Você está na página 1de 92

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/PIPING/2016/ET/292

-34

Miscellaneous Piping Fabrication and Erection works including


Supply of materials and Housekeeping in KAPP-3&4 areas.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 1 of 92

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.

2.

SECTION I

PROCEDURE FOR REGISTRATION &


OBTAINING
DIGITAL
SIGNATURE
CERTIFICATE FOR E-TENDERING
E TENDER NOTICE & STANDARD NIT

3.

SECTION II

MEMORANDUM OF AGREEMENT

32

4.

SECTION III

SPECIAL CONDITIONS OF CONTRACT

34

5.

SECTION IV

GENERAL CONDITIONS OF CONTRACT

48

6.

SECTION V

49

7.

SECTION VI

TECHNICAL SPECIFICATION AND SCOPE


OF WORKS
SCHEDULE OF DRAWINGS

8.

SECTION VII

62

9.

SECTION VIII

SCHEDULE OF MATERIAL TO BE
SUPPLIED BY THE CORPORATION &
FORMATS OF VARIOUS CONTRACTUAL
DOCUMENTS
BILL OF QUANTITIES / SCHEDULES OF
QUANTITIES AND RATES

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

61

84

Page 2 of 92

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 ETENDERING
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
TURN OVER OF CONTRACTORS
ANNUAL REGISTRATION
MODE OF PAYMENT
FEE (Including Service Tax)

Sr
.
N
o
01 Up to Rs.50 lakhs
Rs. 1140/- (For One Year)
02 More than Rs.50 Lakhs & up to Rs. 3420/- (For One Year)
Rs.5 Crore
03 More than Rs.5 Crore
Rs. 5700/- (For One Year)

ANY ONE OF FOLLOWING:


1. By PNB Net Banking
2. By Credit Card / Debit Card
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 / etoken) 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).
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 3 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
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
LIMITED,
02
DSC Class-IIIRs. 4218/- (1 Year) Rs.2997/- (1 Year)
Payable at
Organization
Rs. 5157/-(2 Year) Rs.4031/- (2 Year)
Bangalore.
(Contractors)
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 9408165978 e-mail id:
twhelpdesk637@gmail.com

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 4 of 92

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:
1
2

3
4

5
6

7
8
9

10

11

12
13
14
15
16
17

GENERAL DETAILS
Tender no.
KAPS/CTC/3-4/PIPING/2016/ET/292
Name of work
Miscellaneous Piping Fabrication and Erection works
including Supply of materials and Housekeeping in KAPP3&4 areas.
Estimated cost of the work inclusive Rs. 1,57,10,350/of all taxes but excluding service tax
Bid security @ 2% of estimated cost Rs. 3,14,207/excluding Service tax subject to
maximum of ten lakh
Mode of tender
Public
Type of tender
One Part - Two Bid System
Mode of bid security submission
1) Credit / debit card
2) RTGS / NEFT
3) Online payment
Completion period
24 (Twently four) Months (including monsoon period)
Tender processing fee including Rs.5,750/-in favour of M/s. ITI Limited through on-line
taxes
payment, debit /credit card
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://eprocure.gov.in
Dates of availability of tender On website www.tenderwizard.com/DAE From 29.06.2016
documents for downloading after (10:00 Hrs.) up to 10.07.2016 (17:00 Hrs.)
paying processing fee. (Selling
period)
Last date and time of submitting 11.07.2016 (up to 17.00 hours)
online
queries/questions
for
clarification in both cases whether
pre- bid meeting is envisaged or not
Pre-bid meeting
Not applicable
Last date and time of closing of 18.07.2016 (17:00 Hrs.)
online submission of tenders:
Date and time of online opening of 21.07.2016 (11:00 Hrs.)
technical bid.
Date and time of online opening of Will be notified on the website at a later date.
financial bids
Competent authority inviting tender Chief Construction Engineer KAPP-3&4
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
(on working days and during office e-mail : brpatel@npcil.co.in
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 5 of 92

Nuclear Power Corporation of India Limited


hours only)
18

Help Desk

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
On working days and during office hours (10:00 to
17:00Hrs)
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
Steps to Uploading (Submitting) the tender.
a: Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
b: Bidder will be able to download required tender documents by clicking EDIT attachment
button for any number of times till last date of submission.
c: Pay bid security deposite /EMD fee online via E-payment/NEFT/RTGS or MSME exemption
as applicable.
d: Prospective bidder has to download excel/pdf document, fill scan and upload the same
without renaming it.
e: Prospective bidder has to attach requisite documents from document library.
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 & prequalification criteria carefully. He should only submit his bid if he considers himself eligible and
he is in possession of all the documents required.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 6 of 92

Nuclear Power Corporation of India Limited


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

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 7 of 92

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.
No
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17

DESCRI PTION

Registration of company defining constitution, legal status, place of registration


Power of attorney of the signatory of bid as per relevant clause of NIT
PAN card
Registration of sales tax/VAT/WCT certificate
Registration of TIN certificate
Registration of service tax certificate
Registration of EPF
Registration of ESIC for areas under coverage of ESIC.
Certificate of annual turnover of last 3 years stamped & signed by Chartered Accountant as
per annexure - 2 of NIT
Statement of value of work executed during last five financial years stamped and signed by
Chartered Accountant as per annexure - 3A of NIT
Statement of existing commitments and on-going works and value of bid capacity stamped
and signed by Chartered Accountant as per annexure - 3B of NIT
Work experience 1: As per annexure - 1 of NIT
Work experience - 2: As per annexure - 1 of NIT
Work experience - 3: As per annexure - 1 of NIT
Work experience - 4: As per annexure - 1 of NIT
Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail
benefit of clause 25
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 8 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
participation in any of the tender of corporation. Further financial details and related
supporting documents, if required may be asked from contractor after opening of technical bid.
There is no need to upload entire voluminous balance sheet.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification criteria in
the excel sheet uploaded for the purpose. The technical evaluation shall be done based on the
data provided in excel sheet and the relevant document uploaded to support the same. In case
where the relevant information is not filled in the uploaded excel sheets while commensurate
supporting documents are uploaded, the supporting documents shall not be considered in
evaluation as the technical evaluation sheet is auto generated by system.
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 tender is being opened on e-tendering portal should be either of the
following:
a)
Three similar completed works, each costing not less than the amount equal to 40%
of the estimated cost
or
b)
Two similar completed works, each costing not less the amount equal to 50% of the
estimated cost
or
c)
One similar completed work costing not less than the amount equal to 80% of the
estimated cost.
Note: Work executed for private body will be considered only if contractor / firm produce
tax deduction at source certificate.
or
d)

(Not applicable) On going work of similar nature in any Central Government/State


Government/PSU bodies in which the value of work completed up to last day of
month previous to the one in which tender is being opened shall not be less than the
amount equal to 60% of the estimated cost. Certificate in this regard by Engineer-InCharge shall be considered.

Similar work for the purpose of this contract is Execution of piping works or structural works.
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 9 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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.
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 10 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
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 Annexure3A 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.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 11 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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.
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 12 of 92

Nuclear Power Corporation of India Limited


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

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/PIPING/2016/ET/292

Page 13 of 92

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/PIPING/2016/ET/292

Page 14 of 92

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)
b)
c)
d)
e)
f)
g)

Notice Inviting tender (Including Pre-qualification criteria), e-tender notice


Memorandum of Agreement
Special Conditions of Contract
General Conditions of Contract
Technical Specifications / Datasheets
Drawings, if any
Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit, Memorandum of
Understanding / Consortium Agreement, Lump sum Advance, Form of Hypothecation Deed,
Disputes Resolution Board, agreement, format of completion certificate, and format of
Performance Guarantee.
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/PIPING/2016/ET/292

Page 15 of 92

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 nonresponsive 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/PIPING/2016/ET/292

Page 16 of 92

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 etendering 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/PIPING/2016/ET/292

Page 17 of 92

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
for the submission of the bid is declared as holiday for the office inviting tender.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 18 of 92

Nuclear Power Corporation of India Limited


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

16.0
16.1

16.2
16.3

(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.
Bid opening
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.
The bids without stipulated bid security amount and other mandatory documents as per NIT
shall be summarily rejected.
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.
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.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 19 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 20 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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.
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 21 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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
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.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 22 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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/Chief Construction Engineer


KAPP-3&4
COMPETENT AUTHORITY
For and on and behalf of NPCIL

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 23 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
ANNEXURE - 1
WORK EXPERIENCE
1
2

Name of Work
Agreement / Contract No. / Work Order No.

