Sunteți pe pagina 1din 98

e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 1 of 98

TENDER DOCUMENT

TENDER NO

KAPS/CTC/3-4/MECHANICAL/2020/ETR/953

केएपीपी ३ और ४ के लये चरल ट स, व वध चरस


का फे केशन और इरे शन, पाइ पंग का सपो#स$, फे केशन और
इरे शन ।
Supply of structural steels, fabrication and erection
of miscellaneous structure, supports, fabrication and
erection of piping for KAPP-3&4.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 2 of 98

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 37

3. SECTION – II MEMORANDUM OF AGREEMENT 38

4. SECTION – III SPECIAL CONDITIONS OF CONTRACT 39 to 55

5. SECTION – IV GENERAL CONDITIONS OF CONTRACT 56

6. SECTION – V TECHNICAL SPECIFICATION AND SCOPE OF WORKS 57 to 69

7. SECTION – VI SCHEDULE OF DRAWING 70

8. SECTION – VII SCHEDULE OF MATERIAL TO BE SUPPLIED BY THE 71 to 94


CORPORATION & FORMATS OF VARIOUS
CONTRACTUAL DOCUMENTS
9. SECTION – VIII BILL OF QUANTITIES / SCHEDULES OF QUANTITIES 95 to 98
AND RATES
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 3 of 98

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 CONTRACTORS ANNUAL REGISTRATION FEE MODE OF PAYMENT
No (Including Service Tax)
01 Up to Rs.50 lakhs Rs. 1140/- (For One Year) Online payment by net banking,
02 More than Rs.50 Lakhs & up to Rs.5 Crore Rs. 3420/- (For One Year) Credit Card / Debit Card of any bank
03 More than Rs.5 Crore Rs. 5900/- (For One Year)
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. 3990/- (1 Year) Rs.2850/- (1 Year) ANTARES SYSTEMS
(Contractors) Rs. 4902/-(2 Year) Rs.3762/- (2 Year) LIMITED, Payable
02 DSC Class-III- Organization Rs. 4218/- (1 Year) Rs.2997/- (1 Year) at Bangalore.
(Contractors) Rs. 5157/-(2 Year) Rs.4031/- (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/MECHANICAL/2020/ETR/953 IN- 1290 Page 4 of 98

यिू लयर पावर कॉप रे शन ऑफ इं डया ल मटे ड NUCLEAR POWER CORPORATION OF INDIA LIMITED
(भारत सरकार का उ!यम) (A Govt. of India enterprise)
क#$%य &न'वदा क) CENTRALIZED TENDERING CELL
ई-ट# डर नो-टस e-TENDER NOTICE
ऑनलाइन साव.ज&नक &न'वदाएं स)म 1ा2धकार% !वारा ई-ट# ड4रंग मोड के मा6यम से आमं89त क: जाती ह=,
एनपीसीआईएल क: ओर से पा9 ठे केदार@ से काम और 'ववरण के लए नीचे -दए गए ह=
Online public 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 &न'वदा संDया Tender no. KAPS/CTC/3-4/MECHANICAL/2020/ETR/953
2 काम का नाम और सेवा का Eथान केएपीपी ३ और ४ के लये चरल ट स, व वध
Name of work and place of service
चरस का फे केशन और इरे शन, पाइ पंग का
सपो#स$, फे केशन और इरे शन ।
Supply of structural steels, fabrication and erection of
miscellaneous structure, supports, fabrication and
erection of piping for KAPP-3&4.
3 सभी कर@ के समावेशी काय. क: अनमा
ु &नत लागत Rs.3,77,22,423/- (जीएसट% स-हत including GST)
Estimated cost of the work inclusive of all taxes
4 अ2धकतम दस लाख क: अनमा&नत
ु लागत के अधीन Rs.7,54,448/- यह &न'वदा मे 8बड स यो4रट% माफ: नह%ं है ।
8बड स यो4रट% @ 2% कपया
ृ 8बड स यो4रट% एमाउं ट भ4रये । (MSME – Bid Security
Bid security @ 2% of estimated cost subject to Exemption is not allowed in this tender)
maximum of ten lakh
5 &न'वदा क: 'व2ध Mode of tender Public
&न'वदा का 1कार Type of tender Two Part
6 बोल% सर)ा
ु 1Eततु करने का तर%का 1) Credit / debit card
Mode of bid security submission 2) RTGS / NEFT
3) Online payment
7 समापन क: अव2ध Completion period 18 (Eighteen) Months (including monsoon period)
8 सभी कर@ को मलाकर &न'वदा 1संEकरण शNक
ु Rs.5900/- in favour of M/s. ITI Limited through on-line
Tender processing fee inclusive of all taxes payment, debit /credit card
9 केवल मOत
ु दे खने के लए &न'वदा दEतावेज@ क: The links of website www.tenderwizard.com/DAE is also
उपलPधता Availability of tender documents for available on websites www.npcil.nic.in &
http://e-procure.gov.in
free view only
10 1ोसे संग शNक
ु का भगतान
ु करने के बाद डाउनलोड On website www.tenderwizard.com/DAE
करने (खर%दने) के लए &न'वदा दEतावेज@ क: From 16/03/2020 (10:00 Hrs.) up to 27/03/2020 (17:00 Hrs.)
उपलPधता। (8बR: अव2ध)
Dates of availability of tender documents for
downloading (purchasing) after paying
processing fee. (Selling period)
11 पव.
ू बोल% बैठक क: प4रकNपना क: गई है या नह%ं, 28/03/2020 (up to 15.00 hours)
दोन@ मामल@ म# EपSट%करण के लए ऑनलाइन 1Tन
/ 1Tन 1Eतत
ु करने क: अं&तम &त2थ और समय
Last date and time of submitting online
queries/questions for clarification in both cases
whether pre- bid meeting is envisaged or not
12 बोल% पव.
ू बैठक Pre-bid meeting 30/03/2020 (14.00 घंटे) @ अन-ु -दशा भवन, केएपीपी 3&4
30/03/2020 (14.00 hours) @ Anu-Disha Bhavan, KAPP 3&4
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 5 of 98

13 &न'वदाओं के ऑनलाइन जमा करने क: अं&तम &त2थ 03/04/2020 (17:00 Hrs.)


और समय:
Last date and time of closing of online
submission of tenders:
14 तकनीक: बो लय@ के ऑनलाइन खोलनेक: &त2थ और 04/04/2020 (11:00 Hrs)
समय।
Date and time of online opening of technical
bids.
15 'वXतीय बो लय@ के ऑनलाइन खोलनेक: क: &त2थ बाद क: तार%ख म# वेबसाइट पर अ2धस2चत ू Yकया जाएगा।
और समय Will be notified on the website at a later date.
Date and time of online opening of financial
bids
16 &न'वदा आमं89त करने वाला स)म 1ा2धकार% मDय
ु अ भयंता (एम), केएपीपी -3 और 4
Competent authority inviting tender Chief Engineer (M), KAPP-3&4
17 &न'वदा शत[, पव.ू -बैठक, बैठक, &न'वदा खोलने पर Shri Y J Shah, SO/E (Centralised Tendering Cell),
(काय. -दवस@ पर और केवल काया.लय समय के Kakrapar Gujarat Site, NPCIL
Phone no: 02626-230729, M-9428821815
दौरान - 10:00 से 17:00 बजे तक) EपSट%करण मांगने
e-mail: yjshah@npcil.co.in
के लए 1ा2धकरण और Eथान On working days and during office hours (10:00 hrs to 17:00
Authority & place for seeking clarification on hrs).
tender conditions, pre- bid meeting, opening of
tender (on working days and during office
hours only - 10:00 to 17:00 Hrs)
18 सहायता क#$ Help desk of M/s ITI:
Help Desk 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/MECHANICAL/2020/ETR/953 IN- 1290 Page 6 of 98

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.
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.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 7 of 98

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.
15. The prevailing corporate policy on banning of business dealings as uploaded on the website shall
also be applicable in addition to relevant clauses stipulated in bid document. The word banning,
blacklisting, holiday, de-registered means the same.
16. The e-tenders are being uploaded on Central Public Procurement Portal (www.eprocure.gov.in)
for wider publicity and free view of bid document. The bidders are requested to visit
www.tenderwizard.com/DAE for all other activities viz. registration, downloading the bid
document, uploading technical & financial bids, viewing corrigendum/addendum, pre-bid
meeting, bid opening and closing date & time etc. The information as available on
www.tenderwizard.com shall only be legal and binding.
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 / Partnership Deed of the signatory of bid as per relevant clause of NIT
2. PAN card of Proprietor / Company
3. GST registration certificate (GSTIN) / ARN
4. Tax Information: As per Annexure –7. PDF copy with signed & Company’s stamp is compulsory.
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/MECHANICAL/2020/ETR/953 IN- 1290 Page 8 of 98

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.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 9 of 98

Note: Work executed for private body will be considered only if contractor / firm produce tax
deduction at source certificate.
Similar work for the purpose of this contract shall mean : “Experience in Supply of
structural steel, fabrication and erection of structural steel, piping and supports” 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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 10 of 98

previous to the one in which NIT has been published on e-tendering portal shall be excluded
for the purpose of calculating escalation.
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/MECHANICAL/2020/ETR/953 IN- 1290 Page 11 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 12 of 98

Aन वदा आमंEण सचना


ू NOTICE INVITING TENDER
1.0 बोल कI पJरKध Scope of bid
1.1 यिू लयर पावर कॉप रे शन ऑफ इं डया ल मटे ड (इन दEतावेज@ म# &नगम या एनपीसीआईएल के
]प म# संद भ.त) काय. के लए बोल% आमं89त करता है। सफल बोल%कता. को एनआईट% म# &न-द. Sट
&नबंधन@ एवं शत[, सं'वदा क: सामा य शत[, तकनीक: 'व&नदश
^ न@, सं'वदा एवं अनसची
ु ू क: 'वशेष
शत[ के अनसारु काय. क: अव2ध के दौरान सेवाएं 1दान करनी होगी।
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 पाE बोल कता$ Eligible bidders


बोल%, पव.
ू पा9ता मानदं ड@ म# प4रभा'षत पा9ता मानदं ड@ को परा
ू करने वाले सभी पा9 बोल%कता.ओं
के लए खल%
ु है । बोल%कता.ओं को सलाह द% जाती है Yक &न'वदा आमं9ण सचना
ू म# &न-द.Sट पव.
ू -
यो`यता मानदं ड पर 6यान द# ।
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.
2.1 अपण.ू बो लयां एवं यनतम ू यो`यता मानदंड को परा ू नह%ं करने वाले बोल%कता.ओं को सरसर% तौर
पर &नरEत कर -दया जाएगा। कपया
ृ नोट कर# Yक केवल बोल% 1Eतत
ु कर दे ने का अथ. यह नह%ं है
Yक आपके 1Eताव पर 'वचार Yकया जाएगा। ई-&न'वदा आमं9ण सचना
ू म# 'व&न-द.Sट पव.
ू -पा9ता
मानदं ड@ को परा
ू करने वाले बोल%कता. !वारा बोल% के साथ 1Eतत
ु दEतावेज का एनपीसीआईएल
Eवयं मN ू यांकन कर लेने के पTचात ह% &न'वदाओं पर 'वचार Yकया जाएगा।
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.
2.2 एनपीसीआईएल क: Yकसी भी साइट, डीएई, Yकसी भी अ य सरकार% 'वभाग या पीएसयू !वारा Pलैक
लEटे ड / डी-रिजEटड. / हॉ लडे Yकए गए बोल%कता., उ त अव2ध के लए एनपीसीआईएल क:
&न'वदाओं म# भागीदार% के लए पा9 नह%ं ह@गे।
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 MAत बोल कता$ एक बोल One bid per bidder


3.1 1Xयेक बोल%कता. केवल एक बोल% 1Eतत
ु करे गा। एक से अ2धक बोल% 1Eतत
ु करने वाले बोल%कता.
के सभी 1Eताव@ को अयो`य घो'षत कर -दया जाएगा।
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 बोल कI लागत Cost of bidding


ए) बोल% क: तैयार% और 1Eतत
ु करने से जड़े
ु सभी लागत बोल%कता. वहन कर# गे एवं &नगम इन
लागत@ के लए Yकसी भी 1कार से िजbमेदार एवं उXतरदायी नह%ं होगा ।
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.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 13 of 98

5.0 थल Oमण Site visit


5.1 बोल%कता. एवं उसके Yकसी 1ा2धकत
ृ कम.चार% अथवा अ भकता. को &नगम !वारा अपने प4रसर एवं
भू म पर साइट 'विजट क: अनम&त
ु 1दान द% जाएगी। तथा'प बोल%कता., उसके कम.चार% एवं
अ भकता. इस संबंध म# &नर%)ण के प4रणामEव]प सभी दा&यXव@/दे यताओं िजनम# मXृ यु या
वैयि तक चोट, संपिXत को नकसान
ु या )&त, अथवा अ य Yकसी 1कार क: हा&न, )&त, लागत और
cयय शा मल ह=, के लए उXतरदायी ह@गे।
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 बोल%कता. को 1Eता'वत साइट dमण के बारे म# &नगम को कम से कम तीन -दन पव. ू स2चत
ू करना
चा-हए।
The bidder should inform the Corporation at least three days in advance about the proposed site
visit.
5.3 बोल%कता. को बोल% 1Eतत ु करने से पव.ू अपने Eवयं क: िजbमेदार% और जोeखम पर साइट और
उसके आस-पास के )े9 का दौरा करने, &नर%)ण और सव)ण
^ कर साइट क: संरचना एवं 1क&त
ृ ,
साइट पर पहंु च, आवास जो Yक उ ह# चा-हए हो सकता है, आ-द के 'वषय म# Eवयं को संतSट ु कर
लेने के लए 1ोXसा-हत Yकया जाता है ।
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 सामा य तौर पर, बोल%कता.ओं को Eवयं ह% जोeखम, आकिEमकता और अ य प4रिEथ&तय@ के संबंध
म# सभी आवTयक सचनाएं
ू जो Yक उनक: बोल% को 1भा'वत कर सकती ह=, 1ाfत कर लेनी चा-हए।
यह माना जाएगा Yक बोल%कता. को साइट के संबंध म# पर%
ू जानकार% है, चाहे वह इसका &नर%)ण
करे या नह%ं एवं Yकसी भी गलतफहमी या अ यथा के कारण कोई अ&त4र त दावा करने क:
अनम&त
ु नह%ं द% जाएगी।
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 साइट dमण क: लागत बोल%कता.ओं के Eवयं के खच. पर होगी। &नगम !वारा साइट पर साझा क:
गई कोई भी 4रपोट. , ठे केदार !वारा सXयापन के अधीन होगी। 4रपोट. म# द% गई जानकार% से
वाEत'वक साइट म# Yकसी भी 1कार के 'वचलन क: िजbमेदार% &नगम क: नह%ं होगी।
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 बोल%कता.ओं से अनरोध ु है Yक सर)ा
ु &नयम@ के लए अपने साथ पासपोट. , मतदाता पहचान प9, और
hाइ'वंग लाइस#स, पैन काड., &नयो ता !वारा जार% पहचान प9 आ-द जैसे फोटो पहचान प9 लाएं।
Yकसी भी 1कार के इले iॉ&नक उपकरण जैसे मोबाइल, रे डयो, iांिजEटर, कैमरा आ-द NPCIL प4रसर
के अंदर ले जाने क: अनम&त
ु नह%ं है और इ ह# बोल%कता.ओं को अपने Eवयं के जोeखम पर सर)ा

