Download as pdf or txt
Download as pdf or txt
You are on page 1of 112

Nuclear Power Corporation of India Limited

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4

TENDER DOCUMENT

TENDER NO

KAPS/CTC/3-4/PIPING/2017/ET-R/434

-12 -34  
, , ! " 
%  ( ) +,  ", .,
01 , 56, 7, 8, ! (
9, :, . , ;7 ; (

Supply, Handling, Transportation, Fabrication, Erection, Welding, Cement mortar


gunniting, Surface preparation, Painting, inspection and testing of underground and
above ground CS Piping, Pipe supports including associated Civil works of plant
water Piping from KAPS-1&2 to KAPP-3&4.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 1 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
TENDER DOCUMENT CONTENT

S.NO. SECTION DESCRIPTION PAGE NO

1. A PROCEDURE FOR REGISTRATION & 3


OBTAINING DIGITAL SIGNATURE
CERTIFICATE FOR E-TENDERING
2. SECTION I E TENDER NOTICE & STANDARD NIT 5

3. SECTION II MEMORANDUM OF AGREEMENT 32

4. SECTION III SPECIAL CONDITIONS OF CONTRACT 34

5. SECTION IV GENERAL CONDITIONS OF CONTRACT 53

6. SECTION V TECHNICAL SPECIFICATION AND SCOPE 54


OF WORKS
7. SECTION VI SCHEDULE OF DRAWINGS 83

8. SECTION VII SCHEDULE OF MATERIAL TO BE 84


SUPPLIED BY THE CORPORATION &
FORMATS OF VARIOUS CONTRACTUAL
DOCUMENTS
9. SECTION VIII BILL OF QUANTITIES / SCHEDULES OF 106
QUANTITIES AND RATES

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 2 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 MODE OF PAYMENT
. FEE (Including Service Tax)
N
o
01 Up to Rs.50 lakhs Rs. 1140/- (For One Year) Online payment by net
02 More than Rs.50 Lakhs & up to Rs. 3420/- (For One Year)
banking, Credit card /
Rs.5 Crore
03 More than Rs.5 Crore Rs. 5700/- (For One Year) Debit card of any Bank.

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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 3 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 DD IN F/O
CHARGES
01 DSC Class-III- individual Rs. 3990/- (1 Year) Rs.2850/- (1 Year) ANTARES
(Contractors) Rs. 4902/-(2 Year) Rs.3762/- (2 Year) SYSTEMS
02 DSC Class-III- Rs. 4218/- (1 Year) Rs.2997/- (1 Year) LIMITED,
Organization Rs. 5157/-(2 Year) Rs.4031/- (2 Year) Payable at
(Contractors) Bangalore.

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 (ITI) e-mail id: twhelpdesk231@gmail.com
NPCIL Kakrapar, Mr. Brijesh Patel M/s ITI representative Mobile 9408165978 e-mail id:
twhelpdesk637@gmail.com

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 4 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

NUCLEAR POWER CORPORATION OF INDIA LIMITED


(A Govt. of India enterprise)
CENTRALIZED TENDERING CELL
e-TENDER NOTICE
Online tenders are invited through e-tendering mode by competent authority, for and on behalf of
NPCIL from eligible contractors for the work and details given below:

GENERAL DETAILS
1 Tender no. KAPS/CTC/3-4/PIPING/2017/ET-R/434
2 Name of work Supply, Handling, Transportation, Fabrication, Erection,
Welding, Cement mortar gunniting, Surface preparation,
Painting, inspection and testing of underground and above
ground CS Piping, Pipe supports including associated Civil
works of plant water Piping from KAPS-1&2 to KAPP-3&4.
3 Estimated cost of the work inclusive Rs. 3,53,60,968/-
of all taxes but excluding service tax
4 Bid security @ 2% of estimated cost Rs. 7,07,219/-
excluding Service tax subject to
maximum of ten lakh
5 Mode of tender Public
Type of tender One Part - Two bid
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period 09 (Nine) Months (including monsoon period)
8 Tender processing fee including Rs.5,750/-in favour of M/s. ITI Limited through on-line
taxes payment, debit /credit card
9 Availability of tender documents for The links of website www.tenderwizard.com/DAE is also
free view only available on websites www.npcil.nic.in & http://e-
procure.gov.in
10 Dates of availability of tender On website www.tenderwizard.com/DAE From 15.04.2017
documents for downloading after (10:00 Hrs.) up to 26.04.2017 (17:00 Hrs.)
paying processing fee
11 Last date and time of submitting 27.04.2017 (up to 17.00 hours)
online queries/questions for
clarification in both cases whether
pre- bid meeting is envisaged or not
12 Pre-bid meeting Not applicable
13 Last date and time of closing of 04.05.2017 (17:00 Hrs.)
online submission of tenders:
14 Date and time of online opening of 08.05.2017 (11:00 Hrs.)
technical bid.
15 Date and time of online opening of Will be notified on the website at a later date.
financial bids
16 Competent authority inviting tender Chief Construction Engineer, KAPP-3&4
17 Authority & place for seeking Shri Y.J. Shah, SO/E
clarification on tender conditions, Centralised Tendering Cell, KAPS, NPCIL.
pre- bid meeting, opening of tender Phone no. 02626-233729, M-09428821815

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 5 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
(on working days and during office e-mail : yjshah@npcil.co.in
hours only) On working days and during office hours (10:00 to
17:00Hrs)
18 Help Desk Help desk of M/s ITI:
1. Shri Rudresh, Mob No. 09969395522,
2. Shri Brijesh Patel, Mob No. 9408165978, 02626 230354
E-mail: rudresh.tenderwizard@gmail.com
twhelpdesk637@gmail.com
For E-payment gateway:
022-41852124 On working days from 10 am to 6 pm

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS:

1. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are required to
get enrolled.
2. The intending bidder must have valid class-III digital signature (DSC) to participate in
tendering/purchase/submit the bid.
3. Steps for downloading, uploading and free view:

3.1 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.

3.2 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
Steps to Uploading (Submitting) the tender.
a: Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
b: Bidder will be able to download required tender documents by clicking EDIT attachment
button for any number of times till last date of submission.
c: Pay bid security deposite /EMD fee online via E-payment/NEFT/RTGS or MSME exemption
as applicable.
d: Prospective bidder has to download excel/pdf document, fill scan and upload the same
without renaming it.
e: Prospective bidder has to attach requisite documents from document library.
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.

4. 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.
Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 6 of 112
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
5. Submission of bid shall mean acceptance of undertaking to be furnished online by bidder as per
format enclosed as annexure-10.
6. 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.

7. 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 favour of NPCIL and other
documents as specified. Processing fee shall not be refunded in any case.

8. 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.

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.

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-numerics. 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 re-
tendering of the same work or other works as deemed appropriate by the competent authority.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 7 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

LIST OF MANDATORY DOCUMENTS TO BE SCANNED AND UPLOADED ON THE LINK WITHIN


PERIOD OF BID SUBMISSION:

Sr. DESCRIPTION
No
.
1 Power of attorney of the signatory of bid as per relevant clause of NIT
2 Registration of company defining constitution, legal status, place of registration
3 Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail
benefit of clause-25 and 10.2 of NIT
4 PAN card
5 Registration of EPF
6 Registration of service tax certificate
7 Registration of sales tax/VAT/WCT certificate
8 Registration of TIN certificate
9 Registration of ESIC for areas under coverage of ESIC
10 Work experience 1: As per annexure - 1 of NIT
11 Work experience - 2: As per annexure - 1 of NIT
12 Work experience - 3: As per annexure - 1 of NIT
13 Work experience - 4: As per annexure - 1 of NIT
14 If work experience is for private body other than government / government bodies / public
sector units, TDS amount & TDS certificate for works executed are to be submitted.
15 Certificate of annual turnover of last 3 years stamped & signed by Chartered Accountant as
per annexure - 2 of NIT
16 Statement of value of work executed during last five financial years stamped and signed by
Chartered Accountant as per annexure - 3A of NIT
17 Statement of existing commitments and on-going works and value of bid capacity stamped
and signed by Chartered Accountant as per annexure - 3B of NIT
18 Annexure 7 Tax Information
19 Memorandum of Agreement (Section II)
20 UNDERTAKING BY THE BIDDER As per annexure-10 of NIT
21 Annexure - 4 black listing De-registration Detail
22 Annexure - 5 Litigation history
23 Annexure - 6 MSME Registration
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
Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 8 of 112
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 years (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.
6. 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. The
corporation shall not accept any new document for pre-qualification after bid opening.
Corporation may ask for clarification and submission of documents in support of documents
already submitted.
7. In case of single / nomination / limited tenders the bidders are not required to upload
information and documents for prequalification.

PRE-QUALIFICATION CRITERIA

1. 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 than the amount equal to 50%
of the estimated cost
or
c) One similar completed work costing not less than the amount equal to 80% of the
estimated cost.

Note: Work executed for private body will be considered only if contractor / firm produce
tax deduction at source certificate.
or
d) (Not applicable) On going work of similar nature in any Central Government/State
Government/PSU bodies in which the value of work completed up to last day of
month previous to the one in which tender is being opened shall not be less than the
amount equal to 60% of the estimated cost. Certificate in this regard by Engineer-In-
Charge shall be considered.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 9 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

Similar work for the purpose of this contract is Supply, Fabrication and erection of CS Piping.
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 the 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 pre-qualification criteria shall be brought to current costing
level by enhancing the actual value of work at simple rate of 7 % per annum, calculated from
the date of completion to the last day of month previous to the one in which NIT has been
published on e- tendering portal. Both the date of completion and last date of month previous
to the one in which NIT has been published on e-tendering portal shall be excluded for the
purpose of calculating escalation.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 10 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
corporations 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 Rs. 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 Copy of registration of EPF shall be submitted as part of mandatory document as per schedule
-A.
Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 11 of 112
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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, VAT / sales tax 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 corporations 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 corporations 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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 12 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 borrowers 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 13 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

NOTICE INVITING TENDER

1.0 Scope of bid


1.1 The Nuclear Power Corporation of India Limited (referred to as corporation or NPCIL in these
documents) invites bids for the work. The successful bidder should provide the services during
the period of work as per the terms and conditions specified in the NIT, general condition of
contract, technical specifications, special conditions of contract and schedules.

2.0 Eligible bidders


2.1 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in
prequalification criteria. Bidders are advised to note the pre-qualification criteria specified in
the notice inviting tender.

2.2 Incomplete bids and bidders not meeting the minimum qualification criteria shall be summarily
rejected. It may be noted that mere submission of bid does not imply that your offer shall be
considered. Tenders are considered only after NPCIL themselves assess the document
submitted along with the bid by the bidder meets the pre-qualification criteria as specified in
notice inviting e-tender during evaluation of bid.

2.3 The bidder who has been blacklisted / de-registered / holiday at any of the sites of NPCIL, DAE,
any other government department or PSU shall not be eligible for participation in tenders of
NPCIL for that period.

3.0 One bid per bidder


3.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than one
bid will cause the bidders participation to be disqualified for all the proposals.

4.0 Cost of bidding


4.1 The bidder shall bear all costs associated with the preparation and submission of his bid and
the corporation will in no case be responsible and liable for these costs.

5.0 Site visit


5.1 The bidder and any of his authorized personnel or agents will be granted permission by the
corporation to enter upon its premises and lands for the purpose of site visit. However, the
bidder, his personnel and agents will be responsible against all liability in respect thereof,
including death or personal injury, loss of or damage to property, and any other loss, damage,
costs, and expenses incurred as a result of the inspection.

5.2 The bidder should inform the corporation at Least three days in advance about the proposed
site visit.

5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the site
and its surroundings and satisfy himself before submitting his bid as to the form and nature of
the site, the means of access to the site, the accommodation he may require, etc.

5.4 In general, bidders shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidder shall be deemed to
have full knowledge of the site, whether he inspects it or not and no extra claims due to any
misunderstanding or otherwise shall be allowed.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 14 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
5.5 The costs of visiting the site shall be at the bidders own expense. Any report shared at the site,
by the corporation is subject to verification by the contractor. Any deviations of information in
the report and the actual site will not be the responsibility of the corporation.

5.6 The bidders are requested to bring photo identification like passport, voters identity card, and
driving license, PAN card, identity card issued by employer etc. for security regulations. Any
electronic devices like mobiles, radio, transistors, camera etc. are not allowed inside NPCIL
premises and the same shall be left at security gate at the risk of bidders. The bidders are
requested to e-mail the details of authorized representative in the prescribed format
(annexure-11).

5.7 The bidder shall forward any query / question by e-mail within the stipulated date and time
given in NIT. The clarification given by the corporation shall be visible to all the bidders without
disclosing the identity of the bidder raising the query. The questions / query received after
stipulated date and time shall not be entertained and no response shall be forwarded. The
submission of bid shall mean that the bidder has seen the response and accepts the content.

6.0 Content of bidding documents


6.1 Submission of a bid by a bidder implies that he has read this notice and all other contract
documents, clarification, addendum, corrigendum and has made himself aware of the scope
and specifications of the work to be executed and of conditions and rates at which stores, tools
and plant, etc, will be issued to him by the corporation and local conditions and other factors
having a bearing on the execution of the works

6.2 The bidder shall submit the bid, which satisfies each and every condition laid down in the bid
documents, failing which, the bid is liable to be rejected.

6.3 The documents listed below comprise one set of bid document:
a) Notice Inviting tender (Including Pre-qualification criteria), e-tender notice
b) Memorandum of Agreement
c) Special Conditions of Contract
d) General Conditions of Contract
e) Technical Specifications / Datasheets
f) Drawings, if any
g) Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit, Memorandum of
Understanding / Consortium Agreement, Lump sum Advance, Form of Hypothecation Deed,
Disputes Resolution Board, agreement, format of completion certificate, and format of
Performance Guarantee.
h) Bill of quantities

7.0 Pre-bid meeting: (Not applicable)


7.1 The bidder or his officially authorized representative is invited to attend pre-bid meeting, which
will take place as referred in instructions to the bidders. The bidder shall intimate the details of
his authorized representative in prescribed format (annexure-11) to the CTC office to facilitate
his attending the meeting.

7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on matters that
may be raised at that stage. The bidder is requested to submit their questions / queries

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 15 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
preferably by e-mail so as to reach the corporation before stipulated date and time for
submitting the same. The queries which are received after stipulated date and time as per NIT
shall be summarily rejected and no response shall be made.

7.3 Attending the pre-bid meetings is in the interest of bidders to understand the scope of work of
the tender. It is insisted upon that bidders shall attend the pre-bid meetings. However, in case
the bidders do not attend the pre-bid meetings, it would be presumed that they have
understood the scope of work. NPCIL has to finalize the award within a limited time schedule.
Therefore, NPCIL will not seek any clarification in respect of incomplete offers. Any doubt, may
be cleared, if required by the bidder before filling the bid. No request for extension of bid
submission dates shall be entertained.

7.4 Minutes of the meeting, including the text of the questions (without identifying the source of
enquiry) and the responses given will be displayed on web site. Any modifications of the
bidding documents which may become necessary as a result of the pre-bid meeting shall be
made by the corporation exclusively through the issue of an addendum only and not through
the minutes of the pre-bid meeting. The addendum shall be binding on all the bidders.
Submission of bid shall imply the acceptance of addendum by the bidder.

8.0 Amendment of bid documents


8.1 Before the deadline for submission of bids, the corporation may modify the bidding documents
by issuing addenda on web site.

8.2 Any addendum so issued shall be part of the bid document as well as contract document.

8.3 To give prospective bidders reasonable time to take an addendum into account in preparing
their bids, the corporation may extend the date for submission of bids, if necessary.

8.4 Corrigendum, addendum or any other information regarding tender shall be uploaded only on
web site. Hence, the bidders are requested to visit the web site (www.tenderwizard.com/DAE)
regularly. The above documents shall become part of bid and agreement. Submission of bid
shall imply that bidder has noted and accepted content of all the corrigendum / addendum /
clarifications and effect of same has been included in price bid.

9.0 Language of the bid


9.1 All documents relating to the bid shall be in the English language unless stated otherwise. Hindi
version of general conditions of contract (GCC) uploaded on web site is for information purpose
only. The English version of GCC is the legal document.

10.0 Bid security


10.1 The bid security amount may be paid in the modes described below. The corporation shall not
pay interest on the same in any case. The bidder is responsible for timely payment of bid
security, so that corporation receives the same before stipulated date and time. Even if the
payment made by the bidder within the stipulated date and time is not received by the
corporation due to reasons beyond control of the bidder, bid will be considered as non-
responsive and rejected. If the bid security amount paid by bidder is less than stipulated, the
bid shall be rejected.
a) Credit / debit card
b) RTGS / NEFT
The bidder shall note that banks as per standard working practice require a certain time

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 16 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 days 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 challan code as generated through the e-
tendering portal, 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.
c) Online payment

10.2 MSEs (and not their dealers/distributors) registered with District Industry Centres or Khadi
and Village Industries Commission or Khadi and Village Industries Board or Coir board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or any
other body specified by Ministry of MSME are exempted from payment of bid security for the
items/services they are registered with District Industry Centres or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of MSME. But, all the bidders have to pay tender processing fee to M/s.
ITI. The bidders are requested to ensure that they are registered for relevant service as
stipulated in similar nature of work. In case of mismatch between the service registered with
MSME and service for which bid is called, the bid shall be treated as without bid security and
hence rejected.

10.3 (a) in case of two part bid, the bid security of technically unqualified bidders after technical
evaluation shall be returned.
(b) Bid security of qualified unsuccessful bidders will be returned to them within a month (30
days) from the date of acceptance of bid of the successful bidder.
(c) Bid security of successful bidder will be returned after submission of the performance
guarantee amount.
(d) Bid security of the bidder who has withdrawn the bid shall be returned after opening of
the bid.

10.4 The bid security shall be forfeited, if;


a) The bidder withdraws / modifies his bid or any item thereof after opening of bid.
b) The successful bidder fails within the specified time limit to submit the performance
guarantee and commence the work.
c) The bidders who are exempted from paying bid security being registered with MSE, if
default for reasons mentioned in clause 10.4 a) and b), shall be debarred from
participation in any of the tender of the corporation for two years.

10.5 The corporation at its discretion shall refund the bid security by online / RTGS / NEFT or
through any other electronic mode to the account number as registered by the bidder himself
on e-tending portal.

11.0 Bid prices, rates & taxes


11.1 The bidders shall quote bid price / rates / total bid price in Indian Rupees only unless
otherwise specified in the special conditions of contract (SCC).

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 17 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
11.2 The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, all
taxes, duties, levies or any other similar taxes as applicable under the existing statutes or
levy by the statuary authorities / State / Central Government and payable by the bidder
under the contract or any other cause except the statutory service tax. The CENVAT / VAT
benefits available to the contractors shall be taken into consideration in quoted prices and
pass on the benefits to NPCIL.

11.3 The bid price / rates / total bid price shall be quoted in the prescribed format with the
required break-up as specified therein.

11.4 Service tax as applicable will be paid extra as per the prevailing rate on presentation of tax
invoice as prescribed in the relevant service tax rules. The statutory deductions of income
tax or works contract tax 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 clauses of General Conditions of Contract (GCC) forming part of this tender.

11.5 Conditional bids/offers will be liable to be rejected.

11.6 Tax information - The bidder has to compulsorily fill up Annexure-7 along with BOQ during
submission of bid. Annexure-8 & 9 is to be submitted during execution of work after award.
Bidders shall substantiate the Information provided herein if called for to do so.

11.7 The security deposit and insurance shall be on contract value excluding service tax.

12.0 Currencies of bid and payment


12.1 The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless otherwise
specified in the special conditions of contract.

13.0 Bid validity


13.1 The bids submitted shall remain valid for acceptance for a period of 120 days from the date of
opening of the bid. The bidder shall not be entitled during the period of validity, to revoke or
cancel his bid or vary / modify the bid given or any item thereof. In case of bidder revoking or
cancelling his bid, varying any terms in regard thereof, the full amount of bid security paid by
the bidder along with the bid shall be forfeited by NPCIL.

13.2 In exceptional circumstances, prior to expiry of the original bid validity period, NPCIL may
request the bidders to extend the period of validity for a specified additional period. The
request and the responses thereto shall be made in writing. A bidder may refuse the request
without forfeiting its bid security but his bid will not be considered. A bidder agreeing to the
request will not be required or permitted to modify its bid, but will be required to extend the
validity of its bid security for the period of the extension.

14.0 Alternative proposals by bidders


14.1 Bidders shall submit offers that comply with the requirements of the bidding documents,
including the basic technical design as indicated in the drawing and specifications.
Alternatives will not be considered.