Name and address of client

Whether the client in public / private entity

5
6

Date of Start
Stipulated date of completion

Actual date of completion

Extension letter (mandatory if the work done for


privately owned companies is completed after
extension)
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/PIPING/2016/ET/292

Page 24 of 92

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
underSR.
NO.
1.

DESCRIPTION

2.

Profits/ loss before


taxes
Profits/loss after taxes

3.

Annual turnover

AUDITED FINANCIAL DATA FOR LAST 3 FINANCIAL YEARS


Year
Year
Year
Year________
________
________
________

NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium. All such documents
reflect the financial data of the bidder or member in case of JV/ Consortium, and not that of sister
of parent company.
2. The financial data in above format shall be certified by Chartered Accountant / Company Auditor
under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he has to
submit a certificate by a CA certifying that the balance sheet has actually not been audited so
far. The certificate shall be signed by bidder also. In such case the financial data of 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/PIPING/2016/ET/292

Page 25 of 92

Nuclear Power Corporation of India Limited


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

Remarks

Anticipated
date of
completion

Value of
work
remaining to
be done

Stipulated
period of
completion

Value of
Contract (Rs.
In lacs)

Name &
Address of
Client

Contract No.
& Date

Place & State

Description
of Work

FINANCIAL DATA
(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)

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/PIPING/2016/ET/292

Page 26 of 92

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 &
Address

Work Order
No.

Name of Work

Cause of
dispute

Amount

Remarks and
the present
status

ANNEXURE 6
REGISTRATION WITH MSME
Name & Address of
Registering Authority

Class of Registration

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Name of Service

Valid up to

Page 27 of 92

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
Sr
No
1.
2.

3.
4.
5.

6.

7.
8.

9.
10.
11.
12.

13.

14.

15.

Nature of tax

(Please provide drop down list)


Response by bidder

Excise Duty
Have you included excise duty in the bid price?

YES / Not Applicable

If YES, Confirm you shall furnish duty paying


documents in original and comply with the
procedural requirements and conditions at the time
of billing to NPCIL.
Excise Duty Registration Number
Sales Tax
Have you included VAT /CST in the bid price?
YES / Not Applicable
If VAT / CST is not applicable, the reason thereof:
1. Being pure labour contract.
2. Being exempted goods.
3. Any other reason (please state)
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
VAT TIN and CST TIN
VAT:
(if unregistered, mention so)
CST:
Confirm Tax Invoice as provided under the
respective State VAT Rules shall be issued while
billing.
Service Tax
Whether service tax is applicable?
YES / Not Applicable
If Not Applicable, the reason thereof.
Service Tax Registration number of the bidder.
The Constitution of the bidder.
1. Individual / HUF
2. firm
Please state whether you are a:
3. LLP
4. Company
5. Others
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)
Please state the rate and share of service tax payable 1. Service Provider
by;
Rate:______
Share:_____
2. Service Receiver
Rate:______
Share:_____
Confirm Tax Invoice as provided under the relevant
Service Tax Rules shall be issued
while billing.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 28 of 92

Nuclear Power Corporation of India Limited


Sr
No
16.
17.

Nature of tax

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Response by bidder

Permanent Account Number of the bidder


PAN:
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/PIPING/2016/ET/292

Page 29 of 92

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/PIPING/2016/ET/292

Page 30 of 92

Nuclear Power Corporation of India Limited


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

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.

16.

ANNEXURE 11
APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTERING
SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS
Name of the person
:
Name of the firm / company
:
Age
:
Details of identification proof* :
Designation
:
Address
:
Contact No.
:
Landline/ Mobile No.
E-mail ID
:
Purpose of visit
:
Person whom you want to :
meet
Date of visit
:
Time of visit
:
Vehicle No.
:
Drivers name & age
:
Additional persons, if any *
:
Name
Age
Designation
Remarks
:

*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving
License, any other ID card issued by Government etc. shall be produced at CISF Main gate for
entry. Mobile phones, laptop and any other electronic device are not permitted.
The information given above is true to the best of my knowledge.

Signature of the bidder with date.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 31 of 92

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.
(a) General Description of work

(b) Time for completion of the


work
(c) Estimated Cost
(d) Bid Security Amount
(e) Security Deposit

MEMORANDUM
Miscellaneous Piping Fabrication and Erection works
including Supply of materials and Housekeeping in KAPP-3&4
areas.
24 (Twently four) Months (including monsoon period))
Rs. 1,57,10,350/Rs. 3,14,207/10 % 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/PIPING/2016/ET/292

Page 32 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Dated the _______________ day of______________ 2016.
**(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___________ 2016.
****__________________
*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/PIPING/2016/ET/292

Page 33 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
SECTION - III
SPECIAL CONDITIONS OF CONTRACT
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.

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)
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.
Bidder shall furnish complete latest contact details where work has been carried out.
Bidders shall keep ready the entire original document uploaded/submitted for PQ and
submit/produce for verification immediately on demand.

a)

b)
c)
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
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 34 of 92

Nuclear Power Corporation of India Limited


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

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.
11.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 35 of 92

Nuclear Power Corporation of India Limited

11.2

11.3

11.4

11.5
11.6(a)

11.6(b)
11.7

11.8
11.9

11.10

11.11

(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).

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.
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.
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.
The contractor shall be required to prepare and submit safe work procedures /Job Safety
Analysis of all hazardous jobs before taking up jobs.
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).
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.
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.
All the electrical power extension boards used by the contractor shall be provided with ELCB.
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.
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.
Responsibility of safety and security of the contractors employees when they are working in
the plant site is rests with the contractor.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 36 of 92

Nuclear Power Corporation of India Limited


11.12

12.

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
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.

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
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.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 37 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
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 to the contractor at the address mentioned by
the bidder in the annexure 11 of section -1 of NIT.

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)

b)

Note:

18.

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.
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.
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.

Minimum Wages Act:


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.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 38 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The prevailing rate of minimum wages of Construction or Maintenance for unskilled, SemiSkilled, Skilled and High Skilled categories of Industrial workers are Rs. 287.80, 295.80, 347.00,
407.00 per day respectively as on 01/04/2016. 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)

Monthly Bonus component @ 8.33% of monthly minimum wages for the scheduled
employment (irrespective of work period) or of Rs. 7000/-month whichever is higher.
(The eligibility of employee for payment of bonus shall be limited to drawing wages up to Rupees
Twenty One Thousands Rupees (21,000/-) per month).

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.

Provident Fund for Contractors Worker:


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
20.

20.1

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 39 of 92

Nuclear Power Corporation of India Limited

20.4

21.

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
or withdrawal of PF amount of his employees / workers as per the requirement of his
employees / workers.
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.
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
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. Preemployment medical examination of all the contractors employees shall be arranged within 15
days of deployment of new worker by the respective contractor.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 40 of 92

Nuclear Power Corporation of India Limited


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

Terms of Payment
The Contractor will be allowed to raise bills not more than once in a month for the work
executed during the previous month and measurements are taken jointly by Engineer &
Contractor. The payment shall be regulated in the following manner, and the contractor is
deemed to have accepted the same.
SOQR Item Nos. 1 to 23 : 75% rate of supply items shall be released after receipt and
acceptance of materials at site and 15% rate of supply items shall be released after completion
of erection, testing and handing over the system and balance 10% rate of supply items shall be
released after material accounting.
SOQR Item Nos. 24 to 32, 35 to 37 & 46 to 50 : 80% of quoted rate shall be released after
completion of the activity and accepted by the ENC and remaining 10% of quoted rate shall be
released after testing and handing over of the System and remaining 10% shall be released
after material accounting and release of site.
SOQR Item Nos. 33, 34, 38 to 45 & 51 to 56: 100% of quoted rate shall be released after
completion of the activity in all respect and accepted by ENC
The contractor has to submit all inspection reports for acceptance of the work along with the
bills.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 41 of 92

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/PIPING/2016/ET/292

Page 42 of 92

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.
2.

