You are on page 1of 76

Nuclear Power Corporation of India Limited

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4

TENDER DOCUMENT

TENDER NO

KAPS/CTC/3-4/RE/2015/ET/253


(
) ,
, , , , ,

Manufacture, inspection, supply, fabrication, site handling, erection,


testing and inspection of all other faces (Except Lower Rear Face)
and Jig Saw Panels of PHT Feeders & Headers Insulation Cabinets as
per NPCIL drawings and technical specification.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 1 of 76


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

S.NO. SECTION DESCRIPTION PAGE NO

1. A PROCEDURE FOR REGISTRATION & 3


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

3. SECTION II MEMORANDUM OF AGREEMENT 32

4. SECTION III SPECIAL CONDITIONS OF CONTRACT 34

5. SECTION IV GENERAL CONDITIONS OF CONTRACT 49

6. SECTION V TECHNICAL SPECIFICATION AND SCOPE 50


OF WORKS
7. SECTION VI SCHEDULE OF DRAWINGS 51

8. SECTION VII SCHEDULE OF MATERIAL TO BE 62


SUPPLIED BY THE CORPORATION &
FORMATS OF VARIOUS CONTRACTUAL
DOCUMENTS
9. SECTION VIII BILL OF QUANTITIES / SCHEDULES OF 74
QUANTITIES AND RATES

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 2 of 76


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

PROCEDURE FOR REGISTRATION & OBTAINING DIGITAL SIGNATURE CERTIFICATE FOR E-


TENDERING

ACTIONS REQUIRED BY CONTRACTORS FOR PARTICIPATION IN E-TENDERING

a. PROCEDURE FOR REGISTRATION


1. Log on to website www.tenderwizard.com/DAE.
2. Go to the link REGISTER ME on Home page.
3. Fill up the form and submit. (Marked fields are mandatory).
4. Upload scanned (original) copy of
i) Registration certificate,
ii) Turnover certificate
iii) PAN card, then click Finish upload.
5. Pay Annual Registration Fees as under:

CHARGES FOR ANNUAL REGISTRATION


Sr. TURN OVER OF CONTRACTORS ANNUAL REGISTRATION MODE OF PAYMENT
No FEE (Including Service Tax)
01 Up to Rs.50 lakhs Rs. 1140/- (For One Year) ANY ONE OF FOLLOWING:
02 More than Rs.50 Lakhs & up to Rs. 3420/- (For One Year) 1. By PNB Net Banking
Rs.5 Crore 2. By Credit Card / Debit Card
03 More than Rs.5 Crore Rs. 5700/- (For One Year) of any bank (Master / Visa
card only).
3. DD Drawn in favour of M/s
ITI Ltd. Payable at New Delhi.

6. After payment, an acknowledgement will be generated. Send mail of acknowledgement copy


for activation of profile to daehelpdesk@tenderwizard.co.in.

7. On registration as above, LOG-IN USER ID & PASS WORD will be activated for the TENDER
WIZARD site.

8. Log-in to the TENDER WIZARD portal of DAE by using digital signature certificate (DSC / e-
token) as per details given in (B) below, for downloading / uploading documents and other
tendering activities.
b- PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE:
1. For logging the tender wizard e-tendering website contractor to possess class-III digital
signature certificate (DSC / e-Token) from any one of the authorized agency viz. e-Mudhra, TCS,
GNFC, MTNL. N-Code, C1 India etc.

2. For convinces of the contractors, arrangements have been made as an option, to provide DSC of
e- Mudhra from Unit Help Desk OR Prospective contractors may contact - 09969395522 (Mr.
Rudresh, Mumbai) or Help Desk Personnel of M/s ITI Ltd posted at KAPS - 09408331699 (Mr.
Brijesh Patel).

3. Procedural requirement for obtaining e-Mudhra Class-III DSC from DCSEM:


a) Log on web site www.tenderwizard.com/DAE
Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 3 of 76
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
b) On home page click DOWNLOAD Section. Under DIGITAL SIGNATURE application there
are three applicable options as under:
Description Download
Class-III Application Form for organization (Contractors) Click here to Download
Class-III Application Form for individual(Contractors) Click here to Download
Class-III Renewal Application Form Click here to Download
c) Download the required form, fill all the details as per guidelines. Sign across the photograph
and submit to ITI Help desk along with payment for DSC as under:
Sr.No. PARTICULARS DSC CHARGES DSC RENEWAL DD IN F/O
CHARGES
01 DSC Class-III- individual Rs. 3990/- (1 Year) Rs.2850/- (1 Year) ANTARES
(Contractors) Rs. 4902/-(2 Year) Rs.3762/- (2 Year) SYSTEMS
02 DSC Class-III- Rs. 4218/- (1 Year) Rs.2997/- (1 Year) LIMITED,
Organization Rs. 5157/-(2 Year) Rs.4031/- (2 Year) Payable at
(Contractors) Bangalore.

NOTE:
1. The names and address in the supporting document and in the application form should be
the same.
2. Supporting documents should be attested by any Gazetted office or Bank Manager.
3. Please refer DSC application form for supporting documents required.

FOR ANY HELP / QUERY, PLEASE CONTACT

DAE help Desk, Bangalore 080-40482000 e-Mail: daehelpdesk@tenderwizard.co.in


DAE help Desk, New Delhi 011-49424365 e-Mail: daehelpdesk@tenderwizard.co.in
DSCEM, Mumbai, Mr. RUDRESH M/s ITI representative Mobile 09969395522 e-mail id:
rudresh.tenderwizard@gmail.com
NPCIL Kakrapar, Mr. Brijesh Patel M/s ITI representative Mobile 9408331699 e-mail id:
twhelpdesk637@gmail.com

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 4 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Govt. of India enterprise)
CENTRALIZED TENDERING CELL
e-TENDER NOTICE

Online tenders are invited through e-tendering mode by competent authority, for and on behalf of
NPCIL from eligible contractors for the work and details given below:

GENERAL DETAILS
1 Tender no. KAPS/CTC/3-4/RE/2015/ET/253
2 Name of work Manufacture, inspection, supply, fabrication, site handling,
erection, testing and inspection of all other faces (Except
Lower Rear Face) and Jig Saw Panels of PHT Feeders &
Headers Insulation Cabinets as per NPCIL drawings and
technical specification.
3 Estimated cost of the work inclusive Rs. 1,88,73,884/-
of all taxes but excluding service tax
4 Bid security @ 2% of estimated cost Rs. 3,77,478/-
excluding Service tax subject to
maximum of ten lakh
5 Mode of tender Public
Type of tender Two part bid
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period 18 ( Eighteen) Months (including moonson period)
8 Tender processing fee including Rs.5,700/-in favour of M/s. ITI Limited through on-line
taxes payment, debit /credit card
9 Availability of tender documents for The links of website www.tenderwizard.com/DAE is also
free view only available on websites www.npcil.nic.in & http://e-
procure.gov.in
10 Dates of availability of tender On website www.tenderwizard.com/DAE From 01.01.2016
documents for downloading after (10:00 Hrs.) up to 12.01.2016 (17:00 Hrs.)
paying processing fee. (Selling
period)
11 Last date and time of submitting 13.01.2016 (up to 17.00 hours)
online queries/questions for
clarification in both cases whether
pre- bid meeting is envisaged or not
12 Pre-bid meeting Not applicable
13 Last date and time of closing of 20.01.2016 (17:00 Hrs.)
online submission of tenders:
14 Date and time of online opening of 23.01.2016 (11:30 Hrs.)
technical bid.
15 Date and time of online opening of Will be notified on the website at a later date.
financial bids
16 Competent authority inviting tender Cheif Construction Engineer, KAPP-3&4
17 Authority & place for seeking Shri B.R. Patel, SO/E,
clarification on tender conditions, Centralised Tendering Cell, KAPS, NPCIL.
pre- bid meeting, opening of tender Phone no. 02626-233729, M-09428821975
Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 5 of 76
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
(on working days and during office e-mail : brpatel@npcil.co.in
hours only) On working days and during office hours (10:00 to
17:00Hrs)
18 Help Desk Help desk of M/s ITI:
1. Shri Rudresh, Mob No. 09969395522,
2. Shri Brijesh Patel, Mob No. 9408165978, 02626 230354
E-mail: rudresh.tenderwizard@gmail.com
twhelpdesk637@gmail.com
For E-payment gateway:
022-41852124 On working days from 10 am to 6 pm
INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS:

1. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are required to
get enrolled.
2. The intending bidder must have valid class-III digital signature (DSC) to participate in
tendering/purchase/submit the bid.
3. Steps for downloading, uploading and free view:
3.1 Free view:
Prospective bidders or general public can see and download free of cost PDF format of the
tender documents from website www.tenderwizard.com/DAE >Tender of DAE > Nuclear Power
Corporation of India Limited. This document is for information purpose only and the same
cannot be used for bid submission.
3.2 Downloading and uploading of bid:
To participate in the tender, prospective bidder is requested to download the excel formats,
after login in the home page of the website www.tenderwizard.com/DAE with User id/
Password/ Class III Digital Signature Certificate.
Steps to Download the excel formats of particular tender:
a: Click on UNAPPLIED button
b: Click on REQUEST button
c: Pay tender processing fee online via any VISA/MASTER card or PNB Net banking
d: Click on SUBMIT button
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 timely fashion.
4. The intending bidder must read the terms and conditions in the notice inviting tender & pre-
qualification criteria carefully. He should only submit his bid if he considers himself eligible and
he is in possession of all the documents required.
5. Submission of bid shall mean acceptance of undertaking to be furnished online by bidder as per
format enclosed as annexure-10.
6. Information and Instructions for bidders posted on website shall form part of tender document.
The tender is to be downloaded and uploaded only on www.tenderwizard.com/DAE after
paying requisite processing fee.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 6 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
7. The bid can only be submitted after uploading the mandatory scanned documents, payment of
processing fee in favour of ITI LIMITED, NEW DELHI, bid security in favour of NPCIL and other
documents as specified. Processing fee shall not be refunded in any case.
8. After submitting bids the contractor can re-submit revised bid any number of times but before
stipulated closing time and date of online submission of bid as notified. The bidder can
withdraw the bid before stipulated closing date and time of online submission. But, once the
bidder withdraws the bid, it cannot be resubmitted.
9. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are required to
get enrolled.

