Professional Documents
Culture Documents
E-Tender ETR 953 2020
E-Tender ETR 953 2020
TENDER DOCUMENT
TENDER NO
KAPS/CTC/3-4/MECHANICAL/2020/ETR/953
SECTION – A
PROCEDURE FOR REGISTRATION & OBTAINING DIGITAL SIGNATURE CERTIFICATE FOR E-TENDERING
ACTIONS REQUIRED BY CONTRACTORS FOR PARTICIPATION IN E-TENDERING
a. PROCEDURE FOR REGISTRATION
1. Log on to website www.tenderwizard.com/DAE.
2. Go to the link “REGISTER ME” on Home page.
3. Fill up the form and submit. (Marked fields are mandatory).
4. Upload scanned (original) copy of
i) Registration certificate,
ii) Turnover certificate
iii) PAN card, then click “Finish upload”.
5. Pay Annual Registration Fees as under:
CHARGES FOR ANNUAL REGISTRATION
Sr. TURN OVER OF CONTRACTORS ANNUAL REGISTRATION FEE MODE OF PAYMENT
No (Including Service Tax)
01 Up to Rs.50 lakhs Rs. 1140/- (For One Year) Online payment by net banking,
02 More than Rs.50 Lakhs & up to Rs.5 Crore Rs. 3420/- (For One Year) Credit Card / Debit Card of any bank
03 More than Rs.5 Crore Rs. 5900/- (For One Year)
6. After payment, an acknowledgement will be generated. Send mail of acknowledgement copy for activation of
profile to daehelpdesk@tenderwizard.co.in.
7. On registration as above, LOG-IN USER ID & PASS WORD will be activated for the TENDER WIZARD site.
8. Log-in to the TENDER WIZARD portal of DAE by using digital signature certificate (DSC / e-token) as per details
given in (B) below, for downloading / uploading documents and other tendering activities.
b- PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE:
1. For logging the tender wizard e-tendering website contractor to possess class-III digital signature certificate (DSC
/ e-Token) from any one of the authorized agency viz. e-Mudhra, TCS, GNFC, MTNL. N-Code, C1 – India etc.
2. For convinces of the contractors, arrangements have been made as an option, to provide DSC of e- Mudhra from
Unit Help Desk OR Prospective contractors may contact - 09969395522 (Mr. Rudresh, Mumbai) or Help Desk
Personnel of M/s ITI Ltd posted at KAPS - 09408165978 (Mr. Brijesh Patel).
3. Procedural requirement for obtaining e-Mudhra Class-III DSC from DCSEM:
a) Log on web site www.tenderwizard.com/DAE
b) On home page click “DOWNLOAD” Section. Under “DIGITAL SIGNATURE” application there are three
applicable options as under:
Description Download
Class-III Application Form for organization (Contractors) Click here to Download
Class-III Application Form for individual(Contractors) Click here to Download
Class-III Renewal Application Form Click here to Download
c) Download the required form, fill all the details as per guidelines. Sign across the photograph and submit to
ITI Help desk along with payment for DSC as under:
Sr.No. PARTICULARS DSC CHARGES DSC RENEWAL CHARGES DD IN F/O
01 DSC Class-III- individual Rs. 3990/- (1 Year) Rs.2850/- (1 Year) ANTARES SYSTEMS
(Contractors) Rs. 4902/-(2 Year) Rs.3762/- (2 Year) LIMITED, Payable
02 DSC Class-III- Organization Rs. 4218/- (1 Year) Rs.2997/- (1 Year) at Bangalore.
(Contractors) Rs. 5157/-(2 Year) Rs.4031/- (2 Year)
NOTE:
1. The names and address in the supporting document and in the application form should be the same.
2. Supporting documents should be attested by any Gazetted office or Bank Manager.
3. Please refer DSC application form for supporting documents required.
FOR ANY HELP / QUERY, PLEASE CONTACT
DAE help Desk, Bangalore 080-40482000 e-Mail: daehelpdesk@tenderwizard.co.in
DAE help Desk, New Delhi 011-49424365 e-Mail: daehelpdesk@tenderwizard.co.in
DSCEM, Mumbai, Mr. RUDRESH M/s ITI representative Mobile – 09969395522 – e-mail id:
twhelpdesk231@gmail.com
NPCIL Kakrapar, Mr. Brijesh Patel M/s ITI representative Mobile – 09408165978 – e-mail id:
twhelpdesk637@gmail.com
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 4 of 98
यिू लयर पावर कॉप रे शन ऑफ इं डया ल मटे ड NUCLEAR POWER CORPORATION OF INDIA LIMITED
(भारत सरकार का उ!यम) (A Govt. of India enterprise)
क#$%य &न'वदा क) CENTRALIZED TENDERING CELL
ई-ट# डर नो-टस e-TENDER NOTICE
ऑनलाइन साव.ज&नक &न'वदाएं स)म 1ा2धकार% !वारा ई-ट# ड4रंग मोड के मा6यम से आमं89त क: जाती ह=,
एनपीसीआईएल क: ओर से पा9 ठे केदार@ से काम और 'ववरण के लए नीचे -दए गए ह=
Online public tenders are invited through e-tendering mode by competent authority, for and on behalf of
NPCIL from eligible contractors for the work and details given below:
GENERAL DETAILS
1 &न'वदा संDया Tender no. KAPS/CTC/3-4/MECHANICAL/2020/ETR/953
2 काम का नाम और सेवा का Eथान केएपीपी ३ और ४ के लये चरल ट स, व वध
Name of work and place of service
चरस का फे केशन और इरे शन, पाइ पंग का
सपो#स$, फे केशन और इरे शन ।
Supply of structural steels, fabrication and erection of
miscellaneous structure, supports, fabrication and
erection of piping for KAPP-3&4.
3 सभी कर@ के समावेशी काय. क: अनमा
ु &नत लागत Rs.3,77,22,423/- (जीएसट% स-हत including GST)
Estimated cost of the work inclusive of all taxes
4 अ2धकतम दस लाख क: अनमा&नत
ु लागत के अधीन Rs.7,54,448/- यह &न'वदा मे 8बड स यो4रट% माफ: नह%ं है ।
8बड स यो4रट% @ 2% कपया
ृ 8बड स यो4रट% एमाउं ट भ4रये । (MSME – Bid Security
Bid security @ 2% of estimated cost subject to Exemption is not allowed in this tender)
maximum of ten lakh
5 &न'वदा क: 'व2ध Mode of tender Public
&न'वदा का 1कार Type of tender Two Part
6 बोल% सर)ा
ु 1Eततु करने का तर%का 1) Credit / debit card
Mode of bid security submission 2) RTGS / NEFT
3) Online payment
7 समापन क: अव2ध Completion period 18 (Eighteen) Months (including monsoon period)
8 सभी कर@ को मलाकर &न'वदा 1संEकरण शNक
ु Rs.5900/- in favour of M/s. ITI Limited through on-line
Tender processing fee inclusive of all taxes payment, debit /credit card
9 केवल मOत
ु दे खने के लए &न'वदा दEतावेज@ क: The links of website www.tenderwizard.com/DAE is also
उपलPधता Availability of tender documents for available on websites www.npcil.nic.in &
http://e-procure.gov.in
free view only
10 1ोसे संग शNक
ु का भगतान
ु करने के बाद डाउनलोड On website www.tenderwizard.com/DAE
करने (खर%दने) के लए &न'वदा दEतावेज@ क: From 16/03/2020 (10:00 Hrs.) up to 27/03/2020 (17:00 Hrs.)
उपलPधता। (8बR: अव2ध)
Dates of availability of tender documents for
downloading (purchasing) after paying
processing fee. (Selling period)
11 पव.
ू बोल% बैठक क: प4रकNपना क: गई है या नह%ं, 28/03/2020 (up to 15.00 hours)
दोन@ मामल@ म# EपSट%करण के लए ऑनलाइन 1Tन
/ 1Tन 1Eतत
ु करने क: अं&तम &त2थ और समय
Last date and time of submitting online
queries/questions for clarification in both cases
whether pre- bid meeting is envisaged or not
12 बोल% पव.
ू बैठक Pre-bid meeting 30/03/2020 (14.00 घंटे) @ अन-ु -दशा भवन, केएपीपी 3&4
30/03/2020 (14.00 hours) @ Anu-Disha Bhavan, KAPP 3&4
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 5 of 98
13. Bidders are advised to open bank account with core banking solution branch (with NEFT/ RTGS)
in order to facilitate online payment of tender processing fee and bid security for their own
benefit. IFSC is an 11 digit code with the first 4 alpha characters representing the bank, and the
last 6 characters representing the branch. The 5th character is 0 (zero). The bidder shall fill IFSC
code correctly i.e. upper case of alphabets, spacing and all eleven alpha-numeric. The bid security
shall be refunded online to the bank as per the details submitted. In case of erroneous details it
will not be possible to refund the bid security online and bidder shall be responsible for
consequent delays.
14. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall imply that the
bidder has seen and understood the GCC & NIT and shall abide by the same without any
deviations/conditions. The detailed NIT and GCC shall be part of agreement. If the bidder at any
stage refuses to accept the same, the bid shall be rejected and bid security shall be forfeited.
Further disciplinary action is liable to be taken including debarring from participation in
retendering of the same work or other works as deemed appropriate by the competent authority.
15. The prevailing corporate policy on banning of business dealings as uploaded on the website shall
also be applicable in addition to relevant clauses stipulated in bid document. The word banning,
blacklisting, holiday, de-registered means the same.
16. The e-tenders are being uploaded on Central Public Procurement Portal (www.eprocure.gov.in)
for wider publicity and free view of bid document. The bidders are requested to visit
www.tenderwizard.com/DAE for all other activities viz. registration, downloading the bid
document, uploading technical & financial bids, viewing corrigendum/addendum, pre-bid
meeting, bid opening and closing date & time etc. The information as available on
www.tenderwizard.com shall only be legal and binding.
LIST OF MANDATORY DOCUMENTS AS PER NOTES BELOW AND PRE-QUALIFICATION CRITERIA
TO BE SCANNED AND UPLOADED ON THE LINK WITHIN PERIOD OF BID SUBMISSION:
Sr.No. DESCRIPTION
1. Power of attorney / Partnership Deed of the signatory of bid as per relevant clause of NIT
2. PAN card of Proprietor / Company
3. GST registration certificate (GSTIN) / ARN
4. Tax Information: As per Annexure –7. PDF copy with signed & Company’s stamp is compulsory.
5. Registration of EPF
6. Certificate of annual turnover of last 3 years stamped & signed by chartered accountant as per
annexure –2 of NIT
7. Statement of value of work executed during last five financial years stamped and signed by
chartered accountant as per annexure –3A of NIT
8. Statement of existing commitments and on-going works and value of bid capacity certified by
chartered accountant with signature and stamp as per annexure –3B of NIT
9. Work experience –1 : As per annexure –1 of NIT Along with Documentary proof as per P.Q. Criteria
Clause No.1.1
10. Work experience –2 : As per annexure –1 of NIT Along with Documentary proof as per P.Q. Criteria
Clause No.1.1
11. Work experience –3 : As per annexure –1 of NIT Along with Documentary proof as per P.Q. Criteria
Clause No.1.1
12. Work experience –4 : As per annexure –1 of NIT Along with Documentary proof as per P.Q. Criteria
Clause No.1.1
13. Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail benefit of
clause- 25 (MSE exemption is not allowed in this work)
14. Memorandum of Agreement (section – II)
15. UNDERTAKING BY THE BIDDER As per annexure-9 of NIT
16. Annexure - 4 black listing De-registration Detail
17. Annexure - 5 Litigation history
18. Annexure - 6 MSME Registration (MSE exemption is not allowed in this work)
19. Affidavit
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 8 of 98
NOTES-
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The
submission of documents is deemed as undertaking by bidder that all the documents are
true and genuine. If it is found, at any time during bidding or execution of work, that the
information/ documents submitted by the bidder are in variance/ forged/bogus, they shall
be legally held responsible for the same. Their offer shall be summarily rejected or
termination of contract, if awarded, forfeiting of the bid security, performance guarantees,
security deposit, if any. The bidder / contractor shall be blacklisted/ debarred for further
works in NPCIL for a period of five years.
2. By submission, the bidder undertakes and confirms that eligible similar works have been executed as
prime contractor and the same have not been got executed through another contractor on back to
back basis or as a subcontractor. Any violation of this shall result in panel action as per point-1 above.
