Professional Documents
Culture Documents
: , , ,
Telephone
Fax
- E-mail
Website
U40104MH1987GOI149458
: 08382264084
: 08382264025
: arevankar@npcil.co.in
: www.npcil.nic.in
e-Tender Document
NAME OF WORK
NAME OF WORK
TENDER NO
: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
INDEX
SECTION
I & IA
CONTENTS
II
III
IV
VI
Drawings
VII
VIII
Bill of quantities (pdf file is available for view & information only.
Template in Excel file of BOQ to be filled and uploaded by bidders
in e-tendering)
Formats
Page 1 of 82
SECTION-I
INFORMATION TO THE BIDDER INCLUDING
PRE-QUALIFICATION CRITERIA
Page 2 of 82
Mkd dSxk]
Tender no.
5
6
Name of work
7
8
Completion period
Tender processing fee including
taxes
Availability of tender
documents for free view only
10
11
12
13
14
15
NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Cold insulation of different equipments in
kaiga#3&4.
` 12,27,700/- (Excluding Service Tax)
` 24,554/- ( in favour of M/s .NPCIL through on-line
payment, debit /credit card)
Public Tender
Single Part in two bid system
1) Credit / debit card
2) RTGS / NEFT
3) Online payment
Four (04) Months
` 703/- (in favour of M/s.ITI Limited through on-line
payment, debit /credit card )
The links of website www.tenderwizard.com/DAE is
also available on website www.npcil.nic.in and
http://e-procure. gov..in
On website www.tenderwizard.com/DAE from
11.03.2016 (10:00 hrs.) to 18.03.2016 (15:00 hrs.)
16.
17.
18.
Help Desk
E payment gateway :
022-41852124
On working days from 10 am to 6 pm
Steps for downloading, uploading and free viewProspective bidders or General public can see and download free of cost PDF format of
the tender documents from website www.tenderwizard.com/DAE >Tender Of DAE >
Nuclear Power Corporation of India Limited
To participate in the tender, Prospective Bidder are requested to download the Excel
formats, after login in the Home page of the website www.tenderwizard.com/DAE with
User id/Password/Class III Digital Signature Certificate.
Steps to Download the excel formats of particular tender:
a: Click on UNAPPLIED button
b: Click on REQUEST button
c: Pay Tender Processing fee online via any VISA/MASTER card or PNB Net banking
d: Click on SUBMIT button,
e: Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
f: Bidder will be able to download required Tender Documents by clicking EDIT attachment
button for any number of times till last date of submission.
Prospective Bidder has to fill Excel Documents and upload the same without renaming it.
Please refer Help Manual for Tender submission or contact ITI Helpdesk.
Page 4 of 82
2.
The intending bidder must read the terms and conditions in the notice inviting
tender & pre-qualification criteria carefully. He should only submit his bid if he
considers himself eligible and he is in possession of all the documents required.
3.
4.
Information and Instructions for bidders posted on website shall form part of tender
document. The tender is to be downloaded and uploaded only on
www.tenderwizard.com/DAE after paying requisite processing fee.
5.
The bid can only be submitted after uploading the mandatory scanned documents,
payment of processing fee in favour of ITI LIMITED, NEW DELHI, bid security in
favour of NPCIL and other documents as specified. Processing fee shall not be
refunded in any case.
6.
After submitting bids the contractor can re-submit revised bid any number of times
but before stipulated closing time and date of online submission of bid as notified.
The bidder can withdraw the bid before stipulated closing date and time of online
submission. But, once the bidder withdraws the bid, it cannot be resubmitted.
7.
8.
The intending bidder must have valid class-III digital signature to submit the bid.
Contractor must ensure to quote rate of each item. The column meant for quoting
rate in figures appears in YELLOW colour and the moment rate is entered, it turns
SKY BLUE. In addition to this, while selecting any of the cells a warning appears that
if any cell is left blank the same shall be treated as 0. Therefore, if any cell is
left blank and no rate is quoted by the bidder, rate of such item shall be treated as
0 (ZERO). The bidder shall be required to execute such items at his quoted rate of
zero as per specifications, bill of quantity and GCC provisions.
10. In case of bids in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then
the bid submitted earlier shall become invalid.
9.
11. The bidders are solely responsible to keep their email and bank account active and
to update their profile in case of change. This is essential as communication shall
preferably be done by e- mail by corporation. Moreover, all the auto generated mail
by e-tendering portal shall be sent on this e-mail address.
12. Contractor can upload documents in the form of JPG format and PDF format.
Bidders are advised to open bank account with core banking solution branch (with
13. NEFT / RTGS) in order to facilitate online payment of tender processing fee and bid
security for their own benefit.
14.
bidder at any stage refuses to accept the same, the bid shall be rejected and bid
security shall be forfeited. Further disciplinary action is liable to be taken including
debarring from participation in retendering of the same work or other works as
deemed appropriate by the competent authority.
LIST OF MANDATORY DOCUMENTS TO BE SCANNED AND UPLOADED ON THE LINK
WITHIN PERIOD OF BID SUBMISSION:
DESCRIPTION
SR.NO.
1.
Power of attorney of the signatory of bid as per
relevant clause of NIT
2.
PAN card
3.
4.
5.
6.
7.
8.
9.
1o.
11.
12.
13.
NOTES1. 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.
Page 6 of 82
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. 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 corporation shall not accept any new document for prequalification
after bid opening. Corporation may ask for clarification and submission of documents
in support of documents/information already submitted.
Page 7 of 82
PRE-QUALIFICATION CRITERIA
MINIMUM REQUIREMENT
Average Annual financial turnover during the last 3 years, ending 31st March of the
previous year, should be at least 30% of the estimated cost.( Stamped and signed
by Charted Accountant).
1.
1.1
a)
b)
c)
d)
e)
f)
g)
h)
estimated cost for qualification shall be on per annum basis. Similarly experience
shall also be considered on per annum basis.
Pre-qualification assessment is not required in case of award of work to OEM or to
his authorized agency (where OEM is taking guarantee), Government agencies and
PSU.
No Pre-qualification criteria viz, annual turnover and experience of similar works
shall be required for works of value up to ` 5 lakh. However, all other provisions of
GCC shall be applicable
No Pre-qualification criteria viz, annual turnover and experience of similar work
shall be required for works up to `10 lakh in case the job is taken up by a qualified
graduate engineer. However, in this case the party has to submit the solvency
certificate of 40% of the estimated value of the work. All other provision of the
GCC shall be applicable.
Prequalification criteria assessment (Clause No 1.1 & 1.2) is not applicable for the
bidder who have registered in NPCIL- HQ or KGS for experience in similar category
of job as specified in tender (similar work for the purpose of this contract shall
mean) and tendering limit value of Registration shall not be less than estimated
cost put to tender. Bidder shall submit registration certificate along with tender
document as documentary evidence.
