You are on page 1of 83

:

Corporate Identity No.

: , , ,

Plant Site, PO: Kaiga, Uttar Kannada Dist., Karnataka-581400

Telephone
Fax
- E-mail
Website

U40104MH1987GOI149458

: 08382264084
: 08382264025
: arevankar@npcil.co.in
: www.npcil.nic.in

e-Tender Document

TENDER No: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NAME OF WORK

Cold insulation of different equipments in kaiga#3&4.

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NAME OF WORK

: Cold insulation of different equipments in kaiga#3&4.

TENDER NO

: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

INDEX
SECTION

I & IA

CONTENTS

Information to the Bidder including Pre-qualification criteria &


Notice Inviting Tender

II

Schedule A & Memorandum of Tender

III

Special Condition of Contract and General Information

IV

General Condition of Contract

Technical Specification / Datasheets

VI

Drawings

VII

Schedule of Materials to be supplied by the Corporation

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-I
INFORMATION TO THE BIDDER INCLUDING
PRE-QUALIFICATION CRITERIA

Page 2 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

U;wfDy;j ikWoj dkikZsjsku vkWQ bafM;k fyfeVsM

Mkd dSxk]

NUCLEAR POWER CORPORATION OF INDIA LTD.


(Hkkjr ljdkj dk m|e A Govt. of India Enterprise)
dSxk fctyh mRiknu dsanz Kaiga Generating Station-1 - 4
vuqHkkx& dsnzh; fufonk izdksB Section Centralized Tender Cell
ftyk mRrj dUuM+] dukZVd PO: Kaiga, Dist: Uttara Kannada, Karnataka 581 400

NOTICE INVITING e-TENDER


Online Single Part tenders are invited through e-tendering mode by Maintenance
Superintendent, KGS 3&4 for and on behalf of NPCIL in Two Bid System i.e. Technical &
Financial, from eligible contractors for the work and details given below:
GENERAL DETAILS
1
2

Tender no.

Estimated cost of the work


inclusive of all taxes

Bid Security @2% of estimated


cost subject to maximum of ten
lakh
Mode of Tender
Type of Tender
Mode of bid security submission

5
6

Name of work

7
8

Completion period
Tender processing fee including
taxes

Availability of tender
documents for free view only

10

Dates of availability of tender


documents for downloading
after paying processing fee

11

Last date and time of


submitting online
queries/questions for
clarifications in both cases
where pre-bid meeting is
envisaged or not
Pre-bid meeting
Last date and time of closing of
online submission of tenders:
Date and time of online opening
of technical bid.
Date of opening of financial bids

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.)

19.03.2016 (up to 15:00 hrs)

21.03.2016 at 15:00 hrs.


24.03.2016at 16:00 hrs.
26.03.2016 at 11:00 hrs.
26.03.2016 at 14:00 hrs.
Page 3 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

16.

Competent authority inviting


tender

Maintenance Superintendent, KGS 3&4

17.

Authority & place for seeking


clarification on tender
conditions, pre-bid meeting,
opening of tender

18.

Help Desk

Engineer-In-Charge (Centralized Tender Cell).


Kaiga Generating Station 1-4,
NPCIL, Kaiga
Phone no. (08382) 264084
e-mail :arevankar@npcil.co.in
On working days and during office hours (10:00 to 17:00
hrs)
I. Help desk of M/s ITI:
1. Shri. Santosh G.Naik, M/s ITI representative, Kaiga
Mobile No: 9483999094, 9343811094
daehelpdesk@gmail.com,
twhelpdesk231@gmail.com
2.

E payment gateway :
022-41852124
On working days from 10 am to 6 pm

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS:


1

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

2.

The intending bidder must read the terms and conditions in the notice inviting
tender & pre-qualification criteria carefully. He should only submit his bid if he
considers himself eligible and he is in possession of all the documents required.

3.

Submission of bid shall mean acceptance of undertaking to be furnished online by


bidder as per format enclosed as annexure-10.

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.

The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are


required to get enrolled.

8.

The intending bidder must have valid class-III digital signature to submit the bid.

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 shall read the GCC and standard NIT in NPCIL


submission of bid. Submission of bid shall imply that
understood the GCC & NIT and shall abide by
deviations/conditions. The detailed NIT and GCC shall be

download section before


the bidder has seen and
the same without any
part of agreement. If the
Page 5 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

Registration of sales tax/VAT/WCT Certificate


Registration of TIN certificate
Registration of EPF

6.

Certificate of annual turnover of last 3 years stamped


& signed by CA 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 stamped and signed by
chartered accountant as per annexure 3B of NIT.
Work experience 1 :
As per annexure 1 of NIT
Work experience 2 :
As per annexure 1 of NIT
Work experience 3 :
As per annexure 1 of NIT
Work experience 4
As per annexure 1 of NIT
Certificate of registration with MSME; uploading is
mandatory if bidder wishes to avail benefit of clause25

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

6. In case of single/nomination/limited tenders the bidders are not required to upload


information and documents for prequalification.

Page 7 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

1.1.1 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:
Financial data for latest last three audited financial years has to be submitted
by the bidder in Annexure-2 of standard NIT. The financial data in the
prescribed format shall be certified by chartered accountant with his stamp
and signature. In case audited balance sheet of the last financial year is not
available, the bidder has to submit an affidavit 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 audited balance sheet of any year other than
the last year is not submitted, the tender will be considered as nonresponsive.
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.
1.2.

a)
b)
c)
d)

Experience of having successfully completed similar works during last 7 years


ending last day of month previous to the one in which applications are invited
should be either of the following: (Date of application shall be considered as date
of commencement of sale of tender)
Three similar completed works, each costing not less than the amount equal to 25%
of the estimated cost or
Two similar completed works, each costing not less than amount equal to 35% of
the estimated cost or
One similar completed works, costing not less than amount equal to 50% of the
estimated cost.
One
Ongoing
work
of
similar
nature
in
any
Central/State
Government/PSU/Autonomous bodies in which the value of work done in the month
previous to which NIT is published shall not be less than 60% of the estimated cost
put to NIT. The value of the completed portion work issued by Engineer-In-Charge
shall be Stamped and Signed by the Section Head.
For all the types of works except construction and wherein material supply
component is less than 20%, having completion period of more than one year, the
Page 8 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

Stamped and signed certificate by chartered accountant giving details of


bill wise payment received, TDS amount, certificate number.
3. The works which have been extended will not be accepted without
documentary proof of extension.
4. For completed works, the value of work done 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 date of submission
of bid.
5. In case of joint venture / consortia, full value of work, if done by the same
joint venture or any of members of the Joint Venture shall be considered.
However, if the work done by them in some other JV / Consortium, value of
actual works done by the member (s) of present JV (duly substantiated by the
clients certificate) shall be considered.
6. The bidders may be asked to produce original of all the documents submitted
for qualification purpose for verification. If the same are not produced in
stipulated time, the bid shall be rejected.
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 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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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 as per schedule A.

2.
2.1

GENERAL ELIGIBILITY CRITERIA


A Bidder may be a natural person, private entity, government-owned entity, or any
combination of such entities supported by a letter of intent to enter into an
agreement or under an existing agreement in the form of a Joint Venture of
Association (JVA) or Consortium. Bids from JVA or Consortium shall not be
accepted for works with estimated cost below Rs. 100 crores. JVA are not
permitted for service & maintenance contract of all values.
In the case of a joint venture or consortium:
a) Joint venture/consortium should not have more than three partners who are
specialized in their respective field.
b) The JVA or consortium agreement shall nominate a lead partner who shall
have the authority to conduct all business for and on behalf of any and all
the partners of the JVA / Consortium during the bidding process and, in the
event the JVA / Consortium are awarded the contract, during contract
execution.
c) In such case, generally the lead partner shall take full responsibility of
successful completion / fulfilment of all the contract conditions. Unless
otherwise specified, all partners shall be jointly and severally liable
d) A non-Indian firm is permitted to tender only in a consortium arrangement
or joint venture with their wholly owned Indian subsidiary registered in India
under companies act-1956 or any other Indian firm having minimum
participation interest of 26%.
e) In case of joint venture/consortium PAN number, VAT/sales tax registration
number of each partner shall be submitted.