3. It is essential to upload all the mandatory documents. If some document is not applicable/ available
the status shall be printed on a paper and same shall be uploaded. Uploading of any blank / irrelevant
documents in connection to mandatory documents will lead to rejection of the offer.
4. At the time of submission of bid, contractor shall upload certificate from CA mentioning
financial turnover of last 3 years ,value of work done during last five audited financial year (A)
and existing commitments (B) for calculation of bid capacity. The bidders are requested to
submit details of all existing commitments. Concealment of information in this regard shall
result in rejection of bid and forfeiture of bid security along with debarring for a year from
participation in any of the tender of corporation. Further financial details and related
supporting documents, if required may be asked from contractor after opening of technical
bid. There is no need to upload entire voluminous balance sheet.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification criteria
in the excel sheet uploaded for the purpose. The technical evaluation shall be done based on
the data provided in excel sheet and the relevant document uploaded to support the same. In
case where the relevant information is not filled in the uploaded excel sheets while
commensurate supporting documents are uploaded, the supporting documents shall not be
considered in evaluation as the technical evaluation sheet is auto generated by system.
Therefore the bidders in their own interest shall fill all the relevant information in excel
sheets and upload commensurate supporting documents. The bidders shall not write in the
excel sheet that information is as per enclosure, as it will be treated as no information is
submitted. In order to facilitate proper pre-qualification, evaluation the tender approving
authority may ask bidders to submit additional documents. Corporation may ask for
clarification and submission of documents in support of documents already submitted.
6. In case of single/nomination/limited tenders the bidders are not required to upload
information and documents for prequalification.
PRE-QUALIFICATION CRITERIA
MINIMUM REQUIREMENT:-
1.1 Work Experience:
The intending bidder must have in its name as prime contractor experience of having
successfully completed similar works during last 5 years ending last day of month previous
to the one in which NIT has been published on e-tendering portal should be either of the
following:
a) Three similar completed works, each costing not less than the amount equal to 40% of
the estimated cost or
b) Two similar completed works, each costing not less the amount equal to 50% of the
estimated cost or
c) One similar completed work costing not less than the amount equal to 80% of the
estimated cost.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 9 of 98
Note: Work executed for private body will be considered only if contractor / firm produce tax
deduction at source certificate.
Similar work for the purpose of this contract shall mean : “Experience in Supply of
structural steel, fabrication and erection of structural steel, piping and supports” Where
only a part of a composite work satisfies above criteria of similar work, value of that part
(completed) only shall be taken as “similar completed work” under 1.1 a) or b) or c) above.
1. The cost of completed work shall mean gross value of the completed work including all the
taxes and levies, cost of material supplied by the client on chargeable basis, but excluding
those supplied free of cost. The cost of chargeable material shall be the fixed value at which
the client had supplied the material.
2. The work experience of the bidder for those works only shall be considered for evaluation
purposes, which are completed before the last date of month previous to one in which NIT
has been published on e-tendering portal. Hence, the works which are incomplete/ on-going,
as on the last date of month previous to one in which NIT has been published on e-tendering
portal, shall not be considered against eligibility.
3. In case the work is started prior to the eligibility period of 5 years (counted backwards
starting from the last day of month previous to e-publication date of NIT) and completed
within the said eligibility period of 5 years, then the full value of work shall be considered
against eligibility.
4. In case the experience has been earned by the bidder as an individual or proprietorship firm
or partner of a partnership firm, then 100 % value of experience will be considered against
eligibility. But if the experience has been earned by the bidder as a partner in a Joint Venture/
Consortium, then the proportionate value of experience in proportion to the actual share of
bidder in the joint venture/ consortium will be considered against eligibility. The bidder shall
furnish information regarding the actual percentage of share and value of experience
accordingly. In case of joint venture/ consortia, full value of work, if done by the same joint
venture shall be considered.
5. The bidder shall submit details of work executed by them in the Performa of Annexure-1 of
NIT for the works to be considered for qualification of work experience criteria. Documentary
proof such as work order/purchase order/agreement, completion certificate from client
clearly indicating the name of work, actual completion cost and actual date of completion for
such work should be submitted. The offers submitted without the documentary proof shall
not be evaluated. The work done for all companies except government/government
bodies/public sector units, which has been completed after extension, will not be accepted
without documentary proof of extension.
a) Work order with bill of quantities and rates
b) Extension letter, if the work has been completed beyond stipulated completion date in
work order/agreement
c) Completion certificate issued by client with final / last bill mentioning the gross value of
work done. The completion certificate shall be for individual work order. The completion
certificate clubbing two or more work orders shall be rejected.
d) Stamped and signed certificate by chartered accountant giving details of bill wise payment
received, TDS amount & TDS certificate number for works executed for all companies
except government/government bodies/public sector units.
6. The value of work done meeting prequalification criteria shall be brought to current costing
level by enhancing the actual value of work at simple rate of 7% per annum, calculated from
the date of completion to the last day of month previous to the one in which NIT has been
published on e-tendering portal. Both the date of completion and last date of month
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 10 of 98
previous to the one in which NIT has been published on e-tendering portal shall be excluded
for the purpose of calculating escalation.
7. The bidders if required may be asked to produce original and photocopy of all the documents
attested by notary submitted for qualification purpose for verification at any stage at
corporation’s discretion. If the same are not produced in stipulated time, the bid shall be
rejected.
1.2 Annual Turnover:
The average annual financial turnover during the last three years ending 31st March of the
previous financial year should be at least 30% of the estimated cost.
Notes:
a. Financial data for latest last three audited financial years has to be submitted by the
bidder in Annexure-2 of NIT. The same shall be certified by chartered accountant (CA)
with his stamp and signature.
In case balance sheet of the last financial year is not audited, the bidder has to submit a
certificate by a CA certifying that “the balance sheet has actually not been audited so far”.
In such case the financial data of previous three audited financial shall be taken into
consideration for evaluation. If the audited turnover of any year as per above is not
submitted, the turnover for that year shall be considered as zero and average annual
turnover for three years will accordingly be calculated. If the CA certificate is not
submitted along with the bid, the bid will be considered as non-responsive and rejected.
b. In case of joint venture / consortia, the financial standing criteria will be evaluated based
on weighted average of the financial data of the members as per their percentage
participation.
1.3 For tenders of estimated cost put to tender of 100.0 lakhs and above, bidders who meet
minimum criteria will be qualified only if their available bid capacity is more than the bid
value. The bid capacity of the contractor shall be determined by the following formula:
Bid Capacity = (A x N x 2) – B
Where,
‘A’ = maximum value of works executed in any one year during last five financial years.
‘B’ = Value of existing commitments and on-going works calculated from last date of month
previous to one in which NIT has been published to be completed in the next ‘N’ years.
‘N’ = Number of years prescribed for completion of the subject contract.
Financial data for latest last five financial years has to be submitted by the bidder in
Annexure-3A of NIT. The above financial data will be brought to current costing level by
enhancing the actual value of work at simple rate of 7 % per annum or part thereof calculated
from the last date of that financial year The same shall be certified by the chartered
accountant with his stamp, signature and membership number.
Value of existing commitments for on-going works has to be submitted by the bidder in
Annexure-3B of NIT. The same shall be certified by the chartered accountant with his stamp
and signature.
a) In the case of joint venture / consortia, bid capacity of each member will be computed
applying above formula and combined bid capacity of the joint venture / consortia will be
weighted average of the individual bid capacity of the members as per their percentage
share in the joint venture / consortia.
b) If it is found at any stage that the bidder has submitted incorrect data for assessment of
bid capacity the bid or if the work is awarded the work order shall be rejected/cancelled
and other penal action as per NIT and GCC shall be taken.
1.4 Registration no. of EPF
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 11 of 98
5.7 बोल%कता. एनआईट% म# द% गई &नधा.4रत &त2थ और समय के भीतर ई-मेल !वारा अपनी िजmासा /
1Tन अnे'षत कर# गे। &नगम !वारा -दया गया EपSट%करण बोल%कता. क: पहचान का खलासा
ु Yकए
8बना सभी बोल%कता.ओं को oिSटगत होगा। &नधा.4रत &त2थ और समय के बाद 1ाfत 1Tन@ /
िजmासाओं पर 'वचार नह%ं Yकया जाएगा एवं इस संबध
ं म# कोई 1&तYRया अnे'षत नह%ं क: जाएगी।
बोल% 1Eतत
ु करने का अथ. होगा Yक बोल%कता. ने 1&तYRया दे ख ल% है और उसे जानकार% Eवीकार
है ।
The bidder shall forward any query/question by e -mail within the stipulated date and time given in
NIT. The clarification given by the corporation shall be visible to all the bidders without disclosing
the identity of the bidder raising the query. The questions/query received after stipulated date and
time shall not be entertained and no response shall be forwarded. The submission of bid shall
mean that the bidder has seen the response and accepts the content.
up as specified therein.
11.5 आयकर, जीएसट% या अ य कर# / दे यताएं (जहां भी 1योtय हो) क: वैधा&नक कटौती ठे केदार क:
दे यताओं म# से क: जाएगी। कर@ के 'ववरण के लए, बोल%कता.ओं को इस &न'वदा के एक भाग के
]प म# -दए गए सं'वदा क: सामा य शत[ (जीसीसी) के 1ासं2गक खंड का संदभ. लेने क: सलाह द%
जाती है ।
The statutory deductions of income tax, GST or other taxes/dues (wherever applicable) shall be
made from the payments due to the Contractor. For details on taxes, the bidders are advised to refer
to relevant clause of General Conditions of Contract (GCC) forming part of this tender.
11.6 सशत. बो लयाँ / 1Eताव &नरEत कर -दए जाएंगे।
Conditional Bids/offers will be liable to be rejected.
11.7 बोल%कता. बोल% 1Eतत ु करते समय BOQ के साथ प4र शSट-7 अ&नवाय. ]प से 1Eतत ु कर# ।
प4र शSट-8 सं'वदा मल जाने के पTचात काय. &नSपादन के दौरान &नय मत कर चालान के साथ
1Eतत
ु Yकया जाना है । कहे जाने पर बोल%कता. उ त म# द% गई जानकार% को सXया'पत/ 1माeणत
करे गा।
The bidder has to compulsorily submit Annexure–7 along with BOQ during submission of Bid.
Annexure–8 is to be submitted along with regular tax invoice during execution of work after award.
Bidder shall substantiate the information provided herein if called for to do so.
11.8 1&तभ&तू जमा और बीमा क: रा श सं'वदा मNय ू पर ह@गी िजसम# जीएसट% भी शा मल होगा।
The security deposit and insurance shall be on contract price which is inclusive of GST.
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.
be opened on next working day. In exceptional cases opening of tenders can be done on any day or
time after scheduled date and time of opening. Corrigendum issued for opening of tender shall be
uploaded on website.
16.2 एनआईट% के अनसार ु &नधा.4रत बोल% 1&तभ&तू रा श और अ य अ&नवाय. दEतावेज@ के 8बना 1Eतत ु
क: गई बो लय@ को सरसर% तौर पर &नरEत कर -दया जाएगा।
The bids without stipulated bid security amount and other mandatory documents as per NIT
shall be summarily rejected.
16.3 दो खंड@ क: &न'वदाओं म# केवल पा9 बोल%कता. क: 'वXतीय बोल% खोल% जाएगी।
In two part tenders financial bid of only qualified bidder shall be opened.
17.0 बो लय@ का EपSट%करण Clarification of bids
17.1 बो लय@ क: पर%)ा एवं तलना
ु म# सहायता करने के लए, &नगम अपने 'ववेक से Yकसी भी बोल%कता.
से उसक: बोल% के EपSट%करण के लए से पछ
ू सकता है, िजसम# इकाई दर@ का 'ववरण भी शा मल
है । EपSट%करण का अनरोध
ु एवं 1&तउXतर लeखत म# अथवा ईमेल / फै स !वारा Yकया जाएगा,
परं तु बोल% क: क:मत या उसके 'ववरण म# कोई प4रवत.न, 1Eताव नह%ं मांगा जाएगा और न ह%
इसक: अनम&त
ु होगी। य-द बोल%कता. &नधा.4रत समय के भीतर जवाब नह%ं दे ता है, तो बोल%कता. क:
बोल% का मNयां
ू कन उसके Eवयं के मे4रट के आधार पर कर -दया जाएगा।
To assist in the examination and comparison of bids, the corporation may, at its discretion, ask any
bidder for clarification of his bid, including breakdown of unit rates. The request for clarification
and the response shall be in writing or by email / fax, but no change in the price or substance of the
bid shall be sought, offered, or permitted. If the bidder does not respond within the stipulated time,
then the bid of the bidder will be evaluated on its own merit.