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

11. 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.
12. 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.
13. 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.
14. Contractor can upload documents in the form of JPG format and PDF format.
15. Bidders are advised to open bank account with core banking solution branch (with NEFT / RTGS)
in order to facilitate online payment of tender processing fee and bid security for their own
benefit. IFSC is an 11 digit code with the first 4 alpha characters representing the bank, and the
last 6 characters representing the branch. The 5th character is 0 (zero). The bidder shall fill IFSC
code correctly i.e. upper case of alphabets, spacing and all eleven alpha-numerics. The bid
security shall be refunded online to the bank as per the details submitted. In case of erroneous
details it will not be possible to refund the bid security online and bidder shall be responsible for
consequent delays.
16. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall imply that
the bidder has seen and understood the GCC & NIT and shall abide by the same without any
deviations/conditions. The detailed NIT and GCC shall be part of agreement. If the bidder at any
stage refuses to accept the same, the bid shall be rejected and bid security shall be forfeited.
Further disciplinary action is liable to be taken including debarring from participation in re-
tendering of the same work or other works as deemed appropriate by the competent authority.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 7 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
LIST OF MANDATORY DOCUMENTS TO BE SCANNED AND UPLOADED ON THE LINK WITHIN
PERIOD OF BID SUBMISSION:

Sr. DESCRI PTION


No.
1. Registration of company defining constitution, legal status, place of registration
2. Power of attorney of the signatory of bid as per relevant clause of NIT
3. PAN card
4. Registration of sales tax/VAT/WCT certificate
5. Registration of TIN certificate
6. Registration of service tax certificate
7. Registration of EPF
8. Registration of ESIC for areas under coverage of ESIC.
9. Certificate of annual turnover of last 3 years stamped & signed by Chartered Accountant
as per annexure - 2 of NIT
10. Statement of value of work executed during last five financial years stamped and signed by
Chartered Accountant as per annexure - 3A of NIT
11. 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
12. Work experience 1: As per annexure - 1 of NIT
13. Work experience - 2: As per annexure - 1 of NIT
14. Work experience - 3: As per annexure - 1 of NIT
15. Work experience - 4: As per annexure - 1 of NIT
16. Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail
benefit of clause-25 of NIT
17. UNDERTAKING BY THE BIDDER As per annexure-10 of NIT

NOTES:
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The submission
of documents is deemed as undertaking by bidder that all the documents are true and genuine.
If it is found, at any time during bidding or execution of work, that the information / documents
submitted by the bidder are in variance / forged / bogus, they shall be legally held responsible
for the same. Their offer shall be summarily rejected or termination of contract, if awarded,
forfeiting of the bid security, performance guarantees, security deposit, if any. The bidder /
contractor shall be blacklisted / debarred for further works in NPCIL for a period of five years.
2. By submission, the bidder undertakes and confirms that eligible similar works have been
executed as prime contractor and the same have not been got executed through another
contractor on back to back basis or as a subcontractor. Any violation of this shall result in panel
action as per point-1 above.
3. It is essential to upload all the mandatory documents. If some document is not applicable /
available the status shall be printed on a paper and same shall be uploaded. Uploading of any
blank / irrelevant documents in connection to mandatory documents will lead to rejection of
the offer.
4. At the time of submission of bid, contractor shall upload certificate from CA mentioning
financial turnover of last 3 years, value of work done during last five audited financial years (A)
and existing commitments (B) for calculation of bid capacity. The bidders are requested to
submit details of all existing commitments. Concealment of information in this regard shall
result in rejection of bid and forfeiture of bid security along with debarring for a year from
participation in any of the tender of corporation. Further financial details and related

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 8 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
supporting documents, if required may be asked from contractor after opening of technical bid.
There is no need to upload entire voluminous balance sheet.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification criteria in
the excel sheet uploaded for the purpose. The technical evaluation shall be done based on the
data provided in excel sheet and the relevant document uploaded to support the same. In case
where the relevant information is not filled in the uploaded excel sheets while commensurate
supporting documents are uploaded, the supporting documents shall not be considered in
evaluation as the technical evaluation sheet is auto generated by system.
6. Therefore the bidders in their own interest shall fill all the relevant information in excel sheets
and upload commensurate supporting documents. The bidders shall not write in the excel sheet
that information is as per enclosure, as it will be treated as no information is submitted. The
corporation shall not accept any new document for pre-qualification after bid opening.
Corporation may ask for clarification and submission of documents in support of documents
already submitted.
7. In case of single / nomination / limited tenders the bidders are not required to upload
information and documents for prequalification.

PRE-QUALIFICATION CRITERIA

1. MINIMUM REQUIREMENT:-
1.1 Work Experience:
The intending bidder must have in its name as prime contractor experience of having
successfully completed similar works during last 5 years ending last day of month previous to
the one in which NIT has be 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.

Similar work for the purpose of this contract is The bidder must have an experience in
fabrication, welding, site erection & NDT of carbon steel structures. He must also have an
experience in procurement, handling and erection of insulation material i.e. glass wool/ mineral
wool pads at Nuclear installations.

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

2. The work experience of the bidder for those works only shall be considered for evaluation
purposes, which are completed before the last date of month previous to one in which NIT has
been published on e-tendering portal. Hence, the works which are incomplete / on-going, as on
the last date of month previous to one in which NIT has been published on e-tendering portal,
shall not be considered against eligibility.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 9 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
3. In case the work is started prior to the eligibility period of 5 years (counted backwards starting
from the last day of month previous to the e- publication date of NIT) and completed within the
said eligibility period of 5 years, then the full value of work shall be considered against eligibility.

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

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

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

7. The bidders if required may be asked to produce original and photocopy of all the documents
attested by notary submitted for qualification purpose for verification at any stage at
corporations discretion. If the same are not produced in stipulated time, the bid shall be
rejected.

1.2 Annual Turnover:


The average annual financial turnover during the last three years ending 31st March of the
previous financial year should be at least 30% of the estimated cost.
Notes:
a) Financial data for latest last three audited financial years has to be submitted by the bidder
in Annexure-2 of NIT. The same shall be certified by chartered accountant (CA) with his
stamp and signature. In case balance sheet of the last financial year is not audited, the

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 10 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
bidder has to submit a certificate by a CA certifying that the balance sheet has actually not
been audited so far. In such case the financial data of previous three audited financial shall
be taken into consideration for evaluation. If the audited turnover of any year as per above
is not submitted, the turnover for that year shall be considered as zero and average annual
turnover for three years will accordingly be calculated. If the CA certificate is not submitted
along with the bid, the bid will be considered as non-responsive and rejected.

b) In case of joint venture / consortia, the financial standing criteria will be evaluated based on
weighted average of the financial data of the members as per their percentage
participation.

1.3 For tenders of estimated cost put to tender of Rs. 100.0 Lakhs and above, bidders who meet
minimum criteria will be qualified only if their available bid capacity is more than the bid value.
The bid capacity of the contractor shall be determined by the following formula:
Bid Capacity = (A x N x 2) - B
Where,
A = maximum value of works executed in any one year during last five financial years.
B = Value of existing commitments and on-going works calculated from last date of month
previous to one in which NIT has been published to be completed in the next N years.
N = Number of years prescribed for completion of the subject contract.

Financial data for latest last five financial years has to be submitted by the bidder in Annexure-
3A of NIT. The above financial data will be brought to current costing level by enhancing the
actual value of work at simple rate of 7 % per annum or part thereof calculated from the last
date of that financial year. The same shall be certified by the chartered accountant with his
stamp, signature and membership number.
Value of existing commitments for on-going works has to be submitted by the bidder in
Annexure-3B of NIT. The same shall be certified by the chartered accountant with his stamp and
signature.

a. In the case of joint venture / consortia, bid capacity of each member will be computed
applying above formula and combined bid capacity of the joint venture / consortia will be
weighted average of the individual bid capacity of the members as per their percentage
share in the joint venture / consortia.

b. If it is found at any stage that the bidder has submitted incorrect data for assessment of bid
capacity the bid or if the work is awarded the work order shall be rejected / cancelled and
other penal action as per NIT and GCC shall be taken.

1.4 Copy of registration of EPF shall be submitted as part of mandatory document as per schedule
-A.

2. GENERAL ELIGIBILITY CRITERIA

2.1 A Bidder may be a natural person, private entity, government-owned entity, or any
combination of such entities supported by a letter of intent to enter into an agreement or
under an existing agreement in the form of a Joint Venture of Association (JVA) or
Consortium. Bids from JVA or Consortium shall not be accepted for works with estimated cost
below Rs. 100 crores. JVA are not permitted for service & maintenance contract of all values.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 11 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
In the case of a joint venture or consortium:
a) Joint venture/consortium should not have more than three partners who are specialized
in their respective field.
b) The JVA or consortium agreement shall nominate a lead partner who shall have the
authority to conduct all business for and on behalf of any and all the partners of the JVA /
Consortium during the bidding process and, in the event the JVA / Consortium are
awarded the contract, during contract execution.
c) In such case, generally the lead partner shall take full responsibility of successful
completion / fulfilment of all the contract conditions. Unless otherwise specified, all
partners shall be jointly and severally liable.
d) A non-Indian firm is permitted to tender only in a consortium arrangement or joint
venture with their wholly owned Indian subsidiary registered in India under companies
act-1956 or any other Indian firm having minimum participation interest of 26 %.
e) In case of joint venture / consortium PAN number, VAT / sales tax registration number of
each partner shall be submitted.

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

2.3 Government-owned entities in the corporations country shall be eligible only if they can
establish that they are legally and financially autonomous and operate under commercial
law. Also, they shall not be dependent agencies of the corporation.

2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to the
corporation, as the corporation shall reasonably request any time within the currency of the
contract (including defect liability period).

2.5 Firms shall be excluded if:


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

3. CONTRACT ELIGIBILITY CRITERIA


Further, the contract eligibility may include the following, if specified in pre- qualification
criteria:

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 12 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
3.1 Documentary evidence of adequate financial standing, certified by bankers, audited profit
& loss a/c and balance sheet, access to adequate working capital.

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

3.3 Key personnel available and proposed to be engaged for management and supervision of
the Project, their qualifications and experience. Valid certificates by a recognized University,
technical Board, or Ministry of Government of India would only be taken cognizance of.

3.4 Project planning and quality control procedures to be adopted.

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 13 of 76


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

NOTICE INVITING TENDER

1.0 Scope of bid


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

2.0 Eligible bidders


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

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

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

3.0 One bid per bidder


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

4.0 Cost of bidding


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

5.0 Site visit


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

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

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

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 14 of 76


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

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

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

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

6.0 Content of bidding documents


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

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

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

7.0 Pre-bid meeting: Not applicable


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

7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on matters that

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 15 of 76


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

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

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

8.0 Amendment of bid documents


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

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

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

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

9.0 Language of the bid


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

10.0 Bid security


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 16 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 days prior to last date of submission. The bidder shall
preferably use the print out of challan as generated from the e-tendering portal for RTGS /
NEFT payment, in order to avoid discrepancies. The bidder shall note that if the bid security is
deposited to account other than the 16 digit challan code as generated through the e-
tendering portal, the bid shall be rejected on account of non submission of bid security. The
bidder is solely responsible for timely deposition of bid security in the correct account.
c) Online payment

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

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

10.4 The bid security shall be forfeited, if;


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

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

11.0 Bid prices, rates & taxes


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 17 of 76


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

11.2 The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, all
taxes, duties, levies or any other similar taxes as applicable under the existing statutes or
levy by the statuary authorities / State / Central Government and payable by the bidder
under the contract or any other cause except the statutory service tax. The CENVAT / VAT
benefits available to the contractors shall be taken into consideration in quoted prices and
pass on the benefits to NPCIL.