15.0 Submission of the bids


15.1 The date and time of on-line bid submission shall remain unaltered even if the specified date
for the submission of the bid is declared as holiday for the office inviting tender.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 18 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

15.2 The corporation may extend the deadline for submission of bids by issuing an amendment, in
which case, all rights and obligations of the corporation and the bidders previously subject to
the original deadline will then be subject to the new deadline.

15.3 Any bid received by the corporation after the deadline prescribed above will be rejected.

15.4 The bidders shall note the following before submission of bid
(a) If the digital signature certificate (DSC) holder is sole proprietor of the firm, power of
attorney need not be submitted.
(b) In case DSC holder is bidding on behalf of partnership firm, joint venture, consortium etc.
power of attorney or any other legally acceptable document viz. partnership deed, board
resolution etc. authorizing DSC holder to bid on behalf of the bidder is to be uploaded. In
case of non-submission the bid shall be summarily rejected.
16.0 Bid opening
16.1 Tender opening shall be done on-line only. If the date of opening is declared as holiday then
bid will be opened on next working day. In exceptional cases opening of tenders can be done
on any day or time after scheduled date and time of opening. Corrigendum issued for opening
of tender shall be uploaded on website.
16.2 The bids without stipulated bid security amount and other mandatory documents as per NIT
shall be summarily rejected.
16.3 In two part tenders financial bid of only qualified bidder shall be opened.

17.0 Clarification of bids


17.1 To assist in the examination and comparison of bids, the corporation may, at its discretion,
ask any bidder for clarification of his bid, including breakdown of unit rates. The request for
clarification and the response shall be in writing or by email / fax, but no change in the price
or substance of the bid shall be sought, offered, or permitted. If the bidder does not respond
within the stipulated time, then the bid of the bidder will be evaluated on its own merit.

17.2 Bidder shall not contact the corporation on any matter relating to his bid from the time of the
bid opening to the time the contract is awarded.

17.3 Any effort by the bidder to influence the corporations bid evaluation, bid comparison or
contract award decisions, may result in the rejection of his bid.

18.0 Examination of bids and determination of responsiveness


18.1 Prior to detailed evaluation of bids, the corporation will determine whether each bid(s) meets
(a) the minimum requirements as per pre- qualification criteria (b) is accompanied by the
required bid security (c) is responsive to the requirements of the bidding documents (d) has
been properly signed by authorized signatory as per clause-15.4.

18.2 A responsive bid is one which conforms to all the terms, conditions and specification of the
bidding documents, without material deviation or reservation. A material deviation or
reservation is one (a) which affects in any substantial change in scope, quality or performance
of the works; (b) which limits in any substantial way, the corporations rights or the bidders
obligations under the contract; or (c) whose rectification would affect unfairly the competitive
position of other bidders presenting responsive bids.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 19 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
19.0 Evaluation and comparison of bids
19.1 The corporation reserves the right to accept or reject any offer. Corporation also reserves the
right to award only part of the work.

19.2 The estimated effect of the price adjustment conditions under variations and deviations of
the conditions of contract, during the period of implementation of the contract, will not be
taken into account in bid evaluation.

19.3 If the bid of the successful bidder is seriously unbalanced in relation to the engineer-in-charge
or his representatives 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 Any deviation in the commercial terms shall be shall be suitably loaded before evaluation.

20.0 Award criteria


20.1 The corporation shall award the contract to the bidder whose evaluated offer / bid has been
determined to be the technically suitable and financially lowest (L1) and is substantially
responsive to the bidding document, provided further that the bidder is determined to be
qualified to execute the contract satisfactorily. The technically and financially suitable bids in
other types of bids shall be decided as per criteria given in pre-qualification requirement. In
case of tie between two lowest bidders, both the bidders shall be given a chance to offer
rebate to decide the lowest bid. If the situation still remains same the lottery shall be adopted
to decide the award.

20.2 L-1 bidder will be required to produce the original documents in support of the information
furnished by him on line for verification and submit photo copy of documents attested by
notary as specified in NIT / e-tender notice. The bidder shall submit the same on any working
day within specified period after issue of letter to this effect. In case the L-1 bidder fails to
produce the documents within the specified period or if any of the information furnished by
L-1 bidder on-line is found to be false during verification of original document, which changes
the eligibility status of the bidder, then the bid shall be disqualified with forfeiture of bid
security and banning of the concerned bidder for participation in future tenders for five years.
The next financial lowest qualified bidder shall be awarded the work subject to producing
original document and photocopies attested by notary.

20.3 Submission of illegible or blank document may render the bid non-responsive and liable for
rejection. Submission of bid will be recognized and accepted as a certificate regarding
authentication of all information provided in the bid and acceptance of all terms & conditions,
general condition of contract, notice inviting tender etc., since such acceptance by bidder
with digital signature is legally tenable.

20.4 The corporation reserves the right not to award the work without assigning reason and
without incurring any liability to the bidder or bidders.

21.0 Notification of award and signing of agreement


21.1 The bidder whose bid has been accepted will be notified of the award by the corporation
prior to expiration of the bid validity period by issue of work order. The notification may also

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 20 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
be made through letter of intent, wherein the work order shall follow.
21.2 The details of award can be seen on web site. The bidders can request for de-briefing in
writing within fifteen days of award. They shall be informed about suitable days to visit the
office of the concerned officer. Requests beyond deadline shall not be entertained.

21.3 The work order will constitute the formation of the contract subject only to the furnishing of a
performance guarantee within 30 days of issue of work order.

21.4 An agreement shall be made and signed by both the parties. The agreement will incorporate
all correspondence between the corporation and the successful bidder, bid documents etc.
The bid document as uploaded on website www.tenderwizard.com/DAE shall be forming
part of agreement. The successful bidder shall be responsible for compliance at his own cost
with the stamp duty act of the state where the agreement is being executed. The non-judicial
stamp paper of appropriate value after adjudication shall be submitted by the successful
bidder at his own cost.

22.0 Corrupt or fraudulent practices


22.1 The corporation requires that bidders / suppliers / contractors under this contract, observe
the highest standard of ethics during the procurement and execution of this contract. In
pursuance of this policy, the corporation:
(a) Defines, for the purpose of these provisions, the terms set forth below as follows:
(i) corrupt practice means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract
execution; and
(ii)fraudulent practice means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the corporation,
and includes collusive practice among bidders (prior to or after bid submission) designed
to establish bid prices at artificial non-competitive levels and to deprive the corporation of
the benefits of free and open competition.
(b) Will reject a proposal for award of work if it determines that the bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question.
(c) will declare a bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract / contracts if at any time it determines that the bidder has engaged in
corrupt or fraudulent practices in competing for, or in executing, the contract.

22.2 The bidder may make representation in connection with processing of tender directly and
only to the competent authority (calling tender) as mentioned in the tender document.
However, if such representation is found to be un-sustentative and / or frivolous and if the
tender has to be closed because of the delays / disruptions caused by such representations
and the job has to be re-tendered, then such bidder will not be allowed to participate in the
re-invited tender.

22.3 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 21 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
23.0 Disclosures
23.1 Any change in the constitution of the contractors 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 the currency as per the GCC clause number 1 .9 (Changes in
constitution).

24.0 Concessions for mega power projects


24.1 The applicability of this clause will be as per Schedule A of general conditions of contract.

24.2 Nuclear Power Project of capacity 440 MW or more has been notified as Mega Power
Project. As such, goods required for setting up these projects are subjected to Nil customs
duty as per the extent policy of Government of India (vide customs notification no.12/2012
customs dated 17-3-2012 at Sr. no. 511 and as amended from time to time) Similarly, as per
the 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, which
include refund of terminal excise duty (presently given under paragraph 7.02(h) and 7.04 of
the policy and paragraphs 7.02 (d), 7.03 (g) and 7.05 (b) of Handbook of procedures) issued by
the Director General of Foreign Trade, Department of Commerce, Ministry of Commerce and
Industry, Government of India. Hence, no customs duty and / or excise duty on goods shall,
therefore, be payable / reimbursable by the purchaser to the contractor. The purchaser, shall,
however, make available only the requisite documents or certifications as per the extant rules
and procedures for availing the above exemptions / concessions by the contractor.

24.3 The bidders may like to ascertain the availability of deemed export benefits mentioned as
above. They shall be solely responsible for obtaining such benefits, which they have
considered in their bid, and in case of failure to receive such benefits the purchaser will not
compensate the bidder. However, the bidder must give all information required for issue of
project authority/ payment certificate in terms of Foreign Trade Policy 2015-2020 of the
Government of India along with the bid. The project authority / payment certificate will be
issued on this basis only and no subsequent change will be permitted. In this regards chapter
7 - deemed export in the Foreign Trade Policy 2015-2020 and handbook of procedures shall
be referred to for ascertaining the above.

25.0 Purchase Preference for supply of goods or services as per new Public Procurement Policy
for Micro a Small Enterprises (MSEs) under Micro, Small and Medium Enterprises
Development Act, 2006.
25.1 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. MSME registered with the agencies listed below for the tendered
service only will be exempted from payment of bid security.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 22 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The MSEs, who are interested in availing themselves of these benefits, will enclose with their
offer the proof of their being MSE registered with any of the agencies mentioned in the
Notification Ministry of MSE. The MSE must also indicate the terminal validity date of their
registration. Failing of these requirements, such offers will not be eligible for consideration of
benefit detailed in MSE Notification of Govt. of India dated 23-03-20 12.

25.2 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) District Industries Centres
(ii) Khadi and Village Industries Commission
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.
Failing above, such offers will not be eligible for consideration of benefits detailed in MSE
notification of Government of India dated 23.03.2012.

25.3 The operational part of this clause shall be as defined in schedule -A.

Sd/-
Chief Construction Engineer,
KAPP-3&4
COMPETENT AUTHORITY
For and on and behalf of NPCIL

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 23 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 clients completion 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 24 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)

This is to certify that the financial turnover of M/s ____________________________________ is as


under-

SR. AUDITED FINANCIAL DATA FOR LAST 3 FINANCIAL YEARS


NO. DESCRIPTION Year ________ Year ________ Year ________

1. Profits/ loss before


taxes
2. Profits/loss after taxes

3. Annual turnover

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 previous
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)

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 25 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 prescribed format shall be certified by Chartered Accountant /
Company Auditor under his signature & stamp, membership number.

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

ANNEXURE 3B
FINANCIAL DATA
(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)
(Rs. In lacs)
No. & Date

to be done
Address of

Anticipate
Stipulated
Descriptio

remaining
completio

completio
n of Work

period of

d date of
Contract

Contract

Remarks
Value of

Value of
Name &
Place &

Client
State

work
n

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)

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 26 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE 4

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


G0VERNMENT, PSU & PUBLIC BODIES
Sr. No. Name of Work Order/ Value of work Blacklistin Reasons Letter no. informing
Client Agreement No. in lakhs g period of black listing

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

ANNEXURE 5

Information of litigation history in which the bidder is involved

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

ANNEXURE 6

REGISTRATION WITH MSME

Name & Address of Class of Registration Name of Service Valid up to


Registering Authority

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 27 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Annexure-7
Tax information to be provided by the bidders
(Please provide drop down list)
Sr Nature of tax Response by bidder
No
Excise Duty
1. Have you included excise duty in the bid price? YES / Not Applicable

2. If YES, Confirm you shall furnish duty paying


documents in original and comply with the
procedural requirements and conditions at the time
of billing to NPCIL.
3. Excise Duty Registration Number
Sales Tax
4. Have you included VAT /CST in the bid price? YES / Not Applicable
5. If VAT / CST is not applicable, the reason thereof: 1. Being pure labour contract.
2. Being exempted goods.
3. Any other reason (please state)
6. If YES, please indicate what option of taxation is A-1 Actual Labour Deduction (Legal
adopted by you. Option)
A-2 Standard Labour Deduction
(Legal Option)
B - Composition Tax
7. VAT TIN and CST TIN VAT:
(if unregistered, mention so) CST:
8. Confirm Tax Invoice as provided under the
respective State VAT Rules shall be issued while
billing.
Service Tax
9. Whether service tax is applicable? YES / Not Applicable
10. If Not Applicable, the reason thereof.
11. Service Tax Registration number of the bidder.
12. The Constitution of the bidder. 1. Individual / HUF
2. firm
Please state whether you are a: 3. LLP
4. Company
5. Others
13. For Works Contracts, please state the method of 1. Valuation as per Rule 2A (i)
valuation opted by you as per Or
Service Tax (Determination of Value) Rules 2006. 2. Composition as Rule 2A (ii)
14. Please state the rate and share of service tax 1. Service Provider
payable by; Rate:______
Share:_____
2. Service Receiver
Rate:______
Share:_____
15. Confirm Tax Invoice as provided under the
relevant Service Tax Rules shall be issued
while billing.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 28 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Sr Nature of tax Response by bidder
No
16. Permanent Account Number of the bidder PAN:
17. Any other information you would like to give,
please state.
Note:-
1. The evaluation of bids will be done strictly on the basis of bid price / rates / total bid price
quoted in the price bid format plus Service Tax as applicable.
2. In case of any inconsistency in the rate of Service tax quoted, the same will be corrected by
NPCIL for evaluation of bids.
3. Bidders shall substantiate the Information provided herein when called for to do so.

ANNEXURE-8

Certificate to be furnished by the Contractor along with the Invoice/bills where Value Added
Tax/Central Sales Tax is claimed in the quoted rates.

Certified that:
1. Goods on which Value Added Tax / Central Sales Tax claimed are not exempted from
payment of VAT / CST under the provisions of respective statutes.
2. I/We, as a Registered Dealer, is/are being assessed to VAT/CST and our VAT TIN is
___________________ and CST TIN is __________________
3. I/We, hereby certify that my/our Registration Certificate is in force on the date on which the
sale of the goods included in this invoice is made by me/us and that the transaction of sale
covered by this invoice has been effected by me/us and it shall be accounted for in the
turnover of sales while filing of return and the due tax, if any, payable on the sale has been
paid or shall be paid.

Signature of Contractor or their Authorized Representative


(Stamp)
ANNEXURE-9

Certificate to be furnished by the Contractor along with the Invoice/bills where Service Tax is
claimed

Certified that:
1. Services on which Service Tax claimed are taxable under category
________________________ (name of service) and not exempted from payment of Service
Tax under the provisions of extant Rules.
2. I/We, are registered with Central Excise Department and our Registration Number is
_______________________
3. I/We, hereby certify that my/our Registration Certificate is in force as on date and that the
transaction covered by this invoice has been effected by me/us and it shall be accounted for
in the turnover while filing of return and the due tax payable has been paid or shall be paid
to the Government Account.

Signature of Contractor or their Authorized Representative


(Stamp)

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 29 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE-10

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.

(Bidder)

Note-The submission of bid shall mean acceptance of the undertaking by bidder.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 30 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE 11
APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTGERING
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. Drivers 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 31 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

SECTION - II
MEMORANDUM OF AGREEMENT

Nuclear Power Corporation of India Limited


(A Government of India Enterprise)
Kakrapar Atomic Power Station

MEMORANDUM OF AGREEMENT (For Item Rate Tender)

I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the underwritten Memorandum within the time specified in such memorandum at the
rates specified therein and in accordance in all respect with the specification, designs, and
instruction in writing referred to in Rule - 1 here of and in clause 6 of the General conditions of the
contract and with 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, Handling, Transportation, Fabrication, Erection,
Welding, Cement mortar gunniting, Surface preparation,
Painting, inspection and testing of underground and above
ground CS Piping, Pipe supports including associated Civil
works of plant water Piping from KAPS-1&2 to KAPP-3&4.
(b) Time for completion of the 09 (Nine) Months (including monsoon period)
work
(c) Estimated Cost Rs. 3,53,60,968/-
(d) Bid Security Amount Rs. 7,07,219/-
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)

RULE: 1: Should this tender be 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 e-tender notice & standard 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 any Govt./PSU*.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 32 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

Dated the _______________ day of______________ 2017.


**(Signature of Contractor)
Witness: ___________________

Address: ___________________ (Signature of Witness to Contractors 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___________ 2017. ****__________________

*Bidder 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 contractors signature.
**** Signature of the officer by whom accepted.

Note: Bidder is requested to download this page separately, fill it, sign, put companys seal with
witness signature and upload.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 33 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
companys 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. Bidders Details:
Bidder shall submit the information given in Annexure-11 of section I (NIT) on his companys letterhead.
The Contractor shall produce Power of Attorney in original in favour of his Representative who shall deal
with all the matters relating to the Contract.

5. Guidelines for PRE-QUALIFICATION :


For PRE-QUALIFICATION CRITERIA (Annexure I) of Section 1 (NIT)
a. Uploading of PQ information / Data and relevant documents is mandatory and based on this
Tender will be evaluated. However, additional documents from bidder if felt necessary or any
clarification with respect to the documents submitted by the bidder, can be sought from the
bidder. Bidder shall submit same within time frame specified.
b. Bidder shall furnish complete latest contact details where work has been carried out.
c. Bidders shall keep ready the entire original document uploaded/submitted for PQ and
submit/produce for verification immediately on demand.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 34 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
d. The certificates/ documents/ information submitted by Bidders shall be true & genuine and in
case, if it is found, at any time during bidding or during execution, that information/ documents
submitted by the bidders are in variance /forged, bidder shall be legally held responsible for the
same. In addition, their offer shall be summarily rejected or termination of contract if awarded,
forfeiting of the bid security and Security Deposit, if any and necessary action will be taken to the
extent of blacklisting for further works in NPCIL.
e. The certificates/ documents/ information uploaded/submitted by Bidders shall be true &
genuine, (FOR ESTIMATED COST of Rs 1.0 Cr & ABOVE) Bidders shall upload mandatorily an
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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 35 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Copy of Project Instruction No. PI/001/R2 (pdf format) is a part of tender document and
placed separately in tender notification, available on website. Bidder is requested to go
through the same before submitting the offer.

Copy of the AERB Safety Guide for works contract is a part of General Condition of
Contract (Section-IV).

11.2 Contractor is required to set up an independent safety group as per clause No. 1.0 of project
instruction No. 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/ 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
contractors workmen also.

11.4 In case of violation of safety norms including non-use of personal protective equipment by
the contractors 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).
11.6(b) It is considered necessary at some occasions to carry out work round the clock, permission of
head of the unit/Engineer-in-charge shall have to be obtained.

11.7 The contractor shall be required to arrange all required Personal Protective Equipments (PPE)
for their employees like Hand gloves, Safety shoes, Apron, Helmet, Fall Protector like Safety
belts, Self retracting system, Safety net, etc. for protection against hazards.

11.8 All the electrical power extension boards used by the contractor shall be provided with ELCB.

11.9 Contractors 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 36 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 contractors employees when they are working in
the plant site is rests with the contractor.

11.12 Contractors 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
individuals 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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 37 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
analysis purpose. Failure of any sample to pass the specified requirements will be sufficient
causes to reject the whole lot of materials from which the sample was taken.

In the event the contractor is provided with any material or equipment belonging to KAPS /
KAPP, the Contractor undertakes to return the same in good condition, failing which the
Contractor shall be responsible for the cost of the same.

On completion of work, contractor has to retain the data storage devices like Hard disk etc. at
station / project and hand over to EIC if contractor is using personal computers for execution of
work. These data storage devices will not be given back to contractor.

Any damage / breakage of NPCIL equipment / property / tools / material due to working of
contract workers shall be made good by the Contractor at his own cost.

All tools & machinery to be used by the contractor for execution of the work shall be checked by
Engineer in Charge for fitness as well to meet the requirement. Then only contractor shall be
allowed to start the work at site.

15. Notices:
Any notice, order direction or other communication to be given to the contractor under any of
the provision of the work order shall without limitation be conclusively deemed to have been
received by the contractor if delivered or mailed to the contractor at the address mentioned by
the bidder in the annexure 11 of section -1 of NIT.

16. Inspection of Site:


The Bidder or his representative shall be deemed to have inspected and examined the site and
surrounding before submitting this tender and shall obtain the necessary information, risk,
contingencies and other circumstances which may influence or effect this tender.