Similar work for the purpose of this contract shall mean
HAVING EXPERIENCE IN CARRYING OUT HOT & COLD INSULATION WORKS AND GI
DUCTING WORKS
IN POWER PLANTS OF GOVERNMENT / PSUS / REPUTED
INDUSTRIAL ORGANIZATION
Note:1. The bidder shall submit details of work executed by them in the Performa of
Annexure-1 of standard NIT for the works to be considered for qualification of
work experience criteria. Documentary proof such as work order, extension
letter if any, completion certificate from client clearly indicating the nature /
scope 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.
2. In case the work is executed for private client the following shall be submitted:
Work order with bill of quantities
Extension letter, if the work has been extended /completed beyond
stipulated completion date in work order/agreement
Completion certificate with final / last bill. The completion certificate
shall be for individual work order. The completion certificate clubbing
two or more work orders shall be rejected.
Page 9 of 82
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 ongoing 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
Page 10 of 82
2.
2.1
2.2
A bidder shall not have a conflict of interest. In case of JV/consortium none of the
partner shall have a conflict of interest. All bidders found to have a conflict of
interest shall be disqualified. A bidder may be considered to have a conflict of
interest with one or more parties in this bidding process, if:
a)
b)
A bidder was affiliated with a firm or entity that has been hired (or is proposed to
be hired) by the corporation or as engineer-in-charge for the contract.
Page 11 of 82
c)
One firm applies for tender both as an individual firm and in a group.
d)
e)
2.3
2.4
2.5
3.
3.1
3.2
Construction equipment proposed to be deployed for the project and proof of its
availability; equipment proposed to be purchased or leased.
3.3
3.4
3.5
The bidder has to obtain ESIC registrations after award of work in the areas
covered by ESIC.
EIC (CTC)
SECTION-IA
NOTICE INVITING TENDER
Page 13 of 82
Scope of bid
1.1 The Nuclear Power Corporation of India Limited (referred to as corporation or
NPCIL in these documents) invites bids for the work .The successful bidder should
provide the services during the period of work as per the terms and conditions
specified in the NIT, general condition of contract, technical specifications, special
conditions of contract and schedules.
2.0
Eligible bidders
2.1
2.2
Incomplete bids and bidders not meeting the minimum qualification criteria shall
be summarily rejected. It may be noted that mere submission of bid does not imply
that your offer shall be considered. Tenders are considered only after NPCIL
themselves assess the document submitted along with the bid by the bidder meets
the pre-qualification criteria as specified in notice inviting e-tender during
evaluation of bid.
2.3
The bidder who has been blacklisted / de-registered / holiday at any of the sites
of NPCIL, DAE, any other government department or PSU shall not be eligible for
participation in tenders of NPCIL for that period.
3.0
3.1
Each bidder shall submit only one bid. A bidder who submits or participates in more
than one bid will cause the bidders participation to be disqualified for all the
proposals.
4.0
Cost of bidding
4.1
The bidder shall bear all costs associated with the preparation and submission of
his bid and the corporation will in no case be responsible and liable for these costs.
5.0
Site visit
5.1
The bidder and any of his authorized personnel or agents will be granted permission
by the corporation to enter upon its premises and lands for the purpose of site
visit. However, the bidder, his personnel and agents will be responsible against all
liability in respect thereof, including death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of
the inspection.
5.2
The bidder should inform the corporation at least three days in advance about the
proposed site visit.
Page 14 of 82
5.3
The bidder, at his own responsibility and risk is encouraged to visit, inspect and
survey the site and its surroundings and satisfy himself before submitting his bid
as to the form and nature of the site, the means of access to the site, the
accommodation he may require, etc.
5.4
5.5
The costs of visiting the site shall be at the bidders own expense. Any report
shared at the site, by the corporation is subject to verification by the contractor.
Any deviations of information in the report and the actual site will not be the
responsibility of the corporation.
5.6
The bidders are requested to bring photo identification like passport, voters
identity card, and driving license, PAN card, identity card issued by employer etc.
for security regulations. Any electronic devices like mobiles, radio, transistors
camera etc. are not allowed inside NPCIL premises and the same shall be left at
security gate at the risk of bidders. The bidders are requested to e- mail the details
of authorized representative in the prescribed format (annexure-11).
5.7
The bidder shall forward any query/question by e -mail within the stipulated date
and time given in NIT. The clarification given by the corporation shall be visible to
all the bidders without disclosing the identity of the bidder raising the query. The
questions/query received after stipulated date and time shall not be entertained
and no response shall be forwarded. The submission of bid shall mean that the
bidder has seen the response and accepts the content.
6.0
6.1
Submission of a bid by a bidder implies that he has read this notice and all other
contract documents, clarification, addendum, corrigendum and has made himself
aware of the scope and specifications of the work to be executed and of
conditions and rates at which stores, tools and plant, etc, will be issued to him by
the corporation and local conditions and other factors having a bearing on the
execution of the works.
6.2
The bidder shall submit the bid, which satisfies each and every condition laid down
in the bid documents, failing which, the bid is liable to be rejected.
6.3
Drawings, if any
Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit,
Memorandum of Understanding / Consortium Agreement, Lump sum Advance, Form
of Hypothecation Deed, Disputes Resolution Board, agreement, format of
completion certificate and format of Performance Guarantee.
Bill of quantities
7.0
Pre-bid meeting:
7.1
7.2
The purpose of the pre-bid meeting is to clarify issues and to answer questions on
matters that may be raised at that stage. The bidder is requested to submit their
questions/queries preferably by email so as to reach the corporation before
stipulated date and time for submitting the same. The queries which are received
after stipulated date and time as per NIT shall be summarily rejected and no
response shall be made.
7.3
Attending the pre-bid meetings is in the interest of bidders to understand the scope
of work of the tender. It is insisted upon that bidders shall attend the pre-bid
meetings. However, in case the bidders do not attend the pre-bid meetings, it
would be presumed that they have understood the scope of work. NPCIL has to
finalize the award within a limited time schedule. Therefore, NPCIL will not seek
any clarification in respect of incomplete offers. Any doubt, may be cleared, if
required by the bidder before filling the bid. No request for extension of bid
submission dates shall be entertained.
7.4
Minutes of the meeting, including the text of the questions (without identifying the
source of enquiry) and the responses given will be displayed on web site. Any
modifications of the bidding documents which may become necessary as a result
of the pre-bid meeting shall be made by the corporation exclusively through the
issue of an addendum only and not through the minutes of the pre-bid meeting.
The addendum shall be binding on all the bidders. Submission of bid shall imply
the acceptance of addendum by the bidder.
8.0
8.1
Before the deadline for submission of bids, the corporation may modify the bidding
documents by issuing addenda on web site.
8.2
Any addendum so issued shall be part of the bid documents as well as contract
document.
8.3
preparing their bids, the corporation may extend the date for submission of bids, if
necessary.
8.4
9.0
9.1
All documents relating to the bid shall be in the English language, unless stated
otherwise. Hindi version of general conditions of contract (GCC) uploaded on web
site is for information purpose only. The English version of GCC is the legal
document.
payment of bid security for the items/services they are registered with District
Industry Centers or Khadi and Village Industries Commission or Khadi and Village
Industries Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or any other body specified by Ministry of
MSME. But, all the bidders have to pay tender processing fee to M/s. ITI. The
bidders are requested to ensure that they are registered for relevant service as
stipulated in similar nature of work .In case of mismatch between the service
registered with MSME and service for which bid is called ,the bid shall be treated as
without bid security and hence rejected.
