You are on page 1of 47

NUCLEAR POWER CORPORATION OF INDIA LIMITED

(A Government of India Enterprise)

CENTRALISED TENDERING CELL

GORAKHPUR HARYANA ANU VIDYUT PARIYOJANA

TENDER DOCUMENT
of

Tender no. : NPCIL/GHAVP/CTC/2017/PT-65


: , ,
1 2
, - , ,
(-1)

Name of work : Earth Work, Ground Improvement, Dewatering,


Confirmatory Sub Soil Investigations & Pile
Qualification (Package-I) for Main Plant Buildings
and Structures of Gorakhpur Haryana Anu Vidyut
Pariyojana-1&2 at Village-Gorakhpur, Distt-
Fatehabad, Haryana.

NPCIL/GHAVP/CTC/2017/PT- 65
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise)

CENTRALIZED TENDERING CELL


TENDER NO. - NPCIL/GHAVP/CTC/2017/PT-65
CONTENTS / INDEX
Sr. Section Contents Total Pages

PART I - TECHNICAL BID

Notice inviting Tender (NIT) inclusive of


1. Section-I
Integrity Pact 44

Memorandum of Agreement and General


Section II 17
2. Rules & Directions

Section III Special Conditions of Contract 65


3.

Section IV General Conditions of Contract 1


4.

Section V Technical Specifications 393


5.

Section VI Schedule of Drawings 11


6.

Schedule of Materials to be issued by the


Section VII 2
7. Corporation

Section VIII Schedule of Quantities 17


8.

Format of various Format for issue of tender, Security deposit,


Contractual Lump sum Advance, Form of Hypothecation
17
9. documents as Deed, Disputes Resolution Board
applicable Agreement, Completion Certificate.
PART I

TECHNICAL BID

NPCIL/GHAVP/CTC/2017/PT-65

TO BE SUBMITTED ONLINE

NPCIL/GHAVP/CTC/2017/PT- 65
SECTION I

NOTICE INVITING E-TENDER

TENDER NO. NPCIL/GHAVP/CTC/2017/PT-65

NPCIL/GHAVP/CTC/2017/PT-65 Page | 1
NIT OPERATING PART

NUCLEAR POWER CORPORATION OF INDIA LIMITED


(A Govt. of India Enterprise)
CENTRALIZED TENDERING CELL
Online tender is invited through e-tendering mode by Competent Authority, for and on behalf of GHAVP
(NPCIL) from eligible contractors for the work and details given below:
GENERAL DETAILS
1. Tender No. NPCIL/GHAVP/CTC/2017/PT-65
2. Competent Authority for Notice
NPCIL Board sub-committee
Inviting Tender
3. Name of work and place of Earth Work, Ground Improvement, Dewatering, Confirmatory Sub
service Soil Investigations & Pile Qualification (Package-I) for Main Plant
Buildings and Structures of Gorakhpur Haryana Anu Vidyut
Pariyojana-1&2 at Village-Gorakhpur, Distt-Fatehabad, Haryana.
4. Similar Nature of Work Experience of successful execution of Civil Construction
Contracts of Nuclear/Thermal/Hydro Power Plants/Nuclear
Establishments Or Heavy
Industries/Ports/Metros/Airports/Marines Structures.
5. Estimated cost of the work Option 1 (G.I with compacted soil):
inclusive of all taxes 97,52,18,451/-
Option 2 (G.I with compacted soil-cement):
153,82,34,451/-
6. Bid security @2% of estimated
cost subject to maximum of 10,00,000/-
ten (10) lakhs
7. Mode of tender Public tender
Type of tender Two Part bid
8. Mode of bid security 1) Online payment
submission 2) Credit / Debit Card
3) RTGS / NEFT
9. Completion period 22 Calendar Months i.e. Twenty Two Months including
monsoon period for Option 1 (G.I with compacted soil)
24 Calendar Months i.e. Twenty Four Months including
monsoon period for Option 2 (G.I with compacted soil-cement)
10. Availability of tender The links of website www.tenderwizard.com/DAE
documents for free view only also available on websites www.npcil.nic.in
& http://e-procure.gov.in
11. Important information Bidders should note that Digital Signature Certificate of
http://e-procure.gov.in is not compatible to purchase
E-tender through www.tenderwizard.com/DAEwebsite.
12. Tender processing fee Bidders should note that class -3 Digital Signature Certificate
inclusive of all taxes registered with www.tenderwizard.com/DAE is required for
purchasing this tender. Prevailing tender fee shall displayed
online to M/s ITI Ltd. by e-payment, Debit, Credit Card.
13. Sale Period of e-tender From 24/08/2017 (10:00 Hrs.)
(Downloading of e-tender for

NPCIL/GHAVP/CTC/2017/PT-65 Page | 2
uploading on Tender Wizard is Up to 05/09/2017 (17:00 Hrs.)
possible after paying On website www.tenderwizard.com/DAE
processing fee within these
dates only)
14. Last date and time of
submitting online clarification,
queries, questions whether 06/09/2017 (up to 17:00 Hrs.)
pre-bid meeting is envisaged
or not
15. Pre-bid meeting 07/09/2017 (15:00 Hrs.) at GHAVP Project Site Office.
Due Date of uploading Pre-bid
12/09/2017 (16:00 Hrs.)
MOM on web Portal
16. Last date and time of closing
of online submission of 27/09/2017 (17:00 Hrs.)
tenders:
17. Date and time of online
28/09/2017 (11:30 Hrs.)
opening of technical bid.
18. Date and time of online
To be intimated later, after Part-I evaluation work
opening of financial bids
19. Authority & place for seeking On working days and during office hours
clarification on tender (10:00 Hrs. to 17:00 Hrs.)
conditions, pre- bid meeting,
opening of tender
20. Contact person(s) for seeking Shri Sudhir Kumar
clarification on tender Phone No. 01667-268084, Mobile- 9992334868
conditions & address for pre- e-mail : sudhirk@npcil.co.in
bid meeting, opening of tender Shri Sumit Thakur
(on working days and during Phone No. 01667-268081, Mobile- 8266826666
office hours only) e-mail : sumitthakur@npcil.co.in
Centralized Tendering Cell
e-mail : ctc.ghavp@npcil.co.in
GHAVP, NPCIL, Gorakhpur, Haryana, PIN-125047
21. Expected Time Required for Bidders may approach M/s ITI Ltd. with requisite documents
purchasing New Digital Seven (07) Working Days in advance to get class -3 Digital
Signature Certificate for e- Signature Certificate.
tendering through ITI Ltd. website: www.tenderwizard.com/DAE
Help Desk for e-tendering Help desk for e-tendering registration,
registration on Tender Wizard Tender Wizard website of M/s ITI Ltd.:
website
Tender Wizard, B-1/5A, 2nd Floor,
Main Najafgarh Road, Near Amarleela Hospital &
East Janakpuri Metro Station,
New Delhi: 110058
Fax No: 91-11-25618721