17. Insurance:
You are required to take following In the joint name of Corporation up to defect liability period
and documents in this regard should be submitted to Engineer-in-Charge before start of work
(refer clause no 15.1.1 of GCC and its Addendum i.e. Section # iv -general condition of contract )

a) Workmen compensation policy in respect of all your workmen engaged in the work shall
be on the basis of minimum wage of respective category of workers prevailing at the time
of issue of work order.
b) Contractor should take Contractor all risk policy (CAR) for the whole contract value. Apart
from Contractors 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 38 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
18. Minimum Wages Act:
The contractor shall strictly comply with all provisions of labour laws, including those given in
Section IV of the tender. You shall also strictly comply with all statutory and non-statutory
obligations under minimum wages act, ESL, Contract Labour (Regulations and abolition) act,
Bonus, Leave, Salary etc. and liable to keep all statutory records available for inspection by
officer in charge or his representative or the statutory authorities.
The contractor shall strictly follow all provisions of Minimum Wages Act(s) (Central / State or as
declared by KAPS/KAPP including applicable dearness allowances for this work whichever is more
advantageous to workers), Contract Labour (Regulation and Abolition) Act or any other act(s)
applicable to Industrial workers in this area.
The prevailing rate of minimum wages of Construction or Maintenance for unskilled, Semi-
Skilled, Skilled and High Skilled categories of Industrial workers are Rs. 350.00, 410.00, 494.00,
579.00 per day respectively as on 19/01/2017. Dearness Allowance or the Minimum Wages are
revised by the Government of Gujarat every six months i.e. on 1st of April and on 1st of October.
It is mandatory to pay the following In addition to the minimum wages to all workers:

(a) Monthly Bonus component @ 8.33% of monthly minimum wages for the
scheduled employment (irrespective of work period) or of Rs. 7000/-month
whichever is higher. (The eligibility of employee for payment of bonus shall be limited to
drawing wages up to Rupees Twenty One Thousands Rupees (21,000/-) per month).

Note:
i. Revision in rates will be communicated to contractor from time to time by EIC.
ii. Format of wage slip is attached in at Annexure 3 of Section III and shall be issued to all
workers.
19. Payments to contract workers through Bank only
a. Contractors shall make the payments to their contract workers through Bank only. For this
purpose, the contractor shall ensure that all the contract workers are having a bank
account and also facilitate workers for opening the account. The Engineer-in-Charge /
Officer-In-Charge shall ensure that the Contractors are making payments to their contract
workers through Bank only.
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
workers bank account/ documentary evidence to Engineer-In-Charge/Officer-In-Charge.
d. The contractor shall make the payment of prescribed minimum wages notified from time
to time to all its workmen, on or before 7th of succeeding month. In case, payment of
minimum wages to all workmen is not made on or before 7th of succeeding month, then a
penalty @ Rs. 1000/- per day of default will be imposed. Levy of penalty does not abrogate
the contractor from his responsibility for disbursement of wages as per the Payment of
Wages Act. NPCIL shall not be liable for any damage or compensation payable.

20. Provident Fund for Contractors 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 39 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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. employers contribution as well as employees contribution shall be deposited to the PF
Account of the employees through Electronic Challan-Cum-Return. Copy of the monthly
Challan generated through the system shall be submitted to the Engineer-in-charge along with
the attendance and wage registers for verification before 10th of the following month.
20.3 The contractor has to provide the annual PF account slip to his employees / workers annually
and also on completion of the work / before settlement of final bill of the contract. The
contractor is obliged to assist and complete all such formalities in transferring the PF amount
or withdrawal of PF amount of his employees / workers as per the requirement of his
employees / workers.
20.4 The contractor shall indemnify on the non-judicial stamp paper of Rs. 100/- duly attested by
Notary as per enclosed format (Annexure-4) before settlement of final bill that the provisions
of the EPF & MP Act, 1952 as applicable have been complied and submit to Engineer-in-charge
of the work. The contractor is liable for the EPF contribution / dues for the employees /
workers deployed by the contractor for the work and indemnify NPCIL of any future liabilities
on these account. The contractor will stand responsible for any such future claims with regard
to EPF dues / outstanding received through concerned authorities. Further, non-compliance of
any default on account of EPF by the contractor during execution of contract may lead to
cancellation of contract.
21. Labour Law & Labour Licence:
You shall comply with various provisions of the contract labour (Regulations& Abolition) Act
1970 and rules framed thereon from time to time. Further you shall also comply with the
provisions of other laws such as Workmens 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 Employers 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.

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
contractors 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 40 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
25. Medical Examination of contract employees
To comply with the AERB requirements, it is mandatory to conduct Medical examination of all
contractors employees who work in Project/Construction areas by the contractor from any
registered medical practitioner possessing MBBS qualification from recognised by Indian Medical
Council and a certificate of fitness to work in Project/Construction areas in the prescribed format
(Annexure-1A, 1B and 2 of this section) on the letter head of the doctor will have to be produced
by the contractor at their own expenses. This Medical examination is required to be done every
calendar year during the period of employment. Pre-employment medical examination of all the
contractors employees shall be arranged within 15 days of deployment of new worker by the
respective contractor.

26. Agreement:
A formal agreement of the work shall be executed by the Contractor with NPCIL immediately
after issue of work order. Until such an agreement is executed, the work order together with
Contractors offer and related letters shall be a governing/binding document.

27. Other Instructions/ Conditions


a. Engineer in charge will allot the area of work spot as per his schedule. The contractor shall be
diverted to different areas without any notice as and when the requirement arises. If a
particular job could not be completed within the stipulated period, contractor shall continue
beyond normal working hours with the permission of the concerned authority and complete
the job. The charges will be paid as per rate contract. In case contractor fails to complete the
job within given time by Engineer or contractor abandons the job, the assigned job will be got
done from other agencies at his risk and cost. Decision of Engineer in charge will be final and
binding on contractor.
b. Income tax at applicable rate will be collected by way of recovery from your bills.
c. Engineer in charge will have the right to withdraw the work permit for any of the contract
workmen for reasons of misconduct, incompetence in work, violation of safety and fire rules,
negligence on duty etc.
d. Cost of damages caused due to bad workmanship shall be recovered from the contractor.
e. In the absence of any specification for any work or materials, relevant Indian Standard
Specifications will be applicable. In the case of any class of work for which no specifications
have been given, such works shall be carried out in accordance with the specifications and
requirements given by the Engineer.
f. The Contractor shall at times keep his work place, office and store premises clean and tidy
from rubbish, scrap, surplus materials and unwanted tools and equipments. Electrical cables
shall be routed as to allow safe traffic by all concerned. No materials on any of the site works
shall be so stacked or placed to cause danger or inconvenience to any person or public. The
Engineer in charge may require contractor to remove any materials which are considered to
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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 41 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
29. Payment terms

For all the works payment shall be released for the quantum of supply made/works
completed ( on pro rata basis) and accepted by the Engineer In Charge.

Schedule A of sec-VIII

i) 75% of the payment shall be released to the contractor after receipt of the materials
and acceptance of the same by the Engineer in charge.
ii) 15% of the payment shall be released after completion of erection and acceptance by
the Engineer in charge.
iii) 5% payment shall be released on completion of testing, handing over of the system and
acceptance of the same by the Engineer in charge.
iv) Balance 5% payment shall be released on completion of material accounting,
submission of CCC and acceptance of the same by the Engineer in charge.

Schedule B of sec-VIII

i) 90% payment shall be released to the contractor after completion of work and
acceptance by the Engineer in charge.
ii) 5% payment shall be released after completion of testing and handing over of the same
to Engineer in charge.
iii) Balance 5% shall be released after completion of material accounting and submission of
CCC and acceptance of the same by Engineer In Charge.

The contractor has to submit all inspection reports/ daily log books duly signed by the Engineer
in charge or his authorized representative for acceptance of the work along with the bills.

30. Electricity

Electricity shall be provided to the contractor at one point with in KAPP 3&4 and KAPP 1&2 inner
boundary area. For erection works contractor shall arrange his own power supply. Contractor
shall have his own electrical panel which shall be approved by engineer in charge. The contractor
shall install energy meter with valid calibration certificate. The prevailing procedure at KAPP 3&4
and KAPP 1&2 for obtaining electrical supply connection shall be followed. The electricity
charges @Rs 4.74/KWh shall be recovered from the contractor.

31. Drinking Water


Drinking water if required by the contractor shall be made available on chargeable basis @ Rs.
21.43/1000ltr with in the KAPP 3&4 boundary. The contractor shall follow the existing procedure
to obtain the water connection. He shall have adequate storage facility to store the water. The
required pipeline from the existing water supply line shall be laid by him. He shall install water
meter duly calibrated and having valid calibration certificate. The drinking water shall not be
used for any other purpose other than domestic/ drinking purpose.

32. Mode of measurement

i) Contractor may note that welding work of pipe includes taking delivery of free issue materials
if any, handling, transportation of materials, storage, cleaning, taking site measurement,

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 42 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
marking, cutting, grinding, edge preparation, fit up and welding and measured in inch dia. for
the purpose of payment. Inch dia. = dia. (NB) of pipe in inches.

ii) The erection work of pipe includes handling, transportation of materials, cleaning, erection at
trenches/ pipe pedestals/ supports, fit up, alignment, visual inspection, hydro testing, and
measured in inch meter. One inch meter. = dia. of pipe (NB) in inches x length of pipe in meter.
The erection of fittings, valves and flanges shall be paid in inch meter. The fittings like elbows,
TEEs and flanges shall be considered equal to 0.5 inch meter. Valves shall be considered equal
to 1 inch meter.
iii) Support fabrication and erection work including U bolts, hardwares shall be measured in metric
tonne (MT). The work includes supply of required materials, taking site measurement,
handling, marking, cutting, grinding, edge preparation, drilling, welding, surface preparation by
shot blasting, painting of primer and finish paint, erection, fixing of EPs with anchor fasteners
etc. as per specification.
iv) Surface preparation and painting work includes supply of paints, thinner, handling, surface
preparation by grit blasting of pipes, cleaning, painting of primer coats, intermediate coats and
finish coats of paint as per the specification and measured in square metre.
v) Dye penetrant inspection inspection shall be measured in inch dia. The work includes supply of
required materials, arranging equipments, consumables, conducting DP/RT examination in situ
with qualified persons, cleaning after inspection. Inch dia. = diameter of pipe (NB) in inches
vi) The Earth work in excavation for foundations/pipe pedestals , trenches shall be measured in
cubic meter. Excavation work also includes clearing of jungles, vegetation, grass, brush wood,
trees and saplings and disposal of the same in safe way to prevent fire hazard to faraway place
from working area and stacking of serviceable material and disposal of unserviceable material,
dressing of sides, watering, rolling, compaction, testing of proctor density for required value
and making good for PCC or laying of Pipeline and pipe pedestal including taking out the
excavated soil and disposal of soil as directed by Engineer, within a lead of 500 m.
vii) The laying of PCC work includes supply of cement, sand, aggregate, arranging required quantity
of potable water, mixing and laying. Curing for 7 days as per specification, Shuttering and de-
shuttering also included in the work. The work is measured in cubic meter.
viii) The laying of RCC work ( casting of pipe pedestal) includes supply of cement, sand,
aggregate, admixture, form work, laying of reinforcement, arranging required quantity of
potable water, mixing, laying, curing for 7 days period, shuttering and deshuttering as per
specification and measured in cubic meter.
ix) Gunniting of pipe work includes handling of pipes, supply of ordinary Portland cement, sand, 3
mm dia. 50 x 100 welded MS wire mesh for reinforcement, potable water, coating of external
surface of pipes with 25mm thick cement mortar and measured in Square metre.
x) Reinforcement work includes Supply of reinforced / TMT bars, 18 guage GI binding wires,
fabrication and placing of reinforcements for Pedestals, including cutting, bending, hooks etc.
assembling with 18 gauge G.I. binding wires, if required welding, supporting in position to
ensure line and levels during concreting, maintaining proper cover /spacing etc., providing
adequate lap lengths all as per drawing, technical specifications and measured in metric tonne
( MT).
xi) Erection of rotary equipment work consists of taking delivery of the material from NPCIL stores,
handling, transportation, erection on foundation, alignment, grouting, dry packing, providing
assistance for commissioning as described in the technical specification and is measured in
metric tonne ( MT).
xii) Design, Engineering, preparation of the drawing work consists of survey of the pipeline routing,
design of RCC pipe pedestal, Thrust block, pump foundation, embedded parts, preparation of
piping layout between the terminal points, preparation general layout and isometric drawings,

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 43 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
bar bending schedule, embedded parts, getting approved from NPCIL and is measured in lump
sum unit.

33. Special instructions


33.1 Bidder may note that work is to be carried out in KAPS 1&2 which is an operating plant, as well
as in KAPP 3&4 and outside boundary of KAPS. All the restrictions in place /imposed from time
to time by KAPS 1&2 shall be followed. The work in KAPS 1&2 shall be carried out in close
coordination with the operating staff of KAPS 1&2 and all necessary permits for executing the
work inside KAPS 1&2 plant shall be obtained by the contractor. No compensation for any
delay caused due to the above aspects will be entertained by the Engineer in charge.

33.2 The bidder may note that police verification of all workmen and staff deployed for the works in
KAPS 1&2 should be submitted for obtaining entry pass to KAPS 1&2.

33.3 The bidder may note that all the procedure in place at KAPS 1&2 should be followed for
carrying out the work. KAPS 1&2 being operating plant, the contractor will have to participate
in the emergency exercise which will be carried out from time to time, while working at KAPP
1&2 and KAPP 3&4.

33.4 In addition to the safety measures outlined at various sections, the contractor shall follow all
the safety guidelines/ procedures which are prevailing at KAPS 1&2, while working in KAPS 1&2
premises.

33.5 The bidder has to follow instruction and security rules prevailing at KAPS-1&2 for entry passes
for materials, machineries, and staff. As the security coverage is provided by CISF in KAPS-1&2.

34. Approved vendors for supply of materials

34.1 Structural steel, plates, Reinforcement steel


I) M/s Steel authority of India Ltd.
II) M/s TATA steel
III) M/s Jindal Steel
IV) M/s Vizag Steel
V) M/s Rastriya Ispat Nigam Ltd. (RINL)
VI) vi)M/s Essar Steel Ltd.
VII) M/s Welspun Corporation
VIII) M/s Arcellor Mittal
IX) M/s Lloyd
X) M/s SKS Ispat

34.2 Paints
I) M/s Asian Paints Ltd
II) M/s Berger paints Ltd.
III) M/s Kansai Nerolac paints Ltd.

34.3 Pipes
I) M/s SAIL
II) M/s MANN Ind. Indore
III) M/s Ratnamani, Ahmedabad
IV) M/s PSL, Daman

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 44 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
V) M/s TISCO
VI) M/s Srya Roshini, Delhi
VII) M/s Indus, Delhi
VIII) M/s Jindal, Kolkata
IX) M/s Maharastra seamless, Raigadh
X) M/s Mukund Pipes
XI) M/s ISMT, Ahmednagar
XII) M/s Lalit Pipes Ltd.
XIII) M/s Heavy metal tubes Ltd.

34.4 Pipe fittings ( Elbows, Tees, Bends, Reducers, Caps, Couplings, Treadolets, Sockolets)
I) M/s DEE Development, Faridabad, Delhi
II) M/s Tubeline Fab, Mumbai
III) M/s Swastik, Mumbai
IV) M/s Arvind pipes & fittings, Baroda
V) M/s Steel Samrat, Boisar
VI) M/s Supertech, Mumbai
VII) M/s Gujrat Infra, Baroda
VIII) M/s M.S. Fittings, Kolkata
IX) M/s EBY Engineers, Mumbai
X) M/s TEEKAY Tubes, Mumbai
XI) M/s Alliance fittings & forgings, NaviMumbai
XII) M/s TOPSI, Baroda
XIII) M/s Sawan Fittings, Baroda

34.5 Flanges
I) M/s Paramount Forge, Mumbai
II) M/s Jai Ambe, Mumbai
III) M/s Arvind Pipes & Fittings, Baroda
IV) M/s Punjab steel works, New Delhi
V) M/s Metal Forge, Mumbai
VI) M/s J K Forgings, New Delhi
VII) M/s Sanghvi Forgings, Baroda
VIII) M/s Golden Iron, New Delhi
IX) M/s TechnoForge, Ankleshwar
X) M/s ECHJAY steel, Rajkot
XI) M/s TOPSI, Baroda
XII) M/s Sawan Fittings, Baroda

34.6 Dished Ends


I) M/s DCMS, Mumbai/ Baruch
II) M/s Tube Product, Mumbai
III) M/s Hiralal, Pune
IV) M/s Motilal, Thane

34.7 Gate Valves


I) M/s FOURESS Thane/ Aurangabad
II) M/s BDK, Hubli
III) M/s Steel strong, Navi Mumbai

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 45 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
IV) M/s NSSL, Nagpur
V) M/s KBL Pune / Khondapuri
VI) M/s L&T valves
VII) M/s Forbesmarshall, Pune
VIII) M/s Chemtech India Pvt. Ltd, Mumbai

34.8 Butterfly Valves


I) M/s FOURESS Bangalore
II) M/s TYCO Baroda
III) M/s Crane process, Satara
IV) M/s M/s Inter valves Pvt. Ltd. Pune
V) M/s KBL Khondapuri
VI) M/s L&T valves

34.9 Wafer check valves


I) M/s FOURESS Thane/ Aurangabad
II) M/s BDK, Hubli
III) M/s Steel strong, Navi Mumbai
IV) M/s NSSL, Nagpur
V) M/s KBL Pune / Khondapuri
VI) M/s L&T valves
VII) M/s Chemtech India Pvt. Ltd, Mumbai
VIII) M/s SAMEER Ind. Mumbai
IX) M/s Advance Valves Delhi

34.10 Hardwares ( bolts, nuts & washers)

I) M/s TVS, Chennai


II) M/s Precision fasteners, Mumbai
III) M/s UNBREAKO, Mumbai
IV) M/s INDCON, Delhi

34.11Gaskets
I) M/s Starflex, Goa
II) M/s IGP, Chennai
III) M/s Flexitellic, UK

34.12 Cement
I) M/s Ultrtech cement
II) M/s ACC
III) M/s Grasim
IV) M/s Ambuja
V) M/s Binani
VI) vi) M/s Jaypee cement

The contractor may note that if the materials are to be sourced from the vendors other than
the list given above, the specific approval of the Engineer In charge shall be taken before
supply of material. All the required documents for qualification of the vendor shall be
submitted by the contractor.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 46 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Annexure # 1A

FORM FOR INITIAL MEDICAL EXAMINATION (FOR CONTRACTOR PERSONAL) AT KAPP-3&4 PROJECT
SITE.
Name: Date:
General Exam. Pulse Resp. B.P.
Pallor Oedema Tongue
Throat Lymphnodes Nose
Skin Ear Weight
Nails Height
Eyes Vision Rt. Lt.
Genito Urinary
system
Colour vision
Lecomotor system
Memogram HB Gr. %
TLC/Cumm %
DLC polymorph %
Lymphocyte %
Monocyte %
Esinophil %
Urin analysis Albumin
Suger
Remarks: X-Rays/Screening (if necessary)
Special attention may please be given to the following:
1. Presence of any skin disease such as :
a) Acute or chronic eczema.
b) Contagious skin diseases such as scabies, extensive fungal infection or lineal vesicular.
c) Ulcers on the skin i.e. post traumatic or inflammatory on exposed parts.

2. Contagious/Infectious disease. Pulmonary, T.B., leprosy, Jaundice, venereal diseases.

3. De-compensated cardiac disease with associated cardiac failure, server hypertension.

4. Chronic pulmonary diseases e.g. Bronchial Asthma, Bronchiectasis etc.

5. Anemia (HB level should be a least 12 gm %)


a) Hepatosplenomogaly, Lymphedema
b) Any other hematological disorder.
c) Severe uncontrolled or labile diabetes mellitus.
6. Epilepsy/Fits, vertigo, General Giddiness, Height oriented diseases.

7. Defective vision or hearing.

8. Any other gross physical handicap likely to interfere with work in plant.

9. Overall nutritional status, weight and general physical fitness and mental soundness.

10. The latest medical exam should be done before and with in two months period of assignment in
DAE Unit.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 47 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Annexure # 1B

CERTIFICATE OF FITNESS TO WORK ON SPECIFIED JOB


as per serial number:06 of this Form
(Form-1 of Atomic Energy (Factories) Rules, 1996)
(See rules : 7(3), 32 Sch-III, 33, 55,88)

1. Name of the Factory :


2. Name of the person (in block letter):
Employee code no. : Sex : M/F:
Date of Birth :
Name of Contractor (in case of contract employee):
3. Educational Qualifications :
4. Previous Experience :
Field of Experience :
5. Details of Medical Examination: Date & Time of examination:
a) Height _________ (in cm)
b) Weight _________ (in kg)

c) Hearing capacity (Auditory Examination) : Normal / Not normal.


d) Eye sight: Normal / Normal with spects / Not normal Colour blindness: Yes/No
e) General Laboratory Investigations (Blood, Urine, Excreta, Sputum etc.) : Normal / Not
Normal
f) Pulmonary function & Chest Examination: Normal / Not Normal. (Including X-ray
Examination)
g) Nervous System : Normal/ Not Normal
h) Free from vertigo /epilepsy or any height related diseases: Yes / No
I) Overall Health Assessment :

6. I certify that I have personally examined Dr./Shri/Smt./Kum.


_________________________________ And seen his / her other medical reports as mentioned above
and based on findings and medical examination, my recommendations are recorded below.