17.2 बोल%कता., बोल% खोले जाने के समय से सं'वदा 1दान Yकए जाने क: &त2थ तक अपनी बोल% से
संबं2धत Yकसी भी मामले पर &नगम से संपक. नह%ं करे गा।
Bidder shall not contact the corporation on any matter relating to his bid from the time of the bid
opening to the time the contract is awarded.
17.3 बोल%कता. !वारा &नगम के बोल% मNयां ू कन, बोल% तलना
ु या सं'वदा 1दान करने संबध ं ी &नण.य@ को
1भा'वत करने के लए Yकए गए Yकसी भी 1यास के प4रणामEव]प, उसक: बोल% को अEवीकत
ृ
Yकया जा सकता है ।
Any effort by the bidder to influence the corporation’s bid evaluation, bid comparison or contract
award decisions, may result in the rejection of his bid.
18.0 बो लयQ कI जांच एवं तaपbचात कI जाने वाल कार$ वाई का Aनधा$रण
Examination of bids and determination of responsiveness
18.1 बो लय@ के 'वEतत ृ मNयां
ू कन Yकए जाने से पव. ू , &नगम यह &नधा.4रत करे गा Yक 1Xयेक बोल% (क)
पव.
ू -यो`यता मानदंड के अनसार
ु यनतम
ू आवTयकताओं को परा
ू करती है या नह%ं, (ख) आवTयक
बोल% सर)ा
ु रा श संल`न है या नह%ं, (ग) बोल% दEतावेज@ क: आवTयकताओं के 1&त अनYRयाशील
ु
है अथवा नह%ं एवं (डी) खंड-15.4 के अनसार
ु 1ा2धकत
ृ हEता)रकता. !वारा बोल% सम2चत
ु ]प से
हEता)4रत है अथवा नह%ं।
Prior to detailed evaluation of bids, the corporation will determine whether each bid(s) meets (a)
the minimum requirements as per pre- qualification criteria (b) is accompanied by the required bid
security (c) is responsive to the requirements of the bidding documents (d) has been properly
signed by authorized signatory as per clause-15.4.
18.2 एक 1&तYRयाशील बोल% वह है जो 8बना सामnी 'वचलन या 1&तबंध के बोल% दEतावेज@ म#
उिNलeखत सभी &नयम@, शत[ और 'व&नदश@
^ के अन]प
ु है । सामnी 'वचलन या आर)ण से ताXपय.
है Yक (क) िजससे काय[ के दायरे /काय.)9
े , गणवXता
ु या काय. &नSपादन म# Yकसी भी 1कार का
महXवपण.
ू प4रवत.न हो; (ख) जो &नगम के अ2धकार@ या सं'वदा के तहत बोल%कता. के दा&यXव@ को
Yकसी भी 1कार से सी मत कर रहा हो; या (ग) िजसके !वारा Yकया गया संशोधन/सधार
ु
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 22 of 98
24.0 ना भक:य ऊजा. प4रयोजनाओं (एनपीपी) के लए 1दXत 'वXतीय 4रयायत# (लागू नह%ं)
Fiscal Concessions for Nuclear Power Projects (NPPs) (Not Applicable)
24.1 440 मेगावाट या उससे अ2धक )मता वाल% ना भक:य ऊजा. प4रयोजना को भारत सरकार ने
'वXतीय 4रयायत@ के लए अ2धस2चत ू Yकया है ।
Nuclear Power Project of capacity 440 MW or more have been notified by GoI for eligibility towards
fiscal concessions.
इन प4रयोजनाओं को Eथा'पत करने के लए आवTयक सामnी पर भारत सरकार क: मौजदा ू नी&त
(सीमा शNक
ु अ2धसचना
ू संDया 50/2017 -दनांक 30-6-2017 के Rम संDया 602) के अनसार
ु
सीमा शN
ु क ‘शू य’ है । अत: उपरो त 'वXतीय लाभ@ को 6यान म# रखते हए ु , &नगम !वारा ठे केदार
को साम2nय@ पर कोई भी सीमा शNक ु दे य/ 1&तप4रत
ू नह%ं Yकया जाएगा। इसी 1कार, भारत सरकार
क: 'वदे श cयापार नी&त 2015-2020 के पैराnाफ 7.02 (एच) के अनसार
ु , राSi%य 1&तEपधा.Xमक
बोल% या अंतरा.Si%य 1&तEपधा.Xमक बोल% के तहत इन प4रयोजनाओं के लए साम2nय@ क: आप&त.
ू
करने वाले घरे लू ठे केदार महा&नदेशक, 'वदे श cयापार नी&त, वाeणtय 'वभाग, उ!योग एवं वाeणtय
मं9ालय, भारत सरकार (डीजीएफट% iे ड नो-टस संDया-11/2018 -दनांक 30.06.2017) !वारा जार%
1YRया'व2धय@ के ह=डबक
ु के पैरा 7.03 (ए) अ2nम 1ा2धकरण से संबं2धत और 7.03 (बी) नी&त के
डीbड ए सपोट. hॉ बैक से संबं2धत एवं पैराnाफ 7.02 (डी), 7.03 (जी) और 7.05 (बी) के अनसार
ु
'डीbड ए सपोट. ' से संबं2धत लाभ@ के लए पा9 ह@गे। उपरो त 'वXतीय लाभ@ को 6यान म# रखते हए ु ,
&नगम !वारा ठे केदार को साम2nय@ पर कोई भी सीमा शNक ु दे य/ 1&तप4रत
ू नह%ं Yकया जाएगा।
As such the goods required for setting up these projects are subject to ‘NIL’ Customs duty as per
the extant policy of Government of India (vide Customs Notification No. 50/2017 dated 30-6-2017
at Sr. No. 602). In consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall,
therefore, be payable/ reimbursable by the Corporation to the Contractor. Similarly, as per the
paragraph 7.02 (h) of Foreign Trade Policy 2015-2020 of Government of India, Domestic
Contractors supplying goods for these projects under the procedures of National competitive
bidding or International Competitive bidding shall be eligible for benefits of ‘Deemed Export’ under
paragraph 7.03 (a) relating to advance authorization and 7.03 (b) relating to deemed export draw
back of the Policy and paragraphs 7.02(d), 7.03(g) and 7.05(b) of Hand Book of Procedures) issued
by the Director General of Foreign Trade, Department of Commerce, Ministry of Commerce and
Industry, Government of India (DGFT Trade Notice Number – 11/2018 dated: 30.06.2017). In
consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be
payable/ reimbursable by the Corporation to the Contractor.
24.2 ठे केदार, ऐसे 'वXतीय लाभ उठाने से जड़े ु हएु संबं2धत सां'व2धक 1ा2धका4रय@ !वारा &नधा.4रत सभी
आवTयक 1YRयाओं, 1'व2धय@ और दEतावेज़ीकरण के पालन एवं अनपालन
ु के लए पर%
ू तरह से
उXतरदायी है। तथा'प उपरो त छट
ू /4रयायत@ का लाभ उठाने के लए &नगम 'व•ान &नयम@ एवं
1YRया'व2धय@ के अनसार ु केवल 'व-हत दEतावेज, या 1माणन ह% उपलPध कराएगा।
The Contractor is solely responsible for adherence and compliance with the necessary processes,
procedures and documentation as may be stipulated by the concerned Statutory Authorities
connected in respect of availing such fiscal benefits. The Corporation, shall, however, make
available only the requisite documents or certifications as per the extant rules and procedures for
availing the above exemptions/concessions by the Contractor.
24.3 ठे केदार !वारा 'व&न-द.Sट 1ा2धका4रय@ !वारा बोल% 1Eतुत करने क: अं&तम &त2थ म# 1च लत
उपय.ु त लाभ@ के 1ावधान@ क: cयाDया के आधार पर या 'व2ध म# प4रवत.न के कारण इनकार करने
क: िEथ&त म# सं'वदा पण.
ू अव2ध या &नगम/फोस. मेजर के कारण 'वEता4रत अव2ध के भीतर क:
गई आप&त.
ू के लए ऐसे अ1Xय) कर@ क: 1&तप&त.
ू क: जाएगी। ठे केदार के कारण ठे का समािfत क:
अव2ध के पTचात क: गई आप&त.
ू के लए &नगम सं'वदा पर%
ू होने क: अव2ध म# 1योtय दर@ क:
सीमा तक दर@ क: 1&तप&त.
ू करे गा।
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 27 of 98
In the event of subsequent denial of the above benefits prevailing as on the last date of submission of
the bid, by the designated authorities to the Contractor, either on the basis of interpretation of
the provisions of such benefits or due to change in law, such indirect taxes will be reimbursable by
the Corporation at actual rates for the supplies made within the contract completion period or
extended period of contract due to reason attributable to the Corporation/Force Majeure. For the
supplies that are made beyond the contract completion period due to reasons attributable to
Contractor, the reimbursement of taxes shall be made by the Corporation limiting to the rates
prevailing on the contract completion period.
24.4 इस खंड क: 1योtयता जीसीसी क: अनसची ु ू -ए के अनसारु होगी
The applicability of this clause shall be as per Schedule-A of GCC.
c) &न'वदाकत
ृ मद@/ सेवाओं के लए सभी एमएसई को &न:शN
ु क &न'वदा सेट 1दान Yकए जाएंगे।
ई-&न'वदा के मामले म# बोल%कता. को एनआईट% क: शत[ के अनसार
ु ऑनलाइन 1ोसे संग शNक
ु
का भगतान
ु मेसस. आईट%आई को करना होगा।
Tender sets shall be provided free of cost to MSEs for the item/ services tendered. In case of e-
tendering the bidder has to pay the online processing fee to M/s ITI as per NIT conditions.
25.2 (लागू नह%ं) इन लाभ@ का लाभ उठाने म# •2च रखने वाले "एमएसई" अपने 1Eताव के साथ
एमएसएमई मं9ालय क: अ2धसचना
ू म# उिNलeखत Yकसी भी &नbन लeखत एज#सी के साथ अपने
एमएसई के ]प म# पंजीकत ृ होने का 1माण 1Eतत ु कर# गे :
(Not Applicable) “MSEs” who are interested in availing themselves of these benefits shall enclose
with their offer the proof of their being MSE registered with any of the agencies mentioned in the
notification of Ministry of MSME indicated below:
(i) िजला उ!योग क#$ District Industries Centers
(ii) खाद% और nामो!योग आयोग Khadi and Village Industries Commission
(iii) खाद% और nामो!योग बोड. Khadi and Village Industries Board
(iv) कॉयर बोड. Coir Board
(v) राSi%य लघु उ!योग &नगम National Small Industries Corporation
(vi) हEत शNप और हथकरघा &नदे शालय Directorate of Handicraft and Handloom
(vii) एमएसएमई मं9ालय !वारा &न-द.Sट कोई अ य &नकाय। Any other body specified by Ministry
of MSME.
(viii) उ!योग आधार mापन Udyog aadhar memorandum
Note-“The MSEs must submit/upload registration certificate along with the bid. Wherever, the
certifying agency is issuing the registration certificate with terminal validity. The MSE must also
indicate the terminal validity date of their registration. The MSE should furnish certificate valid as
on date for submission of tender. Failing of these requirements, such offers will be considered
non-responsive and will not be eligible for consideration of benefit detailed in MSE notification of
Government of India No.-503 , dated 23.03.2012. as printed in the Gazette of India. Wherever the
certifying agency is issuing registration certificate without terminal validity, the same shall be
considered for giving benefits to MSE, detailed in notification No.503 dated 23.03.2012, as printed
in Gazette in India”
25.3 इस खंड का प4रचालनाXमक भाग GCC के अनसची ु ू -ए म# प4रभा'षत अनसार ु होगा।
The operational part of this clause shall be as defined in schedule –A of GCC.
25.4 उपरो त म# से Yकसी एक एज#सी !वारा जार% Yकया गया पंजीकरण 1माणप9 &न'वदा 1Eतत ु करने
क: अं&तम &त2थ तक वैध होना चा-हए। य-द उ त कोई 1माण प9 दोषपण.