!वार पर छोड़ना होगा। बोल%कता.ओं से अनरोध
ु Yकया जाता है Yक वे &नधा.4रत 1ा]प (अनल`
ु नक -
10) म# अपने 1ा2धकत ृ 1&त&न2ध का 'ववरण ई-मेल कर# ।
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/MECHANICAL/2020/ETR/953 IN- 1290 Page 14 of 98

5.7 बोल%कता. एनआईट% म# द% गई &नधा.4रत &त2थ और समय के भीतर ई-मेल !वारा अपनी िजmासा /
1Tन अnे'षत कर# गे। &नगम !वारा -दया गया EपSट%करण बोल%कता. क: पहचान का खलासा
ु Yकए
8बना सभी बोल%कता.ओं को oिSटगत होगा। &नधा.4रत &त2थ और समय के बाद 1ाfत 1Tन@ /
िजmासाओं पर 'वचार नह%ं Yकया जाएगा एवं इस संबध
ं म# कोई 1&तYRया अnे'षत नह%ं क: जाएगी।
बोल% 1Eतत
ु करने का अथ. होगा Yक बोल%कता. ने 1&तYRया दे ख ल% है और उसे जानकार% Eवीकार
है ।
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 बोल द तावेजQ कI वषय सची


ू Content of bidding documents
6.1 बोल%कता. !वारा बोल% 1Eतत
ु करने का अथ. है Yक उसने यह नो-टस और अ य सभी सं'वदा
दEतावेज@, EपSट%करण, प4र शSट, श'pप9
ु को पढ़ लया है और Yकए जाने वाले काय. से संबं2धत
काय.)े9 एवं 'व&नदशन@
^ और उन शत[ एवं दर@ िजस पर &नगम !वारा Eटोस., टN
ू स एवं fलांट
इXया-द जार% Yकए जाएंगे तथा Eथानीय प4रिEथ&तयां एवं अ य कारक जो Yक काय. &नSपादन से
जड़े
ु ह=, के 1&त Eवयं को अवगत कर लया है ।
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 बोल%कता. बोल% दEतावेज@ म# &नधा.4रत 1Xयेक शत. को पर% ू करने वाल% बोल% 1Eतत ु करे गा, ऐसा न
करने पर बोल% &नरEत कर द% जाएगी।
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 नीचे सचीबp
ू दEतावेज@ म# बोल% दEतावेज का एक सेट शा मल है
The documents listed below comprise one set of bid document:
a) &न'वदा आमं9ण सचना ू (पव.
ू -यो`यता मानदं ड स-हत), ई-&न'वदा सचना ू
Notice Inviting tender (Including Pre-qualification criteria),e-tender notice
b) समझौता mापन Memorandum of Agreement
c) सं'वदा क: 'वशेष शतs Special Conditions of Contract
d) सं'वदा क: सामा य शतs General Conditions of Contract
e) तकनीक: 'व&नदशन
^ / डेटाशीट Technical Specifications / Datasheets
f) hाइंग, य-द कोई हो Drawings, if any
g) &नगम !वारा आप&त.ू क: जाने वाल% सामnी क: अनसची ु ू
Schedule of Material to be supplied by the Corporation
और &
यथा1योtय 'व भ न सं'वदाXमक दEतावेज@ जैसे Yक 1&तभ&त
ू जमा, समझौता mापन / कंसो-ट. यम
समझौता, एकमTत
ु अ2nम, बंधक 'वलेख 1प9, 'ववाद समाधान बोड., समझौता, पण.
ू ता 1माण-प9 का
1प9 एवं &नSपादन गारं ट% से संब2ं धत 1प9।
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) मा9ा का 8बल Bill of quantities
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 15 of 98

7.0 बोल% पव.


ू बैठक Pre-bid meeting : Refer NIT
7.1 बोल%कता. या उसके 1ा2धकत
ृ 1&त&न2ध को पव.
ू -बोल% बैठक जो Yक बोल%कता.ओं को -दए गए &नदश
^
के अनसार
ु होगा, म# भाग लेने के लए आमं89त Yकया जाता है। बोल%कता. अपने 1ा2धकत
ृ 1&त&न2ध
के बैठक म# उपिEथत होने को सnाuय
ु बनाने के लए &नधा.4रत 1ा]प (अनल`
ु नक -10) म# उनका
'ववरण सीट%सी काया.लय म# स2चत ू कर# ।
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 बोल%-पव.
ू बैठक का उvेTय मv@ ु को EपSट करना एवं उस Eतर पर उठने वाले मv@ ु /मामल@ से
संबं2धत 1Tन@ का उXतर दे ना है । बोल%कता.ओं से अनरोध
ु है Yक वे अपनी िजmासाओं / 1Tन@ को
यथासंभव ईमेल के मा6यम से 1Eतत
ु कर# ताYक वे &नधा.4रत &त2थ व समय से पव.
ू &नगम तक
पहच
ु ँ सक#। एनआईट% म# &नधा.4रत &त2थ व समय के पTचात 1ाfत होने वाले 1Tन@ को सरसर% तौर
पर &नरEत कर -दया जाएगा और उन पर कोई 1&तYRया नह%ं द% जाएगी।
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 &न'वदा म# उिNलeखत काय. )े9 को समझने के लए पव. ू -बोल% बैठक@ म# भाग लेना बोल%कता.ओं के
-हत म# है । अत: इस बात पर जोर -दया जाता है Yक बोल%कता. पव.
ू -बोल% बैठक@ म# भाग ल# । तथा'प,
य-द बोल%कता. पव.
ू -बोल% बैठक@ म# भाग नह%ं लेते ह=, तो यह मान लया जाएगा Yक उ ह@ने काय.)9

को समझ लए ह=। एनपीसीआईएल को सी मत समय सीमा के भीतर सं'वदा का &नधा.रण/ अं&तम
]प दे ना है । अत:, एनपीसीआईएल अपण.
ू 1Eताव@ के संबध
ं म# कोई EपSट%करण नह%ं मांगेगा। य-द
कोई संदेह हो, तो उसे बोल%कता. बोल% भरने से पहले EपSट कर ले। बोल% 1Eतत
ु करने क: तार%ख@
म# 'वEतार के लए Yकसी अनरोध ु पर 'वचार नह%ं Yकया जाएगा।
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 बैठक के काय.वXत ृ , िजसम# 1Tन@ का पाठ (1Tनकता. के xोत क: पहचान Yकए 8बना) और द% गई
1&तYRयाओं को वेब साइट पर 1द श.त Yकया जाएगा। पव.
ू -बोल% बैठक के प4रणामEव]प य-द
आवTयक हआ ु ू दEतावेज@ म# कोई भी संशोधन, &नगम !वारा 'वशेष ]प से केवल
तो बोल%-पव.
प4र शSट जार% कर के Yकया जाएगा न Yक पव.
ू -बोल% बैठक के काय.वXृ त के मा6यम से। प4र शSट
सभी बोल%कता.ओं के लए बा6यकार% होगा। बोल% 1Eतत
ु करना, बोल%कता. !वारा प4र शSट क:
Eवीक&त
ृ मानी जाएगी।
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.

8.0 बोल द तावेजQ मU संशोधन Amendment of bid documents


e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 16 of 98

8.1 बो लयां 1Eतत


ु करने क: अं&तम &त2थ से पव.
ू , &नगम वेब साइट पर प4र शSट जार% करके बोल%
दEतावेज@ म# संशोधन कर सकता है ।
Before the deadline for submission of bids, the corporation may modify the bidding documents by
issuing addenda on web site.
8.2 जार% Yकया गया ऐसा कोई भी प4र शSट बोल% दEतावेज@ के साथ-साथ सं'वदा दEतावेज का भी भाग
माना जाएगा।
Any addendum so issued shall be part of the bid documents as well as contract document.
8.3 भावी बोल%कता.ओं को प4र शSट के अनसार ु अपनी बोल% तैयार करने के लए पया.fत समय 1दान
करने के लए, &नगम य-द आवTयक हआ ु तो बोल% 1Eतत ु करने क: &त2थ को बढ़ा सकता है।
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 श'pप9
ु , प4र शSट या &न'वदा संबध ं ी कोई अ य जानकार% केवल वेब साइट पर ह% अपलोड क:
जाएगी। अत:, बोल%कता.ओं से अनरोध
ु है Yक वे &नय मत ]प से वेब साइट
(www.tenderwizard.com/DAE) का अवलोकन करते रह# । उपरो त दEतावेज बोल% और समझौते का
भाग ह@गे। बोल% 1Eतत
ु करने का अथ. यह होगा Yक बोल%कता. ने सभी श'pप9
ु / प4र शSट /
EपSट%करण क: 'वषयवEतु को Eवीकार कर लया है एवं उ त को बोल% के मN
ू य म# शा मल कर
लया है ।
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 बोल कI भाषा Language of the bid


9.1 बोल% से संब2ं धत सभी दEतावेज अंnेजी भाषा म# ह@गे, जब तक Yक अ यथा न कहा जाए। वेब साइट
पर अपलोड क: गई &न'वदा क: सामा य शतs (जीसीसी) का -हंद% संEकरण केवल सचना
ू के उvेTय
से है । जीसीसी का अंnेजी संEकरण काननी ू दEतावेज है ।
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 बोल MAतभAत


ू Bid security
10.1 बोल% 1&तभ&त
ू रा श का भगतान
ु नीचे वeण.त 'व2ध से Yकया जाए। Yकसी भी िEथ&त म# &नगम उ त
पर Pयाज नह%ं दे गा। बोल%कता. बोल% 1&तभ&त
ू रा श का समय पर भगतान
ु करने के लए िजbमेदार
है, ताYक &नगम उसे &नधा.4रत &त2थ और समय से पहले 1ाfत कर सके। बोल%कता. !वारा &नधा.4रत
&त2थ एवं समय के भीतर भगतान
ु करने के बावजद
ू Yक ह%ं ऐसे कारण@ जो बोल%कता. के &नयं9ण से
परे हो, य-द &नगम को भगतान
ु 1ाfत नह%ं होता है तो ऐसे बो लय@ को गैर-1&तYRयाशील मान कर
&नरEत कर -दया जाएगा। य-द बोल%कता. !वारा भगतान
ु क: गई बोल% 1&तभ&त
ू रा श &नधा.4रत से
कम है, तब भी बोल% अEवीकत ृ कर द% जाएगी।
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) Rे डट / डे8बट काड. Credit / debit card
b) आरट%जीएस / एनईएफट%-RTGS / NEFT-
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 17 of 98

बोल%कता. यह 6यान रख# Yक मानक काय. 1णाल% के अनसार


ु ब=क लेनदे न परा
ू करने के लए एक
&निTचत समय अव2ध लेती ह=। बोल%कता., बोल% क: शत[ के अनसार
ु लेनदे न को परा
ू करने के लए
समय पर बोल% 1Eतत
ु करना स&निTचत
ु कर# गे। य-द लेनदे न एनपीसीआईएल के प) म# परा
ू नह%ं
हआ
ु है तो बोल% Eवीकार नह%ं क: जाएगी। बोल%कता. यह 6यान रखेगा Yक आरट%जीएस / एनईएफट%
!वारा भगतान
ु करने के लए यनतम ू ं -दवस क: आवTयकता होती है । अत: बोल%कता.,
दो ब=Yकग
अपने Eवयं के -हत म# बोल% 1Eतत
ु करने क: अं&तम &त2थ से दो -दन पव.
ू ह% एनईएफट% /
आरट%जीएस भगतान
ु कर द# । 'वसंग&तय@ से बचने के लए बोल%कता. को आरट%जीएस / एनईएफट%
भगतान
ु के लए ई-ट# ड4रंग पोट. ल से &नकाले गए चालान के '1ंट आउट का 1योग कर# । बोल%कता.
यह 6यान रख# Yक य-द बोल% 1&तभ&त
ू रा श ई-ट# ड4रंग पोट.ल म# द श.त 16 अंक@ के डायने मक कोड
के अलावा Yकसी अ य खाते म# जमा क: जाती है और सEटम ज&नत चालान पर उिNलeखत Yकया
जाता है, तो बोल% सर)ा
ु रा श जमा नह%ं Yकया गया, मानते हए
ु बोल% को बोल% को &नरEत कर
-दया जाएगा। बोल%कता. &नधा.4रत समय सीमा के भीतर सह% खाते म# बोल% 1&तभ&त
ू रा श के जमा
कराए जाने के लए पर%
ू तरह से िजbमेदार है । बोल%कता. सEटम ज&नत चालान िEलप पर बताए
गए डायना मक अकाउं ट नंबर म# केवल एक लेन-दे न के मा6यम से बोल% 1&तभ&त
ू क: &नधा.4रत
रा श को जमा करे गा। एका2धक लेनदे न Eवीकार नह%ं Yकए जाएंगे और य-द 1&तभ&त
ू जमा रा श
&नधा.4रत रा श से कम है, तो बोल% को &नरEत क: जाएगी।
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) ऑनलाइन भगतान ु Online payment
10.2 खंड 25.2 के अनसार
ु पंजीकत
ृ स}
ू म एवं लघु उ!यम MSE (और उनके डीलर/'वतरक नह%ं)) बोल%
1&तभ&त
ू के भगतान
ु से छट
ू 1ाfत ह=, परं तु सभी बोल%कता.ओं को मेसस. आईट%आई को &न'वदा
1YRया शNकु दे ना होगा। (Bid Security is not exempted.)
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.
10.3 (a) दो खंड@ क: बोल% क: िEथ&त म# तकनीक: मNयां ू कन के पTचात तकनीक: ]प से अयो`य
बोल%कता.ओं क: बोल% 1&तभ&त ू रा श वापस कर द% जाएगी।
In case of two part bid, the bid security of technically unqualified bidders after technical
evaluation turned.
(b) सफल बोल%कता. क: बोल% Eवीकत ृ Yकए जाने क: &त2थ के एक माह (30 -दन) के भीतर यो`य
असफल बोल%कता.ओं क: बोल% 1&तभ&तरा ू श लौटा द% जाएगी।
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) सफल बोल%कता. क: बोल% 1&तभ&त ू रा श काय. &नSपादन गारं ट% रा श जमा करने के पTचात
लौटा द% जाएगी। Bid security of successful bidder will be returned after submission of the
performance guarantee amount.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 18 of 98