1. Delhi help desk - Shri Sanjeet Kumar Jha,


Mobile- 08800991841
2. Mumbai help desk - Shri Rudresh Kumar,

NPCIL/GHAVP/CTC/2017/PT-65 Page | 3
Mobile- 09969395522, Phone No. 022-25487363
E-mail :daehelpdesk@tenderwizard.co.in,
twhelpdesk231@gmail.com
Phone no. 022-41852124
(On working days from 10 am to 6 pm)
22. Project location by road on For the best route in current traffic just click on this link-
google map https://goo.gl/maps/zCcYcsboWtk

INFORMATION & GENERAL INSTRUCTION FOR BIDDERS:

1. Steps for downloading, uploading and free view-


1.1Free view Prospective bidders or general public can see and download free of cost PDF format
of the tender documents from website www.npcil.nic.in & www.tenderwizard.com/DAE>Tender of
DAE> Nuclear Power Corporation of India Limited .This document i s for information purpose
only and the same cannot be used for bid submission.

Note: - Downloaded tender document for study purpose from above website in PDF format cannot be
uploaded on www.npcil.nic.in & www.tenderwizard.com/DAE website for bid submission purpose.

Those bidders who are not conversant to e-tendering should purchase Digital Signature Certificate for
participating in online tendering process through the website of www.tenderwizard.com/DAE valid User
id / Password with Class III Digital Signature Certificate.

Helpdesk information are available at Sr. No. 20 of NIT.

1.2Downloading and uploading of bid - To participate in the tender, prospective bidder is requested to
download the excel formats, after login in the home page of the website www.tenderwizard.com/DAE
with User ID /Password / Class-III Digital Signature Certificate.

Steps to Download the excel formats of particular tender:

Note: - All the bidders have to pay tender processing fee to M/s. ITI.
a) Click on UNAPPLIED button
b) Click on REQUEST button
c) Pay tender processing fee online via any VISA/MASTER card or Net banking
d) Click on SUBMIT button,
e) Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
f) Bidder will be able to download required tender documents by clicking EDIT Attachment
button for any number of times till last date of submission.
g) Prospective bidder has to fill excel documents and upload the same without renaming it.
The bidders are requested to refer help manual to understand the portal and contact ITI helpdesk in
case of any doubt. The corporation will not entertain any claim if the bidder fails to download and upload
the bids as desired in time schedule.
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.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 4
3. Submission of bid shall mean acceptance of undertaking to be furnished online by Bidder as per
format enclosed as annexure-9.
4. Information and Instructions for bidders posted on website shall form part of tender document. The
tender is to be downloaded and uploaded only on www.tenderwizard.com/DAE after paying requisite
processing fee.
5. The bid can only be submitted after uploading the mandatory scanned documents, payment of
processing fee in favour of ITI LIMITED, NEW DELHI, bid security in favor of NPCIL and other
documents as specified. Processing fee shall not be refunded in any case.
6. After submitting bids the contractor can re-submit revised bid any number of times but before stipulated
closing time and date of online submission of bid as notified. The bidder can withdraw the bid before
stipulated closing date and time of online Submission. But, once the bidder withdraws the bid, it
cannot be resubmitted and processing fee shall not be refunded in any case.
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 purchase and submit the bid.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE. In addition to this, while
selecting any of the cells a warning appears that if any cell is left blank the same shall be treated as 0
(ZERO). Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
treated as 0 (ZERO). The bidder shall be required to execute such items at his quoted rate of zero as
per specifications, bill of quantity and GCC provisions.
10. In case of bids in three stage system and if it is desired to submit revised financial bid then it shall be
mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become
invalid.
11. The bidders are solely responsible to keep their email and bank account active and to update their
profile in case of change. This is essential as communication shall preferably be done by e- mail by
corporation. Moreover, all the auto generated mail by e-tendering portal shall be sent on this e-mail
address.
12. Contractor can upload documents in the form of JPG format and PDF format.
13. Bidders are advised to open bank account with core banking solution branch (with NEFT / RTGS)
in order to facilitate online payment of tender processing fee and bid security for their own benefit.
IFSC is an 11 digit code with the first 4 alpha characters representing the bank, and the last 6
characters representing the branch. The 5th character is 0 (zero).The bidder shall fill IFSC code
correctly i.e. Upper case of alphabets, spacing and all eleven alpha-numeric. The bid security shall
be refunded online to the bank as per the details submitted. In case of erroneous details it will not be
possible to refund the bid security online and bidder shall be responsible for consequent
delays.
14. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall imply that the
bidder has seen and understood the GCC & NIT and shall abide by the same without any
deviations/conditions. The detailed NIT and GCC shall be part of agreement. If the bidder at any
stage refuses to accept the same, the bid shall be rejected and bid security shall be forfeited. Further
disciplinary action is liable to be taken including debarring from participation in retendering of the
same work or other works as deemed appropriate by the Competent Authority.

15. INTEGRITY PACT (IP)

(i) IP essentially envisages an agreement between the prospective Bidder/Contractor and NPCIL
committing the persons / officials of both the parties, not to exercise any corrupt influence on any
aspect of the contract.

(ii) Only those Bidder/Contractor who enter into such an IP with NPCIL would be competent to participate in
the bidding.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 5
(iii) A copy of the IP duly signed on each page by the contract concluding authority is enclosed along with
the tender.

(iv) The IP would be effective from the stage of invitation of bids till the complete execution of the contract.
This pact begins when both parties have signed it. The, validity of this Integrity Pact shall be from date
of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of
both the Principal/Owner and the Bidder/Contractor, including warranty Period, whichever is later. In
case the Bidder/Contractor is unsuccessful, this Integrity Pact shall expire after six months from the
date of signing of the contract.

(v) In case of online tenders Bidder/Contractor shall upload the scanned copy of the IP, duly signed by the
same signatory who is authorized to sign the bid, as per prescribed format in the online Techno-
Commercial Bid (Part-I). All the pages of the Integrity pact shall be duly signed. The hard copy of the
`INTEGRITY PACT shall be submitted at the designated addressee within 07 Days after closing of the
tender.

(vi) In case of offline (physical mode of tenders) Bidder/Contractor shall submit the `INTEGRITY PACT
duly signed by the same signatory who is authorized to sign the bid in original as per the required
format along with the Techno-Commercial Bid (Part-I).

