivery
schedule.
1.1.9. Towards invoicing for the GST, Bidders are required to take
note of the following & comply accordingly.
1.1.10. Bidders are required to provide their GST Registration
numbers, the HSN code of the goods/SA Code for
services and the applicable rate of GST in the
Commercial Terms and Conditions of the E-bid
submitted in Part-I (Technical and Commercial E-bid
except price).
1.1.11. While claiming the GST the Tenderers are required to
adhere to the provisions available therein. The
Contractors are required to populate the details of GST
paid by them in the GST portal, only upon which
reimbursement of GST would be considered.
1.1.12. Please note that in case any refund/credit to GST if
granted to Tenderers by GST Authorities in respect of
stores supplied under the contract, Tenderers will pass
on the credit to the Corporation immediately along
with a certificate from bidder’s
Director/Manager/Proprietor/Accountant that the credit
so passed on relates to the GST originally paid for the
stores supplied under the contract.
1.1.13. When GST is claimed by the Contractor in general the
certificate as per Annexure-7 should be submitted to the
paying authority with their invoices.
1.2. Direct Tax: - Tax Deduction at Source
1.2.1. The Corporation shall have the right to withhold taxes on income,
excess profits, royalty and other taxes from payments due to
Contractor under this Contract to the extent that such
withholding may be required by the government of India or any
relevant authority thereof or by the government of any other
country, and payment by the Corporation to the respective
governmental office of the amount of money so withheld will
relieve the Corporation from any further obligation to Contractor
with respect to the amount so withheld.
1.2.2. The Corporation shall, at the time of its payments due to the
Contractor, withhold the necessary taxes at such rate as is
required by any Government Authority, unless and to the extent
that the Contractor shall produce to the Corporation any
certificate issued by a Government Authority (having authority to
issue such certificate) entitling the Contractor to receive the
payments under the Contract for a prescribed period without
deduction of any tax or deduction at a lower rate.
1.2.3. The Corporation shall provide the necessary withholding tax certificates
to the Contractor within the time stipulated by the relevant law to
enable the Contractor to file the same with the Government
Authority as a proof of payment of such taxes.
1.2.4. All taxes levied on Contractor’s corporate income or profits shall be for
the account of Contractor and shall not be reimbursed by the
Corporation. Contractor shall also be responsible for payment of
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 38 of 78

SN GCC Clause Special Conditions


Clause Description /
Reference Content
income taxes of its personnel levied in India or elsewhere.
1.3. Indirect Tax-Tax deduction at source
1.3.1. The Corporation shall, at the time of its payments due to the
Contractor, withhold the necessary tax at source at such rate if
required under the legislation unless and to the extent that the
Contractor shall produce to the Corporation any certificate issued by
a Government Authority (having authority to issue such certificate)
entitling the Contractor to receive the payments under the
Contract for a prescribed period without deduction of any tax or
deduction at a lower rate.
1.3.2. In case of such deductions as mentioned above, the Corporation
shall provide the necessary withholding tax certificates to the
Contractor within the time stipulated by the relevant law to enable
the Contractor to file the same with the Government Authority as a
proof of payment of such taxes.
1.3.3. The Contractor shall be responsible for filing all necessary Tax returns
(including, without limitation, returns for Corporate Income tax,
Personal Income tax and GST) with the relevant Government
Authorities in accordance with all applicable statutory
requirements and shall be responsible for providing all information
requested by such Government Authorities.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 39 of 78

ANNEXURE # 1
Form for Initial Medical Examination
(For Contractor Personnel)
Sr. No. :
Date of medical examination :
Name, Dr./Shri/Smt/Kum :
Nature of job :
Date of birth :
Age :
Sex : Male/Female
Marital History : Married/Unmarried
Children :
Past occupational history :
History of abortion or miscarriage :
Past medical history :
Major illness :
Operations :
Injuries :
Family history of cancer/genetic disease :
Personal history : Diet: Smoking : Alcohol:
Menstrual history : L.M.P
Height (cms) :
Weight (Kgs) :
Pulse :
Blood Pressure :
Vision : Near Dist. Lt.6/ Rt.6/
Colour vision :
Lens opacity :
Ears : Rt. Lt.
Skin-Nails :
Lymph glands :
Defects : a. Skin d. Hernia
b. Vascular e. Hydrocele
c. Skeletal
Systemic Examination :
Mention positive findings and system involved :
Investigations :
: Total
Lecucocytes count
Differential count
1) P
2) L
3) E
4) M
Urine examination :
Albumin :
Sugar :
Abnormality detected :

Recommendation: FIT / UNFIT Name and Signature of Medical Officer with Qualification and reg. no.

Note: 1. Candidates with extensive skin diseases and severe anemia are unfit for employment in nuclear industry.
2. X-ray if required.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 40 of 78

ANNEXURE # 2
Medical Certificate for Casual/ Temporary Workers
Certified that I, Dr.__________________ have examined Shri.__________ aged_______ on (date________
who has signed below in my presence. General and physical examinations of Shri._______________ do not
reveal any abnormality. He does not suffer from any acute/chronic skin disease or any contagious or
infectious disease. His eye sight is normal with/without glasses. In my opinion Shri.___________ is physically
and mentally fit for any job in _______________ (nuclear facility).
____________________
(Signature of workman)
_________________________
Signature & Rubber stamp of Medical Practitioner with Reg. No.
Note: This certificate is to be given on the letter head of the Registered Medical Practitioner who is possessing
allopathic qualifications as recognized by the Indian Medical Council. Below the signature, the rubber stamp of
the Medical Practitioner should be affixed. The letter head normally should contain the following:
1. Name of the Medical Practitioner
2. Qualifications
3. Registration No. & Date
4. Address
ANNEXURE-3

WAGE SLIP

Name of the Contractor/Firm: M/s. _______________________________________________________

PF Registration No. of the Employer: Date of Payment:


Work Order No. _________________________
Name of the worker’s with father’s/husband’s name: ________________________________________
Category of employee
Wage period
Mode of payment Through Bank
Bank Name
Branch
Bank Account No.
Employee’s PF Account No._____________
Particulars Rate per Day (Rs) Present No. of days Amount (Rs.)
Payments
Basic wages in Rs.
Sp. Allowance in Rs.
Transport Allowance in Rs.
Bonus in Rs
Overtime in Rs.
Any Other Payment in Rs.
Total in Rs.
Deduction
EPF @ 12% in Rs.
Professional Tax
Any other deduction in Rs.
Total Deductions in Rs.
Net wages in Rs.

Contractor's Signature worker's signature or thumb impression


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 41 of 78

Annexure - 4
INDEMNITY BOND
(For compliance of the EPF & MP Act, 1952)
(To be furnished by contractor before settlement of final bill on Rs.100/- non-judicial stamp paper)

Whereas, M/s. (Name of the contractor)__________ has been awarded the contract for
(Name of the contractor) ___________ vide Work Order No. __________ dated ______________ by
NPCIL Kakrapar Gujarat Site, Unit - _______ to execute the job/ work on the terms and conditions as
stipulated therein and as per the agreement.

In pursuance of the above, I/ We ______________________ S/o ______________________ R/o


(Address) ____________________________________________________ and Proprietor/ Partner/
Director/ authorized representative (Designation) __________________ of M/s. _________(Name of
Contractor)______________________ hereby affirm and declares as follow –

That the provisions of the Employees Provident Fund & Miscellaneous Provisions Act, 1952 have been
complied and it is undertaken that all the liabilities on account of EPF contribution/ dues for the
employees/ workers deployed by M/s. ________(Name of the contractor)________ for the work and
indemnify NPCIL of any future liabilities on these account. I shall be stand responsible for any such
future claim and action/ proceeding if any, with regard to EPF dues / outstanding received through
concerned authorities.

Further, I shall keep NPCIL fully indemnified and free from all such EPF dues / outstanding claims /
demands, actions / proceedings if any, against NPCIL in respect of aforesaid contract and NPCIL shall
have no liabilities on this account.

In witness whereof, I / We _______________ on behalf of M/s. _______________________ executed


this indemnity bond on (Date) ___________ mentioned above.

(Signature of Contractor) /
Authorized Representative of Contractor
With Company’s Seal

Witness:

1. Signature
Name :
Address :

2. Signature
Name :
Address :
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 42 of 78

SECTION – IV

GENERAL CONDITIONS OF CONTRACT (GCC)

GCC with Addendum is attached separately AND is also available on Web


site www.tenderwizard.com/DAE/Downloads which will form part of this
Tender Document.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 43 of 78

SECTION – V
SCOPE OF WORK & TECHNICAL SPECIFICATIONS
1.0 INTRODUCTION
This section defines the contractor’s scope of work and technical requirement for the work
“Supply, Fabrication, Erection, Inspection & epoxy painting of Misc. steel structures at
KAPP-3&4”.

The work is to be carried out at various locations in Reactor building (RB), Reactor
Auxiliary building (RAB), etc. These buildings have various floor elevations where the
work is to be carried out. Work area may be at a height ranging from 0 to 10m approx.
Contractor shall make adequate and safe arrangement for the execution of work.
Works broadly includes supply of CS structural material, Fabrication and Erection of
miscellaneous steel structure with all NDT examination, Dismantling of Misc. steel
structures, Installation of Anchor fasteners, CS-CS as well as SS-SS welding, Conducting
LP examination of weld joint as directed by ENC at various location of KAPP- 3&4.