(d) बोल% वापस लेने वाले बोल%कता. क: बोल% 1&तभ&त


ू रा श बोल% खोले जाने के पTचात लौटा द%
जाएगी।
Bid security of the bidder who has withdrawn the bid shall be returned after opening of the
bid.
10.4 बोल% 1&तभ&त
ू रा श जPत कर ल% जाएगी, य-द The bid security shall be forfeited, if;
a) बोल% खोले जाने के पTचात बोल%कता. अपनी बोल% वापस लेता है / संशो2धत अथवा उसके Yकसी
भी मद को संशो2धत करता है।
The bidder withdraws / modifies his bid or any item thereof
after opening of bid.
b) सफल बोल%कता. &न-द.Sट समय सीमा के भीतर काय. &नSपादन गारं ट% 1Eतत
ु करने और काय.
आरं भ करने म# 'वफल रहता है ।
The successful bidder fails within the specified time limit to submit the performance guarantee
and commence the work.
c) एमएसई के तहत पंजीकत ृ होने के कारण बोल% 1&तभ&त ू रा श का भगतान
ु करने के लए छट ू
1ाfत बोल%कता., य-द खंड 10.4 ए और बी म# उिNलeखत कारण@ के लए डफ़ॉNट है, तो वह &नगम
के Yकसी भी &न'वदा म# दो वष. के लए भागीदार% करने से 'वविज.त कर -दया जाएगा।
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 &नगम अपने 'ववेक से बोल% 1&तभ&त ू रा श को ऑनलाइन / आरट%जीएस / एनईएफट% या Yकसी
अ य इले iॉ&नक मोड के मा6यम से बोल%कता. !वारा Eवयं ई-ट# ड4रंग पोट. ल पर पंजीकत
ृ खाता
संDया म# वापस कर दे गा।
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 बोल मू य, दरU और कर Bid prices, rates & taxes


11.1 बोल%कता., बोल% क: क:मत / दर# / कल
ु बोल% मNय
ू भारतीय •पए म# ह% उpृत कर# गे जब तक Yक
सं'वदा क: 'वशेष शत[ (एससीसी) म# 'व&न-द. Sट नह%ं Yकया जाए।
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 उpृत बोल% मNय ू / दर# / कल
ु बोल% मNय ू म# 1च लत क़ानन@ू के तहत यथा1योtय समEत
सां'व2धक दे नदा4रयां, कर, उपकर, •यट%
ू , 1भार अथवा सां'व2धक 1ा2धकरण@/राtय/क#$ सरकार !वारा
लगाए गए 1भार जो Yक सं'वदा के तहत बोल%कता. !वारा दे य ह@गे, सिbम लत Yकए जाएंगे।
The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, taxes, cess,
duties, levies as applicable under the prevailing statute or levy by the statuary
authorities/State/Central Government and payable by the bidder under the contract.
11.3 बोल%कता. को इनपट ु पर उपलPध सभी जीएसट% लाभ एवं Rे डट का उpृत मNय ू म# 6यान म#
रखा जाएगा और &नगम को लाभ/Rे डट 1दान Yकया जाएगा। बोल%कता. भी जीएसट% अ2ध&नयम के
तहत गैर-मनाफाखोर%
ु के 1ावधान@ का अनप
ु ालन कर# गे। एनआईट% के प4र शSट-7 म# बोल%कता.
!वारा इस आशय क: घोषणा क: जानी है।
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.
11.4 उ त म# यथा&न-द.Sट बोल% मNय ू / दर# / कल
ु बोल% मNय ू 'व-हत 1ा]प म# वां&छत ƒेक-अप के साथ
उpृत Yकया जाए।
The bid price / rates / total bid price shall be quoted in the prescribed format with the required break-
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 19 of 98

up as specified therein.
11.5 आयकर, जीएसट% या अ य कर# / दे यताएं (जहां भी 1योtय हो) क: वैधा&नक कटौती ठे केदार क:
दे यताओं म# से क: जाएगी। कर@ के 'ववरण के लए, बोल%कता.ओं को इस &न'वदा के एक भाग के
]प म# -दए गए सं'वदा क: सामा य शत[ (जीसीसी) के 1ासं2गक खंड का संदभ. लेने क: सलाह द%
जाती है ।
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.
11.6 सशत. बो लयाँ / 1Eताव &नरEत कर -दए जाएंगे।
Conditional Bids/offers will be liable to be rejected.
11.7 बोल%कता. बोल% 1Eतत ु करते समय BOQ के साथ प4र शSट-7 अ&नवाय. ]प से 1Eतत ु कर# ।
प4र शSट-8 सं'वदा मल जाने के पTचात काय. &नSपादन के दौरान &नय मत कर चालान के साथ
1Eतत
ु Yकया जाना है । कहे जाने पर बोल%कता. उ त म# द% गई जानकार% को सXया'पत/ 1माeणत
करे गा।
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.
11.8 1&तभ&तू जमा और बीमा क: रा श सं'वदा मNय ू पर ह@गी िजसम# जीएसट% भी शा मल होगा।
The security deposit and insurance shall be on contract price which is inclusive of GST.

12.0 बोल कI मYा


ु /करU सी एवं भगतान
ु Currencies of bid and payment
12.1 बोल%कता. य&नट
ू क: दर# और मN
ू य भारतीय •पए म# ह% उpृत कर# गे जब तक Yक सं'वदा क: 'वशेष
शत[ (एससीसी) म# 'व&न-द.Sट नह%ं Yकया जाए।
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 बोल कI वैधता Bid validity


13.1 'वXतीय बोल% खोले जाने क: &त2थ से 120 -दन@ क: अव2ध के लए 1Eतत
ु क: गई बोल% Eवीक&त

हे तु मा य रहे गी। बोल%कता. वैधता क: अव2ध के दौरान, अपनी बोल% को वापस लेने या रv करने
अथवा द% गई बोल% या उसके Yकसी मद म# फेर-बदल करने / संशोधन करने के लए पा9 नह%ं
होगा। य-द बोल%कता. अपनी बोल% को रv या &नरEत करता है या उसम# Yकए गए Yकसी भी फेर-
बदल के लए एनपीसीआईएल !वारा बोल%कता. !वारा बोल% के साथ भगतान
ु क: गई 1&तभ&त
ू रा श
को पर%
ू जPत कर लया जाएगा।
The bids submitted shall remain valid for acceptance for a period of 120 days from the date of
opening of the financial 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 असाधारण प4रिEथ&तय@ म# , मल ू बोल% वैधता अव2ध क: समािfत से पहले, एनपीसीआईएल
बोल%कता.ओं से एक 'व शSट अ&त4र त अव2ध के लए वैधता अव2ध का 'वEतार करने का अनरोध

कर सकती है । इससे संब2ं धत अनरोध
ु एवं 1&तउXतर लeखत म# Yकए जाएंगे। बोल%कता. अपनी बोल%
1&तभ&त
ू रा श को जPत Yकए 8बना अनरोध
ु को अEवीकार कर सकता है परं तु उसक: बोल% पर
'वचार नह%ं Yकया जाएगा। अनरोध
ु के लए सहमत होने वाले बोल%कता.ओं को अपनी बोल% को
संशो2धत करने क: आवTयकता या अनम&त
ु नह%ं होगी, परं तु 'वEतार क: अव2ध के लए उ ह#
अपनी बोल% 1&तभ&त ू रा श क: वैधता का 'वEतार करना होगा।
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 without forfeiting its bid
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 20 of 98

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 बोल कता$ओं ^वारा वैकि पक M ताव Alternative proposals by bidders


14.1 बोल%कता. ऐसे 1Eताव 1Eतत
ु कर# गे जो बोल% संबंधी दEतावेज@ क: आवTयकताओं क: प&त.
ू कर रहे
ह@ एवं िजनम# hाइंग और 'व&नदश@
^ म# दशा.ए गए मल
ू तकनीक: डजाइन शा मल ह@। अ य 'वकNप@
पर 'वचार नह%ं Yकया जाएगा।
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 बो लयQ का M तAतकरण


ु Submission of Bids
15.1 &न'वदा आमं89त करने वाले काया.लय के लए अवकाश घो'षत होने पर भी ऑन-लाइन बोल% जमा
करने क: &न-द. Sट &त2थ एवं समय अप4रव&त.त रह# गे।
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 &नगम एक संशोधन जार% करके बो लयां 1Eतत ु करने क: समय सीमा बढ़ा सकता है, ऐसा होने पर,
&नगम एवं बोल%कता. के सभी अ2धकार और दा&यXव जो मल
ू अं&तम &त2थ से संबं2धत थे, अब नई
समय सीमा के अधीन ह@गे।
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 उपरो त &नधा.4रत समय सीमा के पTचात &नगम को 1ाfत Yकसी भी बोल% को अEवीकत ृ कर -दया
जाएगा।
Any bid received by the corporation after the deadline prescribed above will be rejected.
15.4 बोल% 1Eतुत करने से पव. ू बोल%कता. &नbन लeखत नोट कर# -:
The bidders shall note the following before submission of bid
(a) य-द डिजटल हEता)र 1माणप9 (डीएससी) धारक, फम. का एकमा9 Eवामी (1ोपराइटर) है, तो
पावर ऑफ अटॉन… 1Eतत ु करने क: आवTयकता नह%ं है ।
If the digital signature certificate (DSC) holder is sole proprietor of the firm, power of attorney
need not be submitted.
(b) य-द डीएससी धारक पाट. नर शप फम., संयु त उ!यम, कंसो-ट. यम आ-द क: ओर से बोल% 1Eतत ु
कर रहा है तो इस आशय का पावर ऑफ अटॉन… या कोई भी अ य काननी
ू ]प से Eवीकाय.
दEतावेज जैसे साझेदार% 'वलेख, बोड. संकNप आ-द िजसम# डीएससी धारक को बोल%कता. क: ओर
से बोल% 1Eतत
ु करने के लए अ2धकत
ृ Yकया गया हो, अपलोड Yकया जाए। उसे 1Eतत
ु न कर
पाने क: िEथ&त म# बोल% को सरसर% तौर पर &नरEत कर -दया जाएगा।
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 बोल खोला जाना Bid opening


16.1 &न'वदा केवल ऑन-लाइन ह% खोल% जाएगी। य-द बोल% खोलने क: &त2थ को अवकाश घो'षत Yकया
जाता है, तो बोल% अगले काय. -दवस पर बोल% खोल% जाएगी। असाधारण प4रिEथ&तय@ म# &न'वदा
खोले जाने क: &नधा.4रत &त2थ एवं समय के पTचात Yकसी भी -दन एवं समय पर &न'वदाएं खोल%
जा सकती ह=। &न'वदा खोलने के लए जार% Yकए गए श'pप9
ु को वेबसाइट पर अपलोड Yकया
जाएगा।
Tender opening shall be done on-line only. If the date of opening is declared as holiday then bid will
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 21 of 98

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 एनआईट% के अनसार ु &नधा.4रत बोल% 1&तभ&तू रा श और अ य अ&नवाय. दEतावेज@ के 8बना 1Eतत ु
क: गई बो लय@ को सरसर% तौर पर &नरEत कर -दया जाएगा।
The bids without stipulated bid security amount and other mandatory documents as per NIT
shall be summarily rejected.
16.3 दो खंड@ क: &न'वदाओं म# केवल पा9 बोल%कता. क: 'वXतीय बोल% खोल% जाएगी।
In two part tenders financial bid of only qualified bidder shall be opened.
17.0 बो लय@ का EपSट%करण Clarification of bids
17.1 बो लय@ क: पर%)ा एवं तलना
ु म# सहायता करने के लए, &नगम अपने 'ववेक से Yकसी भी बोल%कता.
से उसक: बोल% के EपSट%करण के लए से पछ
ू सकता है, िजसम# इकाई दर@ का 'ववरण भी शा मल
है । EपSट%करण का अनरोध
ु एवं 1&तउXतर लeखत म# अथवा ईमेल / फै स !वारा Yकया जाएगा,
परं तु बोल% क: क:मत या उसके 'ववरण म# कोई प4रवत.न, 1Eताव नह%ं मांगा जाएगा और न ह%
इसक: अनम&त
ु होगी। य-द बोल%कता. &नधा.4रत समय के भीतर जवाब नह%ं दे ता है, तो बोल%कता. क:
बोल% का मNयां
ू कन उसके Eवयं के मे4रट के आधार पर कर -दया जाएगा।
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 बोल%कता., बोल% खोले जाने के समय से सं'वदा 1दान Yकए जाने क: &त2थ तक अपनी बोल% से
संबं2धत Yकसी भी मामले पर &नगम से संपक. नह%ं करे गा।
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 बोल%कता. !वारा &नगम के बोल% मNयां ू कन, बोल% तलना
ु या सं'वदा 1दान करने संबध ं ी &नण.य@ को
1भा'वत करने के लए Yकए गए Yकसी भी 1यास के प4रणामEव]प, उसक: बोल% को अEवीकत

Yकया जा सकता है ।
Any effort by the bidder to influence the corporation’s bid evaluation, bid comparison or contract
award decisions, may result in the rejection of his bid.

18.0 बो लयQ कI जांच एवं तaपbचात कI जाने वाल कार$ वाई का Aनधा$रण
Examination of bids and determination of responsiveness
18.1 बो लय@ के 'वEतत ृ मNयां
ू कन Yकए जाने से पव. ू , &नगम यह &नधा.4रत करे गा Yक 1Xयेक बोल% (क)
पव.
ू -यो`यता मानदंड के अनसार
ु यनतम
ू आवTयकताओं को परा
ू करती है या नह%ं, (ख) आवTयक
बोल% सर)ा
ु रा श संल`न है या नह%ं, (ग) बोल% दEतावेज@ क: आवTयकताओं के 1&त अनYRयाशील

है अथवा नह%ं एवं (डी) खंड-15.4 के अनसार
ु 1ा2धकत
ृ हEता)रकता. !वारा बोल% सम2चत
ु ]प से
हEता)4रत है अथवा नह%ं।
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 एक 1&तYRयाशील बोल% वह है जो 8बना सामnी 'वचलन या 1&तबंध के बोल% दEतावेज@ म#
उिNलeखत सभी &नयम@, शत[ और 'व&नदश@
^ के अन]प
ु है । सामnी 'वचलन या आर)ण से ताXपय.
है Yक (क) िजससे काय[ के दायरे /काय.)9
े , गणवXता
ु या काय. &नSपादन म# Yकसी भी 1कार का
महXवपण.
ू प4रवत.न हो; (ख) जो &नगम के अ2धकार@ या सं'वदा के तहत बोल%कता. के दा&यXव@ को
Yकसी भी 1कार से सी मत कर रहा हो; या (ग) िजसके !वारा Yकया गया संशोधन/सधार

e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 22 of 98

1&तYRयाशील बोल% 1Eतत


ु करने वाले अ य बोल%कता.ओं के 1&तEपध… िEथ&त को गलत तर%के से
1भा'वत करे ।
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 or the bidder’s obligations under the contract;
or (c) whose rectification would affect unfairly the competitive position of other bidders presenting
responsive bids.