2.2

A bidder shall not have a conflict of interest. In case of JV/consortium none of the
partner shall have a conflict of interest. All bidders found to have a conflict of
interest shall be disqualified. A bidder may be considered to have a conflict of
interest with one or more parties in this bidding process, if:
a)

A bidder participated as a consultant in the preparation of the design or technical


specifications of the works that are the subject of the bid; or

b)

A bidder was affiliated with a firm or entity that has been hired (or is proposed to
be hired) by the corporation or as engineer-in-charge for the contract.
Page 11 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

c)

One firm applies for tender both as an individual firm and in a group.

d)

If bidders in two different applications have controlling shareholders in common.

e)

Submit more than one application of the tender.

2.3

Government-owned entities in the corporations country shall be eligible only if


they can establish that they are legally and financially autonomous and operate
under commercial law. Also, they shall not be dependent agencies of the
corporation.

2.4

Bidders shall provide such evidence of their continued eligibility, satisfactory to


the corporation, as the corporation shall reasonably request any time within the
currency of the contract (including defect liability period).

2.5

Firms shall be excluded if:


a) as a matter of law or official regulation, the corporations country prohibits
commercial relations with that country, provided that such exclusion does not
preclude effective competition for the supply of goods or related services
required; or
b) by an act of compliance with a decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations, the borrowers
country prohibits any import of goods or contracting of works or services from
that country or any payments to persons or entities in that country.

3.

CONTRACT ELIGIBILITY CRITERIA


Further, the contract eligibility may include the following, if specified in prequalification criteria:

3.1

Documentary evidence of adequate financial standing, certified by bankers,


audited profit & loss a/c and balance sheet, access to adequate working capital.

3.2

Construction equipment proposed to be deployed for the project and proof of its
availability; equipment proposed to be purchased or leased.

3.3

Key personnel available and proposed to be engaged for management and


supervision of the Project, their qualifications and experience. Valid certificates by
a recognized University, technical Board, or Ministry of Government of India would
only be taken cognizance of.

3.4

Project planning and quality control procedures to be adopted.

3.5

The bidder has to obtain ESIC registrations after award of work in the areas
covered by ESIC.

EIC (CTC)

Maintenance Superintendent, KGS 3&4


for and on and behalf of NPCIL
Page 12 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-IA
NOTICE INVITING TENDER

Page 13 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NOTICE INVITING TENDER


1.0

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

2.0

Eligible bidders

2.1

Bidding is open to all eligible bidders.

2.2

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

2.3

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

3.0

One bid per bidder

3.1

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

4.0

Cost of bidding

4.1

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

5.0

Site visit

5.1

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

5.2

The bidder should inform the corporation at least three days in advance about the
proposed site visit.
Page 14 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

5.3

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

5.4

In general, bidders shall themselves obtain all necessary information as to risks,


contingencies and other circumstances which may influence or affect their bid. A
bidder shall be deemed to have full knowledge of the site, whether he inspects it
or not and no extra claims due to any misunderstanding or otherwise shall be
allowed.

5.5

The costs of visiting the site shall be at the bidders own expense. Any report
shared at the site, by the corporation is subject to verification by the contractor.
Any deviations of information in the report and the actual site will not be the
responsibility of the corporation.

5.6

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

5.7

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

6.0

Content of bidding documents

6.1

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

6.2

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

6.3

The documents listed below comprise one set of bid document:


Notice Inviting tender (Including Pre-qualification criteria),e tender notice
Memorandum of Agreement
Special Conditions of Contract
General Conditions of Contract
Technical Specifications / Datasheets
Page 15 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

The bidder or his officially authorized representative is invited to attend pre-bid


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

7.2

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

Amendment of bid documents

8.1

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

8.2

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

8.3

To give prospective bidders reasonable time to take an addendum into account in


Page 16 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

preparing their bids, the corporation may extend the date for submission of bids, if
necessary.
8.4

Corrigendum, addendum or any other information regarding tender shall be


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

9.0

Language of the bid

9.1

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

10.0 Bid security


10.1 The bid security amount may be paid in the modes described below. The
corporation shall not pay interest on the same in any case. The bidder is
responsible for timely payment of bid security, so that corporation receives the
same before stipulated date and time. Even if the payment made by the bidder
within the stipulated date and time is not received by the corporation due to
reasons beyond control of the bidder, bid will be considered as non-responsive and
rejected. If the bid security amount paid by bidder is less than stipulated, the bid
shall be rejected.
a) Credit / debit card
b) RTGS / NEFTThe bidder shall note that banks as per standard working practice require a
certain time period for completion of transaction. The bidder shall ensure timely
submission in order to complete transaction as per bid condition. If the transaction
is not completed in favour of NPCIL the bid will not be accepted. The bidder shall
note that the RTGS / NEFT require minimum two banking day to get posted.
Hence, in his own interest the bidder should make NEFT / RTGS payments minimum
two day prior to last date of submission. The bidder shall preferably use the print
out of challan as generated from the e-tendering portal for RTGS / NEFT payment,
in order to avoid discrepancies. The bidder shall note that if the bid security is
deposited to account other than the 16 digit challan code as generated through the
e-tendering portal, the bid shall be rejected on account of non submission of bid
security. The bidder is solely responsible for timely deposition of bid security in the
correct account.
c) Online payment
10.2 MSEs (and not their dealers/distributors) registered with District Industry 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 are exempted from
Page 17 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

10.4 The bid security shall be forfeited, if;


a)

The bidder withdraws / modifies his bid or any item thereof after opening of bid.

b)

The successful bidder fails within the specified time limit to submit the
performance guarantee and commence the work.

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

The statutory service tax as applicable shall be reimbursed separately on


presentation of tax invoice as provided under Rule 4A (1) and service tax
registration number as per service tax rules. The reimbursement shall be limited to
prevailing government rules and GR.
No claim on any duties, taxes or other levies payable by the bidders in respect of
transaction between the bidders and consortium members, sub-contractors or
others will be entertained by NPCIL.
There shall be no reimbursement on account of any increase in rate of taxes,
duties or any other levies or new statutory taxes, duties and or any other levies
coming into force during the currency of the contract except service tax.
Accordingly, Clause no.6.10.3 of NPCIL GCC stands withdrawn.
11.4 Tax deduction at source
At the time of its payments due to the contractor under this contract, the
statutory deduction of income tax at source (IT TDS) and works contract tax TDS or
other taxes/dues shall be made from time to time as may be required by the
government of India or any relevant authority thereof and under the respective
state sales tax / value added tax legislation at such rate as applicable unless and to
the extent that the contractor shall produce to NPCIL any certificate issued by a
government authority (having authority to issue such certificate) entitling the
contractor to receive the payments under the contract for a prescribed period
without deduction of any tax or deduction at a lower rate.
NPCIL shall provide the necessary withholding tax certificates to the contractor
within the time stipulated by the relevant law to enable the contractor to file the
same with the government.
11.5 Tax informationThe bidder has to compulsorily fill up annexure-7 along with BOQ during submission
of bid. Annexure-8 & 9 is to be submitted during execution of work after award.
Bidders shall substantiate the Information provided herein if called for to do so.
[

11.6 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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

13.2 In exceptional circumstances, prior to expiry of the original bid validity period,
NPCIL may request the bidders to extend the period of validity for a specified
additional period. The request and the responses thereto shall be made in writing.
A bidder may refuse the request without forfeiting its bid security but his bid will
not be considered. A bidder agreeing to the request will not be required or
permitted to modify its bid, but will be required to extend the validity of its bid
security for the period of the extension.
14.0 Alternative proposals by bidders
14.1 Bidders shall submit offers that comply with the requirements of the bidding
documents, including the basic technical design as indicated in the drawing and
specifications. Alternatives will not be considered.
15.0