10.3 (a) in case of two part bid, the bid security of technically unqualified bidders after
technical evaluation shall be returned.
(b) Bid security of qualified unsuccessful bidders will be returned to them within a
month (30 days) from the date of acceptance of bid of the successful bidder.
(c) Bid security of successful bidder will be returned after submission of the
performance guarantee amount.
(d) Bid security of the bidder who has withdrawn the bid shall be
opening of the bid.
returned
after
The bidder withdraws / modifies his bid or any item thereof after opening of bid.
b)
The successful bidder fails within the specified time limit to submit the
performance guarantee and commence the work.
10.5 The corporation at its discretion shall refund the bid security by online/RTGS/NEFT
or through any other electronic mode to the account number as registered by the
bidder himself on e tendering portal.
11.0 Bid prices, rates & taxes
11.1 The bidder should quote his rates in figures only.
11.2 In the case of item rate tenders, only rates quoted shall be considered. In case of
lump sum tender, only lump sum quoted amount shall be considered.
11.3
The rates, prices and total bid price submitted by the contractor shall be inclusive
of terminal or other duties, VAT, CST, turnover tax, work contract tax, octroi,
cess, or any other similar tax applicable under the existing laws or levy by the
statuary authorities/state/central government in performance of this contract
except service tax.
The contractors are expected to buy maximum inputs from local vendors (within the
state) and the CENVAT / VAT input set off benefits available to the bidders thereof
should be passed on to NPCIL through the quoted price.
Page 18 of 82
11.6 The evaluation of price bid will be done strictly on the basis of rates/total bid price
quoted by bidder in the price bid format plus service tax as applicable.
12.0 Currencies of bid and payment
12.1 The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless
otherwise specified in the special conditions of contract.
13
Bid validity
13.1 The bids submitted shall remain valid for acceptance for a period of 120 days from
the date of opening of the bid. The bidder shall not be entitled during the period of
validity, to revoke or cancel his bid or vary / modify the bid given or any item
thereof. In case of bidder revoking or canceling his bid, varying any terms in regard
thereof, the full amount of bid security paid by the bidder along with the bid shall
be forfeited by NPCIL.
Page 19 of 82
13.2 In exceptional circumstances, prior to expiry of the original bid validity period,
NPCIL may request the bidders to extend the period of validity for a specified
additional period. The request and the responses thereto shall be made in writing.
A bidder may refuse the request without forfeiting its bid security but his bid will
not be considered. A bidder agreeing to the request will not be required or
permitted to modify its bid, but will be required to extend the validity of its bid
security for the period of the extension.
14.0 Alternative proposals by bidders
14.1 Bidders shall submit offers that comply with the requirements of the bidding
documents, including the basic technical design as indicated in the drawing and
specifications. Alternatives will not be considered.
15.0
15.1
The date and time of on-line bid submission shall remain unaltered even if the
specified date for the submission of the bid is declared as holiday for the office
inviting tender.
15.2 The corporation may extend the deadline for submission of bids by issuing an
amendment, in which case, all rights and obligations of the corporation and the
bidders previously subject to the original deadline will then be subject to the new
deadline.
15.3 Any bid received by the corporation after the deadline prescribed above will be
rejected.
15.4 The bidders shall note the following before submission of bid
(a)
If the digital signature certificate (DSC) holder is sole proprietor of the firm,
power of attorney need not be submitted.
(b)
In case DSC holder is bidding on behalf of partnership firm, joint venture,
consortium etc. power of attorney or any other legally acceptable document viz.
partnership deed, board resolution etc authorizing DSC holder to bid on behalf of
the bidder is to be uploaded. In case of non-submission the bid shall be summarily
rejected.
16.0 Bid opening
16.1
Tender opening shall be done on-line only. If the date of opening is declared as
holiday then bid will be opened on next working day. In exceptional cases opening
of tenders can be done on any day or time after scheduled date and time of
opening. Corrigendum issued for opening of tender shall be uploaded on website.
16.2 The bids without stipulated bid security amount and other mandatory documents as
per NIT shall be summarily rejected.
16.3 In two part tenders financial bid of only qualified bidder shall be opened.
Page 20 of 82
Bidder shall not contact the corporation on any matter relating to his bid from the
time of the bid opening to the time the contract is awarded.
17.3 Any effort by the bidder to influence the corporations bid evaluation, bid
comparison or contract award decisions, may result in the rejection of his bid.
18.0 Examination of bids and determination of responsiveness
18.1 Prior to detailed evaluation of bids, the corporation will determine whether each
bid(s) meets (a) the minimum requirements as per pre- qualification criteria (b) is
accompanied by the required bid security (c) is responsive to the requirements of
the bidding documents (d) has been properly signed by authorized signatory as per
clause-15.4 .
18.2 A responsive bid is one which conforms to all the terms, conditions and
specification of the bidding documents, without material deviation or reservation.
A material deviation or reservation is one (a) which affects in any substantial
change in scope, quality or performance of the works; (b) which limits in any
substantial way, the corporations rights or the bidders obligations under the
contract; or (c) whose rectification would affect unfairly the competitive position
of other bidders presenting responsive bids.
19.0 Evaluation and comparison of bids
19.1 The corporation reserves the right to accept or reject any offer. Corporation also
reserves the right to award only part of the work.
19.2 The estimated effect of the price adjustment conditions under variations and
deviations of the conditions of contract, during the period of implementation of
the contract, will not be taken into account in bid evaluation.
19.3 If the bid of the successful bidder is seriously unbalanced in relation to the
engineer-in-charge or his representatives estimate of the cost of work to be
executed under the contract, the corporation may require the bidder to produce
detailed rate analyses for any or all items of the bill of quantities, to demonstrate
the internal consistency of those rates with the implementation / construction
methods and schedule proposed. The unbalanced bids are liable to be rejected.
19.4 Any deviation in the commercial terms shall be suitably loaded before evaluation.
Page 21 of 82
An agreement shall be made and signed by both the parties. The agreement will
incorporate all correspondence between the corporation and the successful bidder,
bid documents etc. The bid document as uploaded on website
Page 22 of 82
(ii)
(b)
(c)
22.2
defines, for the purpose of these provisions, the terms set forth below as
follows:
corrupt practice means the offering, giving, receiving or soliciting of anything of
value to influence the action of a public official in the procurement process or in
contract execution; and
fraudulent practice means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
corporation, and includes collusive practice among bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and
to deprive the corporation of the benefits of free and open competition.
Will reject a proposal for award of work if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question.
will declare a bidder ineligible, either indefinitely or for a stated period of time, to
be awarded a contract / contracts if at any time it determines that the bidder has
engaged in corrupt or fraudulent practices in competing for, or in executing, the
contract.