19.0 बोल का मू यांकन और तलना


ु Evaluation and comparison of bids
19.1 &नगम के पास Yकसी भी 1Eताव को Eवीकार करने या अEवीकार करने का अ2धकार सर†)त
ु है ।
&नगम काय. के केवल Yकसी भाग को भी 1दान करने का अ2धकार रखता है ।
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 सं'वदा के काया. वयन क: अव2ध के दौरान सं'वदा क: शत[ के बदलाव और 'वचलन के तहत मNय ू
समायोजन क: शत[ का अनमा&नत
ु 1भाव को बोल% मNयां
ू कन के समय संmान म# नह%ं लया
जाएगा।
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 य-द सफल बोल%कता. क: बोल% 1भार% अ भयंता के प4र1े}य म# अथवा उसके 1&त&न2ध का अनमान ु
सं'वदा के तहत YRयाि वत Yकए जाने वाले काय. क: लागत के संबंध म# गंभीरता से असंतु लत है,
तो &नगम उन दर@ क: काया. वयन / &नमा.ण 'व2धय@ एवं 1Eता'वत अनसची
ु ू के साथ आंत4रक
िEथरता 1द श.त करने के लए बोल%कता. को 8बल क: मा9ा के अनसार
ु Yकसी या सभी मद@ का
'वEतत ृ दर 'वTलेषण मांग सकता है । असंतु लत बो लयाँ अEवीकार Yकए जाने यो`य ह=।
If the bid of the successful bidder is seriously unbalanced in relation to the engineer-in-charge or his
representative’s estimate of the cost of work to be 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 cयावसा&यक शत[ म# Yकसी भी 1कार के 'वचलन को मNयां ू कन से पहले उ2चत ]प से लोड Yकया
जाए।
Any deviation in the commercial terms shall be suitably loaded before evaluation.
19.5 अपंजीकत
ृ बोल%कता., िज ह# जीएसट% के तहत पंजीकरण कराने क: आवTयकता नह%ं है, पर य-द
अ2धस2चत
ू साम2nय@ या सेवाओं क: आप&त.
ू के लए 4रवस. चाज. मैके&नtम (आरसीएम) 1योtय है,
वहां आरसीएम के तहत काप रे शन पर जीएसट% दे यता मNयां
ू कन उvेTय के लए उpृत मNय
ू पर लोड
Yकया जाना चा-हए। In case of unregistered bidder/(s) who is/are not required to register under GST
and in case of supply of notified 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 सं वदा Mदान करने का मानदंड Award criteria


20.1 &नगम उस बोल%कता. को सं'वदा 1दान करे गा िजसका मN
ू यांYकत 1Eताव/बोल% तकनीक: ]प से उपयु त,
'वXतीय ]प से सबसे कम (L1) हो और बोल% दEतावेज़ के 1&त पया.fत ]प अनकल
ु ू हो बशत^ Yक
बोल%कता. सं'वदा को संतोषपण.
ू ढं ग से &नSपा-दत करने के लए यो`य भी हो। अ य 1कार क: बो लय@
म# तकनीक: और 'वXतीय ]प से उपयु त बो लय@ पर पव.
ू -यो`यता आवTयकताओं म# -दए गए मानदं ड@ के
अनसार
ु &नण.य लया जाएगा। दो सबसे कम बोल%कता.ओं के बीच टाई होने पर दोन@ बोल%कता.ओं को सबसे
कम बोल% तय करने के लए छट
ू दे ने का अवसर 1दान Yकया जाएगा। य-द िEथ&त तब भी वह% रहती है तो
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 23 of 98

सं'वदा 1दान करने के लए लॉटर% क: जाएगी।


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 बोल%कता. को एनआईट%/ई-ट# डर नो-टस म# &न-द.Sट अनसार
ु उनके !वारा द% गई जानकार% के
समथ.न म# नोटर% !वारा सXया'पत मल
ू दEतावेज@ क: छाया 1&तयां सXयापन के लए 1Eतत
ु करनी
ह@गी। बोल%कता. इ ह# इस आशय का प9 जार% होने के पTचात &न-द. Sट अव2ध के भीतर Yकसी भी
काय. -दवस पर जमा कराएगा। य-द एल-1 बोल%कता. &न-द.Sट अव2ध के भीतर दEतावेज 1Eतत

करने म# 'वफल रहता है या एल-1 बोल%कता. !वारा ऑन लाइन 1Eतुत कोई जानकार% मल

दEतावेज@ के सXयापन के दौरान गलत पाई जाती है, एवं िजससे बोल%कता. क: पा9ता िEथ&त म#
प4रवत.न हो जाता है, तो बोल% को अपा9 मान लया जाएगा एवं बोल% 1&तभ&त
ू रा श जPत कर ल%
जाएगी तथा संबं2धत बोल%कता. को भावी &न'वदाओं म# अगले पांच वष[ के लए भाग लेने से
1&तबंध लगा -दया जाएगा। इसके पTचात 'वXतीय ]प से अगले &नbनतम यो`य बोल%कता. को काय.
1दान कर -दया जाएगा जो Yक मल
ू दEतावेज एवं नोटर% !वारा सXया'पत छाया 1&तयां 1Eतत

करने पर आधा4रत होगा।
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 अयो`य या 4र त दEतावेज 1Eतत ु करने से बोल% गैर-1&तYRयाशील हो जाएगी और अEवीक&त ृ कर
द% जाएगी। बोल% 1Eतत
ु करना, बोल% म# 1Eतत
ु क: गई सभी सचनाओं
ू को 1ा2धकत
ृ करने एवं
सं'वदा क: सामा य शत[, &न'वदा आमं9ण सचना
ू आ-द म# द% गई समEत शत[ एवं &नबंधन@ क:
Eवीक&त
ृ का 1माणप9 मान कर Eवीकत
ृ कर लया जाएगा य@Yक डजीटल हEता)रयु त बोल%कता.
क: यह बोल% वैधा&नक ]प से Eवीकाय.यो`य है ।
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 &नगम के पास बोल%कता. या बोल%कता.ओं को 8बना कोई कोई कारण बताए एवं 8बना Yकसी दे यता
के परा
ू काय. या काय. का कोई भाग न दे ने का अ2धकार सर†)त ु है ।
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 काय$ Mदान eकए जाने कI अKधसचना


ू और समझौते पर ह ताjर Notification of award and signing
of agreement
21.1 बोल%कता. िजसक: बोल% Eवीकार कर ल% गई है, को काय. आदे श जार% करके बोल% वैधता अव2ध क:
समािfत से पव.
ू काय. 1दान Yकए जाने के संबंध म# अ2धस2चत
ू कर -दया जाएगा। यह अ2धसचना
ू ,
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 24 of 98

आशय प9 के मा6यम से भी -दया जाएगा िजसम# काय. आदे श भी शा मल होगा।


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 काय. 1दान Yकए जाने संबध ं ी 'ववरण वेब साइट पर दे खा जा सकता है । काय. 1दान Yकए जाने क:
&त2थ से 15 -दन@ के भीतर बोल%कता. लeखत ]प म# डी-ƒीYफं ग के लए अनरोध
ु कर सकते ह=।
उ ह# संब2ं धत अ2धकार% के काया.लय का दौरा करने के लए उपयु त -दन@ के 'वषय म# स2चत
ू कर
-दया जाएगा। समय सीमा समाfत हो जाने के पTचात 1ाfत अनरोध@ ु पर 'वचार नह%ं Yकया जाएगा।
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 काय. आदे श जार% होने के 30 -दन@ के भीतर काय. &नSपादन गारं ट% 1Eतत ु करने क: शत. पर ह%
काय. आदे श म# सं'वदा संबधं ी 'वषय@ एवं शत[ को समा'वSट Yकया जाएगा।
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.
21.4 दोन@ प)@ !वारा एक समझौता Yकया जाएगा और उस पर हEता)र Yकए जाएंगे। समझौते म#
&नगम और सफल बोल%कता. के बीच हए ु सभी प9ाचार एवं बोल% दEतावेज आ-द शा मल Yकए
जाएंगे। वेबसाइट www.tenderwizard.com/DAE पर अपलोड Yकए गए बोल% दEतावेज समझौते का
भाग ह@गे। सफल बोल%कता. को िजस राtय म# समझौता &नSपा-दत Yकया जाना है, उस राtय के
Eट=प •यट%
ू अ2ध&नयम के संबंध म# होने वाल% लागत के अनपालन
ु हेतु Eवयं िजbमेदार होगा।
याय&नण.य के पTचात सफल बोल%कता. !वारा अपने Eवयं क: लागत पर उपयु त मN
ू य का गैर-
या&यक Eट=प पेपर 1Eतत ु Yकया जाएगा। 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 Okट या कपटपण$


ू lयवहार Corrupt or fraudulent practices
22.1 &नगम क: अपे)ा है Yक इस सं'वदा के तहत बोल%कता./आप&त.
ू कता./ठे केदार इस सं'वदा के 1ापण एवं
काय. &नSपादन के दौरान नै&तकता के उ‰चतम मानक का पालन कर# । इस नी&त के अनसरण
ु म# ,
&नगम:
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) इन 1ावधान@ के 1योजन के लए &नbन लeखत शत[ को प4रभा'षत करता है :
defines, for the purpose of these provisions, the terms set forth below as follows:
(i) "dSट cयवहार" का अ भ1ाय है Yक 1ापण 1YRया अथवा सं'वदा के काय. &नSपादन म# Yकसी
जन सेवक के काय. को 1भा'वत करने के लए Yकसी भी चीज़ क: पेशकश का आnह करना;
तथा
“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
"धोखाधड़ी के cयवहार" का अ भ1ाय है Yक Yकसी 1ापण क: 1YRया अथवा सं'वदा के काय.
&नSपादन को 1भा'वत करने के उvेTय से कछ
ु गलत 1Eतत
ु करना िजससे &नगम का अ-हत हो एवं
इसम# बोल%कता.ओं के म6य (बोल% 1Eतत
ु करने से पव.
ू या उसके पTचात) बोल% मN
ू य को क89म

]प से गैर-1&तयोगी Eतर तक पहचाने
ुँ के लए Yकया गया कपटपव.
ू क cयवहार एवं िजससे &नगम
मु त एवं खल%
ु 1&तयो2गता के लाभ@ से वं2चत हो रहा हो, भी शा मल है । “Fraudulent practice”
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 25 of 98

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) य-द यह पाया जाता है Yक 1Tनगत सं'वदा म# 1&तयोगी के ]प म# भाग लेने पर काय. 1दान
करने के लए संEतुत बोल%कता. dSट या घोखाधड़ी वाले cयवहार म# लfत है तो उसे काय.
1दान करने का 1Eताव &नरEत कर -दया जाएगा।
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) य-द Yकसी भी समय यह पाया जाता है Yक बोल%कता. 1&तEपधा. म# , या सं'वदा के काय.
&नSपादन म# dSट या धोखाधड़ी वाले cयवहार म# लfत है तो बोल%कता. को सं'वदा /सं'वदाएं
1दान करने के लए अ&निTचतकाल अथवा एक &निTचत अव2ध के लए अयो`य घो'षत कर
-दया जाएगा।
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 बोल%कता., &न'वदा के 1ॉसे संग के संबंध म# सीधे एवं स)म 1ा2धकार% (&न'वदा मगाने ँ वाले) को
&न'वदा दEतावेज म# यथाउिNलeखत के अनसार
ु अ‹यावेदन दे सकता है । तथा'प य-द इस 1कार के
अ‹यावेदन को गैर-समीचीन एवं/या आधारह%न पाया जाता है एवं इस 1कार के अ‹यावेदन के
प4रणामEव]प होने वाल% दे र%/cयवधान के कारण &न'वदा को बंद करना पड़ा हो तथा काय. के लए
पन
ु : &न'वदा करनी पड़ी हो तो उ त बोल%कता. को पन
ु : आमं89त &न'वदा म# भाग लेने क: अनम&त

नह%ं होगी।
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.
य-द कोई बोल%कता. स)म 1ा2धकार% के सम) इस 1कार का अ‹यावेदन करते समय &नगम के
अ य का म.क@ को भी उसम# शा मल कर लेता है एवं/या उनसे 'व2ध !वारा यथाअनमX
ु त के
अ&त4र त Yकसी अ य 1कार का बाहर% हEत)ेप करता है और य-द इस 1कार के हEत)ेप के
प4रणामEव]प होने वाल% दे र%/cयवधान के कारण &न'वदा को बंद करना पड़ती है तथा काय. के लए
पन
ु : &न'वदा करनी पड़ी हो तो उ त बोल%कता. को पन
ु : आमं89त &न'वदा म# भाग लेने क: अनम&त

नह%ं होगी।
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 उ^घोषणा/ Mकट करण Disclosures


23.1 ठे केदार क: फम., चाहे एक साझेदार% फम., संयु त उ!यम या कंसो-ट. यम साझेदार% हो, जैसा Yक बोल%
म# उ!घो'षत Yकया गया है, के गठन म# Yकसी भी 1कार के प4रवत.न होने पर &नगम को बोल%
1Eतत
ु करने से ले कर सं'वदा पर हEता)र होने के म6य Yकसी भी समय 1कट Yकया जाना
चा-हए। इसी 1कार जीसीसी के संबं2धत खंड (गठन म# प4रवत.न) के अनसार
ु सं'वदा अविEथ&त के
दौरान भी उ!घा-टत Yकया जा सकता है ।
Any change in the constitution of the contractor’s firm, where it is a 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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 26 of 98

the currency as per the relevant clause of GCC (Changes in constitution).