ू या अमा य पाया जाता
है, तो ऐसी बो लय@ को अEवीकार कर -दया जाएगा। सफल बोल%कता. यह स&निTचत
ु करे Yक सं'वदा
क: समािfत क: अव2ध तक उ त 1माणप9 वैध रहे ।
The registration certificate issued from any one of the above agencies must be valid as on last date of
submission of the tender. In case such a certificate is found to be defective or invalid, such bids
shall be rejected. The successful bidder should ensure that the same is valid till the end of the
contract period.
25.5 एमएसई, िज ह@ने उपरो त एज# सय@/&नकाय@ म# से Yकसी म# भी अपने पंजीकरण अथवा पंजीकरण
के नवीनीकरण के लए आवेदन Yकए ह=, परं तु &न'वदा 1Eतत
ु करने क: अं&तम &त2थ तक वैध
1माण प9 1ाfत नह%ं कर सके ह=, वे छट ू / 1ाथ मकता के लए पा9 नह%ं ह=।
The MSEs, who have applied for registration or renewal of registration with any of the above
agencies / bodies, but have not obtained the valid certificate as on last date of submission of the
tender, are not eligible for exemption / preference.
25.6 वह ठे केदार िज ह# इस &न'वदा के प) म# ठे का 1दान Yकया जा रहा है, वह &नगम को उप-ठे केदार
का Pयौरा 1Eतत
ु करे गा जो सं'वदा काय. &नSपादन के Yकसी भाग को परा
ू करता है और स}म
ू , लघु
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 29 of 98
मxय
ु अ भयंता (एम), केएपीपी -3 और 4
Chief Engineer (M), KAPP-3&4
एनपीसीआईएल के लए और क: ओर से
For and on and behalf of NPCIL
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 30 of 98
ANNEXURE-A
Firm/Contractor Details
Tender Number :
NAME OF FIRM
ANNEXURE –1
WORK EXPERIENCE
1. Name of Work
2. Agreement / Contract No. / Work Order No.
3. Name and address of client
4. Whether the client in public / private entity
5. Date of Start
6. Stipulated date of completion
7. Actual date of completion
8. Extension letter (mandatory if the work done for
privately owned companies is completed after
extension)
9. Final value of work done on completion
10. Ref. to client certificate
11. If work is done with private entity, the details of CA
certificate.
12. Value of penalty / LD levied,
NOTE:
1. Separate Performa shall be used for each work. Details of only similar works as
defined in the minimum eligibility criteria shall be submitted. Clubbing of works in
completion certificate shall be avoided. If done same shall be rejected.
2. Only the value of contract as executed by the bidder /member of the JV/
Consortium in his own name should be indicated. Where a work is undertaken by a group,
the portion of the contract which is undertaken by the bidder / member of JV / Consortium
should be indicated and the remaining done by the other members of the group be excluded
while filling the item No. 9.
ANNEXURE –2
FINANCIAL DATA
(ANNUAL TURNOVER)
This is to certify that the financial turnover of M/s ------------------------is as under
Annual Turn Over of the Bidder during the last three financial years
(Attach copy of Annual Report/Audited Profit & Loss A/c)
Financial Year Annual Turn over Profit / Loss (+ / -) Remarks (if any)
NOTES:-
1. Separate Performa shall be used for each member in case of JV/Consortium. All such
documents reflect the financial data of the bidder or member in case of JV/Consortium,
and not that of sister of parent company.
2. The financial data in above format shall be certified by Chartered Accountant/Company
Auditor under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he
has to submit a certificate by a CA certifying that “the balance sheet has actually not been
audited so far”. The certificate shall be signed by bidder also. In such case the financial
data of pervious three audited financial shall be taken into consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was
necessary for the purpose of certification. The certification process involves examining the
supporting documents.
ANNEXURE –3 A
FINANCIAL DATA
(Value of work done during the latest last five audited financial years)
SR. DESCRIPTION FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS
NO. Year Year Year Year Year
I II III IV V
Total value of
work done as per
audited financial
statements
NOTES:
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. All such documents reflect the financial data of the bidder or member in case of JV /
Consortium, and not that of sister or parent company.
3. The financial data in above format shall be certified by Chartered Accountant / Company
Auditor under his signature & stamp, membership number.
ANNEXURE –3 B
FINANCIAL DATA
Descrip Place Contract Name & Value of Stipulated Value of Anticipated Remark
tion & No. & Address Contract period of work date of s
of Work state Date of (Rs. In completion remaining completion
Client lacs) to be done
Note : Bidder is requested to submit latest Annexure 3A & Annexure 3B mentioning the
Tender No. on top and date of issued on bottom along with name of the firm.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 33 of 98
ANNEXURE –4
Sr. Name of Client Work Order/ Value of Blacklisting Reasons Letter no.
No. Agreement work in period informing
No. lakhs of black
listing
NOTES:
1. The bidder shall submit the details of banning/suspension of business or any other word meaning the
same such as black listing /de-registration / holiday /debarring by any central / state government
department or public sector undertaking or government bodies. The relevant letter shall be scanned
and uploaded.
ANNEXURE –5
ANNEXURE –6
REGISTRATION WITH MSME
(Can be submitted but MSME is not applicable for Bid Security exemption purpose)
Name & Address of Class of registration Name of Service Valid up to
Registering Authority
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 34 of 98
ANNEXURE –7
5 In case Unregistered, mention the reason for not a) Not required as per
registering. (Please tick). Section 22 (1) of CGST act.
b) Any other provision under
In case of (b) please give full details. GST act, please specify__
__
Note:
Annexure-8
Declaration Form for GST
(To be submitted by the Contractor along with running account bill)
(a) Certified that the goods and services on which GST has been charged are not exempted
under the GST Act or the rules made there under and the amount charged on account of
GST on these goods and services are not more than what is payable under the relevant
act or the rules there under.
(b) Certified that we have taken into account all input tax credits available under GST and
have not loaded the same in the basic price while furnishing their bids.
(c) Certified that in respect of amount of taxes claimed in the bill no claim is pending for
refund/or is admissible for refund from any other agency and /or no other tax credit is
available in respect of the same. In the event of getting refund in whole or in part of the
element of GST claimed from Government, the same shall be passed on the benefit to
the Purchaser by remitting the amount equivalent to the amount of refund obtained.
(d) Certified that the GST charged herein the invoices and other details have been
populated in GSTR1 of the GSTN portal facilitating input credit to the Purchaser.
(e) Certified that we have complied with the Anti-profiteering measure provisions under
CGST/ SGST/UTGST Acts and passed on commensurate reduction of price to the
purchaser.
ANNEXURE –9
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.
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)
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 37 of 98
ANNEXURE –10
*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.
SECTION - II
Nuclear Power Corporation of India Limited
(A Government of India Enterprise)
Kakrapar Atomic Power Station
MEMORANDUM OF AGREEMENT (FOR ITEM RATE TENDER)
I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the under written Memorandum within the time specified in such memorandum at the
rates specified therein and in accordance in all respect with the specification, designs, and instruction
in writing referred to in Rule - 1 here of and in clause 6 of the general conditions of the contract and
with such materials as are provided for, by and in all respects in accordance with such conditions as far
as applicable. MEMORANDUM
(a) General Description of work Supply of structural steels, fabrication and erection of
miscellaneous structure, supports, fabrication and erection
of piping for KAPP-3&4.
(b) Time for completion of the work 18 (eighteen) Months (including monsoon period)
(c) Estimated Cost Rs. 3,77,22,423/- (including GST)
(d) Bid Security Amount Rs. 7,54,448/-
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)
RULE: 1: Should this tender is accepted in whole or in part, I / we hereby agree to abide and fulfil all
terms and provisions of the said conditions annexed hereto and all the terms and provisions contained
in the notice inviting tender so far as applicable, and / or in default thereof to forfeit and pay to Nuclear
Power Corporation of India Limited or his successors in office, the sum of money mentioned in the said
conditions. Bid Security in the form of e-payment is deposited in NPCIL account.
If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I / We agree that
said NPCIL or his successors in office shall without prejudice to any other right or remedy, be at liberty
to forfeit the said Bid Security absolutely. Further I/We fail to commence the work specified in the
above memorandum, I / We agree that the said NPCIL or his successors in office shall without prejudice
to any other right or remedy, be at liberty to forfeit the said Bid Security absolutely and cancel the
award of work.
I / We agree to execute all the work referred to the tender documents upon the terms and conditions
contained or referred to there in and to carry out such deviations as may be ordered, up to maximum
of percentage mentioned in clause 11.2.1 of General Conditions of Contract and those in excess of that
limit at the rates to be determined in accordance with the provisions contained in General Conditions
of Contract. I / We hereby declare that I / We have been debarred / not debarred and / or de-listed / not
de-listed by Govt. /PSU.
Dated the _______________ day of______________ 2020.
* (Signature of Contractor)
Witness: ___________________
Address: ___________________ ** (Signature of Witness to Contractor’s
signature)
Occupation: __________________
The above tender is hereby accepted by me for and on behalf of the “Nuclear Power Corporation of
India Limited.”
Dated the: ____________ day of___________ 2020. ***__________________
Tenderer is advised to read carefully and strike out which ever is not applicable and furnish detail
wherever applicable.
* Signature of the contractor before submission of Tender.
** Signature of witnesses of contractor’s signature.
* * * Signature of the officer by whom accepted.
Note: Bidder is requested to download this page separately, fill it, sign, put company’s seal with
witness signature and upload.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 39 of 98
SECTION - III
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL:
1.1. Where conditions/ instructions given in this section are at variance with the conditions,
stipulations, specifications etc. elsewhere in the tender document, conditions/ instructions
given in this section prevails.
1.2. Contact Centralized Tendering Cell for any clarifications regarding tender document before
submission of Tender. No claim on account of any ambiguity in any respect shall be
entertained later on.
2. Location:
The Plant Site is located in the state of Gujarat in Tapi district, about 80 Kms. East of Surat.
The nearest Railway Station is Vyara on Surat-Bhusaval route (Tapti line).
The plant site is approximately 18 Kms. away from Vyara on Vyara-Mandvi/Kim Road.
Similarly KAPS Township is approximately 10 Kms. away from Vyara on Vyara-Mandvi/Kim
Road ( N.H. – 56)
Vyara is accessible on Surat-Dhulia Road (NH-6), about 62 Kms. from Surat, 180 Kms from
Dhulia and about 50 Kms. from Kadodara junction.
3. Entry Process for Plant site during tendering process:
For preparation of entry passes to enter the plant, bidder shall communicate following on
company’s letter head, one working day in advance to CTC office.
a. Name of the Person
b. Designation
c. Age
d. contact number
e. Purpose of visit
Note: Person must carry his Photo Identity proof with him when he approaches pass issuing
section for preparation of pass.
4. Bidder’s Details:
Bidder shall submit the information given in Annexure-11 of section –I (NIT) on his company’s
letterhead.
The Contractor shall produce Power of Attorney in original in favour of his Representative who shall
deal with all the matters relating to the Contract.
5. Guidelines for PRE-QUALIFICATION : (Not Applicable)
For PRE-QUALIFICATION CRITERIA (Annexure I) of Section 1 (NIT)
a. Uploading of PQ information / Data and relevant documents is mandatory and based on
this Tender will be evaluated. However, additional documents from bidder if felt
necessary or any clarification with respect to the documents submitted by the bidder, can
be sought from the bidder. Bidder shall submit same within time frame specified.
b. Bidder shall furnish complete latest contact details where work has been carried out.
c. Bidders shall keep ready the entire original document uploaded/submitted for PQ and
submit/produce for verification immediately on demand.
d. The certificates/ documents/ information submitted by Bidders shall be true & genuine and
in case, if it is found, at any time during bidding or during execution, that information/
documents submitted by the bidders are in variance /forged, bidder shall be legally held
responsible for the same. In addition, their offer shall be summarily rejected or termination
of contract if awarded, forfeiting of the bid security and Security Deposit, if any and
necessary action will be taken to the extent of blacklisting for further works in NPCIL.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 40 of 98
• Copy of the AERB Safety Guide for works contract is a part of General Condition of
Contract (Section-IV).
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 41 of 98
11.2 Contractor is required to set up an independent safety group as per clause No. 1.0 of
project instruction No. P1/ 001/R2 for execution of this work mandatorily.
11.12 Contractor’s persons shall undergo medical check-up by any MBBS doctor and have to
take safety training from safety section before preparing permanent gate passes
mandatorily.
12. Security:
All security measure as advised by the Plant / Township authority shall be followed strictly.