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

11.4 Service tax as applicable will be paid extra as per the prevailing rate on presentation of tax
invoice as prescribed in the relevant service tax rules. The statutory deductions of income
tax or works contract tax or other taxes / dues (Wherever applicable) shall be made from
the payments due to the contractor. For details on taxes, the bidders are advised to refer to
relevant clauses of General Conditions of Contract (GCC) forming part of this tender.

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

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

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

12.0 Currencies of bid and payment


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

13.0 Bid validity


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

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

14.0 Alternative proposals by bidders


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

15.0 Submission of the bids


15.1 The date and time of on-line bid submission shall remain unaltered even if the specified date

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 18 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 and the response shall be in writing or by email / fax, but no change in the price
or substance of the bid shall be sought, offered, or permitted. If the bidder does not respond
within the stipulated time, then the bid of the bidder will be evaluated on its own merit.
17.2 Bidder shall not contact the corporation on any matter relating to his bid from the time of the
bid opening to the time the contract is awarded.

17.3 Any effort by the bidder to influence the corporations bid evaluation, bid comparison or
contract award decisions, may result in the rejection of his bid.
18.0 Examination of bids and determination of responsiveness
18.1 Prior to detailed evaluation of bids, the corporation will determine whether each bid(s) meets
(a) the minimum requirements as per pre- qualification criteria (b) is accompanied by the
required bid security (c) is responsive to the requirements of the bidding documents (d) has
been properly signed by authorized signatory as per clause-15.4.

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 19 of 76


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

19.0 Evaluation and comparison of bids


19.1 The corporation reserves the right to accept or reject any offer. Corporation also reserves the
right to award only part of the work.

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

19.3 If the bid of the successful bidder is seriously unbalanced in relation to the engineer-in-charge
or his representatives estimate of the cost of work to be executed under the contract, the
corporation may require the bidder to produce detailed rate analyses for any or all items of
the bill of quantities, to demonstrate the internal consistency of those rates with the
implementation / construction methods and schedule proposed. The unbalanced bids are
liable to be rejected.

19.4 Any deviation in the commercial terms shall be shall be suitably loaded before evaluation.

20.0 Award criteria


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

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

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

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

21.0 Notification of award and signing of agreement

21.1 The bidder whose bid has been accepted will be notified of the award by the corporation

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 20 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
part of agreement. The successful bidder shall be responsible for compliance at his own cost
with the stamp duty act of the state where the agreement is being executed. The non-judicial
stamp paper of appropriate value after adjudication shall be submitted by the successful
bidder at his own cost.

22.0 Corrupt or fraudulent practices


22.1 The corporation requires that bidders / suppliers / contractors under this contract, observe
the highest standard of ethics during the procurement and execution of this contract. In
pursuance of this policy, the corporation:

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

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

22.3 In case, any bidder while making such representation to competent authority also involves
other officials of corporation and /or solicits / invokes external intervention other than as
may be permitted under the law and if the tender has to be closed because of the delays /
disruptions caused by such interventions and has to be re-tendered, then the particular
bidder will not be allowed to participate in the re-invited tender.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 21 of 76


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

23.0 Disclosures
23.1 Any change in the constitution of the contractors firm, where it is a partnership firm, joint
venture or consortium partnerships as declared in the bid should be disclosed to the
corporation, at any time between the submission of bids and the signing of the contract. The
same shall be disclosed during the currency as per the GCC clause number 1 .9 (Changes in
constitution).
24.0 Concessions for mega power projects
24.1 The applicability of this clause will be as per Schedule A of general conditions of contract.

24.2 Nuclear Power Project of capacity 440 MW or more has been notified as Mega Power
Project. As such, goods required for setting up these projects are subjected to Nil customs
duty as per the extent policy of Government of India (vide customs notification no.12/2012
customs dated 17-3-2012 at Sr. no. 511 and as amended from time to time) Similarly, as per
the foreign trade policy 2015-2020 of Government of India, domestic contractors supplying
goods for these projects under the procedures of national competitive bidding or
international competitive bidding shall be eligible for benefits of Deemed Export, which
include refund of terminal excise duty (presently given under paragraph 7.02(h) and 7.04 of
the policy and paragraphs 7.02 (d), 7.03 (g) and 7.05 (b) of Handbook of procedures) issued by
the Director General of Foreign Trade, Department of Commerce, Ministry of Commerce and
Industry, Government of India. Hence, no customs duty and / or excise duty on goods shall,
therefore, be payable / reimbursable by the purchaser to the contractor. The purchaser, shall,
however, make available only the requisite documents or certifications as per the extant rules
and procedures for availing the above exemptions / concessions by the contractor.

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

25.0 Purchase Preference for supply of goods or services as per new Public Procurement Policy
for Micro a Small Enterprises (MSEs) under Micro, Small and Medium Enterprises
Development Act, 2006.

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 22 of 76


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

25.2 MSEs who are interested in availing themselves of these benefits shall enclose with their
offer the proof of their being MSE registered with any of the agencies mentioned in the
notification of Ministry of MSME indicated below:
(i) District Industries Centres
(ii) Khadi and Village Industries Commission
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.

Failing above, such offers will not be eligible for consideration of benefits detailed in MSE
notification of Government of India dated 23.03.2012.

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

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 23 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE - 1
WORK EXPERIENCE
1 Name of Work
2 Agreement / Contract No. / Work Order No.
3 Name and address of client
4 Whether the client in public / private entity
5 Date of Start
6 Stipulated date of completion
7 Actual date of completion
8 Extension letter (mandatory if the work done for
privately owned companies is completed after
extension)
9 Final value of work done on completion
10 Ref. to clients completion certificate
11 If work is done with private entity, the details of
CA certificate.

12 Value of penalty / LD levied,


NOTE:
1. Separate Performa shall be used for each work. Details of only similar works as defined in the
minimum eligibility criteria shall be submitted. Clubbing of works in completion certificate shall
be avoided. If done same shall be rejected.
2. Only the value of contract as executed by the bidder /member of the JV/ Consortium in his own
name should be indicated. Where a work is undertaken by a group, the portion of the contract
which is undertaken by the bidder / member of JV /Consortium should be indicated and the
remaining done by the other members of the group be excluded while filling the item No. 9.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 24 of 76


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

ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)

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


under-

SR. AUDITED FINANCIAL DATA FOR LAST 3 FINANCIAL YEARS


NO. DESCRIPTION Year Year Year Year________
________ ________ ________
1. Profits/ loss before
taxes
2. Profits/loss after taxes

3. Annual turnover

NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium. All such documents
reflect the financial data of the bidder or member in case of JV/ Consortium, and not that of sister
of parent company.
2. The financial data in above format shall be certified by Chartered Accountant / Company Auditor
under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he has to
submit a certificate by a CA certifying that the balance sheet has actually not been audited so
far. The certificate shall be signed by bidder also. In such case the financial data of previous
three audited financial shall be taken into consideration for evaluation.

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

(Seal, membership no. and signature of CA)

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 25 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE 3 A
FINANCIAL DATA
(Value of work done during the latest last five audited financial years)
SR. DESCRIPTION FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS
NO Year_____
Year______ Year______ Year_______ Year______
. _
I II III IV V
Total value of work
done as per audited
financial statements
NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. All such documents reflect the financial data of the bidder or member in case of JV / Consortium,
and not that of sister or parent company.
3. The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor under his signature & stamp, membership number.

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

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

to be done
Address of

Anticipate
Descriptio

Stipulated

remaining
completio

completio
n of Work

period of

d date of

Remarks
Contract

Contract
Value of

Value of
Name &
Place &

Client
State

work
n

TOTAL (FOR ALL ONGOING WORKS)

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

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 26 of 76


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

ANNEXURE 4

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


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

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

ANNEXURE 5

Information of litigation history in which the bidder is involved

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

ANNEXURE 6

REGISTRATION WITH MSME

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


Registering Authority

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 27 of 76


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

2. If YES, Confirm you shall furnish duty paying


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 28 of 76


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

ANNEXURE-8

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

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

Signature of Contractor or their Authorized Representative


(Stamp)
ANNEXURE-9

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

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

Signature of Contractor or their Authorized Representative


(Stamp)

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 29 of 76


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

ANNEXURE-10

UNDERTAKING BY THE BIDDER

I DO HEREBY UNDERTAKE

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

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

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

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

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

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

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

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

(Bidder)

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 30 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE 11
APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTGERING
SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS
1. Name of the person :
2. Name of the firm / company :
3. Age :
4. Details of identification proof* :
5. Designation :
6. Address :
7. Contact No. :
Landline/ Mobile No.
8. E-mail ID :
9. Purpose of visit :
10. Person whom you want to :
meet
11. Date of visit :
12. Time of visit :
13. Vehicle No. :
14. Drivers name & age :
15. Additional persons, if any * :
Name
Age
Designation
16. Remarks :

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

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

Signature of the bidder with date.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 31 of 76


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

SECTION - II
MEMORANDUM OF AGREEMENT

Nuclear Power Corporation of India Limited


(A Government of India Enterprise)
Kakrapar Atomic Power Station

MEMORANDUM OF AGREEMENT (For Item Rate Tender)

I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the underwritten Memorandum within the time specified in such memorandum at the
rates specified therein and in accordance in all respect with the specification, designs, and
instruction in writing referred to in Rule - 1 here of and in clause 6 of the General conditions of the
contract and with materials as are provided for, by and in all respects in accordance with such
conditions as far as applicable.
MEMORANDUM
(a) General Description of work Manufacture, inspection, supply, fabrication, site handling,
erection, testing and inspection of all other faces (Except
Lower Rear Face) and Jig Saw Panels of PHT Feeders &
Headers Insulation Cabinets as per NPCIL drawings and
technical specification.
(b) Time for completion of the 18 ( Eighteen) Months (including moonson period))
work
(c) Estimated Cost Rs. 1,88,73,884/-
(d) Bid Security Amount Rs. 3,77,478/-
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)

RULE: 1: Should this tender be accepted in whole or in part, I / we hereby agree to abide and fulfil all
terms and provisions of the said conditions annexed hereto and all the terms and provisions contained
in the e-tender notice & standard notice inviting tender so far as applicable, and / or in default thereof
to forfeit and pay to Nuclear Power Corporation of India Limited or his successors in office, the sum of
money mentioned in the said conditions. Bid Security in the form of e-payment is deposited in NPCIL
account.