2.0 DETAILED SCOPE OF WORK


2.1 SUPPLY OF CS STRUCTURAL STEEL MATERIALS
A) GENERAL
• Supply of CS structural material includes angle, channels, I-beams, plates, Chequered plates,
handrail pipes, flats, round bars, u bolts, fasteners, gratings, standard chains etc. confirming to
IS 2062 Gr. B , IS 1367 or as specified in drawing and specification or as directed by Engineer-in
charge along with test certificate is in Contractor’s scope.
• Compilation of the BOQ of structural materials required for fabrication of miscellaneous
structural steel, preparing and getting approval of detail drawings is in the scope of
contractor.
B) VENDOR SELECTION AND QAPs
• Material to be supplied for the subject tender shall be procured from the NPCIL
approved vendor list. Some of the vendors are as follows:
Sl no Item Vendor name
1 Structural M/S LLOYD STEEL MUMBAI
CS/SS M/S SAIL, MUMBAI
M/S RASTRIYAISPAT NIGAM, MUMBAI
2 Fasteners M/S ALCO , HUBLI
M/S BOLT MASTER, VASAI
M/S GKW, MUMBAI
M/S INDUSTRIAL, FASTENER, MUMBAI
M/S LAXMI PRECISION, MUMBAI
M/S PRECISION ENGINEERING, INDUSTRIES,
BARODA
M/S PRECISION FASTENERS, MUMBAI
M/S SUNDARAM FASTENERS
M/S MEGA ENGINEERING P LTD RABALE
M/S TVS, CHENNAI
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 44 of 78

• In case of any difficulty, the Contractor can also propose vendors other than those
listed in the vendor list with proper justification. In such cases, the Contractor shall
evaluate these vendors with respect to their technical and financial capabilities, order
booking position, adhering to delivery schedule, etc. and submit the reports to NPCIL
for review and approval. Selection of vendors and inspection agencies & the inspectors,
shall be subjected to approval of NPCIL.
• It shall be Contractor’s responsibility to ensure that the Vendor selected implements
the quality assurance program in line with NPCIL’s quality assurance program in respect
of work he is performing.
C) PROCUREMENT STEPS
• All materials, to the extent possible, shall be purchased directly from the
manufacturers.
• All supplies shall be subject to inspection w.r.t material test certificates and quality
assurance by NPCIL.
• On receipt of material at site, Contractors will inform NPCIL and NPCIL shall carry out
necessary receipt inspection for general conditions, records, any possible damage, loss
of items, etc. before release of payment and the item is taken up for erection.

D) STORAGE AND PRESERVATION OF MISCELLANEOUS STRUCTURAL STEEL


• Contractor shall carry out proper storage, preservation and provide adequate
protection during storage, fabrication and erection till the structure/ material as the
case may be is handed over to the Engineer.
• The Contractor shall engage adequate number of competent stores personnel and security
staff to efficiently store and maintain the materials.
• On the material received for fabrication, such as angle, channels, I-beams, plates, Chequered
plates, handrail pipes, flats, round bars, u bolts, fasteners, gratings, standard chains etc, all
identification marks pertaining to material specification and Purchase Order number shall be
retained until such time when it is inevitable to remove them during pre-fabrication stage such
as cutting, welding.
• Periodic monitoring for proper storage shall be carried out by the Contractor. Watch and ward
shall be the responsibility of the Contractor. Engineer shall make available the space at plant
site on chargeable basis for the Contractor to construct the necessary stores as specified in
General Conditions of Contract.
• The Contractor shall check the adequacy of these facilities prior to monsoon and take suitable
measures.
• The storage sheds shall be built in conformity with fire safety requirements. The stores shall be
provided with adequate lights and fire extinguishers. Safety precautions shall be strictly
enforced.
• Structural steel and other materials shall be cleaned as per the approved procedure
prepared in accordance with the requirements of specifications by Contractor and
approved by Engineer. Cleanliness needs to be maintained during all stages of
construction.
• Generally the following aspects, but not limited to the mentioned, shall be taken into
consideration by Contractor for storage:-
1- Access to storage area.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 45 of 78

2- Cleanliness and housekeeping practices. Safety precautions and Fire


protection. Identification and marking.
3- Record of locations
4- Segregation of CS structural materials
2.2 FABRICATION AND ERECTION OF MISCELLANEOUS STRUCTURAL STEEL
• Work shall be carried out based on actual condition at site. This involves handling and
transportation of fabricated structure from fabrication shop to site.
• Structural drawings and other drawing shall be given to successful bidder time to time
by Engineer in charge. Contractor shall compile item wise requirements of structural
material for the procurement.
• The Contractor may note that generally embedded parts such as embedded plates,
embedded bolts, embedded threaded inserts etc., are provided in the building floors,
roof slab, walls etc. for installation of structural steel platform. Cleaning, grinding of
embedded plates, cleaning and re-tapping of threaded inserts, repair of threads of
embedded bolts by die, etc. is part of respective platform erection work.
• Operating and maintenance platform, walk ways, ladders etc. shall be installed at
different location of various buildings for approach to the equipment, valves and other
components for the purpose of operation, maintenance and inspection.
• The drawings shall be issued by engineer. However, detailing in drawings or revision in
drawings to suit site conditions, if required, shall be carried out by Contractor and
obtain Engineer’s approval prior to taking up fabrication and erection.
• The payment for the fabrication and erection of miscellaneous steel structure shall be made on
actual weight basis. Necessary weighing machine for the purpose shall be arranged by
Contractor.
• Contractor shall submit qualification of all personnel involve in the job as per direction
of Engineer-in charge.
• Contractor shall submit fabrication/ erection procedure before starting of actual JOB at
site OR as per instruction of Engineer-in charge.
• Requirement of equipment enclosures or other miscellaneous structure shall be
informed by Engineer as and when required. Contractor shall design and prepare
drawing for these enclosures and submit for Engineer’s approval before installation of
structures.
• Fabrication of different structures including cutting, grinding, bending, drilling, welding,
alignment, erection of steel structure with all NDE requirement, including supply of
manpower, tools & tackles, consumables etc.
• Application of primer, epoxy paints 250 ± 20 microns DFT to complete the work in all
respect as per drawing, specification and as per instructions of Engineer-in charge.
• Preparation of Design Concession request (DCR), Field change proposal (FCP) as and
when required.
• Preparation and submission of as built drawings for approval of N P C I L . The
Contractor shall provide all the required drawings in hard as well as in soft form.
• Material accounting is to be done by the contractor and the same is to be submitted to
the Engineer-in charge.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 46 of 78

• Works like chipping and roughening of concrete surfaces, enlargement and deepening
of foundation pockets, etc., required for completion of job shall be carried out by
Contractor.
• Arranging all types of tools, tackles, plants, machineries, scaffolding materials, working
platform, ladders and safety gears etc. required for execution of works.
• Submission of various documents such as work procedures, JHA, QAP, PQR, WPS,
erection reports, progress reports, etc. and all other documents required for successful
completion of the job.
• Unless otherwise specified, all temporary structure required for shifting, lifting, erection
and alignment is included in scope of fabrication and erection of misc. structures at
KAPP-3&4 site.
• In the event of conflicting requirements between the specifications and the drawings,
the governing requirement shall be at the discretion of the Engineer. In the instance
where the Contractor is unable to achieve any particular technical requirement, he
must approach to the Engineer with full justification for regularization of non-
conformance. Any deviation from technical requirements must be recorded and duly
approved by the Engineer in order to comply with Clause for “The Completion of
Work".
• The Contractor shall not undertake any pre-fabrication job outside the Project area
unless expressly permitted by the Engineer. All items fabricated outside the Project and
all material to be supplied by the Contractor is subject to Engineer’s Quality
Surveillance. The Contractor shall not dispatch any material to the Project prior to
obtaining written consent/shipping release from the Engineer.
• PC-E-615 (Technical Specification for paints in Nuclear power plants) shall be followed
for final painting of miscellaneous steel structure at site.
• Painting of the supports, platforms, temporary structures installed by the contractor
shall be painted as per specification/ as per instruction of ENC. NPCIL APPROVED paint
shall be used. All structural members shall be given two coat of epoxy based primer to
DFT 250 microns prior to installation.
2.3 DISMANTLING OF MISCELLANEOUS STEEL STRUCTURE
• Arranging all types of tools, tackles, plants, machineries, scaffolding materials, working
platform, ladders and safety gears etc. required for dismantling of miscellaneous steel
structure at different location at KAPP-3&4 as directed by ENC.
• Unless otherwise specified, all temporary structure required for dismantling of
miscellaneous steel structure is included in scope of contractor.
• As a part of this activity, dismantling of structures and deposition of materials in
Engineer’s store shall be done by Contractor as decided by Engineer.
• At some places only Miscellaneous steel structure shall be removed as directed by ENC,
necessary arrangement for dismantling of steel structure shall be done by contractor.
After dismantling steel structure, the same shall be deposited by the contractor, to the
engineer’s store.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 47 of 78