Entry permit, token pass, Identity Cards etc. shall be obtained by the contractors from
concerned Plant/ Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to
his own cost and it has to be produced to competent authority for final issue of I. Cards with
individual’s bio-data with full address and other backgrounds required by KAPS.
Security photo pass for each employee for the job must be accompanied during work and
necessary police verification is the responsibility of the contractor and must be complied
with.
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.
The contractor shall employ on the work adequate number of qualified and competent staff
to ensure the execution of work in time and the numbers will have to be augmented as per
the requirement and direction of the EIC to ensure completion of work in time.
All materials to be used on the work shall conform to the relevant specifications. The
contractor shall supply free samples of materials to be used on the work, whenever asked,
for testing and analysis purpose. Failure of any sample to pass the specified requirements
will be sufficient causes to reject the whole lot of materials from which the sample was
taken.
In the event the contractor is provided with any material or equipment belonging to KAPS /
KAPP, the Contractor undertakes to return the same in good condition, failing which the
Contractor shall be responsible for the cost of the same.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 43 of 98
On completion of work, contractor has to retain the data storage devices like Hard disk etc.
at station / project and hand over to EIC if contractor is using personal computers for
execution of work. These data storage devices will not be given back to contractor.
Any damage / breakage of NPCIL equipment / property / tools / material due to working of
contract workers shall be made good by the Contractor at his own cost.
All tools & machinery to be used by the contractor for execution of the work shall be
checked by Engineer in Charge for fitness as well to meet the requirement. Then only
contractor shall be allowed to start the work at site.
15. Notices:
Any notice, order direction or other communication to be given to the contractor under any
of the provision of the work order shall without limitation be conclusively deemed to have
been received by the contractor if delivered or mailed to the contractor at the address
mentioned by the bidder in the annexure 10 of section -1 of NIT.
17. Insurance:
You are required to take following In the joint name of Corporation up to defect liability
period and documents in this regard should be submitted to Engineer-in-Charge before
start of work (refer clause no 15.1.1 of GCC and its Addendum i.e. Section # iv -general
condition of contract )
a) Employees compensation policy in respect of all your workmen engaged in the work
shall be on the basis of minimum wage of respective category of workers prevailing
at the time of issue of work order.
b) Contractor should take Contractor all risk policy (CAR) for the whole contract value.
Apart from Contractor’s all risk policy, also take insurance policy to cover third party
liability for 10% of the contract value subject to a maximum of Rs 50 lakhs.
Note: The contractor shall take all Insurance policies before commencement of the work.
Quoted rate shall be including the premium amount of insurance policies. In case
of delay in submission of insurance policies as per tender condition shall result in
levy of non-returnable penalty equivalent to 3 times the Premium required to be
paid for each type of insurance i.e. Comprehensive policy, Workmen
Compensation Policy separately. Levy of penalty does not abrogate contractor
from his responsibility regarding Insurance and risk cover. NPCIL shall not be
liable for or in respect of any damage or compensation payable. The work
order is liable for cancellation in case or repeated / continuous non-compliance.
Bonus, Leave, Salary etc. and liable to keep all statutory records available for inspection by
officer in charge or his representative or the statutory authorities.
The contractor shall strictly follow all provisions of Minimum Wages Act(s) (Central / State
or as declared by KAPS/KAPP including applicable dearness allowances for this work
whichever is more advantageous to workers), Contract Labour (Regulation and Abolition)
Act, BOCW Act 1996 or any other act(s) applicable to Industrial workers in this area.
The prevailing rate of minimum wages of Construction or Maintenance for unskilled, Semi-
Skilled, Skilled and High Skilled categories of Industrial workers are Rs. 403.00, 472.00,
569.00, 666.00 per day respectively as on 01/10/2019. Dearness Allowance or the
Minimum Wages are generally revised by the Government of Gujarat every six months i.e.
on 1st of April and on 1st of October.
In addition to minimum wages as above, the contractor shall also pay the following.
a. Monthly Bonus component @ 8.33% of monthly minimum wages for the
scheduled employment (irrespective of work period) or of Rs. 7000/-month
whichever is higher. (The eligibility of employee for payment of bonus shall
be limited to drawing wages up to Rupees “Twenty One Thousands Rupees
(21,000/-) per month).
Note:
i. Revision in rates will be communicated to contractor from time to time by EIC.
ii. Format of wage slip is attached in at Annexure – 3 of Section – III and shall be issued to all
workers.
iii.Bidder shall note and abide by the different provisions and references with following
salient features awaited in future from Government w.r.t. Code on Wages-2019 as the
payment of Wages Act-1936, the Minimum Wages Act-1948, The Payment of Bonus Act-
1965, Equal Remuneration Act-1976 are replaced according of Section (69) of the Code
on Wages-2019. The new wages shall be Basic Pay + Dearness Allowances + Retaining
Allowances (if any).
b. In isolated cases, if it is not possible to make payments to any contract workers through
Bank Account, the approval of the Unit Head shall be obtained for making the payment
by cash. In the event of cash payment to any contract workers the same shall be
witnessed by an official of HR duly authorized by the Head of HR Group of the unit.
c. Every month the contractor shall submit bank statement of deposit of amount in each
worker’s bank account/ documentary evidence to Engineer-In-Charge/Officer-In-Charge.
d. The contractor shall make the payment of prescribed minimum wages notified from time
to time to all its workmen, on or before 7th of succeeding month. In case, payment of
minimum wages to all workmen is not made on or before 7th of succeeding month, then
a penalty @ Rs. 1000/- per day of default will be imposed. Levy of penalty does not
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 45 of 98
abrogate the contractor from his responsibility for disbursement of wages as per the
Payment of Wages Act. NPCIL shall not be liable for any damage or compensation
payable.
20.1 The contractor should have EPF Code number from concerned EPF office. The
contractor shall comply with all the existing provisions of the Employees’ Provident
Funds and Miscellaneous Provisions Act, 1952 and further amendments in the said
Act / Scheme from time to time.
20.2 “Contractor shall create their User ID and Password for accessing the EPFO Portal
(www.epfindia.com) before submission of 1st RA bill. The monthly subscription towards EPF,
i.e. employer’s contribution as well as employees’ contribution shall be deposited to the PF
Account of the employees through Electronic Challan-Cum-Return. Copy of the monthly
Challan generated through the system shall be submitted to the Engineer-in-charge along
with the attendance and wage registers for verification before 10th of the following month.”
20.3 The contractor has to provide the annual PF account slip to his employees / workers
annually and also on completion of the work / before settlement of final bill of the
contract. The contractor is obliged to assist and complete all such formalities in
transferring the PF amount or withdrawal of PF amount of his employees / workers as per
the requirement of his employees / workers.
20.4 The contractor shall indemnify on the non-judicial stamp paper of Rs. 100/- duly attested
by Notary as per enclosed format (Annexure-4) before settlement of final bill that the
provisions of the EPF & MP Act, 1952 as applicable have been complied and submit to
Engineer-in-charge of the work. The contractor is liable for the EPF contribution / dues for
the employees / workers deployed by the contractor for the work and indemnify NPCIL of
any future liabilities on these account. The contractor will stand responsible for any such
future claims with regard to EPF dues / outstanding received through concerned
authorities. Further, non-compliance of any default on account of EPF by the contractor
during execution of contract may lead to cancellation of contract.
12
• Uniform/ Safety jackets (Two pairs in a year) to all workers engaged for this work order
with contractor’s monogram at back
• Safety Shoes/ standard shoes & socks and other personal protective equipments to all
workers engaged for this work order according to nature of job.
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.
b. Income tax at applicable rate will be collected by way of recovery from your bills.
c. Engineer in charge will have the right to withdraw the work permit for any of the
contract workmen for reasons of misconduct, incompetence in work, violation of safety
and fire rules, negligence on duty etc.
d. Cost of damages caused due to bad workmanship shall be recovered from the
contractor.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 47 of 98
e. In the absence of any specification for any work or materials, relevant Indian
Standard Specifications will be applicable. In the case of any class of work for
which no specifications have been given, such works shall be carried out in
accordance with the specifications and requirements given by the Engineer.
f. The Contractor shall at times keep his work place, office and store premises clean
and tidy from rubbish, scrap, surplus materials and unwanted tools and
equipments. Electrical cables shall be routed as to allow safe traffic by all
concerned. No materials on any of the site works shall be so stacked or placed to
cause danger or inconvenience to any person or public. The Engineer in charge
may require contractor to remove any materials which are considered to be of
danger or cause inconvenience to the people working in the area. After
completion of the work contractor shall remove all the scrap, surplus materials
rubbish, temporary facilities established for execution of the work from the site,
clean the area and hand over to the Engineer in charge. The contractor may note
that Engineer in charge has the right to stop the work if the contractor fails to
improve upon the house keeping after having been notified.
100% of payment shall be released against running account bill after completion of work to
the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any.
Mode of payment
Item rate and on submission of RA bills in soft copy and hard copy on monthly basis.
30. Supply of Electric Power : Construction power supply will be provided by the NPCIL at one
point within KAPP Plant premises on rate as mentioned in Schedule-A of Tender
documents.
The contractor shall make his own arrangement for the distribution of power to all his
works from the point of supply mentioned in Para above.
The Contractor shall also make his own arrangement of Diesel Generators to meet the
requirement of electrical power during interruption in normal power supply.
Non-availability of regular power supply shall not be a reason for extension of time and
/or extra payment.
31. The contractor, who has issuance of the order of banning of business, Pl. refer clause no.
15 of NIT of Tender documents.
Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011
thereof:
(a) The Purchaser shall have Right to Recourse against the contractor in accordance with
provisions under Section 17(a) of Civil Liability for Nuclear Damage Act, 2010 with following
limitations, as stipulated in Rule 24 of the Civil Liability for Nuclear Damage Rules, 2011:
(i) The contractors liability shall be to the extent of the Operator’s liability under sub
section(2) of Section 6 of the Act or the value of the contract, whichever is less,
AND
(ii) The duration of Contractor’s liability shall be limited to duration of initial license issued by
AERB or the product liability period, whichever is longer.
(b) The term “supplier” and the duration and extent of supplier’s liability are explained in Rule 24
of the Civil Liability for Nuclear Damage (CLND) Rules, 2011. For any questions relating to
supplier’s liability under section 17 of the Civil Liability for Nuclear Damage (CLND) Act, 2010,
Government of India’s clarifications dated February 08, 2015 may be referred to. These have
been posted at the websites of Ministry of External Affairs and the Department of Atomic
Energy under the title “Frequently asked Questions and Answers on Civil Liability for Nuclear
Damage Act 2010 and Related Issues”.
(c) In regard to contracts with manufacturers of or vendors for supply of systems, equipment,
components, or building of structures, or provision of services to nuclear installations which
are operating or are under construction or those to be installed in future for which NPCIL is
the system designer and technology owner, being responsible for safety design of such
installations, NPCIL shall assume the role of supplier in accordance with the explanation of
the term “supplier” given in Rule 24 of the CLND Rules, 2011 and in the context of section
17(a) and (b) of the CLND of the CLND Act, 2010.
(d) Other suppliers can avail the Nuclear Supplier’s Special Contingency (Against Right of Recourse)
Insurance Policy provided by the India Nuclear Insurance Pool to cover any liability exposure
under section 17(a) and (b) of the CLND Act, 2010. NPCIL maintains the operator’s statutory
insurance under the CLND Act, 2010 by subscribing to the Nuclear Operators Liability Policy
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 49 of 98
offered by the India Nuclear Insurance Pool, thereby subrogating to the India Nuclear Insurance
pool the operator’s “right of recourse’ against suppliers under section 17(a) & (b) of the CLND
Act, 2010.
33. Condition for operating New CLND clause. Refer Sr. no. 32 of S.C.C.
33.1 Details of condition of operability:
Case: I: If the requirement is for PHWR then following SCC to be used.
SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of
Contract (GCC). Wherever there is a conflict between the two the provisions in SCC shall prevail over
those in the GCC.
Special GCC Clause Clause Description / Special Conditions (To be inserted by
Conditions Reference Content indenting officer / C&MM)
(SCC No.)
32 New Right of Recourse under Since, NPCIL is the system designer and
Clause Civil Liability for Nuclear technology owner, being responsible for
Damage Act 2010 & Rule safety design of such installations in this
2011 thereof. tender, NPCIL shall assume the role of
supplier in accordance with the explanation of
the term “supplier” given in Rule 24 of the
CLND Rules, 2011 and in the context of section
17(a) & (b) of the CLND Act 2010.