Name of the Factory :


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

3.
4.
5.

c)
d)
e)
f)
g)
h)
I)
6.

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


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

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

a)

Chemicals and hazardous materials including


prescribed materials

b)

Operation of Machines / Material Handling


Equipments

Recommendations
( Cleary specify Fit or Unfit )

1. EOT Cranes & Mobile Crane


2. Locomotives

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 43 of 92

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
Last Examination

REMARKS
Next Examination

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 44 of 92

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)
2)
3)
4)

Name of the Medical practitioner.


Qualifications.
Registration Number and Data.
Address.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 45 of 92

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


(Rs)

Present No. of
days

Amount (Rs.)

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

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

worker's signature or
Thumb impression

Page 46 of 92

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/PIPING/2016/ET/292

Page 47 of 92

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/PIPING/2016/ET/292

Page 48 of 92

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
1.

INTRODUCTION
This section defines the contractors scope of work and technical requirement for the work of
Miscellaneous Piping Fabrication and Erection works including Supply of materials and
Housekeeping in KAPP 3&4 areas.

2.

SCOPE OF WORK
The work includes supply of required CS/SS pipe fittings, flanges, nipples, caps, anchor
fasteners, SS shims, CS/SS structural as and when required, handling, storage, cleaning,
fabrication, erection, inspection, NDT, testing of piping, valves, supports, painting, equipment
erection, valve testing, misc. works like housekeeping , handling and transportation of
equipment/scrap, dewatering , supply of manpower etc. based on prevailing conditions at all
height at all locations as per the technical specification and as directed by the Engineer In
Charge.

3.
3.1

SUPPLY OF MATERIALS
The quantities indicated in SOQR are only tentative. Compilation of the BOQ for CS/SS piping,
supports, and structural work etc. from the drawings and get those approved by Engineer Incharge before procurement of any materials depending upon the requirement from time to
time. No fixed quantities of drawings are applicable for the work. Depending upon the site
requirement, drawings will be issued for taking up the work. Most of the works are of
modification type works and rework in nature, hence the fabrication and erection works are to
be taken up as required from time to time. Materials, if available with NPCIL will be issued first
on free issue basis. Otherwise only, clearance will be given for procurement of materials.

3.2

CS structural like angles, channels, I-beams, plates, flats, rounds, u bolts, fasteners, SS shims, SS
plates, SS rounds, shim plate, chequered plate, beam attachment and CS/SS pipes, pipe
fittings, flanges etc. shall be as per drawings, specifications, from the recommended source
with co-related original material test certificates and as per instructions of Engineer-in charge.
The materials shall be offered for inspection with supporting documents for acceptance at site
as per approved QAP. If original co-related material test certificates are not available, then the
material will have to be tested at NPCIL approved laboratory at no extra cost to NPCIL.
However, all the required facilities for carrying out the inspection shall be provided by the
contractor. The contractor shall prepare site inspection report in the prescribed format based
on which the payment against supply items will be released to the contractor.

3.3

Proper storage and preservation of the contractor supplied/ free issue materials shall be
maintained till their installation as per standard practices.

3.4

Collection and transportation of free issue materials from client stores or any other location in
the premises of plant is in the scope of contractor. Rate quoted for erection of those items
shall include this cost. No separate payment will be made for this work. The pipes and other
structural materials shall be stored at least 200 mm above the ground level using suitable
concrete/wooden sleepers. The ends of pipes, fittings and valves shall be suitably capped with
PVC caps at all the times to prevent entry foreign materials. The pipe fittings, flanges and
valves shall be stored in closed storage area. All SS materials (supply and free issue) shall be
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 49 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
stored separately in a covered storage, at no point of time stainless steel material shall come in
to contact with the carbon steel materials.
3.5

The list of some suggested vendors for supplying the various items is given below.
Sl. No

Item

Vendor name

PIPE FITTINGS

M/s STEEL SAMRAT, TARAPUR


M/s M S FITTINGS, KOLKATA
M/s EBY INDUSTRIES, MUMBAI
M/s ARVIND PIPES & FITTINGS, MUMBAI
ECHJAY INDUSTRIES LTD., RAJKOT
EBY FASTENERS, TALOJA
COMMERCIAL SUPPLYING AGENCY, MUMBAI

STRUCTURAL CS/SS

M/S LLOYD STEEL MUMBAI


M/S SAIL, MUMBAI
M/S RASTRIYAISPAT NIGAM, MUMBAI

FASTENERS

M/S ALCO , HUBLI


M/S BOLT MASTER, VASAI
M/S GKW, MUMBAI
M/S INDUSTRIAL, FASTENER, MUMBAI
M/S LAXMI PRECISION, MUMBAI
M/S PRECISION ENGINEERING, INDUSTRIES,
BARODA
M/S PRECISION FASTENERS, MUMBAI
M/S SUNDARAM FASTENERS
M/S TVS, CHENNAI
M/S MEGA ENGINEERING P LTD RABALE

In case of any difficulty, the Contractor can also propose vendors other than those listed in the
vendor list with proper justification. In such cases, the Contractor shall evaluate these vendors
with respect to their technical and financial capabilities, order booking position, adhering to
delivery schedule, etc. and submit the reports to NPCIL for review and approval. Selection of
vendors and inspection agencies & the inspectors, shall be subjected to approval of NPCIL. It
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 50 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
shall be Contractors responsibility to ensure that the Vendor selected implements the quality
assurance programme in line with NPCILs quality assurance programme in respect of work he
is performing.
4)
4.1

ERECTION OF WORKS
Normally, isometric drawings/ FCNs/ ECNs etc., will be issued to contractor by ENC. However,
isometric drawings required to be prepared for field routing pipe lines shall be prepared by
Contractor and got it approved from NPCIL prior to taking up work as per the instructions of
ENC. Preparation of Design Concession request (DCR), Field Change Notices (FCN), Field
change proposal (FCP) wherever required in consultation with Engineer in Charge.

4.2

Drawings prepared by the Contractor shall be approved by NPCIL prior to taking up actual
fabrication / erection work either at shop or erection site. The Contractor shall provide all the
required drawings in hard copy and soft form which is compatible with the software and
version available with NPCIL.

4.3

Submission of detailed work schedule to meet the targets, Preparation of Work procedures,
Job hazard analysis, Safe working procedures, QA plans and get those approved depending
upon the nature of work.

4.4

Cleaning of CS/SS pipes, fittings, structural, fabrication including cutting, grinding, fit up,
welding, alignment, erection with all NDE requirement, inspection, testing of installed system,
cleaning and application of paint, including supply of manpower, tools & tackles, consumables,
clamping with U bolts, installation of SS shims etc. to complete the works in all respects as per
the drawings, specifications and as per the instructions of Engineer In Charge.

4.5

Technical requirements for the works are covered by the following technical specifications will
be the part of the tender document :
Sl. No
1

Specification
PC-P-285

PC-P-344

PC-P-345

PC-E-615

Description
Specification for Field welding of piping
for
KAPP-3&4
Specification
for Piping fabrication and
erection for KAPP-3&4
Specification for Cleaning methods for piping
for KAPP-3&4
Technical Specification for paints in Nuclear power
plants

In the event of conflicting requirements between the specifications and the drawings, the
governing requirement shall be at the discretion of the Engineer. In the instance where the
Contractor is unable to achieve any particular technical requirement, he must apply to the
Engineer with full justification for regularization of non-conformance. Any deviation from
technical requirements must be recorded and duly approved by the Engineer in order to comply
with Clause for The Completion of Work". The Contractor shall not undertake any prefabrication job outside the Project area unless expressly permitted by the Engineer. All items
fabricated outside the Project and all material to be supplied by the Contractor is subject to
Engineers Quality Surveillance. The Contractor shall not dispatch any material / equipment to
the Project prior to obtaining written shipping release from the Engineer.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 51 of 92

Nuclear Power Corporation of India Limited


4.6

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Dismantling of already erected pipes and supports (CS/SS) at different locations of main plant
area based on prevailing conditions at all height. In some of those areas, the modifications are
to be carried out as per the drawings/FCNs/ DCQs/FCPs. The erected pipelines along with
fittings, valves and supports in those areas are to be cut and removed as per the site
requirement. The cut surfaces shall be ground smooth. While cutting, care shall be taken to
prevent any fall of slag, burning of cables, and damage to other structures, instruments/
equipment and other installations etc. Proper fire blankets shall be used to prevent fall of slag.
The material dismantled shall be reused wherever feasible and remaining material shall be
deposited back to NPCILs store.

