8 20 Up-Keeping The Area of Construction Site at Kapp-& Plant Site For The Year 8 20
8 20 Up-Keeping The Area of Construction Site at Kapp-& Plant Site For The Year 8 20
TENDER DOCUMENT
TENDER NO.
KAPS/CTC/3-4/CIVIL/2017/ET/552
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 ANNUAL REGISTRATION FEE MODE OF PAYMENT
No CONTRACTORS (Including GST)
01 Up to Rs.50 lakhs Rs. 1180/- (For One Year) ANY ONE OF FOLLOWING:
02 More than Rs.50 Lakhs & up Rs. 3540/- (For One Year) 1.By Net Banking
to Rs.5 Crore 2.By Credit Card / Debit Card of any bank (Master /
03 More than Rs.5 Crore Rs. 5900/- (For One Year) Visa card only) OR
3.By E-All Type of Epayment
6. After payment, an acknowledgement will be generated. Send mail of acknowledgement copy for
activation of profile to [email protected].
7. On registration as above, LOG-IN USER ID & PASS WORD will be activated for the TENDER WIZARD
site.
8. Log-in to the TENDER WIZARD portal of DAE by using digital signature certificate (DSC / e-token) as
per details given in (B) below, for downloading / uploading documents and other tendering activities.
b- PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE:
1.For logging the tender wizard e-tendering website contractor to possess class-III digital signature certificate (DSC /
e-Token) from any one of the authorized agency viz. e-Mudhra, TCS, GNFC, MTNL. N-Code, C1 – India etc.
2.For convinces of the contractors, arrangements have been made as an option, to provide DSC of e- Mudhra from
Unit Help Desk OR Prospective contractors may contact - 09969395522 (Mr. Rudresh, Mumbai) or Help Desk
Personnel of M/s ITI Ltd posted at KAPS - 09408165978 (Mr. Brijesh Patel).
3.Procedural requirement for obtaining e-Mudhra Class-III DSC from DCSEM:
a) Log on web site www.tenderwizard.com/DAE
b) On home page click “DOWNLOAD” Section. Under “DIGITAL SIGNATURE” application there are three
applicable options as under:
Description Download
Class-III Application Form for organization (Contractors) Click here to Download
Class-III Application Form for individual(Contractors) Click here to Download
Class-III Renewal Application Form Click here to Download
c) Download the required form, fill all the details as per guidelines. Sign across the photograph and submit to
ITI Help desk along with payment for DSC as under:
Sr.No. PARTICULARS DSC CHARGES DSC RENEWAL CHARGES DD IN F/O
01 DSC Class-III- individual Rs. 3280/- (1 Year) Rs.2480/- (1 Year) ANTARES SYSTEMS
(Contractors) Rs. 4340/-(2 Year) Rs.3540/- (2 Year) LIMITED, Payable
02 DSC Class-III- Organization Rs. 3280/- (1 Year) Rs.2480/- (1 Year) at Bangalore.
(Contractors) Rs. 4340/-(2 Year) Rs.3540/- (2 Year)
NOTE:
1. The names and address in the supporting document and in the application form should be the same.
2. Supporting documents should be attested by any Gazetted office or Bank Manager.
3. Please refer DSC application form for supporting documents required.
FOR ANY HELP / QUERY, PLEASE CONTACT
DAE help Desk, Bangalore 080-40482000 e-Mail: [email protected]
DAE help Desk, New Delhi 011-49424365 e-Mail: [email protected]
DSCEM, Mumbai, Mr. RUDRESH M/s ITI representative Mobile – 09969395522 – e-mail id:
[email protected]
NPCIL Kakrapar, Mr. Brijesh Patel M/s ITI representative Mobile – 09408165978 – e-mail id:
[email protected]
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 4 of 68
GENERAL DETAILS
1 Tender no. KAPS/CTC/3-4/CIVIL/2017/ET/552
2 Name of work and place of service Up-keeping the area of construction site at KAPP-3&4 Plant
site for the year 2018-2020.
3 Estimated cost of the work inclusive of all taxes Rs.2,18,26,800/- (including GST)
4 Bid security @ 2% of estimated cost subject to Rs.4,36,536/-
maximum of ten lakh
5 Mode of tender Public
Type of tender Two Part
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period 24 (Twenty-Four) Months (including monsoon period)
8 Tender processing fee inclusive of all taxes Rs.5900/- in favour of M/s. ITI Limited through on-line
payment, debit /credit card
9 Availability of tender documents for free view The links of website www.tenderwizard.com/DAE is also
only available on websites www.npcil.nic.in &
http://e-procure.gov.in
10 Dates of availability of tender documents for On website www.tenderwizard.com/DAE
downloading (purchasing) after paying From 07/12/2017 (10:00 Hrs.) up to 18/12/2017 (17:00 Hrs.)
processing fee. (Selling period)
11 Last date and time of submitting online 19/12/2017 (up to 15.00 hours)
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 online 26/12/2017 (17:00 Hrs.)
submission of tenders:
14 Date and time of online opening of technical 27/12/2017 (11:00 Hrs)
bids.
15 Date and time of online opening of financial Will be notified on the website at a later date.
bids
16 Competent authority inviting tender Project Director, KAPP-3&4
17 Authority & place for seeking clarification on Shri Y J Shah, SO/E (Centralised Tendering Cell),
tender conditions, pre- bid meeting, opening of Kakrapar Gujarat Site, NPCIL
tender (on working days and during office Phone no: 02626-230729, M-9428821815
hours only - 10:00 to 17:00 Hrs) e-mail: [email protected]
On working days and during office hours (10:00 hrs to 17:00
hrs).