2.4 INSTALLATION OF HILTI BOLTS/ ANCHOR FASTENERS


• Contractor shall receive all free issue material (HILTI bolts/ anchor fasteners) from the
Engineer’s stores and transport to Contractor’s store / shop/site, and also preserve till
the time of actual installation of the same at site.
• Material accounting of HILTI bolts/ anchor fasteners which has been issued to the
contractor is the responsibility of contractor.
• No wastage of HILTI make anchor fasteners (type HDA-P) is allowed.
• If at all any HILTI make anchor fasteners (type HDA-P) has got damage because of poor
workmanship or by improper tool utilization, is the responsibility of contractor.
• Cost of HILTI make anchor fasteners (type HDA-P) will be recovered from the contractor
in case of any damage of the same.
• Installation of HILTI make Anchor fasteners of various types and sizes from 10 mm to 20
mm, by using drilling and core cutting techniques as per drawing and specification or as
directed by ENC..
• Submission of various documents such as work procedures, JHA, QAP,
Installation/erection reports, progress reports, etc. and all other documents required
for successful completion of the job.
• In some cases as per drawings and due to any changes in the drawing or support
locations, or due to non-availability of embedded parts etc., anchor fasteners will be
used. Contractor shall work out the quantities of anchor fasteners from drawings and
time to time survey of site and inform ENC well in advance for procurement of anchor
fasteners.
• Necessary concrete drilling machine, core cutting machine, drill bits etc. required for
anchor fasteners installation shall be arranged by Contractor. Installation of anchor
fasteners includes identification of reinforcement bars location using reinforcement
bars indicators, drilling by carbide drill bit or by diamond core cutter or by hammer drill,
installation and application of protective solvent recommended by manufacturer /
engineer. Necessary arrangement like scaffolding, tolls, tackles, manpower etc shall be
arrange by contractors.

2.5 WELDING OF COMPONENTS/EQUIPMENT BY APPROVED PROCEDURE

• NPCIL approved welding consumables like welding electrodes; filler wires (if required)
etc. shall be used for welding of Components/equipment/structures.
• Contractor has to Submission of various documents such as WPS, PQR etc. and all other
documents required for successful completion of the job. Qualification of WPS, PQR
and WQR shall be as per ASME section IX.
• Contractor has to provide all tools tackles like welder, welding machine etc for
successful completion of work.
• Contractor has to provide suitable qualified welder for welding at different location of
KAPP-3&4, according to the position (2G, 3G, 6G, all position etc.) of weld joints.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 48 of 78

2.6 CONDUCTING LP EXAMINATION OF WELD JOINTS

• In general supply of all materials and services whatsoever necessary for conducting LP
examination at different location of KAPP-3&4, shall be arranged by contractor. Cost
shall be built in the quoted rate.
• NPCIL approved consumables like die, penetrant etc shall be provide by the contractor
for successful completion of LP examination work.
• Cleaning of surface before starting of LP examination is in the scope of contractor.
• Contractor has to provide qualified man power for LP examination.
• Conducting LP examination of weld joints and preparation of record and maintaining
record is in the scope of contractor.

3.0 CONTRACTOR'S ORGANISATION


The bidder shall furnish detailed organization chart which he proposes to deploy on the
work. The organization set up shall indicate number and category of personnel at
different grades and work force of different category at site to ensure satisfactory and
timely completion of the contract. Cost and time over runs arising out of insufficient
deployment of manpower by contractor will be to the contractor’s account.
a) QUALITY CONTROL AND INSPECTION
• Inspection shall be the responsibility of the Contractor. Quality surveillance shall be
done by NPCIL or its authorized representative, at the stages identified in the approved
QAPs.
• The Contractor shall have a dedicated group of experienced and qualified inspection
engineers and inspectors responsible for ensuring the implementation of quality
management system.
• All the personnel performing activities affecting quality of items shall have necessary
qualifications, training and experience and duly authorized for specified processes
and activities by Contractor and subsequently accepted by NPCIL before their
deployment on job.
• All Non-destructive examinations (NDE) as required shall be performed by qualified
personnel as per procedures approved by NPCIL. NDE shall be witnessed by minimum
level-II certified from ISNT / ASNT.
• NDT in charge shall have with minimum Diploma Engineering with 5 years’ experience
and have necessary Level-III certified in relevant methods for preparation / review of
NDE procedures or job specific technique sheet. He shall have the responsibility of
ensuring the implementation of applicable procedures / methods at site as per the
requirements.
• Deployment of inspectors/NDT in charge shall be based on assessment by Contractor
and acceptance by NPCIL by authorization process.

b) Execution
• Contractor shall deploy graduate engineer having minimum 5 years’ experience in the
construction as Site - In - charge and who shall ultimately be responsible for the QMS
program and safe execution of the job.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 49 of 78

• Contractor shall also deploy supervisors having minimum experience of 2 years and
with Diploma in Engineering in the relevant field. However their deployment on specific
job shall be based on assessment by Contractor and acceptance by NPCIL by
authorization process.

c) Safety
Contractor shall deploy safety personnel as stated in Project instruction no: PI/001/R2
dated 30.12.2014. However their deployment on specific job shall be based on
assessment by Contractor and acceptance by NPCIL.
4.0 CO-ORDINATION MEETINGS
The Contractor shall note that he will be called upon to attend meetings with NPCIL and
his representatives, and other Contractors during the execution of the contract. Such
meetings will be held periodically once in about one (1) month or earlier as considered
necessary. The Contractor shall attend all such meetings as and when required and fully
cooperate with all persons and agencies involved during these discussions.

5.0 HOUSE KEEPING AND CLEANLINESS DURING ERECTION WORKS


Contractor shall be responsible for good housekeeping in his office, work places like
workshops, cleaning shops, stores, erection site, etc. by maintaining the area
clean, maintaining proper approaches, up keep of tool and tackles, removal of
unwanted materials etc.

6.0 THE COMPLETION OF WORK


As far as technical requirements are concerned, the Contractor’s work shall be
considered completed when the miscellaneous steel structure erection work are
completed in all respects in accordance with drawings and specifications and have
passed all examination, inspection and tests requirements described in technical
specifications. The Contractor shall prepare a n d s u b m i t the Construction
Completion Certificate (CCC) of the work done by him and will attach all relevant
documents.
Contract completion certificate will be issued by Engineer only after all CCCs have
been accepted by the Engineer, and after other provisions of general contract
conditions are duly met like material reconciliation, clearance of site etc.
7.0 PROCEDURE FOR SUBMISSION OF DOCUMENTS AND RECORDS.

a) SUPPLY DOCUMENTS /RECORDS:


Copies of all the drawings and documents submitted by the Contractor / vendor shall
be forwarded to NPCIL for approval or information under cover of a transmittal. The
Contractor shall submit to NPCIL three (3) hard copies and one soft copy (pdf format) of
the end documentation which includes all drawings, reports, history docket including all
manufacturing procedures, test certificates, inspection records etc.
b) ERECTION RECORDS
The Contractor shall maintain records pertaining to the quality of work and examination
/inspection attesting the compliance with all drawings and technical requirements. The
records shall be on forms indicated by the Engineer. The Contractor shall submit the
copies of such-records to the Engineer within 7 days from completion of any particular
work, and prior to submitting bill for progressive payments. For material supplied by
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 50 of 78

him, the Contractor shall forward to the Engineer one copy of test certificate pertaining
to the origin and specification of material. The Engineer shall need certain records for
verification viz. weld inspection report, consumable certificate, etc. The Contractor will
have a system of record to facilitate easy traceability of all such records.
Various types of records (with their sample formats) of erection works to be prepared
at site. This list of records and sample format shall be finalized at site before erection
works.
c) DOCUMENTS / PROCEDURES/DRAWINGS
List of procedures and other documents for site works shall be prepared by
Contractor in consultation with Engineer and the same shall be approved by
Engineer.
All documents shall be prepared and approved by contactor and the same shall
be submitted for the acceptance of the Engineer before execution of the work. All
corrections, additions etc. suggested by engineer shall be incorporated by Contractor.
After acceptance of the documents, Contractor shall submit three (3) copies to
engineer for his reference. Contractor shall also summit the soft copies of documents.
On completion of fabrication erection work, the Contractor shall prepare and submit
“as built drawings" progressively in soft form (editable form) along with hard copy.
d) PROGRESS REPORTS
During the execution of the contract, t he following reports shall be submitted to
the Engineer in the format finalized at site:
• Daily progress and weekly planning report
• Six Monthly Plan
• Welders Performance & Qualification Records.
8.0 MATERIAL ACCOUNTING
• The contractor will account for all the material, either supplied/procured by him or
issued as free/chargeable by NPCIL. No payment shall be made for this. The material
account shall be furnished progressively during the course of contract with each
Running Account Bill and the complete material account must be submitted within
three (3) months of the contract completion. The contractor shall make as built
drawings and get approval from the Engineer-in-charge as per specifications. These
drawings shall form the basis for material consumption during the contract period.
• The contractor will give complete account of material supplied by him or issued as
free/chargeable by NPCIL and incorporated in the Facilities.
• NPCIL will accept surplus material procured and supplied by the contractor within the
SOQR subject to the following:

a) Materials are received and accepted at site.