If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I / We agree
that said NPCIL or his successors in office shall without prejudice to any other right or remedy, be at
liberty to forfeit the said Bid Security absolutely. Further I/We fail to commence the work specified in
the above memorandum, I / We agree that the said NPCIL or his successors in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said Bid Security absolutely and
cancel the award of work.

I / We agree to execute all the work referred to the tender documents upon the terms and conditions
contained or referred to there in and to carry out such deviations as may be ordered, up to maximum
of percentage mentioned in clause 11.2.1 of General Conditions of Contract and those in excess of that
limit at the rates to be determined in accordance with the provisions contained in General Conditions
of Contract. I / We hereby declare that I / We have been debarred / not debarred and / or de-listed /
not de-listed by any Govt./PSU*.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 32 of 76


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

Dated the _______________ day of______________ 2015.


**(Signature of Contractor)
Witness: ___________________

Address: ___________________ (Signature of Witness to Contractors signature)

Occupation: __________________

The above tender is hereby accepted by me for and on behalf of the Nuclear Power Corporation of
India Limited.

Dated the: ____________ day of___________ 2015. ****__________________

*Bidder is advised to read carefully and strike out which ever is not applicable and furnish detail
wherever applicable.
** Signature of the contractor before submission of Tender.
*** Signature of witnesses of contractors signature.
**** Signature of the officer by whom accepted.

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 33 of 76


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

SECTION - III
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL:
1.1. Where conditions/ instructions given in this section are at variance with the conditions,
stipulations, specifications etc. elsewhere in the tender document, conditions/ instructions given
in this section prevails.

1.2. Contact Centralized Tendering Cell for any clarifications regarding tender document before
submission of Tender. No claim on account of any ambiguity in any respect shall be entertained
later on.

2. Location:
The Plant Site is located in the state of Gujarat in Tapi district, about 80 Kms. East of Surat. The
nearest Railway Station is Vyara on Surat-Bhusaval route (Tapti line).

The plant site is approximately 18 Kms. away from Vyara on Vyara-Mandvi/Kim Road. Similarly
KAPS Township is approximately 10 Kms. away from Vyara on Vyara-Mandvi/Kim Road ( N.H.
56)

Vyara is accessible on Surat-Dhulia Road (NH-6), about 62 Kms. from Surat, 180 Kms from Dhulia
and about 50 Kms. from Kadodara junction.

3. Entry Process for Plant site during tendering process:


For preparation of entry passes to enter the plant, bidder shall communicate following on
companys letter head, one working day in advance to CTC office.

a. Name of the Person


b. Designation
c. Age
d. contact number
e. Purpose of visit
Note: Person must carry his Photo Identity proof with him when he approaches pass issuing
section for preparation of pass.

4. Bidders Details:
Bidder shall submit the information given in Annexure-11 of section I (NIT) on his companys letterhead.
The Contractor shall produce Power of Attorney in original in favour of his Representative who shall deal
with all the matters relating to the Contract.

5. Guidelines for PRE-QUALIFICATION :


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 34 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
d) The certificates/ documents/ information submitted by Bidders shall be true & genuine and in
case, if it is found, at any time during bidding or during execution, that information/ documents
submitted by the bidders are in variance /forged, bidder shall be legally held responsible for the
same. In addition, their offer shall be summarily rejected or termination of contract if awarded,
forfeiting of the bid security and Security Deposit, if any and necessary action will be taken to the
extent of blacklisting for further works in NPCIL.
e) The certificates/ documents/ information uploaded/submitted by Bidders shall be true &
genuine, (FOR ESTIMATED COST of Rs 1.0 Cr & ABOVE) Bidders shall upload mandatorily an
affidavit in this regard on the Indian Non Judicial stamp paper of Rs. 100/- duly notarized and in
case, if it is found, at any time during bidding or during execution, that information / documents
submitted by the bidders are in variance / forged, bidder(s) shall be legally held responsible for
the same. In addition, their offer shall be summarily rejected or termination of contract if
awarded, forfeiting of the bid security and Security Deposit, if any and necessary action will be
taken to the extent of blacklisting for further works in NPCIL.

6. Guidelines for bid document


Rebate during Tender submission is not permitted in e-tendering mode, however, post tender
rebate, if arises during Techno-Commercial Negotiation is admissible.

7. Quality Assurance requirements:


The contractor shall ensure that the quality of workman ship is of the highest standard and the
work is carried out to the satisfaction of Engineer in charge.

8. Transportation & Accommodation:


The Contractor has to make his own arrangement for transportation & accommodation for his
workmen, engaged for this job.

9. Coordination of work:
The work shall be carried out by the contractor in close coordination with Corporation and other
agencies who may be working in the same premises as well as in the vicinity of other works. In
this regard the decision of the Engineer in charge regarding any dispute shall be final and binding
on the contractor. The contractor shall plan his work in such a way so as to avoid interference
with the other works and any other contractor or sub contractors at the site.

10. House Keeping:


The contractor shall at all time keep his work spots, site office and surroundings clean and tidy,
free from dust, rubbish, scrap, surplus material and unwanted tools and equipments, all
scaffolding and temporary structure shall be removed as soon as the job for which these are
intended, are complete. The welding and other electrical cable shall be routed to allow safe
traffic by all concerned. All equipment and materials to be taken inside the plant building shall be
cleaned thoroughly before taking them inside as well as out side. Gutakha / pan / cigarette etc.
are not allowed. Smoking and consuming tobacco/ pan and spitting inside plant premises are
prohibited and suitable action will be initiated against the workmen violating the rules.

11. Safety clauses:


11.1 All safety precautions given in Atomic Energy (Factories) Rules 1996, AERB Safety Guide,
Project Instruction PI/001/R2 and advised by the engineer-in-charge / Safety section and Fire
section are to be followed while at work.
Copy of the Atomic Energy (Factories) Rules 1996 is available with tender cell. Bidder is
requested to go through the same before submitting the offer.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 35 of 76


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

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

11.2 Contractor is required to set up an independent safety group as per clause No. 1.0 of project
instruction No. P1/ 001/R2 for execution of this work mandatorily.

NOTE :- In case contractor fails to deploy minimum number of safety professionals in work as
per clause No. 1.0 of project instruction, the penalty shall be regulated/ imposed as
per Annexure-I of Project instruction.

11.3 All safety precautions as advised by the Engineer-in-charge are to be taken while at work. All
the deployed persons of the contractor shall have relevant qualification and required
experience of the concerned job. NPC standing orders with respect to safety as per AERB
safety guide for works contract and Project Instruction PI/001/R2 shall be applicable to
contractors workmen also.

11.4 In case of violation of safety norms including non-use of personal protective equipment by
the contractors employee, the contractor shall be levied a penalty as given in schedule A of
GCC & mentioned in Annexure-1 of Project Instruction PI/001/R2. The penalty amount shall
be deducted by Engineer-In charge of the work contact based on safety violation observed by
him or any safety violation brought to his notice by Safety Section. In case the contractor is
not taking effective steps to improve his safety performance as directed by Engineer In charge
based on advice given by Head, Industrial Safety & Fire, the contractor shall be further
penalized including termination of his contract.

11.5 The contractor shall be required to prepare and submit safe work procedures /Job Safety
Analysis of all hazardous jobs before taking up jobs.
11.6(a) The normal working hours shall be of 9 (Nine) hours per day for workmen and supervisors
including intervals (As per GCC Clause No.19, Sub clause 2 (i)). However, due to exigencies in
work, normal duty hours can be extended up to maximum limit of 12 (twelve) hours
(including normal duty hours).
11.6(b) It is considered necessary at some occasions to carry out work round the clock, permission of
head of the unit/Engineer-in-charge shall have to be obtained.

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

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

11.9 Contractors persons shall undergo medical check-up by any MBBS Doctor before taking up
the work above 2.5 M. elevation from ground level and submit the certificate in the
prescribed form at the time of enrolment of workers in KAPP 3&4. Contractor shall replace
workers if he is found unfit.

11.10 In case of complaint by any person working at height with respect to giddiness/other
disability such person shall be advised to sit/rest and assistance provided to bring him down.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 36 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Safety belt/other support available to such person shall not be disturbed till assistance/help is
provided and medical check-up conduct immediately with respect to (a) Vertigo (b)
Epilepsy/fits and (c) other height related medical problems and shall be arranged by you at
your cost. It is mandatory to get safety permit for all works which are to be carried out at
height more than 2.50 meters.

11.11 Responsibility of safety and security of the contractors employees when they are working in
the plant site is rests with the contractor.

11.12 Contractors persons shall undergo medical check-up by any MBBS doctor and have to take
safety training from safety section before preparing permanent gate passes mandatorily.

12. Security:
All security measure as advised by the Plant / Township authority shall be followed strictly. Entry
permit, token pass, Identity Cards etc. shall be obtained by the contractors from concerned
Plant/ Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to his
own cost and it has to be produced to competent authority for final issue of I. Cards with
individuals bio-data with full address and other backgrounds required by KAPS.

Security photo pass for each employee for the job must be accompanied during work and
necessary police verification is the responsibility of the contractor and must be complied with.

13. Observance of Secrecy:


The contractor, his employee and representatives shall not disclose any information or drawings
furnished to him by the Engineer. All drawings, reports or other information prepared by the
contractor or by the Engineer or jointly by both for the execution of the contract work shall not
be disclosed. No photographs of the work or plant within the site premises shall be taken
without prior written approval of the EIC.

The Contractor will be responsible for the integrity, conduct and character for each
workman/individual to be employed by the Contractor for the plant and personnel safety during
their work at KAPP.

14. Origin of Labour and Materials:


Contractor shall submit the bio-data of his workers, supervisors and engineers to the Engineer in
charge (EIC) who will screen the bio-data and give the clearance for deployment. No deployment
will be made by the contractor without the clearance of the Engineer in charge.

The Contractor is advised to give preference in employment to local people/dependents of


deceased employees of KAPS subject to fulfilling their education qualification, technical
qualification and related experience.

The contractor shall employ on the work adequate number of qualified and competent staff to
ensure the execution of work in time and the numbers will have to be augmented as per
the requirement and direction of the EIC to ensure completion of work in time.

All materials to be used on the work shall conform to the relevant specifications. The contractor
shall supply free samples of materials to be used on the work, whenever asked, for testing and

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 37 of 76


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

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

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

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

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

15. Notices:
Any notice, order direction or other communication to be given to the contractor under any of
the provision of the work order shall without limitation be conclusively deemed to have been
received by the contractor if delivered or mailed or e-mailed to the contractor at the addresses
mentioned by the bidder in the Bidders Profile submitted on tender wizard portal.