18 Help Desk Help desk of M/s ITI:
1. Shri Rudresh, Mob No. 09969395522,
2. Shri Brijesh Patel, Mob No. 09408165978
E-mail:[email protected],
[email protected],
[email protected]
1. E payment gateway: 022-41852124
On working days from 10 am to 6 pm
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 5 of 68
INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS
1. Steps for downloading, uploading and free view-
1.1 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.
1.2 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.
2. The intending bidder must read the terms and conditions in the notice inviting tender &
pre-qualification criteria carefully. He should only submit his bid if he considers himself
eligible and he is in possession of all the documents required.
3. Submission of bid shall mean acceptance of undertaking to be furnished online by
bidder as per format enclosed as annexure-9.
4. Information and Instructions for bidders posted on website shall form part of tender
document. The tender is to be downloaded and uploaded only on
www.tenderwizard.com/DAE after paying requisite processing fee.
5. The bid can only be submitted after uploading the mandatory scanned documents,
payment of processing fee in favour of “ITI LIMITED, NEW DELHI”, bid security in favor of
NPCIL and other documents as specified. Processing fee shall not be refunded in any case.
6. After submitting bids the contractor can re-submit revised bid any number of times but
before stipulated closing time and date of online submission of bid as notified. The bidder
can withdraw the bid before stipulated closing date and time of online submission. But,
once the bidder withdraws the bid, it cannot be resubmitted.
7. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are
required to get enrolled.
8. The intending bidder must have valid class-III digital signature to submit the bid.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate
in figures appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE. In
addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as “0” (ZERO). The bidder shall be
required to execute such items at his quoted rate of zero as per specifications, bill of
quantity and GCC provisions.
10. In case of bids in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 6 of 68
11. The bidders are solely responsible to keep their email and bank account active and to
update their profile in case of change. This is essential as communication shall preferably
be done by e- mail by corporation. Moreover, all the auto generated mail by e-tendering
portal shall be sent on this e-mail address.
12. Contractor can upload documents in the form of JPG format and PDF format.
13. Bidders are advised to open bank account with core banking solution branch (with
NEFT/ RTGS) in order to facilitate online payment of tender processing fee and bid security
for their own benefit. IFSC is an 11 digit code with the first 4 alpha characters representing
the bank, and the last 6 characters representing the branch. The 5th character is 0 (zero).
The bidder shall fill IFSC code correctly i.e. upper case of alphabets, spacing and all eleven
alpha-numeric. The bid security shall be refunded online to the bank as per the details
submitted. In case of erroneous details it will not be possible to refund the bid security
online and bidder shall be responsible for consequent delays.
14. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall
imply that the bidder has seen and understood the GCC & NIT and shall abide by the same
without any deviations/conditions. The detailed NIT and GCC shall be part of agreement. If
the bidder at any stage refuses to accept the same, the bid shall be rejected and bid
security shall be forfeited. Further disciplinary action is liable to be taken including
debarring from participation in retendering of the same work or other works as deemed
appropriate by the competent authority.
Chapter VII of the Charter of the United Nations, the borrower’s 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:
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
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 11 of 68
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 bidder’s participation to be disqualified for all the
proposals.
4.0 Cost of bidding
a) The bidder shall bear all costs associated with the preparation and
submission of his bid and the corporation will in no case be responsible and liable for these
costs.
5.0 Site visit
5.1 The bidder and any of his authorized personnel or agents will be granted permission by the
corporation to enter upon its premises and lands for the purpose of site visit. However,
the bidder, his personnel and agents will be responsible against all liability in respect
thereof, including death or personal injury, loss of or damage to property, and any other
loss, damage, costs, and expenses incurred as a result of the inspection.
5.2 The bidder should inform the Corporation at least three days in advance about the
proposed site visit.
5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the
site and its surroundings and satisfy himself before submitting his bid as to the form and
nature of the site, the means of access to the site, the accommodation he may require,
etc.
5.4 In general, bidders shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidder
shall be deemed to have full knowledge of the site, whether he inspects it or not and no
extra claims due to any misunderstanding or otherwise shall be allowed.
5.5 The costs of visiting the site shall be at the bidders’ own expense. Any report shared at the
site, by the corporation is subject to verification by the contractor. Any deviations of
information in the report and the actual site will not be the responsibility of the
corporation.
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
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 12 of 68
bidders. The bidders are requested to e-mail the details of authorized representative in the
prescribed format (Annexure-10).
5.7 The bidder shall forward any query/question by e -mail within the stipulated date and time
given in NIT. The clarification given by the corporation shall be visible to all the bidders
without disclosing the identity of the bidder raising the query. The questions/query
received after stipulated date and time shall not be entertained and no response shall be
forwarded. The submission 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-10) to the
CTC office to facilitate his attending the meeting.
7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on
matters that may be raised at that stage. The bidder is requested to submit their
questions/queries preferably by email so as to reach the corporation before
stipulated date and time for submitting the same. The queries which are received after
stipulated date and time as per NIT shall be summarily rejected and no response shall be
made.
7.3 Attending the pre-bid meetings is in the interest of bidders to understand the scope
of work of the tender. It is insisted upon that bidders shall attend the pre-bid meetings.