b) Material has been stored/ handled at site in proper manner. Surplus material should
be in good condition with no deterioration noted in such material. Any surplus
material rejected by the Engineer-in-Charge for these reasons shall be retained as
scrap beyond permissible limits and appropriate recovery shall be made after taking
into account residual value of such material, from the contractor in this respect.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 51 of 78

• Material procured by the Contractor wilfully in excess of SOQR requirement shall not be
accepted by the Purchaser, if found surplus.
• The individual pieces of surplus materials shall be of the size, length, weight etc. as the
case may be, higher than the specification of scrap in respective categories.
• The Contractor shall furnish the cutting schedule of FIM materials for the approval of
the Engineer-in-Charge prior to starting of any activity. These include fabrication and
installation of miscellaneous structure etc. This is required to cut down the amount of
scrap at the end of the Contract. The contractor will have to deposit the accountable
wastage / scrap to the NPCIL stores.
• Scrap / waste (both accountable and unaccountable) up to permissible (Permissible
Limits of Wastage / Scrap), shall be to the account of the NPCIL. However, generation of
scrap/ waste beyond the permissible limit given shall be to the account of the
Contractor. In such an event, recovery shall be charged as per prevailing rates in project
/corporation for loss, misuse and unjustified waste, adjusting for residual value of such
excess scrap.

9.0 MATERIAL ACCOUNTING DUE TO CHANGE IN DRAWINGS / DISMANTLING


• The items rendered surplus because of dismantling due to change in layout
drawings, interference with other systems or due to errors, etc. shall be fully
accounted for. The materials obtained from dismantlement will be used in the
facilities as far as possible.
• The Contractor will maintain record/register of dismantled materials in a form &
manner as directed by the Engineer-in-Charge. The Contractor will also submit the
details of the dismantled item along with the As Built Drawings.
• The accounting of dismantled material will be done in the following manner:
• CS Structural and Plates, GI Conduit/SS Tubes, GI Sheet, Cables and Fabricated
Supports
• In case it becomes inevitable to dismantle the above items after installation due to
change in drawings, field layout etc. and if the items are not usable in the Facilities
partly or fully, the dismantled items will be considered as scrap.
• All wastages / scrap generated in category (a) and/or (b) above due to dismantling
shall be to the account of the Contractor or the Purchaser depending upon as to
which party is responsible for the reason for such dismantling. As regards usable
materials, the same can be utilized in the facilities or treated as surplus and dealt
with the relevant clauses of GCC as the case may be.
10.0 RETURN OF SURPLUS MATERIAL TO THE PURCHASER
Any Surplus material that the Purchaser as agreed to accept / retained shall be
delivered, unloaded and placed at a designated place in Purchaser’s stores at site.
No payment on account of loading, carting transportation, unloading, stacking,
hoisting and hauling will be made by the Purchaser.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 52 of 78

11.0 DEPARTMENTAL WATER SUPPLY CHARGES.


The prevailing rate for water supply to the contractor for construction and domestic
use on chargeable basis is `19.48 per 1000 liters for KAPP 3&4. These rates are
subject to revision from time to time.

12.0 ELECTRICAL SUPPLY FOR CONSTRUCTION AND DOMESTIC POWER


• The prevailing rate of Electrical supply to the contractor for construction and
domestic use on chargeable basis is ` 4.74 per KWh for KAPP 3&4.
• No power supply shall be made available to the contractor for domestic use. The
contractor shall be required to make his own arrangement for domestic power
requirement. These rates are subject to revision from time to time and subject to
minimum chargeable units @ 30 units / BHP connected load or maximum demand /
month whichever is higher.
• These rates are subject to revision from time to time.

13.0 MEASUREMENTS AND PRICES FOR SITE / ERECTION RELATED ACTIVITIES


• The fabrication of CS miscellaneous steel structure includes handling, cutting,
drilling, grinding, bending, welding, etc., the cost of CS miscellaneous steel structure
will include the cost of NDE as per the levels of inspections indicated in technical
specification.
• The fabrication and erection of CS miscellaneous steel structure includes cleaning
and the application of approved epoxy primer (250DFT) as per the specifications.
Payment shall be made on actual weight basis.
14.0 PAYMENT TERMS
a) SUPPLY ITEMS
95% on receipt of material at site and on submission of proof of receipt by the
consignee in the form of receipted LR or receipted delivery challan in original, test
certificate and acceptance by the engineer. 5% of balance payment will be released on
Final acceptance of material from NPCIL.
b) FABRICATION AND ERECTION ITEMS
95% of payment shall be made against running account bills after completion of work to
the satisfaction of the Engineer along with 100% of Price adjustment, if any. 5% of
balance payment will be released on submission of all fabrication and erection report.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 53 of 78

SECTION – VI
SCHEDULE OF DRAWINGS

Sr.
Drawing No. Description of the Drawing Rev No.
No.
CALANDRIA VAULT TOP HATCH BEAM
1 KAPP-3&4/21331/2007/GA CHEQUERED PLATE PLATFORM AT EL 0
115500- GENERAL ARRANGEMENT
CALANDRIA VAULT TOP HATCH BEAM
2 KAPP-3&4/21331/2008/DD CHEQUERED PLATE EAST SIDE PLATFORM AT 0
EL 115500- DETAILS
CALANDRIA VAULT TOP HATCH BEAM
3 KAPP-3&4/21331/2009/DD CHEQUERED PLATE WEST SIDE PLATFORM 0
AT EL 115500- DETAILS
CALANDRIA VAULT TOP HATCH BEAM
4 KAPP-3&4/21331/2010/DD CHEQUERED PLATE PLATFORM AT EL 0
115500- CHEQUERED PLATE DETAILS
STAIRCASE FOR APPROACH TO Y-DRIVE IN
5 KAPP-3&4/ECN/21490/S/0007 0
FM SERVICE AREA AT EL.96.5m
PLATFORM AND LADDERS FOR APPROACH
6 KAPP-3&4/ECN/21490/S/0008 TO Y-DRIVE IN FM SERVICE AREA AT 0
EL.96.5m

The above mentioned drawings are the part of Tender document, which are available with EIC of the
work. Bidders are requested to go through (if required) before quoting of rates.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 54 of 78

SECTION – VII
SCHEDULE ‘A’
Sr. Clause No. of Description Stipulation
No. NIT/GCC
1 NIT-PQC/1.4 Applicability of Registration of EPF Yes
2 NIT- 24 Applicability of Mega Power Project Concession NA
3 NIT- 25 Purchase preference to MSE registered bidders:
a) Waivel of submitting bid security Not applicable
b) Splitting of quantity for award to MSE N.A.
4 1.1.1 Accepting authority ACE (RE), KAPP 3&4
5 2.1.3 Time by which possession of site will be given As per Work Order
6 4.14.1 Availability of electricity Yes
7 4.14.1 The rate at which electricity will be charged Prevailing rate is Rs. 4.74
per KWh which is subject
to revision from time to
time.
8 4. 19. 2 Number of trees to be planted by the contractor NA
9 4. 22. 1 Number apprentices to be trained by the Contractor NA
10 4. 23. 2 Availability of water supply by corporation Yes
11 4.23.2(i) Water charges Prevailing rate is Rs.
25.94 per 1000 Litres
which is subject to
revision from time to
time.
12 4.24.2 Land availability for contractor’s colony YES
13 5. 6. 3 Penalty, for not providing arrangements and As per project instruction
facilities as per safety guidelines. no. PI/001/R2 dated
30.12.2014 enclosed in
sec-III.
14 5. 6. 4 Industrial safety training to be provided by As per project instruction
corporation no. PI/001/R2 dated
30.12.2014 enclosed in
sec-III.
15 5.6.14 Minimum number of safety professionals to be As per project instruction
deployed by contractor. no. PI/001/R2 dated
30.12.2014 enclosed in
sec-III.
16 Penalty, for not deploying the minimum number of As per project instruction
safety professionals. no. PI/001/R2 dated
30.12.2014 enclosed in
sec-III.
17 Applicability of the incentive clause NA
18 Maximum percentage of the contract value, which NA
shall be paid as incentive
19 9.1.1 Defect Liability Period:
For contracts other than maintenance Contracts 12 Months
mentioned below
For contracts such as housekeeping, annual repairs, NA
dismantling roads, horticulture, service contracts
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 55 of 78