4.7

The contractor shall note that the work shall be carried out mainly in those places where the
pipelines and supports are already erected and wherever further modifications are required.
Wherever feasible, the dismantled pipes, fittings, support materials shall be reused by proper
grinding/ edge preparation, machining etc. before erection. The fabrication shall be carried out
in a clean area free from dust etc. Where ever field joints are made utmost care shall be taken
to prevent ingress of foreign materials inside the pipes. The grinding wheel used for carbon
steel shall not be used for SS fabrication. For SS fabrication, the only stainless steel wire
brushes shall be used. Tools used for CS fabrication shall not be used for SS fabrication. Proper
colour coding of the tools and grinding wheels shall be maintained for SS fabrication.

4.8

Utmost care shall be taken to preserve SS materials like pipes, plates, pipe fittings, flanges, and
other structural materials till their use. If any SS structural member required for SS support the
same shall be fabricated by plates as per the requirement, specification, code, and approved
drawings and as directed by Engineer in Charge.

4.9

Equipment erection (Rotary and stationary) as per the drawing, specification, approved
procedure and as directed by the ENC. All rotary equipment shall be tested individually for
proper alignment and smooth operation without exceeding permissible vibration and noise
limits. The cost is inclusive of arranging all types of tools, tackles, hoisting, temp structures,
chain pulley blocks, plant and machineries manpower etc. required for successful completion
of works.
However minor civil works like chipping and roughening of surfaces, enlargement and
deepening of foundation pockets, etc. for support/equipment including the grouting of
foundation bolts/ base plate after alignment as per the procedure shall be carried out by the
contractor and is also included in the scope of support and equipment erection works.
All loose components and parts which are likely to be damaged such as instrument gauges,
limit switches, fittings, etc. during erection shall be removed and kept in safe custody of the
Contractor and shall be installed after modification works as directed by the Engineer.

4.10

Small bore pipe bending as per the drawing, specification, approved procedure and as directed
by ENC.

4.11

Installation of Anchor fasteners of various types/sizes depending upon the requirement at


prevailing condition at all required height including manpower, tools, tackles, equipment,
handling, all arrangement required for installation like drilling, installation and torqueing shall
be in the scope of contractor.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 52 of 92

Nuclear Power Corporation of India Limited


4.12

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Handling and safe transportation of CS/SS materials and Equipment within KAPP 1-4 premises
as directed by Engineer in Charge including cost of handling, manpower, equipment, tools and
tackles and safe preservation etc.

4.13

Some of the Isolation Valves like Gate, Globe, Butterfly, Check, etc. are required to be retested
for their leak tightness and relief valves are to be reset for their pressure settings. For above
purpose the Contractor shall draw the valve from NPCIL stores/ any other place at KAPP site.
Rates quoted shall include labour, handling, cleaning, arrangement, tools, tackles, providing
calibrated gauges, SRVs to complete the hydro/Pneumatic test depending upon the
requirement as per the specification and as instructed by ENC.

4.14

Providing of suitable RCC pedestals for supports, equipment etc. as required and as directed by
Engineer in Charge including manpower, reinforcement, shutters and concreting, etc.,

4.15

Submission of erection reports, progress reports, work procedures, construction completion


certificates, as built drawings, material accounting, depositing of surplus materials and scraps
to Engineers stores etc. and all other documents related to works.

4.16

Unless otherwise specified, all temporary structure required for shifting, lifting, erection and
alignment etc. for piping/equipment/structural erection is included in scope of erection works.

4.17

Supply / arranging soluble dams for purging of closure joints, etc. wherever required for SS
welding, the specification and make of soluble dams shall be subjected to approval by NPCIL.

4.18

Arranging all types of tools, tackles, plant and machineries, etc. required for successful
completion of work.

4.19

Hydro/Pneumatic test of piping shall be carried out as per the requirements of NPCIL
specifications. Schemes and procedures for test shall be prepared by the contractor and the
same shall be reviewed and approved by ENC.
The range and least count of pressure gauges (including master gauge / manometer / digital
type) shall be i n l ine w it h t he applicable codes, specifications and procedures. In
certain systems, precision pressure gauge having least count 0.01 kg/cm2 also may be
required and the same shall be provided by Contractor.
1)

Validity of calibration of pressure gauges and setting of relief valves shall be within 15
days prior to test unless otherwise specified. Required number of relief valves and
pressure gauges, as per the test scheme, shall be provided by Contractor.

2) Some of the circuits may need pressurization and testing more than once, as per the

system requirement. This re-testing and pressurization will be in the scope of the
Contractor.
4.20

The Contractor shall maintain records pertaining to the quality of work and examination /
inspection attesting the compliance with all drawings and technical requirements. For material
supplied by him, the Contractor shall forward to the Engineer one copy of test certificate
pertaining to the origin and specification of material.
List of procedures and other documents for site works shall be prepared by Contractor in
consultation with Engineer and the same shall be approved by Engineer before execution of
the work. All corrections, additions etc. suggested by engineer shall be incorporated.
After acceptance of the documents, Contractor shall submit copies to ENC for his reference.
Contractor shall also submit the soft copies of documents.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 53 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
The Contractor shall prepare spool drawings of pre-fabricated assemblies and take up
maximum work in the shop in order to improve quality and reduce field work. Such preassemblies shall have minimum numbers of welds. On completion of piping, the Contractor
shall prepare and submit as built drawings" progressively in soft form (editable form) along
with hard copy.
4.21

During the execution of the contract, the following reports shall be submitted to the
Engineer in the format finalized at site:
1)
2)
3)

Daily progress and weekly planning report


Six Monthly Plan
Welders Performance & Qualification Records.

HOUSEKEEPING WORKS

5.1

Sweeping of WMP Building KAPP 3&4, i.e. basement, 100, 106 M EL and other misc. areas
including cleaning of equipment, piping, structural, staircase, platforms and collecting dust,
soil, lumps of soil, aggregate, waste/garbage, debris and disposing off the same at designated
place etc. including the cost of accessories, brooms, dust bins etc. as required for completion
of this operation as directed by the Engineer-in-charge.

5.2

Wet mopping/washing the entire floor area of WMP building including cleaning/mopping of
permanent structures, platforms, stairs, sumps, piping, equipment etc. and carry out mopping
with standard mop with water, phenyl or any other approved disinfectant including cost of all
required consumables, accessories etc. to execute this operation as directed by the Engineer
in-charge.

5.3

Cleaning with vacuum cleaner, the entire floor area/walls of WMP building including
permanent structures, platforms, piping, equipment , stairs etc. and carry out cleaning with
heavy duty vacuum cleaner including cost of equipment, accessories, consumables, electricity
to execute this operation as directed by the Engineer-in-charge.

5.4

Collection and disposal of garbage/waste, lumps of soil, scrap, concrete waste, wooden waste,
welding electrodes and similar other waste by providing a tractor with trailer (Capacity min. 3
Cu. mtr. with hydraulic arrangement for unloading) including cost of driver with valid license,
helper, fuel, lubricants, handling arrangement etc. However segregation of waste shall be
done at source at different dust bins depending upon the nature of waste and shall be
disposed off as directed by Engineer -in-charge; the reusable material shall be
deposited/stacked as directed by Engineer-in-charge.