However, in case the bidders do not attend the pre-bid meetings, it would be presumed
that they have understood the scope of work. NPCIL has to finalize the award within a
limited time schedule. Therefore, NPCIL will not seek any clarification in respect of
incomplete offers. Any doubt, may be cleared, if required by the bidder before filling the
bid. No request for extension of bid submission dates shall be entertained.
7.4 Minutes of the meeting, including the text of the questions (without identifying the
source of enquiry) and the responses given will be displayed on web site. Any
modifications of the bidding documents which may become necessary as a result of
the pre-bid meeting shall be made by the corporation exclusively through the issue of
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 13 of 68
an addendum only and not through the minutes of the pre-bid meeting. The
addendum shall be binding on all the bidders. Submission of bid shall imply the
acceptance of addendum by the bidder.
8.0 Amendment of bid documents
8.1 Before the deadline for submission of bids, the corporation may modify the bidding
documents by issuing addenda on web site.
8.2 Any addendum so issued shall be part of the bid documents as well as contract
document.
8.3 To give prospective bidders reasonable time to take an addendum into account in
preparing their bids, the corporation may extend the date for submission of bids, if
necessary.
8.4 Corrigendum, addendum or any other information regarding tender shall be uploaded only
on web site. Hence, the bidders are requested to visit the web site
(www.tenderwizard.com/DAE) regularly. The above documents shall become part of bid
and agreement. Submission of bid shall imply that bidder has noted and accepted content
of all the corrigendum/addendum/clarifications and affect of same has been included in
price bid.
9.0 Language of the bid
9.1 All documents relating to the bid shall be in the English language, unless stated
otherwise. Hindi version of general conditions of contract (GCC) uploaded on web site is
for information purpose only. The English version of GCC is the legal document.
10.0 Bid security
10.1 The bid security amount may be paid in the modes described below. The corporation
shall not pay interest on the same in any case. The bidder is responsible for timely
payment of bid security, so that corporation receives the same before stipulated date
and time. Even if the payment made by the bidder within the stipulated date and time is
not received by the corporation due to reasons beyond control of the bidder, bid will be
considered as non-responsive and rejected. If the bid security amount paid by bidder is
less than stipulated, the bid shall be rejected.
a) Credit / debit card
b) RTGS / NEFT-
The bidder shall note that banks as per standard working practice require a certain
time period for completion of transaction. The bidder shall ensure timely submission in
order to complete transaction as per bid condition. If the transaction is not completed
in favour of NPCIL the bid will not be accepted. The bidder shall note that the RTGS /
NEFT require minimum two banking day to get posted. Hence, in his own interest the
bidder should make NEFT / RTGS payments minimum two day prior to last date of
submission. The bidder shall preferably use the print out of challan as generated from
the e-tendering portal for RTGS / NEFT payment, in order to avoid discrepancies. The
bidder shall note that if the bid security is deposited to account other than the 16 digit
dynamic code as generated through the e-tendering portal and mentioned on system
generated challan, the bid shall be rejected on account of non submission of bid
security. The bidder is solely responsible for timely deposition of bid security in the
correct account. The bidder shall submit the stipulated amount of bid security through
one transaction only to the dynamic account number mentioned on system generated
challan slip. Multiple transactions shall not be accepted and bid shall be rejected if the
amount of security deposit is less than stipulated amount.
c) Online payment
10.2 MSEs (and not their dealers/distributors) registered with agencies as per clause 25.2 are
exempted from payment of bid security But all the bidders have to pay tender processing
fee to M/s. ITI.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 14 of 68
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 –tendering portal.
11.0 Bid prices, rates & taxes
11.1 The bidders shall quote bid price / rates / total bid price in Indian rupees only unless
otherwise specified in the special conditions of contract (SCC).
11.2 The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities,
taxes, cess, duties, levies as applicable under the prevailing statutes or levy by the
statuary authorities/State/Central Government and payable by the bidder under the
contract.
All the GST benefits and credits on inputs as available to the bidder shall be taken into
consideration in the quoted price and pass on the benefits/credits to the Corporation.
Bidder shall also comply with the provision of Anti-Profiteering under GST act. A
declaration to this effect is to be affirmed by the bidder in annexure-7 of NIT.
11.3 The bid price / rates / total bid price shall be quoted in the prescribed format with the
required break-up as specified therein.
11.4 The statutory deductions of income tax, GST or other taxes/dues (wherever applicable)
shall be made from the payments due to the Contractor. For details on taxes, the
bidders are advised to refer to relevant clause of General Conditions of Contract (GCC)
forming part of this tender.
11.5 Conditional Bids/offers will be liable to be rejected.
11.6 The bidder has to compulsorily submit Annexure–7 along with BOQ during submission
of Bid. Annexure–8 is to be submitted along with regular tax invoice during execution
of work after award. Bidder shall substantiate the information provided herein if called
for to do so.
11.7 The security deposit and insurance shall be on contract price.
ANNEXURE –2
FINANCIAL DATA
(ANNUAL TURNOVER)
This is to certify that the financial turnover of M/s ------------------------is as under
Annual Turn Over of the Bidder during the last three financial years
(Attach copy of Annual Report/Audited Profit & Loss A/c)
Financial Year Annual Turn over Profit / Loss (+ / -) Remarks (if any)
NOTES:-
1. Separate Performa shall be used for each member in case of JV/Consortium. All such
documents reflect the financial data of the bidder or member in case of JV/Consortium,
and not that of sister of parent company.