Case: II: If, the requirement is for other than PHWR then following SCC to be used.
SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of
Contract (GCC). Wherever there is a conflict between the two the provisions in SCC shall prevail over
those in the GCC.
33.2 Applicability of above clause shall be as per Schedule “A” Sr. No. 28.
ANNEXURE # 1
Form for Initial Medical Examination
(For Contractor Personnel)
Sr. No. :
Date of medical examination :
Name, Dr./Shri/Smt/Kum :
Nature of job :
Date of birth :
Age :
Sex : Male/Female
Marital History : Married/Unmarried
Children :
Past occupational history :
History of abortion or miscarriage :
Past medical history :
Major illness :
Operations :
Injuries :
Family history of cancer/genetic disease :
Personal history : Diet: Smoking : Alcohol:
Menstrual history : L.M.P
Height (cms) :
Weight (Kgs) :
Pulse :
Blood Pressure :
Vision : Near Dist. Lt.6/ Rt.6/
Colour vision :
Lens opacity :
Ears : Rt. Lt.
Skin-Nails :
Lymph glands :
Defects : a. Skin d. Hernia
b. Vascular e. Hydrocele
c. Skeletal
Systemic Examination :
Mention positive findings and system :
involved
Investigations :
: Total
Lecucocytes count
Differential count
1) P
2) L
3) E
4) M
Urine examination :
Albumin :
Sugar :
Abnormality detected :
Recommendation: FIT / UNFIT Name and Signature of Medical Officer with Qualification and reg.
no.
Note: 1. Candidates with extensive skin diseases and severe anemia are unfit for employment in nuclear industry.
2. X-ray if required.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 54 of 98
ANNEXURE # 2
WAGE SLIP
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.
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.
(Signature of Contractor) /
Authorized Representative of Contractor
With Company’s Seal
Witness:
1. Signature
Name :
Address :
2. Signature
Name :
Address :
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 56 of 98
SECTION – IV
GCC with Addendum is attached separately AND is also available on Web site
www.tenderwizard.com/DAE/Downloads which will form part of this Tender Document.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 57 of 98
SECTION V
5.4.2.2 Materials
All steel shall be procured and supplied by contractor from approved manufacturer only
and shall confirm to the following.
1. All materials supplied by the contractor shall be in sound condition, free from defects.
2. All materials required for the work shall be correlated with manufacturer test
certificates. In absence of test certificate, materials shall be tested by contractor
through approved laboratory for establishing specification requirements at contractor’s
cost and as directed by Engineer.
3. The contractor shall supply the mill test certificate for the materials being supplied by
him.
4. The Engineer shall have the right to test random samples to prove authenticity of the
test certificate produced by the contractor at contractor’s cost. Any material found not
meeting the specification requirement would be rejected.
5. Storage area for all structural raw materials shall be prepared and maintained by the
contractor.
5.4.2.3 Fabrication
1. All workmanship and finish shall be of the best quality and shall conform to good
engineering practices and best approved method of fabrication. All materials shall be
finished straight. All holes and edges shall be free of burrs. Standard fabrication
clearance as per IS codes shall be generally followed unless otherwise
directed/approved. Materials at the shop shall be kept clean and protected from
weather.
2. All care must be taken to avoid undue welding distortion.
3. Complete layout shall be prepared and approved by Engineer before actual fabrication
are started.
4. All fit-up shall be approved by Engineer.
5. Standard tolerance as per IS shall be followed.
5.4.2.4 Inspection
1. Fitup shall be examined as per approved QA plan prior to welding the joint.
2. Raw materials with cracks, laminations, seams, laps and heavy pitting are not
acceptable
3. The dimensions of the fitup shall be maintained as per the drawings.
4. Welding shall be carried out as per approved WPS and qualified welders.
5. Visual and NDE shall be done as per approved QAP. The extent of inspection (Visual
and NDE) shall be done as per drawing/specification/approved QAP.
6. All service and facilities related to inspection and testing to be provided by the
contractor.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 59 of 98
7. Welding inspection report shall be prepared by the contractor and submitted to EIC and
QA or his representative for acceptance of the weld joints.
5.4.2.5 Erection
1. The structural steel involves plates, rolled sections, rods, Ubolts, chequered plates and
etc.,
2. The contractor shall arrange all lifting equipments like chain pulley block, hydra /
crane with operator, and other suitable lifting arrangement to complete the erection
work as per specification requirements and it includes, experienced manpower for
work supervision, safety supervision and suitable manpower to carry out the work
efficiently. The transportation arrangement for carry the fabricated items from
contractor store to erection site shall be arranged by the contractor.
3. The contractor shall also arrange necessary PPEs like safety shoes, helmet, safety belts
and other consumables required during erection work.
4. All structures shall be erected as per drawing.
5. The sequence of erection shall be followed as approved by EIC or his representatives.
6. The contractor shall protect all existing plants, embedded parts, electrical items, all
permanent structures, piping, equipment, and facilities against damage during erection.
The contractor shall perform his work in a manner, in no way endangers the operation
of any existing plant or structures or hinders other construction activities.
7. All fabricated steel shall be stored at erection site as per the requirement for erection.
The storage area shall be prepared and maintained by the contractor. All scraps
generated during erection work shall be immediately cleared from site to contractor’s
store.
8. In case of faulty erection , all such dismantling and re-erection required will be at
contractor’s cost
9. Erection tolerance standard shall be followed as per IS code.
10. Erection records shall be prepared by the contractor as when erected and submitted to
EIC. The report would be accepted by EIC after verification of the erected component
in line with the approved drawing. All inspection related arrangement for verification
of the erected component shall be made available by the contractor as per the
requirement of EIC or as per the approved QAP.
11. For erection of supports wherever anchor fasteners are required to be installed shall be
done as per the drawings issued by EIC. The anchor fasteners shall be of HILTI make
and type of anchor fasteners shall be as mentioned in the drawings. The procedure for
installation of anchor fasteners shall followed as per the HILTI hand book.
12. All safety precaution as per the NPCIL safety guideline shall be followed during
execution of work at shop and at site by the contractor
contractor shop, handling, loading, unloading, and transportation of pipes from contractor’s
shop to erection site. Suitable lifting arrangement likes hoists, hydra/crane with operator
for installation of pipe and components at all elevations and location of building as directed
by EIC shall be arranged by the contractor. The documentation of completed work shall be
in the scope of contractor.
5.4.3.2 Storage
Storage area for stacking of pipes, fittings and all other piping components issued by EIC
time to time as per the site requirement shall be arranged and maintained by the contractor.
The preservation of all issued materials shall be in the scope of the contractor.
14. The routing of piping and elevation shall be strictly followed as per
the drawing. In case of faulty erection of pipes and its components and it shall be
rectified by the contractor. All such dismantling and re-erection of the items will be at
contractor’s cost.
15. Pipes bends shall be used instead of standard elbows with EIC
approval. The bending tolerance shall be as per the technical specification.
16. Erection records shall be prepared by the contractor as when erected
and submitted to EIC. The report would be accepted by EIC after verification of the
erected component in line with the approved drawing. All inspection related
arrangement for verification of the erected component shall be made available by the
contractor as per the requirement of EIC or as per the approved QAP.
17. All safety precaution as per the NPCIL safety guideline shall be
followed during execution of work at shop and at site by the contractor.
Contractor's organization
The bidder shall furnish detailed organization chart for all the deployed engineers,
supervisors, safety personnel, QA personnel etc., before start of work. The organization set
up shall indicate number and category of personnel at different grades and work force of
different category at site to ensure satisfactory and timely completion of the contract. Cost
and time over runs arising out of insufficient deployment of manpower by contractor will
be to the contractor’s account.
All electrodes and welding wire shall be of low hydrogen type conforming to
ASME Sec-II Part C. Brands approved by NPCIL shall only be used. The type of
electrode to be used shall be as per the technical specification as mentioned above. The all
type of electrode shall be NPCIL approved manufacturer and brand. Prior to taking the
electrode for job welding inspection offer to be given by contractor to NPCIL –QA
representatives and after clearance the electrodes shall be issued of welding work.
QAP shall be established at site and get approved by NPCIL. All inspection and
testing requirements shall be stick to the approved QAP. The reports for all the materials
supplied by the contractor, fabrication & erection of components and testing carried shall
be prepared by the contractor and certified by EIC. The measurement sheet for completed
work shall be submitted by the contractor after verification by EIC. Contractor shall give
due notice to Engineer in advance for the materials or workmanship getting ready for
inspection.
The pre-heating and NDT requirements shall be followed for piping and steel
structure as per the drawings issued time to time during the fabrication and erection of
piping and steel structure. The extent of inspection shall be followed as per QAP or as per
approved drawing. The materials required for all testing requirements shall be arranged by
the contractor.
The scope of work involves dismantling of already erected pipe lines and supports
in all elevations and locations of building as instructed by EIC. This also includes loading,
unloading, shifting of dismantled materials, stacking of pipes and supports as directed by
EIC, touch-up work on permanent structure after removal of this temporary supports. After
dismantling of the temporary piping any modification done in the connections of
permanent piping, the same shall be re-fixed to normalise the permanent system.
5.4.9 Rectification:
Any deviation is observed during fabrication, erection of pipe and supports, and any
damages to other permanent structures while dismantling of temporary pipes and supports
the same shall be rectified by the contractor without any extra cost. This shall also include
additional inspection requirement as decided by the EIC.
5.4.10 Miscellaneous works:
Providing a rigger, a grinder man, a fitter & a helper with all tools & tackles,
machineries as necessary for completion of operation/task, PPEs required and etc., for
miscellaneous work as per the nature of the job allotted by EIC, shall be provided by the
contractor separately as required. The task for rigger shall be of all type of material
handling, loading, unloading, rigging of pipes and piping components, equipments,
structural steel materials and etc., shifting and stacking as per EICs instruction. The task
for grinder man shall be of all type of grinding activities like finishing work, edge
preparation and etc., The task for fitter& helper shall be of marking of structural and piping
materials and fitup of all type pipes, structural steels and etc., The output of each
group/workman as mentioned above shall be measured in terms of operation days with
working of 8 hrs per day.
a) Erection Records:
The Contractor shall maintain records pertaining to the quality of work and
examination / inspection attesting the compliance with all drawings and technical
requirements. The records shall be on forms indicated by the Engineer. The Contractor
shall submit the copies of such-records to the Engineer within 7 days from completion
of any particular work, and prior to submitting bill for progressive payments. The report
concerning welding, and flanges are included in this category. For material supplied
by him, t h e Contractor shall forward to the Engineer one copy of test certificate
pertaining to the origin and specification of material. The Engineer shall need certain
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 65 of 98
records for verification viz. weld inspection report, c o n s u m a b l e certificate, etc. The
Contractor will have a system of record to facilitate easy traceability of all such records.
b) Progress Reports
During the execution of the contract, t he following reports shall be submitted to the
Engineer in the format finalized at site:
1) Daily progress and weekly planning report
2) Six Monthly Plan
3) Welders Performance & Qualification Record
5.4.16 Documents / Procedures/Drawings
List of procedures and other documents for site works shall be prepared by
Contractor in consultation with Engineer and the same shall be approved by Engineer.
All documents shall be prepared and approved by contactor and the same shall be
submitted for the acceptance of the Engineer before execution of the work. All
corrections, additions etc. suggested by engineer shall be incorporated by Contractor.
After acceptance of the documents, Contractor shall submit two (2) copies to engineer for
his reference. Contractor shall also summit the soft copies of documents.
5.4.17 Completion of Work
As far as technical requirements are concerned, the Contractor’s work shall be
considered completed when the equipment and piping systems are installed complete in
all respects in accordance with drawings and specifications and have passed all
examination, inspection and tests requirements described in technical specifications issued
with this document and carried out flushing. The Contractor shall prepare a n d s u b m i t
t h e Construction Completion Certificate (CCC) of identified systems attaching all
relevant documents. Contract completion certificate will be issued by Engineer only
after all CCCs have been accepted by the Engineer, and after other provisions of general
contract conditions are duly met like material reconciliation, clearance of site etc.
5.4.18 Material Accounting
1. The contractor will account for all the material, either supplied/procured by him or issued
as free/chargeable by NPCIL. No extra payment shall be made for this. The material
account shall be furnished progressively during the course of contract with each Running
Account Bill and the complete material account must be submitted within three (3)
months of the contract completion. The contractor shall make as built drawings and get
approval from the Engineer-in-charge as per specifications. These drawings shall form the
basis for material consumption during the contract period.