No. Work with / in /at Recommendations


( Cleary specify Fit or Unfit )
a) Chemicals and hazardous materials including
prescribed materials

b) Operation of Machines / Material Handling


Equipments
1. EOT Cranes & Mobile Crane
2. Locomotives

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 48 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
3. Fork lifts
4. Battery operated Jumbo truck
c) Blasting by compressed air / steam for cleaning
articles
d) Radioactive area
e) Working at height
f) Any other work specified by The Competent
Authority

Rubber Stamp of Hospital Signature of Certifying Surgeon

Name: ____________________
Reg. No. ___________________
Date: ______________
Note: Strike out which ever is not applicable.

MEDICAL EXAMINATION RECORD

S/NO DATE OF REMARKS


Last Examination Next Examination

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 49 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Annexure-2
MEDICAL CERTIFICATE

FORM FOR MEDICAL CHECK UP FOR THE WORKMAN ENGAGED BY THE CONTRACTOR

Certified that I ___________________ have examined Shri ____________________Age _________


who has signed below in my presence. The details of his examination as required are given in the
enclosed annexure. I certify that all clinical and pathological tests were done in my
hospital/dispensary under my instructions and I find him fit. 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 dieses. He is medically fit to work at height more than
2.5 meters since he is free from Vertigo, Epilepsi/Fits, general giddiness and height related disease.
His B.P., Pulse, Eye sights etc. are normal. In my opinion Shri ____________________ is physically
and mentally fit for any job in _____________ (Nuclear facilities).

_______________________
Signature of the workmen

Date:

__________________________

Signature and Rubber stamp of medical practitioner with name

Note: This certificate is to be given on the letter head of the registered medical practitioner who is
possessing allopathic qualification 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 Number and Data.
4) Address.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 50 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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 workers with fathers/husbands name: ________________________________________

Category of employee

Wage period

Mode of payment Through Bank

Bank Name

Branch

Bank Account No.


Employees PF Account No._____________
Particulars Rate per Day Present No. of Amount (Rs.)
(Rs) days
Payments
Basic wages in Rs.
Bonus in Rs
Overtime in Rs.
Any Other Payment in Rs.
Total in Rs.
Deduction
EPF @ 12% in Rs.
Any other deduction in Rs.
Total Deductions in Rs.
Net wages in Rs.

Contractor's Signature worker's signature or


Thumb impression

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 51 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 Companys Seal

Witness:

1. Signature
Name :
Address :

2. Signature
Name :
Address :

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 52 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 53 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
SECTION V

TECHNICAL SPECIFICATIONS AND SCOPE OF WORK


PART-A

1.0 SCOPE OF SUPPLY AND ERECTION WORKS

1.1 This tender specification covers the Design, Engineering, preparation of drawing for
cross country piping works, Supply, Erection / Construction, welding, gunniting of pipes,
inspection, testing, surface preparation & painting, construction of RCC pipe pedestals,
pump foundations and Thrust blocks including excavation, backfilling etc. for piping of
plant water system, from KAPS 1&2 to KAPP 3&4 for Nuclear Power Corporation of
India limited at Kakrapara, atomic power project 3&4. The following works are covered
under the scope of this contract.
1.1.1 Design, preparation of drawings for pipeline routing, supports, RCC pedestals, thrust
blocks, pump foundation etc. and getting approval from Engineer In Charge or his
authorized representative.
1.1.2 Preparation of work procedures, QAPs, inspection and testing procedures, QA manual,
Safety manual, JHAs, SWPs and getting approved from Engineer In Charge.
1.1.3 Supply of CS pipes, valves, pipe fittings, pipe support materials, U clamps, foundation
bolts, structural steels and CS plates, reinforcement steel, cement, sand, admixture,
aggregate, hardwares, gaskets, RCC pipes etc. as per the schedule of quantities of the
tender.
1.1.4 Taking delivery, transportation and storage of free issue materials from Engineers stores.
1.1.5 Cement mortar gunniting of pipes.
1.1.6 Fabrication, erection (at below and above ground) and welding of pipes, fittings, valves
and pipe supports, inspection/ NDT, hydro testing of pipes, draining of pipes.
1.1.7 Excavation and back filling of trenches for underground pipelines in soil and rock surfaces
including bed preparation etc.
1.1.8 Excavation for pipe pedestals, pump foundations and backfilling.
1.1.9 Construction of RCC pipe pedestals, pump foundations and Thrust blocks.
1.1.10 Cutting and disposal of trees, bushes etc.
1.1.11 Erection, alignment, grouting and drypacking of rotary equipments like centrifugal pumps.
1.1.12 Surface preparation and painting of pipelines and supports
1.1.13 Submission of construction completion certificate and handing over.
1.1.14 Identification and establishing QA program for site works in line with Engineers QA
program, preparation of QA documents, QA Plans, work procedures for erection &
construction.

1.2 It is not the intent to specify completely herein all aspects of Supply, Erection /
Construction, welding, inspection, testing, surface preparation and painting nevertheless
cross country piping shall conform in all respects to high standard of workmanship and
shall be capable of performing in continuous operation in a manner acceptable to the
ENGINEER who will interpret the meaning of the specifications, drawings and shall have the
right to reject any work or material which in his assessment is not complete to meet the
requirements of this specification and /or applicable National and / or International codes
and standards mentioned elsewhere in this specification.
The TENDERER shall read all the sections of this specification for completely
understanding the scope of this package.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 54 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
2 EXCLUSIONS
Following are excluded from the scope;

i) Supply of pumps and construction of pump house.

3 TERMINAL POINTS
Terminal points for piping are as given below :
The terminal point at KAPS 1&2 area is from line no. KAPS 1&2-1300-W-7112-1001 to line no.
1000-RW-0-7112-3001. The terminal point at KAPS 3&4 area is from 1000-RW-0-7112-3001 to
line no. 1000-RW-0-7112-2010 and 450-RW-0-7112-2021.

4 Brief description of the system


4.1 The water for KAPP 3&4 project is proposed to be drawn from intake of KAPS 1&2. It is
proposed to install suitable capacity pumps at KAPS 1&2. For this purpose pipeline is to be laid
from KAPS 1&2 intake to KAPP 3&4 NDCT as per the routing given in the drawings. The pipeline
is to be routed partly inside KAPS 1&2 plant which is a commissioned plat and KAPP 3&4
project which is under construction.

4.2 Scope of work


4.2.1 Design and drawings: Survey of erection site, marking, Design of piping layout, RCC pipe
pedestal, thrust blocks, pipe support, pump foundation, embedded parts, preparation of
general arrangement and isometric drawings and getting the same approved from NPCIL.

4.2.2 Supply of materials: The following materials as per the relevant specifications shall be
supplied.
4.2.1.1 CS pipes and pipe fittings, flanges as per Piping Materials Specification (PMS) No.: KAPP-3&4/
71120/1/PMS.
4.2.2.2 Gate valves, Butterfly valves, and Check valves as per Valve Specification Sheet (VSS) No.:
KAPP 3&4/71003/5001/VSS, KAPP 3&4/71003/ 5002/VSS, KAPP 3&4/71003/5011/VSS , KAPP
3&4/71123/2021/VSS, KAPP 3&4/71123/2017/VSS , KAPP 3&4/71120/2024/VSS, KAPP
3&4/71003/5041 /VSS, KAPP 3&4/71853/2002/VSS.
4.2.2.3 Structural steel and plates conforming to IS 2062, E 250 grade A and grade BR.
4.2.2.4 Various sizes of Pipe support U- Clamps ( U-bolts) as per the drawings.
4.2.2.5 Supply of Inorganic Zinc Silicate Primer, High Build Epoxy MIO Paint and Aliphatic PU Paint
for CS Pipes and pipe supports saddle.
4.2.2.6 Supply of M30x 400mm long foundation bolts with 50mm x 50mm x 10mm thick plate welded
(material conforming to IS 2062 E 410 Gr. B) with nuts, washers and nuts conforming to SA 194
gr 2H as per the drawing.
4.2.2.7 Supply of various sizes of EPDM gaskets of 3.18mmand 1.5mm thick with durameter hardness,
Shore A 60 5, AWWA-C-207, SOFF and ANSI-B-16.21 SORF.
4.2.2.8 Supply of various sizes of bolts conforming to SA 193 gr B7, nuts conforming to SA 194 gr. 2H
and washers.
4.2.2.9 Supply of reinforcement steels conforming to IS 1786 gr. Fe 500
4.2.2.10 Supply of cement of 53 grade, river sand, aggregate, admixture, and all other consumables.
4.2.2.11 Consumables required for fabrication, welding, surface preparation, painting, gunniting of
pipelines, erection, inspection/ NDT, testing etc.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 55 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
4.2.3 All the materials shall be supplied with co-relatable original material batch test certificate
otherwise sample shall be tested at NPCIL approved laboratory at contractors cost, with the
approval of Engineer-in-charge. Wherever required, Engineer may conduct pre-dispatch
inspection of the materials at manufacturers facility. But all the required facilities/
arrangements for carrying out inspection shall be extended by the contractor at no extra cost
to the Engineer.

The paint shall be procured from NPCIL approved vendors only. Co-relatable batch test
certificate shall be supplied along with the material. The paint shall have sufficient shelf life so
that it can be used with the expiry of the same.

The scope of the supply also includes receipt and proper storage of materials as per the
procedure and instruction of engineer in charge. The contractor shall unload the materials in
proper way so that no damage occurs to the materials. The material received shall be stored
and preserved properly. The pipes, structural steels and plates shall be stored minimum 150
mm above the ground level using suitable wooden sleepers. All the pipe fittings and valves
shall be stored in closed storage area. The instrumentation material shall be stored in dust free
closed storage area. Paints shall be stored separately in closed but ventilated area. After
receipt and proper storage the materials, same shall be offered to the Engineer-in-charge for
inspection at site. The contractor shall prepare site inspection report in the prescribed format
based on which the payment against supply items will be released to the contractor.

4.2.4 Civil construction works:


4.2.4.1 Removal of bushes, cutting of trees, clearing of area for pipeline routing.
4.2.4.2 Excavation for pipe trenches, pump foundations, pipe pedestals and bed preparation.
4.2.4.3 Filling of low lying areas with good quality murrum soil, compacting and make good for laying
of pipelines
4.2.4.4 Construction of RCC pipe pedestals, pump foundations and thrust blocks.
4.2.4.5 Erection of RCC pipes, plain cement concreting etc.

4.2.5 Erection works:


4.2.5.1 Taking delivery, transportation of free issue materials from Engineers stores, proper storage
and preservation.
4.2.5.2 Handling, fabrication, erection and welding of pipelines, fittings (both buried and above
ground), valves etc.
4.2.5.3 Fabrication, erection and welding of pipe supports.
4.2.5.4 Surface preparation by grit blasting and painting of pipelines and supports.
4.2.5.5 25mm thick cement gunniting of pipelines.
4.2.5.6 NDT/ inspection of weld joints, hydro testing of pipelines.

Note: The cross country piping from KAPS 1&2 to KAPP 3&4 is to be laid from KAPS 1&2 cooling
water intake to KAPP 3&4 NDCT. Part of the erection work is to be carried out inside KAPS 1&2
which is a commissioned plant. While working at KAPS 1&2, all norms applicable and inforce are to
be followed. The work is to be carried out in close coordination with KAPS 1&2 staff and all the
works can be started only after obtaining proper permit. The contractor and his workmen will have
to participate in plant emergency training and periodic exercises. All the men and materials to KAPS
1&2 should be routed through KAPS 1&2 security gate only. Contractor shall assess this implication
properly. No claim will be entertained towards this.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 56 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
4.3 Codes and Standards
4.3.1 All equipment and systems covered under this specifications shall comply with the latest
editions as on bid due date (including amendments thereto) of currently applicable
codes, standards, statutes, regulations and safety codes in the locality where the
equipment will be installed but not limited to the codes and standards listed herein as well
as in various sections of this specification. Nothing in this specification shall be construed to
relieve the CONTRACTOR of this responsibility.
4.3.2 In the event of any conflict between codes and standards referred to elsewhere in the
specifications and the requirements of this specification, the more stringent of the two shall
govern.
4.3.3 Other National Standards are acceptable if they are established to be equal or superior to
the standards indicated herein as well as in various sections of this specification subject
to approval by the Engineer in charge. CONTRACTOR will be responsible for establishing the
equality or superiority of other standards than those specified here. In all such cases, however,
legal copies of English translation of such National Standards shall be furnished along with the
tender. The tenders not complying with this requirement are liable for rejection.
4.3.4 Codes and Standards of following Institutes are applicable as specified in various sections of
this specification:

AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)

AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME)

BUREAU OF INDIAN STANDARDS (BIS) IS 1477, IS 3589, IS 808, IS 2062, IS 2002, 2720, 3764,
1786, 12269, 383, 9103

MANUFACTURERS STANDARDIZATION SOCIETY (MSS)

AMERICAN WELDING SOCIETY (AWS)

AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)

ANSI /IEEE

ANSI-NEMA

ANSI /ASME PERFORMANCE TEST CODES

INTERNATIONAL ORGANISATION FOR STANDERDISATION

AMERICAN SOCIETY FOR NON- DESTRUCTIVE TESTING (ASNT)

ATOMIC ENERGY REGULATORY BOARD (AERB) SAFETY GUIDE FOR WORKS CONTRACT (NO.
AERB / SG / IS-1).

AMERICAN WATER WORKS ASSOCIATION (AWWA)

4.3.5 Apart from the above following specification of NPCIL are also applicable.
I. PC-P-285 Rev-1
II. PC-P-344

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 57 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
III. PC-P-345
IV. PC-E-550
V. PC-E-551
VI. PC-E-615

In the event of conflicts between different standard codes, CONTRACTOR shall refer the
conflict to Engineer in charge for written resolution.

5 WELDING
5.1 All welding involved in the construction and fabrication of plant and items covered under
the contract shall be carried out in accordance with ASME section IX. All welding shall be
carried out with SMAW/GTAW process using either welding generators or welding rectifiers
with NPCIL approved welding consumables. Before welding all the gas cut edges shall be
ground smooth to 1.6mm of deepest indentation. The weld edges shall be prepared as per
ASME section IX. The welding electrodes / filler wire used shall conform to E-7018 for SMAW
process and ER 70 S2 for GTAW process .

5.2 Welding procedures and welder's qualifications shall be carried out in accordance with
ASME section IX and the same shall be got approved from the Engineer in charge before start
of welding. Where applicable, welders shall be tested as detailed in ASME section IX and
appropriate to the corresponding weld position using test pieces of appropriate parent
metal to be used on the job. The Engineer in charge shall have the right to have any welder
re-tested at any time during the contract.

6 QUALITY ASSURANCE PROGRAMME


6.1.1 Contractor shall have his own quality assurance programme, QA setup at site. The person
deployed for QA activities shall be technically qualified and authorized by NPCIL QA. The
contractor shall follow all the procedure to get the QA person authorized. The inspection shall
be carried out at different stages of work as per QAP by person authorized by NPCIL. The
contractor shall establish the entire necessary QA infrastructure site. The Engineer in charge or
his authorized representative shall have the right to inspect any material, structures,
equipment or workmanship during any stage of work and may reject any which is defective
or unsuitable for purpose intended, or which is not in accordance with the intent of the
contract. The CONTRACTOR, upon demand by the Engineer in charge or his representative,
shall remedy or replace at the CONTRACTOR's expense such defective or unsuitable
activity / items of the plant, or the Engineer in charge may, at the expense of the
CONTRACTOR, remedy or replace such defective or unsuitable activity /items.

The Engineer in charge or his authorized representative shall at all working hours have access
to all parts of the CONTRACTOR'S works and shall be provided with all reasonable
inspection facilities by the CONTRACTOR. The inspection facilities shall include all
necessary tools, instruments, equipment and qualified operators to facilitate inspection.
This includes access necessary to verify the implementation of all aspects of QA program.

The CONTRACTOR shall deploy necessary personnel, tools & tackles and infrastructure at
site to the satisfaction of Engineer in charge for carrying out all erection, testing,
inspection and quality surveillance activities who shall check the performance of erected
equipment / systems and confirm that the erection quality meets the requirements of the
Engineers specification, regulations etc.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 58 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
In the event of any non-conformance of any system, structure and component at any stage,
the CONTRACTOR shall submit the Non-Conformance Report (NCR) duly reviewed and
approved by their designer. The CONTRACTOR shall proceed further only after the Engineer in
charges concurrence on the NCR.

6.1.2 Personnel qualification


The contractor shall qualify the following personnel for execution of the work.
i. Welder / Welding operator
ii. Shot blaster
iii. Painter
iv. Quality assurance inspector
v. Safety Officer/ Supervisor

7 INSPECTION AND TESTING


7.1 All the works covered by this Contract shall be subjected to inspection and testing. The
CONTRACTOR shall provide all services to establish and maintain quality of workmanship in
his works.
7.2 On award of the Contract, the CONTRACTOR shall prepare Quality Control Plan including all
test procedures, identifying the various stages of Manufacture/Procurement, Erection /
Construction testing, quality checks performed at each stage and the Engineers hold points.
All the tests are to be carried out as per the written test procedures approved by Engineer in
charge. The document shall also contain details of method of checking, inspection and
acceptance standards / values and get the approval of Engineer in charge or his
representative before proceeding with the work. However Engineer in charge or his
authorized representative shall have the right to review the inspection reports, quality
checks and results of CONTRACTOR'S in-house inspection department which are not
Engineers hold points and the CONTRACTOR shall comply with the remarks made by
Engineer in charge or his representative on such reviews with regards to further testing,
rectification or rejection etc.
7.3 The CONTRACTOR shall perform his internal inspection/ testing before offering the same for
Engineers inspection. Only after ensuring that his inspection/test results are satisfactory,
CONTRACTOR shall offer for Engineers inspection. The type of inspection shall be as
prescribed in Quality Assurance Plan/ specifications and as agreed upon by the Engineer in
charge and shall include, if applicable, inspection procedures prescribed by Codes and
regulations recognised by the Governmental Authority having jurisdiction over the installed
goods.
7.4 Approval or passing of any such inspection by the Engineer in charge or his authorised
representative shall not, however, prejudice the right of the Engineer in charge to reject
the equipment if it does not comply with the Specification when erected or give complete
satisfaction in service.
7.5 NDT for the materials, equipment and works covered under this specification shall be as
indicated in other Sections and as per the applicable code / standards Only. NPCIL
approved consumables for liquid penetrant examination shall be used. All NDT shall be
carried out by qualified personnel of ISNT as per the approved procedure by the Engineer in
charge. The NDT inspector shall be qualified for level II as per ISNT. All NDTs shall conform to
ASME sec V.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 59 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
8 SURFACE PREPARATION AND PAINTING
8.1 The general requirements for surface preparation and painting of power plant piping,
equipment and support structures are covered in the following Para. However for
specific equipment, respective specification shall be used.
8.2 The pipes to be laid above ground and pipe supports shall be grit shot blasted to surface finish
of SA 2.5 and coated with
8.3 All components shall be adequately protected against corrosion during manufacture,
fabrication, shipment and storage by appropriate protective paint. Use of grease or oil for
this purpose is prohibited except for threads of bolts and nuts.
8.4 All above ground pipework, valves, specialities, pumps and other equipment which are
neither galvanised nor insulated and which are erected by the CONTRACTOR shall be
painted. All CS piping and supports shall be painted/ coated as per specification.
8.5 All hangers and supports, including associated auxiliary steel on all pipelines including
those non galvanised and non-insulated pipelines shall be painted.
8.6 CODES AND STANDARDS
8.6.1 Paints and painting work carried at site shall conform to the following codes and standards:

IS : 5 Colour for ready mixed paints and enamels


IS : 101 Methods of sampling and test for paints, varnishes and Part1 to9
related products

IS : 1477 Code of practice for painting of ferrous metals in building Part I&II

IS : 2932 Specification for enamel, synthetic, Exterior,


a) Under coating
b) Finishing

8.6.2 CONTRACTOR shall satisfy himself, availability of all information in the specifications for
proper selection of the paints and ensure their applications as per Codes.