Sr. Clause No. of Description Stipulation


No. NIT/GCC
etc.
20 9.1.6 Applicability of liability towards latent defect. Yes
21 11.3.4 Various components expressed as a percentage of
contract value.
Unskilled labour component (lu) 12%
Skilled labour component (ls) 18%
Material component 50%
_________________(m)
_________________(n)
_________________(o)
_________________(p)
All other materials (q)
P.O.L component (d) 5%
Nearest Petrol pump to be considered for petrol Sainik Petroleum,
prices (P.O.L) Uchamala and Aastha
Petrol Pump, Kanza.
22 12.1.4 The rate of interest to be charged for mobilization Not applicable
advance.
23 12.2.1 Applicability to submit the bills and measurement in Yes
Computerized form
24 12.5.1 Simple interest for delayed payment. As per GCC
25 15.1.1 a) Workman Compensation Policy Yes
b) CAR policy for the whole contract value Yes
c) Third party liability 10% of contract value
subject to maximum of 50
Lakhs.
26 -- Minimum deployment of manpower NA
a) Unskilled
b) Semi- Skilled
c) Skilled / Clerical
d) Highly skilled Technician / Operator- Gr.-I
e) Highly Skilled Technician / Operator- Gr.-II
f) Supervisor- Gr. I
g) Supervisor- Gr. II
h) Supervisor Gr. III
27 -- Penalty for shortfall of minimum number of Labours NA
to be deployed if proposed.
a) Unskilled
b) Semi- Skilled
c) Skilled / Clerical
d) Highly skilled Technician / Operator- Gr.-I
e) Highly Skilled Technician / Operator- Gr.-II
f) Supervisor- Gr. I
g) Supervisor- Gr. II
h) Supervisor Gr. III
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 56 of 78

SCHEDULE ‘B’

MATERIAL ISSUED TO THE CONTRACTOR

(The Engineer-in-Charge to indicate permissible wastage before


issue of tender duly approved by the Competent Authority)

S. NO. Particulars Unit Rate at Max. Max. Qty. to be


which invisible Permissible issued
material wastage wastage (approx.)
will be (Non- (Returnable
issued Returnable) in case of
% free issue)*
1 2 3 4 5 6 7
Hilty bolt/ anchor fastener will be issued to the contractor as free issue material for its
installation, and no wastage of Hilty bolt/ anchor fastener is allowed.

* This percentage can vary as per the cutting plan approved by Engineer-in- Charge

SCHEDULE ‘C’

TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR

S. NO. Particulars Number Hire Frequency of Value Place of Number


available charges Maintenance Per Unit issue required
per Unit by the
per Contractor
working
day Rs.
1 2 3 4 5 6 7 8
Material handling equipment on chargeable basis.

Tools and Plants are not expected to be hired out to the Contractor. If,
however, any tools and plants are available at the time of performing the work
the same may be hired out at rates to be decided by the Engineer-In-Charge. The
Corporation reserves the right not to hire out any T&P and to withdraw at any time
such T&P hired out.

The Contractor shall ask the Engineer-In-Charge the value of tools &
Plants for which these have to be insured and carry out the insurance
accordingly in case insurance not available with NPCIL .
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 57 of 78

FORMATS OF VARIOUS CONTRACTUAL DOCUMENTS

1. PROFORMA BANK GUARANTEE IN LIEU OF BID SECURITY

(On Non Judicial Stamp paper to be stamped in accordance with stamp act, the stamp paper to be in
name of Executing Bank)

Ref.............. Date................

Bank Guarantee No........

To NUCLEAR POWER CORPORATION OF INDIA LTD

____________________________________________________

____________________________________________________

____________________________________________________

Dear Sir,

In accordance with your Notice Inviting Tender for ____________________under your tender
No__________dated ________________M/s _______________________ (hereinafter called the
Tenderer) with following directors on their Board of Directors/Partners of the firm.

1________________________ 2________________________

3________________________ 4________________________

5________________________ 6________________________

7________________________ 8________________________

9________________________ 10________________________

Wish to participate in the said tender for the following:

1__________________________________________________________________________

2__________________________________________________________________________

3__________________________________________________________________________

Whereas it is a condition in the tender documents that the tenderer has to deposit Bid Security
with respect to the tender, with Nuclear Power Corporation of India Ltd (hereinafter referred to
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 58 of 78

as "Corporation") amounting to Rs........ or alternatively the tenderer is required to submit "Bank


Guarantee" from a nationalised bank irrevocable and operative till 28 days after the validity of
the offer. (i.e. 120 days from the date of opening of tender), for the like amount which amount is
likely to be forfeited on the happening of contingencies mentioned in the tender documents. And
whereas the tenderer desires to secure exemption from deposit of Bid Security and has offered to
furnish a Bank Guarantee for a sum of Rs....... to the Corporation for the purpose of securing
exemption from the deposit of Bid Security.

1. NOW THEREFORE, we the ...................... Bank, a body corporate constituted under the
Banking Companies (Acquisition and Transfer of undertakings) Act 1969 and having a branch
office at............ (hereinafter referred to as the Bank") do hereby undertake and agree to pay
on demand in writing by the Corporation, the amount of Rs.......(Rupees............) to the
Nuclear Power Corporation of India Ltd without any demur, reservation or recourse.

2. We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as to
whether the tenderer has committed any breach or breaches of any of the terms and conditions
of the tender and the extent of loss, damage, costs, charges and expenses caused to or suffered
by or that may be caused to or suffered by the Corporation on account thereof the extent of
the bid security required to be deposited by the Tenderer in respect of the said Tender
document and the decision of the Corporation that the Tenderer has committed such breach
or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and
binding on us.

3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the Corporation and change in the constitution, liquidation or
dissolution of the Tenderer, shall not discharge our liability guaranteed herein.

4. It is further declared that it shall not be necessary for the Corporation to proceed against the
Contractor before proceeding against the Bank and the Guarantee herein contained shall
be enforceable against the Bank notwithstanding any security which the Corporation may
have obtained or shall obtain from the Contractor at the time when proceedings are taken
against the Bank for whatever amount may be outstanding or unrealized under the Guarantee.

5. The right of the Corporation to recover the said amount of Rs...........(Rupees ......................) from
us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute
or disputes have been raised by the said M/s................... (Tenderer) and/or that any dispute
or disputes are pending before any authority, officer, tribunal or arbitrator(s) etc.

6. Notwithstanding anything stated above, our liability under this guarantee shall be restricted
to Rs........(Rupees....... ....)and our guarantee shall remain in force upto.......... and unless a
demand or claim under the guarantee is made on us in writing within three months after the
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 59 of 78

aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be forfeited
and we shall be relieved and discharged from all liabilities thereunder.

Date......................

Place....................

(Signature)___________________________________________

(Printed Name)_______________________________________

(Designation)_________________________________________

(Bank's Common seal___________________________________

(Authorisation No.)_____________________________________

In the presence of:

Witness

1)_______________________

2)_______________________

Accepted

(Signature of the Officer)


For and on behalf of the
Nuclear Power Corporation of India Ltd.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 60 of 78

2. PROFORMA OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT


(Performance Guarantee / Retention money)
IN INDIVIDUAL CONTRACT
(ON NON JUDICIAL STAMP PAPER)

To
Nuclear Power Corporation of India Ltd.

_______________________________________

________________________________________

In consideration of the Nuclear Power Corporation of India Ltd..................... Atomic Power


Project) having its registered Office at ........................................ (hereinafter called the "Corporation"
which expression shall unless repugnant to the subject or context include its administrators,
successors and assigns) having agreed under the terms and conditions of the Award Letter
bearing No......... dated...... issued by the Corporation, which has been unequivocally accepted
by the Contractor M/s...*...................................................... work of........................(hereinafter
called the said Contract) to accept a Deed of Guarantee as herein provided for
Rs.......(Rupees..........................only) from a Scheduled commercial bank in lieu of the ..
(performance guarantee to be submitted by the Contractor /retention money deducted from the
Contractor's bills) for the due fulfillment by the said Contractor of the terms and conditions contained
in the said Contract

*Refer note at the end of the proforma.

1. We, the ........ Bank (hereinafter referred to as "the said Bank" and having our registered office
at....... do hereby undertake and agree to indemnify and keep indemnified the Corporation
from time to time to the extent of Rs..........(Rupees ................Only) against any loss or
damage, costs, charges and expenses caused to or suffered by or that may be caused to or
suffered by the Corporation by reason of any breach or breaches by the said Contractor of any
of the terms and conditions contained in the said Contract and to unconditionally pay the
amount claimed by the Corporation on demand and without demur to the extent aforesaid.

2. We.................... Bank, further agree that the Corporation shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation on account
thereof and the decision of the corporation that the said Contractor has committed such
breach or breaches and as to the amount or amounts of loss, damage, costs charges and
expenses caused to or suffered by or that may be caused to or suffered by the Corporation from
time to time shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and
till all the dues of the Corporation under the said Contract or by virtue of any of the terms
and conditions governing the said Contract have been fully paid and its claims satisfied or
discharged and till the owner certifies that the terms and conditions of the said Contract have
been fully and properly carried out by the said Contractor and accordingly discharges this
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 61 of 78

Guarantee subject, however, that the Corporation shall have no claim under the Guarantee
after 90 (Ninety) days from the date of expiry of the Defects Liability Period as provided in the
said Contract, i.e. ...........(date) or from the date of cancellation of the said contract as the case
may be, unless a notice of the claim under this Guarantee has been served on the Bank before
the expiry of the said period in which case the same shall be enforceable against the Bank
notwithstanding the fact, that the same is enforced after the expiry of the said period. The
Corporation shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions of
the said Contract or to extend time of performance by the said Contractor or to postpone for any
time from time to time any of the powers exercisable by it against the said Contractor and either
to enforce or forbear from enforcing any of the terms and conditions governing the said Contract
or securities available to the Corporation and the said bank shall not be released from its liability
under these presents by any exercise by the Corporation of the liberty with reference to the
matters aforesaid or by reason of time being given to the said Contractor or any other
forbearance act or omission on the part of the Corporation or any indulgence by the Corporation
to the said Contractor or any other matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have the effect of so releasing the Bank from its such
liability.
4. It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable against
the Bank, notwithstanding any security which the Corporation may have obtained or obtain from
the Contractor shall at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealized.
5. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Corporation in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder. If
any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s.......................on whose behalf this
guarantee is issued.