24.0 ना भक:य ऊजा. प4रयोजनाओं (एनपीपी) के लए 1दXत 'वXतीय 4रयायत# (लागू नह%ं)
Fiscal Concessions for Nuclear Power Projects (NPPs) (Not Applicable)
24.1 440 मेगावाट या उससे अ2धक )मता वाल% ना भक:य ऊजा. प4रयोजना को भारत सरकार ने
'वXतीय 4रयायत@ के लए अ2धस2चत ू Yकया है ।
Nuclear Power Project of capacity 440 MW or more have been notified by GoI for eligibility towards
fiscal concessions.
इन प4रयोजनाओं को Eथा'पत करने के लए आवTयक सामnी पर भारत सरकार क: मौजदा ू नी&त
(सीमा शNक
ु अ2धसचना
ू संDया 50/2017 -दनांक 30-6-2017 के Rम संDया 602) के अनसार

सीमा शN
ु क ‘शू य’ है । अत: उपरो त 'वXतीय लाभ@ को 6यान म# रखते हए ु , &नगम !वारा ठे केदार
को साम2nय@ पर कोई भी सीमा शNक ु दे य/ 1&तप4रत
ू नह%ं Yकया जाएगा। इसी 1कार, भारत सरकार
क: 'वदे श cयापार नी&त 2015-2020 के पैराnाफ 7.02 (एच) के अनसार
ु , राSi%य 1&तEपधा.Xमक
बोल% या अंतरा.Si%य 1&तEपधा.Xमक बोल% के तहत इन प4रयोजनाओं के लए साम2nय@ क: आप&त.

करने वाले घरे लू ठे केदार महा&नदेशक, 'वदे श cयापार नी&त, वाeणtय 'वभाग, उ!योग एवं वाeणtय
मं9ालय, भारत सरकार (डीजीएफट% iे ड नो-टस संDया-11/2018 -दनांक 30.06.2017) !वारा जार%
1YRया'व2धय@ के ह=डबक
ु के पैरा 7.03 (ए) अ2nम 1ा2धकरण से संबं2धत और 7.03 (बी) नी&त के
डीbड ए सपोट. hॉ बैक से संबं2धत एवं पैराnाफ 7.02 (डी), 7.03 (जी) और 7.05 (बी) के अनसार

'डीbड ए सपोट. ' से संबं2धत लाभ@ के लए पा9 ह@गे। उपरो त 'वXतीय लाभ@ को 6यान म# रखते हए ु ,
&नगम !वारा ठे केदार को साम2nय@ पर कोई भी सीमा शNक ु दे य/ 1&तप4रत
ू नह%ं Yकया जाएगा।
As such the goods required for setting up these projects are subject to ‘NIL’ Customs duty as per
the extant policy 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 Corporation 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’ under
paragraph 7.03 (a) relating to advance authorization and 7.03 (b) relating to deemed export draw
back of the Policy and 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 (DGFT Trade Notice Number – 11/2018 dated: 30.06.2017). In
consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be
payable/ reimbursable by the Corporation to the Contractor.
24.2 ठे केदार, ऐसे 'वXतीय लाभ उठाने से जड़े ु हएु संबं2धत सां'व2धक 1ा2धका4रय@ !वारा &नधा.4रत सभी
आवTयक 1YRयाओं, 1'व2धय@ और दEतावेज़ीकरण के पालन एवं अनपालन
ु के लए पर%
ू तरह से
उXतरदायी है। तथा'प उपरो त छट
ू /4रयायत@ का लाभ उठाने के लए &नगम 'व•ान &नयम@ एवं
1YRया'व2धय@ के अनसार ु केवल 'व-हत दEतावेज, या 1माणन ह% उपलPध कराएगा।
The Contractor is 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 Corporation, 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.
24.3 ठे केदार !वारा 'व&न-द.Sट 1ा2धका4रय@ !वारा बोल% 1Eतुत करने क: अं&तम &त2थ म# 1च लत
उपय.ु त लाभ@ के 1ावधान@ क: cयाDया के आधार पर या 'व2ध म# प4रवत.न के कारण इनकार करने
क: िEथ&त म# सं'वदा पण.
ू अव2ध या &नगम/फोस. मेजर के कारण 'वEता4रत अव2ध के भीतर क:
गई आप&त.
ू के लए ऐसे अ1Xय) कर@ क: 1&तप&त.
ू क: जाएगी। ठे केदार के कारण ठे का समािfत क:
अव2ध के पTचात क: गई आप&त.
ू के लए &नगम सं'वदा पर%
ू होने क: अव2ध म# 1योtय दर@ क:
सीमा तक दर@ क: 1&तप&त.
ू करे गा।
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 27 of 98

In the event of subsequent denial of the above benefits prevailing as on the last date of submission of
the 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 Corporation at actual rates for the supplies made within the contract completion period or
extended period of contract due to reason attributable to the Corporation/Force Majeure. For the
supplies that are made beyond the contract completion period due to reasons attributable to
Contractor, the reimbursement of taxes shall be made by the Corporation limiting to the rates
prevailing on the contract completion period.
24.4 इस खंड क: 1योtयता जीसीसी क: अनसची ु ू -ए के अनसारु होगी
The applicability of this clause shall be as per Schedule-A of GCC.

25.0 (लागू नह%ं) सoम


ू , लघु और मpयम उ^यम वकास अKधAनयम, 2006 के तहत सoम
ू और लघु
उ^यमQ (MSE) के लए नई साव$जAनक tय नीAत के अनसार
ु व तओं
ु या सेवाओं कI आपAत$
ू के
लए tय Mाथ मकता (पव$ ू योuयता मानदं डQ को परा ू करने के अधीन)
(Not Applicable) 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 (subject to meeting prequalification criteria).
25.1 (लागू नह%ं) एमएसई इकाइयQ को वर यता और छट ू Preference and exemptions to MSE Units:
a) एमएसई 1ावधान@ के अनसार
ु , &न'वदा म# भाग लेने वाला एमएसई अ2ध&नयम के तहत पंजीकत

बोल%कता. जो Yकसी सामnी या सेवाओं क: आप&त.
ू के लए L1+15% के ब=ड के भीतर मNय

उpृत कर रहा है, को L1 मN
ू य के बराबर तक अपने मN
ू य को नीचे ला कर आवTयक सामान
के Yकसी भाग क: आप&त.
ू करने क: अनम&त
ु होगी। ऐसी िEथ&त म#, जहां एल 1 का मN
ू य
Yकसी ऐसे बोल%कता. ने -दया है, वहां ऐसे एमएसई को &न'वदा के मN
ू य का कल
ु 20% तक क:
आप&त.
ू करने क: अनम&त
ु द% जाएगी। एक से अ2धक ऐसे पा9 एमएसई के मामले म#, आप&त.

आनपा&तक
ु ]प से साझा क: जाएगी। इसके अलावा, 20% आवंटन म#, 4% का उप-ल}य (अथा.त
20% म# से 20%) SC / ST उ!य मय@ के Eवा मXव वाले MSE से खर%द के लए रखा जाएगा।
तथा'प, &न'वदा 1YRया म# भाग लेने या &न'वदा आवTयकताओं और L1 मN
ू य को परा
ू करने म#
ऐसे एसएमई के असफल हो जाने क: िEथ&त म#, SC / ST उ!य मय@ के Eवा मXव वाले MSE के
लए खर%द के लए रखे गए 4% उप-ल}य को अ य एमएसई म# आनपा
ु &तक ]प से परा
ू कर
लया जाएगा।
(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) य-द कोई &न'वदा मद गैर-भाtय या गैर-'वभाtय है, तो "L1- मNय ू (एमएसई के अलावा)
+15%" के मNय
ू ब=ड के भीतर एसएमई को-टंग मNय
ू , य-द एल 1 मN
ू य के अन]प
ु हो तो पण.

/ संपण.
ू मNय ू के लए 1दान कर -दया जाएगा।
In case a tendered item is non-splitable or non-divisible, MSE quoting price within the price
band of “L1-Price (Other than MSE) +15 % “may be awarded for full/complete value of
supplies, subject to matching of the L1 price. AHR/ALR item may be negotiated during this
process. However the total price for MSE vendor should match the total price quoted by L1
(other than MSE). Please refer to FAQ No.21 issued vide F No. 8(2)/2015-MA dated
15/02/2016 by Ministry of MSME.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 28 of 98

c) &न'वदाकत
ृ मद@/ सेवाओं के लए सभी एमएसई को &न:शN
ु क &न'वदा सेट 1दान Yकए जाएंगे।
ई-&न'वदा के मामले म# बोल%कता. को एनआईट% क: शत[ के अनसार
ु ऑनलाइन 1ोसे संग शNक

का भगतान
ु मेसस. आईट%आई को करना होगा।
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.
25.2 (लागू नह%ं) इन लाभ@ का लाभ उठाने म# •2च रखने वाले "एमएसई" अपने 1Eताव के साथ
एमएसएमई मं9ालय क: अ2धसचना
ू म# उिNलeखत Yकसी भी &नbन लeखत एज#सी के साथ अपने
एमएसई के ]प म# पंजीकत ृ होने का 1माण 1Eतत ु कर# गे :
(Not Applicable) “MSEs” who are interested in availing themselves of these benefits shall 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:
(i) िजला उ!योग क#$ District Industries Centers
(ii) खाद% और nामो!योग आयोग Khadi and Village Industries Commission
(iii) खाद% और nामो!योग बोड. Khadi and Village Industries Board
(iv) कॉयर बोड. Coir Board
(v) राSi%य लघु उ!योग &नगम National Small Industries Corporation
(vi) हEत शNप और हथकरघा &नदे शालय Directorate of Handicraft and Handloom
(vii) एमएसएमई मं9ालय !वारा &न-द.Sट कोई अ य &नकाय। Any other body specified by Ministry
of MSME.
(viii) उ!योग आधार mापन Udyog aadhar memorandum

Note-“The MSEs must submit/upload registration certificate along with the bid. Wherever, the
certifying agency is issuing the registration certificate with terminal validity. The MSE must also
indicate the terminal validity date of their registration. The MSE should furnish certificate valid as
on date for submission of tender. 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 No.-503 , dated 23.03.2012. as printed in the Gazette of India. Wherever the
certifying agency is issuing registration certificate without terminal validity, the same shall be
considered for giving benefits to MSE, detailed in notification No.503 dated 23.03.2012, as printed
in Gazette in India”
25.3 इस खंड का प4रचालनाXमक भाग GCC के अनसची ु ू -ए म# प4रभा'षत अनसार ु होगा।
The operational part of this clause shall be as defined in schedule –A of GCC.
25.4 उपरो त म# से Yकसी एक एज#सी !वारा जार% Yकया गया पंजीकरण 1माणप9 &न'वदा 1Eतत ु करने
क: अं&तम &त2थ तक वैध होना चा-हए। य-द उ त कोई 1माण प9 दोषपण.
ू या अमा य पाया जाता
है, तो ऐसी बो लय@ को अEवीकार कर -दया जाएगा। सफल बोल%कता. यह स&निTचत
ु करे Yक सं'वदा
क: समािfत क: अव2ध तक उ त 1माणप9 वैध रहे ।
The registration certificate issued from any one of the above agencies must be valid as on last date of
submission of the tender. In case such a certificate is found to be defective or invalid, such bids
shall be rejected. The successful bidder should ensure that the same is valid till the end of the
contract period.
25.5 एमएसई, िज ह@ने उपरो त एज# सय@/&नकाय@ म# से Yकसी म# भी अपने पंजीकरण अथवा पंजीकरण
के नवीनीकरण के लए आवेदन Yकए ह=, परं तु &न'वदा 1Eतत
ु करने क: अं&तम &त2थ तक वैध
1माण प9 1ाfत नह%ं कर सके ह=, वे छट ू / 1ाथ मकता के लए पा9 नह%ं ह=।
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.
25.6 वह ठे केदार िज ह# इस &न'वदा के प) म# ठे का 1दान Yकया जा रहा है, वह &नगम को उप-ठे केदार
का Pयौरा 1Eतत
ु करे गा जो सं'वदा काय. &नSपादन के Yकसी भाग को परा
ू करता है और स}म
ू , लघु
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 29 of 98

और म6यम उ!यम 'वकास अ2ध&नयम 2006 के अनसार ु एमएसई के ]प म# पंजीकत ृ है ।


The contractor on whom the contract may be entered into against this tender shall furnish the
Corporation, the details of sub-contractors meeting any part of contract execution herein and who is
registered as MSE as per the Micro, Small and medium Enterprises development Act 2006 and
amendments to same.
Note : MSME (exemption for bid security is not applicable) Bidder is requested to submit the Bid
Security as mentioned under clause 10.0 of NIT.

मxय
ु अ भयंता (एम), केएपीपी -3 और 4
Chief Engineer (M), KAPP-3&4

एनपीसीआईएल के लए और क: ओर से
For and on and behalf of NPCIL
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 30 of 98

ANNEXURE-A
Firm/Contractor Details
Tender Number :

NAME OF FIRM

SR. DESCRIPTION REMARKS


NO.
1 PAN NO.
2 GST Registration No.
3 Registration of EPF
4 Power of Attorney of DSC Holder
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 31 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 32 of 98

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)

Note : Bidder is requested to submit latest Annexure 3A & Annexure 3B mentioning the
Tender No. on top and date of issued on bottom along with name of the firm.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 33 of 98

ANNEXURE –4

THE DETAILS OF BLACK LISTING / DE-REGISTRATION /DEBARRING/ HOLIDAY


IN CENTRAL STATE G0VERNMENT, PSU & PUBLIC BODIES
(During last five financial years)

Sr. Name of Client Work Order/ Value of Blacklisting Reasons Letter no.
No. Agreement work in period informing
No. lakhs of black
listing

NOTES:

1. The bidder shall submit the details of banning/suspension of business or any other word meaning the
same such as black listing /de-registration / holiday /debarring by any central / state government
department or public sector undertaking or government bodies. The relevant letter shall be scanned
and uploaded.

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
(Can be submitted but MSME is not applicable for Bid Security exemption purpose)
Name & Address of Class of registration Name of Service Valid up to
Registering Authority
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 34 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 35 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 36 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 37 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 38 of 98

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 under written 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 of structural steels, fabrication and erection of
miscellaneous structure, supports, fabrication and erection
of piping for KAPP-3&4.
(b) Time for completion of the work 18 (eighteen) Months (including monsoon period)
(c) Estimated Cost Rs. 3,77,22,423/- (including GST)
(d) Bid Security Amount Rs. 7,54,448/-
(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______________ 2020.
* (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___________ 2020. ***__________________
Tenderer is advised to read carefully and strike out which ever 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/MECHANICAL/2020/ETR/953 IN- 1290 Page 39 of 98

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 ( N.H. – 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 : (Not Applicable)
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-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 40 of 98

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 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 equipments,
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 out side. 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).
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 41 of 98

11.2 Contractor is required to set up an independent safety group as per clause No. 1.0 of
project instruction No. P1/ 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/ I
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.
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 Equipment
(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.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 42 of 98

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.