8.7 Primer Painting


8.7.1 After surface preparation, inorganic Zinc Silicate Primer to minimum 75 microns DFT primer
shall be applied on all CS pipes, valves and other equipments. Primer shall be applied by either
spraying or brushing ensuring a continuous film without holidays. Primer coat shall be
immediately applied with maximum time lag of 4 hours after the surface preparation. The
minimum dry film thickness (DFT) per coat shall be 35 microns.
8.7.2 The pipe supports shall be applied with HB Chlorinated Rubber Zinc Phospate Primer paint in
two coats to minimum 100 micron DFT after surface preparation by shot blasting.

8.7.3 Any equipment, pipeline, which has been given the shop coat of primer after its erection in the
field, shall be carefully examined and where ever the primer coat is damaged shall be
recoated with primer. However over the field welds, bolts and nuts ( excluding threaded
portion), etc. two primer coats shall be applied.

8.8 Finish Painting

8.8.1 After the primer coats have dried out, the surface shall be cleaned of dust or loosely
held particles without scratching or in any way damaging the primer coats. For the pipe
surfaces HB Epoxy MIO Paint in two coats to minimum 100 mocrons DFT of required shade
shall be applied. The minimum DFT per coat of finish paint shall be 50 microns. The pipes shall

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 60 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
be further coated with Aliphatic PU Paint in two coats to minimum 80 microns DFT on CS Pipes
and pipe saddle supports.

8.8.2 All the pipe supports shall be applied with HB Chlorinated Rubber finish Paint in two coats to
60 microns DFT.
8.8.3 Finish painting of all exposed, uninsulated, air side surfaces shall be carried out as per
Engineers colour coding scheme. The technical particulars of the paints and
accessories employed by CONTRACTOR shall be furnished to Engineer in charge for
prior approval.
8.8.4 Paint shall be applied either by brushing or spraying. It shall be ensured that brush marks
are a minimum and the requirements of workmanship are as specified in IS: 1477(for
site painting works on systems, structures and components). The colour band and letter
size shall be got approved from the Engineer in charge.
8.8.5 Paint used shall be stirred frequently to keep the pigment in suspension. Paint shall be of the
ready mixed type in original sealed containers as packed by the paint manufacturer. Addition
of thinners shall not be permitted.
8.8.6 No painting shall be done in frost / foggy weather or when the relative humidity is more than
85%, enough to cause condensation on the surface to be painted. Paint shall not be applied
when the temperature of the surface to be painted is 5 Deg. C or below.
8.8.7 Batch test certificate for the primer and finish paints shall be submitted to the Engineer in
charge for acceptance. The painting shall be carried out only after acceptance of the paint by
the Engineer in charge.

8.9 Other Requirements


Paint/primer manufacturers instructions shall be followed in method of application,
handling, drying time, dry film thickness etc.

9 ERECTION AND TESTING

9.1 GENERAL REQUIREMENTS

9.1.1 The scope of this part of the specification shall be for erection, inspection, testing of piping,
structures and equipment up to the terminal points covered under the scope of contract.

9.1.2 It is to be understood and agreed by CONTRACTOR, that the work described shall be complete
in detail, even though every item necessarily involved is not particularly mentioned.
CONTRACTOR shall be required to provide all resources necessary for the completion of
the entire work described and shall not avail himself of any unintentional error, omission or
inconsistency that may exist.

9.2 PIPING AND SUPPORT ERECTION


9.2.1 All the system piping, instruments & equipment covered under scope of this tender shall be
erected and tested by CONTRACTOR. He shall carry out hydro/pneumatic test of system piping
and all other items supplied by him under this contract.

9.2.2 SCOPE OF SERVICES


CONTRACTORS scope of services shall include but not be limited to the following:

9.2.2.1 The Contactor shall be responsible for taking delivery of free issue materials from Engineers
stores located at KAPS 1-4 premises including preparation of issue vouchers, gate passes etc.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 61 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
handling, transportation of free issue materials from Engineers store, storage, preservation,
return of surplus materials and scrap if any to the Engineers store etc.
9.2.2.2 CONTRACTOR shall be responsible for transporting the equipment and piping materials
from his works/ stores to site, unloading from carriers at site, unpacking, inspection and
inventory control including checking against invoices, re-packing where required, submitting
shortages/ damages reports, equipment storage and erection insurance. Lodging
insurance claims against losses/ damages, etc.
9.2.2.3 CONTRACTOR shall provide closed/semi-closed /open storage facilities with proper approach
road and shall ensure proper storage and maintenance of plant, materials and equipments to
be erected. CONTRACTOR shall indicate his space requirements for provision of closed,
semi-closed and open storage areas to the Engineer in charge. He should also indicate the
space requirements for office, workshop, canteen etc., if any
9.2.2.4 Handling, Transportation of materials to the CONTRACTORS stores, handling and
transportation of the same to erection site, removal of surplus/ scrap materials from erection
site and depositing of the same to Engineers store are to be carried out by CONTRACTOR.
9.2.2.5 Casting of required RCC pedestals and thrust blocks for pipes as per the drawing issued.
9.2.2.6 The required material handling equipments like mobile cranes of suitable capacity, trailers
with prime mover, excavator, dumper, pneumatic rock drilling machine/ hammer with
compressed air, diesel generator sets of suitable capacity, welding machine, grinding machines,
all the equipment, tools & tackles required for the erection of pipes, pipe supports, structures
& equipment shall be arranged by the CONTRACTOR.
9.2.2.7 Supply of adequate quantity of all consumables of approved brands, required for the job, viz.,
welding electrodes, welding gas, oil, grease, kerosene, lint free cotton cloth, DPT materials,
cotton waste, etc, acetone, oil grease and all other required consumables shall be supplied by
the CONTRACTOR.
9.2.2.8 The CONTRACTOR shall erect the pipes in the trenches excavated by him, over the pipe
pedestals/ supports in the tunnels and carryout hydro-test of all piping erected by him as per
the piping material specifications and technical specifications for buried piping PC-E-550,
attached with the tender. All temporary piping hangers and supports, fittings, strainers,
valves, blanks for hydro testing of the pipelines, valves and equipment shall be supplied by
the CONTRACTOR. It is the CONTRACTORs responsibility to arrange for pressuring pumps,
tanks, relief valves, instruments and other accessories that would be required for testing
operations. These are to be taken back by CONTRACTOR after successful completion of all
hydro-testing operations.
9.2.2.9 Arranging for statutory inspections and clearances as required shall be by the
CONTRACTOR.

10 Cleaning of Pipes : All pipes, pipe fittings and other piping components shall be cleaned
prior to erection as per technical specification.

It should be ensured that ends of all pipe fitting are kept in closed condition using metallic /
plastic caps during all stages of erection..

10.1 CONTRACTOR shall also carryout cleaning operations after erection and hydro static test. All
piping shall be drained after testing.

10.2 CONTRACTORs scope of work includes supply, erection of temporary pipework including
hangers and supports, valves and specialities and other associated equipment (viz.
Pumps, blowers, tanks etc.) for carrying out the cleaning/testing operations wherever
required as described above.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 62 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

10.3 After successful completion of these operations, CONTRACTOR shall dismantle all
temporary pipework and structures, restore the permanent piping to their design condition
and render the area free of debris and all other foreign matter.

11 ERECTION, INSPECTION AND TESTING PROCEDURES


11.1 The CONTRACTOR shall submit to the Engineer in charge for his approval within a
reasonable period a programme showing in such form as may reasonably be required by
the Engineer in charge, the order of procedure in which he proposes to carry out the
works as to erection, testing and commissioning activities. The programme shall also
indicate the times by which the CONTRACTOR requires the Engineer in charge to have
obtained any consents, approvals, etc. necessary for the purpose of the works. The
submission to and approval by the Engineer in charge of such programme shall not relieve
the CONTRACTOR of any of his duties or responsibilities under the contract. Detailed quality
assurance plan and work procedures in respect of material receipt, storage & preservation,
carrying out handling of equipment and erection, grouting, piping fabrication & erection,
hydro testing of pipelines, excavation, concreting, pipe gunetting, rotary equipment erection
& grouting, WPS, PQR & WQR, ND examinations, all safety related JHAs and safe working
procedures, non conformance control, etc. shall be submitted by CONTRACTOR for
Engineer in charges approval prior to start of work, in a format and contents to be
approved by Engineer in charge.
11.2 After submission to and approval by the Engineer in charge of such procedures the
CONTRACTOR shall adhere to the order of procedure and method stated therein unless
he obtains the written permission of the Engineer in charge to vary such method or order.
11.3 If at any time it should appear to the Engineer in charge that the actual progress of the works
does not conform to the procedure, the CONTRACTOR shall produce, at the written request of
the Engineer in charge, a revised procedure showing modifications to the approved
procedure necessary to ensure completion of the works within the time for completion.

12 CO-OPERATION WITH OTHER CONTRACTORS


12.1 The CONTRACTOR shall co-operate with all other contractors or workmen of the NPCIL, who
may be performing other works on behalf of the Engineer in charge and the workmen
who may be employed by the Engineer in charge and doing the work in the vicinity of the
works or at various CONTRACTORs terminal points covered under the contract. The
CONTRACTOR shall also so arrange to perform his work as to minimise, to the maximum
extent possible, interference with the work of the other contractors and his workmen. Any
injury or damage that may be sustained by the employees of the other contractors of the
NPCIL, due to the CONTRACTORs work shall promptly be made good at his own expense.
The Engineer in charge shall determine the resolution of any difference or conflict that may
arise between the CONTRACTOR and other contractors or between the CONTRACTOR and
the workmen in regard to their work. If the works of the CONTRACTOR is delayed
because of any acts or omission of another contractor, the CONTRACTOR shall have no
claim against the Engineer on that account other than extension of time for completing his
works.

13 PLANNING AND PROGRESS REVIEW

13.1 CONTRACTOR shall ensure the use of latest version of internationally accepted and widely
used Project Management Software for planning, scheduling and monitoring of all the
activities under the scope of this specification. Contractor shall regularly update the status on

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 63 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
plan and progress of job on daily, weekly and monthly basis and furnish the required
information in the mutually agreed format. CONTRACTOR shall submit resource based
network to suit Engineers requirement. Other Management Information System as sought
by Engineer from time to time shall also be provided by CONTRACTOR.

13.2 Job planning and progress report


13.2.1 The contractor shall submit detailed schedule for execution of work in the form of bar chart
clearly indicating start and end dates of different activities, resource deployed etc., for
acceptance of engineer in charge. The plan shall be submitted within 15 days after receipt of
work order. The contractor shall also submit weekly plan to the engineer in charge. The work
shall be strictly carried out as per the plan/schedule.

13.2.2 The contractor shall submit the daily and weekly progress report as required by engineer in
charge. The monthly progress report shall be submitted for the work.

13.2.3 The work progress will be reviewed daily/ weekly basis by the engineer in charge. The
contractor shall attend progress review meetings along with his key persons and sign the
minutes of meeting.

14 MATERIAL ACCOUNTING AND RETURN OF SURPLUS MATERIAL AND SCRAP.

14.1 The contractor shall submit the material accounting after completion of work for acceptance of
engineer in charge. The surplus materials and scrap shall be deposited to engineers store
located at either KAPS 1&2 or at KAPS 3&4. The details regarding scrap limit, permissible
wastage etc. are given in the following table.
Maximum invisible Maximum permissible
Sl.
Particulars wastage (Non-Returnable) wastage (Returnable)
No.
% %

1 Pipes 2% 4%
Structural steel, plates
2 3% 4%
etc.

14.2 Definition of scrap


Items and materials of the following limiting dimensions shall be treated as crap:

14.2.1 CS/GI pipes 50 mm dia. and below pipe pieces less than 2 meters in length shall be treated
as scrap.
14.2.2 SS pipes 50 mm dia. and below SS pipe pieces less than 0.5 meter in length shall be treated
as scrap.
14.2.3 Structural Steel less than 1 meter in length shall be treated as scrap.
14.2.4 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.
14.2.5 CS/GI/SS pipes, all sizes above 50 mm dia. Pipe pieces less than 0.5 meter in length shall be
treated as scrap.
Contractor may note that final bill shall be released only after satisfactory completion of
material accounting, submission of CCC and as built drawings.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 64 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
15 Housekeeping
15.1 The CONTRACTOR shall be responsible for keeping the entire area allotted to him clean and
free from rubbish, debris, etc., during the period of contract. The CONTRACTOR shall employ
enough number of special personnel to thoroughly clean his work on daily basis. All such
rubbish and scrap material shall be stacked or disposed of in a place to be identified by the
Engineer in charge. Materials and stores shall be so arranged as to permit easy cleaning of
the area. In areas where equipment might drip oil and cause damage to the floor surface, a
suitable protective cover of a flame resistance, oil proof sheet shall be provided to protect
the floor from such damage.
15.2 All soil, filth or other matter of an offensive nature taken out of any trench, sewer,
drain, cesspool or other place shall not be deposited on the surf ace, but shall at once be
carried away by CONTRACTOR, from the site of work for suitable and proper disposal.
15.3 CONTRACTOR shall not store or place the equipment, materials or erection equipment on
the driveways and streets and shall take care that his work in no way restricts or impedes
traffic or passage of men and material. During erection, CONTRACTOR shall, without any
additional payment, at all times keep the working and storage areas used by him free
from accumulation of loose, combustible material, waste materials, rubbish, to avoid fire
hazard and hindrance to other works of NPCIL. If CONTRACTOR fails to comply with these
requirements in spite of written instructions, Engineer in charge will proceed to clear those
areas and the expenses incurred by Engineer in charge in this regard shall be payable by
CONTRACTOR. Before completion of the work, CONTRACTOR shall remove or dispose off
in a satisfactory manner all scaffolding, temporary structure, waste and debris and leave the
premises in a condition satisfactory to Engineer in charge. At the completion of his work and
before final payment, CONTRACTOR shall remove from site all construction equipment,
temporary structures and debris and shall restore the site to neat workmanlike conditions, at
his cost. The contractor may note that majority of the pipe line works are to be carried out
along state high way road, he shall plan his activities such a way that his equipment, excavated
materials will not hinder traffic on the road. The contractor shall clean all the cut trees,
branches, excavated materials etc. and dispose it off at a suitable place as directed by the
Engineer in charge.

16 DOCUMENTS TO BE SUBMITTED
The contractor shall submit the following documents after completion of the works and
commissioning of the system.
i) Construction completion certificate (CCC) consists of all the material test certificates,
inspection records, as built drawings, erection reports, trial run and commissioning reports if
any, flow sheets, calibration records, work specification etc.

In addition to the above the contractor shall submit the following documents and get approved
from the Engineer in charge before commencement of the works / activities.
I. Quality assurance plans (QAPs) for various works/ activities.
II. NDT procedures.
III. Hydro testing procedures.
IV. Rotary equipment erection, alignment and grouting procedure.
V. Fabrication and erection procedure.
VI. Surface preparation and painting procedure.
VII. Excavation and backfilling procedure.
VIII. PCC & RCC procedure.
IX. Welding procedure specification (WPS) and PQR.
X. Welder qualification records

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 65 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
XI. Personal qualification and authorization records.
XII. Load testing procedure for material handling equipments.
XIII. Asbuilt drawings
XIV. Any other procedures/ documents as directed by the Engineer in charge

SECTION V PART B
SPECIFIC TECHNICAL REQUIREMENTS

1. SUPPLY OF MATERIALS AND EQUIPMENTS PIPES AND FITTINGS :


1.1 Pipe and pipe fittings: The pipe and fittings materials shall conform to the specifications given
in the PMS no. KAPP-3&4/71120/1/PMS and NPCIL specification PC-E-551, which are part of
this tender. The pipes shall be in random length of 6-12 meters. The pipes shall be brand new
pipes free from rust, dirt etc. The pipes shall be free from crack, laminations, blow holes etc.
The ends of the pipes shall be beveled. The fittings of 350mm & above size shall be of welded
construction. The pipes and fittings will be subjected to pre-despatch inspection by the
Engineer in charge or his authorized representative and all the inspection facilities shall be
provided by the contractor. The quality assurance plan (QAP) for the pipes and fittings shall be
submitted to the Engineer in charge and got approved from him. The pipes shall be procured
from approved vendors only whose details are given in section-III of this tender.

1.2 Pipe support materials : The support materials for piping shall conform to IS 2062 E-250 Gr. A.
The structural materials and plate shall be supplied with material test certificate. The materials
shall be procured form the authorized vendors whose details are given in section-III of this
tender. As per the discretion of the Engineer in charge the material will have to be tested at
NPCIL approved laboratory to confirm the quality. The U bolts required for the piping shall be
fabricated from MS rounds conforming to IS 2062 E-250 Gr. A. The U bolts shall be supplied
with 2 nos of nuts washer and one no. of lock nut conforming IS 1363. The pipe support
materials shall be procured from approved vendors only whose details are given in section-III
of this tender.

1.3 Valves: The detailed specification for the valves is given in the valve specification sheet (VSS)
no. KAPP 3&4/71003/5001/VSS, KAPP 3&4/71003/ 5002/VSS, KAPP 3&4/71003/5011/VSS ,
KAPP 3&4/71123/2021/VSS, KAPP 3&4/71123/2017/VSS , KAPP 3&4/71120/2024/VSS, KAPP
3&4/71003/5041 /VSS, KAPP 3&4/71853/2002/VSS. The valves shall conform to the
specification given in the VSS and control valve shall also meet NPCIL specification PC-E-541.
The testing shall be carried out as per the relevant standard. The pre-despatch inspection will
be carried out as per the discretion of the Engineer in charge. All the testing facilities shall be
provided for pre-despatch inspection. If any leakage is observed during testing at site the same
shall be repaired and the valve shall be retested in the presence of Engineer in charge. The
valves shall be procured from approved vendors only whose details are given in section-III of
this tender.

1.4 Hardwares and Gaskets: The bolts shall conform to SA 193 grade B7. The nuts shall conform to
SA 194 grade 2H and compatible with the bolts. All the bolts, nuts and washers shall be black
anodised. All the bolts shall be supplied with minimum one washer and nut.

The gasket materials shall be EPDM, Durameter hardness, Shore A 60 5, ANSI-B-16.21/AWS C


207 class B.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 66 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The hard wares shall be procured from approved vendors only whose details are given in
section-III of this tender.

1.5 Foundation bolts : MS Foundation Bolts of M 30 x 400mm long with 50 x 50 x 10 mm thk. MS


Anchor plate welded, shall be supplied with one plain washer, one Nut and one lock Nut. Bolt
and plate material shall conform to IS 2062 E 250 Gr B, Nut material conforming to SA 194 Gr-
2H, ANSI B 18.2.2.

1.6 Flanges : Flanges of 300NB and above sizes shall conform to AWWA C-207 class-B, SOFF,
serrated finish, material conforming to IS 2002 Gr.-2/ SA 515 Gr. 60, made of single plate.
Flanges of below 300NB shall conform to SA 105, ANSI B 16.5, 150#, SORF, serrated finish. The
flanges shall be procured from approved vendors only whose details are given in section-III of
this tender.

2.0 ERECTION OF PIPES AND SUPPORTS

The erection work includes but not limited to taking delivery of free issue materials, storage,
handling, transportation, internal cleaning of pipe lines, marking, cutting, grinding, edge
preparation and fitup of pipes, structurals, welding, conducting inspection on weld joints,
hydro testing and draining of pipelines, surface preparation to SA2.5 and application of two
coats of primer and 2 coats of finish paints on pipelines and structural, valves which are
exposed to atmosphere, erection of valves, drains & vents on pipelines etc.

2.1 Storage : The pipes, structural steels and reinforcement steels shall be stored minimum 150
mm above the ground using wooden or concrete sleepers. The pipe ends shall be covered with
PVC/metallic end caps. At no point of time during fabrication and erection the ends of the
pipes / fabricated pipe spools shall be without end caps. The fittings upto 300 NB shall be
stored in closed storage area and above 300 NB shall be stored in closed or semi closed storage
area. The valves, hard wares, gaskets, electrical materials, C&I materials shall be stored in
closed storage area. The sand, bricks, steels, aggregate shall be stored in open storage area.
The cement shall be stored in closed or semi closed storage area. The pumps and motors shall
be stored in closed storage area. The electrical motors, electrical panel etc. shall be protected
from moisture. The paints and thinners shall be stored separately in closed storage area.