The bidder may make representation in connection with processing of tender
directly and only to the competent authority (calling tender) as mentioned in the
tender document. However, if such representation is found to be un-sustentative
and/ or frivolous and if the tender has to be closed because of the delays /
disruptions caused by such representations and the job has to be re-tendered, then
such bidder will not be allowed to participate in the re-invited tender.
In case, any bidder while making such representation to competent authority also
involves other officials of corporation and / or solicits/ invokes external
intervention other than as may be permitted under the law and if the tender has to
be closed because of the delays / disruptions caused by such interventions and has
to be re-tendered, then the particular bidder will not be allowed to participate in
the re-invited tender.
23.0 Disclosures
23.1 Any change in the constitution of the contractors firm, where it is a partnership
firm, joint venture or consortium partnerships as declared in the bid should be
disclosed to the corporation, at any time between the submission of bids and the
signing of the contract. The same shall be disclosed during the currency as per the
GCC clause number 1.9 (Changes in constitution).
Page 23 of 82
As per the provision of MSEs Policy, the participating bidder registered under MSEs
Act in a tender for supply of goods or services, quoting price within the band of
L1+15% would be allowed to supply a portion of the requirement by bringing down
their price to the L1 price, in a situation where L1 price is from someone other
than an MSE. Such MSEs would be allowed to supply up to 20% of the total
tendered value. In case of more than one such eligible MSE, the supply will be
shared proportionately. Further, out of 20% allocation, a sub-target of 4% (i.e.
20% out of 20%) will be earmarked for procurement from MSEs owned by SC/ST
entrepreneurs. However, in the event of failure of such MSEs to participate in the
tender process or meet the tender requirements and the L1 price, the 4% subtarget for procurement earmarked for MSEs owned by SC/ST entrepreneurs will be
met from other MSEs proportionately. MSME registered with the agencies listed
below for the tendered service only will be exempted from payment of bid
security.
Page 24 of 82
The MSEs, who are interested in availing themselves of these benefits, will enclose
with their offer the proof of their being MSE registered with any of the agencies
mentioned in the Notification Ministry of MSE. The MSE must also indicate the
terminal validity date of their registration. Failing of these requirements, such
offers will not be eligible for consideration of benefit detailed in MSE Notification
of Govt. of India dated 23-03-2012.
25.2
MSEs who are interested in availing themselves of these benefits shall enclose
with their offer the proof of their being MSE registered with any of the agencies
mentioned in the notification of Ministry of MSME indicated below:
District Industries Centers
Khadi and Village Industries Commission
Khadi and Village Industries Board
Coir Board
National Small Industries Corporation
Directorate of Handicraft and Handloom
Any other body specified by Ministry of MSME.
Failing above, such offers will not be eligible for consideration of benefits detailed
in MSE notification of Government of India dated 23.03.2012.
EIC (CTC)
Page 25 of 82
ANNEXURE - 1
WORK EXPERIENCE
1.
Name of Work
2.
3.
4.
5.
6.
7.
8.
ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)
This is to certify that the financial turnover of M/s ---------------With PAN number---------------------------------- is as under-
SR.NO.
DESCRIPTION
1.
2.
Profits/loss after
taxes
3.
Annual turnover
NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium. All
such documents reflect the financial data of the bidder or member in case of JV/
Consortium, and not that of sister of parent company.
2. The financial data in above format shall be certified by Chartered Accountant /
Company Auditor under his signature and seal having membership no. and firm no.
3.
In case audited turnover of the last financial year is not made available by the
bidder, he has to submit a certificate by a CA certifying that the balance sheet has
actually not been audited so far. The certificate shall be signed by bidder also. In
such case the financial data of previous three audited financial shall be taken into
consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was
necessary for the purpose of certification. The certification process involves
examining the supporting documents.
(Seal, membership no. and signature of CA)
Page 27 of 82
ANNEXURE 3 A
FINANCIAL DATA
(Value of work done during the latest last five audited financial years)
SR.
NO.
DESCRIPTION
II
III
IV
NOTES :
1.
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 3B
FINANCIAL DATA
(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)
Description
of Work
Place &
state
Contract
No. &
Date
Name &
Address of
Client
Value of
Contract
(Rs. In
lacs)
Stipulated
period of
completion
Value of
work
remaining
to be done
Anticipated
date of
completion
Remarks
NOTE:
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. Bidder or member in case of JV / Consortium should provide information on their current commitments for all
contracts that have been awarded or for which a letter of intent or acceptance has been received or for
contracts approaching completion but for which a completion certificate is yet to be issued even if completion
of such works spills over beyond completion period of this contract.
(Signature, membership no. and seal of chartered accountant)
Page 29 of 82
ANNEXURE 4
Name of
Client
Work
Order/
Agreement
No.
Value of
work in
lakhs
Blacklisting
period
Reasons
Letter no.
informing
of black
listing
NOTES:
1. The bidder shall submit the details of black listing /de-registration / holiday
by any central / state government department or public sector undertaking.
The relevant letter shall be scanned and uploaded,
2. In case of JV / Consortium, the undertaking shall be submitted by each
member of JV / Consortium.
3. The undertaking shall be signed by authorized signatory of the bidder or
constituent member in case of JV / Consortium.
Page 30 of 82
ANNEXURE 5
Client &
Address
Work Order
No.
Name of Work
Cause of
dispute
Amount
Remarks
and the
present
status
Page 31 of 82
ANNEXURE 6
Class of Registration
Name of Service
Valid up to
Page 32 of 82
ANNEXURE 7
Tax information to be provided by the bidders during submission of bid along
with BOQ in excel sheet
Sr
No
1.0
1.1
1.2
1.3
2.0
2.1
2.2
2.3
Nature of tax
Excise Duty
Have you included excise duty in the
bid price?
If YES, Confirm you shall furnish duty
paying documents in original and
comply with the procedural
requirements and conditions at the
time of billing to NPCIL.
Excise Duty Registration Number
Sales Tax
Have you included VAT /CST in the bid
price?
If VAT / CST is not applicable, the
reason thereof:
If YES, please indicate what option of
taxation is adopted by you.
Response by bidder
YES /NO
APPLICABLE /
NOT APPLICABLE
1. Being pure labour contract.
2. Being exempted goods.
3. Any other reason (please
state)
A-1 Actual Labour Deduction
(Legal Option)
A-2 Standard Labour Deduction
(Legal Option)
2.4
3.0
3.1
3.2
3.3
3.4
B - Composition Tax
Note : In case of option A-1/A-2, VAT
invoice as provided under K VAT rules shall
be submitted while billing failing which
VAT will be considered as per K VAT
composition scheme.
VAT TIN and CST TIN
VAT:
(if unregistered, mention so)
CST:
Unregistered
Service Tax
Whether service tax is applicable?
APPLICABLE /
NOT
APPLICABLE
If Not Applicable, the reason thereof.
Being pure labour contract
Being exempted goods
Any other reason(please state )
Service Tax Registration number
For works contracts,
1. Valuation as per Rule 2A
( Construction/repair, maintenance
(i) Or
works involving material) state the
2. Composition as per Rule
2A (ii)
method of valuation opted by you as
per service tax
( Determination of value ) Rules 2006.