2. The contractor will give complete account of material supplied by him or issued as
free/chargeable by NPCIL and incorporated in the Facilities.
3. NPCIL will accept surplus material procured and supplied by the contractor within the
SOR subject to the following:
a) Materials are received and accepted at site.
b) Material has been stored/ handled at site in proper manner. Surplus material should be in
good condition with no deterioration noted in such material. Any surplus material rejected
by the Engineer-in-Charge for these reasons shall be retained as scrap beyond permissible
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 66 of 98
limits and appropriate recovery shall be made after taking into account residual value of
such material, from the contractor in this respect.
4. Material procured by the Contractor wilfully in excess of SOR requirement shall not be
accepted by the Purchaser, if found surplus.
5. The individual pieces of surplus materials shall be of the size, length, weight etc. as the
case may be, higher than the specification of scrap in respective categories.
6. The Contractor shall furnish the cutting schedule for piping materials for the approval of
the Engineer-in-Charge prior to starting of any activity. These include fabrication and
installation of pipeline. This is required to cut down the amount of scrap at the end of the
Contract. The contractor will have to deposit the accountable wastage / scrap to the
NPCIL stores.
7. Scrap / waste (both accountable and unaccountable) up to permissible (Permissible Limits
of Wastage / Scrap), shall be to the account of the NPCIL. However, generation of scrap/
waste beyond the permissible limit given shall be to the account of the Contractor. In such
an event, recovery shall be charged as per prevailing rates in project /corporation for loss,
misuse and unjustified waste.
a CS Pipes 4% 2%
b SS Pipes 4% 1%
e GI Sheet 7% 3%
Wastage shall be accountable by weight in case of structural, plates and by running length
in case of other items.
5.4.21 PAYMENT TERMS
Supply items:
1. 90% of payment shall be made on receipt of materials at site and on submission of
proof of receipt in the form of LR (Lorry Receipt), delivery challan in original, test
certificates and acceptance by Engineer.
2. 10% of balance payment will be released on Completion of material accounting and
clearing of site.
Fabrication, erection and other items :
For item.no. `1.1 to 1.6, 4.1 to 4.2, 10.1 to 10.5, 11, 14 &15
1. 80% of payment shall be made against running account bills after completion of work
to the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any
2. 10% of balance payment will be released on completion of testing & acceptance of
ENC.
3. 5% of balance payment will be released on Completion of CCC / STD (CCC –
Construction Completion Certificate; STD – System Transfer Document).
4. 5% of balance payment will be released on Completion of material accounting and
clearing of site.
For item .no. 5.1, 5.2 & 12
5. 90% of payment shall be made against running account bills after completion of work
to the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any
6. 10% of balance payment will be released on Completion of material accounting and
clearing of site.
For other items:
100% of payment shall be released against running account bill after completion of work
to the satisfaction of the Engineer-in-charge and with 100% of price adjustment if any.
5.4.22 Mode of payment
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 68 of 98
Item rate and on submission of RA bills in soft copy and hard copy on monthly
basis.
5.4.23 Measurements and prices for site / erection related activities:
5. 8 Penalty clauses
As per GCC
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 70 of 98
SECTION – VI
SCHEDULE OF DRAWINGS
The drawings & Sketches for this works are available with EIC of the work. Bidder is
requested to visit the site and get familier with the drawings / sketches before quoting
the rates.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 71 of 98
SECTION – VII
SCHEDULE ‘A’
Maximum
Rate at Maximum
Invisible
which permissible
Wastage Qty. to be
Sr.n Materia Wastage
Particulars Unit (Non- issued
o l will (Returnable in
Returnable) (approx..)
Be case of free
%
issued issue) % *
* This percentage can vary as per the cutting plan approved by Engineer-in-Charge
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 75 of 98
(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................
____________________________________________________
____________________________________________________
____________________________________________________
Dear Sir,
1________________________ 2________________________
3________________________ 4________________________
5________________________ 6________________________
7________________________ 8________________________
9________________________ 10________________________
1__________________________________________________________________________
2__________________________________________________________________________
3__________________________________________________________________________
Whereas it is a condition in the tender documents that the tenderer has to deposit Bid
Security with respect to the tender, with Nuclear Power Corporation of India Ltd
(hereinafter referred to
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 77 of 98
1. NOW THEREFORE, we the ...................... Bank, a body corporate constituted under the
Banking Companies (Acquisition and Transfer of undertakings) Act 1969 and having a
branch office at............ (hereinafter referred to as the Bank") do hereby undertake and
agree to pay on demand in writing by the Corporation, the amount of
Rs.......(Rupees............) to the Nuclear Power Corporation of India Ltd without any
demur, reservation or recourse.
2. We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and
as to whether the tenderer has committed any breach or breaches of any of the terms and
conditions of the tender and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation on
account thereof the extent of the bid security required to be deposited by the Tenderer
in respect of the said Tender document and the decision of the Corporation that the
Tenderer has committed such breach or breaches and as to the amount or amounts of
loss, damage, costs, charges and expenses caused to or suffered by or that may be caused
to or suffered by the Corporation shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full
force and effect until it is released by the Corporation and change in the constitution,
liquidation or dissolution of the Tenderer, shall not discharge our liability guaranteed
herein.
4. It is further declared that it shall not be necessary for the Corporation to proceed against
the Contractor before proceeding against the Bank and the Guarantee herein contained
shall be enforceable against the Bank notwithstanding any security which the
Corporation may have obtained or shall obtain from the Contractor at the time when
proceedings are taken against the Bank for whatever amount may be outstanding or
unrealized under the Guarantee.
5. The right of the Corporation to recover the said amount of Rs...........(Rupees ......................)
from us in manner aforesaid will not be affected or suspended by reason of the fact that
any dispute or disputes have been raised by the said M/s................... (Tenderer) and/or
that any dispute or disputes are pending before any authority, officer, tribunal or
arbitrator(s) etc.
Notwithstanding anything stated above, our liability under this guarantee shall be
restricted to Rs........(Rupees....... ....)and our guarantee shall remain in force
upto.......... and unless a demand or claim under the guarantee is made on us in writing
within three months after the
aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 78 of 98
forfeited and we shall be relieved and discharged from all liabilities thereunder.
Date......................
Place....................
(Signature)___________________________________________
(Printed Name)_______________________________________
(Designation)_________________________________________
(Authorisation No.)_____________________________________
Witness
1)_______________________
2)_______________________
Accepted
To
Nuclear Power Corporation of India Ltd.
_______________________________________
________________________________________
1. We, the ........ Bank (hereinafter referred to as "the said Bank" and having our registered
office at....... do hereby undertake and agree to indemnify and keep indemnified the
Corporation from time to time to the extent of Rs..........(Rupees ................Only)
against any loss or damage, costs, charges and expenses caused to or suffered by or that
may be caused to or suffered by the Corporation by reason of any breach or breaches by
the said Contractor of any of the terms and conditions contained in the said Contract
and to unconditionally pay the amount claimed by the Corporation on demand and without
demur to the extent aforesaid.
2. We.................... Bank, further agree that the Corporation shall be the sole judge of and
as to whether the said Contractor has committed any breach or breaches of any of the
terms and conditions of the said Contract and the extent of loss, damage, costs, charges and
expenses caused to or suffered by or that may be caused to or suffered by the Corporation
on account thereof and the decision of the corporation that the said Contractor has
committed such breach or breaches and as to the amount or amounts of loss, damage,
costs charges and expenses caused to or suffered by or that may be caused to or suffered by
the Corporation from time to time shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said
Contract and till all the dues of the Corporation under the said Contract or by virtue of
any of the terms and conditions governing the said Contract have been fully paid and its
claims satisfied or discharged and till the owner certifies that the terms and conditions of
the said Contract have been fully and properly carried out by the said Contractor and
accordingly discharges this
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 80 of 98
Guarantee subject, however, that the Corporation shall have no claim under the
Guarantee after 90 (Ninety) days from the date of expiry of the Defects Liability Period as
provided in the said Contract, i.e. ...........(date) or from the date of cancellation of the
said contract as the case may be, unless a notice of the claim under this Guarantee has been
served on the Bank before the expiry of the said period in which case the same shall be
enforceable against the Bank notwithstanding the fact, that the same is enforced after
the expiry of the said period. The Corporation shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee or Indemnity, from time
to time, to vary any of the terms and conditions of the said Contract or to extend time of
performance by the said Contractor or to postpone for any time from time to time any of
the powers exercisable by it against the said Contractor and either to enforce or forbear
from enforcing any of the terms and conditions governing the said Contract or securities
available to the Corporation and the said bank shall not be released from its liability under
these presents by any exercise by the Corporation of the liberty with reference to the
matters aforesaid or by reason of time being given to the said Contractor or any other
forbearance act or omission on the part of the Corporation or any indulgence by the
Corporation to the said Contractor or any other matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have the effect of so releasing the
Bank from its such liability.
4. It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable
against the Bank, notwithstanding any security which the Corporation may have obtained or
obtain from the Contractor shall at the time when proceedings are taken against the Bank
hereunder, be outstanding or unrealized.
5. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the Corporation in writing and agree that any change
in the Constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder. If any further extension of this Guarantee is required the same shall be
extended to such required periods on receiving instructions from M/s.......................on
whose behalf this guarantee is issued.
WITNESS
1.________________ Signature _________________________________
Accepted
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 Companies
M/s................ a company registered under the Companies Act, 1956 and having its
registered office at .........in the State of............... (Hereinafter called "the said Contractor” which
expression shall unless the context requires otherwise include its administrators, successors and
assigns).
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 82 of 98
To
Nuclear Power Corporation of India Ltd.
.........................
.........................
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 .......................
WITNESS
1.________________ Signature _________________________________
Authorization No:___________________________
Accepted
NOTES
*For Proprietary Concerns
*For Companies
M/s. ________________ a company under the Companies Act, 1956 and having its
registered office at______________ in the State of_________________(hereinafter called
"the said Contractor" which expression shall unless the context requires otherwise include
its administrators, successors and assigns).
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 85 of 98
WHEREAS under sub-clause12.1 of the General Conditions of Contract relating to the terms and
conditions of its Award letter No....................dated .............which have been unequivocally
accepted by the Contractor, the Contractor has applied to the Corporation for a loan of
Rs.............. (Rupees) ...............................................Only) for plant and equipment described in
the Schedule here to specifically acquired by the Contractor for the works and brought to site.
AND WHEREAS one of the conditions on which the said loan of Rs........./- granted by the
Corporation to the Contractor is that the Contractor shall hypothecate the plant and equipment
described in the Schedule hereto in favour of the Corporation as security for the due repayment
of the said loan.
AND WHEREAS the Contractor has represented that he is the Owner of the plant and
equipment described in the Schedule hereto and the same is free from encumbrances.
NOW THIS INDENTURE WITNESSTH THAT in pursuance of the said agreement and in
consideration of the premises the Contractor doth hereby hypothecate, assign and transfer to
the Corporation the Plant and equipment described in the Schedule hereto the intent that the
same shall remain and form security for repayment to the Corporation of the said loan of
Rs........... together with the interest thereon at ........ % per annum.
1. The Contractor hereby agrees, declares and convenants with the Corporation as follows:-
(a) The Contractor shall repay to the Corporation the said loan of
Rs........(Rupees....................... Only) together with interest thereon as aforesaid by and
agrees that the said loan be recovered by the Corporation by making deductions in the
manner provided in sub-clause12.1 of the General Conditions of Contract and other
conditions of the Award letter from the claims made by the Contractor against the
Corporation of "on account payment".
(b) The Contractor has paid in full the purchase price of the Plant & Equipment described in the
Schedule hereto and each and every one of them and that the same are the absolute
property of the Contractor and that the same have not been sold, pledged, mortgaged or
transferred or in any way dealt with by the Contractor.
(c) So long as any amount remains payable to the Corporation by the Contractor in respect
of the said loan of Rs.__________ the Contractor shall not sell, pledge, hypothecate,
transfer, part with or in any way deal with the Plant and Equipment described in the
Schedule hereto.