2. The financial data in above format shall be certified by Chartered Accountant/Company
Auditor under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he
has to submit a certificate by a CA certifying that “the balance sheet has actually not been
audited so far”. The certificate shall be signed by bidder also. In such case the financial
data of pervious three audited financial shall be taken into consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was
necessary for the purpose of certification. The certification process involves examining the
supporting documents.
ANNEXURE –3 B
FINANCIAL DATA
Descrip Place Contract Name & Value of Stipulated Value of Anticipated Remark
tion & No. & Address Contract period of work date of s
of Work state Date of (Rs. In completion remaining completion
Client lacs) to be done
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
ANNEXURE –6
REGISTRATION WITH MSME
Name & Address of Class of registration Name of Service Valid up to
Registering Authority
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 23 of 68
ANNEXURE –7
5 In case Unregistered, mention the reason for not a) Not required as per
registering. (Please tick). Section 22 (1) of CGST act.
b) Any other provision under
In case of (b) please give full details. GST act, please specify__
__
Note:
Date :
(bidder)
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 26 of 68
ANNEXURE –10
*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving
License, any other ID card issued by Government etc. shall be produced at CISF Main gate
for entry. Mobile phones, laptop and any other electronic device are not permitted.
SECTION - II
Nuclear Power Corporation of India Limited
(A Government of India Enterprise)
Kakrapar Atomic Power Station
MEMORANDUM OF AGREEMENT (FOR ITEM RATE TENDER)
I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the under written Memorandum within the time specified in such memorandum at the
rates specified therein and in accordance in all respect with the specification, designs, and instruction
in writing referred to in Rule - 1 here of and in clause 6 of the general conditions of the contract and
with such materials as are provided for, by and in all respects in accordance with such conditions as far
as applicable.
MEMORANDUM
(a) General Description of work Up-keeping the area of construction site at KAPP-3&4 Plant
site for the year 2018-2020.
(b) Time for completion of the work 24 (Twenty-Four) Months (including monsoon period)
(c) Estimated Cost Rs.2,18,26,800/- including GST
(d) Bid Security Amount Rs.4,36,536/-
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)
RULE: 1: Should this tender is accepted in whole or in part, I / we hereby agree to abide and fulfil all
terms and provisions of the said conditions annexed hereto and all the terms and provisions contained
in the notice inviting tender so far as applicable, and / or in default thereof to forfeit and pay to Nuclear
Power Corporation of India Limited or his successors in office, the sum of money mentioned in the said
conditions. Bid Security in the form of e-payment is deposited in NPCIL account.
If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I / We agree that
said NPCIL or his successors in office shall without prejudice to any other right or remedy, be at liberty
to forfeit the said Bid Security absolutely. Further I/We fail to commence the work specified in the
above memorandum, I / We agree that the said NPCIL or his successors in office shall without prejudice
to any other right or remedy, be at liberty to forfeit the said Bid Security absolutely and cancel the
award of work.
I / We agree to execute all the work referred to the tender documents upon the terms and conditions
contained or referred to there in and to carry out such deviations as may be ordered, up to maximum
of percentage mentioned in clause 11.2.1 of General Conditions of Contract and those in excess of that
limit at the rates to be determined in accordance with the provisions contained in General Conditions
of Contract. I / We hereby declare that I / We have been debarred / not debarred and / or de-listed / not
de-listed by Govt. /PSU.
Dated the _______________ day of______________ 2017.
* (Signature of Contractor)
Witness: ___________________
Address: ___________________ ** (Signature of Witness to Contractor’s
signature)
Occupation: __________________
The above tender is hereby accepted by me for and on behalf of the “Nuclear Power Corporation of
India Limited.”
Dated the: ____________ day of___________ 2017. ***__________________
Tenderer is advised to read carefully and strike out which ever is not applicable and furnish detail
wherever applicable.
* Signature of the contractor before submission of Tender.
** Signature of witnesses of contractor’s signature.
* * * Signature of the officer by whom accepted.
Note: Bidder is requested to download this page separately, fill it, sign, put company’s seal with
witness signature and upload.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 28 of 68
SECTION - III
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL:
1.1. Where conditions/ instructions given in this section are at variance with the conditions,
stipulations, specifications etc. elsewhere in the tender document, conditions/ instructions
given in this section prevails.
1.2. Contact Centralized Tendering Cell for any clarifications regarding tender document before
submission of Tender. No claim on account of any ambiguity in any respect shall be
entertained later on.
2. Location:
The Plant Site is located in the state of Gujarat in Tapi district, about 80 Kms. East of Surat.
The nearest Railway Station is Vyara on Surat-Bhusaval route (Tapti line).
The plant site is approximately 18 Kms. away from Vyara on Vyara-Mandvi/Kim Road.
Similarly KAPS Township is approximately 10 Kms. away from Vyara on Vyara-Mandvi/Kim
Road ( N.H. – 56)
Vyara is accessible on Surat-Dhulia Road (NH-6), about 62 Kms. from Surat, 180 Kms from
Dhulia and about 50 Kms. from Kadodara junction.
3. Entry Process for Plant site during tendering process:
For preparation of entry passes to enter the plant, bidder shall communicate following on
company’s letter head, one working day in advance to CTC office.
a. Name of the Person
b. Designation
c. Age
d. contact number
e. Purpose of visit
Note: Person must carry his Photo Identity proof with him when he approaches pass issuing
section for preparation of pass.