Page 33 of 82
3.5
4.0
5.0
6.0
1.
2.
3.
4.
5.
Individual
Firm
LLP
Company
Others
Note:
1. The evaluation (financial status) of bids will be done strictly on the basis
of bid price/ rates/ total bid price quoted in the price bid format plus
Service Tax as applicable.
2. In case of any inconsistency in the rate of Service Tax quoted, the same
will be corrected by NPCIL for evaluation of bids.
3. Bidders shall substantiate the Information provided herein when called
for to do so.
Page 34 of 82
ANNEXURE-8
Certificate to be furnished by the Contractor along with the Invoice/bills where
Value Added Tax/Central Sales Tax is claimed in the quoted rates.
Certified that:
1. Goods on which Value Added Tax / Central Sales Tax claimed are not
exempted from payment of VAT / CST under the provisions of respective
statutes.
2. I/We, as a Registered Dealer, is/are being assessed to VAT/CST and our
VAT TIN is ___________________ and CST TIN is __________________
3. I/We, hereby certify that my/our Registration Certificate is in force on
the date on which the sale of the goods included in this invoice is made
by me/us and that the transaction of sale covered by this invoice has
been effected by me/us and it shall be accounted for in the turnover of
sales while filing of return and the due tax, if any, payable on the sale
has been paid or shall be paid.
Page 35 of 82
ANNEXURE-9
Certificate to be furnished by the Contractor along with the Invoice/bills where
Service Tax is claimed.
Certified that:
1. Services on which Service Tax claimed are taxable under category
__________________ (name of service) and not exempted from payment
of Service Tax under the provisions of extant Rules.
2. I/We, are registered with Central Excise Department and our Registration
Number is _______________________
3. I/We, hereby certify that my/our Registration Certificate is in force as on
date and that the transaction covered by this invoice has been effected
by me/us and it shall be accounted for in the turnover while filing of
return and the due tax payable has been paid or shall be paid to the
Government Account.
Page 36 of 82
ANNEXURE 10
UNDERTAKING TO BE FURNISHED ONLINE BY THE BIDDER
I DO HEREBY UNDERTAKE
1. That all the information being submitted by me is genuine, authentic,
true and valid on the date of submission of tender and if any
information is found to be false at any stage of tendering or contract
period I will be liable to the penal actions as prescribed in NIT.
2. That 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.
3. That I am giving my consent for e-payment.
4. That I do authorize corporation for seeking information / clarification
from by bankers, clients having reference in this bid.
5. 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.
6. That I accept all the undertakings as specified elsewhere in the tender
document.
7. 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.
Signature of Bidder
(Stamp)
Page 37 of 82
ANNEXURE 11
2.
3.
Age
4.
5.
Designation
6.
Address
7.
Contact No.
E-mail ID
9.
Purpose of visit
10.
11.
Date of visit
12.
Time of visit
13.
Vehicle No.
14.
15.
15.
Name
Age
Designation
Remarks
*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card,
Driving License, any other ID card issued by Government etc. shall be produced
at CISF Main gate for entry. Mobile phones, laptop and any other electronic
device are not permitted.
The information given above is true to the best of my knowledge.
Signature of the bidder with date.
Page 38 of 82
SECTION-II
SCHEDULE A
Page 39 of 82
NAME OF WORK
25.0 NIT
1.1.1 GCC
2.1.3 GCC
5
6
4.14.1 GCC
4.14.1 GCC
4.19.2 GCC
4.22.1 GCC
4.23.2 GCC
10
11
4.23.2(i) GCC
4.24.2 GCC
12
5.6.3 GCC
13
5.6.4 GCC
14
5.6.14 GCC
15
5.6.15 GCC
16
17
7.8.1 GCC
7.8.2 GCC
18
7.9.3 GCC
19
9.1.1 GCC
SCHEDULE A
ITEM
Applicability of Mega Power Project
Concession
Purchase
preference
to
MSE
registered bidders.
a) Waivel of submitting bid
security
b) Splitting of quantity for
award to MSE
Accepting Authority
Time by which possession of Site
will be given
Availability of Electricity
The rate at which electricity will be
charged
Number of trees to be planted by
the Contractor
Number of Apprentices to be
trained by the Contractor
Availability of Departmental water
supply.
Water charges
Land availability for contractors
colony.
Penalty,
for
not
providing
arrangements and facilities as per
safety guidelines.
Industrial Safety Training to be
provided by Corporation.
Minimum
number
of
safety
professionals to be employed by
Contractor.
Penalty, for not deploying the
minimum
number
of
safety
professionals.
Applicability of the incentive clause
Maximum
percentage
of
the
contract value, which shall be paid
as incentive.
Compensation
for
suspension
(entire work) beyond 30 days (per
day rate)
Defect Liability Period.
For the contracts other than
STIPULATION
No.
Yes
No
Maintenance Superintendent,
KGS 3&4
IMMEDIATE.
Yes
Free at workplace
NIL.
NIL.
Yes.
Free at workplace
NO.
Penalty 2% (maximum).
Yes.
Nil.
NIL.
No.
Nil.
Nil.
Page 40 of 82
20
9.1.6 GCC
21
11.3.4 GCC
22
12.1.4 GCC
23
12.2.1 GCC
24
12.5.1 GCC
25
15.1.1 GCC
No.
----32 %
07 %
21 %
06 %
19%
Nil
Nil
Nil
00%
Nil
Yes
YES
10 % of Contract Value.
Page 41 of 82
SECTION-III
GENERAL INFOMATION
AND
SPECIAL CONDITION OF CONTRACT
Page 42 of 82
GENERAL INFORMATION
GENERAL
The special instructions/conditions under this section supplement the General
Conditions of Contract (G.C.C) Section IV and shall be considered as part of
the contract document. Where these special instructions are at
variance
with
the corresponding general conditions, stipulations and
specifications elsewhere in the tender document, these special instructions shall
prevail.
1.
1.1
PROJECT :
The Kaiga Generating Station comprises of 4 units of 220 Mwe each. Turbo
Generator driven with steam from PHWR type Nuclear Reactor.
Kaiga
Generating Station 3&4 being in close to the vicinity of Kaiga Generating station
1&2 and security point of view, all 4 units comes under the control of Central
Industrial Security Force.
1.2
LOCATION:
Kaiga Generating Station is located about 55 kms to the east of Karwar town &
13 kms on the upstream of Kadra Dam and on the left bank of River Kali. The
nearest Railway Station is Karwar on Konkan railway line. Hubli Railway Station
is about 150 kms from the site on Bangalore Londa Section of the southern
railway (Bangalore Mumbai Broad Gauge line).
1.3
ACCESS :
Kaiga Generating station is accessible from NH-66 which passes through Karwar
town. SH -67 on Karwar Belgaum route passes through Kadra.
1.4 METEOROLOGICAL DATA :
The contractor is deemed to have studied the Meteorological data such as
maximum and minimum temperature in the year, relative humidity rainfall etc.,
available at the office of the Engineer-In-Charge.