Submission of the bids

15.1

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

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

17.0 Clarification of bids


17.1 To assist in the examination and comparison of bids, the corporation may, at its
discretion, ask any bidder for clarification of his bid, including breakdown of unit
rates. The request for clarification and the response shall be in writing or by email
/ fax, but no change in the price or substance of the bid shall be sought, offered,
or permitted. If the bidder does not respond within the stipulated time, then the
bid of the bidder will be evaluated on its own merit.
17.2

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

17.3 Any effort by the bidder to influence the corporations bid evaluation, bid
comparison or contract award decisions, may result in the rejection of his bid.
18.0 Examination of bids and determination of responsiveness
18.1 Prior to detailed evaluation of bids, the corporation will determine whether each
bid(s) meets (a) the minimum requirements as per pre- qualification criteria (b) is
accompanied by the required bid security (c) is responsive to the requirements of
the bidding documents (d) has been properly signed by authorized signatory as per
clause-15.4 .
18.2 A responsive bid is one which conforms to all the terms, conditions and
specification of the bidding documents, without material deviation or reservation.
A material deviation or reservation is one (a) which affects in any substantial
change in scope, quality or performance of the works; (b) which limits in any
substantial way, the corporations rights or the bidders obligations under the
contract; or (c) whose rectification would affect unfairly the competitive position
of other bidders presenting responsive bids.
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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

20.0 Award criteria


20.1 The corporation shall award the contract to the bidder whose evaluated offer / bid
has been determined to be the technically suitable and financially lowest (L1) and
is substantially responsive to the bidding document, provided further that the
bidder is determined to be qualified to execute the contract satisfactorily. The
technically and financially suitable bids in other types of bids shall be decided as
per criteria given in pre-qualification requirement. In case of tie between two
lowest bidders, both the bidders shall be given a chance to offer rebate to decide
the lowest bid. If the situation still remains same the lottery shall be adopted to
decide the award.
20.2 L-1 bidder will be required to produce the original documents in support of the
information furnished by him on line for verification and submit photo copy of
documents attested by notary as specified in NIT/e-tender notice. The bidder shall
submit the same on any working day within specified period after issue of letter to
this effect. In case the L-1 bidder fails to produce the documents within the
specified period or if any of the information furnished by L-1 bidder on-line is found
to be false during verification of original document, which changes the eligibility
status of the bidder, then the bid shall be disqualified with forfeiture of bid
security and banning of the concerned bidder for participation in future tenders for
five years. The next financial lowest qualified bidder shall be awarded the work
subject to producing original document and photocopies attested by notary.
20.3 Submission of illegible or blank document may render the bid non-responsive and
liable for rejection. Submission of bid will be recognized and accepted as a
certificate regarding authentication of all information provided in the bid and
acceptance of all terms & conditions, general condition of contract, notice inviting
tender etc., since such acceptance by bidder with digital signature is legally
tenable.
20.4 The corporation reserves the right not to award the work without assigning reason
and without incurring any liability to the bidder or bidders.
21.0 Notification of award and signing of agreement
21.1 The bidder whose bid has been accepted will be notified of the award by the
corporation prior to expiration of the bid validity period by issue of work order.
The notification may also be made through letter of intent, wherein the work order
shall follow.
21.2 The details of award can be seen on web site. The bidders can request for debriefing in writing within fifteen days of award. They shall be informed about
suitable days to visit the office of the concerned officer. Requests beyond deadline
shall not be entertained.
21.3 The work order will constitute the formation of the contract subject only to the
furnishing of a performance guarantee within 30 days of issue of work order.
21.4

An agreement shall be made and signed by both the parties. The agreement will
incorporate all correspondence between the corporation and the successful bidder,
bid documents etc. The bid document as uploaded on website
Page 22 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

www.tenderwizard.com/DAE shall be forming part of agreement. The successful


bidder shall be responsible for compliance at his own cost with the stamp duty act
of the state where the agreement is being executed. The non-judicial stamp paper
of appropriate value after adjudication shall be submitted by the successful bidder
at his own cost.
22.0 Corrupt or fraudulent practices
22.1 The corporation requires that bidders / suppliers / contractors under this contract,
observe the highest standard of ethics during the procurement and execution of
this contract. In pursuance of this policy, the corporation:
(a)
(i)

(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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

24.0 Concessions for mega power projects


24.1 The applicability of this clause will be as per Schedule A of general conditions of
contract.
24.2 Nuclear Power Project of capacity 440 MW or more has been notified as Mega Power
Project. As such, goods required for setting up these projects are subjected to
Nil customs duty as per the extended policy of Government of India (vide customs
notification no. 21 dated 1-3-2002 sr. no. 401and as amended from time to time).
Similarly, as per the foreign trade policy 2004-2009 of Government of India,
domestic contractors supplying goods for these projects under the procedures of
competitive bidding shall be eligible for benefits of Deemed Export, which
include refund of terminal excise duty (presently given under paragraph 8.2(j) of
the policy and paragraphs 8.2.6 to 8.4.8 of Handbook of procedures) issued by the
Director General of Foreign Trade, Department of Commerce, Ministry of
Commerce and Industry, Government of India. Hence, no customs duty and/or
excise duty on goods shall, therefore, be payable / reimbursable by the purchaser
to the contractor. The purchaser shall, however, make available the requisite
documents or certifications as per the extant rules and procedures for availing the
above exemptions / concessions by the contractor.
24.3 The bidders may like to ascertain the availability of deemed export benefit
mentioned as above. They shall be responsible for obtaining such benefits, which
they have considered in the bid, and in case of failure to receive such benefits the
corporation will not compensate the bidder. However the bidder must give all
information required for issue of project authority / payment certificate in terms
of export-import policy of the Government of India along with the bid. The project
authority / payment certificate will be issued on this basis only and no subsequent
change will be permitted. In this regards chapter 8 deemed export in the export
and import policy and handbook of procedures shall be referred to, for ascertaining
the above.
25.0 Purchase Preference for supply of goods or services as per new Public
Procurement Policy for Micro & Small Enterprises (MSEs) under Micro, Small and
Medium Enterprises Development Act, 2006.
25.1

As per the provision of MSEs Policy, the participating bidder registered under MSEs
Act in a tender for supply of goods or services, quoting price within the band of
L1+15% would be allowed to supply a portion of the requirement by bringing down
their price to the L1 price, in a situation where L1 price is from someone other
than an MSE. Such MSEs would be allowed to supply up to 20% of the total
tendered value. In case of more than one such eligible MSE, the supply will be
shared proportionately. Further, out of 20% allocation, a sub-target of 4% (i.e.
20% out of 20%) will be earmarked for procurement from MSEs owned by SC/ST
entrepreneurs. However, in the event of failure of such MSEs to participate in the
tender process or meet the tender requirements and the L1 price, the 4% 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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

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

EIC (CTC)

Maintenance Superintendent, KGS 3&4


for and on and behalf of NPCIL

Page 25 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE - 1

WORK EXPERIENCE
1.

Name of Work

2.

Agreement / Contract No. / Work Order No.

3.
4.
5.

Name and address of client


Whether the client in public / private entity
Date of Start

6.

Stipulated date of completion

7.

Actual date of completion

8.

Extension letter (mandatory in case of work


done for private companies)
9. Final value of work done on completion
10. Ref. to clients completion certificate
11. If work is done with private entity, the
details of CA certificate.
12. Value of penalty / LD levied,
NOTE:
1. Separate Performa shall be used for each work. Details of only similar works as
defined in the minimum eligibility criteria shall be submitted. Clubbing of works
in completion certificate shall be avoided. If done same shall be rejected.
2. Only the value of contract as executed by the bidder /member of the JV/
Consortium in his own name should be indicated. Where a work is undertaken by
a group, the portion of the contract which is undertaken by the bidder / member
of JV / Consortium should be indicated and the remaining done by the other
members of the group be excluded while filling the item No. 9.
3. All the details should be supported by documentary proof, for e.g., agreement /
work order, extension letter, completion certificates from client and concerned
Consultant/Architect otherwise it will not be considered.
4. In case the work is executed for private client the following shall be submitted:

Work order with bill of quantities

Extension letter, if work is completed beyond stipulated completion date

Completion certificate with final / last bill.