(vii) NPCIL has appointed Independent External Monitors (IEMs), who will monitor the tender process and
the execution of the contract, for compliance with all relevant laws, rules, regulations, economic use of
resources and for fairness /transparency in its relations with its Bidder(s) and /or Contractor(s). The
details with respect to the IEM is available on NPCIL Corporate website, i.e., www.npcil.nic.in

(viii)The following have been appointed as Independent External Monitor(s) (IEMs) by NPCIL to oversee
implementation and effectiveness of the Integrity Pact Program:

Shri Arun Chandra Verma, IPS (Retd.) (acverma1@hotmail.com)


Shri M.P. Juneja, Addl. Member (Retd.), ex-CTE, CVC. (mp.juneja@yahoo.com)

(ix) Bid security / Earnest Money Deposit :

1. While submitting commercial bid, the Bidder/Contractor shall deposit an amount of ` 1000000/- (to be
specified in tender) as Bid security / Earnest Money Deposit, with the Principal/Owner through any
of the following mode:-

a. All modalities of payment of Bid security / Earnest Money Deposit as specified in tender.

2. No interest shall be payable by the Principal/Owner to the Bidder/Contractor on Earnest Money /


security Deposit for the period of its currency.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 6
LIST OF MANDATORY DOCUMENTS AS PER NOTES BELOW AND PRE-QUALIFICATION
CRITERIA TO BE SCANNED AND UPLOADED ON THE LINK WITHIN PERIOD OF BID
SUBMISSION

SR.NO. DESCRIPTION
1. Power of attorney of the signatory of bid as per relevant clause of NIT

2. PAN card
3.
GST registration certificate (GSTIN) / ARN
4. Tax Information: As per Annexure 7.
5. Registration of EPF
6. Certificate of annual turnover of last 3 years stamped & signed by chartered
accountant as per annexure 2 of NIT
7. Statement of value of work executed during last five financial years stamped
and signed by chartered accountant as per Annexure 3A of NIT

8. Statement of existing commitments and on-going works and value of bid capacity
certified by chartered accountant with signature and stamp as per annexure 3B
of NIT - (for tender estimated cost of 100 lakhs and above).
9. Work experiences As per Annexure 1 of NIT Along with Documentary proof
as per P.Q. Criteria Clause No.1.1
10. Certificate of registration with MSME; uploading is mandatory if bidder wishes
to avail benefit of clause- 25
11. Memorandum of Agreement and Tender form of Section-II
12. General Eligibility Criteria in the case of Joint Venture (JV).
As per Clause No 4.0 (General Eligibility Criteria) of Qualification Criteria (Annexure-1
of NIT) in Performa (Annexure 11)
13. Integrity Pact with NPCIL
INTEGRITY PACT duly signed by the same signatory who is authorized to sign the
bid in original in Performa (Annexure-12)
14. Performa of additional requirement of specific works
15. Mandatory document as per SSC clauses
16. Annexure-9 with seal and sign

NOTES-
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The submission
of documents is deemed as undertaking by bidder that all the documents are true and genuine.
If it is found, at any time during bidding or execution of work, that the information/ documents
submitted by the bidder are in variance/ forged/bogus, they shall be legally held responsible for
the same. Their offer shall be summarily rejected or termination of contract, if awarded, forfeiting
of the bid security, performance guarantees, security deposit, if any. The bidder / contractor shall
be blacklisted/ debarred for further works in NPCIL for a period of five years.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 7
2. By submission, the bidder undertakes and confirms that eligible similar works have been executed
as prime contractor and the same have not been got executed through another contractor on back to
back basis or as a subcontractor. Any violation of this shall result in panel action as per point-1 above.

3. It is essential to upload all the mandatory documents. If some document is not applicable/ available the
status shall be printed on a paper and same shall be uploaded. Uploading of any blank/irrelevant
documents in connection to mandatory documents will lead to rejection of the offer.

4. At the time of submission of bid, contractor shall upload certificate from CA mentioning financial
turnover of last 3 years ,value of work done during last five audited financial year (A) and existing
commitments (B) for calculation of bid capacity. The bidders are requested to submit details of all
existing commitments. Concealment of information in this regard shall result in rejection of bid and
forfeiture of bid security along with debarring for a year from participation in any of the tender of
corporation. Further financial details and related supporting documents, if required may be asked from
contractor after opening of technical bid. There is no need to upload entire voluminous balance sheet.

5. It is binding on the bidder to fill the data required for assessment of pre- qualification criteria in the excel
sheet uploaded for the purpose. The technical evaluation shall be done based on the data provided in
excel sheet and the relevant document uploaded to support the same. In case where the relevant
information is not filled in the uploaded excel sheets while commensurate supporting documents are
uploaded, the supporting documents shall not be considered in evaluation as the technical evaluation
sheet is auto generated by system. Therefore the bidders in their own interest shall fill all the relevant
information in excel sheets and upload commensurate supporting documents. The bidders shall not write
in the excel sheet that information is as per enclosure, as it will be treated as no information is submitted.
In order to facilitate proper pre-qualification, evaluation the tender approving authority may
ask bidders to submit additional documents. Corporation may ask for clarification and submission of
documents in support of documents already submitted.
6. In case of Single/ Nomination/ Limited tenders the bidders are not required to upload information and
documents for prequalification

NPCIL/GHAVP/CTC/2017/PT-65 Page | 8
PRE-QUALIFICATION CRITERIA

1. MINIMUM REQUIREMENT:-
1.1 Work Experience:
The intending bidder must have in its name as prime contractor or as subcontract experience of
having successfully completed similar works during last 5 years ending last day of month previous to
the one in which NIT has been published on e-tendering portal should be either of the following:

a) Three similar completed works, each costing not less than the amount equal to 40% of the
estimated cost
or
b) Two similar completed works, each costing not less the amount equal to 50% of the estimated
cost
or
c) One similar completed work costing not less than the amount equal to 80% of the estimated
cost.

Note: Work executed for private body will be considered only if contractor / firm produce tax
deduction at source certificate of respective job(s).

Definition of Similar Work for this contract is Experience of successful execution of Civil
Construction Contracts of Nuclear/Thermal/Hydro Power Plants/Nuclear Establishments or Heavy
Industries/Ports/Metros/Airports/Marines Structures.
Additional Qualification Requirement

Conformance to any 2 of the following 3 qualifying requirements under any of the ongoing or completed
contracts of any value during last 10 years:

i) Excavation of 3.00 lakh Cu.M in a single work


ii) Soil stabilization of 3.00 lakh Cu.M in a single work
iii) Dewatering using multi stage well point system for a minimum plan area of 2500.00 Sq.M in a single
work
Note:-
The fulfilment of the above requirements shall be verified on the basis of the copy of the work order.
BOQ (if available, or drawings with payment schedule or in case bifurcation is not available, any other
certified related contract document), copy of the relevant bills attested by the client, completion
certificate and due certification from the client for the submitted documents and details.