1.5
SITE INSPECTION
The bidder should visit the site and familiarize themselves thoroughly with the
site conditions before submitting their tenders. Non familiarity with site
conditions will not be considered a reason either for extra claims or for not
carrying out the work in strict conformity with drawings as directed by the
Engineer-In-Charge as specified in the entire tender document and Technical
specification. For any information on site visit, the tenderer may visit the office
of Engineer in charge (CTC) with prior intimation.
Page 43 of 82
2 SPECIAL INSTRUCTIONS/CONDITIONS:
2.1 SCOPE OF WORK: The scope of work shall be as described in Detailed
Technical Specifications, Users brief and Schedule of Quantities. A list of
activities (not limited to) included in the scope of this contract, in brief are
follows:
2.2 CONTRACT SCHEDULE: The bidder shall note that the entire work has to
be completed within the stipulated time of contract. The time allowed for
carrying out the work as entered in the tender shall be strictly observed by the
contractor and shall deemed to be the essence of the contract. All work shall be
completed in accordance with the approved time schedule which forms a part of
the contract.
2.3 WORKS CO-ORDINATION: The contractor shall note that several other
agencies may also be simultaneously working within and around the work site
and structures covered under present contract. The contractor shall permit as
directed by the Engineer from time to time, such works to be carried out
without any hindrance and fully co-ordinate his activities and extend all his cooperation to the other agencies working therein. In case of dispute in such coordination, the Engineers decision shall be final and binding on the contractor.
2.4 SECURITY:-The contractor shall follow security rules as per GCC Clause
no. 4.20. The contractor shall get issued the identity cards of their workers
from colony Security section / CISF as applicable from time to time.
Contractor shall submit the duly filled up forms of all workers to be
deployed through Engineer- in-Charge to CISF at plant site for plant site work
or Colony Security Section for township works as the case may be for issue of
identity card to their workers. The workers should display their Identity Cards
during the working time. Xerox copy of identity cards of all workers to be
submitted to Engineer-in-Charge of work before I st R. A. Bill. It shall be noted
that the CISF / security section is empowered to carry out the checks.
On completion of work, contractor has to surrender all identity cards
issued under this contract to their labours / staff to CISF or colony security
section as applicable. No dues certificate has to be submitted to Engineerin- Charge of work before final bill from respective security agencies.
The contractor shall obtain Police verification certificate of individual worker
for entering to plant site and for obtaining RFID cards from the authorities at
Plant site.
Page 44 of 82
Penalty Clause for non-return of RFID CARDS (for works at Plant site):
No due certificate has to be obtained from CISF pass section OR Time office,
CMU KGS for returning the RFID Cards (Identity cards at Township) issued to
contractor workers before clearing the final bill. The RFID Cards are to be
handed over to pass section at main gate once the validity period is completed
OR completion of the contract period whichever is earlier. In case of nonsubmission of RFID Cards a penalty of Rs. 500 (Rupees Five Hundred Only) per
card & shall be made applicable and the same shall be recovered from the R.A.
Bill OR final bill
2.5. LIABILITIES FOR DAMAGE AND INSURANCE: During the execution of
the contract, and
until the completion certificate is issued, the contractor
will be fully responsible for any loss, damage or destruction of NPCIL works,
structures, plant & machineries, property, persons etc., as per GCC Clause
no. 14 & 15. The quoted rate shall be including the premium amount of
insurance policies.
The contractor shall provide all Insurance policies in the joint name of
corporation and the period of policies shall be from the date of commencement
of work to the end of defect liability period. Contractor has to submit the
copies of Insurance policies along with the original policy document to the
Engineer-in-charge before the commencement of work.
Non compliance for the required period/delay in submission of Insurance
policies as per tender conditions shall result in levy of non-returnable
penalty equivalent to 02 (tw0) times the premium required to be paid for the
lapse period (with a minimum of Rs 1000/-) of each type of insurance policy
i.e. CAR policy (if applicable), Third party insurance, Workmen compensation
policy separately. Levy of penalty does not abrogate contractor from his
responsibility regarding insurance and risk cover. The contractor shall submit
indemnity bond declaration for his responsibility in this regard. NPCIL shall not
be liable for or in respect of any damage or compensation payable. The work
order is liable for rejection in case of repeated/continuous non compliance.
2.6. LABOUR LICENSE: - A request for issue of Principal Employers Certificate
(Form V) shall be submitted to the Engineer in charge of the work,
immediately after receipt of work order. The Principal Employers Certificate
required for obtaining Labour License for specified number of workmen
proposed to be employed for the work and shall be issued on the request of
Contractor. The contractor shall obtain a valid labor license (if applicable)
from the relevant authorities within 30 days of issue of work order and copy
of the same shall be submitted to the Engineer in charge.
Page 45 of 82
Penalty for late submission of labour license as applicable shall result in levy
of non-returnable penalty equivalent to 2 (Two) times prescribed fee to be
paid on pro-rata basis on per day per person basis. Contractor shall ensure
the submission of application within 07 days of issue of Form-V failing which
penalty shall be imposed and recovery date shall be reckoned from o8th day
subsequent to issue of Form-V. Levy does not absolve contractor from the
responsibility regarding labour license.
2.7 (a) FACTORS TO BE CONSIDERED FOR ARRIVING AT DAILY WAGES WHILE
QUOTING:
I.
minimum wages (for the applicable category of worker) framed by the Central
OR State Government whichever is higher during the currency of this contract
and its valid extension, if any.
BONUS: The contractor shall have to make payment of Bonus @8.33% of wages
as prescribed under the payment of Bonus Act, as interim Bonus on monthly
basis along with monthly wage and the same shall be indicated in the wage slip.
The contractor or his authorized representative shall maintain the attendance
register, muster roll register, wage register, etc., for the workers engaged, also
for the work allotted and record the items of work carried out on the day.
The contractor shall ensure all payment including advance payment to all
employees/ workers in all category deployed for the work through individual
bank account only. It is the responsibility of the contractor to manage for
opening of saving bank account of individual employees deployed for the work
before payment of 1st (First) RA bill.
The contractor shall make the payment to all employees/ workers in all
category deployed for the work, on or before 7th day of succeeding month. The
contractor shall record a wage slip and issue it to the workers every month. The
remittance record of wages to the individual workers bank account shall be
submitted to EIC along with each RA bill and final bill.
In case of delay in labour payment as prescribed above, penalty @of 0.1% of
work order value per week delay with a minimum of Rs 100 per week delay and
maximum of Rs. 300 per week delay shall be recovered from the respective
R.A.Bill of the contractor. Levy of penalty does not abrogate contractor from his
responsibility for disbursement of wages as per the payment wage act, NPCIL
shall not be liable for any damage or compensation payable.
Contractor has to provide a substitute worker on the days of absence of any of
the worker against this contract or else the contractor shall be liable for
penalty. In case any particular category of manpower is absent or the crew of
manpower reduces below the minimum requirement of manpower mentioned in
the tender or as decided by the Engineer in charge up to 05 (Five) cumulative
days of unauthorized absence in a month, then the contractor shall be liable to
pay penalty @ Rs.100/- per shortfall manpower per day of such unauthorized
absent.