4. Bidder’s Details:
Bidder shall submit the information given in Annexure-11 of section –I (NIT) on his company’s
letterhead.
The Contractor shall produce Power of Attorney in original in favour of his Representative who shall
deal with all the matters relating to the Contract.
5. Guidelines for PRE-QUALIFICATION :
For PRE-QUALIFICATION CRITERIA (Annexure I) of Section 1 (NIT)
a. Uploading of PQ information / Data and relevant documents is mandatory and based on
this Tender will be evaluated. However, additional documents from bidder if felt
necessary or any clarification with respect to the documents submitted by the bidder, can
be sought from the bidder. Bidder shall submit same within time frame specified.
b. Bidder shall furnish complete latest contact details where work has been carried out.
c. Bidders shall keep ready the entire original document uploaded/submitted for PQ and
submit/produce for verification immediately on demand.
d. The certificates/ documents/ information submitted by Bidders shall be true & genuine and
in case, if it is found, at any time during bidding or during execution, that information/
documents submitted by the bidders are in variance /forged, bidder shall be legally held
responsible for the same. In addition, their offer shall be summarily rejected or termination
of contract if awarded, forfeiting of the bid security and Security Deposit, if any and
necessary action will be taken to the extent of blacklisting for further works in NPCIL.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 29 of 68
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.
• 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.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 30 of 68
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
contractor’s workmen also.
11.4 In case of violation of safety norms including non-use of personal protective equipment by
the contractor’s 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).
(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 Contractor’s 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. 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 contractor’s employees when they are working
in the plant site is rests with the contractor.
11.12 Contractor’s persons shall undergo medical check-up by any MBBS doctor and have to
take safety training from safety section before preparing permanent gate passes
mandatorily.
12. Security:
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 31 of 68
All security measure as advised by the Plant / Township authority shall be followed strictly.
Entry permit, token pass, Identity Cards etc. shall be obtained by the contractors from
concerned Plant/ Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to
his own cost and it has to be produced to competent authority for final issue of I. Cards with
individual’s bio-data with full address and other backgrounds required by KAPS.
Security photo pass for each employee for the job must be accompanied during work and
necessary police verification is the responsibility of the contractor and must be complied
with.
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 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:
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 32 of 68
Any notice, order direction or other communication to be given to the contractor under any
of the provision of the work order shall without limitation be conclusively deemed to have
been received by the contractor if delivered or mailed to the contractor at the address
mentioned by the bidder in the annexure 11 of section -1 of NIT.
17. Insurance:
You are required to take following In the joint name of Corporation up to defect liability
period and documents in this regard should be submitted to Engineer-in-Charge before
start of work (refer clause no 15.1.1 of GCC and its Addendum i.e. Section # iv -general
condition of contract )
a) Workmen compensation policy in respect of all your workmen engaged in the work
shall be on the basis of minimum wage of respective category of workers prevailing
at the time of issue of work order.
b) Contractor should take Contractor all risk policy (CAR) for the whole contract value.
Apart from Contractor’s all risk policy, also take insurance policy to cover third party
liability for 10% of the contract value subject to a maximum of Rs 50 lakhs.
Note: The contractor shall take all Insurance policies before commencement of the work.
Quoted rate shall be including the premium amount of insurance policies. In case
of delay in submission of insurance policies as per tender condition shall result in
levy of non-returnable penalty equivalent to 3 times the Premium required to be
paid for each type of insurance i.e. Comprehensive policy, Workmen
Compensation Policy separately. Levy of penalty does not abrogate contractor
from his responsibility regarding Insurance and risk cover. NPCIL shall not be
liable for or in respect of any damage or compensation payable. The work
order is liable for cancellation in case or repeated / continuous non-compliance.
26. Agreement:
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 35 of 68
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.
27. 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 any specification for any work or materials, relevant Indian Standard
Specifications will be applicable. In the case of any class of work for which no
specifications have been given, such works shall be carried out in accordance with the
specifications and requirements given by the Engineer.
f. The Contractor shall at times keep his work place, office and store premises clean and
tidy from rubbish, scrap, surplus materials and unwanted tools and equipments.
Electrical cables shall be routed as to allow safe traffic by all concerned. No materials on
any of the site works shall be so stacked or placed to cause danger or inconvenience to
any person or public. The Engineer in charge may require contractor to remove any
materials which are considered to be of danger or cause inconvenience to the people
working in the area. after completion of the work contractor shall remove all the scrap,
surplus materials rubbish, temporary facilities established for execution of the work
from the site, clean the area and hand over to the Engineer in charge. The contractor
may note that Engineer in charge has the right to stop the work if the contractor fails to
improve upon the house keeping after having been notified.
Contractor has to deploy 01 (One) supervisor mandatorily on the job having minimum
qualification passed 10th/12th standard with knowledge of computer and have experience
in supervising of work and report to EIC for day to day records. Non deployment of the
supervisor on the job shall be charged/Panelised @ Rs. 1,000.00 (Rupees one thousand
only) per day. This Supervisor will also be nominated as safety steward for this work and
shall carry out duties of a safety steward in addition to his supervising tasks..
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 36 of 68
Recommendation: FIT / UNFIT Name and Signature of Medical Officer with Qualification and reg.
no.
Note: 1. Candidates with extensive skin diseases and severe anemia are unfit for employment in nuclear industry.