1. The cost of completed work shall mean gross value of the completed work including all the taxes and
levies, cost of material supplied by the client on chargeable basis, but excluding those supplied free of
cost. The cost of chargeable material shall be the fixed value at which the client had supplied
the material.

2. The work experience of the bidder for those works only shall be considered for evaluation purposes,
which are completed before the last date of month previous to one in which NIT has been
published on e -tendering portal. Hence, the works which are incomplete / ongoing, as on the last

NPCIL/GHAVP/CTC/2017/PT-65 Page | 9
date of month previous to one in which NIT has been published on e- tendering portal, shall not be
considered against eligibility.
3. In case the work is started prior to the eligibility period of 5 years (counted backwards starting
from the last day of month previous to the e- publication date of NIT) and completed within the said
eligibility period of 5 years, then the full value of work shall be considered against eligibility.

4. In case the experience has been earned by the bidder as an individual or proprietorship firm or partner
of a partnership firm, then 100% value of experience will be considered against eligibility. But if the
experience has been earned by the bidder as a partner in a Joint Venture / Consortium, then the
proportionate value of experience in proportion to the actual share of bidder in the joint venture/
consortium will be considered against eligibility. The bidder shall furnish information regarding the
actual percentage of share and value of experience accordingly. In case of joint venture / consortia,
full value of work, if done by the same joint venture shall be considered.

5. The bidder shall submit details of work executed by them in the Performa of Annexure-1 of NIT for the
works to be considered for qualification of work experience criteria. Documentary proof such as work
order/purchase order/agreement, completion certificate from client clearly indicating the name of work,
actual completion cost and actual date of completion for such work should be submitted. The offers
submitted without the documentary proof shall not be evaluated. The work done for all companies
except Government/Government bodies/public sector units, which has been completed after
extension, will not be accepted without documentary proof of extension.
a) Work order with bill of quantities and rates
b) Extension letter, if the work has been completed beyond stipulated completion date in work
order/agreement
c) Completion certificate issued by client with final / last bill mentioning the gross value of work done.
The completion certificate shall be for individual work order. The completion certificate clubbing two
or more work orders shall be rejected.
d) Stamped and signed certificate by chartered accountant giving details of bill wise payment
received, TDS amount & TDS certificate number for works executed for all companies except
government / government bodies / public sector units.

6. The value of work done meeting prequalification criteria shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last day of month previous to the one in which NIT has been published on e-
tendering portal. Both the date of completion and last date of month previous to the one in
which NIT has been published on e-tendering portal shall be excluded for the purpose of calculating
escalation.

7. The bidders if required may be asked to produce original and photocopy of all the documents attested
by notary submitted for qualification purpose for verification at any stage at corporations discretion. If
the same are not produced in stipulated time, the bid shall be rejected.
1.2 Annual Turnover:
The average annual financial turnover during the last three years ending 31 st March of the
previous financial year should be at least 30% of the estimated cost.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 10
Notes:
1. Financial data for latest last three audited financial years has to be submitted b y the bidder
in Annexure-2 of NIT. The same shall be certified by chartered accountant (CA) with his
stamp and signature.
In case balance sheet of the last financial year is not audited, the bidder has to submit a
certificate by a CA certifying that the balance sheet has actually not been audited so far. In
such case the financial data of previous three audited financial shall be taken into consideration
for evaluation. If the audited turnover of any year as per above is not submitted, the turnover for
that year shall be considered as zero and average annual turnover for three years will
accordingly be calculated. If the CA certificate is not submitted along with the bid, the bid
will be considered as non-responsive and rejected.
2. In case of joint venture / consortia, the financial standing criteria will be evaluated based on weighted
average of the financial data of the members as per their percentage participation.

1.3 For tenders of estimated cost put to tender of 100.0 lakhs and above, bidders who meet
minimum criteria will be qualified only if their available bid capacity is more than the bid value.
The bid capacity of the contractor shall be determined by the following formula:
Bid Capacity = (A x N x 2) B
Where,
A = maximum value of works executed in any one year during last five financial years.
B = Value of existing commitments and 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 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

2. GENERAL ELIGIBILITY CRITERIA


2.1 A Bidder may be a natural person, private entity, government-owned entity, or any combination of
such entities supported by a letter of intent to enter into an agreement or under an existing

NPCIL/GHAVP/CTC/2017/PT-65 Page | 11
agreement in the form of a Joint Venture of Association (JVA) or Consortium. Bids from JVA or
Consortium shall not be accepted for works with estimated cost below Rs. 100 crores. JVA
are not permitted for service & maintenance contract of all values.
In the case of a joint venture or consortium:

a) Joint venture/consortium should not have more than three partners who are specialized
in their respective field.
b) The JVA or consortium agreement shall nominate a lead partner who shall have the
authority to conduct all business for and on behalf of any and all the partners of the JVA /
Consortium during the bidding process and, in the event the JVA / Consortium are
awarded the contract, during contract execution.
c) In such case, generally the lead partner shall take full responsibility of successful completion
/ fulfilment of all the contract conditions. Unless otherwise specified, all partners shall be
jointly and severally liable.
d) A non-Indian firm is permitted to tender only in a consortium arrangement or joint venture
with their wholly owned Indian subsidiary registered in India under companies act-1956 or
any other Indian firm having minimum participation interest of 26%.
e) In case of joint venture/consortium PAN number, GST registration number of each partner
shall be submitted.

2.2 A bidder shall not have a conflict of interest. In case of JV/consortium none of the partner
shall have a conflict of interest. All bidders found to have a conflict of interest shall be
disqualified. A bidder may be considered to have a conflict of interest with one or more parties
in this bidding process, if:
a) A bidder participated as a consultant in the preparation of the design or technical
specifications of the works that are the subject of the bid; or
b) A bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by
the corporation or as engineer-in-charge for the contract.
c) One firm applies for tender both as an individual firm and in a group.
d) If bidders in two different applications have controlling shareholders in common.
e) Submit more than one application of the tender.

2.3 Government-owned entities in the 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 corporation s country prohibits


commercial relations with that country, provided that such exclusion does not preclude
effective competition for the supply of goods or related services required; or

b) by an act of compliance with a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, the borrowers country prohibits any import of

NPCIL/GHAVP/CTC/2017/PT-65 Page | 12
goods or contracting of works or services from that country or any payments to persons or
entities in that country.