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.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 43 of 98

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 10 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
start of work (refer clause no 15.1.1 of GCC and its Addendum i.e. Section # iv -general
condition of contract )

a) Employees 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,
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 44 of 98

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, BOCW Act 1996 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. 403.00, 472.00,
569.00, 666.00 per day respectively as on 01/10/2019. 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.

In addition to minimum wages as above, the contractor shall also pay the following.
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.

iii.Bidder shall note and abide by the different provisions and references with following
salient features awaited in future from Government w.r.t. Code on Wages-2019 as the
payment of Wages Act-1936, the Minimum Wages Act-1948, The Payment of Bonus Act-
1965, Equal Remuneration Act-1976 are replaced according of Section (69) of the Code
on Wages-2019. The new wages shall be Basic Pay + Dearness Allowances + Retaining
Allowances (if any).

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.

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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 45 of 98

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.
12

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 46 of 98

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-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 47 of 98

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 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. PAYMENT TERMS :


Supply items:
(1) 90% of payment shall be made on receipt of materials at site and on submission of proof
of receipt in the form of LR (Lorry Receipt), delivery challan in original, test certificates and
acceptance by Engineer.
(2) 10% of balance payment will be released on Completion of material accounting and
clearing of site.
Fabrication, erection and other items :
For item.no. `1.1 to 1.6, 4.1 to 4.2, 10.1 to 10.5, 11, 14 &15
(3) 80% of payment shall be made against running account bills after completion of work to
the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any
(4) 10% of balance payment will be released on completion of testing & acceptance of ENC.
(5) 5% of balance payment will be released on Completion of CCC / STD (CCC – Construction
Completion Certificate; STD – System Transfer Document).
(6) 5% of balance payment will be released on Completion of material accounting and clearing
of site.
For item .no. 5.1, 5.2 & 12
(7) 90% of payment shall be made against running account bills after completion of work to
the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any
(8) 10% of balance payment will be released on Completion of material accounting and
clearing of site.
For other items:
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 48 of 98

100% of payment shall be released against running account bill after completion of work to
the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any.
Mode of payment
Item rate and on submission of RA bills in soft copy and hard copy on monthly basis.

30. Supply of Electric Power : Construction power supply will be provided by the NPCIL at one
point within KAPP Plant premises on rate as mentioned in Schedule-A of Tender
documents.
The contractor shall make his own arrangement for the distribution of power to all his
works from the point of supply mentioned in Para above.
The Contractor shall also make his own arrangement of Diesel Generators to meet the
requirement of electrical power during interruption in normal power supply.
Non-availability of regular power supply shall not be a reason for extension of time and
/or extra payment.

31. The contractor, who has issuance of the order of banning of business, Pl. refer clause no.
15 of NIT of Tender documents.

32. (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.
(d) 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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 49 of 98

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.

33. Condition for operating New CLND clause. Refer Sr. no. 32 of S.C.C.
33.1 Details of condition of operability:
Case: I: If the requirement is for PHWR then following SCC to be used.
SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of
Contract (GCC). Wherever there is a conflict between the two the provisions in SCC shall prevail over
those in the GCC.
Special GCC Clause Clause Description / Special Conditions (To be inserted by
Conditions Reference Content indenting officer / C&MM)
(SCC No.)
32 New Right of Recourse under Since, NPCIL is the system designer and
Clause Civil Liability for Nuclear technology owner, being responsible for
Damage Act 2010 & Rule safety design of such installations in this
2011 thereof. tender, 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) & (b) of the CLND Act 2010.

Case: II: If, the requirement is for other than PHWR then following SCC to be used.
SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of
Contract (GCC). Wherever there is a conflict between the two the provisions in SCC shall prevail over
those in the GCC.

Special GCC Clause Clause Description / Special Conditions (To be inserted by


Conditions Reference Content indenting officer / C&MM)
(SCC No.)
33 New Right of Recourse under Since, NPCIL is not a system designer and
Clause Civil Liability for Nuclear technology owner, in this tender, bidder /
Damage Act 2010 & Rule Contractor shall assume the role of supplier in
2011 thereof. 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) & (b)
of the CLND Act 2010.

33.2 Applicability of above clause shall be as per Schedule “A” Sr. No. 28.

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


34.1 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 1.0 Taxes and Duties:
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 50 of 98

SN GCC Clause Special Conditions


Clause Description /
Reference Content
Octroi, cess, 1.1. Indirect Taxes and Duties:
taxes, Royalties,
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
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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 51 of 98

SN GCC Clause Special Conditions


Clause Description /
Reference Content
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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 52 of 98

SN GCC Clause Special Conditions


Clause Description /
Reference Content
profits shall be for the account of Contractor and shall
not be reimbursed by the Corporation. Contractor shall
also be responsible for payment of 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/MECHANICAL/2020/ETR/953 IN- 1290 Page 53 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 54 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 55 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 56 of 98

SECTION – IV

GENERAL CONDITIONS OF CONTRACT

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 57 of 98

SECTION V

TECHNICAL SPECIFICATION & SCOPE OF WORK

NAME OF WORK: Supply of structural steels, fabrication and erection of miscellaneous


mechanical structure, supports, fabrication and erection of piping for KAPP-3&4

5.1 Facilities/Materials & Consumables to be provided for the job by KAPP-3&4.


Following facilities / Material will be provided by KAPP as free issue:
As per attached Annexure-3A

5.2 Contractor’s obligations:


a. Providing all tools, tackles, machineries, welding consumables and other
arrangements in complete for fabrication, erection and all other works as mentioned in
the SOR for completion of work as per drawings and specifications.
b. Supply of structural materials like plates, rolled sections, fasteners, U bolts, rods,
chequered plate and etc., anchor fastener from approved vendor for fabrication and
installation as per drawings.
c. Supply of insulation materials & GI cladding as per technical specification and from
approved manufacturer.
d. Providing all manpower as required including supervisor/foreman etc.

5.3 Work specific instructions:


All the works are to be executed as per approved drawings, technical specifications and
as per the instruction of EIC.

5.4 Tech Specification / Scope of Work – (Item wise)


5.4.1 The Technical Specification of the work shall be followed as mentioned below.

a) PC-P-285 – Field welding of piping.


b) PC-P-345 - For cleaning of pipes
c) PC-P-344 – Piping fabrication and erection
d) PC-E- 275- Technical specification for Thermal Insulation
e) PC-E-615- Technical specification for paints in Nuclear Powerplants

Applicable standards and codes


IS: 2062 : Specification for Structural Steel(Fusion Welding
Quality).
IS-7215 : Tolerance for fabrication of Steel structures.
ASME standards
ASME Sec IX : Welding and Brazing Qualification
ASME Sec II Part 'C' : Code of Practice for covered electrodes for metal arc
welding of mild steel.
ASME Sec V : Non-destructive examination
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 58 of 98

5.4.2 Supply, fabrication and erection of structural steel:


5.4.2.1 Scope:
The scope involve supply of structural steel, fabrication and erection of all type of supports
, platforms and miscellaneous structure as per drawing, this includes, storage, fabrication,
inspection, testing, painting after necessary surface preparation, handling, loading,
unloading, transportation of materials and erection at site at desired location and as per
drawing. All workmanship and finish shall be of the best quality and shall conform to best
engineering practices.

5.4.2.2 Materials
All steel shall be procured and supplied by contractor from approved manufacturer only
and shall confirm to the following.
1. All materials supplied by the contractor shall be in sound condition, free from defects.
2. All materials required for the work shall be correlated with manufacturer test
certificates. In absence of test certificate, materials shall be tested by contractor
through approved laboratory for establishing specification requirements at contractor’s
cost and as directed by Engineer.
3. The contractor shall supply the mill test certificate for the materials being supplied by
him.
4. The Engineer shall have the right to test random samples to prove authenticity of the
test certificate produced by the contractor at contractor’s cost. Any material found not
meeting the specification requirement would be rejected.
5. Storage area for all structural raw materials shall be prepared and maintained by the
contractor.

5.4.2.3 Fabrication
1. All workmanship and finish shall be of the best quality and shall conform to good
engineering practices and best approved method of fabrication. All materials shall be
finished straight. All holes and edges shall be free of burrs. Standard fabrication
clearance as per IS codes shall be generally followed unless otherwise
directed/approved. Materials at the shop shall be kept clean and protected from
weather.
2. All care must be taken to avoid undue welding distortion.
3. Complete layout shall be prepared and approved by Engineer before actual fabrication
are started.
4. All fit-up shall be approved by Engineer.
5. Standard tolerance as per IS shall be followed.

5.4.2.4 Inspection
1. Fitup shall be examined as per approved QA plan prior to welding the joint.
2. Raw materials with cracks, laminations, seams, laps and heavy pitting are not
acceptable
3. The dimensions of the fitup shall be maintained as per the drawings.
4. Welding shall be carried out as per approved WPS and qualified welders.
5. Visual and NDE shall be done as per approved QAP. The extent of inspection (Visual
and NDE) shall be done as per drawing/specification/approved QAP.
6. All service and facilities related to inspection and testing to be provided by the
contractor.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 59 of 98

7. Welding inspection report shall be prepared by the contractor and submitted to EIC and
QA or his representative for acceptance of the weld joints.

5.4.2.5 Erection
1. The structural steel involves plates, rolled sections, rods, Ubolts, chequered plates and
etc.,
2. The contractor shall arrange all lifting equipments like chain pulley block, hydra /
crane with operator, and other suitable lifting arrangement to complete the erection
work as per specification requirements and it includes, experienced manpower for
work supervision, safety supervision and suitable manpower to carry out the work
efficiently. The transportation arrangement for carry the fabricated items from
contractor store to erection site shall be arranged by the contractor.
3. The contractor shall also arrange necessary PPEs like safety shoes, helmet, safety belts
and other consumables required during erection work.
4. All structures shall be erected as per drawing.
5. The sequence of erection shall be followed as approved by EIC or his representatives.
6. The contractor shall protect all existing plants, embedded parts, electrical items, all
permanent structures, piping, equipment, and facilities against damage during erection.
The contractor shall perform his work in a manner, in no way endangers the operation
of any existing plant or structures or hinders other construction activities.
7. All fabricated steel shall be stored at erection site as per the requirement for erection.
The storage area shall be prepared and maintained by the contractor. All scraps
generated during erection work shall be immediately cleared from site to contractor’s
store.
8. In case of faulty erection , all such dismantling and re-erection required will be at
contractor’s cost
9. Erection tolerance standard shall be followed as per IS code.
10. Erection records shall be prepared by the contractor as when erected and submitted to
EIC. The report would be accepted by EIC after verification of the erected component
in line with the approved drawing. All inspection related arrangement for verification
of the erected component shall be made available by the contractor as per the
requirement of EIC or as per the approved QAP.
11. For erection of supports wherever anchor fasteners are required to be installed shall be
done as per the drawings issued by EIC. The anchor fasteners shall be of HILTI make
and type of anchor fasteners shall be as mentioned in the drawings. The procedure for
installation of anchor fasteners shall followed as per the HILTI hand book.
12. All safety precaution as per the NPCIL safety guideline shall be followed during
execution of work at shop and at site by the contractor

5.4.3. Fabrication and erection of pipes on permanent supports/hangers


5.4.3.1 General
The scope of work involves fabrication and erection of pipes on permanent supports or
hangers as per the technical specification requirements and drawings which includes,
machineries, all consumables, tools and tackles, PPEs, shifting of pipes from EIC’s store to
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 60 of 98

contractor shop, handling, loading, unloading, and transportation of pipes from contractor’s
shop to erection site. Suitable lifting arrangement likes hoists, hydra/crane with operator
for installation of pipe and components at all elevations and location of building as directed
by EIC shall be arranged by the contractor. The documentation of completed work shall be
in the scope of contractor.

5.4.3.2 Storage
Storage area for stacking of pipes, fittings and all other piping components issued by EIC
time to time as per the site requirement shall be arranged and maintained by the contractor.
The preservation of all issued materials shall be in the scope of the contractor.

5.4.3.3 Fabrication and erection of pipes

1. Fabrication and erection of pipes shall be followed as per the


technical specification PC-P-285
2. Field welding of piping system shall be followed as per the technical
specification PC-P344
3. Fabrication and erection QAP shall be established by the contractor
at site and approved by EIC and QA
4. Fitup of pipes, fittings and all piping component shall be followed as
per the drawings and inspection shall be carried out by EIC prior to taking for welding
of the joints. Fitup report shall be prepared by the contractor and submitted to EIC for
acceptance.
5. Welding of joints shall be done by qualified welders only and as per
the approved WPS.
6. The selection of electrodes and welding process requirements shall
be followed as per the technical specification with respect to the specification of pipe
material are being used.
7. Welding consumables shall be procured from NPCIL approved
manufacturer/supplier and brand.
8. The preheating requirements shall be as per the technical
specification.
9. The weld inspection requirements like visual and NDE shall be
followed as per the approved QAP.
10. The fabricated piping shall be stored in the contractor’s storage yard
after completion of spool fabrication and it shall be properly tagged with line number.
The pipes shall be surface treated by manual cleaning or power tool cleaning as per
PC-E-615 and painted by primer coat as per the specification.
11. Welding inspection reports shall be prepared by the contractor and
submitted to EIC and QA for acceptance of welded joints along with all testing reports
if applicable.
12. The shifting of fabricated pipe from storage yard to erection site
shall be arranged by the contractor.
13. The machineries, consumables, tools and tackles, PPEs, lifting
equipment and etc., required for completion of erection of pipes at various elevations
of building as per the drawings and as directed by EIC shall be arranged by the
contractor.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 61 of 98

14. The routing of piping and elevation shall be strictly followed as per
the drawing. In case of faulty erection of pipes and its components and it shall be
rectified by the contractor. All such dismantling and re-erection of the items will be at
contractor’s cost.
15. Pipes bends shall be used instead of standard elbows with EIC
approval. The bending tolerance shall be as per the technical specification.
16. Erection records shall be prepared by the contractor as when erected
and submitted to EIC. The report would be accepted by EIC after verification of the
erected component in line with the approved drawing. All inspection related
arrangement for verification of the erected component shall be made available by the
contractor as per the requirement of EIC or as per the approved QAP.
17. All safety precaution as per the NPCIL safety guideline shall be
followed during execution of work at shop and at site by the contractor.

Contractor's organization

The bidder shall furnish detailed organization chart for all the deployed engineers,
supervisors, safety personnel, QA personnel etc., before start of 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:

1. Inspection shall be the responsibility of the Contractor. Quality surveillance shall be


done by NPCIL or its authorized representative at least at the stages identified in the
approved QAPs.
2. The Contractor shall have a dedicated group of experienced and qualified inspection
engineers and inspectors responsible for ensuring the implementation of quality
management system.
3. All the personnel performing activities 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.
4. 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.
5. 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.
6. Deployment of inspectors/NDT in charge shall be based on assessment by
Contractor and acceptance by NPCIL by authorization process.
B. Execution :
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 62 of 98

Contractor shall deploy graduate engineer having minimum 5 years’ experience in


construction as Site - In charge and who shall ultimately be responsible for the
QMS program and safe execution of the job..
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 clause no:
PI/001/R2. However their deployment on specific job shall be based on assessment
by Contractor and acceptance by NPCIL by authorization process.