16. Inspection of Site:


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

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

a) Workmen compensation policy in respect of all your workmen engaged in the work shall
be of minimum wage of respective category of workers prevailing at the time of issue of
work order.
b) Contractor should take Contractor all risk policy (CAR) for the whole contract value. Apart
from Contractors all risk policy, also take insurance policy to cover third party liability for
10% of the contract value subject to a maximum of Rs 50 lakhs.

Note: The contractor shall take all Insurance policies before commencement of the work. Quoted rate
shall be including the premium amount of insurance policies. In case of delay in submission of
insurance policies as per tender condition shall result in levy of non returnable penalty
equivalent to 3 times the Premium required to be paid for each type of insurance i.e.
Comprehensive policy, Workmen Compensation Policy separately. Levy of penalty does not
abrogate contractor from his responsibility regarding Insurance and risk cover. NPCIL shall not
be liable for or in respect of any damage or compensation payable. The work order is liable
for rejection in case or repeated / continuous non compliance.

18. Minimum Wages Act:

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 38 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The contractor shall strictly comply with all provisions of labour laws, including those given in
Section IV of the tender. You shall also strictly comply with all statutory and non-statutory
obligations under minimum wages act, ESL, Contract Labour (Regulations and abolition) act,
Bonus, Leave, Salary etc. and liable to keep all statutory records available for inspection by
officer in charge or his representative or the statutory authorities.

The contractor shall strictly follow all provisions of Minimum Wages Act(s) (Central / State or as
declared by KAPS/KAPP including applicable dearness allowances for this work which ever is
more advantageous to workers), Contract Labour (Regulation and Abolition) Act or any other
act(s) applicable to Industrial workers in this area.

The prevailing rate of minimum wages of Construction or Maintenance for unskilled, Semi-
Skilled, Skilled and High Skilled categories of Industrial workers are Rs. 278.30, 286.30, 333.00,
390.00 per day respectively as on 01/10/2015. Dearness Allowance or the Minimum Wages are
revised by the Government of Gujarat every six months i.e. on 1st of April and on 1st of October.
It is mandatory to pay the following In addition to the minimum wages to all workers:
a) Special allowance @ 25% of minimum wages of respective category. Same shall be
revised in line with minimum wages.
b) Bonus component @ 8.33% of minimum wages irrespective of work period, (limited to
max. wages of Rs. 3500/-month). Same shall be revised in line with minimum wages.
c) Transportation allowance @ 6 % of minimum wages of un-skilled category. Same shall be
revised in line with minimum wages.
Note:
i. Revision in rates will be communicated to contractor from time to time by EIC.
ii. Format of wage slip is attached in at Annexure 3 of Section III and shall be issued to all
workers.

19. Payments to contract workers through Bank only


a) Contractors shall make the payments to their contract workers through Bank only. For this
purpose, the contractor shall ensure that all the contract workers are having a bank account
and also facilitate workers for opening the account. The Engineer-in-Charge / Officer-In-Charge
shall ensure that the Contractors are making payments to their contract workers through Bank
only.

b) In isolated cases, if it is not possible to make payments to any contract workers through Bank
Account, the approval of the Unit Head shall be obtained for making the payment by cash. In
the event of cash payment to any contract workers the same shall be witnessed by an official
of HR duly authorized by the Head of HR Group of the unit.

c) Every month the contractor shall submit bank statement of deposit of amount in each workers
bank account/ documentary evidence to Engineer-In-Charge/Officer-In-Charge.

d) The contractor shall make the payment of prescribed minimum wages notified from time to
time to all its workmen, on or before 7th of succeeding month. In case, payment of minimum
wages to all workmen is not made on or before 7th of succeeding month, then a penalty @
Rs. 1000/- per day of default will be imposed. Levy of penalty does not abrogate the
contractor from his responsibility for disbursement of wages as per the Payment of Wages
Act. NPCIL shall not be liable for any damage or compensation payable.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 39 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
20. Provident Fund for Contractors Worker:
20.1 The contractor should have EPF Code number from concerned EPF office. The contractor
shall comply with all the existing provisions of the Employees Provident Funds and
Miscellaneous Provisions Act, 1952 and further amendments in the said Act / Scheme
from time to time.
20.2 Contractor shall create their User ID and Password for accessing the EPFO Portal
(www.epfindia.com) before submission of 1st RA bill. The monthly subscription towards EPF,
i.e. employers contribution as well as employees contribution shall be deposited to the PF
Account of the employees through Electronic Challan-Cum-Return. Copy of the monthly
Challan generated through the system shall be submitted to the Engineer-in-charge along with
the attendance and wage registers for verification before 10th of the following month.
20.3 The contractor has to provide the annual PF account slip to his employees / workers annually
and also on completion of the work / before settlement of final bill of the contract. The
contractor is obliged to assist and complete all such formalities in transferring the PF amount
or withdrawal of PF amount of his employees / workers as per the requirement of his
employees / workers.
20.4 The contractor shall indemnify on the non-judicial stamp paper of Rs. 100/- duly attested by
Notary as per enclosed format (Annexure-4) before settlement of final bill that the provisions
of the EPF & MP Act, 1952 as applicable have been complied and submit to Engineer-in-charge
of the work. The contractor is liable for the EPF contribution / dues for the employees /
workers deployed by the contractor for the work and indemnify NPCIL of any future liabilities
on these account. The contractor will stand responsible for any such future claims with regard
to EPF dues / outstanding received through concerned authorities. Further, non-compliance of
any default on account of EPF by the contractor during execution of contract may lead to
cancellation of contract.

21. Labour Law & Labour Licence:


You shall comply with various provisions of the contract labour (Regulations& Abolition) Act
1970 and rules framed thereon from time to time. Further you shall also comply with the
provisions of other laws such as Workmens Compensation Act 1923, Minimum wages Act 1948,
E.P.F. Act, Gratuity Act, Payment of Bonus act - 1965 and other labour laws as applicable to your
organization. In case, NPCIL is required to incur any expenses as principal employer under the
provisions of the various laws, NPCIL shall be entitled to recover the same from you/your bills.

The contractor shall apply for issue of Form-V as soon as work order is issued, in case labour
license is to be obtained.

Principal Employers Certificate for obtaining labour license will be provided on your request. You
may please note that within 14 days from the date of issue of this work order, you will have to
apply for a labour license to the Asstt. Labour Commissioner, of the area, for the maximum
number of workers you had indicated to engage on the work. A copy of the application will have
to be furnished to the Engineer-in-charge of the work within a week time from start of work.

22. License to work on electrical installations:


Bidders must have appropriate License to work on electrical installations, if required.

23. Uniform/ Shoes :


The contractor shall provide:
Uniform/ Safety jackets (Two pairs in a year) to all workers engaged for this work order with
contractors monogram at back

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 40 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Safety Shoes/ standard shoes & socks to all workers engaged for this work order according to
nature of job.

24. Medical Examination of contract employees


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

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

26. Other Instructions/ Conditions


a) Engineer in charge will allot the area of work spot as per his schedule. The contractor shall be
diverted to different areas without any notice as and when the requirement arises. If a
particular job could not be completed within the stipulated period, contractor shall continue
beyond normal working hours with the permission of the concerned authority and complete
the job. The charges will be paid as per rate contract. In case contractor fails to complete the
job within given time by Engineer or contractor abandons the job, the assigned job will be got
done from other agencies at his risk and cost. Decision of Engineer in charge will be final and
binding on contractor.
b) Income tax at applicable rate will be collected by way of recovery from your bills.
c) Engineer in charge will have the right to withdraw the work permit for any of the contract
workmen for reasons of misconduct, incompetence in work, violation of safety and fire rules,
negligence on duty etc.
d) Cost of damages caused due to bad workmanship shall be recovered from the contractor.
e) In the absence of the any specification for any work or materials, relevant Indian Standard
Specifications will be applicable. In the case of any class of work for which no specifications
have been given, such works shall be carried out in accordance with the specifications and
requirements given by the Engineer.

27. Contract Price Adjustment clause:


As per GCC.

28. Payment Terms: Tentative


i) 70% (Seventy present) amount of total value of each SOQR item shall be released on
pro-rata basis after completing safe supply to site.
ii) 20% (Twenty present) amount of total value of each SOQR item shall be released on
prorate basis after completing the erection work of each SOQR item at site with all
testing and installation requirements.
iii) Balance 10% (Ten present) amount of total value of each SOQR item shall be release on
pro-rata basis after completing all erection works of complete FHIC at site and
handling over of the facilities to NPCIL KAPP-3&4 site with complete documentation.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 41 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
29. Clarification on completion period of 18 (Eighteen) months (Mentioned at Sr. No. 7 of e-NIT)
Tentative schedule will be as follows or will be as directed by Engineer In charge.
1. For KAPP-3
1.1 Supply part : within 06 months from the date of commencement of work order.
1.2 Erection and testing : from date of release of work front at site and within 05 months
2. For KAPP-4
2.1 Supply part : within 13 months from the date of commencement of work order.
2.2 Erection and testing : from date of release of work front at site and within 05 months

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 42 of 76


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

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

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

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

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

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


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

7. Defective vision or hearing.

8. Any other gross physical handicap likely to interfere with work in plant.
9. Overall nutritional status, weight and general physical fitness and mental soundness.

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 43 of 76


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

CERTIFICATE OF FITNESS TO WORK ON SPECIFIED JOB


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

1. Name of the Factory :


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

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


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

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


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

No. Work with / in /at Recommendations


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

b) Operation of Machines / Material Handling


Equipments
1. EOT Cranes & Mobile Crane
2. Locomotives

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 44 of 76


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

Rubber Stamp of Hospital Signature of Certifying Surgeon

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

MEDICAL EXAMINATION RECORD

S/NO DATE OF REMARKS


Last Examination Next Examination

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 45 of 76


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

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

Certified that I ___________________ have examined Shri ____________________Age _________


who has signed below in my presence. The details of his examination as required are given in the
enclosed annexure. I certify that all clinical and pathological tests were done in my
hospital/dispensary under my instructions and I find him fit. General and physical examinations of
Shri ________________ do not reveal any abnormality. He does not suffer from any acute / chronic
skin disease or any contagious or infectious dieses. He is medically fit to work at height more than
2.5 meters since he is free from Vertigo, Epilepsi/Fits, general giddiness and height related disease.
His B.P., Pulse, Eye sights etc. are normal. In my opinion Shri ____________________ is physically
and mentally fit for any job in _____________ (Nuclear facilities).

_______________________
Signature of the workmen

Date:

__________________________

Signature and Rubber stamp of medical practitioner with name

Note: This certificate is to be given on the letter head of the registered medical practitioner who is
possessing allopathic qualification as recognized by the Indian medical council. Below the signature,
the rubber stamp of the medical practitioner should be affixed. The letter head normally should
contain the following.

1) Name of the Medical practitioner.


2) Qualifications.
3) Registration Number and Data.
4) Address.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 46 of 76


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

ANNEXURE-3

WAGE SLIP

Name of the Contractor/Firm: M/s.