These penalties are in addition to the Non-Payment by department for such
absence in proportion of Non deployment of particular category of manpower.
2.10 TRANSPORT CHARGES: - Contractor shall make his own arrangement for
transportation
of manpower deployed for the work from labour camps to
working place. Penalty of Two (2) times the applicable departmental transport
fare /charges per person will be recovered if found traveling in departmental
transport without proper pass / authorization.
Page 48 of 82
The charges towards transportation is considered as Rs. 50/- per day per worker
in the estimate, if the contractor is not providing the transportation then an
amount of Rs. 50/ (min) per worker per day shall be paid to the worker (this
clause is not applicable to township and CSR Works).
2.11 PENALTIES: summary of penalties:
Sl.
No.
1
Ref. clause
No. of
Special
Conditions
Brief description
Applicable penalty
Security: In case of
non-submission of issued
RFID Cards.
Insurances : Incase non
compliance
for
the
required period/delay in
submission of Insurance
policies as per tender
conditions
Labour
License:
Penalty
for
late
submission of labour
license as applicable
Uniform:
In
case
contractor manpower is
not found in uniform.
Delay
in
labour
payment: In case of
delay in labour payment
as prescribed in the
special condition
Absenteeism:
(a)
In
case
any
particular category of
manpower is absent or
the crew of manpower
reduces
below
the
minimum requirement
No penalty up to 05 (Five)
cumulative days of unauthorized
absence in a month, beyond which
the contractor shall be liable to
pay penalty @ Rs.100/- per
shortfall manpower per day of
2.4
2.5
2.6
2.8
2.9
2.9
Page 49 of 82
(b)
Manpower
for
Essential services: The
contractor shall not
withdraw
total
manpower from the
essential services of
work like transport,
water treatment works,
sewage
treatment
works, canteen, shut
down
jobs,
etc.,
without prior approval
of EIC of work.
Transport: Contractor
shall make own
arrangement for
transportation of
manpower deployed for
the work from labour
camps to working place.
Penalty
of Two (2) times the
applicable departmental transport
Fare / charges per person will be
recovered if found traveling in
departmental transport without
proper pass / authorization.
2.10
2.12 AGREEMENT: The successful bidder shall enter into contract and shall
execute and sign the contract agreement in accordance with the Articles of
Agreement.
The contractor shall prepare the draft article of agreement in the Proforma
included in this tender document duly incorporating all the terms of agreement
between the two parties. After the review of draft by EIC of works, the same
shall be printed on an appropriate value bond paper/stamp paper (top Page) at
his own cost duly signed by the contract awarding authority. Thus signed
agreement shall be forwarded /submitted to CTC for further processing. The
agreement shall contain work order with SOQR, letter of acceptance of work
order by the contractor, LOI if any, MOM of Negotiation meeting if any, Bid
with complete tender document, addendums & corrigendum issued if any,
minutes of pre bid meetings if any and all correspondence with the successful
bidder till the award of work. All the pages of entire Agreement with
documents shall be duly numbered and bound.
The entire procedure shall be completed at the earliest; in any case signing of
an agreement shall be completed within the following limits:
Work order cost
Upto `. 100 lacs
Safety Officer/Supervisor
maintained.
/coordinator
as applicable
shall be
Maximum amount of
Liquidated damages
5 % on unfinished
contract value
5 % on
unfinished
Page 55 of 82
Maximum amount of
Liquidated damages
5% of contract value
5% of contract value
5 % of contract value
For the purpose Contract value shall be the value at contract rates of
the work originally ordered.
d) The amount of LD shall be adjusted or set off against any sum payable
to the contractor under this or any other contract with NPCIL. The
recovery of LD at above rates shall be made irrespective of the fact
that NPCIL has suffered the loss or otherwise due to delay in
completion of particular work.
2.21. WATER SUPPLY: Water supply will be made available on written request;
free of charge otherwise mentioned elsewhere depending upon nature of work
at designated point or at different points as decided by Engineer-In-Charge.
Contractor shall make his own arrangement for drawl from the supply point for
onwards requirements. If in any case NPCIL is not able to supply water,
contractor has to make his own arrangement. The work shall not be stopped
for this reason.
2.22. ELECTRICAL POWER SUPPLY: Construction purpose power supply will be
provide as per the cost indicated in Schedule A , on written request on a
Page 56 of 82
Page 57 of 82
manpower without prior permissions will be looked seriously and this may
result in termination of contract in addition to legal action.
Incase if any team of workers/any worker shall be engaged on holidays
then they shall be engaged as per site requirement.
The contractor shall provide sufficient tools and tackles to all his workers
and ensure co-ordination with EIC to enable them to carry out the
required work in qualitative manner.
SUPERVISION OF WORK/MANPOWER: The contractor shall employ
supervisory manpower on regular basis on all working days at his own
cost. The employed supervisors shall have suitable qualification and
experience to obtain, implement, extract and deliver quality product by
his worker. The supervisor should have sufficient knowledge, experience
and powers to augment the resources as per the instruction and work
requirement.
2.29. The Bidder shall fill all the templates of Technical and Financial bid of
Tender document. The information submitted/informed elsewhere
other than the templates shall not be considered for Bid Evaluation.
The bidder shall mention NOT APPLICABLE, if any of the templates is
not applicable to them. The L1 bidder shall submit a copy of all the
documents uploaded for this tender to prepare the work order and
subsequent agreement.
2.30. NPCIL reserves the right of accepting the whole or any part of the tender
and the tenderer shall be bound to perform the same at his quoted rates.
Page 59 of 82
SECTION-IV
GENERAL CONDITION OF CONTRACT
New General Condition of Contract (page No. GCC 1 to GCC -138) is applicable
for this work. The copy of GCC enclosed separately along with this tender
document and is also available in the NPCIL website (www.npcil.nic.in ).
Page 60 of 82
SECTION-V
TECHNICAL SPECIFICATION
Page 61 of 82
SECTION V
TECHNICAL SPECIFICATION
Page 62 of 82
NAME OF WORK
3.
DESCRIPTION
Cut nitrile rubber sheet to the required size and shape.
a)Installation of nubile rubber with help of Armaflex S2O adhesive.
a) Chipping and removal of old cemented cold insulation with chisel/chipping
hammer.
b) Collecting in garbage bags and disposing.
c) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
Removal of old rubber cold insulation
a) Remove the old rubber cold insulation with knife.
b) Collect into garbage bags and dispose as per the guidelines.
c) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
4.
5.
e) Cutting of required size GI sheet, fabrication and fixing over the cold
insulation with screws
f) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
Installation of new puff cold insulation(With circular cross section in two
halves) with GI cladding on pipes
a) Applying hot bitumen over the pipeline
b) Installing the puff insulation in two halves over the bitumen layer
c)Wrapping the Puff material with (?) cloth
d)Applying shellykote over the glass cloth
e)Cutting of required size GI sheet, fabrication and fixing over the cold
insulation with screws
f) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
Notes
1)
Page 64 of 82
SECTION-VI
DRAWINGS
SCHEDULE OF DRAWINGS
Page 65 of 82
SL.