(d) If the said loan of Rs.___________shall not be repaid by the Contractor or recovered in the
manner described above by the said ..........day of ..... due to any reasons whatsoever or the
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 86 of 98
said Contract has been determined earlier or cancelled or if the Contractor shall sell,
pledge, mortgage, transfer, part with or in any way deal with the said plant and
equipment or any
part thereof or the Contractor or any of the partners is adjudged insolvent or the
Contractor is to be would up or makes any composition or arrangement with its
creditors or the Contractor shall commit breach of any of the terms and conditions or
convenants as herein contained or if any of the said plant and equipment or if any other
property whatsoever belonging to the Contractor has been sold or attached for a period of
not less than 21 days in execution of the decree of any court for payment of money, the
whole of the said loan of Rs....... or such part thereof as may remained unpaid or
unrecovered together with interest thereon shall forthwith become due and payable.
(e) The Corporation may on the happening of any of the events mentioned in the preceding
clause (d) or in the event of the said loan or any part thereof becoming due and payable
and has not been paid or recovered or cannot be recovered as provided in the said
conditions, seize and take possession of the said plant and equipment (and either remain
in possession thereof without removing the same or else may remove the same) and sell
the said plant and equipment or any of them either by public auction or private contract
and may out of the sale proceeds retain the balance of the said loan and interest thereon
remaining unpaid and unrecovered and all costs, charges and expenses and payments
incurred or made in maintaining, defending or protecting the rights of the Corporation
hereunder and shall pay over the surplus, if any, to the Contractor.
(f) The Contractor shall at all times during the continuance of the security and at
the expense of the Contractor insure and keep insured and plant and
equipment described in the Schedule hereto for the value thereof in the joint names
of the Contractor and the Corporation with an insurance company to be approved by
the Engineer-in-charge against the risk of loss or damage from whatever cause arising
other than the Excepted Risks not covered under the insurance. During the continuance
of the security the Contractor shall pay all premia and sums of money necessary for
keeping such insurance on foot and the insurance policy and receipts in original for
premia paid shall be deposited with the Engineer-in-charge. The Contractor shall assign all
his rights, title and interest in the policy to the Corporation.
(g) The Contractor shall not permit or suffer the said plant and equipment or any part
thereof to be destroyed or damaged or used or to be used or to deteriorate in a
greater degree than it would deteriorate by reasonable wear and tear thereof in the
performance of the Contract.
(h) In the event of any damage or loss happening to the said plant and equipment or any
part thereof from whatever cause other than the Excepted Risk [not covered under
insurance] the Contractor shall forthwith have the same repaired or replaced as the case
may be or arrange form payment of the entire amount recovered or to be recovered from
the insurance company to the Corporation towards the payment of the said loan of
Rs............
IN WITNESS WHEREOF the parties hereto have executed these presents on the day and your
first above written
in the presence of :
(1)__________________________ (1)______________________________
(2)__________________________ (2)______________________________
*NOTES
*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered
office at ............... in the State of ............... (hereinafter called "the said Contractor" which said
Contractor" which expression shall unless the context requires otherwise include its
administrators, successors and assigns).
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 88 of 98
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 ___________________, KAPS/KAPP
For and on behalf of NPCIL
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 89 of 98
Sr. Nature of Date of Date of Period Overla Net Dated Dated Rema
No hindrance occurre remova of p ping exte sign of sign of rks
nce l hindra period nsio Contracto Engr. with
nce if any n r with name
name
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 90 of 98
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.
(a) shall have no financial interest in any party to the contract, or a financial interest in the
contract, except for payment for services on the Board.
(b) shall have had no previous employment by, or financial ties to, any party to the contract,
except for fee based consulting services on other projects, all of which must be disclosed
prior to appointment to the Board.
(c) shall have disclosed in writing to the parties prior to signature of this Agreement any and all
recent or close professional or personal or personal relationships with any director, officer,
or employee of any party to the contract, and any and all prior involvement in the project
to which the contract relates;
(d) shall not, while a Board Member, be employed whether as a consultant or otherwise by
either party to the contract, except as a Board Member.
(e) shall not, while a Board Member, engage in discussion or make any agreement with any
party to the contract, regarding employment whether as a consultant or otherwise either
after the contract is completed or after services as a Board Member is completed;
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 91 of 98
(f) shall be and remain impartial and independent of the parties and shall disclose in writing to
the Corporation, the Contractor, and one another any fact or circumstances which might be
such to cause either the Corporation or the Contractor to question the continued existence
of the impartiality and independence required of Board Members.
3. Except for its participation in the Board s activities as provided in the contract and in this
Agreement none of the Employer, the Contractor, the Nodal Officer or his nominee, and
one another any fact or circumstances which might be such to cause either the Employer or
the Contractor to question the continued existence of the impartiality and independence
required of Board Members.
(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.
(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.
(a) If either party objects to any action or inaction of the other party, the objecting party may
file a written Notice of Dispute to the other party stating that it is given pursuant to
relevant clause and stating clearly and in detail the basis of the dispute.
(b) The party receiving the Notice of Dispute will consider it and respond in writing within 7
days after receipt.
(c) This response shall be final and conclusive on the subject, unless a written appeal to the
response is filed with the responding party within 7 days of receiving the response. Both
parties are encouraged to pursue the matter further to attempt to settle the dispute. When
it appears that the dispute cannot be resolved without the assistance of the Board either
party may refer the dispute to the Board by written Request for Recommendation to the
Board, and the other party stating that it is made pursuant to relevant Clause.
(d) The Request for recommendation shall state clearly and in full detail the specific issues of
the dispute to be considered by the Board.
(e) When a dispute is referred to the Board, and the Board is satisfied that the dispute requires
the Board s assistance, the Board shall decide when to conduct a hearing on the dispute.
The Board may request that written documentation and arguments from both parties be
submitted to each Board Members before the hearing begins. The parties shall submit
insofar as possible agreed statements of the relevant facts.
(f) During the hearing, the Contractor and the Employer, shall each have ample opportunity to
be heard and to offer evidence. The Board s Recommendations for resolution of the dispute
will be given in writing, to the Employer and the Contractor as soon as possible, and in any
event not more than 28 days after the Board s final hearing on the dispute.
(a) Normally hearing will be conducted at the Site, but any location that would be more
convenient and still provide all required facilities and access to necessary documentation
may be utilized by the Board. Private sessions of the Board may be held at any location
convenient to the Board.
(b) The Employer and the Contractor shall have representatives at all hearings.
(c) During the hearings, no Board Member shall express any opinion concerning the merit of
any facet of the case.
(d) After the hearing are concluded, the Board shall meet privately to formulate its
Recommendations. All Board deliberations shall be conducted in private, with all individual
views kept strictly confidential. The Board s Recommendations, together with an
explanation of its reasoning shall be submitted in writing to both parties. The
Recommendations shall be based on the pertinent contract provisions, applicable laws and
regulations, and the facts and circumstances involved in the dispute.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 93 of 98
The Board shall make every effort to reach a unanimous Recommendation. If this proves
impossible, the majority shall decide, and the dissenting member any prepare a written
minority report for submission to both parties.
13. If during the contract period, the Corporation and the Contractor are of the opinion that
the Dispute Resolution Board is not performing its functions properly, the Corporation and
the Contractor may together disband the Disputes Resolution Board. In such an event, the
disputes shall referred to Arbitration straightaway. The Corporation and the Contractor
shall jointly sign a notice specifying that the Board shall stand disbanded with effect from
the date specified in the notice. The notice shall be posted by a registered letter with AD or
delivery of the letter, even if he refuses to do so.
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 94 of 98
COMPLETION CERTIFICATE
Name of Work :
Tender No. :
Name of Contractor:
Estimated Amount :
Completion Value:
Escalation Value :
Certified that the work has been completed in all respect as per the specification.
(Signature of Engineer-In-Charge)
Seal
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 95 of 98
SECTION – VIII
BILL OF QUANTITIES / SCHEDULES OF QUANTITIES AND RATES
Name of Work : Supply of structural steels, fabrication and erection of miscellaneous
structure, supports, fabrication and erection of piping for KAPP-3&4.
Tender Notice No.: KAPS/CTC/3-4/MECHANICAL/2020/ETR/953
SCHEDULE OF QUANTITIES AND RATES (Price Bid)
NAME OF THE CONTRACTOR
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
The following item of pipings includes shifting
of pipes from EICs store to contractor's shop,
marking, cutting, grinding, fitup, loading ,
1 unloading, stacking of materials, all tools and
tackles, consumables required for fabrication,
manual handling of pipes during fabrication
activity.
Welding of CS to CS piping with SMAW
1.1 Inch-Dia. 1500
process (Socket Weld/FilletWeld).
Welding of CS to CS piping with
1.2 GTAW/SMAW/GTAW & SMAW process -Butt Inch-Dia. 4000
welding/nozzle welding
Welding of alloy to alloy pipe with
1.3 GTAW/SMAW Process (socket Inch-Dia. 500
Weld/FilletWeld).
Welding of alloy to alloy piping with GTAW /
1.4 GTAW and SMAW process Inch-Dia. 500
(ButtWeld/NozzleWeld).
Welding of SS to SS / SS to CS piping with
1.5 Inch-Dia. 300
GTAW/SMAW process - Socket/fillet weld
Welding of SS to SS / SS to CS piping with
1.6 GTAW/GTAW and SMAW process - Butt Inch-Dia. 300
weld/Nozzle weld with purging
Conducting Dye penetrant examination on
2 Inch-Dia. 1500
weld joints, with supply of materials
Conducting of Radiography examination of
3 weld joints includes all consumables, Inch-Dia. 500
radiography equipment,source and etc.,
The following item of pipings and supports
includes marking, cutting, grinding, fitup,
loading , unloading, shifting , transportation,
4
stacking and manual handling of all type of
pipes and structural materials,tools & tackles,
consumables requred during erection activity.
Erection of pipes on permanent
4.1 Inch-Mtr. 10000
hangers/supports as per drawing.
Supply, Fabrication & Erection of CS
4.2 supports/platforms with structural steels as MT 100
per drawing
e-Tender KAPS/CTC/3-4/MECHANICAL/2020/ETR/953 IN- 1290 Page 96 of 98
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
The following item of pipings and supports
includes handling of pipes and support
materials, loading & unloading, removal
5 scraps, removal of all dismantled items,
shifting, tools&tackles, consumables required
and transportation of the items as per
instruction of EIC.
5.1 Dismantling of already erected pipe line. Inch mtr 1000
Dismantling of already erected pipe supports.
Finishing like grinding and painting touchup
5.2 work wherever required on permanent MT 5
structure after removal of the temporary
items.
Providing & Installation of scaffolding ,
dismantling of scaffolding after completion of
6 Cum 800
work and shifting of scaffolding materials to
contractor store.
Bending of pipe up to 50NB size, includes
7 equipment, accessories, tools and tackles, Nos 100
consumables and manpower
Miscellaneous works including required
manpower tools and tackles as per the job
requirement. This work involves operation of
valves, installation and removal of temporary
8 gaskets, replacement of original gaskets,
reinstallation of valves, torquing of flange
bolts and nuts, and handling of materials,
shifting of materials and stacking of materials
as per instruction of EIC.
Providing a grinder man with tools&tackles,
machineries, consumables as required and
Operation
8.1 with all PPEs for carrying out the grinding 100
Days
/edge preparation for miscellaneous works as
per EIC's instruction
Providing a rigger with tools&tackles for
handling and shifting of structural steel, pipes,
Operation
8.2 fittings, equipments etc., with all PPEs for 100
Days
carrying out the miscellaneous works as per
EIC's instruction
Providing a fitter & a helper with
tools&tackles, consumables for marking, fitup Operation
8.3 100
and etc., with all PPEs for carrying out the Days
miscellaneous works as per EIC's instruction
9 Supply HILTI make anchor fasteners
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
9.3 M12X125/50-HDA-P Nos
466
9.4 M16x190/40-HDA-P Nos
240
9.5 M20-250/100-HDA-P Nos
20
Installation of HILTI make anchor fasteners
10 at different elevations, locations and
buildings
10.1 M12-HST Nos 500
Rate Per
Total
It No. Description Unit Quantity Unit
Amount
Quantity
Removal of trench /opening covers at various
16 SQM 100
areas/locations
Re-erection of trench /opening covers at
17 SQM 100
various areas/locations
TOTAL RS.
Note:
a. Above SOQR is for information only. Bidders are required to fill the downloaded excel sheet and
same is to be uploaded on web site.
b. The ‘Schedule of Quantity and Rates’ is to be read for the purpose of pricing in conjunction with
all sections of tender document.
c. The Rates shall be inclusive of all taxes, including GST.