5.5

The contractor has to maintain separate register for every operation and manpower
attendance and get it approved every day after each operation or as directed by Engineer-inCharge. These records will be the basis for measurement and regularization of payment.
Separate manpower shall be deployed for each operation i.e. for sweeping, wet mopping,
cleaning with vacuum cleaner, collection and disposable of waste etc.

SUPPLY OF MANPOWER
Supply of highly skilled, skilled, un-skilled manpower as per the requirement for commissioning
activities and as directed by the Engineer in Charge. However all required tools and tackles,
PPEs for successful completion of work shall be arranged by the contractor. The contractor has
to maintain separate register for manpower attendance and get it approved every day or as
directed by Engineer-in-Charge. These records will be the basis for measurement and
regularization of payment.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 54 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
7

MISC. WORKS

7.1

Dewatering of rain and ground water shall be carried out from sump/excavated pit etc. as per
the requirement and as directed by Engineer in Charge at prevailing conditions. The qualified
electrician/operator and helping group shall be arranged by the contractor, the electricity and
pump will be provided by NPCIL, however all required tools, tackles, hose pipe to connect to
nearby storm drain, electric cables with extension board with ELCB from NPCIL panel board to
required location shall be the scope of the contractor. Contractor has to maintain total working
hrs. in a separate register and get it approved from time to time from Engineer in Charge and
same shall be regulated for making payment.

7.2 Lettering by painting on piping and equipment by approved paint including supply of paint,
tools , tackles, manpower, background painting strip as per the specification of required colour
and as directed by Engineer in Charge.
8.

CONTRACTOR'S ORGANISATION
The bidder shall furnish detailed organization he proposes to deploy on the work. The
organization set up shall indicate number and category of personnel at different grades and
work force of different category at site to ensure satisfactory and timely completion of the
contract. Cost and time over runs arising out of insufficient deployment of manpower by
contractor will be to the contractors account.
Contractor shall deploy sufficient no. of execution engineers/ supervisors to meet the work
requirement. He shall deploy ISNT/ ASNT level II qualified inspectors for performing
inspection activities. QA inspectors deployed shall be got authorized by NPC QA head at site
before deploying on job. Contractor shall deploy safety supervisor having qualification with
Diploma in Engineering and Diploma in safety from government recognized institution or 6yrs
experience or as stated in Project instruction clause no: PI/001/R2. However their deployment
on specific job shall be based on assessment by Contractor and acceptance by NPCIL by
authorization process.

9.

HOISTING
Dragging of material like pipe/valve/pipe fitting on the ground shall not be permitted. Where
the Contractor has to attach his hoisting equipments to Projects existing structure written
procedure of rigging operation must be submitted for the Engineer's approval. In the work
area where the Engineer may have in time installed hoisting equipment, which is part of the
project permanent installation, the Contractor will be permitted to utilize it, free of charges
for the execution of his work. The Engineer will provide competent operator. The same
does not apply in the event of the Engineer's permanent hoisting equipment being not
available, engaged for his work or being out of order. This shall not be the cause for
claims of extra payment or an excuse for delays in executing the work.
This facility is offered purely on the ground to increase safety of hoisting operations and to
remove unnecessary congestions, if and where possible.

10.

PAINTING
Painting of piping, supports, equipment and any other structural with surface cleaning,
application of primer and finish paint of NPCIL approved brand and as directed by ENC.
However cost of labour, paint, handling, tools, tackles, equipment etc. for successful
completion work shall be included in the respective quoted rates.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 55 of 92

Nuclear Power Corporation of India Limited


11.

CONSTRUCTION
DOCUMENTS

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
COMPLETION CERTIFICATES AND SYSTEM TRANSFER FORMATS /

Contractor, after the completion of erection and testing, shall prepare construction
completion certificate (CCC) and system transfer document (STD).
Systems / sub systems shall be divided into small part for the purpose of preparation of the
construction completion certificates (CCCs). All CCCs to be prepared shall be identified and a
master list of the same shall be approved. Based on this master list, CCCs and STDs shall be
compiled by Contractor and submitted to Engineer for review. The technical review of these
documents shall be done by QA, FE for conformance to the requirements as laid down in
the relevant procedures and completeness before submission to Engineers commissioning
representative. All deficiencies observed in the document as well as physically at site shall be
attended and rectified by Contractor.
12.

THE COMPLETION OF WORK


As far as technical requirements are concerned, the Contractors work shall be considered
completed when the equipment and piping systems are installed complete in all respects in
accordance with drawings and specifications and have passed all examination, inspection
and tests requirements described in technical specifications issued with this document. The
Contractor shall prepare and submit the Construction Completion Certificate (CCC) for
various identified systems / sub systems attaching all relevant documents..
Contract completion certificate will be issued by Engineer only after all CCCs have been
accepted by the Engineer, and after other provisions of general contract conditions are duly
met like material reconciliation, clearance of site etc.

13.

MATERIAL ACCOUNTING
1.

The contractor will account for all the material, either supplied/procured by him or issued
as free/chargeable by NPCIL. No payment shall be made for this. The material account shall
be furnished progressively during the course of contract with each Running Account Bill
and the complete material account must be submitted within three (3) months of the
contract completion. The contractor shall make as built drawings and get those approved
from the Engineer-in-charge as per specifications. These drawings shall form the basis for
material consumption during the contract period.

2.

The contractor will give complete account of material supplied by him or issued as
free/chargeable by NPCIL and incorporated in the Facilities.

3.

NPCIL will accept surplus material procured and supplied by the contractor within the SOR
subject to the following
a) Materials are received and accepted at site
b) Material has been stored/ handled at site in proper manner. Surplus material should be
in good condition with no deterioration noted in such material. Any surplus material
rejected by the Engineer-in-Charge for these reasons shall be retained as scrap
beyond permissible limits and appropriate recovery shall be made after taking into
account residual value of such material, from the contractor in this respect.

Material procured by the Contractor willfully in excess of SOR requirement shall not be
accepted by the Purchaser, if found surplus.

5 The individual pieces of surplus materials shall be of the size, length, weight etc. as the case
may be, higher than the specification of scrap in respective categories.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 56 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
6 The Contractor shall furnish the cutting schedule of FIM materials for the approval of the
Engineer-in-Charge prior to starting of any activity. These include fabrication and
installation of support / pipeline, etc. This is required to cut down the amount of scrap at
the end of the Contract. The contractor will have to deposit the accountable wastage /
scrap to the NPCIL stores.
7

14.

15.

Scrap / waste (both accountable and unaccountable) up to permissible (Permissible Limits


of Wastage / Scrap), shall be to the account of the NPCIL. However, generation of scrap/
waste beyond the permissible limit given shall be to the account of the Contractor. In such
an event, recovery shall be charged as per prevailing rates in project /corporation for loss,
misuse and unjustified waste. adjusting for residual value of such excess scrap.

Definition of Scrap
1.

Items and materials of the following limiting dimensions shall be treated as scrap:

2.

CS/GI pipes 50 mm dia. and below pipe pieces less than 2 meters in length shall be
treated as scrap.

3.

SS pipes 50 mm dia. and below SS pipe pieces less than 0.5 meter in length shall be
treated as scrap.

4.

Structural Steel less than 1 meter in length shall be treated as scrap.

5.

In respect of plates having thickness 20 mm & below, the size of plate having dimension
1mtr x 1mtr & below will be considered as scrap. In case of plates having thickness of
above 20 mm, the size of plate having dimension 1mtr x 0.5 mtr & below will be
considered as scrap.

6.

CS/GI/SS pipes, all sizes above 50 mm dia. Pipe pieces less than 0.5 meter in length shall be
treated as scrap.

7.

Pipe Fittings & valves and other similar items shall not be accepted as scrap. However, the
welded fittings and valves etc. above 50 mm dia., which are rendered surplus by virtue of
change in layout, drawings, errors, etc. shall be deposited to the Engineers stores after the
edges have been prepared by the contractor without any extra charges. In case, the
Contractor fails to prepare the edges, an amount equal to 20% of the cost of welding will
be recovered from the Contractors bills at the rates prescribed in Schedule of Quantities &
Rates.

8.

For any other item / material not covered above, the sizes of scrap will be mutually agreed
as per the industry practices.