_______________________________________________________

PF Registration No. of the Employer: Date of Payment:

Work Order No. _________________________

Name of the workers with fathers/husbands name: ________________________________________

Category of employee

Wage period

Mode of payment Through Bank

Bank Name

Branch

Bank Account No.


Employees PF Account No._____________
Particulars Rate per Day Present No. of Amount (Rs.)
(Rs) days
Payments
Basic wages in Rs.
Sp. Allowance (25% of Min. wages) in Rs.
Transport Allowance in Rs.
Bonus in Rs
Overtime in Rs.
Any Other Payment in Rs.
Total in Rs.
Deduction
EPF @ 12% in Rs.
Any other deduction in Rs.
Total Deductions in Rs.
Net wages in Rs.

Contractor's Signature worker's signature or


Thumb impression

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 47 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Annexure # 4
INDEMNITY BOND
(For compliance of the EPF & MP Act, 1952)
(To be furnished by contractor before settlement of final bill on Rs.100/- non-judicial stamp paper)

Whereas, M/s. (Name of the contractor)__________ has been awarded the contract for
(Name of the contractor) ___________ vide Work Order No. __________ dated ______________ by
NPCIL Kakrapar Gujarat Site, Unit - _______ to execute the job/ work on the terms and conditions as
stipulated therein and as per the agreement.

In pursuance of the above, I/ We ______________________ S/o ______________________ R/o


(Address) ____________________________________________________ and Proprietor/ Partner/
Director/ authorized representative (Designation) __________________ of M/s. _________(Name of
Contractor)______________________ hereby affirm and declares as follow

That the provisions of the Employees Provident Fund & Miscellaneous Provisions Act, 1952 have been
complied and it is undertaken that all the liabilities on account of EPF contribution/ dues for the
employees/ workers deployed by M/s. ________(Name of the contractor)________ for the work and
indemnify NPCIL of any future liabilities on these account. I shall be stand responsible for any such
future claim and action/ proceeding if any, with regard to EPF dues / outstanding received through
concerned authorities.

Further, I shall keep NPCIL fully indemnified and free from all such EPF dues / outstanding claims /
demands, actions / proceedings if any, against NPCIL in respect of aforesaid contract and NPCIL shall
have no liabilities on this account.

In witness whereof, I / We _______________ on behalf of M/s. _______________________ executed


this indemnity bond on (Date) ___________ mentioned above.

(Signature of Contractor) /
Authorized Representative of Contractor
With Companys Seal

Witness:

1. Signature
Name :
Address :

2. Signature
Name :
Address :

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 48 of 76


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

SECTION IV

GENERAL CONDITIONS OF CONTRACT

GCC with Addendum is attached separately AND is also available on Web site
www.tenderwizard.com/DAE/Downloads which will form part of this Tender Document.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 49 of 76


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

TECHNICAL SPECIFICATIONS AND SCOPE OF WORK FOR GENERAL INTERIOR WORKS

5.1 Facilities/Material and consumables to be provided for the job by KAPS:


Not applicable

5.1 Contractors obligations: Not applicable

5.2 Work specific instructions:


The complete work at site is to be carried out as per applicable NPCIL drawings and technical
specifications. The work front for carrying out the work at KAPP-3&4 site shall be released in
phased manner in parallel to other on-going work like feeder installation, Header pipe line
installation, etc. The work is to be carried out in such a way that other on-going installation
activities are not affected by it. Bidder is also requested to visit the location of work and
physically see all constraints for carrying out the work. First of all the erection of Top face and
central rear faces shall be done in confined space at height and then further faces of FHIC shall
be erected at site.

5.3 Tech spec / scope of work


The scope of work mainly includes Procurement of Raw material, manufacture, inspection,
supply, handling, erection at site, testing & inspection of all faces (Except Lower Rear Face) and
Jig Saw Panels of PHT Feeders & Headers Insulation Cabinets, as per NPCIL drawings and
technical specifications no. PC-E-185. The complete work has to be done as per scope defined
in technical specification no. PC-E-185, which is attached herewith.

5.4 ACCEPTANCE CRITERIA: The work of Manufacture, inspection, supply, site handling, erection,
testing and inspection of all other faces (Except Lower Rear Face) and Jig Saw Panels of PHT
Feeders & Headers Insulation Cabinets as per NPCIL drawings and technical specifications.

5.5 AREA INCLUDED IN THIS CONTRACT: KAPP 3&4


5.6 Datasheets (if any).
Not applicable

5.7 Education /Technical qualification and relevant work experience of manpower to be engaged.
Not applicable

5.8 Penalty clauses


As per prevailing guidelines of GCC-NPCIL.

IMPORTANT NOTE:-
Technical specification No. PC-E-185 is attached separately under tender
notification of this tender and will make a part of this Tender Document

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 50 of 76


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

SCHEDULE OF DRAWINGS

Sr. Drawing no Description of Items Rev.


No.
1. Feeders and Headers Insulation Cabinets General
KAPP 3&4/33114/2001/GA R1
arrangement
2. Feeders and Headers Insulation Cabinet Upper
KAPP 3&4/33114/2004/DD R1
front face- Assembly and details
3. Feeders and Headers Insulation Cabinets Upper
KAPP 3&4/33114/2005/DD R1
front face- Details
4. Feeders and Headers Insulation Cabinet Upper
KAPP 3&4/33114/2006/DD R1
Rear face- Details
5. Feeders and Headers Insulation Cabinet Central
KAPP 3&4/33114/2007/DD R1
Front face- Details
6. Feeders and Headers Insulation Cabinet Top face-
KAPP 3&4/33114/2008/DD R2
Assembly and Details
7. Feeders and Headers Insulation Cabinet Central
KAPP 3&4/33114/2009/DD R1
Rear face- Assembly and Details
8. Feeders and Headers Insulation Cabinet North
KAPP 3&4/33114/2010/DD R1
Cabinet East Face Assembly and Details
9. Feeders and Headers Insulation Cabinet South
KAPP 3&4/33114/2011/DD R1
Cabinet East Face Assembly and Details
10. Feeders and Headers Insulation Cabinet North
KAPP 3&4/33114/2012/DD R1
Cabinet West Face Assembly and Details
11. Feeders and Headers Insulation Cabinet South
KAPP 3&4/33114/2013/DD R1
Cabinet West Face Assembly and Details
12. Feeders and Headers Insulation Cabinet Interior
KAPP 3&4/33114/2014/DD R0
walkway Details
13. Feeders and Headers Insulation Cabinets Bottom
KAPP 3&4/33114/2015/DD R1
Face Details
14. Feeders and Headers Insulation Cabinets Lower
KAPP 3&4/33114/2016/DD R1
Front Face Assembly and Details
15. Feeders and Headers Insulation Cabinets Venting
KAPP 3&4/33114/2017/DD R1
Damper Assembly
16. Feeders and Headers Insulation Cabinets Jig Saw
KAPP 3&4/33114/2018/GA R0
panels Outer Ring- Assembly and Details
17. Feeders and Headers Insulation Cabinets Jig Saw
KAPP 3&4/33114/2019/DD R2
panels Assembly and Details
18. Feeder and Header Insulation Cabinet Pictorial
KAPP 3&4/33114/2020/GA R0
View and General Arrangement
19. Feeders and Headers Insulation Cabinets support
KAPP 3&4/33114/2021/GA R0
detail for central front face

NOTE:- Above listed drawings are available in pdf format, placed separately in tender notification on
website for reference and is a mandatory part of tender document. Bidder is requested to go
through the same before submitting the offer.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 51 of 76


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

SECTION VII
SCHEDULE- A (As per GCC clause 18)
SCHEDULE OF MATERIAL TO BE SUPPLIED BY THE CORPORATION & FORMATS OF VARIOUS
CONTRACTUAL DOCUMENTS
Sr. Clause No. Description Stipulation
No. of NIT/GCC
1 NIT- Applicability of Registration of EPF Yes
PQC/1.4
2 NIT- 24 Applicability of Mega Power Project Concession Yes
3 NIT- 25 Purchase preference to MSE registered bidders:

a) Waivel of submitting bid security Yes


b) Splitting of quantity for award to MSE Not applicable
4 1.1.1 Accepting authority CCE, KAPP 3&4
5 2.1.3 Time by which possession of site will be given May-2016
6 4.14.1 Availability of electricity Yes
7 4.14.1 The rate at which electricity will be charged Prevailing rate is Rs 4.74 per
KWh which is subject to
revision from time to time.
8 4. 19. 2 Number of trees to be planted by the contractor NA
9 4. 22. 1 Number apprentices to be trained by the Contractor NA
10 4. 23. 2 Availability of water supply by corporation Yes
11 4.23.2(i) Water charges Prevailing rate is Rs 19.48 per
cubic meter which is subject
to revision from time to time.
12 4.24.2 Land availability for contractors colony Yes
13 5. 6. 3 Penalty, for not providing arrangements and As per project instruction no.
facilities as per safety guidelines. PI/001/R2 dt. 03.12.2014
enclosed in section- III
14 5. 6. 4 Industrial safety training to be provided by As per project instruction no.
corporation PI/001/R2 dt. 03.12.2014
enclosed in section- III
15 5.6.14 Minimum number of safety professionals to be As per project instruction no.
deployed by contractor. PI/001/R2 dt. 03.12.2014
enclosed in section- III
16 5. 6 .15 Penalty, for not deploying the minimum number of As per project instruction no.
safety professionals. PI/001/R2 dt. 03.12.2014
enclosed in section- III
17 7.8.1 Applicability of the incentive clause NA
18 7. 8.2 Maximum percentage of the contract value, which NA
shall be paid as incentive
19 9.1.1 Defect Liability Period:

For contracts other than maintenance Contracts 12 Months


mentioned below
For contracts such as housekeeping, annual repairs, NA
dismantling roads, horticulture, service contracts
etc.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 52 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Sr. Clause No. Description Stipulation
No. of NIT/GCC
20 9.1.6 Applicability of liability towards latent defect. Yes
21 11.3.4 Various components expressed as a percentage of
contract value.
Unskilled labour component (lu) 15%
Skilled labour component (ls) 25%
Material component 40%
(m) --
(n) --
(o) --
(p) --
All other materials (q) --
P.O.L component (d) 5%
Nearest Petrol pump to be considered for petrol Sainik Petroleum, Unchamala
prices (P.O.L) and Aastha Petro Pump,
Kanza
22 12.1.4 The rate of interest to be charged for mobilization Not applicable
advance.
23 12.2.1 Applicability to submit the bills and measurement in Yes
Computerized form
24 12.5.1 Simple interest for delayed payment. 12.25 %
25 15.1.1 a) Workman Compensation Policy / ESIC Yes
b) CAR policy for the whole contract value Applicable
c) third party liability 10% of the contract value
subject to a maximum of 50
lakhs
26 -- Minimum deployment of manpower Not applicable
a) Unskilled
b) Semi- Skilled
c) Skilled / Clerical
d) Highly skilled Technician / Operator- Gr.-I
e) Highly Skilled Technician / Operator- Gr.-II
f) Supervisor- Gr. I
g) Supervisor- Gr. II
h) Supervisor Gr. III
27 -- Penalty for shortfall of minimum number of Labours Not applicable
to be deployed if proposed.
a) Unskilled
b) Semi- Skilled
c) Skilled / Clerical
d) Highly skilled Technician / Operator- Gr.-I
e) Highly Skilled Technician / Operator- Gr.-II
f) Supervisor- Gr. I
g) Supervisor- Gr. II
h) Supervisor Gr. III