2.2 Taking delivery of free issue materials, Handling and transportation: Taking delivery of free
issue materials from NPCILs stores including preparation of issue vouchers, getting approval,
co-ordination with NPCIL stores, security etc., handling, transportation of materials from
NPCILs stores, proper storage and preservation of free issue materials are in the scope of
Contractor. Apart from free issue materials, complete handling and transportation of materials
covered in the supply scope of Contractor, such as pipes, fittings, valves, structural materials,
CS plates, bolts, nuts, gaskets, reinforcement steel, cement, sand, aggregate and all other
required materials and consumables etc., to fabrication, erection site and till completion of
erection are in the scope of the contractor. The RCC coated pipes shall be handled carefully to
prevent damage to the coating. The pipes shall be lifted using canvass slings and at no point of
time the wire ropes shall be used. The RCC coated pipes shall not be dragged pulled on the
floor with pipe rollers and crow bars to prevent damage to the coating. The coated pipes shall
be handled using crane and chain pulley and canvass slings only. All care shall be taken while
handling and transportation of the coated pipes to prevent any damage to the coating. If any
damage occurs to the RCC coating of pipes during handling and transportation the same shall
be repaired or recoated as per the procedure got approved from the Engineer in charge.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 67 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
2.3 Cleaning of pipes: The inside surface of pipes shall be cleaned using wire brush and with rotary
brush to remove all loosely held particles, rust etc. The cleaning shall be carried out as per NPC
specification PC-P-345. The pipes shall be free from any kind of rust, dust, dirt, loosely held
particle, oil, grease, paint etc. After the initial cleaning the surface shall be cleaned with
compressed air. The weld edges 50mm from either side of the weld joint of pipes, fittings,
valves etc. shall be thoroughly cleaned from inside and outside surface using rotary brush to
remove rust, dust, protective coating etc. If required the protective coating on weld edges shall
be removed using approved solvents.

2.4 Marking, cutting, grinding, edge preparation and fitup: The pipes and structural steels shall be
marked as per the required length. The cutting shall be carried out using mechanical means or
using oxy acetylene gases. All the cut edges shall be ground smooth to minimum 1.6mm of
deepest indentation. The cut edges shall be free from burrs, sharp edges etc. The weld joint
shall be prepared as per the approved drawing / procedure. The mating members shall be
aligned properly. The axial mismatch shall be within 1.6 mm. If there is mismatch between wall
thickness of mating members the same shall be tapered gradually in the ratio of 1:3. The
fabrication shall conform to NPCIL specification PC-P-344.

2.5 Welding : All the welding shall be carried out using SMAW or GTAW process using E-7018
electrodes for SMAW and ER 70S2 for GTAW of NPCIL approved make and brand. The welding
shall be carried out using either welding generator or rectifier only. The weld joints and 50 mm
from either side of joint shall be clean, free from dust, rust, oil, grease, paint, dirt or any
foreign particles. The welding shall be carried out using NPCIL approved welding procedure
specification (WPS) by NPCIL qualified welder as per ASME sec IX. The welding shall not be
carried out in wet and humid condition. The welding shall be carried out as per NPCIL
specification PC-P-285 rev.1.

2.6 Gunniting of pipes : All the pipes which are to be laid underground shall be coated ( gunniting)
with cement mortar of 25mm thick with 3 mm dia. 50 x 100 welded MS wire mesh
reinforcement. The coating shall be uniform and surface shall be finished smooth. 100mm on
both ends of the pipes shall left uncoated till welding and testing is completed. This portion of
the pipe also shall be gunnited on external surface after hydro testing of pipelines. The
gunniting shall conform to IS 3589.

2.7 Erection of cross country pipeline: The cross country piping shall be laid from intake of KAPS
1&2 which is taken from Moticher lake to KAPP 3&4. The top of the pipe shall be 1.5 mtr. deep
from the ground level. RCC Pipe pedestals and thrust blocks shall be casted for the pipes to be
routed above the ground. The cross country piping shall be as per the NPCIL specification PC-E-
550. After excavation the pipe bead shall be prepared by compacting. The pipe shall not be
erected on hard surface like rock. On rocky surface pipe bead shall be prepared by 150 mm
thick sand bead of minimum 200 mm width using good quality of river sand. The vent and drain
shall be provided at suitable places in cross country piping. The erected pipes shall be hydro
tested after completion of welding. The pipe lines shall be drained completely and system shall
be normalized. While conducting hydro test the line mounted instruments shall be removed
from the lines and the same shall be installed after completion of testing.

2.8 Erection of pipe supports: The work involves handling, transportation, cleaning, fabrication,
erection at required location, welding, surface preparation by shot blasting and painting of pipe
supports. The pipe supports shall be fabricated from structural steel materials, plates and
erected as per the drawing got approved from the Engineer in charge. The supports shall be
welded with embedded parts. All welding shall conform to NPCIL specification PC-P-285 rev.-1.
Wherever required the U bolts of required sizes shall be supplied by the contractor. The U bolts

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 68 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
shall be supplied with 2 nos of nuts with one no. of lock nut and washer. Foundation bolts shall
be supplied with one no. nut and lock nut with washer and 50mm x 50mm x 10mm thick flange
welded with the bolt as per the drawing. The bolts shall be supplied loose for embedment in
the pipe bridge foundation. Using the foundation bolts and clamps, the pipes shall be clamped
at pipe bridges.

Note: The piping works shall conform to NPCIL specification PC-P-285-Rev-1, PC-P-344 and
PC-P-345

2.9 Erection of valves : The different sizes of gate valves, butterfly valves, non return valves (check
valves), vent valves are to be erected. All the valves supplied shall be tested and test
certificates shall be supplied along with the valves. If any valve is found leaking / passing the
same shall be removed from the system and shall be either repaired and hydraulically retested
or replaced with the new valve. If required by the Engineer In charge 20% of all the gate valves,
butterfly valves and 100% the check valves/ non return valves etc. supplied by Contractor and
also issued on free issue basis shall be tested for seat leakage before installation at contractors
valve testing facility, at no extra cost to the Engineer. Procedure for valve testing at site shall be
got approved from the Engineer before carrying out the seat leak test.

3.0 Inspection

The contractor shall perform all tests and inspections necessary to ensure that the material
and workmanship conform to the requirement of the contract including fabrication and
construction. The following inspection/ NDT shall be carried out on weld joints of pipes and
supports.
3.1 Burried piping : 100% visual inspection and 10% dye penetrant testing shall be conducted
after root pass of all the butt welded joints. 100% visual inspection followed by 10% dye
penetrant testing shall be conducted after final pass of butt welded joints. Visual inspection
of 100% followed by 100% dye penetrant testing shall be conducted on all the fillet welds
after root pass and again after final pass.
3.2 Above ground piping: All butt welds shall be inspected 100% visually after root pass and
final pass. After final pass 10% dye penetrant testing shall be conducted on butt welds. All
fillet weld joints shall be inspected visually 100% after root pass and final pass.
3.3 Pipe supports : The supports shall be inspected 100% visually after root and final pass.
3.4 The Engineer-in-charge or his authorised representative shall have access to the
contractors or suppliers works at all reasonable time to determine compliance with the
provisions of this specification and / or to witness the tests and inspection.
3.5 All tests covered by this specification shall be subject to inspection and approval by the
Engineer-in-charge.
3.6 The contractor shall maintain records of all inspection work carried out in his works or in
his suppliers works. Copies of such records shall be made available to NPCIL. A procedure
for the repair of defects shall be submitted to the Engineer-in-charge for approval prior to
any repair being made. If the previous quality tests and inspection and impaired by the
subsequent repairs, the work shall be re-inspected and re-tested to the satisfaction of the
Engineer or his authorised representative. Equipment found unsatisfactory with regard to
the workmanship of material shall be removed by the contractor and replaced to the
satisfaction of Engineer-in-charge at no extra cost.
3.7 All materials and components, castings, forging, piping, instrument etc., shall be tested and
inspected in the presence of Engineer-in-charge or his authorised representative. Test
certificates of all components shall be made available for approval by the Corporation.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 69 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
3.8 No equipment shall be transported to site unless it is inspected, tested and certified for
acceptance by the Engineer-in-charge or his representative at factory.
3.9 Final acceptance will be after the equipment is installed and tested at site to give
satisfactory performance.
3.10 The contractor shall provide the facilities, necessary equipment and tools, instruments,
drawings and personnel etc., for inspection of work.
3.11 Strict measure of quality control shall be exercised throughout the work.

4.0 Testing

All pipelines, drain pipes, or any other liquid containers shall be tested for integrity and leak
tightness at a pressure of 6.75 kg/sq.cm (g) as per the procedure approved by the Engineer in
charge in accordance with ANSI B 31.1. The Contractor shall give hydraulic tests scheme by
making his own arrangements for water filling and disposal of water after the test and shall
repeat the test, if necessary until the requisite test results are obtained without any claim for
extra cost or compensation. The quoted rates shall include all costs to be incurred by the
Contractor for water tightness test. If any such structure or fixture is found to be unsatisfactory
during test, the Contractor shall demolish, undo and repair or reconstruct the same as directed,
such that the structure or fixture is made absolutely watertight, retested and declared as
satisfactory by the Engineer. After the successful testing, the pipelines shall be drained
completely.

5.0 Surface preparation and Painting

5.1 The scope of the work is supply of required quantity of primer, intermediate coat paint, finish
paints, thinner, etc., along with required tools and tackles, air compressor, wire brushes, lint
free cotton cloth, and all other required materials, tools & tackles, consumables for surface
preparation and painting. The contractor shall carryout the work in accordance with approved
work procedure and QAP.

5.1.1 Surface preparation and painting of pipes : The uncoated ( without RCC coating) pipes which
are to be laid above ground level and pipe saddle supports shall be shot blasted using metallic
grits to remove rust, mill scale, dust and loosely held particles to SA 2.5 surface finish. If the
pipes are found contaminated with oil, grease etc., the same shall be removed using suitable
approved solvents. The cleaned pipes and top portion of the saddle support where the pipe
rests shall be applied with Inorganic Zinc Silicate Primer to minimum 75 microns DFT. The
primer shall be applied within 4 hours of surface preparation. The primer shall be applied
before erection of pipes leaving 50mm unpainted on both ends of the pipes. Over the primer
intermediate coat of HB Epoxy MIO paint shall be applied in two coats to minimum 100
microns DFT. Over the MIO intermediate coat, the finish paint of Aliphatic PU Paint shall be
applied in two coats to minimum 80 microns DFT. Touchup primer painting shall be done over
the damaged paint surfaces which may occur during erection before proceeding with next coat
of paint.

5.1.2 Surface preparation and painting of pipe supports : The fabricated pipe supports shall be shot
blasted using metallic grits to remove rust, mill scale, dust and loosely held particles, to SA 2.5
surface finish. The cleaned surface shall be applied with HB Chlorinated Rubber Zinc Phospate
Primer paint in two coats to minimum 100 micron DFT. Over the primer HB Chlorinated
Rubber finish Paint shall be applied in two coats to 60 microns DFT. The primer shall be
applied within 4 hours of surface preparation. Touchup primer painting shall be done over the
damaged paint surfaces which may occur during erection of supports.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 70 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Note: The surface preparation shall also meet IS 1477. For painting NPCIL specification PC-E-
615 shall be followed.

6.0 ERECTION OF ROTARY EQUIPMENTS (PUMPS)

6.1 The work includes taking delivery of free issue materials, transportation, storage erection on
permanent foundation, alignment, grouting of foundation bolts and dry packing of pump units
and providing assistance in commissioning in the form of skilled and unskilled manpower, tools
and tackles etc.

6.2 The pumps shall be drawn from the NPCIL stores by raising issue voucher, getting clearance
from Engineer In Charge etc. The pump and motor units shall be transported to the erection
site and erected. The proper alignment of the pump and motor shall be done including
coupling alignment using dial gauges to the required tolerance as per manufacturers
instructions. The pump foundation bolts shall be grouted using CONBEXTRA GP2 ready mix
grout. The pump unit base frame shall be dry packed using cement and sand in the ratio of
1:2.5 by weight. The water cement ratio shall not exceed 0.2.

7.0 CIVIL WORKS

The civil works scope consists of

Survey of the entire pipeline route, identification of area for construction of pipe pedestals,
thrust blocks, pump foundation, clearing of the bushes, cutting and disposal of trees,
excavation in all strata for pipe trenches including dewatering, backfilling and disposal of
surplus earth & debris. Providing PCC of M 15 grade for bed concrete to the required thickness
as per the design, Construction of RCC pedestals and thrust blocks as per the design/ drawing
with M 35 concrete including form work of ply wood, steel centering and scaffolding as per IS
456-(2000), Providing and laying TMT reinforcement conforming to IS 1786 Fe 500, as per
design requirements, Providing sand bed of 150 mm thick x 200 mm wide on rock surfaces,
providing, transportation and filling selected yellow soil or murrum, watering, rolling,
compaction and making good for PCC or laying of Pipeline.

7.1 Clearing of bushes, cutting and disposal of trees:


Before the earth work is started the area coming under cutting and filling shall be cleared of all
obstructions, loose stones, shrubs, rank vegetation, grass. Brush-wood, trees and saplings of
girth up to 30 cm. measured at a height of one meter above ground. The hollows to be filled up
with approved earth, levelled and rammed. This work is deemed to be included in the item
excavation and no separate payment will be admissible for the work.

The trees of girth above 30 cm. measured at a height of one meter above ground, shall only be
cut after permission of the Engineer-in-charge and from the concerned state government
authorities are obtained in writing. The trees falling on pipeline route shall be cut and disposed
off as directed by the Engineer in charge in line with the prevailing rules and regulations of the
state government/ local bodies. The roots shall also be removed. The trees on the pipeline
route shall be marked and before cutting the trees necessary approval from the respective
state government authorities shall be obtained and produced to the Engineer in charge.
Sufficient care shall be taken so that falling of trees does not damage the property of adjacent
areas. The tree cutting shall be carried out under strict supervision. The cut trees shall be

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 71 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
disposed as per the prevailing rules, regulations/ guidance and as directed by the Engineer in
charge.

Any material obtained from the site will be the property of the Corporation and the useful
materials as decided by the Engineer will be conveyed and properly stacked as directed within
the lead specified. No separate payment shall be made for clearing of bushes, cutting and
disposal. The cost shall be included in the earthwork/ excavation cost.

7.2 EARTHWORK
The scope of work covered under this specifications pertains to excavation of earth for pipe
laying, RCC pipe pedestals & thrust blocks, pump foundation etc., to achieve various levels as
required in all sorts of soils, soft and hard rock, including shoring, protections of existing
underground utilities if any, such as water lines, electric cables etc., dewatering , stacking the
useful materials as directed within the lead of 500 mtr., refilling with selected useful excavated
earth (muram soil ) and disposing off the surplus earth / materials within specified lead and
finishing the surface to proper levels. Proper slope shall be maintained on side walls of
excavated trenches. Backfilling shall be done layers of 200mm and compacted at each layer.

7.3 Setting Out and Making Profiles


Masonry or concrete pillars will be erected at suitable points in the area to serve as bench
marks for the execution of the work. These bench marks shall be connected with G. T. S. or any
other permanent bench mark approved by the Engineer-in-charge. Necessary profiles with
pegs, bamboos and strings or Burjis shall be made to show the correct formation levels before
the work is started. The contractor shall supply labour and materials for setting out and making
profiles and Burjis for the work at his own cost and the same shall be maintained during the
excavation work. It shall be the responsibility of the contractor to set out centre lines correctly
with reference to the drawings and install substantial reference marks. Checking of such
alignment by the Corporation will not absolve the contractor from his responsibility to execute
the work strictly in accordance with the drawings. No separate payment will be made for this
activity.
7.4 Existing Levels
The contractor shall notify the Engineer-in-charge before starting excavation and before the
ground is disturbed to enable him to take existing levels. The ground levels shall be noted for
record purpose. The labour required for taking levels, shall be supplied by the Contractor at his
own cost.

7.5 Excavation
The excavation under all classifications in areas in trenches or in pits or any other areas shall be
carried out systematically. Cutting shall be done from top to bottom and no under-pining or
undercutting will be allowed. The bottom and sides of excavation shall be dressed to proper
level, slopes, steps, camber etc. by removing high spots and ramming thoroughly as directed by
the Engineer-in-charge.

All the excavation shall be carried out strictly to the dimensions given in the approved drawing.
The width and depth as shown in drawing or as directed by the Engineer-in-Charge. In case of
deeper foundation the contractor will have to make the excavation pits safer for providing
working slopes not flatten than 1:1.5 in foundation in consultation with Engineer and same
may be measured and paid for. Any excavation if taken below the specified depths and levels,
the contractor shall at his own cost fill up such overcut to the specified level.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 72 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
After the excavation is completed, the contractor shall notify the Engineer-in-Charge to that
effect and no further work shall be taken up until the Engineer-in-Charge has approved the
depth and dimensions. Levels and measurements shall also be recorded prior to taking up any
further work. After excavation the area shall be compacted, bed shall be prepared for laying of
pipelines.

7.6 Shoring
Unless separately provided for in the schedule of quantities, the quoted rate for excavation
shall include excavation of slopes to prevent falling in soil by providing and/or fixing,
maintaining and removing of shoring, bracing etc. The contractor would be responsible for the
design of shoring for proper retaining of sides of trenches, pits etc. with due consideration to
the traffic, superimposed loads etc. Shoring shall be of sufficient strength to resist the pressure
and ensure safety from slips and to prevent damage to work and property and injury to
persons. It shall be removed as directed after items for which it is required are completed.
Should the slips occur, the slipped material shall be removed and slope dressed to a modified
stable slope.

7.7 Dewatering
Dewatering shall be done to pump out all water which may accumulate in the excavation
during the progress of excavation either due to seepage, springs, rain or any other cause and
diverting surface flow by bunds or other means. Care shall be taken to ensure that the water
discharged sufficiently away to keep it free from nuisance to other works in the neighborhood.
No separate payment will be paid for dewatering. The quoted rate for excavation shall include
the cost of dewatering.

8.8 Disposal of Excavated Materials


Excavated materials from foundation, trenches etc. of whatever kind they may be placed even
temporarily nearer the excavated area. Discretion of the Engineer in such cases is final. All
materials excavated will remain the property of the Corporation. Rate for excavation includes
sorting out of the useful materials and stacking them separately as directed within the lead of
500 meter.

Materials suitable and useful for backfilling or other use shall be stacked at convenient place
but not in such a way as to obstruct free movement of materials, workers and vehicles or
encroach on the area required for constructional purposes. It shall be used to the extent
required to completely backfill the structure to original ground level or other elevation shown
on the plan or as directed by the Engineer-in-Charge. Materials not useful in anyway shall be
disposed off, leveled and compacted as directed by the Engineer within a specified lead of 0.5
Kms. The site shall be left, clean of all debris and leveled on completion.

7.9 Backfilling
The back filling shall be done at low lying areas of pipeline route. Where suitable excavated
material is to be used for back filling, it shall be brought from the place where it was
temporarily deposited and shall be used in backfilling.

All timber shoring and form work left in the trenches, pits, floors etc. shall be removed after
their necessity ceases and trash of any sort shall be cleared out from the excavation. All the
backfilled surface shall be watered and well consolidated by means of hand or mechanical
tamper or other compaction arrangement and made good for laying pipelines. Areas un-
accessible to mechanical equipment. etc. shall be tampered by hand rammer or by hand held

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 73 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
power rammers to the required density. The backfill shall be uniform in character and free
from large lumps, stones, shingle or boulder not larger than 75 mm. in any direction, salt,
clods, organic or other foreign materials which might rot. After the available suitable excavated
materials are exhausted as backfilling, the contractor shall notify the Engineer-in-Charge, of the
fact and levels taken jointly with Engineer-in-Charge.

8 CEMENT CONCRETE (REINFORCED AND PLAIN) WORKS FOR CASTING OF PIPE PEDESTALS
The pipe pedestals and pipe thrust blocks shall be constructed with reinforced cement
concrete (RCC). The RCC shall be of M 20 grade. The pumps pedestal/ foundation shall be
constructed with RCC of M 35 grade. Contractor shall use good quality of ingredients like
aggregate, sand, cement etc., for producing concrete and got approved from Engineer In
Charge.

All surfaces upon or against which concrete will be placed shall be suitably prepared by
thoroughly cleaning, washing and dewatering, as may be indicated in the plans or as engineer-
in-charge may direct, to meet the various situations encountered in the work.