5.4.5 Welding and Electrodes:

All electrodes and welding wire shall be of low hydrogen type conforming to
ASME Sec-II Part C. Brands approved by NPCIL shall only be used. The type of
electrode to be used shall be as per the technical specification as mentioned above. The all
type of electrode shall be NPCIL approved manufacturer and brand. Prior to taking the
electrode for job welding inspection offer to be given by contractor to NPCIL –QA
representatives and after clearance the electrodes shall be issued of welding work.

WPS shall be established. Welder qualification and procedure qualification shall be


done as per ASME Section IX. All type of welding shall be followed as per drawings.
Welders shall be qualified as per the above standard prior to taking up welding work.

5.4.6 Inspection, testing and reports:

QAP shall be established at site and get approved by NPCIL. All inspection and
testing requirements shall be stick to the approved QAP. The reports for all the materials
supplied by the contractor, fabrication & erection of components and testing carried shall
be prepared by the contractor and certified by EIC. The measurement sheet for completed
work shall be submitted by the contractor after verification by EIC. Contractor shall give
due notice to Engineer in advance for the materials or workmanship getting ready for
inspection.

5.4.7 Preheating and NDT requirements:

The pre-heating and NDT requirements shall be followed for piping and steel
structure as per the drawings issued time to time during the fabrication and erection of
piping and steel structure. The extent of inspection shall be followed as per QAP or as per
approved drawing. The materials required for all testing requirements shall be arranged by
the contractor.

5.4.8 Dismantling of pipe and supports:


e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 63 of 98

The scope of work involves dismantling of already erected pipe lines and supports
in all elevations and locations of building as instructed by EIC. This also includes loading,
unloading, shifting of dismantled materials, stacking of pipes and supports as directed by
EIC, touch-up work on permanent structure after removal of this temporary supports. After
dismantling of the temporary piping any modification done in the connections of
permanent piping, the same shall be re-fixed to normalise the permanent system.
5.4.9 Rectification:

Any deviation is observed during fabrication, erection of pipe and supports, and any
damages to other permanent structures while dismantling of temporary pipes and supports
the same shall be rectified by the contractor without any extra cost. This shall also include
additional inspection requirement as decided by the EIC.
5.4.10 Miscellaneous works:

Providing a rigger, a grinder man, a fitter & a helper with all tools & tackles,
machineries as necessary for completion of operation/task, PPEs required and etc., for
miscellaneous work as per the nature of the job allotted by EIC, shall be provided by the
contractor separately as required. The task for rigger shall be of all type of material
handling, loading, unloading, rigging of pipes and piping components, equipments,
structural steel materials and etc., shifting and stacking as per EICs instruction. The task
for grinder man shall be of all type of grinding activities like finishing work, edge
preparation and etc., The task for fitter& helper shall be of marking of structural and piping
materials and fitup of all type pipes, structural steels and etc., The output of each
group/workman as mentioned above shall be measured in terms of operation days with
working of 8 hrs per day.

5.4.11 Thermal Insulation:


This work involves supply and installation of thermal insulation on pipes includes
handling, shifting, loading, unloading and transportation of materials to erection site. The
tools & tackles and other consumables required for completion of insulation shall be the
scope of contractor. Inspection of insulation materials shall be carried out by EIC prior to
taking up for installation. The materials shall be accepted after verification of test
certificate issued by NPCIL approved manufacturer. Inspection report shall be prepared by
the contractor and certified by the EIC. The installation shall be taken up only after
clearance of material inspection report from EIC or his representatives. The procurement
all materials shall be of NCPIL approved manufacturer only. Before installation of
insulation on pipes, the surface preparation shall be carried out as per the technical
specification PC-E-275. The cladding material around the insulation shall be of GI.

5.4.12 Surface preparation and painting:


This work involves surface preparation of pipe and structural steel materials, supply
and application of 2 coats of Red Oxide Zinc primer and 2 coats of finishing paint like
Synthetic Enamel paint wherever required or as directed by EIC. All workmanship and
finish shall be of the best quality and shall conform to best engineering practices. The
surface preparation, application of paint and DFT requirement shall be as per the technical
specification PC-E-615. The painting materials shall be procured from only NPCIL
approved manufacturer & brand.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 64 of 98

5.4.13 Removal and Re-erection of Trench / Opening covers:


This work involves removal and re-erection of trench / opening covers wherever
required as per EICs instruction includes handling, shifting, and stacking of items. The
trench/opening covers types shall be RCC/Chequered plate/Grating materials. The all
PPEs required as per the nature of work shall be arranged by the contractor. The painting
materials shall be procured only from NPCIL approved manufacturer & brand.
5.4.14 Vendor selection and QAPs
Material to be supplied shall be from approved manufacturer only. Few approved vendors
are listed below.

Sl Item Vendor name


no
1 Structural CS/SS M/S LLOYD STEEL MUMBAI
M/S SAIL, MUMBAI
M/S RASTRIYAISPAT NIGAM, MUMBAI
2 Fasteners M/S BOLT MASTER, VASAI
M/S INDUSTRIAL ENGINEERS, 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
M/S BERGER PAINTS(I) LIMITED
M/S ASIAN PAINTS (I) LIMITED
3 Paint
M/S GOODLESS NEROLAC PAINTS
M/S KANSAI NEROLAC PAINTS
In case of any difficulty, the Contractor can propose others vendors that are approved for
some other packages in NPCIL.

5.4.15 PROCEDURE FOR SUBMISSION OF DOCUMENTS AND RECORDS.

a) 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. The report
concerning welding, and flanges are included in this category. For material supplied
by him, t h e Contractor shall forward to the Engineer one copy of test certificate
pertaining to the origin and specification of material. The Engineer shall need certain
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 65 of 98

records for verification viz. weld inspection report, c o n s u m a b l e certificate, etc. The
Contractor will have a system of record to facilitate easy traceability of all such records.
b) Progress Reports
During the execution of the contract, t he following reports shall be submitted to the
Engineer in the format finalized at site:
1) Daily progress and weekly planning report
2) Six Monthly Plan
3) Welders Performance & Qualification Record
5.4.16 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 two (2) copies to engineer for
his reference. Contractor shall also summit the soft copies of documents.
5.4.17 Completion of Work
As far as technical requirements are concerned, the Contractor’s work shall be
considered completed when the equipment and piping systems are installed complete in
all respects in accordance with drawings and specifications and have passed all
examination, inspection and tests requirements described in technical specifications issued
with this document and carried out flushing. The Contractor shall prepare a n d s u b m i t
t h e Construction Completion Certificate (CCC) of identified systems attaching 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.
5.4.18 Material Accounting
1. The contractor will account for all the material, either supplied/procured by him or issued
as free/chargeable by NPCIL. No extra 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.
2. The contractor will give complete account of material supplied by him or issued as
free/chargeable by NPCIL and incorporated in the Facilities.
3. NPCIL will accept surplus material procured and supplied by the contractor within the
SOR 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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 66 of 98

limits and appropriate recovery shall be made after taking into account residual value of
such material, from the contractor in this respect.
4. Material procured by the Contractor wilfully in excess of SOR requirement shall not be
accepted by the Purchaser, if found surplus.
5. 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.
6. The Contractor shall furnish the cutting schedule for piping materials for the approval of
the Engineer-in-Charge prior to starting of any activity. These include fabrication and
installation of pipeline. 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.
7. 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.

5.4.19 Definition of Scrap


Items and materials of the following limiting dimensions shall be treated as scrap:
1. CS/GI pipes 50 mm dia. and below – pipe pieces less than 2 meters in length shall be
treated as scrap.
2. SS pipes 50 mm dia. and below – SS pipe pieces less than 0.5 meter in length shall be
treated as scrap.
3. Structural Steel less than 1 meters in length shall be treated as scrap.
4. In respect of plates having thickness 20 mm & below, the size of plate having
dimension 1mtr x 1mtr & below will be considered as scrap. In case of plates having
thickness of above 20 mm, the size of plate having dimension 1mtr x 0.5 mtr & below
will be considered as scrap.
5. CS/GI/SS pipes, all sizes above 50 mm dia. Pipe pieces less than 0.5 meter in length
shall be treated as scrap.
6. GI Sheet - less than 2mtr x 2mtr size.
7. GI Conduit/ SS tubes of various sizes – of lengths less than 3 meters shall be treated as
scrap.
8. Power and Control Cables of various types and sizes of length less than 50 meters shall
be treated as scrap.
9. Wires of different types and sizes of length less than 20 meters shall be treated as scrap.
10. Pipe Fittings & valves, lighting fixtures & receptacles and other similar items shall not
be accepted as scrap. However, the welded fittings and valves etc. above 50 mm dia.,
which are rendered surplus by virtue of change in layout, drawings, errors, etc. shall be
deposited to the Engineers’ stores after the edges have been prepared by the contractor
without any extra charges.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 67 of 98

5.4.20 Permissible Limits of Wastage/ Scrap


Permissible wastage/ scrap to be allowed for following items towards cutting and
fabrication of pipes/structures are as follows:-

Sr. Item Max. Permissible wastage(Returnable Non-returnable


No. in case of free issue) % %

a CS Pipes 4% 2%

b SS Pipes 4% 1%

c CS Structural and Plates 7% 3%

e GI Sheet 7% 3%

Wastage shall be accountable by weight in case of structural, plates and by running length
in case of other items.
5.4.21 PAYMENT TERMS
Supply items:
1. 90% of payment shall be made on receipt of materials at site and on submission of
proof of receipt in the form of LR (Lorry Receipt), delivery challan in original, test
certificates and acceptance by Engineer.
2. 10% of balance payment will be released on Completion of material accounting and
clearing of site.
Fabrication, erection and other items :
For item.no. `1.1 to 1.6, 4.1 to 4.2, 10.1 to 10.5, 11, 14 &15
1. 80% of payment shall be made against running account bills after completion of work
to the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any
2. 10% of balance payment will be released on completion of testing & acceptance of
ENC.
3. 5% of balance payment will be released on Completion of CCC / STD (CCC –
Construction Completion Certificate; STD – System Transfer Document).
4. 5% of balance payment will be released on Completion of material accounting and
clearing of site.
For item .no. 5.1, 5.2 & 12
5. 90% of payment shall be made against running account bills after completion of work
to the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any
6. 10% of balance payment will be released on Completion of material accounting and
clearing of site.
For other items:
100% of payment shall be released against running account bill after completion of work
to the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any.
5.4.22 Mode of payment
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 68 of 98

Item rate and on submission of RA bills in soft copy and hard copy on monthly
basis.
5.4.23 Measurements and prices for site / erection related activities:

1. Linear measurements will be in meters corrected to the nearest centimeter.


2. Inch dia = size of joint in NB (inches) X no of joints.
Inch mtrs= size of pipe/valve/fittings etc. In NB (inches) X equivalent length.
3. For computation of Inch-Meter (Inch-Mtr), and Inch-Diameter (Inch- Dia) nominal
bore (NB) of the pipe shall be considered.
4. For computation of inch-mtr for reducers, valves & unequal tee major diameter
(NB) shall be considered.
5. Welding and erection of Penetration bellows, including sealing plate is
considered as piping component and accordingly erection will be considered on
Inch-Mtr and Inch- Dia basis.
6. For computation of inch-mtr, the equivalent length will be considered as below:
a) In case of each valve, strainer and expansion joint of sizes below 900 mm
diameter (NB) – One meter.
b) In case of each valve strainer and expansion joint of sizes for 900 NB & above –
Actual length in meter.
c) In case of fittings of all sizes - 0.5 meter.
d) In case of pipes of all sizes – actual length in meters
Payment towards erection of certain items/ components shall be made as piping
erection on inch meter basis. These include strainers, hoses, sight glass, flow gauge,
flow indicating gauge, bellows. etc.
7. For nozzle welds, the size of outlet pipe (NB) shall be considered.
8. For nozzle welds with reinforcement pad the measurement shall be as given below:
(a) The weld joint between the main pipe and the branch pipe shall be measured as
nozzle weld of size equal to outlet pipe (NB)
(b) Welds between reinforcement pad with main pipe and branch pipe shall be
measured as fillet welds. Outer diameter of reinforcement pad shall be
considered equivalent to nearest NB. Inner diameter of reinforcement pad shall
be considered equivalent outlet size.
9. Fabrication of SS equal/un equal laterals from pipes shall be paid 2 (TWO) times
the quoted rates of Butt-weld /nozzle weld.
10. Quoted unit welding rates shall be considered for pipes and fittings up to or
equivalent of Sch. 80 or extra strong wall thickness. In case of thickness above
schedule 80, one and a half times of corresponding rates shall be considered. Item
includes cost of handling, transportation, cutting, drilling, edge preparation,
welding, grinding, tools tackles, manpower , scaffolding, etc. and as directed by
Engineer -in charge.
11. Rates for DPT, radiography shall be inclusive of all the consumables, tools tackles,
plant & machinery, manpower, scaffolding etc. and as directed by Engineer -in
charge.
12. The welding of slip on flanges is a combination of fillet weld and seal weld. This
will be considered as a single joint for the purpose of payment of welding.
However, payment of LPE / MPE on these joint shall be considered for both welds.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 69 of 98

13. Erection of supports includes installation of fasteners U bolts, placing, holding or


anchoring of pipe(s) to the supports, adjustment of supports, etc.
14. Rate for cleaning of pipes with detergent, rotary brush and compressed air shall be
inclusive of all the consumables, tools tackles, plant & machinery, manpower,
scaffolding etc. and as directed by Engineer -in charge.

5.5. Acceptance criteria:


The acceptance criteria and tolerance limits shall be as described in the respective
standards / codes / technical specifications / approved procedures / drawings

5.6 Area included in this contract (unit-1/ unit-2/ unit-3/ unit-4/common) :


KAPP, Unit-3 & 4

5.7 Education / Technical qualification and relevant work experience of manpower to be


engaged.
The qualification and experience of manpower engaged for this work shall be as
suited to the quality requirements for performance of system as per intended design and
safe operation of unit. The contractor shall understand the criteria for manpower selection
well before the start of work.