Stamped and signed certificate by Chartered Accountant giving details of


bill wise payment received, TDS amount, TDS certificate number.
Page 26 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

Profits/ loss before


taxes

2.

Profits/loss after
taxes

AUDITED FINANCIAL DATA FOR LAST THREE


FINANCIAL YEARS
Year
Year
Year
2015
2014
2013

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE 3 A

FINANCIAL DATA
(Value of work done during the latest last five audited financial years)

SR.
NO.

DESCRIPTION

FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS


Year
Year
Year
Year
Year
2015
2014
2013
2012
2011
I

II

III

IV

Total value of work


done as per audited
financial statements

NOTES :
1.

Separate Performa shall be used for each member in case of JV / Consortium.

2.

All such documents reflect the financial data of the bidder or member in case of JV /
Consortium, and not that of sister or parent company.

3.

The financial data in above format shall be certified by Chartered Accountant / Company
Auditor under his signature & stamp, membership number.

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


Page 28 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

TOTAL (FOR ALL ONGOING WORKS)

NOTE:
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. Bidder or member in case of JV / Consortium should provide information on their current commitments for all
contracts that have been awarded or for which a letter of intent or acceptance has been received or for
contracts approaching completion but for which a completion certificate is yet to be issued even if completion
of such works spills over beyond completion period of this contract.
(Signature, membership no. and seal of chartered accountant)
Page 29 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE 4

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


STATE G0VERNMENT, PSU & PUBLIC BODIES
Sl.No.

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE 5

Information of litigation history in which the bidder is involved

Client &
Address

Work Order
No.

Name of Work

Cause of
dispute

Amount

Remarks
and the
present
status

Page 31 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE 6

REGISTRATION WITH MSME

Name & Address of


Registering Authority

Class of Registration

Name of Service

Valid up to

Page 32 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

3.5

4.0

5.0
6.0

In case of valuation as per Rule 2A (i)


value of bid on which service tax will
be applicable
Note : 1) In case no information is
provided for 3.4/3.5 service
tax option will be considered
as composition as per Rule
2A(ii)
2) Tax Invoice as provided
under the relevant service tax
Rules shall be issued while
billing.
The constitution of the bidder.
Please state whether you are a:

1.
2.
3.
4.
5.

Individual
Firm
LLP
Company
Others

Permanent Account Number of the


bidder
Any other information you would like to
give, please state.

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE-8
Certificate to be furnished by the Contractor along with the Invoice/bills where
Value Added Tax/Central Sales Tax is claimed in the quoted rates.
Certified that:
1. Goods on which Value Added Tax / Central Sales Tax claimed are not
exempted from payment of VAT / CST under the provisions of respective
statutes.
2. I/We, as a Registered Dealer, is/are being assessed to VAT/CST and our
VAT TIN is ___________________ and CST TIN is __________________
3. I/We, hereby certify that my/our Registration Certificate is in force on
the date on which the sale of the goods included in this invoice is made
by me/us and that the transaction of sale covered by this invoice has
been effected by me/us and it shall be accounted for in the turnover of
sales while filing of return and the due tax, if any, payable on the sale
has been paid or shall be paid.

Signature of Contractor or their Authorized Representative


(Stamp)

Page 35 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE-9
Certificate to be furnished by the Contractor along with the Invoice/bills where
Service Tax is claimed.
Certified that:
1. Services on which Service Tax claimed are taxable under category
__________________ (name of service) and not exempted from payment
of Service Tax under the provisions of extant Rules.
2. I/We, are registered with Central Excise Department and our Registration
Number is _______________________
3. I/We, hereby certify that my/our Registration Certificate is in force as on
date and that the transaction covered by this invoice has been effected
by me/us and it shall be accounted for in the turnover while filing of
return and the due tax payable has been paid or shall be paid to the
Government Account.

Signature of Contractor or their Authorized Representative


(Stamp)

Page 36 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

ANNEXURE 11

APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTGERING


SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS
1.

Name of the person

2.

Name of the firm / company

3.

Age

4.

Details of identification proof*

5.

Designation

6.

Address

7.

Contact No.

Landline/ Mobile No.


8.

E-mail ID

9.

Purpose of visit

10.

Person whom you want to meet :

11.

Date of visit

12.

Time of visit

13.

Vehicle No.

14.

Drivers name & age

15.

Additional persons, if any *

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-II
SCHEDULE A

Page 39 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NAME OF WORK

: Cold insulation of different equipments in kaiga#3&4.

TENDER NOTICE NO.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529


Memorandum of Tender
Sr. Reference
No Clause No.
1
24.1 NIT
2

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

20

9.1.6 GCC

21

11.3.4 GCC

maintenance contracts mentioned


below.
For contracts such as housekeeping,
annual repairs, dismantling roads,
horticulture, service contracts etc.
Applicability of liability towards
Latent defect.
Various component expressed as a
percentage of contract value.
Unskilled labour component (lu)
Semi skilled labour component
Skilled labour component (ls)
Highly skilled
Material component
__________ (m)
__________ (n)
__________ (o)
__________ (p)
All other materials (q)
P.O.L Component (d)

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%

Nearest Petrol pump to be


considered for petrol prices (P.O.L)
The rate of interest to be charged
for mobilization advance.
Applicability to submit the bills and
measurement
in
Computerized
form.
Interest for delayed payment.
a) Workmen compensation policy/
ESIC
b) CAR policy for the whole
contract value.
c) Third party liability.

SME (M), KGS 3&4

Nil

NPCIL, Kaiga Township.


NA.
Every Month Contractor Has To
Submit Bill For Completed Work
12.25% p.a.

Yes
YES
10 % of Contract Value.

Signature of issuing officer


Maintenance Superintendent, KGS 3&4

Page 41 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-III
GENERAL INFOMATION
AND
SPECIAL CONDITION OF CONTRACT

Page 42 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

GENERAL INFORMATION TO THE BIDDERS

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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 different category of manpower. The HR group at


KGS will notify the applicable minimum wages from time to time.
Man day: Eight (08) hours of working shall be considered as one man-day
Over Time: When a worker is made to work more than 9 hrs (including tea,
lunch, rest hrs) on any working day or for more than 48 hrs (excluding
tea, lunch, rest, etc) in any week he/she shall in respect of overtime
work, be paid wages at double the ordinary rate of wages.
For the purpose of calculating overtime:
Rate of wages per hour = 2 X Minimum wage of respective category
9
II. Factors to take care minimum wages as notified from time to time during
the contract period where escalation is not payable.
III. Statutory levies like EPF @ 12% of minimum wages of respective category.
IV. NPCIL Special allowance to the tune of 25% of minimum wages of
respective category.
V. Applicable transport allowance/Transport facility (Not applicable to
Township/CSR works).
VI. Insurance policies, Industrial safety & Security requirement for providing
PPE/safety gears, Uniforms, safety shoes requirements, uniforms, Police
Verification Certificate, labour license, applicable height pass, etc., @ 3%
of Minimum wages.
VII. Charges of Audiometry and medical test as applicable @ 1 % of
appropriate category.
VIII. Bonus @8.33% of wages as prescribed under the payment of Bonus Act,
as interim Bonus on monthly basis along with monthly wage (maximum
wage limit of Rs. 3500/- )
IX. If the scope of work is in Zone IV, III and II area, an amount of 10% of
minimum wages shall be added to the applicable rate.
2.7(b) PROVIDENT FUND FOR CONTRACTORS WORKERS: Contractor should
mandatorily have EPF registration irrespective of no. of workers to be deployed
/ engaged by him. The contractor shall ensure PF coverage to all his workers
(Whether more OR less than 20).The contractor should be registered with EPF
Office and obtain EPF Registration No., so that contractor can allot EPF No. to
their workers deployed on the contract. The contractor should maintain record
of EPF amount deposited in the respective EPF accounts of all their workers
including Supervisors/Engineers deployed on the job and the copy of remittance
proof shall be submitted to the Engineer in charge of work along with R.A.Bill.
The EPF registration No. shall be submitted to the Engineer in charge before the
Page 46 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