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 53 of 76


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

SCHEDULE - B (As per GCC clause 18)


MATERIAL ISSUED TO THE CONTRACTOR
Sl. Particulars Unit Rate at Maximum Maximum permissible Qty. to be
N which Invisible Wastage (Returnable issued
o. Material will Wastage (Non- in case of free issue) % (approx.)
Be issued Returnable) %
1. 2. 3. 4. 5. 6. 7.
NIL

SCHEDULE 'C' (As per GCC clause 18)


TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR
Sl. Particulars Number Hire charges Per Frequency of Value Place Number
No. available Unit per Maintenance per of Reqd. by the
working day Unit Issue Contractor.
Rs.
1. 2. 3. 4. 5. 6. 7. 8.
NIL

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 54 of 76


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

FORMATS OF VARIOUS CONTRACTUAL DOCUMENTS

1. PROFORMA BANK GUARANTEE IN LIEU OF BID SECURITY

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

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

Bank Guarantee No........

To NUCLEAR POWER CORPORATION OF INDIA LTD

____________________________________________________

____________________________________________________

____________________________________________________

Dear Sir,

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

1________________________ 2________________________

3________________________ 4________________________

5________________________ 6________________________

7________________________ 8________________________

9________________________ 10________________________

Wish to participate in the said tender for the following:

1__________________________________________________________________________

2__________________________________________________________________________

3__________________________________________________________________________

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 55 of 76


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

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


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

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

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

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

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

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

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 56 of 76


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

aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be forfeited
and we shall be relieved and discharged from all liabilities thereunder.

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

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

(Signature)___________________________________________

(Printed Name)_______________________________________

(Designation)_________________________________________

(Bank's Common seal___________________________________

(Authorisation No.)_____________________________________

In the presence of:

Witness

1)_______________________

2)_______________________

Accepted

(Signature of the Officer)


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 57 of 76


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

2. PROFORMA OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT


(Performance Guarantee / Retention money)
IN INDIVIDUAL CONTRACT
(ON NON JUDICIAL STAMP PAPER)

To
Nuclear Power Corporation of India Ltd.

_______________________________________

________________________________________

In consideration of the Nuclear Power Corporation of India Ltd..................... Atomic Power


Project) having its registered Office at ........................................ (hereinafter called the "Corporation"
which expression shall unless repugnant to the subject or context include its administrators,
successors and assigns) having agreed under the terms and conditions of the Award Letter
bearing No......... dated...... issued by the Corporation, which has been unequivocally accepted
by the Contractor M/s...*...................................................... work of........................(hereinafter
called the said Contract) to accept a Deed of Guarantee as herein provided for
Rs.......(Rupees..........................only) from a Scheduled commercial bank in lieu of the ..
(performance guarantee to be submitted by the Contractor /retention money deducted from the
Contractor's bills) for the due fulfillment by the said Contractor of the terms and conditions contained
in the said Contract

*Refer note at the end of the proforma.

1. We, the ........ Bank (hereinafter referred to as "the said Bank" and having our registered office
at....... do hereby undertake and agree to indemnify and keep indemnified the Corporation
from time to time to the extent of Rs..........(Rupees ................Only) against any loss or
damage, costs, charges and expenses caused to or suffered by or that may be caused to or
suffered by the Corporation by reason of any breach or breaches by the said Contractor of any
of the terms and conditions contained in the said Contract and to unconditionally pay the
amount claimed by the Corporation on demand and without demur to the extent aforesaid.

2. We.................... Bank, further agree that the Corporation shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation on account
thereof and the decision of the corporation that the said Contractor has committed such
breach or breaches and as to the amount or amounts of loss, damage, costs charges and
expenses caused to or suffered by or that may be caused to or suffered by the Corporation from
time to time shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and
till all the dues of the Corporation under the said Contract or by virtue of any of the terms
and conditions governing the said Contract have been fully paid and its claims satisfied or
discharged and till the owner certifies that the terms and conditions of the said Contract have
been fully and properly carried out by the said Contractor and accordingly discharges this

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 58 of 76


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

Guarantee subject, however, that the Corporation shall have no claim under the Guarantee
after 90 (Ninety) days from the date of expiry of the Defects Liability Period as provided in the
said Contract, i.e. ...........(date) or from the date of cancellation of the said contract as the case
may be, unless a notice of the claim under this Guarantee has been served on the Bank before
the expiry of the said period in which case the same shall be enforceable against the Bank
notwithstanding the fact, that the same is enforced after the expiry of the said period. The
Corporation shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions of
the said Contract or to extend time of performance by the said Contractor or to postpone for any
time from time to time any of the powers exercisable by it against the said Contractor and either
to enforce or forbear from enforcing any of the terms and conditions governing the said Contract
or securities available to the Corporation and the said bank shall not be released from its liability
under these presents by any exercise by the Corporation of the liberty with reference to the
matters aforesaid or by reason of time being given to the said Contractor or any other
forbearance act or omission on the part of the Corporation or any indulgence by the Corporation
to the said Contractor or any other matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have the effect of so releasing the Bank from its such
liability.
4. It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable against
the Bank, notwithstanding any security which the Corporation may have obtained or obtain from
the Contractor shall at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealized.
5. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Corporation in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder. If
any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s.......................on whose behalf this
guarantee is issued.

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

WITNESS
1.________________ Signature _________________________________

2.________________ Name & Designation ________________________


Authorization No:___________________________

Date and Place:______________________________

Bank's Seal _________________________________

Accepted

(Signature of the Officer)


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 59 of 76


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

NOTES
*For Proprietary Concerns
Shri _______________________________________ son of__________________ resident of
_____________________________________carrying on business under the name and style of
_________ at_____________(herein after called " the said Contractor" which expression shall unless
the context requires otherwise include his heirs, executors, administrators and legal
representatives.

*For Partnership Concerns


M/s. _____________________ a partnership firm with its office ___________________(hereinafter
called " the said Contractor" which expression shall unless the context requires otherwise include
their heirs, executors, administrators and legal representative); the names of their partners being
(i) Shri _________________S/o.______________________________

(ii) Shri ________________ S/o._______________________________

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 60 of 76


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

3. PROFORMA OF BANK GUARANTEE TO SECURE A LUMPSUM ADVANCE


(On Non-Judicial Stamp Paper of Appropriate Value)

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

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

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


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 61 of 76


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

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

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

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

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

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

WITNESS
1.________________ Signature _________________________________

2.________________ Name & Designation ________________________

Authorization No:___________________________

Date and Place:______________________________

Bank's Seal _________________________________

Accepted

(Signature of the Officer)


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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 62 of 76


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

NOTES
*For Proprietary Concerns

Shri ..................... son of................ Resident of ....................................carrying


on business under the name and Style of...........at...........(herein after called " the said
Contractor" which expression shall unless the context requires otherwise include his heirs,
executors, administrators and legal representatives).

*For Partnership Concerns


M/s..................... a partnership firm with its office.........................(hereinafter
called " the said Contractor" which expression shall unless the context requires otherwise include
their heirs, executors, administrators and legal representative); the names of their partners being

(i) Shri ................S/o...............................

(i) Shri ................S/o...............................

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 63 of 76


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

(ON NON-JUDICIAL STAMP PAPER ON APPROPRIATE VALUE)

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


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

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

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

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

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

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

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

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

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

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 64 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
part thereof or the Contractor or any of the partners is adjudged insolvent or the
Contractor is to be would up or makes any composition or arrangement with its creditors or
the Contractor shall commit breach of any of the terms and conditions or convenants as herein
contained or if any of the said plant and equipment or if any other property whatsoever
belonging to the Contractor has been sold or attached for a period of not less than 21 days in
execution of the decree of any court for payment of money, the whole of the said loan of
Rs....... or such part thereof as may remained unpaid or unrecovered together with interest
thereon shall forthwith become due and payable.

(e) The Corporation may on the happening of any of the events mentioned in the preceding clause
(d) or in the event of the said loan or any part thereof becoming due and payable and has
not been paid or recovered or cannot be recovered as provided in the said conditions, seize
and take possession of the said plant and equipment (and either remain in possession thereof
without removing the same or else may remove the same) and sell the said plant and
equipment or any of them either by public auction or private contract and may out of the sale
proceeds retain the balance of the said loan and interest thereon remaining unpaid and
unrecovered and all costs, charges and expenses and payments incurred or made in
maintaining, defending or protecting the rights of the Corporation hereunder and shall pay
over the surplus, if any, to the Contractor.

(f) The Contractor shall at all times during the continuance of the security and at the
expense of the Contractor insure and keep insured and plant and equipment
described in the Schedule hereto for the value thereof in the joint names of the Contractor
and the Corporation with an insurance company to be approved by the Engineer-in-charge
against the risk of loss or damage from whatever cause arising other than the Excepted Risks
not covered under the insurance. During the continuance of the security the Contractor shall
pay all premia and sums of money necessary for keeping such insurance on foot and the
insurance policy and receipts in original for premia paid shall be deposited with the Engineer-
in-charge. The Contractor shall assign all his rights, title and interest in the policy to the
Corporation.

(g) The Contractor shall not permit or suffer the said plant and equipment or any part thereof
to be destroyed or damaged or used or to be used or to deteriorate in a greater degree
than it would deteriorate by reasonable wear and tear thereof in the performance of the
Contract.

(h) In the event of any damage or loss happening to the said plant and equipment or any part
thereof from whatever cause other than the Excepted Risk [not covered under insurance] the
Contractor shall forthwith have the same repaired or replaced as the case may be or arrange
form payment of the entire amount recovered or to be recovered from the insurance company
to the Corporation towards the payment of the said loan of Rs............