2. X-ray if required.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 40 of 68
ANNEXURE # 2
WAGE SLIP
Whereas, M/s. (Name of the contractor)__________ has been awarded the contract for
(Name of the contractor) ___________ vide Work Order No. __________ dated ______________
by NPCIL Kakrapar Gujarat Site, Unit - _______ to execute the job/ work on the terms and
conditions as stipulated therein and as per the agreement.
That the provisions of the Employees Provident Fund & Miscellaneous Provisions Act, 1952 have
been complied and it is undertaken that all the liabilities on account of EPF contribution/ dues for
the employees/ workers deployed by M/s. ________(Name of the contractor)________ for the
work and indemnify NPCIL of any future liabilities on these account. I shall be stand responsible
for any such future claim and action/ proceeding if any, with regard to EPF dues / outstanding
received through concerned authorities.
Further, I shall keep NPCIL fully indemnified and free from all such EPF dues / outstanding claims
/ demands, actions / proceedings if any, against NPCIL in respect of aforesaid contract and NPCIL
shall have no liabilities on this account.
(Signature of Contractor) /
Authorized Representative of Contractor
With Company’s Seal
Witness:
1. Signature
Name :
Address :
2. Signature
Name :
Address :
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 42 of 68
SECTION – IV
Annexure-1
Area calculation sheet
Scope of work and technical specification broadly defined item wise in SOQR in section –VIII of
tender document bidder has to go through it before quoting the tender.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 44 of 68
SECTION – VI
SCHEDULE OF DRAWINGS
SCHEDULE ‘B’
SCHEDULE ‘C’
CONTRACTUAL DOCUMENTS
(On Non Judicial Stamp paper to be stamped in accordance with stamp act, the stamp paper to
be in name of Executing Bank)
Ref.............. Date................
____________________________________________________
____________________________________________________
____________________________________________________
Dear Sir,
1________________________ 2________________________
3________________________ 4________________________
5________________________ 6________________________
7________________________ 8________________________
9________________________ 10________________________
1__________________________________________________________________________
2__________________________________________________________________________
3__________________________________________________________________________
Whereas it is a condition in the tender documents that the tenderer has to deposit Bid
Security with respect to the tender, with Nuclear Power Corporation of India Ltd
(hereinafter referred to
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 49 of 68
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..........
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 50 of 68
and unless a demand or claim under the guarantee is made on us in writing within three
months after the
aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be
forfeited and we shall be relieved and discharged from all liabilities thereunder.
Date......................
Place....................
(Signature)___________________________________________
(Printed Name)_______________________________________
(Designation)_________________________________________
(Authorisation No.)_____________________________________
Witness
1)_______________________
2)_______________________
Accepted
To
Nuclear Power Corporation of India Ltd.
_______________________________________
________________________________________
1. We, the ........ Bank (hereinafter referred to as "the said Bank" and having our registered
office at....... do hereby undertake and agree to indemnify and keep indemnified the
Corporation from time to time to the extent of Rs..........(Rupees ................Only)
against any loss or damage, costs, charges and expenses caused to or suffered by or that
may be caused to or suffered by the Corporation by reason of any breach or breaches by
the said Contractor of any of the terms and conditions contained in the said Contract
and to unconditionally pay the amount claimed by the Corporation on demand and without
demur to the extent aforesaid.
2. We.................... Bank, further agree that the Corporation shall be the sole judge of and
as to whether the said Contractor has committed any breach or breaches of any of the
terms and conditions of the said Contract and the extent of loss, damage, costs, charges and
expenses caused to or suffered by or that may be caused to or suffered by the Corporation
on account thereof and the decision of the corporation that the said Contractor has
committed such breach or breaches and as to the amount or amounts of loss, damage,
costs charges and expenses caused to or suffered by or that may be caused to or suffered by
the Corporation from time to time shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said
Contract and till all the dues of the Corporation under the said Contract or by virtue of
any of the terms and conditions governing the said Contract have been fully paid and its
claims satisfied or discharged and till the owner certifies that the terms and conditions of
the said Contract have been fully and properly carried out by the said Contractor and
accordingly discharges this
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 52 of 68
Guarantee subject, however, that the Corporation shall have no claim under the
Guarantee after 90 (Ninety) days from the date of expiry of the Defects Liability Period as
provided in the said Contract, i.e. ...........(date) or from the date of cancellation of the
said contract as the case may be, unless a notice of the claim under this Guarantee has been
served on the Bank before the expiry of the said period in which case the same shall be
enforceable against the Bank notwithstanding the fact, that the same is enforced after
the expiry of the said period. The Corporation shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee or Indemnity, from time
to time, to vary any of the terms and conditions of the said Contract or to extend time of
performance by the said Contractor or to postpone for any time from time to time any of
the powers exercisable by it against the said Contractor and either to enforce or forbear
from enforcing any of the terms and conditions governing the said Contract or securities
available to the Corporation and the said bank shall not be released from its liability under
these presents by any exercise by the Corporation of the liberty with reference to the
matters aforesaid or by reason of time being given to the said Contractor or any other
forbearance act or omission on the part of the Corporation or any indulgence by the
Corporation to the said Contractor or any other matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have the effect of so releasing the
Bank from its such liability.
4. It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable
against the Bank, notwithstanding any security which the Corporation may have obtained or
obtain from the Contractor shall at the time when proceedings are taken against the Bank
hereunder, be outstanding or unrealized.
5. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the Corporation in writing and agree that any change
in the Constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder. If any further extension of this Guarantee is required the same shall be
extended to such required periods on receiving instructions from M/s.......................on
whose behalf this guarantee is issued.
WITNESS
1.________________ Signature _________________________________
Accepted
*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its
registered office at .........in the State of............... (Hereinafter called "the said Contractor” which
expression shall unless the context requires otherwise include its administrators, successors and
assigns).
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 54 of 68
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.
.........................
.........................
5. It shall not be necessary for the Owner to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable
against the Bank notwithstanding any security, which the Owner may have obtained or
obtain from the Contractor shall at the time when proceedings are taken against the
Bank hereunder, be outstanding or unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the Owner in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder.
If any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s........................................ on whose
behalf this Guarantee is issued. Notwithstanding anything contained herein before our
liability under this Guarantee is restricted to Rs,......... (Rupees ..............Only) together with
interest. Our undertaking shall commence from the date of execution and shall remain in
force up to .......................
WITNESS
1.________________ Signature _________________________________
Authorization No:___________________________
Accepted
*For Companies
M/s. ________________ a company under the Companies Act, 1956 and having its
registered office at______________ in the State of_________________(hereinafter called
"the said Contractor" which expression shall unless the context requires otherwise include
its administrators, successors and assigns).
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 57 of 68
WHEREAS under sub-clause12.1 of the General Conditions of Contract relating to the terms and
conditions of its Award letter No....................dated .............which have been unequivocally
accepted by the Contractor, the Contractor has applied to the Corporation for a loan of
Rs.............. (Rupees) ...............................................Only) for plant and equipment described in
the Schedule here to specifically acquired by the Contractor for the works and brought to site.
AND WHEREAS one of the conditions on which the said loan of Rs........./- granted by the
Corporation to the Contractor is that the Contractor shall hypothecate the plant and equipment
described in the Schedule hereto in favour of the Corporation as security for the due repayment
of the said loan.
AND WHEREAS the Contractor has represented that he is the Owner of the plant and
equipment described in the Schedule hereto and the same is free from encumbrances.
NOW THIS INDENTURE WITNESSTH THAT in pursuance of the said agreement and in
consideration of the premises the Contractor doth hereby hypothecate, assign and transfer to
the Corporation the Plant and equipment described in the Schedule hereto the intent that the
same shall remain and form security for repayment to the Corporation of the said loan of
Rs........... together with the interest thereon at ........ % per annum.
1. The Contractor hereby agrees, declares and convenants with the Corporation as follows:-
(a) The Contractor shall repay to the Corporation the said loan of
Rs........(Rupees....................... Only) together with interest thereon as aforesaid by and
agrees that the said loan be recovered by the Corporation by making deductions in the
manner provided in sub-clause12.1 of the General Conditions of Contract and other
conditions of the Award letter from the claims made by the Contractor against the
Corporation of "on account payment".
(b) The Contractor has paid in full the purchase price of the Plant & Equipment described in the
Schedule hereto and each and every one of them and that the same are the absolute
property of the Contractor and that the same have not been sold, pledged, mortgaged or
transferred or in any way dealt with by the Contractor.
(c) So long as any amount remains payable to the Corporation by the Contractor in respect
of the said loan of Rs.__________ the Contractor shall not sell, pledge, hypothecate,
transfer, part with or in any way deal with the Plant and Equipment described in the
Schedule hereto.
(d) If the said loan of Rs.___________shall not be repaid by the Contractor or recovered in the
manner described above by the said ..........day of ..... due to any reasons whatsoever or the
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 58 of 68
said Contract has been determined earlier or cancelled or if the Contractor shall sell,
pledge, mortgage, transfer, part with or in any way deal with the said plant and
equipment or any
part thereof or the Contractor or any of the partners is adjudged insolvent or the
Contractor is to be would up or makes any composition or arrangement with its
creditors or the Contractor shall commit breach of any of the terms and conditions or
convenants as herein contained or if any of the said plant and equipment or if any other
property whatsoever belonging to the Contractor has been sold or attached for a period of
not less than 21 days in execution of the decree of any court for payment of money, the
whole of the said loan of Rs....... or such part thereof as may remained unpaid or
unrecovered together with interest thereon shall forthwith become due and payable.
(e) The Corporation may on the happening of any of the events mentioned in the preceding
clause (d) or in the event of the said loan or any part thereof becoming due and payable
and has not been paid or recovered or cannot be recovered as provided in the said
conditions, seize and take possession of the said plant and equipment (and either remain
in possession thereof without removing the same or else may remove the same) and sell
the said plant and equipment or any of them either by public auction or private contract
and may out of the sale proceeds retain the balance of the said loan and interest thereon
remaining unpaid and unrecovered and all costs, charges and expenses and payments
incurred or made in maintaining, defending or protecting the rights of the Corporation
hereunder and shall pay over the surplus, if any, to the Contractor.
(f) The Contractor shall at all times during the continuance of the security and at
the expense of the Contractor insure and keep insured and plant and
equipment described in the Schedule hereto for the value thereof in the joint names
of the Contractor and the Corporation with an insurance company to be approved by
the Engineer-in-charge against the risk of loss or damage from whatever cause arising
other than the Excepted Risks not covered under the insurance. During the continuance
of the security the Contractor shall pay all premia and sums of money necessary for
keeping such insurance on foot and the insurance policy and receipts in original for
premia paid shall be deposited with the Engineer-in-charge. The Contractor shall assign all
his rights, title and interest in the policy to the Corporation.