submission of Ist R.A.Bill. Payment of Ist R.A.Bill shall be subject verification of


deposition of statutory EPF amount to EPF account of respective
workman/employee by the Engineer in charge of work. The contractor shall
assist and complete all formalities in transferring the EPF Account or Refund of
EPF amount of worker as per will of workers after the completion of the scope
of work of this contract.
The contractor shall comply with all the existing provisions of the Employees
provident fund and miscellaneous provisions of Act. The contractor should
ensure that all employees/ labours in all category deployed for the awarded
work should be covered in the EPF scheme, even if they are exempted from
EPF scheme. Contractor shall have to submit the Challan of EPF remittance and
form no. 12 as a proof of deposit of subscription of all employees/workers
deployed for the awarded work. In case, where the contract period is less than
a month and for petty works the contractor shall pay the EPF contribution
through Bank account to their workers along with the monthly salary/wages.
Along with the final bill, contractor shall submit an affidavit stating that all
the liabilities on account of EPF for the employees/workers deployed by the
contractor for the work, has already been liquidated and indemnifying NPCIL
of any future liabilities on this account and NPCIL shall have no responsibility
on this account.
2.8 UNIFORM: - For giving the belongingness & discipline to the contract
workmen towards NPCIL, the contractor has to issue minimum two sets of
uniform with the Agency name printed on it (Two Nos. of Trousers & shirts OR
Lab coats for male workers; Two Nos. of Sari/Salwar suit to female workers
including stitching charges) to all the workmen deployed in this contract.
In case contractor manpower is not found in uniform for more than 03 (Three
days) in a month, then a penalty shall be imposed @ Rs. 50/- per head per day
of such non-uniform days. Penalty will start after one month from the award of
work or after 1st RA bill whichever is earlier. This clause will be applicable
in all Annual Maintenance & service contracts even for the contracts whose
period less than one year. Safety Shoes conforming to relevant Indian Standards
shall be provided to all workers except for the
works like housekeeping &
horticulture the contractor may be allowed to provide all weather shoes of
approved make with the approval of Engineer-In-Charge (Works) in place of
safety shoes.
2.9 LABOUR PAYMENT:
The contractor shall comply all labour laws,
including relevant wage payment act in general such as wages, special wages,
Bonus, etc., as applicable. The contractor shall ensure payment to all its
employees/workers in all categories deployed/engaged for this work and the
wages paid to the workers shall not be less than calculated wages including
component of bonus as per the wage slip format enclosed in the Section VIII of
this tender document. The basic wage in the wage slip format shall not less than
Page 47 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

A penalty of Rs. 500 (Rupees Five


Hundred Only) per card shall be
recovered from the final bill
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 non-returnable penalty
equivalent to 2 (Two) times
prescribed fee to be paid on prorata basis on per day per person
basis.
In case contractor manpower is
not found in uniform for more
than 03 (Three days) in a month,
then a penalty shall be imposed @
Rs. 50/- per head per day of such
non-uniform days maximum of
Rs.600/-. Penalty will start after
one month from the award of
work or after 1st RA bill
whichever is earlier.
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.

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

of manpower mentioned such absent.


in the tender.

(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.

No such withdrawal shall be made


allowed.
A penalty equal to Five (5) Times
the value of work hampered,
derived based on the quoted rates
shall be made applicable to the
contractor.

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

Recommended Time schedule.


Within 30 days from the date of
issue of work order
Above `.100 lacs but up to `. 150 Within 45 days from the date of
issue of work order
lacs
Above `.150 lacs but up to `. 1,250 Within 60 days from the date of
issue of work order
lacs
Page 50 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

Above `.1,250 lacs but up to Within 90 days from the date of


issue of work order
`. 5,000 lacs
Within 120 days from the date of
Above `.5, 000 lacs.
issue of work order
2.13 APPROVAL
OF
MATERIALS
TO BE SUPPLIED
BY
THE
CONTRACTOR: - Contractor shall supply samples of materials to be used
on this work for testing of materials as per GCC clause no. 6.4. Failure of
any sample to pass the specified requirement for a particular use will be
sufficient cause for rejection. Contractor shall supply free samples of materials
to be used on this work whenever asked for the same for testing in
laboratories. If the test results are not meeting the specified requirements
then, this will be sufficient cause for rejection of the materials. The materials
so rejected shall be removed from the site by the contractor immediately,
failing which the same shall be removed by the engineer at the risk and cost of
the contractor. Also for all types of materials, ingredients, workmanship,
sequences, scheme and style, contractor proposes to adopt / deploy, shall be
subject to the approval of Engineer prior to taking up such bulk supply and
work. Contractor should note that all the materials are to be arranged
by Contractor themselves of approved brands for the work. Contractor shall
arrange to provide manufacturers test certificate and will also responsible for
testing of materials from approved laboratories by NPCIL prior to use as per
relevant I.S. standards / Technical specifications in the laboratory as specified
by the Engineer for which nothing extra shall be payable on this account. In the
absence of any specifications for any work or materials relevant Indian
standard specification will be applicable.
Contractor shall maintain record of receipt & consumption of all materials of
work at site. It is required to submit receipt and consumption records of
these materials monthly along with RA Bills for checking by Engineer-incharge. The contractor shall submit the receipts / Challan of materials
purchased by him to Engineer-in-charge while depositing the materials in NPCIL
Store or submitting the RA Bills.
2.14 SAFETY: To avoid possible accidents to staff and labour employed
during execution of work, it is imperative to observe the safety code provisions
specified under clause 5.6 of Section-IV-General Conditions of Contract and
AERB safety guide (Appended with the GCC) and these shall be strictly
followed. The cost of such safety measures shall be included by the bidder in
his rates quoted for various items in the schedule of quantities and rates
a) Contractor shall follow at site the AERB safety code which is available
with the Engineer- In-Charge for reference and implementation.
b) During the execution and temporarily suspending the work, the
contractors materials, work, shall not interfere and cause damage to
the existing property and injury to personal.
Page 51 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

c) Proper illumination, barricading etc shall be provided and maintained


by the contractor.
d) Adequate means of safe access, scaffolds, portable ladder with shoe
etc shall be provided and maintained.
e) Height pass shall be obtained for works above 2.5mtr height and the
scaffolding members and planks shall confirm to the relevant BIS
specification such as IS-3696 etc.
f) Safety permits shall be obtained for excavation, trenching, earth
removal, cutting & welding, confined space work. For other works of
hazardous nature, an industrial safety permit shall be obtained.
g) Personal protective equipments like safety shoes, safety helmet, safety
belt, hand gloves, goggles etc as applicable to the work shall be used
by the contractor.
h) Safety precautions and personal protective equipments for painting
works shall be used with respect to respiratory protection and fire
protection including ventilating the area.
i) Valid certificate of testing and inspection by competent person for the
lifting machines and tackles in use shall be available with the agency on
the work.
j) Adequate fire safety precaution and electrical safety precautions shall
be maintained for welding & gas cutting including proper ventilation in
the area. The return lead of the electrical welding machine shall be
extended and connected directly to the work.
k) Grinding machines shall be provided with wheel guard and the grinding
wheel shall be within its validity period.
l) Proper housekeeping shall be maintained by the contractor by
collecting the scraps and loose materials daily and arranging them
suitably. It shall be the responsibility of the contractor to ensure that
on completion of day to day job, all dirt, debris, waste are removed
and properly disposed off and the area of work shall be left neat and
tidy.
m) Fire safety and industrial safety precautions at all areas including for
work near water bodies shall be observed in general.
n)

Safety Officer/Supervisor
maintained.