3. CONTRACT ELIGIBILITY CRITERIA

Further, the contract eligibility may include the following, if specified in pre- qualification
criteria:
3.1 Documentary evidence of adequate financial standing, certified by bankers, audited profit &
loss a/c and balance sheet, access to adequate working capital.
3.2 Construction equipment proposed to be deployed for the project and proof of its availability;
equipment proposed to be purchased or leased.
3.3 Key personnel available and proposed to be engaged for management and supervision of the
Project, their qualifications and experience. Valid certificates by a recognized University, technical
Board, or Ministry of Government of India would only be taken cognizance of.
3.4 Project planning and quality control procedures to be adopted.
3.5 The bidder has to obtain ESIC registrations after award of work in the areas covered by ESI

NPCIL/GHAVP/CTC/2017/PT-65 Page | 13
NOTICE INVITING TENDER

1.0 Scope of bid


1.1 The Nuclear Power Corporation of India Limited (referred to as Corporation or NPCIL in these
documents) invites bids for the work. The successful bidder should provide the services during
the period of work as per the terms and conditions specified in the NIT, general condition of
contract, technical specifications, special conditions of contract and schedules.
2.0 Eligible bidders
2.1 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in
prequalification criteria. Bidders are advised to note the pre- qualification criteria specified in the
notice inviting tender.
2.2 Incomplete bids and bidders not meeting the minimum qualification criteria shall be summarily
rejected. It may be noted that mere submission of bid does not imply that your offer shall be
considered. Tenders are considered only after NPCIL themselves assess the document submitted
along with the bid by the bidder meets the pre-qualification criteria as specified in notice inviting e-
tender during evaluation of bid.
2.3 The bidder who has been blacklisted / de-registered / holiday at any of the sites of NPCIL,
DAE, any other government department or PSU shall not be eligible for participation in tenders
of NPCIL for that period.
3.0 One bid per bidder
3.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than
one bid will cause the bidders participation to be disqualified for all the proposals.
4.0 Cost of bidding
4.1 The bidder shall bear all costs associated with the preparation and submission of his bid and the
corporation will in no case be responsible and liable for these costs.
5.0 Site visit
5.1 The bidder and any of his authorized personnel or agents will be granted permission by the corporation
to enter upon its premises and lands for the purpose of site visit. However, the bidder, his personnel
and agents will be responsible against all liability in respect thereof, including death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result
of the inspection.
5.2 The bidder should inform the Corporation at least three days in advance about the proposed site visit.
5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the site and
its surroundings and satisfy himself before submitting his bid as to the form and nature of the site,
the means of access to the site, the accommodation he may require, etc.
5.4 In general, bidders shall themselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect their bid. A bidder shall be deemed to have full
knowledge of the site, whether he inspects it or not and no extra claims due to any
misunderstanding or otherwise shall be allowed.
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.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 14
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-10).
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 o f bid shall mean that the bidder has seen the response a n d accepts the content.
6.0 Content of bidding documents
6.1 Submission of a bid by a bidder implies that he has read this notice and all other contract
documents, clarification, addendum, corrigendum and has made himself aware of the scope
and specifications of the work to be executed and of conditions and rates at which stores,
tools and plant, etc., will be issued to him by the corporation and local conditions and other
factors having a bearing on the execution of the works.
6.2 The bidder shall submit the bid, which satisfies each and every condition laid down in the bid
documents, failing which, the bid is liable to be rejected.
6.3 The documents listed below comprise one set of bid document:
a) Notice Inviting tender ( Including Pre-qualification criteria), e-tender notice

b) Memorandum of Agreement

c) Special Conditions of Contract

d) General Conditions of Contract

e) Technical Specifications / Datasheets

f) Drawings, if any

g) Schedule of Material to be supplied by the Corporation

&
Formats of various contractual documents as applicable viz: Security Deposit,
Memorandum of Understanding / Consortium Agreement, Lump sum Advance, Form
of Hypothecation Deed, Disputes Resolution Board, agreement, format of completion
certificate, and format of Performance Guarantee.
h) Bill of Quantities

7.0 Pre-bid meeting


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

NPCIL/GHAVP/CTC/2017/PT-65 Page | 15
details of his authorized representative in prescribed format (Annexure-10) 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 s h a ll 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 preparing
their bids, the corporation may extend the date for submission of bids, if necessary.
8.4 Corrigendum, addendum or any other information regarding tender shall be uploaded only on web
site. Hence, the bidders are requested to visit the web site (www.tenderwizard.com/DAE) regularly.
The above documents shall become part of bid and agreement. Submission of bid shall imply that
bidder has noted and accepted content of all the corrigendum / addendum / clarifications and effect
of same has been included in price bid.
9.0 Language of the bid
9.1 All documents relating to the bid shall be in the English language, unless stated otherwise. Hindi
version of general conditions of contract (GCC) uploaded on web site is for information purpose
only. The English version of GCC is the legal document.

10.0 Bid security


10.1 The bid security amount may be paid in the modes described below. The corporation shall not pay
interest on the same in any case. The bidder is responsible for timely payment of bid security, so
that corporation receives the same before stipulated date and time. Even if the payment made by
the bidder within the stipulated date and time is not received by the corporation due to reasons
beyond control of the bidder, bid will be considered as non-responsive and rejected. If the bid
security amount paid by bidder is less than stipulated, the bid shall be rejected.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 16
a) Online P ayment
b) Credit / debit card
c) RTGS / NEFT-
The bidder shall note that banks as per standard working practice require a certain time
period for completion of transaction. The bidder shall ensure timely submission in order to
complete transaction as per bid condition. If the transaction is not completed in favour of
NPCIL the bid will not be accepted. The bidder shall note that the RTGS / NEFT require
minimum two banking day to get posted. Hence, in his own interest the bidder should make NEFT /
RTGS payments minimum two day prior to last date of submission. The bidder shall preferably use
the print out of challan as generated from the e-tendering portal for RTGS / NEFT payment, in order
to avoid discrepancies. The bidder shall note that if the bid security is deposited to account other than
the 16 digit dynamic code as generated through the e-tendering portal and mentioned on system
generated challan, the bid shall be rejected on account of non-submission of bid security. The bidder
is solely responsible for timely deposition of bid security in the correct account. The bidder
shall submit the stipulated amount of bid security through one transaction only to the
dynamic account number mentioned on system generated challan slip. Multiple transactions
shall not b e accepted and bid shall be rejected if the amount of security deposit is less
than stipulated amount.