No.
Description
------------ NIL
Drawing No.
---------------------NIL
Page 66 of 82
SECTION-VII
SCHEDULE OF MATERIALS TO BE SUPPLIED
BY THE CORPORATION
Page 67 of 82
SCHEDULE 'B'
Sl.
No
1
1
Particulars
2
Puff Insulation
material, glass
cloth &
shellykote
material (kg)
Unit
3
Sqm
Rate at
which
material
will be
issued
(Rs.)
4
Maximum
Maximum
invisible
permissible
wastage
wastage
(Non(returnable
returnable in case of
)
free issue
5
6
Qty. to
be
issued
(approx
.)
7
700
700
700
Page 68 of 82
SCHEDULE 'C'
TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR
(Clause No 6.1 of GCC)
Name
Sr.no.
Of
Tools and Plants other than above are not expected to be hired out to the
Contractor. If, however, any tools and plants are available at the time of
performing the work the same may be hired out at rates to be decided by the
Engineer-In-Charge. The Corporation reserves the right not to hire out any T&P
and to withdraw at any time such T&P hired out.
The Contractor shall ask the Engineer-In-Charge the value of tools & Plants
for which these have to be insured and carry out the insurance accordingly in
case insurance not available with NPCIL.
Page 69 of 82
SECTION-VIII
BILL OF QUANTITIES/FINANCIAL SCHEDULE
Page 70 of 82
NOTE: The rates are to be filled up in Excel format (template) Enclosed Separately
along with this tender.
UNIT
QTY
sqm
200
sqm
100
sqm
150
sqm
sqm
sqm
sqm
sqm
300
300
100
300
100
sqm
200
sqm
300
300
100
RATE
(in `)
AMOUNT
(in `)
3
4
4.1
4.2
4.3
4.4
5
6
7
7.1
7.2
8
sqm
sqm
Total Amount = `
Page 71 of 82
FORMATS
Page 72 of 82
sign of
Engineer
with
name
Remarks
Dated
sign of
Contracto
r with
name
Dated
Net
extension
Overlappi
ng period
if any
Period of
hindrance
Date of
occurrenc
e
Date of
removal
Nature of
hindrance
Sr.no.
Page 73 of 82
AGREEMENT
AGREEMENT NO. __________________
AGREEMENT FOR THE WORK OF: _____________________________
Agreement made this ____
day of _____
20_______
between
the Nuclear Power Corporation of India Limited( A Govt. of India Enterprises)
acting through the ______________(hereinafter called the Nuclear Power
Corporation of
India Limited) of the one part and
M/s
__________________(Hereinafter referred to as the contractor) of the other
part.
WHEREAS the aforesaid _____________ On behalf of Nuclear Power
Corporation of India Limited 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. __________ Dated ____________
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 here to annexed
contains the entire agreement of Pages 01 to ___ and pages of original
tender from 01 to ___ inclusive hereto annexed contains the entire
agreement between the two 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 undertaking given under the
terms and conditions of the agreement..
2.
3.
Page 74 of 82
Page 75 of 82
WAGE SLIP
ANNEXURE- A
M/s__________________________________________
Date of Payment
Through Bank
Bank Name
Bank Account No.
Amount ( `)
Payments
Basic Wages in `
Special Allowances ( 25% of
Minimum Wages of respective
category ) in `
Overtime in `
Any Other Payment in `
A) Interim bonus @8.33%
of wages (wage ceiling
limit of ` 3500/-per
month)
Transport Charges
Total in `
Deduction
EPF @ 12% in `
Any Other Deduction in `
Total Deduction in `
Net Wages in `
Contractors
Signature
Workers Signature
or thumb impression
Page 76 of 82
FROM 1
: ________________________________
Small pox, intermittent or any other fever,
enlargement or suppuration of glands,
Spiting of blood, asthma, heart disease, lung disease, fainting attacks,
rheumatism and appendicitis?
OR
(b) Any other disease or accident
requiring confinement to bed and
medical or surgical treatment?
4. Details of Vaccination/Immunization
: _____________________________________
: _____________________________________
: _____________________________________
Page 77 of 82
9. Past Occupation :
Give details of Name of the Company and Job Hazards if any:
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
I declare all the above answers to be, to the best of my belief, true and correct.
I also solemnly affirm that I have not received disability certificate/pension on account of any
disease or other condition.
Candidates Signature: _______________
NOTE: The candidate shall be held responsible for the accuracy of the above statement. By
willfully suppressing any information, he will incur the risk of losing the appointment or
forfeiting all claims to superannuation allowance/gratuity, if appointed.
Page 78 of 82
FORM 2
EXAMINING PHYSICIANS REPORT
1. Personal Details:
Name: ____________________________________
Sex:
Marital
Status:
Designation: ______________________________
Male/Female
Married/Unmarried
Division
& Section: _______________
Nature of Job:
___________________________________________________________________________________
___________________________________________________________________________________
General Appearance :
___________________________________________________________________________________
___________________________________________________________________________________
Present posting:
Type of job ____________________ (occupational hazard, if any) _________________
Marks of Identification:
I.
_________________________________________________________________
II.
_________________________________________________________________
Signature of
Medical Officer: ______________________
Signature of
Candidate: _____________________
2. History:
a) Personal: __________________________________________________________________
b) Family:
__________________________________________________________________
Page 79 of 82
3. General Examination:
a)
Temperature: ___________ C
c)
Height: _________cm.
Acuity of Vision:
Without glasses
With glasses
Strength of glasses
Sph
Distant Vision
Cyl
Axis
RE
LE
RE
Near Vision
LE
Note: Detailed visual acuity test to be posted as Drivers, Crane operators, Forklift, Locomotive operators, Firemen, Security personnel
Night Blindness: _____________________________________________
Colour Vision:
______________________________________________
h) Teeth:
i) Lymph nodes:
j) ENT:
k) Special Investigation
i)
Varicose Veins:
______________________________________________
ii)
Deformities:
______________________________________________
iii)
Hernia:
_____________________________________________
iv)
Hydrocele:
______________________________________________
v)
Hemorrhoids:
______________________________________________
vi)
Lymph nodes:
______________________________________________
vii)
Oedema:
______________________________________________
viii)
Fistula:
______________________________________________
ix)
Thyroid:
______________________________________________
l) Others: __________________________________________________________
Page 80 of 82
4. Systemic Examination:
a) Respiratory system:
b) Cardiovascular system:
____________________________________________
____________________________________________
____________________________________________
Genito-Urinary system:
g) Others:
____________________________________________
____________________________________________
TLC: ________/cmm
DLC: ________
b) Urine:
SP. Gravity: ______________;
Sugar:
Reaction:
Albumin: ______________;
______________;
______________;
Signature of
Medical Officer: _____________________
Page 81 of 82
FORM 3
Fit
ii.
iii.
___________________________________________________________
2.
___________________________________________________________
Medical Officers
Signature: _______________________________
Name:
________________________________
Designation: _____________________________
Page 82 of 82