2. Upon repayment or recovery in full of the amount secured on account of this hypothecation
deed the said plant and equipment secured hereunder shall stand released from
hypothecation but this is without prejudice to the right of the Corporation under any other
conditions of the Contract

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 65 of 76


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

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

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

Signed and delivered Signed by Shri ___________________


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

in the presence of :

(1)__________________________ (1)______________________________

(2)__________________________ (2)______________________________

*NOTES

*For Proprietary Concerns

Shri ___________________ son of___________resident of _______________________carrying on


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

(i) Shri _________________S/o.______________________________

(ii) Shri ________________ S/o._______________________________

*For Companies

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 66 of 76


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

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

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

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

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

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

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

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

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


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

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


aforesaid work, in the manner mentioned in this contract.

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

Witness: Name & Signature (_____________)


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

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

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 67 of 76


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

Sr. Nature of Date of Date of Period Overla Net Dated Dated Rema
No hindrance occurre remova of p ping exte sign of sign of rks
nce l hindra period nsio Contracto Engr. with
nce if any n r with name
name

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 68 of 76


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

7. DISPUTES RESOLUTION BOARD AGREEMENT

THIS AGREEMENT, made and entered into this ............................ Day of ....20
...........................Between ........................... ( the Corporation ) and
.......................................................................................................................................
.............................................................................................................. ( the Contractor
), and the Disputes resolution Board ( the Board ) consisting of three Board Members,

(1).

(2).

(3)..

WITNESSETH, that
WHEREAS, the Corporation and the Contractor have contracted for the construction of the

(Project name) (the Contract ) and WHEREAS, the contract provides for the
establishment and operation of the Board NOW THEREFORE, the parties hereto agree as follows :

1. The parties agree to the establishment and operation of the Board in accordance with this Board
Agreement.

2. Except for providing the services required hereunder, the Board Members should not give any
advice to either party concerning conduct of the Works.

The Board Members :

(a) shall have no financial interest in any party to the contract, or a financial interest in the contract,
except for payment for services on the Board.

(b) shall have had no previous employment by, or financial ties to, any party to the contract, except
for fee based consulting services on other projects, all of which must be disclosed prior to
appointment to the Board.

(c) shall have disclosed in writing to the parties prior to signature of this Agreement any and all
recent or close professional or personal or personal relationships with any director, officer, or
employee of any party to the contract, and any and all prior involvement in the project to which
the contract relates;

(d) shall not, while a Board Member, be employed whether as a consultant or otherwise by
either party to the contract, except as a Board Member.

(e) shall not, while a Board Member, engage in discussion or make any agreement with any party to
the contract, regarding employment whether as a consultant or otherwise either after the
contract is completed or after services as a Board Member is completed;

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 69 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
(f) shall be and remain impartial and independent of the parties and shall disclose in writing to the
Corporation, the Contractor, and one another any fact or circumstances which might be such to
cause either the Corporation or the Contractor to question the continued existence of the
impartiality and independence required of Board Members.

3. Except for its participation in the Board s activities as provided in the contract and in this
Agreement none of the Employer, the Contractor, the Nodal Officer or his nominee, and one
another any fact or circumstances which might be such to cause either the Employer or the
Contractor to question the continued existence of the impartiality and independence required of
Board Members.

4. The Contractor shall :

(a) furnish to each Board Members one copy of all documents which the Board may request
including contract documents, progress reports, variation orders, and other documents,
pertinent to the performance of the Contract.

(b) in co-operation with the Employer, co-ordinate the Site visits of the Board, including conference
facilities, and secretarial and copying services.

5. The Board shall serve throughout the operation of the contract. It shall begin operation
following execution of this Agreement, and shall terminate its activities after issuance of
the taking over Certificate and the Board s issuance of its Recommendations on all disputes
referred to it.
6. Board Member, shall not assign or subcontract any of their work under this Agreement.

7. The Board Members are independent and not employees or agents of either the Employer or the
Contractor.

8. The Board Members are absolved of any personal or professional liability arising from the
activities and the Recommendations of the Board.

9. Fees and expenses of the Board Member[s] shall be agreed to and shared equally by the
Employer and the Contractor. If the Board requires special services, such as accounting, data
research, and the like, both parties must agree and the costs shall be shared by them as mutually
agreed.

10. Board Site visits :

(a) The Board shall visit the Site and meet with representatives of the Employer and the Contractor
and at regular intervals, at times of critical construction events, and at the written request of
either party. The timing of Site visit, failing agreement shall be fixed by the Board.

(b) Site meetings shall consist of an informal discussion of the status of the construction of the
works followed by an inspection of the works, both attended by personnel from the Employer,
the Contractor .

(c) If requested by either party or the Board, the Employer will prepare minutes of the meetings and
circulate them for comments of the parties.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 70 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
11. Procedure for disputes referred to the Board :
(a) If either party objects to any action or inaction of the other party, the objecting party may file a
written Notice of Dispute to the other party stating that it is given pursuant to relevant clause
and stating clearly and in detail the basis of the dispute.

(b) The party receiving the Notice of Dispute will consider it and respond in writing within 7 days
after receipt.

(c) This response shall be final and conclusive on the subject, unless a written appeal to the
response is filed with the responding party within 7 days of receiving the response. Both parties
are encouraged to pursue the matter further to attempt to settle the dispute. When it appears
that the dispute cannot be resolved without the assistance of the Board either party may refer
the dispute to the Board by written Request for Recommendation to the Board, and the other
party stating that it is made pursuant to relevant Clause.

(d) The Request for recommendation shall state clearly and in full detail the specific issues of the
dispute to be considered by the Board.

(e) When a dispute is referred to the Board, and the Board is satisfied that the dispute requires the
Board s assistance, the Board shall decide when to conduct a hearing on the dispute. The Board
may request that written documentation and arguments from both parties be submitted to each
Board Members before the hearing begins. The parties shall submit insofar as possible agreed
statements of the relevant facts.

(f) During the hearing, the Contractor and the Employer, shall each have ample opportunity to be
heard and to offer evidence. The Board s Recommendations for resolution of the dispute will be
given in writing, to the Employer and the Contractor as soon as possible, and in any event not
more than 28 days after the Board s final hearing on the dispute.

12. Conduct of Hearings :

(a) Normally hearing will be conducted at the Site, but any location that would be more convenient
and still provide all required facilities and access to necessary documentation may be utilized by
the Board. Private sessions of the Board may be held at any location convenient to the Board.

(b) The Employer and the Contractor shall have representatives at all hearings.

(c) During the hearings, no Board Member shall express any opinion concerning the merit of any
facet of the case.

(d) After the hearing are concluded, the Board shall meet privately to formulate its
Recommendations. All Board deliberations shall be conducted in private, with all individual
views kept strictly confidential. The Board s Recommendations, together with an explanation of
its reasoning shall be submitted in writing to both parties. The Recommendations shall be based
on the pertinent contract provisions, applicable laws and regulations, and the facts and
circumstances involved in the dispute.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 71 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The Board shall make every effort to reach a unanimous Recommendation. If this proves
impossible, the majority shall decide, and the dissenting member any prepare a written minority
report for submission to both parties.

13. If during the contract period, the Corporation and the Contractor are of the opinion that the
Dispute Resolution Board is not performing its functions properly, the Corporation and the
Contractor may together disband the Disputes Resolution Board. In such an event, the disputes
shall referred to Arbitration straightaway. The Corporation and the Contractor shall jointly sign a
notice specifying that the Board shall stand disbanded with effect from the date specified in the
notice. The notice shall be posted by a registered letter with AD or delivery of the letter, even if
he refuses to do so.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 72 of 76


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

Ref._________________ Date: ___________

COMPLETION CERTIFICATE

Name of Work :

Tender No. :

W.O.No. & date :

Name of Contractor:

Estimated Amount :

Work Order value :

Completion Value:

Escalation Value :

Date of Start of work :

Stipulated Date of Completion :

Actual Date of Completion :

Amount of Security Deposits :

Certified that the work has been completed in all respect as per the specification.

(Signature of Engineer-In-Charge)
Seal

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 73 of 76


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

SECTION VIII

BILL OF QUANTITIES / SCHEDULES OF QUANTITIES AND RATES

PREAMBLE:

1. The Schedule of Quantity and Rates is to be read for the purpose of pricing in conjunction
with All sections of tender document.

2. Rates are to be filled up in downloaded Excel format and to be uploaded.

3. The prices inserted in the schedule of quantities and rates shall be the all inclusive value of
the work described including all costs and expenses except service tax which may be required
in and for the construction / Services of the work described together with all general risks,
liabilities on which the tender is to be based.

4. Rebate during Tender submission is not permitted in e-tendering mode, however, post tender
rebate, if arises during Techno-Commercial Negotiation is admissible.

5. Tender with any condition including conditional rebate shall be rejected.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 74 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Name of Work : Manufacture, inspection, supply, fabrication, site handling, erection,
testing and inspection of all other faces (Except Lower Rear Face) and Jig
Saw Panels of PHT Feeders & Headers Insulation Cabinets as per NPCIL
drawings and technical specification.
Tender Notice No.: KAPS/CTC/3-4/RE/2015/ET/253

SCHEDULE OF QUANTITIES AND RATES (Price Bid)

NAME OF THE CONTRACTOR

SCHEDULE OF QUANTITIES AND RATES

Rate Per
It Unit Total
Description Unit Quantity
No. Quantity Amount

1 Manufacture, inspection, supply, site


handling, erection, testing of all
other faces (Except Lower Rear Face)
and Jig Saw Panels of PHT Feeders &
Headers Insulation Cabinets (FHIC) as
per NPCIL drawings and technical
specifications of KAPP 3&4.
1.1 Procurement, manufacture, safe Set 4
supply to site, fabrication, handling,
erection and testing at site of all
structural items/members of all
faces of FHIC including interior walk
ways as per drawing and technical
specification requirements.
1.2 Procurement, testing, safe supply to Set 4
site, handling and erection, assembly
of custom built 100 mm / 50 mm
thick Insulation pads (with 16GA
panels and 26 Sheet) of all faces of
FHIC at site, as per drawing and
technical specification requirements.
1.3 Procurement , testing, manufacture, Set 4
safe supply to site , handling and
erection and assembly of complete
Jig saw panels assembly at site, as
per drawing and technical
specification requirements.
1.4 Procurement, testing, safe supply to Set 4
site ,erection, testing &
commissioning of venting dampers
(Two nos.) and pressure equalization
dampers (four nos.) in each set of
FHIC as per drawing and

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 75 of 76


Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Rate Per
It Unit Total
Description Unit Quantity
No. Quantity Amount

specification requirements and


handing over the completed FHIC in
all respect to NPCIL.
TOTAL RS.

Note:
a. Above SOQR is for information only. Bidders are required to fill the downloaded excel
sheet and same is to be uploaded on web site.
b. Rate quoted shall be inclusive of all taxes & statutory levies except service tax.
c. Bidder is requested to go through technical specifications covered in section-V of tender
document before quoting the rates/price for above all items of SOQR.

Tender no:- KAPS/CTC/3-4/RE/2015/ET/253 Page 76 of 76

You might also like