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 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 returned after
opening of the bid.
10.4 The bid security shall be forfeited, if;
a) The bidder withdraws / modifies his bid or any item thereof after opening of bid.
b) The successful bidder fails within the specified time limit to submit the performance
guarantee and commence the work.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 17
c)The bidders who are exempted from paying bid security being registered with MSE, if
default for reasons mentioned in clause 10.4 a and b, shall be debarred from
participation in any of the tender of the corporation for two years.
10.5 The corporation at its discretion shall refund the bid security by online/RTGS/NEFT or through
any other electronic mode to the account number as registered by the bidder himself on e
tendering portal.
11.0 Bid prices, rates & taxes
11.1 The bidders shall quote bid price / rates / total bid price in Indian rupees only unless
otherwise specified in the special conditions of contract (SCC).
11.2 The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities,
taxes, cess, duties, levies as applicable under the prevailing statutes or levy by the statuary
authorities/State/Central Government and payable by the bidder under the contract.
All the GST benefits and credits on inputs as available to the bidder shall be taken into
consideration in the quoted price and pass on the benefits/credits t o the Corporation. Bidder
shall also comply with the provision of Anti-Profiteering under GST act. A declaration to
this effect is to be affirmed by the bidder in annexure-7 of NIT.
11.3 The bid price / rates / total bid price shall be quoted in the prescribed format with the required
break-up as specified therein.
11.4 The statutory deductions of income tax, GST or other taxes/dues (wherever applicable) shall be
made from the payments due to the Contractor. For details on taxes, the bidders are advised
to refer to relevant clause of General Conditions of Contract (GCC) forming part of this
tender.
11.5 Conditional Bids / offers will be liable to be rejected.
11.6 The bidder has to compulsorily submit Annexure 7 along with BOQ during submission of Bid.
Annexure 8 is to be submitted along with regular tax invoice during execution of work after award.
Bidder shall substantiate the information provided herein if called for to do so.
11.7 The security deposit and insurance shall be on contract price.

12.0 Currencies of bid and payment

12.1 The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless otherwise
specified in the special conditions of contract.
13.0 Bid validity
13.1 The bids submitted shall remain valid for acceptance for a period of 120 days from the date of
opening of the bid. The bidder shall not be entitled during the period of validity, to revoke
or cancel his bid or vary / modify the bid given or any item thereof. In case of bidder
revoking or 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.
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.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 18
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 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.
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 a n d 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.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 19
(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, 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.
19.5 In case of unregistered dealers who are not required to register under GST and for notified supply of
Goods or Services where Reverse Charge Mechanism (RCM) is applicable, the GST liability on the
Corporation under RCM shall be loaded on the quoted price for evaluation purpose.
20.0 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 b id . If the situation s t i l l 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

NPCIL/GHAVP/CTC/2017/PT-65 Page | 20
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 whole or part of 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 de-briefing in
writing within fifteen days of award. They shall be informed about suitable days to visit the
office of the concerned officer. Requests beyond deadline shall not be entertained.
21.3 The work order will constitute the formation of the contract subject only to the furnishing of a
performance guarantee within 30 days of issue of work order.
21.4 An agreement shall be made and signed by both the parties. The agreement will incorporate
all correspondence between the corporation and the successful bidder, bid documents etc.
The bid document as uploaded on website www.tenderwizard.com/DAE shall be forming
p ar t of agreement. The successful bidder shall be responsible for compliance a t his own
cost with the stamp duty act of the state where the agreement is being executed. The non-
judicial stamp paper of appropriate value after adjudication shall be submitted by the
successful bidder at his own cost.
22.0 Corrupt or fraudulent practices
22.1 The corporation requires that bidders / suppliers / contractors under this contract, observe
the highest standard of ethics during the procurement and execution of this contract. In
pursuance of this policy, the corporation:
(a) Defines, for the purpose of these provisions, the terms set forth below as follows:
(i) corrupt practice means the offering, giving, receiving or soliciting of anything of
value to influence the action of a public official in the procurement process or
in contract execution; and
(ii) fraudulent practice means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
corporation, and includes collusive practice among bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the corporation of the benefits of free and open competition.
(b) Will reject a proposal for award of work if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent practices in competing
for the contract in question.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 21
(c) Will declare a bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract / contracts if at any time it determines that the bidder has
engaged in corrupt or fraudulent practices in competing for, or in executing, the
contract.
22.2 The bidder may make representation in connection w i t h processing o f tender directly and
only to the Competent Au throaty (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 relevant clause of GCC
(Changes in constitution).

24.0 Fiscal Concessions for Nuclear Power Projects (NPPs)


24.1 Nuclear Power Project of capacity 440 MW or more have been notified as Nuclear Power
Project (NPPs). Accordingly the project is notified by GOI for eligibility towards fiscal
concessions. As such the goods required for setting up these projects are subject to NIL
Customs duty as per the extant policy of Government of India (vide Customs Notification
No. 50/2017 dated 30-6-2017 at Sr. No. 602). In consideration of the aforesaid Fiscal
Benefits, no customs duty on goods shall, therefore, b e payable/ reimbursable b y the
purchaser to the Contractor. Similarly, as per the paragraph 7.02 (h) of Foreign Trade
Policy 2015-2020 of Government of India, Domestic Contractors supplying goods for
these projects under the procedures of National competitive bidding or International
Competitive bidding shall be eligible for benefits of Deemed Export under paragraph 7.03
(a) relating to advance authorization and 7.03 (b) relating to deemed export draw back
and of the Policy and paragraphs 7.02(d), 7.03(g) and 7.05(b) of Hand Book of
Procedures) issued by the Director General of Foreign Trade, Department of Commerce,
Ministry of Commerce and Industry, Government of India. In consideration of the
aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be payable/
reimbursable by the Purchaser to the Contractor.
24.2.1 The bidders are solely responsible for adherence and compliance with the necessary
processes, procedures and documentation as may be stipulated by the concerned
Statutory Authorities connected in respect of availing such fiscal benefits. The Purchaser,
s h a l l , however, make available o n ly the requisite documents or certifications as per the

NPCIL/GHAVP/CTC/2017/PT-65 Page | 22
extant rules and procedures for availing the above exemptions/concessions by the
Contractor.
24.2.2 In the event of denial of the above benefits prevailing as on the date of bid, by the
designated authorities to the Contractor, either on the basis of interpretation o f the
provisions of such benefits or due to change in law, such indirect taxes will be
reimbursable by the Purchaser at actual rates for the supplies made within the Contractual
D e l i v e r y Dates. And for the supplies that are made beyond the Contractual Delivery Date,
the reimbursement of taxes shall be made by the Purchaser limiting to the rates prevailing on
the Contractual Delivery Date.
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 Preference and exemptions to MSE Units:
a) 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 a n d the L1 price, the 4% sub-
target fo r procurement earmarked for MSEs owned by SC/ST entrepreneurs will be
met from other MSEs proportionately.
b) Tender sets shall be provided free of cost to MSEs for the item/ services
tendered. In case of e-tendering the bidder has to pay the online processing fee
to M/s ITI as per NIT conditions.
c) MSEs registered for the item / services tendered will be exempted from payment
of bid security.