(g) The Contractor shall not permit or suffer the said plant and equipment or any part
thereof to be destroyed or damaged or used or to be used or to deteriorate in a
greater degree than it would deteriorate by reasonable wear and tear thereof in the
performance of the Contract.
(h) In the event of any damage or loss happening to the said plant and equipment or any
part thereof from whatever cause other than the Excepted Risk [not covered under
insurance] the Contractor shall forthwith have the same repaired or replaced as the case
may be or arrange form payment of the entire amount recovered or to be recovered from
the insurance company to the Corporation towards the payment of the said loan of
Rs............
IN WITNESS WHEREOF the parties hereto have executed these presents on the day and your
first above written
in the presence of :
(1)__________________________ (1)______________________________
(2)__________________________ (2)______________________________
*NOTES
*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered
office at ............... in the State of ............... (hereinafter called "the said Contractor" which said
Contractor" which expression shall unless the context requires otherwise include its
administrators, successors and assigns).
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 60 of 68
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.
In witness whereof Mr. / Mrs. _______________ the contractor and Mr. / Mrs.
______________ for and behalf of the Corporation, have hereunto affixed their seals and
signatures the day, month and year here in above written.
(______________)
Witness: Name & Signature ___________________, KAPS/KAPP
For and on behalf of NPCIL
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 61 of 68
Sr. Nature of Date of Date of Period Overla Net Dated Dated Rema
No hindrance occurre remova of p ping exte sign of sign of rks
nce l hindra period nsio Contracto Engr. with
nce if any n r with name
name
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 62 of 68
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.
(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;
(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
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 63 of 68
such to cause either the Corporation or the Contractor to question the continued existence
of the impartiality and independence required of Board Members.
3. Except for its participation in the Board s activities as provided in the contract and in this
Agreement none of the Employer, the Contractor, the Nodal Officer or his nominee, and
one another any fact or circumstances which might be such to cause either the Employer or
the Contractor to question the continued existence of the impartiality and independence
required of Board Members.
(a) furnish to each Board Members one copy of all documents which the Board may request
including contract documents, progress reports, variation orders, and other documents,
pertinent to the performance of the Contract.
(b) in co-operation with the Employer, co-ordinate the Site visits of the Board, including
conference facilities, and secretarial and copying services.
5. The Board shall serve throughout the operation of the contract. It shall begin operation
following execution of this Agreement, and shall terminate its activities after issuance
of the taking over Certificate and the Board s issuance of its Recommendations on all
disputes referred to it.
6. Board Member, shall not assign or subcontract any of their work under this Agreement.
7. The Board Members are independent and not employees or agents of either the Employer
or the Contractor.
8. The Board Members are absolved of any personal or professional liability arising from the
activities and the Recommendations of the Board.
9. Fees and expenses of the Board Member[s] shall be agreed to and shared equally by the
Employer and the Contractor. If the Board requires special services, such as accounting,
data research, and the like, both parties must agree and the costs shall be shared by them
as mutually agreed.
(a) The Board shall visit the Site and meet with representatives of the Employer and the
Contractor and at regular intervals, at times of critical construction events, and at the
written request of either party. The timing of Site visit, failing agreement shall be fixed by
the Board.
(b) Site meetings shall consist of an informal discussion of the status of the construction of the
works followed by an inspection of the works, both attended by personnel from the
Employer, the Contractor .
(c) If requested by either party or the Board, the Employer will prepare minutes of the
meetings and circulate them for comments of the parties.
(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.
The Board shall make every effort to reach a unanimous Recommendation. If this proves
impossible, the majority shall decide, and the dissenting member any prepare a written
minority report for submission to both parties.
13. If during the contract period, the Corporation and the Contractor are of the opinion that
the Dispute Resolution Board is not performing its functions properly, the Corporation and
the Contractor may together disband the Disputes Resolution Board. In such an event, the
disputes shall referred to Arbitration straightaway. The Corporation and the Contractor
shall jointly sign a notice specifying that the Board shall stand disbanded with effect from
the date specified in the notice. The notice shall be posted by a registered letter with AD or
delivery of the letter, even if he refuses to do so.
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 65 of 68
COMPLETION CERTIFICATE
Name of Work :
Tender No. :
Name of Contractor:
Estimated Amount :
Completion Value:
Escalation Value :
Certified that the work has been completed in all respect as per the specification.
(Signature of Engineer-In-Charge)
Seal
e-Tender KAPS/CTC/3-4/CIVIL/2017/ET/552 IN- 937 Page 66 of 68
SECTION – VIII
SCHEDULES OF QUANTITIES AND RATES (PRICE BID)
Name of Work : Up-keeping the area of construction site at KAPP-3&4 Plant site for the year 2018-
2020.
Tender No.: KAPS/CTC/3-4/CIVIL/2017/ET/552
NAME OF THE CONTRACTOR
Rate Per
It Unit Total
Description Unit Quantity
No. Quantity Amount
TOTAL RS.
Note:
a. Above SOQR is for information only. Bidders are required to fill the downloaded excel sheet and
same is to be uploaded on web site.
b. The ‘Schedule of Quantity and Rates’ is to be read for the purpose of pricing in conjunction with
all sections of tender document.