All the earth surfaces upon which or against which concrete is to be placed, shall be well
compacted and free from standing water, mud, slush or debris. Soft, yielding soil shall be
removed and replaced with suitable earth and well compacted as directed by engineer-in-
charge. Where specified, lean concrete shall be provided on the earth for receiving concrete.
The surface of absorptive soils against which concrete is to be placed shall be moistened
thoroughly so that no moisture will be drawn from the freshly placed concrete and later shall
help to cure the concrete.

Fresh concrete shall be kept continuously wet for a minimum period of 7 days from the date of
placing of concrete, following a lapse of 12 to 24 hours after lying concrete. The curing of
horizontal surfaces exposed to the drying winds shall however begin immediately the concrete
has hardened. Water shall be applied to unformed concrete surfaces within 1 hour after
concrete has set. Water shall be applied to formed surfaces immediately upon removal of
forms.

All reinforcement shall be clean, free from grease, oil, paint, dirt, loose mill scale, loose rust,
dust, bituminous material or any other substances that will destroy or reduce the bond. All
rods shall be thoroughly cleaned before being fabricated. Pitted and defective rods shall not be
used. All bars shall be rigidly held in position before concreting. No welding of rods to obtain
continuity shall be allowed unless approved by the Engineer-in-Charge. If welding is approved,
the work shall be carried out as per IS-2751 according to best modern practices and as directed
by the Engineer. In all cases of important connections, strength of bars welded, Special
precautions, as specified by the Engineer-in-Charge shall be taken in the welding of cold
worked reinforcing bars and bars other than mild steel.

All bars shall be accurately bent according to the sizes and shapes shown on the detailed
working drawings / bar bending schedules. They shall be bent gradually by machine or other
approved means. Reinforcing bars shall not be straightened and rebend in a manner that will
injure the bars containing cracks or splits shall be rejected. They shall be bent cold.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 74 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
8.1 Materials for Concrete
The ingredients to be used in the manufacture of the standard concrete shall consist solely of a
standard type Portland pozzolana cement, sand, natural coarse aggregate, potable water/Ice
and admixtures, if specially called for on drawings or specifications or as directed.

8.2 Cement
8.2.1 Unless otherwise specified or called for by the Engineer cement shall be Portland Cement of
53 grade in 50 kg. bags. The cement shall conform to IS 12269 The use of bulk cement will be
permitted only with the approval of the Engineer-in Charge. Changing of type of cement within
the same structure will not be permitted unless otherwise necessitated and approved by
Engineer. Cement manufactured approved vendors conforming to IS specifications shall be
procured and used on the work. The batch test certificates shall be submitted to the Engineer
in charge.

8.2.2 Contractor will have to make his own arrangements for the storage of adequate quantity of
cement. Consignments of cement shall be stored as received and shall be consumed in the
order of this delivery. Cement held in storage for a period of ninety (90) days or longer shall be
tested before usage. Should at any time the Engineer have reasons to consider that any
cement is defective, then irrespective of its origin and / or manufacturers test certificate such
cement shall be tested immediately at a National Test Laboratory / approved laboratory and
until the results of such tests are found satisfactory, it shall not be used in any work. Cost of
testing shall be born by the contractor.

8. 3 Aggregates

8.3.1 Aggregate in general designates both fine and coarse inert materials used in the manufacturing
of concrete as per IS 383.

8.3.2 All fine and coarse aggregates proposed for use in the work shall be subject to the Engineer-in
Charges approval and after specific materials have been accepted, the source of supply of such
materials shall not be changed without prior approval of the Engineer-in Charge.

8.3.3 Aggregates shall except as noted above, consist of natural sands, crushed stone and gravel
from source known to produce satisfactory aggregate for concrete and shall be chemically
inert, strong, hard, durable against weathering and free from deleterious materials that may
cause corrosion of the reinforcement or may impair the strength and / or durability of
concrete. The grading of aggregate shall be such as to produce a dense concrete of specified
strength and consistency that will work readily into position without segregation and shall be
based on the mix design.

The coarse aggregate and fine aggregate shall be visually inspected from time to time as
required by the Engineer- in-Charge to ascertain its suitability for use in construction and the
charges for testing aggregate shall be born by the contractor.

8.4 Water
Water to be used in concrete works and curing shall be clean water. Water used for both
mixing and curing shall be free from injurious amounts of deleterious materials. Clean Potable
waters are generally satisfactory for mixing and curing concrete. The water for construction
and testing shall be arranged by the contractor at his cost.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 75 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

8.5 Testing of concrete


Average 28 days compressive strength of at least three 150 mm concrete cubes prepared with
water proposed to be used shall not be less than 90% of the average strength of three similar
concrete cubes prepared with distilled water.

The test blocks shall be prepared and tested in accordance with the requirements of I.S. 4031
(Part 5)

8.6 Sampling Procedure


A random sampling procedure shall be adopted to ensure that each concrete batch shall have a
reasonable chance of being tested or as directed by Engineer-in-Charge.

8.7 Frequency
The minimum frequency of sampling of concrete of each grade shall be in accordance with
following:

Quantity of Concrete in the work (in cum) Number of Samples


15 1
6 15 2
16 30 3
31 50 4
51 and above 4 plus one additional for each additional 50 cum or part thereof at least one
sample shall be taken from each shift.

8.8 Test Specimen:


Three test specimens shall be made from each sample for testing at 28 days. Additional cubes
may be required for various purposes such as to determine the strength of concrete at 7 days
or at the time of striking the form work or to determine the duration of curing or to check the
testing error. Additional cubes may also be required for testing cubes cured by accelerated
methods as described in IS 9013-1978. The specimen shall be tested as described in IS 516-
1959.

8.9 Test Strength of Sample


The test strength of the sample shall be the average of the strength of three specimens. The
individual variation should not be more than 15 percent of average strength of as per IS
requirements.

8.10 Acceptance Criteria


The concrete shall be deemed to comply with strength requirement wherever the acceptance
criteria as per IS: 456 is fulfilled. If the concrete deemed not to comply with the acceptance
criteria any suitable action as needed shall be taken.

8.11 Unsatisfactory Tests


Should the results of any test prove unsatisfactory or the structure shows signs of weakness,
undue deflection or faulty construction Contractor shall remove and rebuild the member or
members involved or shall carry out such other remedial measures as may be required by
Engineer-in-Charge. Contractor shall bear the cost of so doing, unless the failure of the
member or members to fulfill the test condition is proved to be solely due to faulty design. The

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 76 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
cost of the load and other test shall be borne by Contractor if the tests show unsatisfactory
results, otherwise such costs will be borne by the Corporation.

8.12 Preparation Prior to Concrete Placement, Final Inspection and Approval


Before the concrete is actually placed in position, the insides of the formwork shall be
inspected to see that they have been cleaned and oiled. Temporary opening shall be provided
to facilitate inspection especially at the bottom of column and wall forms, to permit removal of
saw dust, wood shaving, binding wire rubbish, dirt etc. Openings shall be placed or holes drilled
so that these materials and water can be removed easily. Such openings / holes shall be
suitably plugged. Reinforcement and other items to be cast in concrete shall have clean
surfaces that will not impair bond.

Prior to concrete placement all work shall be inspected and approved by Engineer-in-charge
and if found unsatisfactory, concrete shall not be poured until after all defects have been
corrected at Contractor's cost.

Approval by Engineer-in-Charge of any and all materials and work as required herein shall not
relieve Contractor from his obligation to produce finished concrete in accordance with the
drawings and specifications.

8.13 Rain or Wash Water


No concrete shall be placed in wet weather or on a water covered surface. Any concrete that
has been washed by heavy rains shall be entirely removed, if there is any sign of cement and
sand having been washed away from the concrete mixture. To guard against damage which
may be caused by rains, the work shall be covered with tarpaulins immediately after the
concrete has been placed and compacted before leaving the work unattended. Any water
accumulating in the surface of the newly placed concrete shall be removed by approved means
and no further concrete shall be placed there on until such water is removed. To avoid flow of
water over / around freshly placed concrete, suitable drains and sumps shall be provided.

8.14 Time Interval between Mixing and Placing


Concrete shall be placed in its final position before the cement reaches its initial set and
concrete shall be compacted in its final position within thirty minutes of leaving the mixer, and
once compacted it shall not be disturbed.

8.15 Avoiding Segregation


Concrete shall in all cases be deposited as nearly as practicable directly in its final position, and
shall not be re-handled or caused to flow in a manner which will cause segregation, lose of
materials, displacement of reinforcement, shuttering or embedded inserts or impair its
strength. For locations where direct placement is not possible, and in narrow forms, contractor
shall provide suitable drop and "Elephant Trunks" to confine the movement of concrete.
Special care shall be taken when concrete is dropped from a height especially if reinforcement
is in the way, particularly in columns and thin walls.

8.16 Compaction
Concrete shall be compacted during placing, with approved vibration equipment until the
concrete has been consolidated to the maximum practicable density, is free of pockets of
coarse aggregate and fits tightly against all form surfaces, reinforcement and embedded
fixtures. Particular care shall be taken to ensure that all concrete placed against the form faces
and into corners of forms or against hardened concrete at joints is free from voids or cavities is

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 77 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
the use of vibrators shall be consistent with the concrete mix and caution exercised not to over
vibrate the concrete to the point that segregation results.

8.17 Use of Vibrators


The exact manner of application and the most suitable machines for the purpose must be
carefully considered and operated by experienced and qualified men. Immersion vibrators shall
be inserted vertically at points not more than 450 mm apart and withdrawn when air bubbles
cease to come to the surface. Immersion vibrators shall be withdrawn very slowly. In no case
shall immersion vibrators be used to transport concrete inside the forms. Particular attention
shall be paid to vibration at the top of lift e.g. in a column or wall.

8.18 Placing Concrete through Reinforcing Steel


When placing concrete through reinforcing steel, care shall be taken to prevent segregation of
the coarse aggregate. Where the congestion of steel makes placing difficult, it may be
necessary to temporarily move the top steel aside to get proper placement and restore
reinforcing steel to design position.

8.19 Mass Foundations


Mass foundations shall be poured in lifts not exceeding 1.5 M. in height unless otherwise
indicated on the drawings or approved by Engineer-In-Charge.

8.20 Curing, Protecting, Repairing and Finishing


All concrete shall be cured by keeping it continuously damp for the period of time required for
complete hydration and hardening to take place. Preference shall be given to the use of
continuous sprays or ponded water, continuously saturated covering of sacking, canvas,
hessain or other absorbent materials, or approved effective curing compounds applied with
spraying equipment capable of producing a smooth, even textured coat. Extra precautions
shall be exercised in curing concrete during cold ad hot weather as outlined hereinafter. The
quality of curing water shall be the same as that used for mixing concrete.

8.20.1 Curing with Water:


Fresh concrete shall be kept continuously wet for a minimum period of 7 days from the date of
placing of concrete, following a lapse of 12 to 24 hours after lying concrete. The curing of
horizontal surfaces exposed to the drying winds shall however begin immediately the concrete
has hardened. Water shall be applied to unformed concrete surfaces within 1 hour after
concrete has set. Water shall be applied to formed surfaces immediately upon removal of
forms.

8.20.2 Repair and Replacement of Unsatisfactory Concrete


Immediately after the shuttering is removed, the surface of concrete shall be very carefully
inspected and all defective areas called to the attention of Engineer-in-Charge who may permit
hatching of the defective areas or also reject the concrete unit either partially or in the
entirety. Rejected concrete shall be removed and replaced by Contractor at no expense to
Corporation. Holes left by form bolts etc. shall be filled up and made good with mortar
composed of one part of cement to one and half parts of sand passing 2.36 mm IS Sieve after
removing any loose stone, adhering to the concrete. Mortar filling shall be struck off flush at
the face of the concrete. Concrete surface shall be finished as described under the particular
items of work.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 78 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Superficial honeycombed surface and rough patches 'shall be similarly made good immediately
after removal of shuttering, in the presence of Engineer and superficial water and air holes
shall be filled in. The mortar shall be well worked in the surface with a wooden float. Excess
water shall be avoided. Unless instructed otherwise by the Engineer the surface of the
exposed concrete placed against shuttering shall be rubbed down immediately on removal of
shuttering to remove fine or other irregularities, care being taken to avoid damaging the
surface. Surface irregularities shall be removed by grinding.

If, reinforcement is exposed or the honey combing occur at vulnerable positions it may be
necessary to cut out the members completely or in part and reconstruct. The decision of
Engineer-in-Charge shall be final in this regard. If only patching is " necessary the defective
concrete shall be cut out till solid concrete is reached (or to a minimum depth of 25 mm) the
edges being cut perpendicular to the affected surface; or with a small under cut if possible.
Anchor, tees or dovetail slots shall be provided whenever necessary to attach the new concrete
securely in place. An area extending several centimeters beyond the edges and the surfaces of
the prepared voids shall be saturated with water for 24 hours immediately before the patching
material is placed.

The above if required shall be done at Contractors own cost.

9 Plain cement concrete

9.1 General
For plain cement concrete work, the specifications for materials viz. cement, fine and coarse
aggregates and water shall be the same as that specified in reinforced concrete work
specifications.

But the proportion of mix will be nominal and the ratio of fine and coarse aggregate may be
slightly adjusted within limits keeping the total volume of aggregates to a given volume of
cement constant, to suit the sieve analysis of both the aggregates. Cement shall on no account
be measured by volume, but it shall always be used directly from the bags (i.e. 50 kgs/bag).

10.2 The quantity of water used shall be such as to produce concrete of consistency required by the
particular class of work and shall be decided by the use of a slump cone. Sufficient care should
be taken to see that no excess quantity of water is used. The final proportion of the aggregate
and the quantity of water shall be decided by the engineer on the basis of test in each case.
All plain concrete shall be preferably mixed in a drum type power driven machine with a
loading hooper which will permit the accurate measure of various ingredients. If hand mixing is
authorized, it should be done on a water tight platform and with the approval of the Engineer.
The mixing of each batch in the concrete mixer shall continue for not less than 1 minutes
after the materials and water are in the mixer. The volume of mixed materials per batch shall
not exceed the manufacturers rated capacity of the mixer. The mixer shall rotate at a
peripheral speed of about 60 meters per minute.

Concrete shall be poured and consolidated in its final position within half an hour of mixing.
The retempering of concrete which has partially hardened, that is remixing with or without
additional cement, aggregate or water shall not be permitted. Concrete in C.C. 1:3:6 and C.C.
1:2:4 will be required to be vibrates if specified and directed by the Engineer. In case if the
thickness of concrete is more than 150 mm, it may be vibrated if directed by Engineer.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 79 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The concrete shall be cured for 10 days in ordinary weather and 15 days in cold weather.

Measurements for the work done shall be exact length. breadth and depth shown or figured on
the drawings or as instructed by the engineer and after the concrete is consolidated. No extra
shall be paid for excess quantity resulting from faulty workmanship

10 Reinforcement
Reinforcement bars shall be plain round mild steel bars Grade-1 as per I.S. 432 (Part 1) and
High Yield Strength Deformed TMT bars conforming to Fe-500, IS-1786, as shown and specified
on the drawing. Wire mesh shall be in accordance with IS-1566. Substitution of reinforcement
will not be permitted except upon written approval from the Engineer-in-Charge.

10.1 Quality
11.1.1 All steel shall be of Grade I quality unless specifically permitted by the Engineer-In-Charge. No
rerolled material will be accepted. Contractor shall submit the manufacturer's test certificate
for steel. Random tests on steel supplied by Contractor may be performed by owner as per
relevant Indian Standards. All cost incidentals to such tests shall be at Contractors Expense ".
Steel not conforming to specification shall be rejected.

10.1.2 All reinforcement shall be clean, free from grease, oil, paint, dirt, loose mill scale, loose rust,
dust, bituminous material or any other substances that will destroy or reduce the bond. All
rods shall be thoroughly cleaned before being fabricated. Pitted and defective rods shall not be
used. All bars shall be rigidly held in position before concreting. No welding of rods to obtain
continuity shall allowed unless approved by the Engineer-in-Charge. If welding is approved, the
work shall be carried out as per IS-2751 according to best modern practices and as directed by
the Engineer. In all cases of important connections, strength of bars welded, Special
precautions, as specified by the Engineer-in-Charge shall be taken in the welding of cold
worked reinforcing bars and bars other than mild steel.

10.2 Laps
Laps and splices for reinforcement shall be as shown on the drawings. Splices in adjacent bars
shall be staggered and the locations of all splices, except those specified on the drawings, shall
be approved by the Engineer-in-Charge. The bars shall not be lapped unless the length required
exceeds the maximum available lengths of bars.

10.3 Bending.
All bars shall be accurately bent according to the sizes and shapes shown on the detailed
working drawings / bar bending schedules. They shall be bent gradually by machine or other
approved means. Reinforcing bars shall not be straightened and rebend in a manner that will
injure the bars containing cracks or splits shall be rejected. They shall be bent cold. Bars which
depend for their strength on cold working shall not be bent hot. Bars bent hot if required and
approved by Engineer shall not be heated beyond red cherry colour (not exceeding 645c) and
after bending shall be allowed to cool slowly without quenching. No reinforcement shall be
bent when in position in the work without approval, whether or not it is partially embedded in
hardened concrete. Bars having kinks or bends other than those required by design shall not be
used.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 80 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
10.4 Fixing
Reinforcement shall be accurately fixed by any approved means and maintained in the correct
position shown in the drawings by the use of blocks, spacers and chairs as per I.S. 2502 to
prevent displacement during placing and compaction of concrete. Bars intended to be in
contact at crossing point shall be securely bound together at all such points with number 16
gauge annealed soft iron wire. The vertical distances required between successive layers of
bars in beams or similar members shall be maintained by the provision of mild steel spacer
bars at such intervals that main bars do not perceptibly sag between adjacent spacer bars.

10.5 Cover to Reinforcement


Cover to reinforcement for various structural elements shall be as shown in the drawings and /
or as per IS:456.

11 FOR MWORK
11.1 General
The formwork shall consist of shores, bracings, sides of beams and columns, bottom of slabs
etc. including ties, anchors, hangers, inserts etc. complete, which shall be properly designed
and planned for the work. False work shall be so constructed that vertical adjustments can be
made to compensate for take up and settlements. Wedges may be used at the top or bottom
of timber shores, but not at high ends, to facilitate vertical adjustment or dismantling of the
formwork.
11.2 Type of Formwork
Formwork may be of plywood, metal, or concrete. For special finishes the formwork may be
lined with plywood, steel sheets, oil tempered hard board, etc. Sliding forms and slip forms
may be used with the approval of engineer-in-charge.
11.3 Formwork Requirement
Forms shall conform to the shapes, lines, grades and dimensions including camber of the
concrete as called for on the drawings. Ample studs, walers braces, ties, straps, shores etc.
shall be used to hold the forms in proper position without any distortion whatsoever until the
concrete has set sufficiently to permit removal of forms. Forms shall be strong enough to
permit the use of immersion vibrators. In special cases form vibrators may also be used. The
shuttering shall be close boarded and shall be sufficiently tight to prevent loss of water and
fine material from concrete.

Plywood or M.S. Plates shall generally be used for all concrete surfaces; Sawn and wrought
timber may be used with the approval of the Engineer

All new and used form lumber shall be maintained in a good condition with respect of shape,
strength, rigidity, water tightness, smoothness and cleanliness of surfaces. Form lumber
unsatisfactory in any respect shall not be used and if rejected by Engineer shall be removed
from the site.

12 Design, Engineering and preparation of the drawing


The contractor shall survey the erection site/ pipe line routing. Based on the routing the
required support either RCC pedestal or structural support shall be decided and designed. The
required drain vent points shall be identified. The contractor shall arrive the required no. of
thrust blocks and design the same. The pump foundation also shall be designed by taking input
from the Engineer In Charge. The contractor shall prepare general arrangement drawing and
also isometric drawings for the pipe line routing. The contractor shall design bar bending for
RCC. The contractor shall submit the design with detailed calculation and drawings for the

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 81 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
approval of NPCIL. The comments given by NPCIL shall be incorporated and resubmitted after
incorporation of the same for approval. The contractor shall submit 3 copies of the drawing in
hard form and also in soft form ( on latest version of Auto cad) to the Engineer In Charge after
final approval.

SECTION V Part C

PC-E-550, PC-P-285, PCP-344, PC-P-345, PC-E-551, PC-E-615 Technical Specifications.