/coordinator

as applicable

shall be

o) All accidents and fire incidents including near-miss accidents shall be


reported by the contractor.
p) SAFETY DURING WORKING IN RADIATION ZONES:
Page 52 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

i) All the worker should be qualified enough to understand the


radiation signs, radiation symbols & boards and to understand the
basic knowledge of radiation protection in Hindi.
ii) They must be orange qualified for radiation protection minimum,
however radiation protection training will be given by department
only.
iii) They must follow all radiation protection means instruction from
health physics unit. Violation of any instruction regarding radiation
protection shall be viewed seriously.
iv) All the contract radiation workers should be medically fit. The
Contractor shall submit pre-employment and Periodical Medical
examination records of the Contract radiation workers to the Engineer
In-Charge as per AERB guidelines in prescribed forms 1, 2 & 3. The
Engineer In-Charge shall forward these details to Certifying Surgeon of
the Unit for records.
v) All the contractor workers should work with supervisor or
departmental representative (Green dot qualified) in radiation zones
and they should not spend unnecessary time in radiation areas.
vi) Contractor and the workers have to follow all the radiological
protection procedure and regulations stipulated by the station. The
violation of the procedure shall put the penalty on the contractor.
vii) For the purpose of issue of TLD; the bidder shall submit Medical fitness
certificate, Two Nos of
Passport size photograph, Audiometry report of each worker deployed
under this contract shall be submitted to the Engineer in charge at the
start of work and every year, if the contract period is more than one
year.
viii) The penalties for non-compliance while working in radian zone are as
below:
Not wearing TLD & DRD in Zone 4 area @ `. 1000/- per incident per
person
For not wearing proper protective clothing in Zone 4 areas @
`. 1000/- per incident per person.
Non return of TLD/DRD after completion of work @ `.1000/- per
incident per person
Loss OR Damage of TLD/DRD, Damage to protective gear @ `.2500/plus (+) Cost of TLD /DRD/Protective gear per incident per person.
Non submission of bioassay sample every week @ `. 500/- per incident
per person.
Misuse of Personal protective Equipments/protective gears @ `.5000/per incident per person.
During the contract period and after the completion of contract,
persons are to be discharged only after whole body counting. In case
any person is relieved / removed before completing the whole body
counting, a penalty of `. 2500/- per person shall be recovered from
the contractor.
q) All safety precautions shall be followed strictly such as wearing helmets,
shoes and providing emergency light to labour etc.
Page 53 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

r) In case of a violation of an Industrial safety requirement, provision,


statutory requirement etc: a penalty of `. 1,000/- shall be charged to the
contractor on the 1st instance. On repeated violation: the penalty shall
be increased to `. 2000/-.
s) Incase of fatal accident: The contractor shall be penalized to a maximum
extent of `. 50,000/- in addition to the compensation payable by the
contractor as per workmens compensation act & Rules and other
statutory provisions as applicable.
t) Incase of serious accident and permanent disability, the contractor shall
be penalized to a maximum extent of `. 50,000/- for 100% disability and
to that % of disability (if 100% disability does not exist) of `. 50,000/2.15. The contractor shall not indulge in engaging other contractors labour
working in other workplaces/sites by paying more wages. If such cases are
noticed the contractor shall be liable for stringent action including penalty as
decided by the Engineer-in-charge.
2.16 TENDER STRUCTURE: The bidder shall offer a suitable rebate on the
quoted and accepted amount to remain as the lowest bidder in the event of
change of tender structure when compared with the final executed quantities
of the scheduled items.
2.17 ENVIRONMENTAL MEASURES: Kaiga Generating Station & Kaiga Township
is certified for ISO 14001 Environmental Management System and IS 18001
Occupational Health and Safety Management System. Hence all the
vendors/contractors are necessary to comply with the provisions contained in
the above management system. Some of them are enumerated below:
a. All the persons deployed for the execution of the work should comply
with Atomic energy factories act, Industrial Safety, Fire Safety and
Radiation Safety as stipulated by the organization from time to time.
b. All the resources should be used optimally. Major thrust should be
given to comply with conservation of energy and resources.
c. All the persons should be conversant with good work practices,
Industrial hygiene and try to incorporate in daily activities
d. Any untoward incident/accidents major or minor should be
immediately reported to Engineer In-charge.
e.
All the tools and tackles, Test and Measuring instruments used for
the execution of the work should comply with the industrial standards
and practices. These materials should be certified to be healthy for
use before application.
f. Use of Personal Protective Equipments applicable for each task is
mandatory. Violation of any such requirements would be viewed
seriously and action would be invoked commensurate with the depth
of violation.
g. Use of compressed gas or hazardous materials should be with
permission of Engineer-in-charge. These materials should be disposed
off in compliance with ISO 14001 and 18001 from time to time.
h. Comply with segregation of waste at source in to biodegradable, nonbiodegradable and hazardous materials. This segregated waste should
be disposed off as per the approved procedure of the station.
i. Continuous evaluation of environmental aspect should be done to
prevent/minimize the environmental adverse impact
Page 54 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

j. Periodical identification of the hazard and risk analysis should be


carried out to prevent and minimize the escalating occupational
health and safety problems.
k. Contingency and Mitigating measures should be in place to combat any
degradation in environmental, occupational health and safety
measures.
2.18. FOREIGN MATERIAL EXCLUSION:
a) The contractor shall ensure that all his workmen follow the principles
of foreign material exclusion. All the equipment/piping openings shall be
closed with temporary covers during the progress of work.
b) The contractor shall follow the radiological safety/contamination
control measures strictly as laid down by the Station. Penalty shall be
imposed for violation of radiation protection procedures and regulations.
Adequate first aid kits should be readily accessible at all times with the
contractor.
2.19 SUB-CONTRACTORS: The contractor shall not sublet the whole or part of
the work without written consent of the Engineer-in-charge/Officer in charge.
The contractor shall be responsible for all the works of his sub contractor.
The Sub-Contractors shall be bound to the CONTRACT by the terms and
conditions, drawings and specifications and shall responsibilities that the
contractor assumed towards the Engineer.
2.20 COMPENSATION FOR DELAY:
a) Where the estimated value put to tender (NIT) is less than and up to
5.00 Lakhs, the clause of liquidated damage shall not be applicable.
Irrespective of the work order value, the contract shall continue to be
governed with No LD clause provided that no escalation is applicable
to that contract and also the award of contract was not on
Completion period preference basis. However the risk & cost of
contractor shall be applicable invariably on incomplete work as per
clause 13.2 of GCC.
b) Where the contract value is more than 5.00 lakhs and the delay in
completion of work beyond the original scheduled/stipulated
date/period of completion of various activities as per agreed work
schedule is attributable to the contractor, the contractor shall pay to
NPCIL as Liquidated damages as agreed in the contract.
c) The rate of LD (For Service/maintenance contracts) is as given
below, for delay attributable to contractor, shall be as below:
Period of contact
(Originally Stipulated)

Compensation for delay


(Rate per week on part
thereof)
a) Completion
period 1 % on unfinished
not
exceeding
6 contract value
months.
b) Completion
period 0.50 % on unfinished

Maximum amount of
Liquidated damages
5 % on unfinished
contract value
5 % on

unfinished

Page 55 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

exceeding 6 months contract value


contract value
but not exceeding 12
months.
c) Completion
period 0.25 % on unfinished 5 % on unfinished
exceeding
12 contract value
contract value
months.
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.
The rate of LD (For Original works/ works contracts) is as given
below, for delay attributable to contractor, shall be as below:
Period
of
contract Compensation for delay
(Originally Stipulated)
(Rate per week on part
thereof)
a) Period of contract @1.00% per week or
not exceeding 1 year part
thereof
of
contract value
b) Period of contract @ 0.5% per week or
exceeding 1 year but part thereof of contract
not
exceeding
3 value
years
c) Period of contract 0.25 % per week or part
exceeding 3 years
thereof of contract
value