Permissible Limits of Wastage/ Scrap


Permissible wastage/ scrap (Accountable + unaccountable) to be allowed for following items
towards cutting and fabrication of pipes/structures are as follows:Sr. No.

Item

Accountable Unaccountable (max.)

Total

CS Pipes

4%

2%

6%

SS Pipes

4%

1%

5%

CS Structural and 4%
Plates

3%

7%

Wastage shall be accountable by weight in case of structural, plates and by running length in
case of other items.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 57 of 92

Nuclear Power Corporation of India Limited


16.

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Material Accounting due to change in Drawings / Dismantling
1) The items rendered surplus because of dismantling due to change in layout drawings,

interference with other systems or due to errors, etc. shall be fully accounted for. The
materials obtained from dismantlement will be used in the facilities as far as possible.
2) The Contractor will maintain record/register of dismantled materials in a form & manner as

directed by the Engineer-in-Charge. The Contractor will also submit the details of the
dismantled item along with the As Built Drawings.
3) The accounting of dismantled material will be done in the following manner:

a) CS & SS Piping Materials


1) All the pipe spools 50 mm & below will be kept in the safe custody of the contractor
till the completion of the Contract.
2) Fittings & valves rendered surplus for the size above 50 mm shall be retrieved and
deposited in the Engineers stores. However, the welded fittings & valves which are
rendered surplus will be deposited in Engineers store duly edge prepared & bevelled.
3) In case of CS material, the Contractor will assess immediately after dismantling as to
whether this dismantled material can be used within reasonable time. Further, if the
material cannot be used within that time, the contractor will retrieve fittings & valves
progressively and deposit it in Engineers store so as to avoid deterioration of material
due to corrosion etc.
4) All usable sizes of pipe shall be returned to Purchasers store.
5) The unusable length of pipe rendered scrap shall also be deposited in Purchasers store.
6) The Engineer-in-Charge reserves the right to retrieve at his discretion, the pipe fittings
and valves below the size of 50 mm also.
b) CS Structural and Plates, GI Conduit/SS Tubes, GI Sheet, Cables and Fabricated Supports
In case it becomes inevitable to dismantle the above items after installation due to
change in drawings, field layout etc. and if the items are not usable in the Facilities
partly or fully, the dismantled items will be considered as scrap.
All wastages / scrap generated in category (a) and/or (b) above due to dismantling shall be to
the account of the Contractor or the Purchaser depending upon as to which party is
responsible for the reason for such dismantling. As regards usable materials, the same can be
utilized in the facilities or treated as surplus and dealt with the relevant clauses of GCC as the
case may be.
17.

Return of Surplus Material to the Purchaser


Any Surplus material that the Purchaser as agreed to accept / retained shall be delivered,
unloaded and placed at a designated place in Purchasers stores at site. No payment on
account of loading, carting transportation, unloading, stacking, hoisting and hauling will be
made by the Purchaser.

18.

MEASUREMENTS AND PRICES FOR SITE / ERECTION RELATED ACTIVITIES:


a) Linear measurements will be in meters corrected to the nearest centimeter.
b) Inch dia = size of joint in NB (inches) X no of joints.
Inch mtrs= size of pipe/valve/fittings etc. In NB (inches) X equivalent length.
Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 58 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
Inch bend= size of pipe in NB (inches) X no of bends.
c) For computation of Inch-Meter (Inch-Mtr), inch-bend and Inch-Diameter (Inch- Dia)
nominal bore (NB) of the pipe shall be considered.
d) For computation of inch-mtr. for reducers, valves & unequal tee major diameter (NB) shall
be considered.
e) For computation of inch-mtr, the equivalent length will be considered as below:
I.

In case of each valve, strainer and expansion joint of sizes below 900 mm diameter (NB)
One meter.

II.

In case of each valve strainer and expansion joint of sizes for 900 NB & above Actual
length in meter.

III.

In case of fittings of all sizes - 0.5 meter.

IV.

In case of pipes of all sizes actual length in meters

f)

Payment towards erection of certain items/ components shall be made as piping erection
on inch meter basis. These include strainers, hoses, sight glass, flow gauge, flow indicating
gauge, bellows. etc.

g) For calculation of sq. mtr for surface preparation and painting activities will be done
h) For pipes, by multiplying perimeter and length measured along the centre of pipe including
fittings. For valves, equivalent length of 1 mtr. will be considered.
i)

For structural work, member surface area will be measured on actual basis.

j)

For nozzle welds, the size of outlet pipe (NB) shall be considered.

k) Reinforcement, if required, shall be considered as part of nozzle weld including, cutting of


plate, edge preparations, bending, etc. Welding of pad with main pipe shall be considered
for outer and inner diameters of pad. Outer diameter of reinforcement pad shall be
considered equivalent to nearest NB. Inner diameter of reinforcement pad shall be
considered equivalent outlet size.
l)

Quoted unit welding rates shall be considered for pipes and fittings up to / equivalent of
Sch. 80 / extra strong wall thickness. In case of thickness above schedule 80, one and a half
times of corresponding qty shall be considered. These rates shall include cost of cutting,
grinding, edge preparation, fit-up and welding in complete.

m) SS shims are to be provided for SS piping to avoid contact with CS supports. The cost of
installation of these items is deemed to be included in the piping erection work.
n) Rates of making screwed joints includes all operations such as cutting, facing, threading,
making threaded joint, including supply of Teflon tape / compound, sealant, etc.
o) Rates of seal welding of screwed joints include all operations such as preparatory work
of screwed joints for seal welding, complete seal welding and merging / dressing of
threads.
p) The welding of slip on flanges is a combination of fillet weld and seal weld. This will be
considered as a single joint for the purpose of payment of welding and NDT inspections.
q) Rates quoted for Cleaning and erection of CS/SS piping and its components shall include all
the activities like receiving of materials from stores, wire / Nylon brush cleaning, erection
on supports, testing etc.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 59 of 92

Nuclear Power Corporation of India Limited


r)

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Rates quoted for SOQR item No. 32 i.e. fabrication and erection of CS supports include
handling, cutting, drilling, grinding, bending, welding, machining, etc., the cost of supports
will include the cost of NDE as per the levels of inspections indicated in technical
specification. Measurement for the supports will be calculated on theoretical weight basis
for actual dimensions of the members erected.

s)

For modification of already erected CS supports involving addition of support members of


5 kg. and less per support will be paid on weld length involved instead of weight basis and
the payment will be regulated as inch-dia. of fillet weld. No separate payment for NDE of
supports will be paid.

t)

Rates quoted for manpower supply (SOQR item No. 44) shall include the cost of manpower
along with tools and tackles. Man day is measured as 9 hrs. of duty which includes 1 hour
towards lunch and tea. OT hours shall be counted beyond 9 hrs. duty.

u) Rates quoted for equipment erection (SOQR item No. 45) shall include the cost of handling,
transportation, alignment, erection and grouting of the equipment including minor
chipping on foundations wherever required.
v) Rates quoted for Fabrication of SS supports/ platforms shall include all costs like cutting,
grinding welding and performing NDE as required. Measurements will be on theoretical
weight basis of actual size of members.
w) Rates quoted for erection of SS supports/ platforms shall include all costs like cutting,
grinding and field welding wherever required and performing NDE as required.
Measurements will be on theoretical weight basis of actual size of members.
x) Rates quoted for housekeeping (SOQR item No. 51) shall be inclusive of all tools, tackles,
machinery, consumables, manpower and electricity as required for various activities.
Measurement of cleaned area will be plinth area of the floor. No separate payment will be
made for cleaning of equipment and piping. Measurement for collection and disposal of
waste will be in Cu. Mtr. actual area cleaned or 400 sq. mtrs. of floor area per sweeper
per day whichever is less will be the basis for measurement for sweeping operation. Actual
area mopped/ vacuum cleaned or 300 Sq. mtr. floor area per person per day whichever is
less will be the basis for measurement for mopping and vacuum cleaning.
y) Water required for testing, mopping activities will be made available free of cost at one
point. Arrangements for storage and transportation shall be in the scope of contractor.
z)