In the presence of For and on behalf of (the Bank)

WITNESS
1.________________ Signature _________________________________

2.________________ Name & Designation ________________________


Authorization No:___________________________

Date and Place:______________________________

Bank's Seal _________________________________

Accepted

(Signature of the Officer)


For and on behalf of the
(Nuclear Power Corporation of India Ltd)
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 62 of 78

NOTES
*For Proprietary Concerns
Shri _______________________________________ son of__________________ resident of
_____________________________________carrying on business under the name and style of
_________ at_____________(herein after called " the said Contractor" which expression shall unless
the context requires otherwise include his heirs, executors, administrators and legal
representatives.

*For Partnership Concerns


M/s. _____________________ a partnership firm with its office ___________________(hereinafter
called " the said Contractor" which expression shall unless the context requires otherwise include
their heirs, executors, administrators and legal representative); the names of their partners being
(i) Shri _________________S/o.______________________________

(ii) Shri ________________ S/o._______________________________

*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered
office at .........in the State of............... (Hereinafter called "the said Contractor” which expression shall
unless the context requires otherwise include its administrators, successors and assigns).
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 63 of 78

3. PROFORMA OF BANK GUARANTEE TO SECURE A LUMPSUM ADVANCE


(On Non-Judicial Stamp Paper of Appropriate Value)

To
Nuclear Power Corporation of India Ltd.
.........................

.........................

1. In consideration of the Nuclear Power Corporation of India Ltd. (.........................................


Atomic Power Project) having its registered Office at the subject or context
include its successors and assigns) having agreed under the terms and conditions of Award
Letter No. ........... dated ........ issued by Owner which has been unequivocally accepted by
.*............... ...in connection with the work of ". ..................................." Tender No..................
(hereinafter called "the said Contract") to make at the request of the Contractor a lumpsum
advance of Rs. ..... (Rupees..................... only) for utilizing it for the purpose of the Contract on
his furnishing a guarantee acceptable to the Owner.
We,.....................................................Bank incorporated under .......................and having one of
our branches at ............................................ (hereinafter referred to as " the said Bank") do
hereby guarantee the due recovery by the Owner of this said advance with interest thereon as
provided according to the terms and conditions of the Contract. If the said Contractor fails to
utilize the said advance for the purpose of the Contract and/ or the said advance together with
interest thereon as aforesaid is not fully recovered by the Owner, We, …………........... Bank
hereby unconditionally and irrevocably undertake to pay to the Owner on demand and without
demur to the extent of the said sum of Rs......... (Rupees.......................only) on any claim made
by the Owner on us for the loss or damage caused to or suffered by the Owner by reason of the
Owner not being able to recover in full the said sum of Rs........... (Rupees................only) with
interest as aforesaid.
2. We,.................... Bank, further agree that the Owner shall be the sole judge of and
as to whether the said Contractor has not utilized the said advance or any part thereof for
the purpose of the contract and the extent of loss or damage caused to or suffered by the
Owner on account of the said advance together with interest not being recovered in
full and the decision of the Owner that the said Contractor has not utilized the said advance or
*Refer note at the end of the proforma any part thereof for the purpose of the Contract and as
to the amount or amounts of loss or damage caused to or suffered by the Owner shall be final
and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and
till all the said advance with interest has been fully recovered and its claims satisfied or
discharged and till Owner certifies that the said advance with interest has been fully recovered
from the said Contractor, and accordingly shall have no claim under this guarantee after 30
(thirty) days from the date of satisfactory completion of the said Contract ( as per the
mutually agreed work schedule) i.e. up to and inclusive of ........(date) unless a notice of the
claim under this Guarantee has been served on the Bank before the expiry of the said
period i.e................... (date) in which case the same shall be enforceable against the Bank
notwithstanding the fact, that the same is enforced after the expiry of the said period.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 64 of 78

4. The Owner shall have the fullest liberty without effecting in any way the liability of the Bank
under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions
of the said Contract or the advance or to extend time of performance by the said Contractor or to
postpone for any time from time to time any of the powers exercisable by it against the said
Contractor and either to enforce or forbear from enforcing any of the terms and conditions
governing the said contract or the advance available to the owner and this said bank shall not
be released from its liability under these presents by any exercise by the Owner of the liberty
with reference to the matters aforesaid or by reasons of time being given to the said Contractor
or any other forbearance act or omission on the part of the Owner or any indulgence by the
Owner to the said Contractor on of any other matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have the effect of so releasing the Bank from its
such liability.

5. It shall not be necessary for the Owner to proceed against the Contractor before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the Bank
notwithstanding any security, which the Owner may have obtained or obtain from the Contractor
shall at the time when proceedings are taken against the Bank hereunder, be outstanding or
unrealized.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Owner in writing and agree that any change in the Constitution
of the said Contractor or the said Bank shall not discharge our liability hereunder.

If any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s........................................ on whose behalf
this Guarantee is issued. Notwithstanding anything contained herein before our liability under
this Guarantee is restricted to Rs,......... (Rupees ..............Only) together with interest. Our
undertaking shall commence from the date of execution and shall remain in force up to
.......................

Dated this ................day of...... ...20

In the presence of For and on behalf of (the Bank)

WITNESS
1.________________ Signature _________________________________

2.________________ Name & Designation ________________________

Authorization No:___________________________

Date and Place:______________________________

Bank's Seal _________________________________

Accepted

(Signature of the Officer)


For and on behalf of the
(Nuclear Power Corporation of India Ltd)
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 65 of 78

NOTES
*For Proprietary Concerns

Shri ………………..................... son of..……………………….............. Resident of ....................................carrying


on business under the name and Style of...........at...........(herein after called " the said
Contractor" which expression shall unless the context requires otherwise include his heirs,
executors, administrators and legal representatives).

*For Partnership Concerns


M/s..................……………………………………... a partnership firm with its office.........................(hereinafter
called " the said Contractor" which expression shall unless the context requires otherwise include
their heirs, executors, administrators and legal representative); the names of their partners being

(i) Shri ...........……………………………………….....S/o........……….......................

(i) Shri ...........……………………………………….....S/o........……….......................

*For Companies
M/s. ________________ a company under the Companies Act, 1956 and having its
registered office at______________ in the State of_________________(hereinafter called "the
said Contractor" which expression shall unless the context requires otherwise include its
administrators, successors and assigns).
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 66 of 78

4. FORM OF HYPOTHECATION DEED

(ON NON-JUDICIAL STAMP PAPER ON APPROPRIATE VALUE)

THE INDENTURE made this .................day of .........20....................... BETWEEN ................................


of the one part (herein after called `Contractor') and Nuclear Power Corporation of India Ltd.
(........... Atomic Power Project/ Station) hereinafter called " the Corporation" which expression
shall unless the context requires otherwise include his successors and assigns of the other part:

WHEREAS under sub-clause12.1 of the General Conditions of Contract relating to the terms and
conditions of its Award letter No....................dated .............which have been unequivocally
accepted by the Contractor, the Contractor has applied to the Corporation for a loan of Rs..............
(Rupees) ...............................................Only) for plant and equipment described in the Schedule
here to specifically acquired by the Contractor for the works and brought to site.

AND WHEREAS one of the conditions on which the said loan of Rs........./- granted by the Corporation
to the Contractor is that the Contractor shall hypothecate the plant and equipment described in the
Schedule hereto in favour of the Corporation as security for the due repayment of the said loan.

AND WHEREAS the Contractor has represented that he is the Owner of the plant and equipment
described in the Schedule hereto and the same is free from encumbrances.

NOW THIS INDENTURE WITNESSTH THAT in pursuance of the said agreement and in consideration of
the premises the Contractor doth hereby hypothecate, assign and transfer to the Corporation the
Plant and equipment described in the Schedule hereto the intent that the same shall remain and
form security for repayment to the Corporation of the said loan of Rs........... together with the interest
thereon at ........ % per annum.

1. The Contractor hereby agrees, declares and convenants with the Corporation as follows:-

(a) The Contractor shall repay to the Corporation the said loan of Rs........(Rupees.......................
Only) together with interest thereon as aforesaid by and agrees that the said loan be recovered
by the Corporation by making deductions in the manner provided in sub-clause12.1 of the
General Conditions of Contract and other conditions of the Award letter from the claims
made by the Contractor against the Corporation of "on account payment".

(b) The Contractor has paid in full the purchase price of the Plant & Equipment described in the
Schedule hereto and each and every one of them and that the same are the absolute property
of the Contractor and that the same have not been sold, pledged, mortgaged or transferred or
in any way dealt with by the Contractor.