Sl. Specification Description


No Designation
1 PC-P-285 Specification for Field welding of piping for KAPP-3&4
2 PC-P-344 Specification for Piping fabrication and
Erection for KAPP- 3&4
3 PC-P-345 Specification for Cleaning methods for piping for KAPP-
3&4
4 PC-P-550 Technical specification for Buried Piping
5 PC-P-551 Technical specification for PIPING, FITTINGS and Supports
6 PC-E-615 Technical Specification for paints in Nuclear power plants

SECTION V Part D

Piping Material Specification (PMS) no. KAPP-3&4/ 71120/1/PMS and valve specification sheet
(VSS) no. KAPP 3&4/ 71003/5001/VSS, KAPP 3&4/71003/5002/VSS, KAPP 3&4/71003/5011 /VSS ,
KAPP 3&4/71123/2021/VSS, KAPP 3&4/71123/2017/VSS , KAPP 3&4/ 71120/2024/VSS, KAPP
3&4/71003/5041 /VSS, KAPP 3&4/71853/2002/VSS.

Note:- Section V-Part-C and Part-D Attachment is Tender notification public tender document

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 82 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

SECTION VI

SCHEDULE OF DRAWINGS

The following drawings enclosed with this tender are given for information to the tenderer. However
the work shall be carried out as per the latest drawing issued for construction.
Sr. Drawing No. Description of the Drawing Rev No.
No
1. KAPP-3&4/71129/6002/GA 0
GA of Composite Piping.
Sheet 1 to 7
2. KAPP-3&4/71129/6004/GA 0
L- Section for NDCT- 1&2 Pipeline.
Sheet 1 & 2
3. Marked Drawing of Composite Site Layout 1
KAPP-3&4/10000/7002/GA
of KAPS-1 &2 and KAPP- 3&4.
4. KAPP-1&2/71129/7001/GA KAPS- 1&2 Plant Piping- Plan and Sections. 2

5. Provision of Temporary Piping for 0


KAPP- 3&4/ECN/71129/S
Commissioning of NDCT, IDCT & PTP.
6. Sketch-1 & Sketch-2 Informative Piping detail Drawing -

NOTE:-
Drawings are available in pdf format for reference is a mandatory 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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 83 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

SECTION VII
SCHEDULE OF MATERIAL TO BE SUPPLIED BY THE CORPORATION & FORMATS OF VARIOUS
CONTRACTUAL DOCUMENTS
SCHEDULE- A (As per GCC clause 18)
Sr. Clause No. of Description Stipulation
No. NIT/GCC
1 NIT-PQC/1.4 Applicability of Registration of EPF Yes
2 NIT- 24 Applicability of Mega Power Project Concession Yes
3 NIT- 25 Purchase preference to MSE registered bidders:
a) Waivel of submitting bid security Yes
b) Splitting of quantity for award to MSE No
4 1.1.1 Accepting authority Chief Construction
Engineer, KAPP-3&4.
5 2.1.3 Time by which possession of site will be given Available Progressively.
6 4.14.1 Availability of electricity Yes (With in KAPP-3&4
plant boundary premises)
7 4.14.1 The rate at which electricity will be charged Prevailing rate at site is
Rs.4.74/-per KWH
8 4. 19. 2 Number of trees to be planted by the contractor As per Pl/001/R2
9 4. 22. 1 Number apprentices to be trained by the Contractor NA
10 4. 23. 2 Availability of water supply by corporation Yes (With in KAPP-3&4
plant boundary premises)
11 4.23.2(i) Water charges Rs. 21.43/1000 ltrs.
12 4.24.2 Land availability for contractors colony Yes
13 5. 6. 3 Penalty, for not providing arrangements and As per Pl/001/R2
facilities as per safety guidelines.
14 5. 6. 4 Industrial safety training to be provided by No
corporation
15 5.6.14 Minimum number of safety professionals to be As per Pl/001/R2
deployed by contractor.
16 5. 6 .15 Penalty, for not deploying the minimum number of As per Pl/001/R2
safety professionals.
17 7.8.1 Applicability of the incentive clause Not applicable
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) 10%
Skilled labour component (ls) 23%
Material component

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 84 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Sr. Clause No. of Description Stipulation
No. NIT/GCC
Steel (m) 47%
Cement (n) 0.6%
_________________(o) -
_________________(p) -
All other materials (q) 2.4%
P.O.L component (d) 2%
Nearest Petrol pump to be considered for petrol Sainik Petrol Pump,
prices (P.O.L) Unchamala.
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
24 12.5.1 Simple interest for delayed payment. 12.25%
25 15.1.1 a) Workman Compensation Policy / ESIC Yes
b) CAR policy for the whole contract value Applicable
c) third party liability 10% of contract value
maximum limited to 50
lakhs.
26 -- Minimum deployment of manpower Not applicable
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 Not applicable
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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 85 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
SCHEDULE - B (As per GCC clause 18)
MATERIAL ISSUED TO THE CONTRACTOR @ FREE OF COST BY NPCIL
Sl. Particulars Unit Rate at Maximum Maximum Qty. to be
No which Invisible permissible issued
. Material Wastage Wastage (approx.)
will (Non- (Returnable
Be issued Returnable) % in case of free
* issue) %*
1. 2. 3. 4. 5. 6. 7.
1 Horizontal Centrifugal Nos Free NA NA 1
Pump, 5000 Cu.M/ hr. issue
capacity.

SCHEDULE 'C' (As per GCC clause 18)


TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR
Sl. Particulars Number Hire charges Per Frequency of Value Place Number
No. available hour Maintenance per of Reqd. by
Rs. Unit Issue the
Contractor.
NIL

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 86 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
FORMATS OF VARIOUS CONTRACTUAL DOCUMENTS

1. PROFORMA BANK GUARANTEE IN LIEU OF BID SECURITY

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

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

Bank Guarantee No........

To NUCLEAR POWER CORPORATION OF INDIA LTD

____________________________________________________

____________________________________________________

____________________________________________________

Dear Sir,

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

1________________________ 2________________________

3________________________ 4________________________

5________________________ 6________________________

7________________________ 8________________________

9________________________ 10________________________

Wish to participate in the said tender for the following:

1__________________________________________________________________________

2__________________________________________________________________________

3__________________________________________________________________________

Whereas it is a condition in the tender documents that the tenderer has to deposit Bid Security
with respect to the tender, with Nuclear Power Corporation of India Ltd (hereinafter referred to

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 87 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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


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

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

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

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

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

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

6. Notwithstanding anything stated above, our liability under this guarantee shall be restricted
to Rs........(Rupees....... ....)and our guarantee shall remain in force upto.......... and unless a
demand or claim under the guarantee is made on us in writing within three months after the

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 88 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be forfeited
and we shall be relieved and discharged from all liabilities thereunder.

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

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

(Signature)___________________________________________

(Printed Name)_______________________________________

(Designation)_________________________________________

(Bank's Common seal___________________________________

(Authorisation No.)_____________________________________

In the presence of:

Witness

1)_______________________

2)_______________________

Accepted

(Signature of the Officer)


For and on behalf of the
Nuclear Power Corporation of India Ltd.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 89 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 90 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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)

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 91 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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).

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 92 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
3. PROFORMA OF BANK GUARANTEE TO SECURE A LUMPSUM ADVANCE
(On Non-Judicial Stamp Paper of Appropriate Value)

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

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

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


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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 93 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
4. The Owner shall have the fullest liberty without effecting in any way the liability of the Bank
under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions
of the said Contract or the advance or to extend time of performance by the said Contractor or to
postpone for any time from time to time any of the powers exercisable by it against the said
Contractor and either to enforce or forbear from enforcing any of the terms and conditions
governing the said contract or the advance available to the owner and this said bank shall not
be released from its liability under these presents by any exercise by the Owner of the liberty
with reference to the matters aforesaid or by reasons of time being given to the said Contractor
or any other forbearance act or omission on the part of the Owner or any indulgence by the
Owner to the said Contractor on of any other matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have the effect of so releasing the Bank from its
such liability.

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

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

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

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

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

WITNESS
1.________________ Signature _________________________________

2.________________ Name & Designation ________________________

Authorization No:___________________________

Date and Place:______________________________

Bank's Seal _________________________________

Accepted

(Signature of the Officer)


For and on behalf of the
(Nuclear Power Corporation of India Ltd)

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 94 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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).

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 95 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
4. FORM OF HYPOTHECATION DEED

(ON NON-JUDICIAL STAMP PAPER ON APPROPRIATE VALUE)

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


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

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

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

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

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

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

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

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

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

(d) If the said loan of Rs.___________shall not be repaid by the Contractor or recovered in the
manner described above by the said ..........day of ..... due to any reasons whatsoever or the said
Contract has been determined earlier or cancelled or if the Contractor shall sell, pledge,
mortgage, transfer, part with or in any way deal with the said plant and equipment or any

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 96 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 97 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
SCHEDULE ABOVE REFERRED TO

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

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

Signed and delivered Signed by Shri ___________________


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

in the presence of :

(1)__________________________ (1)______________________________

(2)__________________________ (2)______________________________

*NOTES

*For Proprietary Concerns

Shri ___________________ son of___________resident of _______________________carrying on


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

(i) Shri _________________S/o.______________________________

(ii) Shri ________________ S/o._______________________________

*For Companies

M/s................ a company registered under the Companies Act, 1956 and having its registered office at
............... in the State of ............... (hereinafter called "the said Contractor" which said Contractor"
which expression shall unless the context requires otherwise include its administrators,
successors and assigns).

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 98 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
5. FORMAT FOR AGREEMENT

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

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

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

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

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

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

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

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


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

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


aforesaid work, in the manner mentioned in this contract.

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

Witness: Name & Signature (_____________)


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

(______________)
Witness: Name & Signature ___________________, KAPS/KAPP
For and on behalf of NPCIL

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 99 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 100 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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;

(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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 101 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 :


(a) If either party objects to any action or inaction of the other party, the objecting party may file a

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 102 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 103 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 104 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

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

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 105 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4

SECTION VIII

BILL OF QUANTITIES / SCHEDULES OF QUANTITIES AND RATES

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 106 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Name of Work : Supply, Handling, Transportation, Fabrication, Erection, Welding, Cement
mortar gunniting, Surface preparation, Painting, inspection and testing of
underground and above ground CS Piping, Pipe supports including
associated Civil works of plant water Piping from KAPS-1&2 to KAPP-
3&4.

Tender Notice No.: KAPS/CTC/3-4/PIPING/2017/ET-R/434

SCHEDULE OF QUANTITIES AND RATES (Price Bid)

NAME OF THE CONTRACTOR

SCHEDULE OF QUANTITIES AND RATES

Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
1 Schedule-A Supply of materials
1.1 MS Pipe, 1000 NB, IS 3589, Gr. Fe. Mtr 720
410, 10 mm thick, BW Ends, SAW
Spirally welded.
1.2 MS Pipe, 700 NB, IS 3589, Gr. Fe. Mtr 72
410, 9.53 mm thick, BW Ends, SAW
Spirally welded.
1.3 MS Pipe, 600 NB, IS 3589, Gr. Fe. Mtr 24
410, 9.53 mm thick, BW Ends, SAW
Spirally welded.
1.4 MS Pipe, 450 NB, IS 3589, Gr. Fe. Mtr 48
410, 9.53 mm thick, BW Ends, SAW
Spirally welded.
1.5 MS Pipe, 200 NB, 8.18 mm thk., SA- Mtr 114
53 Gr-B, ANSI B 36.10, ERW, Butt
weld ends.
1.6 MS Pipe, 25 NB, 3.8 mm thk., SA-53 Mtr 12
Gr-B, ANSI B 36.10, seamless plain
ends.
1.7 MS Pipe, 15 NB, 2.77 mm thk., SA- Mtr 12
53 Gr-B, ANSI B 36.10, seamless
plain ends.
1.8 90 Degree Elbow, 200 NB, SA 234 Nos 7
Gr. WPB, ANSI B 16.9, LR, SMLS, BW
Ends, Sch. To match 8.18 mm thk.
Pipe.
1.9 Gate Valve, 200 NB , Mannually Nos 2
operated, confirming to ANSI B
16.34, SA 216, Gr-WCB, 150#, Ends
SORF flanged, serrated finish to
ANSI B 16.5 as per VSS No.: KAPP
3&4/71003/5011/VSS.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 107 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
1.10 Gate Valve, 25 NB , Mannually Nos 10
operated, confirming to ANSI B
16.34, SA 105, 900 #, Socket welded
ends to ANSI B 16.11 as per VSS No.:
KAPP 3&4/71003/5002/VSS.
1.11 Gate Valve, 15 NB , Mannually Nos 10
operated, confirming to ANSI B
16.34, SA 105, 900 #, Socket welded
ends to ANSI B 16.11 as per VSS No.:
KAPP 3&4/71003/5001/VSS.
1.12 Butterfly Valve, 1000 NB, Manually Nos 1
operated, confirming to AWWA C
504, SA 216 Gr.-WCB, 75 #, Ends FF
flanged, serrated finish to AWWA C-
207, Class-B as per VSS No.: KAPP
3&4/71123/2021/VSS.
1.13 Check Valve, 700 NB, Dual Plate Nos 2
wafer type, confirming to API 594,
SA 216 Gr.-WCB, 125 #, Ends FF
flanged, serrated finish to AWWA C-
207, Class-B as per VSS No.: KAPP
3&4/71120/2024/VSS.
1.14 Butterfly Valve, 450 NB, Manually Nos 1
operated, confirming to AWWA C
504, SA 216 Gr.-WCB, 75 #, Ends FF
flanged, serrated finish to AWWA C-
207, Class-B as per VSS No.: KAPP
3&4/71123/2017/VSS.
1.15 Flange, SOFF, 1000 NB, conforming Nos 10
to AWWA C-207 class-B, serrated
finish, material conforming to IS
2002 Gr-2/ SA 515 Gr. 60 made of
single plate.
1.16 Flange, Blind, 1000 NB, conforming Nos 8
to AWWA C-207 class-B, FF serrated
finish, material conforming to IS
2002 Gr-2/ SA 515 Gr. 60 made of
single plate.
1.17 Flange, SOFF, 700 NB, conforming Nos 4
to AWWA C-207 class-B, serrated
finish, material conforming to IS
2002 Gr-2/ SA 515 Gr. 60 made of
single plate.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 108 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
1.18 Flange, SOFF, 600 NB, conforming Nos 10
to AWWA C-207 class-B, serrated
finish, material conforming to IS
2002 Gr-2/ SA 515 Gr. 60 made of
single plate.
1.19 Flange, Blind, 600 NB, conforming Nos 7
to AWWA C-207 class-B, FF serrated
finish, material conforming to IS
2002 Gr-2/ SA 515 Gr. 60 made of
single plate.
1.20 Flange, SOFF, 450 NB, conforming Nos 4
to AWWA C-207 class-B, serrated
finish, material conforming to IS
2002 Gr.-2/ SA 515 Gr. 60, made of
single plate.
1.21 Flange, Blind, 450 NB, conforming Nos 2
to AWWA C-207 class-B, FF serrated
finish, material conforming to IS
2002 Gr-2/ SA 515 Gr. 60 made of
single plate.
1.22 Flange, SORF, 200 NB, conforming Nos 4
to SA 105, ANSI B 16.5, 150 #,
serrated finish.
1.23 Gaskets EPDM, 1000 NBx3.18 mm Nos 12
thick, Durameter hardness, Shore A
60 5, AWWA-C-207, SOFF.
1.24 Gaskets EPDM, 700 NBx3.18 mm Nos 6
thick, Durameter hardness, Shore A
60 5, AWWA-C-207, SOFF.
1.25 Gaskets EPDM, 600 NBx3.18 mm Nos 10
thick, Durameter hardness, Shore A
60 5, AWWA-C-207, SOFF.
1.26 Gaskets EPDM, 450 NBx3.18 mm Nos 4
thick, Durameter hardness, Shore A
60 5, AWWA-C-207, SOFF.
1.27 Gaskets EPDM, 200 NBx1.5 mm Nos 6
thick, Durameter hardness, Shore A
60 5, ANSI B 16.5, SOFF.

1.28 Various sizes Hexaganol Headed Kgs. 700


Bolts Confirming to SA 193 Gr-B7,
ANSI B 18.2.1 with one plain Washer
and heavy Hex. Nut Confirming to
SA 194 Gr-2H, ANSI B 18.2.2.

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 109 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
2 Schedule-B Erection
2.1 Socket / Fillet Welding Inch dia 2800
2.2 Butt / Nozzle Welding . Inch dia 5900
2.3 Erection of pipelines, fittings, Inch Mtr 42700
flanges and valves including
Hydrotesting of Pipes.
2.4 Dye Panetrant Examination of Weld Inch dia 2700
Joints.
2.5 Supply, Fabrication, Erection, MT 2.5
welding, inspection, Surface
preparation by shot blasting, Supply
and application of HB Chlorinated
Rubber Zinc Phospate Primer paint
in two coats to minimum 100
micron DFT and supply and
application of HB 250Chlorinated
Rubber finish Paint in two coats to
60 microns DFT for CS Structural
Steel pipe Supports and
Components.
2.6 Surface preparation by shot SqM 3100
blasting, supply and application of
Inorganic Zinc Silicate Primer to
minimum 75 microns DFT , supply
and application of HB Epoxy MIO
Paint in two coats to minimum 100
mocrons DFT and supply and
application of Aliphatic PU Paint in
two coats to minimum 80 microns
DFT on CS Pipes and pipe saddle
supports.
2.7 25 mm. thk. Cement Mortar SqM 250
Gunniting with 3 mm dia. 50 x 100
welded MS wire mesh
reinforcement on CS Pipes of dia
1000 NB as per IS 3589.
2.8 Handling, Transportation, Erection, MT 12
Alignment and Grouting of Rotary
Equipments.
2.9 Earth work in excavation for CuM 450
foundations , trenches, etc. in all
types of soils by mechanical means
(Hydraulic Excavator) or by manual
means including dressing of sides,
watering, rolling, compaction,

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 110 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
testing of proctor dencity for
required value and making good for
PCC or laying of Pipeline and pipe
destal including taking out the
excavated soil and disposal of soil as
directed by Engineer, within a lead
of 500 m.
2.10 Backfilling of soil excavated from CuM 230
trenches at all levels/ sites including
compaction in layers, levelling after
erection and hydro testing of
Pipeline, casting of Pipe support
pedestals.
2.11 Providing, laying in position, mixing CuM 12
with weigh batcher, Plain Cement
Concrete (PCC) of M-15 grade for
pipe pedestal/ pump
pedestal/foundation, design mix
with minimum cement content of
240 Kgs./Cum. for levelling course,
including shuttering, mechanical
vibration compaction, levelling,
curing etc. complete as per
specifications including testing of
concrete as per approved QA plan at
NPCIL approved labs.
2.12 Supply and casting in-situ reinforced CuM 85
cement concrete (RCC) M-20 grade
pipe pedestal, designed mix with
minimum cement content of 320
kg/cum and 20 mm down coarse
aggregate of the required size,
admixture and other required
chemicals at any height or depth
including necessary scaffolding,
shuttering, mixing with weigh
batcher, placing in position,
compacting with mechanical
vibrators, curing, de-shuttering,
testing of concrete as per approved
QA Plan at NPCIL approved lab.
2.13 Supply and casting in-situ reinforced CuM 8
cement concrete (RCC) M-35 grade
pump pedestal/ foundation,
designed mix with minimum cement
content of 340 kg/cum and 20 mm
down coarse aggregate of the

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 111 of 112


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
required size, admixture and other
required chemicals at any height or
depth including necessary
scaffolding, shuttering, mixing with
weigh batcher, placing in position,
compacting with mechanical
vibrators, curing, de-shuttering,
testing of concrete as per approved
QA Plan at NPCIL approved lab.
2.14 Supply, fabrication and placing of MT 12
reinforcement steel- HYSD of TMT
Fe500 grade conforming to IS 1786
for Pedestals, including cutting,
bending, hooks etc. assembling with
18 gauge G.I. binding wires, if
required welding , supporting in
position to ensure line and levels
during concreting, maintaining
proper cover /spacing etc.,
providing adequate lap lengths all as
per drawing, technical specifications
and including all labour, materials,
tools transport, cage lowering,
equipment, fuel etc, complete as
per the direction of Engineer-in-
charge.
2.15 Design, Engineering and preparation Lump 1
of Drawings for Piping, Piping sum
supports, RCC Pedestals, Thrust
blocks etc.
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 bid price/rates/total bid price quoted shall be inclusive of all statutory liabilities, all
taxes, duties, levies or any other similar taxes as applicable under the existing statutes or
levy by the statuary authorities/State/ Central Government and payable by the bidder
under the contract or any other cause except the statutory service tax.
d. Before quoting the price, bidder is requested to go through all the sections of tender

Tender no:- KAPS/CTC/3-4/PIPING/2017/ET-R/434 IN:- 836 Page 112 of 112

You might also like