25.2 MSEs who are interested in availing themselves of these benefits shall enclose with
their offer the proof of their being MSE registered with any of the agencies mentioned in
the notification of Ministry of MSME indicated below:

(i) District Industries Centers


(ii) Khadi and Village Industries C o m m i s s i o n
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.
(viii) Udyog Aadhar memorandum

NPCIL/GHAVP/CTC/2017/PT-65 Page | 23
(ix) The MSE must also indicate the terminal validity date of their registration.
Failing of these requirements, such offers will be considered non-responsive and
will not be eligible for consideration of benefit detailed in MSE notification of
Government of India dated 23.03.2012.

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


25.4 The MSEs registered with district industries centers must submit the Acknowledgement o f
Entrepreneur M e m o r a n d u m (EM) Part-II along with their bid. The MSEs registered with
National Small Industries Corporation (NSIC) must submit the valid NSIC registration
certificate along with their bid.
25.5 The Micro and Small Enterprises not registered for the particular trade/ item/services, for which the
tender is relevant, would not be eligible for exemption/ preference.
25.6 The registration certificate issued from any one of the above agencies must be valid as on last date
of submission of the tender. The successful bidder should ensure that the same is valid till the end
of the contract period.
25.7 The MSEs, who have applied for registration or renewal of registration with any of the above
agencies / bodies, but have not obtained the valid certificate as on last date of submission of
the tender, are not eligible for exemption / preference.

Sd/-

Project Director
Gorakhpur Haryana Anu Vidyut Pariyojana
For and on and behalf of NPCIL

NPCIL/GHAVP/CTC/2017/PT-65 Page | 24
ANNEXURE 1
WORK EXPERIENCE

1. Name of Work
2. Agreement / Contract No. / Work Order No.
3. Name and address of client
4. Whether the client in public / private entity

5. Date of Start
6. Stipulated date of completion
7. Actual date of completion
8. Extension letter (mandatory if the work done for
privately owned companies is completed after
extension)
9. Final value of work done on completion

10. Ref. to clients completion certificate

11. If work is done with private entity, the details of CA


certificate.

12. Value of penalty / LD levied,


NOTE:
a. 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.
b. 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.

NPCIL/GHAVP/CTC/2017/PT-65 Page | 25
ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)
This is to certify that the financial turnover of M/s --------------- is as under
Annual Turn Over of the Bidder during the last three financial years (Attach copy of
Annual Report/Audited Profit & Loss A/c)
Financial Annual Turnover Profit/Loss
Remarks (if any)
year (`) (+/-)

NOTES:-

1. Separate Performa shall be used for each member in case of JV/Consortium. All such
documents reflect the financial data of the bidder or member in case of JV/Consortium, and
not that of sister of parent company.

2. The financial data in above format shall be certified by Chartered Accountant/Company


Auditor under his signature and seal having membership no. and firm no.

3. In case audited turnover of the last financial year is not made available by the bidder, he has to
submit a certificate by a CA certifying that the balance sheet has actually not been audited so far.
The certificate shall be signed by bidder also. In such case the financial data of pervious three
audited financial shall be taken into consideration for evaluation.

We have obtained all the information which to best of our knowledge and belief was necessary for the
purpose of certification. The certification process involves examining the supporting documents.

(Seal, membership no. and signature of CA)

NPCIL/GHAVP/CTC/2017/PT-65 Page | 26
ANNEXURE 3 A
FINANCIAL DATA

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

SR. DESCRIPTION FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS


NO. Year Year Year Year Year

I II III IV V
Total value of work
done as per audited
financial statements

NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. All such documents reflect the financial data of the bidder or member in case of JV / Consortium, and
not that of sister or parent company.

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

(Signature, membership no. and seal of Chartered Accountant)

NPCIL/GHAVP/CTC/2017/PT-65 Page | 27
ANNEXURE 3B

FINANCIAL DATA

(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)

Description Place & Contract Name & Value of Stipulated Value of Anticipated Remarks
of Work state No. & Address of Contract period of work date of
Date Client (Rs. In completion remaining to completion
lacs) be done

TOTAL (FOR ALL ONGOING WORKS)


NOTE:
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. Bidder or member in case of JV / Consortium should provide information on their current commitments for all contracts that have been
awarded or for which a letter of intent or acceptance has been received or for contracts approaching completion but for which
a completion certificate is yet to be issued even if completion of such works spills over beyond completion period of this contract.

(Signature, membership no. and seal of Chartered Accountant)

NPCIL/GHAVP/CTC/2017/PT-65 P a g e | 28
ANNEXURE 4

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


G0VERNMENT, P S U & PUBLIC BODIES

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

NOTES:

1. The bidder shall submit the details of black listing /de -registration / holiday by any Central /
S tate Government Department or P ublic 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.

NPCIL/GHAVP/CTC/2017/PT-65 P a g e | 29
ANNEXURE 5

Information of litigation/arbitration history (Present/Past) in which the bidder is involved

Client & Work Order Name of Work Cause of Amount Remarks


Address No. dispute and the
present
status

NPCIL/GHAVP/CTC/2017/PT-65 P a g e | 30
ANNEXURE 6

REGISTRATION WITH MSME

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


Registering Authority

Note-
1. The MSE registered with district industries Centre must submit the acknowledgement of entrepreneur (EM)
part 1 and Acknowledgement of Entrepreneur Memorandum (EM) Part-II with full description along with
their bid.
2. The MSEs registered with National Small Industries Corporation (NSIC) must submit the valid NSIC
registration certificate with full descriptions along with their bid.

NPCIL/GHAVP/CTC/2017/PT-65 P a g e | 31
Annexure -7
Tax information to be provided by the bidder
Sr. no Nature of tax Response by bidder

1 Bidders Name

2 Address (as per registration with GST


with Postal Code)

3 Whether Registered under GST? YES / NO

4 If YES, mention the GSTIN

In case Unregistered, mention the reason


for not registering. (Please tick). a) Not required as per
Section 22 (1) of CGST Act.
5 In case of (b) please give full details.
b) Any other provision under
GST act, please specify

CGST: SGST:
GST
Applicable G S T rate in c lu d e d i n the quoted
6
price.
IGST:

Mention whether Reverse Charge Mechanism


7 YES / NO
(RCM) is applicable for the tendered supply.

In case of Unregistered bidder / Supplier of notified goods


or s e r v i c e where RCM is applicable, the bid rate/price
8 shall be submitted excluding applicable G ST. Please confirm
bid price is excluding GST.

All the benefits and credits on inputs as available under


GST acts/Rules, to the bidder shall be availed and passed
9 on the benefits to Corporation. Please confirm bid price is after
considering all such benefits/credits.