(c) So long as any amount remains payable to the Corporation by the Contractor in respect of
the said loan of Rs.__________ the Contractor shall not sell, pledge, hypothecate, transfer, part
with or in any way deal with the Plant and Equipment described in the Schedule hereto.

(d) If the said loan of Rs.___________shall not be repaid by the Contractor or recovered in the
manner described above by the said ..........day of ..... due to any reasons whatsoever or the said
Contract has been determined earlier or cancelled or if the Contractor shall sell, pledge,
mortgage, transfer, part with or in any way deal with the said plant and equipment or any
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 67 of 78

part thereof or the Contractor or any of the partners is adjudged insolvent or the
Contractor is to be would up or makes any composition or arrangement with its creditors or
the Contractor shall commit breach of any of the terms and conditions or convenants as herein
contained or if any of the said plant and equipment or if any other property whatsoever
belonging to the Contractor has been sold or attached for a period of not less than 21 days in
execution of the decree of any court for payment of money, the whole of the said loan of
Rs....... or such part thereof as may remained unpaid or unrecovered together with interest
thereon shall forthwith become due and payable.

(e) The Corporation may on the happening of any of the events mentioned in the preceding clause
(d) or in the event of the said loan or any part thereof becoming due and payable and has
not been paid or recovered or cannot be recovered as provided in the said conditions, seize
and take possession of the said plant and equipment (and either remain in possession thereof
without removing the same or else may remove the same) and sell the said plant and
equipment or any of them either by public auction or private contract and may out of the sale
proceeds retain the balance of the said loan and interest thereon remaining unpaid and
unrecovered and all costs, charges and expenses and payments incurred or made in
maintaining, defending or protecting the rights of the Corporation hereunder and shall pay
over the surplus, if any, to the Contractor.

(f) The Contractor shall at all times during the continuance of the security and at the
expense of the Contractor insure and keep insured and plant and equipment
described in the Schedule hereto for the value thereof in the joint names of the Contractor
and the Corporation with an insurance company to be approved by the Engineer-in-charge
against the risk of loss or damage from whatever cause arising other than the Excepted Risks
not covered under the insurance. During the continuance of the security the Contractor shall
pay all premia and sums of money necessary for keeping such insurance on foot and the
insurance policy and receipts in original for premia paid shall be deposited with the Engineer-
in-charge. The Contractor shall assign all his rights, title and interest in the policy to the
Corporation.

(g) The Contractor shall not permit or suffer the said plant and equipment or any part thereof
to be destroyed or damaged or used or to be used or to deteriorate in a greater degree
than it would deteriorate by reasonable wear and tear thereof in the performance of the
Contract.

(h) In the event of any damage or loss happening to the said plant and equipment or any part
thereof from whatever cause other than the Excepted Risk [not covered under insurance] the
Contractor shall forthwith have the same repaired or replaced as the case may be or arrange
form payment of the entire amount recovered or to be recovered from the insurance company
to the Corporation towards the payment of the said loan of Rs............

2. Upon repayment or recovery in full of the amount secured on account of this hypothecation
deed the said plant and equipment secured hereunder shall stand released from
hypothecation but this is without prejudice to the right of the Corporation under any other
conditions of the Contract
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 68 of 78

SCHEDULE ABOVE REFERRED TO

Sr. No. Particulars of Plant Nos. Purchase price/ considered Total Advance(75%
and Equipment reasonable by Engineer-in- price of Col.5)
Charge
1. 2. 3. 4. 5. 6.

IN WITNESS WHEREOF the parties hereto have executed these presents on the day and your first
above written

Signed and delivered Signed by Shri ___________________


by the within named ............ (Name and Designation)
Nuclear Power Corporation of India Ltd.,
(__________Atomic Power Project)

in the presence of :

(1)__________________________ (1)______________________________

(2)__________________________ (2)______________________________

*NOTES

*For Proprietary Concerns

Shri ___________________ son of___________resident of _______________________carrying on


business under the name and Style of __________ at _________ (hereinafter called " the said
Contractor" which expression shall unless the context requires otherwise include his heirs,
executors, administrators and legal representatives.
*For Partnership Concerns
M/s. ___________________ a partnership firm with its office _____________________
(hereinafter called " the said Contractor" which expression shall unless the context requires
otherwise include their heirs, executors, administrators and legal representative); the names of their
partners being

(i) Shri _________________S/o.______________________________

(ii) Shri ________________ S/o._______________________________

*For Companies

M/s................ a company registered under the Companies Act, 1956 and having its registered office at
............... in the State of ............... (hereinafter called "the said Contractor" which said Contractor"
which expression shall unless the context requires otherwise include its administrators,
successors and assigns).
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 69 of 78

5. FORMAT FOR AGREEMENT

AGREEMENT NO- KAPS/CTC/_______/_________/_________/___________

AGREEMENT FOR THE WORK OF “__________________." Agreement made this day ________
between the Nuclear power Corporation of India limited, (A government of India enterprise), acting
through the _____, KAPS/KAPP (hereinafter called the Corporation) of the one part and
M/s________, (hereinafter referred to as the contractor) of the other part.

Whereas the aforesaid on behalf of the Corporation invited tenders for the work of “_____________”

And whereas the tender of the Contractor was accepted and work awarded to the Contractor by the
Corporation under their letter no. _________ Dated ________.

And whereas “the Tenderer” has accepted the work order for the work aforesaid in their letter No.
______ Dtd. ________.

Now the agreement, witness and it is hereby agreed by and between the parties hereto as follows:

1. This agreement, inter alia the contract consisting of hereto annexed contains the entire
agreement between the parties. All other previous and collateral arrangement,
representations, promises and conditions are superseded by the contract and shall not be
binding on either party. All the work executed by the Contractor under the work order and
undertakings given under the terms and conditions of the agreement.

2. In consideration of the payments to be made by the Nuclear Power Corporation of India


limited to the Contractor as mentioned in the contract, the contractor hereby covenants with
the Corporation to carry out the work of “______________________" on the terms and
conditions as mentioned in the contract.

3. The “Corporation” hereby covenants to pay to “the contractor” in consideration of the


aforesaid work, in the manner mentioned in this contract.

In witness whereof Mr. / Mrs. _______________ the contractor and Mr. / Mrs.
______________ for and behalf of the Corporation, have hereunto affixed their seals and
signatures the day, month and year here in above written.

Witness: Name & Signature (_____________)


Signature of the Contractor For and on behalf of
M/s

(______________)
Witness: Name & Signature ___________________, KAPS/KAPP
For and on behalf of NPCIL
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 70 of 78

6. FORMAT FOR ‘HINDRANCE REGISTER

Sr. Nature of Date of Date of Period Overla Net Dated Dated Rema
No hindrance occurre remova of p ping exte sign of sign of rks
nce l hindra period nsio Contracto Engr. with
nce if any n r with name
name
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 71 of 78

7. DISPUTES RESOLUTION BOARD AGREEMENT

THIS AGREEMENT, made and entered into this ...........................….…… Day of ……………....20
...........................Between ………........................... ( the Corporation ) and
.......................................................................................................................................
………………………….............................................................................................................. ( the Contractor
), and the Disputes resolution Board ( the Board ) consisting of three Board Members,

(1)…………………………………………………………………….

(2)…………………………………………………………………….

(3)……………………………………………………………………..

WITNESSETH, that
WHEREAS, the Corporation and the Contractor have contracted for the construction of the
……………………………………………………………………………………………………………………………………….………..……………
(Project name)…………………………………… (The Contract) and WHEREAS, the contract provides for the
establishment and operation of the Board NOW THEREFORE, the parties hereto agree as follows:

1. The parties agree to the establishment and operation of the Board in accordance with this Board
Agreement.

2. Except for providing the services required hereunder, the Board Members should not give any
advice to either party concerning conduct of the Works.

The Board Members :

(a) shall have no financial interest in any party to the contract, or a financial interest in the contract,
except for payment for services on the Board.

(b) shall have had no previous employment by, or financial ties to, any party to the contract, except
for fee based consulting services on other projects, all of which must be disclosed prior to
appointment to the Board.

(c) shall have disclosed in writing to the parties prior to signature of this Agreement any and all
recent or close professional or personal or personal relationships with any director, officer, or
employee of any party to the contract, and any and all prior involvement in the project to which
the contract relates;

(d) shall not, while a Board Member, be employed whether as a consultant or otherwise by
either party to the contract, except as a Board Member.

(e) shall not, while a Board Member, engage in discussion or make any agreement with any party to
the contract, regarding employment whether as a consultant or otherwise either after the
contract is completed or after services as a Board Member is completed;
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 72 of 78

(f) shall be and remain impartial and independent of the parties and shall disclose in writing to the
Corporation, the Contractor, and one another any fact or circumstances which might be such to
cause either the Corporation or the Contractor to question the continued existence of the
impartiality and independence required of Board Members.

3. Except for its participation in the Board s activities as provided in the contract and in this
Agreement none of the Employer, the Contractor, the Nodal Officer or his nominee, and one
another any fact or circumstances which might be such to cause either the Employer or the
Contractor to question the continued existence of the impartiality and independence required of
Board Members.