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

prescribed Proforma indicating there in a purpose and amount of energy


required which will be given at one point designated by the Engineer in charge.
For maintenance purpose power shall be given at multiple locations as desired
by Engineer-in-charge.
Contractor shall make his own arrangements for the distribution of power to his
work location from the point source of supply.
It shall be contractors responsibility to provide panel board, install, operate
and maintain a complete set of all installations, switch controls, panels etc. on
the load side of supply with due regard to all safety requirements at site.
The Corporation will not be liable to any loss or damage to Contractors
equipment, or any loss arising from failure or interruption stoppage of works
and any attendant delays, direct or indirect loss consequent on such
occurrences of failure interruptions, variation in voltage frequency etc.
Contractor shall install all safety devices for such purpose as deemed fit by
him.
After completion of works contractor shall at his own cost promptly dismantle
the distribution and other facilities be may have erected for the purpose, as
directed by the Engineer.
2.23. TERMS OF PAYMENT: Progressive month payment for the work completed
& accepted by the Engineer-in-charge shall be made through running
account bills once in a month as per clause no. 12.2 of GCC.
The contractor shall submit his bill along with Service Tax Invoice and
Certificate as per Annexure-8 & 9 of this NIT in the first week of every
month, so as to process the same for payment in time.
Income tax, Works contract tax/VAT (applicable in case supply of
material is involved) OR any other statutory Government levies as
applicable in the work from time to time shall be recovered from R.A.
Bills.
2.24. SECURITY DEPOSIT: Successful bidder/Contractor after award of work
has to follow the Security Deposit terms & conditions as applicable as per
clause no. 4.2 of GCC.
a)
Performance Guarantee (50% of the security deposit amount) shall
be submitted immediately after award of work, but not later than 30 days
after issue of work order.
Retention money (Balance 50% amount of security deposit) will be
b)
recovered from running account bills.

Page 57 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

2.25. BANK GUARANTEE: Performance guarantee submitted by contractor is


subject to verification by NPCIL directly through issuing Bank. The
contractor is required to facilitate the verification.
2.26. ESCALATION: Contract price adjustment will be governed as per clause
No. 11.3 of GCC, for this contract.
2.27. EXECUTION OF WORK/JOB: The contractor or his representative shall be
deemed to have inspected and examined the site and the surroundings before
submitting his tender and have obtained the necessary information as to risks,
contingencies and other circumstances which may influence or affect his
tender.
In the execution of the work a person other than contractor or his duly
appointed representative and their workmen, Consultant and their
representatives and other authorized officials and statutory public authorities
shall be allowed to do work at site only by the special permission in writing of
owner or engineer or their representative. Nevertheless contractor shall not
object to the execution of the work by other contractors or tradesmen whose
names shall have been previously communicated in writing the contractor by
owner and /or the engineer and afford them every facility for the execution of
their several functions simultaneously with his own.
In respect of observation of local rules, administrative orders, working hours
etc., the contractor and his personnel shall cooperate with NPCIL.
2.28. CONTRACTOR FUNCTION AND ORGANISATION: The contractor shall
function as an organization and arrange various category of manpower for the
duration of the work to maintain the pace of construction/maintenance work in
accordance with the requirement of schedule of completion of work. The
worker employed and deployed by the contractor shall be skilled in their trades
and experienced in similar works. It shall be ensured that worker employed on
special works shall be competent, well trained and trusted employee.
Contractor shall possess the necessary license as may be required by the
statutory rules governing the execution of work included in the specifications
and schedule of quantities of the contract. The worker employed shall be
medically fit to work at height. It is important that the contractor shall
employ known, reliable and competent persons for the works and the workers
shall possess valid police verification certificate (PVC).
The contractor OR his authorized representative shall be available at site
and should preferably reside near Mallapur. Further contractor and his
authorized representative should have communication facility like
telephone/mobile and the details of the same shall be communicated in
writing to the Engineer in charge of work for day to day interaction
regarding planning & progress of work or in case of any emergencies.
The contractor shall not withdraw any of his personnel from the work
without prior approval of EIC, NPCIL. Further no such withdrawal shall be
made allowed, if in the opinion of NPCIL, it jeopardize required pace of
progress of work. The contractor shall ensure that his workers are
available during the working hours on all working days. Withdrawal of
Page 58 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-IV
GENERAL CONDITION OF CONTRACT

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-V
TECHNICAL SPECIFICATION

The Work shall be executed as per relevant specifications in


accordance with applicable relevant Indian standards.

Page 61 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION V
TECHNICAL SPECIFICATION

These specifications are intended for general description of quality and


workmanship of materials and finished work. They are not intended to cover
minute details. The work shall be executed in accordance with best modern
practices.
These specifications shall have precedence in case anything contrary to this is
stated anywhere in the contract document. The Engineers decision shall be
final on any issues arising out of such discrepancies. Unless specifically
mentioned otherwise all the applicable codes of standards published by the
Indian Standard Institution and all other standards which may be published by
them before the date of receipt of tenders shall govern in respect of design,
workmanship, quality and properties of materials and method of testing, method
of measurement etc. Contractors offer shall be deemed to include all minor
details of work which are obviously and fairly intended and which may have not
been referred to specifically in the tender documents but which are essential for
satisfactory completion of items referred to in schedule of quantities and rates,
specification etc.
The items in the schedule of quantities will be read in conjunction with relevant
specifications and construction drawing released, as may be deemed necessary
during the progress of work.
Decision of Engineer-In-Charge will be final and binding regarding specifications
to be followed.

Page 62 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NAME OF WORK

: Cold insulation of different equipments in kaiga#3&4.

NPCIL Scope: 1. Issuing work permit


2. For item no 7 & 8, Puff insulation material, shellykote and
glass cloth will be issued free of cost.
Contractor Scope of work :
Sl No
1.
2.

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.

Installation of new thermocol cold insulation(Cemented) on pipes and ducts


and equipments.
a) Applying a layer of hot bitumin grade 85/25 on pipeline.
b) Sticking of POP thermacol over bitumen layer.
c) Wrapping SE-type polyester on the thermocol layer.
d) Binding with GI chicken wire mesh.
e) Cementing with sand plaster.
f) Cutting of required size GI sheet,fabrication and fixing with screws.
g) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
Installation of new thermocol cold insulation with GI cladding on pipes and
ducts and equipments .
a) Applying a layer of hot bitumin grade 85/25 on pipeline.
b) Sticking of POP thermacol over bitumen layer.
c)Wrapping SE-type polyester on the thermocol layer.
d)Binding with GI chicken wire mesh.
e)Cutting of required size GI sheet, fabrication and fixing with screws.

f) Thorough Cleaning of pipelines/Equipments and floor area after completion


of work
Installation of GI cladding over cold insulation
Cutting of required size GI sheet,fabrication and fixing with screws
Page 63 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

Installation of new puff cold insulation(Sheet type) with GI cladding on


pipes and ducts and equipments
a) Applying hot bitumen over the pipeline/Equipment/ ducting
b)Cutting the puff sheet of different thicknesses to required size and laying over
the bitumin
c)Wrapping the Puff material with glass 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
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)

For Sl Nos 4,5 and 6 complete material shall be in the scope of


contractor

Page 64 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-VI
DRAWINGS

SCHEDULE OF DRAWINGS

Page 65 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NAME OF WORK:Cold insulation of different equipments in kaiga#3&4.

SL.
No.

Description

------------ NIL

Drawing No.

---------------------NIL

Signature of issuing officer


SME (M), KGS 3&4

Page 66 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-VII
SCHEDULE OF MATERIALS TO BE SUPPLIED
BY THE CORPORATION

Page 67 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SCHEDULE 'B'

MATERIAL FOR ISSUE TO THE CONTRACTOR


( See Clause No. 6.12 of GCC)
NAME OF WORK: Cold insulation of different equipments in kaiga#3&4.

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

Signature of issuing officer

SME (M), KGS 3&4

Page 68 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SCHEDULE 'C'
TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR
(Clause No 6.1 of GCC)

Name

Sr.no.

Of

Work:Cold insulation of different equipments in


kaiga#3&4.
Hire
charges
Number
Value Place
Number per Unit Frequency of
Reqd. by
Particulars
per
of
available
per
Maintenance
the
Unit Issue
working
Contractor
day Rs.
2
3
4
5
6
7
8

---- ---------------------------NIL ----------------------------------

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.