5. 8 Penalty clauses
As per GCC
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 70 of 98

SECTION – VI
SCHEDULE OF DRAWINGS

The drawings & Sketches for this works are available with EIC of the work. Bidder is
requested to visit the site and get familier with the drawings / sketches before quoting
the rates.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 71 of 98

SECTION – VII
SCHEDULE ‘A’

Sr. Clause No. Description Stipulation


No. of NIT/GCC
1 NIT-PQC/1.4 Applicability of Registration of EPF Yes
2 NIT- 24 Applicability of Mega Power Project Concession No
3 NIT- 25 Purchase preference to MSE registered bidders:
a) Waivel of submitting bid security No
b) Splitting of quantity for award to MSE No
4 1.1.1 Accepting authority CE (M), KAPP-3&4
5 2.1.3 Time by which possession of site will be given As per WO/LOI
6 4.14.1 Availability of electricity (on chargeable basis) Yes
7 4.14.1 The rate at which electricity will be charged Rs. 4.74 / Unit
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 No
11 4.23.2(i) Water charges NIL
12 4.24.2 Land availability for contractor’s colony Yes as per GCC
13 5. 6. 3 Penalty, for not providing arrangements and facilities As per project
as per safety guidelines. instruction .no. PI
001/R2 (Maximum
2% of contract
value)
14 5. 6. 4 Industrial safety training to be provided by Yes
corporation
15 5.6.14 Minimum number of safety professionals to be As per project
deployed by contractor. instruction .no. PI
001/R2
16 5. 6 .15 Penalty, for not deploying the minimum number of As per project
safety professionals. instruction .no. PI
001/R2
17 7.8.1 Applicability of the incentive clause NA
18 7. 8.2 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 etc.
20 9.1.6 Applicability of liability towards latent defect. NA
21 11.3.4 Various components expressed as a percentage of
contract value.
Unskilled labour component (lu) 20%
Skilled labour component (ls) 40%
Material component
Structural steel (m) 15%
_________________(n) -
_________________(o) -
_________________(p) -
All other materials (q) 8%
P.O.L component (d) 2%
Nearest Petrol pump to be considered for petrol Sainik petrol pump,
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 72 of 98

Sr. Clause No. Description Stipulation


No. of NIT/GCC
prices (P.O.L) Unchamala, vyara
22 12.1.4 The rate of interest to be charged for mobilization NA
advance.
23 12.2.1 Applicability to submit the bills and measurement in Yes
Computerized form / Manually
24 12.5.1 Simple interest for delayed payment. As per GCC
25 15.1.1 a) Workman Compensation Policy / ESIC Yes
b) CAR policy for the whole contract value Yes
c) third party liability 10% of the contract
value subject to a
maximum of 50
lakhs
26 -- Minimum deployment of manpower As required
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 As required
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
28 Whether Works/Services is for PHWR (Case:1) or PHWR (Case:1)
other than PHWR (Case:2)
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 73 of 98

SCHEDULE – B (As per GCC clause 18)

MATERIAL ISSUED TO THE CONTRACTOR

Maximum
Rate at Maximum
Invisible
which permissible
Wastage Qty. to be
Sr.n Materia Wastage
Particulars Unit (Non- issued
o l will (Returnable in
Returnable) (approx..)
Be case of free
%
issued issue) % *

Pipe SA106 GR B/SA53 2 4 450


1 GRB Sch-40 25NB Mtr Free
Pipe SA106 GR B/SA53 2 4 450
2 GRB Sch-40 50NB Mtr Free
Pipe SA106 GR B/SA53 2 4 150
3 GRB Sch-40 80NB Mtr Free
Pipe SA106 GR B/SA53 2 4 200
4 GRB Sch-40 100NB Mtr Free
Pipe SA335GR P22 Sch- 1 4 25
7 80 25NB Mtr Free
Pipe SA335GR P22 Sch- 1 4 25
8 80 50NB Mtr Free
Pipe SA335GR P22 Sch- 1 4 50
9 40 80NB Mtr Free
Pipe SA335GR P22 Sch- 1 4 50
10 40 100NB Mtr Free
Pipe SA312TP304L 1 4 15
13 Sch-40 25NB Mtr Free
Pipe SA312TP304L 1 4 15
14 Sch-40 50NB Mtr Free
Pipe SA312TP304L 1 4 15
15 Sch-40 80NB Mtr Free
Pipe SA312TP304L 1 4 15
16 Sch-40 100NB Mtr Free
Fittings-Elbow -90Deg Nil Nil 15
18 SA105 #3000 25NB Nos Free
Fittings-Elbow -90Deg Nil Nil 30
19 SA105 #3000 50NB Nos Free
Fittings-Elbow-LR--
90Deg SA234 GR WPB Nil Nil 10
20 Thk 5.49 SMLS 80NB Nos Free
Fittings-Elbow-LR--
90Deg SA234 GR WPB Nil Nil 10
21 Thk 6.02 SMLS 100NB Nos Free
Fittings-Couplings Nil Nil 20
24 SA105 #3000 25NB Nos Free
Fittings-Couplings Nil Nil 20
25 SA105 #3000 50NB Nos Free
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 74 of 98

TEE-EQUAL SA105 Nil Nil 10


26 #3000 25NB Nos Free
TEE-EQUAL SA105 Nil Nil 10
27 #3000 50NB Nos Free
Fittings-Elbow -90Deg
SA182 GR F22 #3000 Nil Nil 10
28 25NB Nos Free
Fittings-Elbow -90Deg
SA182 GR F22 #3000 Nil Nil 10
29 50NB Nos Free
Fittings-Elbow-LR--
90Deg SA234 GR WP 22 Nil Nil 10
30 Thk 5.49 SMLS 80NB Nos Free
Fittings-Elbow-LR--
90Deg SA234 GR WP 22 Nil Nil 10
31 Thk 6.02 SMLS 100NB Nos Free
Fittings-Couplings
SA182 GR F22 #3000 Nil Nil 20
34 25NB Nos Free
Fittings-Couplings
SA182 GR F22 #3000 Nil Nil 20
35 50NB Nos Free
TEE-EQUAL SA182 GR Nil Nil 10
36 F22 #3000 25NB Nos Free
TEE-EQUAL SA182 GR Nil Nil 10
37 F22 #3000 50NB Nos Free
Fittings-Elbow -90Deg
SA182 GR F304L #3000 Nil Nil 10
38 25NB Nos Free
Fittings-Elbow -90Deg
SA182 GR F304L #3000 Nil Nil 10
39 50NB Nos Free
Fittings-Elbow-LR--
90Deg SA403 GR 304L Nil Nil 10
40 Thk 5.49 SMLS 80NB Nos Free
Fittings-Elbow-LR--
90Deg SA403 GR 304L Nil Nil 10
41 Thk 6.02 SMLS 100NB Nos Free
Fittings-Couplings
SA182 GR F304L #3000 Nil Nil 10
44 25NB Nos Free
Fittings-Couplings
SA182 GR F304L #3000 Nil Nil 10
45 50NB Nos Free
TEE-EQUAL SA182 GR Nil Nil 10
46 F304L #3000 25NB Nos Free
TEE-EQUAL SA182 GR Nil Nil 10
47 F304L #3000 50NB Nos Free

* This percentage can vary as per the cutting plan approved by Engineer-in-Charge
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 75 of 98

SCHEDULE 'C' (As per GCC clause 18)

TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR

Sl. Particulars Number Hire charges Frequency Value Place Number


No. available Per Unit per of per of Reqd. by
working day Maintenance Unit Issue the
Rs. Contractor.
1. 2. 3. 4. 5. 6. 7. 8.
NIL -- -- -- -- -- --
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 76 of 98

FORMATS OF VARIOUS CONTRACTUAL DOCUMENTS

1. PROFORMA BANK GUARANTEE IN LIEU OF BID SECURITY (NOT APPLICABLE)

(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/MECHANICAL/2020/ETR/953 IN- 1290 Page 77 of 98

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.

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

aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 78 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 79 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 80 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 81 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 82 of 98

3. PROFORMA OF BANK GUARANTEE TO SECURE A LUMPSUM ADVANCE


(NOT APPLICABLE)
(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/MECHANICAL/2020/ETR/953 IN- 1290 Page 83 of 98

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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 84 of 98

(Nuclear Power Corporation of India Ltd)

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 85 of 98

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
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 86 of 98

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

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 87 of 98

SCHEDULE ABOVE REFERRED TO

Sr. No. Particulars of Nos. Purchase price/ considered Total Advance(75%


Plant and reasonable by Engineer-in- price of Col.5)
Equipment 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/MECHANICAL/2020/ETR/953 IN- 1290 Page 88 of 98

5. FORMAT FOR AGREEMENT


(To be prepared in CTC. Successful bidder has to submit Rs. 300/- Non-Judicial
Stamp Paper along with Work Order Acceptance letter immediately on receipt
of work Order)

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 89 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 90 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 91 of 98

(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/MECHANICAL/2020/ETR/953 IN- 1290 Page 92 of 98

(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.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 93 of 98

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.

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 94 of 98

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/MECHANICAL/2020/ETR/953 IN- 1290 Page 95 of 98

SECTION – VIII
BILL OF QUANTITIES / SCHEDULES OF QUANTITIES AND RATES
Name of Work : Supply of structural steels, fabrication and erection of miscellaneous
structure, supports, fabrication and erection of piping for KAPP-3&4.
Tender Notice No.: KAPS/CTC/3-4/MECHANICAL/2020/ETR/953
SCHEDULE OF QUANTITIES AND RATES (Price Bid)
NAME OF THE CONTRACTOR
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
The following item of pipings includes shifting
of pipes from EICs store to contractor's shop,
marking, cutting, grinding, fitup, loading ,
1 unloading, stacking of materials, all tools and
tackles, consumables required for fabrication,
manual handling of pipes during fabrication
activity.
Welding of CS to CS piping with SMAW
1.1 Inch-Dia. 1500
process (Socket Weld/FilletWeld).
Welding of CS to CS piping with
1.2 GTAW/SMAW/GTAW & SMAW process -Butt Inch-Dia. 4000
welding/nozzle welding
Welding of alloy to alloy pipe with
1.3 GTAW/SMAW Process (socket Inch-Dia. 500
Weld/FilletWeld).
Welding of alloy to alloy piping with GTAW /
1.4 GTAW and SMAW process Inch-Dia. 500
(ButtWeld/NozzleWeld).
Welding of SS to SS / SS to CS piping with
1.5 Inch-Dia. 300
GTAW/SMAW process - Socket/fillet weld
Welding of SS to SS / SS to CS piping with
1.6 GTAW/GTAW and SMAW process - Butt Inch-Dia. 300
weld/Nozzle weld with purging
Conducting Dye penetrant examination on
2 Inch-Dia. 1500
weld joints, with supply of materials
Conducting of Radiography examination of
3 weld joints includes all consumables, Inch-Dia. 500
radiography equipment,source and etc.,
The following item of pipings and supports
includes marking, cutting, grinding, fitup,
loading , unloading, shifting , transportation,
4
stacking and manual handling of all type of
pipes and structural materials,tools & tackles,
consumables requred during erection activity.
Erection of pipes on permanent
4.1 Inch-Mtr. 10000
hangers/supports as per drawing.
Supply, Fabrication & Erection of CS
4.2 supports/platforms with structural steels as MT 100
per drawing
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 96 of 98

Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
The following item of pipings and supports
includes handling of pipes and support
materials, loading & unloading, removal
5 scraps, removal of all dismantled items,
shifting, tools&tackles, consumables required
and transportation of the items as per
instruction of EIC.
5.1 Dismantling of already erected pipe line. Inch mtr 1000
Dismantling of already erected pipe supports.
Finishing like grinding and painting touchup
5.2 work wherever required on permanent MT 5
structure after removal of the temporary
items.
Providing & Installation of scaffolding ,
dismantling of scaffolding after completion of
6 Cum 800
work and shifting of scaffolding materials to
contractor store.
Bending of pipe up to 50NB size, includes
7 equipment, accessories, tools and tackles, Nos 100
consumables and manpower
Miscellaneous works including required
manpower tools and tackles as per the job
requirement. This work involves operation of
valves, installation and removal of temporary
8 gaskets, replacement of original gaskets,
reinstallation of valves, torquing of flange
bolts and nuts, and handling of materials,
shifting of materials and stacking of materials
as per instruction of EIC.
Providing a grinder man with tools&tackles,
machineries, consumables as required and
Operation
8.1 with all PPEs for carrying out the grinding 100
Days
/edge preparation for miscellaneous works as
per EIC's instruction
Providing a rigger with tools&tackles for
handling and shifting of structural steel, pipes,
Operation
8.2 fittings, equipments etc., with all PPEs for 100
Days
carrying out the miscellaneous works as per
EIC's instruction
Providing a fitter & a helper with
tools&tackles, consumables for marking, fitup Operation
8.3 100
and etc., with all PPEs for carrying out the Days
miscellaneous works as per EIC's instruction
9 Supply HILTI make anchor fasteners

9.1 M12-HST Nos 500

9.2 M12X125/30-HDA-P Nos


150
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 97 of 98

Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
9.3 M12X125/50-HDA-P Nos
466
9.4 M16x190/40-HDA-P Nos
240
9.5 M20-250/100-HDA-P Nos
20
Installation of HILTI make anchor fasteners
10 at different elevations, locations and
buildings
10.1 M12-HST Nos 500

10.2 M12X125/30-HDA-P Nos


150
10.3 M12X125/50-HDA-P Nos
466
10.4 M16x190/40-HDA-P Nos
240
10.5 M20-250/100-HDA-P Nos
20
Supply, preparation and installation of
Thermal insulation of 50mm thickness, resin
bonded mineral wool material with GI
cladding on pipes confirming to technical
specification PC-E-275. This item includes
11 SQM 1000
providing of tools and tackles as required,
handling, shifting and transportation to site
location from contractor store and removal of
all scraps/insulation debris from site on daily
basis
Removal of any type of insulation & cladding
as per EIC's instruction. This item includes
12 providing of tools and tackels as required, SQM 500
handling, shifting and transportation of
removed materials from site to EIC's store.
Pre-heating of weld joints. This item includes
providing of pre-heating equipment, required
tools and tackles, handling, shifting of
13 equipment to work area and completion of Inch-Dia. 500
pre-heating work to the requirement as per
the technical specfication/as per EIC's
instruction.
Surface preparation of pipes and support
structure by mechanical / wire brush cleaning
14 to ST 2 std, supply and application of 2 coats SQM 1000
of Zinc primer minimum DFT 100 microns as
per technical spec - PC-E-615
Surface preparation, supply and application of
2 coats of synthetic enamel paint , max DFT
15 SQM 1000
100 microns as per technical specification PC-
E-615
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 98 of 98

Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
Removal of trench /opening covers at various
16 SQM 100
areas/locations
Re-erection of trench /opening covers at
17 SQM 100
various areas/locations
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.
c. The Rates shall be inclusive of all taxes, including GST.

S-ar putea să vă placă și