4. The Contractor shall :

(a) furnish to each Board Members one copy of all documents which the Board may request
including contract documents, progress reports, variation orders, and other documents,
pertinent to the performance of the Contract.

(b) in co-operation with the Employer, co-ordinate the Site visits of the Board, including conference
facilities, and secretarial and copying services.

5. The Board shall serve throughout the operation of the contract. It shall begin operation
following execution of this Agreement, and shall terminate its activities after issuance of
the taking over Certificate and the Board s issuance of its Recommendations on all disputes
referred to it.
6. Board Member, shall not assign or subcontract any of their work under this Agreement.

7. The Board Members are independent and not employees or agents of either the Employer or the
Contractor.

8. The Board Members are absolved of any personal or professional liability arising from the
activities and the Recommendations of the Board.

9. Fees and expenses of the Board Member[s] shall be agreed to and shared equally by the
Employer and the Contractor. If the Board requires special services, such as accounting, data
research, and the like, both parties must agree and the costs shall be shared by them as mutually
agreed.

10. Board Site visits :

(a) The Board shall visit the Site and meet with representatives of the Employer and the Contractor
and at regular intervals, at times of critical construction events, and at the written request of
either party. The timing of Site visit, failing agreement shall be fixed by the Board.

(b) Site meetings shall consist of an informal discussion of the status of the construction of the
works followed by an inspection of the works, both attended by personnel from the Employer,
the Contractor .

(c) If requested by either party or the Board, the Employer will prepare minutes of the meetings and
circulate them for comments of the parties.

11. Procedure for disputes referred to the Board :


e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 73 of 78

(a) If either party objects to any action or inaction of the other party, the objecting party may file a
written Notice of Dispute to the other party stating that it is given pursuant to relevant clause
and stating clearly and in detail the basis of the dispute.

(b) The party receiving the Notice of Dispute will consider it and respond in writing within 7 days
after receipt.

(c) This response shall be final and conclusive on the subject, unless a written appeal to the
response is filed with the responding party within 7 days of receiving the response. Both parties
are encouraged to pursue the matter further to attempt to settle the dispute. When it appears
that the dispute cannot be resolved without the assistance of the Board either party may refer
the dispute to the Board by written Request for Recommendation to the Board, and the other
party stating that it is made pursuant to relevant Clause.

(d) The Request for recommendation shall state clearly and in full detail the specific issues of the
dispute to be considered by the Board.

(e) When a dispute is referred to the Board, and the Board is satisfied that the dispute requires the
Board s assistance, the Board shall decide when to conduct a hearing on the dispute. The Board
may request that written documentation and arguments from both parties be submitted to each
Board Members before the hearing begins. The parties shall submit insofar as possible agreed
statements of the relevant facts.

(f) During the hearing, the Contractor and the Employer, shall each have ample opportunity to be
heard and to offer evidence. The Board s Recommendations for resolution of the dispute will be
given in writing, to the Employer and the Contractor as soon as possible, and in any event not
more than 28 days after the Board s final hearing on the dispute.

12. Conduct of Hearings :

(a) Normally hearing will be conducted at the Site, but any location that would be more convenient
and still provide all required facilities and access to necessary documentation may be utilized by
the Board. Private sessions of the Board may be held at any location convenient to the Board.

(b) The Employer and the Contractor shall have representatives at all hearings.

(c) During the hearings, no Board Member shall express any opinion concerning the merit of any
facet of the case.

(d) After the hearing are concluded, the Board shall meet privately to formulate its
Recommendations. All Board deliberations shall be conducted in private, with all individual
views kept strictly confidential. The Board s Recommendations, together with an explanation of
its reasoning shall be submitted in writing to both parties. The Recommendations shall be based
on the pertinent contract provisions, applicable laws and regulations, and the facts and
circumstances involved in the dispute.

The Board shall make every effort to reach a unanimous Recommendation. If this proves
impossible, the majority shall decide, and the dissenting member any prepare a written minority
report for submission to both parties.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 74 of 78

13. If during the contract period, the Corporation and the Contractor are of the opinion that the
Dispute Resolution Board is not performing its functions properly, the Corporation and the
Contractor may together disband the Disputes Resolution Board. In such an event, the disputes
shall referred to Arbitration straightaway. The Corporation and the Contractor shall jointly sign a
notice specifying that the Board shall stand disbanded with effect from the date specified in the
notice. The notice shall be posted by a registered letter with AD or delivery of the letter, even if
he refuses to do so.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 75 of 78

8. FORMAT FOR COMPLETION CERTIFICATE

Ref._________________ Date: ___________

COMPLETION CERTIFICATE

Name of Work :

Tender No. :

W.O.No. & date :

Name of Contractor:

Estimated Amount :

Work Order value :

Completion Value:

Escalation Value :

Date of Start of work :

Stipulated Date of Completion :

Actual Date of Completion :

Amount of Security Deposits :

Certified that the work has been completed in all respect as per the specification.

(Signature of Engineer-In-Charge)
Seal
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 76 of 78

Section VIII

Schedule of Quantity & Rates


8.1 GENERAL:

The schedule of quantities is to be read for the purpose of pricing in conjunction with the
special instructions to the tenders, General Rules for the guidance of tenderers, general
conditions of contract, the specifications and scope of work, the drawings, the schedule
of materials supplied and the appendices.

8.2 PRICES:

The item rates quoted by the bidder in the schedule of quantities and rates, shall be
inclusive of all elements of labour, supervisions, consumables, materials, equipment,
inspection, taxes, overhead and profit together with all general risks, liabilities and
obligations set forth or implied in the document on which the tender is based.

8.3 The quantities stated are to be considered approximate only and the item rates entered in
the schedule of quantities and rates shall apply only to the actual quantities measured in
the completed work in accordance with the specifications.

8.4 All tools, Plant, Machinery, Labour and Materials required for satisfactory execution of
the work under this contract are to be supplied by the contractor and his item rates shall
include the same.

8.5 The tenderer shall fill in his rates in the Schedule of Quantities and rates in both figures
and words and he shall also work out amounts for the quantities against the item in the
schedule.

8.6 The item rates quoted shall be inclusive of GST and other applicable taxes and duties.
However the tenderer shall give break-up of tax and duties loaded in his rates.

8.7 The bidders are requested to visit site to understand the site conditions and quantum of
work involved before quoting. By submitting the tender, the tenderer will be deemed to
have satisfied himself by actual inspection of the site, locality of the works, the
geological and weather conditions of the site, approaches, availability of materials,
camping facilities for his labour force etc., and ensure that all conditions liable to be
encountered during execution of the works are taken into account and that, the rates he
enters in the tender are adequate and are inclusive of such conditions.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 77 of 78

SECTION – VIII
SCHEDULES OF QUANTITIES AND RATES (PRICE BID)
Name of Work : Supply, Fabrication, Erection, Inspection & epoxy painting of Miscellaneous
steel structures at KAPP-3&4.
Tender No.: KAPS/CTC/3-4/RE/2018/ET/717
NAME OF THE CONTRACTOR
It Description Unit Quantity Rate Per Total
No. Unit Amount
Quantity Rs.
Rs.
Supply of CS structural steel such as angles, MT 200
channels, I-beams, plates, Chequered plates,
handrail pipes, flats, rounds, u bolts, fasteners,
1 gratings, standard chain, etc. conforming to IS
2062 Gr. B and IS 1367 (as applicable) as per
drawings & specifications along with Test
certificate.
Fabrication and erection of misc. steel structure MT 200
with all NDE requirement, as per NPCIL drawing
and specification. Item includes cost of
handling, transportation, cutting welding, tools
2
tackles, scaffolding and including supply and
application of Primer, Epoxy paints 250+-20
micron DFT, supply of hardware wherever
required etc.
Dismantling of miscellaneous CS Platforms/ MT 50
supports/ structures including cost of handling,
3 transportation, cutting tools, tackles, manpower
scaffolding etc., removal and shifting to
Engineer’s store.
Installation of Hilti bolt/equivalent anchor
fasteners (Free issue) at KAPP-3&4 site as per
4 drawings and specification. Item includes
tools/tackles/Scaffolding/Machinery/Manpower
required to install fasteners.
Installation of Hilti make bolt HDA-P-M16/ Nos 350
4.1
equivalent bolt with drilling/core cutting
Installation of Hilti make bolt HDA-P-M12/ Nos 400
4.2
equivalent bolt with drilling/core cutting
Welding of components/equipment by
5 approved procedure using NPC approved
consumables.
e-Tender KAPS/CTC/3-4/RE/2018/ET/717 IN- 1088 Page 78 of 78

It Description Unit Quantity Rate Per Total


No. Unit Amount
Quantity Rs.
Rs.
5.1 SS to SS CuCM 1000
5.2 CS to CS CuCM 5000
"LP Examination of weld joints / HAZ of RM 200
6 material, including consumables, Qualified LPE
operator, and equipment required for LPE.
Total Rs.

Note:
a. Above SOQR is for information only. Bidders are required to fill the downloaded excel sheet and same
is to be uploaded on web site.
b. The ‘Schedule of Quantity and Rates’ is to be read for the purpose of pricing in conjunction with all
sections of tender document.

Das könnte Ihnen auch gefallen