10 Service Accounting Code/HSN code

Note: Bidders shall substantiate the Information provided herein whenever called for to do so.

NPCIL/GHAVP/CTC/2017/PT-65 P a g e | 32
Annexure-8

Declaration Form for GST

(To be submitted by the Contractor along with running account bill)

(a)Certified that the goods and services on which GST has been charged are not exempted under
the GST Act or the rules made there under and the amount charged on account of GST on
these goods and services are not more than what is payable under the relevant act or the
rules there under.

(b) Certified that we have taken into account all input tax credits available under GST and have not
loaded the same in the basic price while furnishing their bids.

(c) Certified that in respect of amount of taxes claimed in the bill no claim is pending for refund/or is
admissible for refund from any other agency and /or no other tax credit is available in respect of
the same. In the event of getting refund in whole or in part of the element of GST claimed
from Government, the same shall be passed on the benefit to the Purchaser by remitting the
amount equivalent to the amount of refund obtained.

(d) Certified that the GST charged herein the invoices and other details have been populated in
GSTR1 of the GSTN portal facilitating input credit to the Purchaser.

(e) Certified that we have complied with the Anti-profiteering measure provisions under
CGST/ SGST/UTGST Acts and passed on commensurate reduction of price to the purchaser.

Signature of Contractor or their Authorized Representative


with company seal.

NPCIL/GHAVP/CTC/2017/PT-65 P a g e | 33
ANNEXURE 9

UNDERTAKING BY THE BIDDER

I DO HEREBY UNDERTAKE

1. That all the information being submitted by me is genuine, authentic, true and valid on the date of
submission of tender and if any information is found to be false at any stage of tendering or
contract period I will be liable to the penal actions as prescribed in NIT.

2. That in the preparation and submission of the bid, we have not acted in concert or in collusion with any
bidder or other persons and not done any act, deed or thing which is or could be regarded as anti-
competitive.

3. That I accept all terms and conditions of NIT, including general terms and condition, special /
additional terms and conditions, addendum, corrigendum, clarifications as stated there in the tender
document as available on the website.

4. That I am giving my consent for e-payment.

5. That I do authorize Corporation for seeking information / clarification from by bankers, clients having
reference in this bid.

6. That I have uploaded photo copies of all relevant documents as prescribed in the tender document in
support of the information and data furnished by me online.

7. That I accept all the undertakings as specified elsewhere in the tender document.

8. That this online agreement will be a part of my bid and if the work is awarded to me / us, this will be a part
of our agreement with Corporation.

9. The submission of bid shall be acceptance of the undertaking by bidder.

Signature of the bidder with date

NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 34
ANNEXURE 10

APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTERING


SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS

1. Name of the person :


2. Name of the firm /company :
3. Age :
4. Details of identification proof* :
5. Designation :
6. Address :
Contact No. :
7.
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 :
Additional persons, if any *
Name:
15.
Age:
Designation:

16. Remarks

*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving License,
any other ID card issued by Government etc. shall be produced at CISF Main gate for entry. Mobile
phones, laptop and any other electronic device are not permitted.

The information given above is true to the best of my knowledge.

Signature of the bidder with date.

NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 35
Annexure 11

PERFORMA OF GENERAL ELIGIBILITY IN CASE OF JOINT VENTURE (JV) - Applicable For Option - 2 Only
Name of the JV Company:
Whether bidding for other Main Plant Civil Package: Yes / No
Clause Relevant Document No. & Reference
Detail
No Annexure No.
A bidder may be a natural person, private entity, government owned entity, or any combination of such
1.0 entities supported by a letter of intent to enter into an agreement or under an existing agreement in the
form of a joint Venture (JV).
Name and address of JV partners 1)
i.
2)
a) Name of the lead partner
ii.
b) Company share of lead partner in JV
a) The JV Agreement is submitted along with the bid.
(Yes/No):
iii. Give reference
b) JV Agreement valid till ( completion of defect liability
period)
The JV shall jointly and severally be bound unto the
iv. owner for the successful performance of the contract.
Give reference clause number/ page no of JV Agreement
The responsibilities and obligation of both the partners
v. are clearly defined in the JV Agreement (Yes/ No)
Give reference clause number/ page no of Agreement
The detail and composition of JV is clearly spelt out in the
JV Agreement including the extent of financial and
vi. technical participation of partners in the execution of
contract. (Yes/ No)
Give reference clause number/ page no of Agreement
The lead partner shall take overall responsibility for the
successful completion and fulfillment of all the contract
vii.
conditions.
Give reference clause number/ page no of Agreement
The JV agreement includes a clause regarding dispute
viii. redressal mechanism between the JV partners.
Give reference clause number/ page no of Agreement
The works carried out overseas by either of the JV
partners is attested / endorsed by the Indian embassy/
ix.
Mission/ Consulate in the respective country. (Yes/ No)
Give reference
If JV partner is of foreign origin, No Objection Certificate
from their Government to participate in this tender as JV
x.
partner is attached (Yes/ No)
Give reference
Rate of exchange considered for conversion of currency
xi. (for calculation of work done/bid capacity value in a
foreign country).
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 36
A joint bank account in any of the scheduled Indian bank
xii.
shall be opened by the JV. Give details of account.
Any disputer related to this contract executed by JV shall
xiii. be resolved in Indian Courts of Law only.
Give reference clause number/ page no of agreement
The partners of JV shall satisfy the stipulated financial and Technical Qualification criteria as under.
xiv.
a) Financial

1) Annual turnover (Annexure 2) is satisfied by lead


xv. partner. Give details

2) Value of work done during the latest last five audited


financial years (annexure 3A) is satisfied by lead
xvi.
partner. Give details

xvii. b) Technical
1) Sl. No 1.1 of prequalification criteria in respect of
number of similar completed works shall be satisfied
xviii. either individually or jointly. Give details of similar
works satisfied by any JV partner.

2) Additional requirement of prequalification criteria out


of the three requirements to be satisfied of the four.
xix.
Mention the requirements satisfied by each JV
partner.
xx. c) Bid Capacity
Bid capacity shall be satisfied either individually or jointly
Give details.
Note:
Bid Capacity of each partner of JV shall be computed
xxi. applying the formula of JV shall be computed applying
the formula as per Performa in Annexure-3B and
combined bid capacity of the JV will be weighted average
of the individual bid capacity of the partners as per their
percentage share in JV.

Signature of Authorized Signature of Authorized


Representative of JV Representative of JV Partner-2
Partner-1( Lead Partner) with
Seal and Date with Seal and Date

NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 37
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 38
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 39
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 40
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 41
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 42
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 43
NPCIL/GHAVP/CTC/2017/PT- 65 P a g e | 44

You might also like