Rates quoted for Dewatering shall include cost of manpower, tools and tackles, cables,
extension board etc. Electric power and submersible pump will be provided by NPCIL. The
dewatering work of 4 hrs. of duration and thereof shall be measured as Half of the
Operation, however work of above 4 hrs. and up to 8 hrs. shall be measured as one
complete Operation.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 60 of 92

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.
Drawings will be issued to successful bidder depending upon the requirement from time to time.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 61 of 92

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.
No.
1
2
3

Clause No. of
Description
NIT/GCC
NIT-PQC/1.4 Applicability of Registration of EPF
NIT- 24
Applicability of Mega Power Project Concession
NIT- 25
Purchase preference to MSE registered bidders:
a) Waivel of submitting bid security
b) Splitting of quantity for award to MSE
1.1.1
Accepting authority

5
6
7
8
9
10
11

2.1.3
4.14.1
4.14.1
4. 19. 2
4. 22. 1
4. 23. 2
4.23.2(i)

12
13

4.24.2
5. 6. 3

14

5. 6. 4

15

5.6.14

16

5. 6 .15

17
18

7.8.1
7. 8.2

19

9.1.1

20
21

9.1.6
11.3.4

Stipulation
Yes
Yes

Yes
No
Chief
Construction
Engineer KAPP-3&4
Time by which possession of site will be given
As per work order/LOI
Availability of electricity
Yes
The rate at which electricity will be charged
@ Rs. 4.74/Kwh
Number of trees to be planted by the contractor
NA
Number apprentices to be trained by the Contractor NA
Availability of water supply by corporation
Yes
Water charges
Rs. 21.43/1000 Ltrs + 10%
increase from 1st April
every year
Land availability for contractors colony
Yes
Penalty, for not providing arrangements and Penalty 2% (max.) of the
facilities as per safety guidelines.
work order value.
Industrial safety training to be provided by Yes
corporation
Minimum number of safety professionals to be As per project instruction
deployed by contractor.
No. P1/001/R2 enclosed
in section -III
Penalty, for not deploying the minimum number of As per project instruction
safety professionals.
No. P1/001/R2 enclosed
in section -III
Applicability of the incentive clause
Not applicable
Maximum percentage of the contract value, which NA
shall be paid as incentive
Defect Liability Period:
For contracts other than maintenance Contracts 12 (Twelve) Months
mentioned below
For contracts such as housekeeping, annual repairs, NA
dismantling roads, horticulture, service contracts
etc.
Applicability of liability towards latent defect.
Not applicable
Various components expressed as a percentage of
contract value.
Unskilled labour component (lu)
35%
Skilled labour component (ls)
20%
Material component
-

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 62 of 92

Nuclear Power Corporation of India Limited


Sr.
No.

Clause No. of
NIT/GCC

22

12.1.4

23

12.2.1

24
25

12.5.1
15.1.1

26

--

27

--

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Description
Steel Materials (m)
_____________ (n)
_____________ (o)
______________(p)
All other materials (q)
P.O.L component (d)
Nearest Petrol pump to be considered for petrol
prices (P.O.L)
The rate of interest to be charged for mobilization
advance.
Applicability to submit the bills and measurement in
Computerized form
Simple interest for delayed payment.
a) Workman Compensation Policy / ESIC
b) CAR policy for the whole contract value
c) third party liability

Stipulation
25%
5%
Sainik
Petrol
Unchamala
NA
Yes
12.25% per annum
Yes
Applicable
10% of contract value
subject to a maximum of
Rs. 50.00 Lakhs
Not applicable

Minimum deployment of manpower


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
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/PIPING/2016/ET/292

Pump

Page 63 of 92

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.
N
o.

1.
1.
2.
3.
4.
5.
6.
7.
8.

Sl.
No.

1.

Particulars

Unit

Rate at
which
Material
will
Be issued

2.
CS pipes
SS Pipes
CS Pipe fittings
SS pipe fittings
Structural steels/CS
plates
Spiral wound gaskets
Hex head bolts, nuts &
washers
Gate valves 15 NB, 25
NB, 50 NB, 80 NB,150
NB

3.
Metre
Metre
Nos
Nos
MT

4.
Free issue
Free issue
Free issue
Free issue
Free issue

Nos
Kg

Free issue
Free issue

Nil
Nil

Nil
Nil

50
100

Nos

Free issue

Nil

Nil

25

Particulars

2.

Maximum
Invisible
Wastage
(NonReturnabl
e) %
5.
2%
1%
Nil
Nil
3%

Maximum
permissible
Wastage
(Returnable
in case of free
issue) %
6.
4%
4%
Nil
Nil
4%

SCHEDULE 'C' (As per GCC clause 18)


TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR
Number
Hire charges Per Frequency of Value Place
available
Unit per
Maintenance
per
of
working day
Unit
Issue
Rs.
3.
4.
5.
6.
7.
Not applicable

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Qty. to be
issued
(approx.)

7.
1500
500
68
60
5

Number
Reqd. by the
Contractor.
8.

Page 64 of 92

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/PIPING/2016/ET/292

Page 65 of 92

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/PIPING/2016/ET/292

Page 66 of 92

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/PIPING/2016/ET/292

Page 67 of 92

Nuclear Power Corporation of India Limited


2.

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
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/PIPING/2016/ET/292

Page 68 of 92

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/PIPING/2016/ET/292

Page 69 of 92

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/PIPING/2016/ET/292

Page 70 of 92

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/PIPING/2016/ET/292

Page 71 of 92

Nuclear Power Corporation of India Limited


4.

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&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/PIPING/2016/ET/292

Page 72 of 92

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

registered office at______________ in the State


said Contractor"

Companies

Act, 1956 and having its

of_________________(hereinafter called "the

which expression shall unless the

context requires otherwise include its

administrators, successors and assigns).

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 73 of 92

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/PIPING/2016/ET/292

Page 74 of 92

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 Engineerin-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/PIPING/2016/ET/292

Page 75 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
SCHEDULE ABOVE REFERRED TO
Sr. No.

1.

Particulars of Plant
and Equipment
2.

Nos.

3.

Purchase price/ considered Total


reasonable by Engineer-in- price
Charge
4.
5.

Advance(75%
of Col.5)
6.

IN WITNESS WHEREOF the parties hereto have executed these presents on the day and your first
above written
Signed and delivered
by the within named ............

Signed by Shri ___________________


(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/PIPING/2016/ET/292

Page 76 of 92

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

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

(______________)
___________________, KAPS/KAPP
For and on behalf of NPCIL

Page 77 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
6.
FORMAT FOR HINDRANCE REGISTER
Sr.
No

Nature of
hindrance

Date of Date of
occurre remova
nce
l

Period
of
hindra
nce

Overla
p ping
period
if any

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Net
exte
nsio
n

Dated
sign of
Contracto
r with
name

Dated
Rema
sign of
rks
Engr. with
name

Page 78 of 92

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/PIPING/2016/ET/292

Page 79 of 92

Nuclear Power Corporation of India Limited


(f)

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
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/PIPING/2016/ET/292

Page 80 of 92

Nuclear Power Corporation of India Limited


11.
(a)

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Procedure for disputes referred to the Board :
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/PIPING/2016/ET/292

Page 81 of 92

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/PIPING/2016/ET/292

Page 82 of 92

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/PIPING/2016/ET/292

Page 83 of 92

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/PIPING/2016/ET/292

Page 84 of 92

Nuclear Power Corporation of India Limited


Name of Work

Tender Notice No.:

(A Govt. of India Enterprises)


Kakrapar Atomic Power Project -3&4
Miscellaneous Piping Fabrication and Erection works including Supply of
materials and Housekeeping in KAPP-3&4 areas.
KAPS/CTC/3-4/PIPING/2016/ET/292
SCHEDULE OF QUANTITIES AND RATES (Price Bid)

NAME OF THE CONTRACTOR


SCHEDULE OF QUANTITIES AND RATES
It
No.