Signature of issuing officer


SME (M), KGS 3&4

Page 69 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SECTION-VIII
BILL OF QUANTITIES/FINANCIAL SCHEDULE

Page 70 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

NOTE: The rates are to be filled up in Excel format (template) Enclosed Separately
along with this tender.

SCHEDULE OF QUANTITY & RATES


NAME OF WORK: Cold insulation of different equipments in kaiga#3&4.
ITEM
DESCRIPTION OF ITEM
NO.
Preparation of surface as per specification and fixing of O1

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 `)

Class Nitrile Rubber for condensation control on chilled


water pipes & equipments. The work includes shifting of
materials, labor, tools & Tackles as directed by EIC.

3
4

4.1
4.2
4.3
4.4
5

6
7

7.1
7.2
8

Removal of existing cemented cold insulation material from


chilled water pipelines. Collecting in to garbage bags, survey
& disposing.
Removal; of existing Rubber cold insulation material from
chilled water pipelines. Collecting in to garbage bags, survey
& disposing.
Supply and fixing cold insulation on pipes, ducts and
equipments using SE-type polystyrene, hot bitumen grade
85/25, GI chicken wire mesh and cement sand plaster etc.
complete as per PPE-984-R0 and as directed by the
Engineer-In-Charge
50 mm thick
25 mm thick
100 mm thick
150 mm thick
Supply and installation of GI cladding of 0.76 mm of 22
gauge and cold insulation of 50 mm thick expanded
polystyrene on chilled water pipelines & equipments (The
above work includes installation of SE-type polystyrene,
bitumen grade 85/25, GI cladding, chicken mesh, GI wire
etc)
Supply and installation of GI cladding of 0.76 mm of 22
gauge over cold insulation on chilled water pipelines &
equipments
Installation of cold insulation on ducts and equipments
using hot bitumen grade 85/25, puff insulation material,
covering with glass, applying shellykote material over glass
and installing GI cladding of 22 gauge and fixing with screws.
60 mm thick
120 mm thick

sqm

Installation of Puff type cold insulation on pipelines


including applying of hot bitumen, installation of puff
insulation material over the pipe in two halves, wrapping
glass cloth over the puff material, applying shellykote
material over the glass cloth, installing GI cladding of 22
gauge and fixing with screws.

sqm

Total Amount = `

Page 71 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

FORMAT FOR HINDRANCE REGISTER

Page 73 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

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.

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 Nuclear Power Corporation of India
Limited to carry out the work of ___________________________ on the
terms and conditions as mentioned in the contract.

3.

The Nuclear Power Corporation of India Limited hereby covenants to pay to


the contractor in the consideration of the aforesaid work, in the manner
mentioned in this contract.

Page 74 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

In witness whereof M/s _________________________ the contractor and


_______________________________For and on behalf of Nuclear Power
Corporation of India Limited have hereunto affixed their seals and signatures
the day, months and year here in above herein above written.
For and on behalf of N.P.C.I.L
Witness: Signature: __________________
Name:
__________________
Signature of the Contractor
(M/s. ___________)
Witness: Signature: _________________
Name : __________________

Page 75 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

WAGE SLIP

Name of the Contractor /Firm:


PF Registration No. of the Employer:
Work Order No.

ANNEXURE- A

M/s__________________________________________
Date of Payment

Name of the Workers with Fathers/


Husbands Name
Category Employee
Wage period
Mod of Payment
Employees PF Account No.
_______________
Particulars

Through Bank
Bank Name
Bank Account No.

Rate Per Day

Present No. of Days

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

SAFETY FORMATS FOR WORKERS WORKING IN RADIATION AREAS

FROM 1

CANDIDATE STATEMENT AND DECLARATION


The candidate must make the required statement below prior to his medical examination and
must sign the declaration appended thereto. His attention is specially directed to the warning
contained I it:

1. State your name in full (in block letters) : ______________________________________


2. State your age, date of birth and place : ______________________________________
3. (a) Have you ever had chickenpox,

: ________________________________
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

: _____________________________________

: _____________________________________

5. Have you or any of your near relations : _____________________________________


been afflicted with tuberculosis, asthma,
fits, epilepsy, insanity or birth defects ?

6. Have you suffered from any form of

: _____________________________________

nervousness due to overwork or any


other cause?

7. Have you been examined and declared : _____________________________________


unfit for Government Service by a
Medical Officer/Medical Board, within
the last three years?

Page 77 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

8. Furnish the following particulars concerning your family :


Fathers age if living
and state of health

Fathers age at death


and cause of death

No. of brothers living,


their ages and state of
health

No. of brothers dead,


their ages at death and
cause of death

Mothers age if living


and state of health

Mothers age at death


and cause of death

No. of sisters living,


their ages and state of
health

No. of sisters dead, their


ages at death and cause
of death

9. Past Occupation :
Give details of Name of the Company and Job Hazards if any:
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________

10. Personal History:


Dict: __________________________________
Smoking: ______________________________
Other Habits: ___________________________

11. Marital Status:


Married/Unmarried: ________________

No. of Children : ________________

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: _______________

Signed in my presence: ____________

Signature of Medical Officer: ________________

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

FORM 2
EXAMINING PHYSICIANS REPORT
1. Personal Details:
Name: ____________________________________

Sex:

Date of Birth: _______________________________

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:

__________________________________________________________________

c) Past History: Major Illness/Operations/Injuries with date


___________________________________________________________________________
___________________________________________________________________________
d) Occupational: Previous ________________ Duration with year ______________
Type of work done _________________________________________________
(Details of past exposure to any significant occupational hazards)
e) Female Candidate:
Menstrual History: i) Age of menarche: ____________ ii) LMP: _____________
iii) History of miscarriages/abortions/still births/congenital malformation etc.
______________________________________________________________

Page 79 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

3. General Examination:
a)

Temperature: ___________ C

c)

Height: _________cm.

b) Pulse: _________ /min


d) Weight: _________ kg.

e) Blood Pressure: _____________


f)

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:

______________________________________________

Depth of Vision: ______________________________________________


Fundus Examination: _________________________________________
g) Skin condition:

Normal/Abnormal Comment if any ________________________

h) Teeth:

Normal/Abnormal Comment if any _________________________

i) Lymph nodes:

Normal/Abnormal Comment if any _________________________

j) ENT:

Normal/Abnormal Comment if any _________________________

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

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

4. Systemic Examination:
a) Respiratory system:
b) Cardiovascular system:

____________________________________________
____________________________________________

c) Gastro-intestinal system: ____________________________________________


d) Locomotor system:

____________________________________________

e) Central Nervous system: ____________________________________________


f)

Genito-Urinary system:

g) Others:

____________________________________________
____________________________________________

5. Laboratory Investigation: (Routine)


a) WRC:

TLC: ________/cmm
DLC: ________

b) Urine:
SP. Gravity: ______________;

Sugar:

Reaction:

Albumin: ______________;

______________;

______________;

Microscopic Examination: _______________________

c) Chest X-ray Report:


____________________________________________________________________________
______________________________________________________
d) Bio-Chemistry:
6. Jobs Specific Test (if any) (Audiometry, Spirometry, etc.)
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
7. Remarks:
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________

Signature of
Medical Officer: _____________________

Page 81 of 82

Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529

FORM 3

MEDICAL CERTIFICATE OF FITNESS FOR EMPLOYMENT

I hereby certify that I have examined Shri/ Smt. / Kum. ______________________________, a


candidate for employment in the _____________________________________ Department and found
him/her medically
i.

Fit

ii.

Unfit on account of ____________________________________________

iii.

Temporarily Unfit on account of __________________________________

His/her marks of identification


1.

___________________________________________________________

2.

___________________________________________________________

Blood Group is __________________

Medical Officers
Signature: _______________________________
Name:

________________________________

Designation: _____________________________

Page 82 of 82

You might also like