Description

Unit

Quantity

1.1

Supply of materials as per technical


specification
Supply of 45 deg. Elbow conforming
to SA 105, B 16.11, SW 3000# of
following sizes
15 mm NB

Nos

10

1.2

25mm NB

Nos

10

1.3

50 mm NB

Nos

2.1

Supply of 45 deg. LR
Elbow
conforming to SA 234 WPB, B 16.9,
BW Sch 40 of following sizes
80 mm NB

Nos

2.2

150mm NB

Nos

3.1

Supply of 45 deg. Elbow conforming


to SA 182 F 304L, B 16.11, SW 3000#
of following sizes
15mm NB

Nos

10

3.2

25mm NB

Nos

10

3.3

50mm NB

Nos

4.1

Supply of 90 deg. Elbow conforming


to SA 105, B 16.11, SW 3000# of
following sizes
15 mm,NB

Nos

25

4.2

25 mm NB

Nos

25

4.3

50 mm NB

Nos

25

5.1

Supply of 90 deg. LR Elbow


conforming to SA 234 WPB, B 16.9,
BW Sch 40 of following sizes
80 mm NB

Nos

20

5.2

100 mm NB

Nos

20

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Rate Per
Unit
Quantity

Total
Amount

Page 85 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

Description

Unit

Quantity

5.3

150 mm NB

Nos

20

6.1

Supply of 90 deg. Elbow conforming


to SA 182 F 304L, B 16.11, SW 3000#
of following sizes
15 mm NB

Nos

20

6.2

25 mm NB

Nos

20

6.3

50 mm NB

Nos

10

Supply of 90 deg. LR
Elbow
conforming to SA 182 F 304L, B 16.9,
BW Sch 40S of following sizes
80 mm NB

Nos

8.1

Supply of nipples conforming to SA


53 Gr.B , Sch 40 both ends screwed
of following sizes
15 mm,NB

Nos

20

8.2

25 mm NB

Nos

20

9.1

Supply of Concentric Reducers


conforming to SA 234 WPB, Sch 40
seamless BW ends of following sizes
80 x 50 mm NB

Nos

9.2

100 x 50 mm NB

Nos

9.3

100 x 80 mmNB

Nos

9.4

150 x 80 mm NB

Nos

9.5

150 x 100 mm NB

Nos

10

10.1

Supply of Reducing TEE conforming


to SA 105, B 16.11, SW 3000# of
following sizes
25X15 mm NB

Nos

10

10.2

50X15 mm NB

Nos

10

10.3

50X25 mm NB

Nos

10

11

11.1

Supply of Reducing TEE conforming


to SA 182 F 304L, B 16.11, SW 3000#
of following sizes
25X15 mm NB

Nos

10

11.2

50X15 mm NB

Nos

10

11.3

50X25 mm NB

Nos

10

7.1
8

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Rate Per
Unit
Quantity

Total
Amount

Page 86 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

Description

Unit

Quantity

12.1

Supply of Seamless Reducing TEE


conforming to SA 234 WPB, B 16.9,
BW Sch 40 of following sizes
80X50 mm NB

Nos

12.2

100X50 mm NB

Nos

12.3

100X80 mm NB

Nos

12.4

150X80 mm NB

Nos

12.5

150X100 mm NB

Nos

13

13.1

Supply of Equal TEE conforming to


SA 105, B 16.11, SW 3000# of
following sizes
15X15 mm NB

Nos

10

13.2

25X25 mm NB

Nos

10

13.3

50X50 mm NB

Nos

10

14

14.1

Supply of Seamless Equal


TEE
conforming to SA 234 WPB, B 16.9,
BW Sch 40 of following sizes
80 x 80 mm NB

Nos

14.2

150 x 150 mm NB

Nos

15

15.1

Supply of Equal TEE conforming to


SA 182 F 304L, B 16.11, SW 3000# of
following sizes
50X50 mm NB

Nos

15.2

15X15 mm NB

Nos

15.3

25X25 mm NB

Nos

16

16.1

Supply of SWRF Flanges conforming


to SA 105, B 16.5, serrated finish
150# of following sizes
15 mm NB

Nos

10

16.2

25 mm NB

Nos

10

16.3

50 mm NB

Nos

10

17

17.1

Supply of SORF Flanges conforming


to SA 105, B 16.5, serrated finish
150# of following sizes
80 mm NB

Nos

10

17.2

100 mm NB

Nos

10

12

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Rate Per
Unit
Quantity

Total
Amount

Page 87 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

Description

Unit

Quantity

17.3

150 mm NB

Nos

10

18

18.1

Supply of SWRF Flanges conforming


to SA 182, F 304L, B 16.5, serrated
finish 150# of following sizes
50 mm NB

Nos

18.2

15 mm NB

Nos

18.3

25 mm NB

Nos

19

19.1

Supply of SORF Flanges conforming


to SA 182, F 304L, B 16.5, serrated
finish 150# of following sizes
80 mm NB

Nos

19.2

100 mm NB

Nos

20

Supply of CS Structural steel such as


angles, channels, I beam, rounds etc.
confirming to IS: 2062 Gr. E 250 A ,
CS plates confirming to IS: 2062 Gr. E
250 BR, Chequered plate confirming
to IS: 3502 1A and fasteners
confirming to IS: 1367 as applicable,
as per drawings and as per the
instructions of Engineer In Charge.
Supply of SS shims of required width
and 0.2mm thick confirming to SA
240 TP 304L.
Supply of SS Plates, flat, rounds etc.
Confirming to SA 240 TP 304L of
required sizes as per the drawing,
specification and as per instruction
of Engineer-In-Charge.

Kg

20000

Kg

Kg

500

21

22

23

'Hilti" make anchor fasteners of


following types and sizes

23.1

HSL 3G M12

Nos

100

23.2

HSL 3G M16

Nos

400

23.3

HSL 3G M20

Nos

150

23.4

HDA M12

Nos

50

24

Rate Per
Unit
Quantity

Total
Amount

Erection works as per the technical


specification at different locations
of main plant.
Welding CS to CS with SMAW/GTAW
process with or without purging.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 88 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

Description

Unit

Quantity

24.1

Butt weld/Nozzle weld

Inch dia

3000

24.2

Fillet/ Flange welding (Slip on/SW)


etc.
Welding of SS to SS with GTAW
process with purging.
Butt welding/Nozzle welding

Inch dia

350

Inch dia

150

Fillet/ Flange welding (Slip on/SW)


etc.
Welding CS X SS Piping with
SMAW/GTAW process with or
without purging.
Butt weld/Nozzle weld

Inch dia

250

Inch dia

50

Fillet/ Flange welding (Slip on/SW)


etc.
Making of screwed joints

Inch dia

50

Inch dia

50

Seal welding of screwed joint(CS x


CS)
Seal welding of screwed joint(SS x
SS)
Seal welding of screwed joint(CS x
SS)
Cleaning & Erection of CS & SS pipes
& fittings including flanges & valves
Fabrication, erection, welding of CS
pipe supports, platforms, misc.
structure including bolts, 'U' bolts
with nuts & washers at different
locations.
Dismantling of erected supports by
Cutting and grinding including
returning of dismantled material to
NPCIL's stores.
Dismantling of erected pipelines (CS
& SS), fittings, by Cutting and
grinding including returning of
dismantled material to NPCIL's
stores, retrieval of pipes & fittings
wherever required as per Engineer In
Charge.
Conducting
Dye
penetrant
examination on weld joints
Conducting
Radiographic
examination on weld joints

Inch dia

50

Inch dia

50

Inch dia

50

Inch mtr

6000

MT

25

MT

Inch Mtr

2500

Inch dia

4500

Inch dia

200

25
25.1
25.2
26

26.1
26.2
27
28
29
30
31
32

33

34

35
36

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Rate Per
Unit
Quantity

Total
Amount

Page 89 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

Description

Unit

Quantity

37.1

Erection of 'Hilti' make


anchor
fasteners of following types and
sizes
HSL 3G M12

Nos

100

37.2

HSL 3G M16

Nos

400

37.3

HSL 3G M20

Nos

150

37.4

HDA M12

Nos

50

Surface preparation, Supply and


application of one coat of Polyamide
cured high build epoxy Zinc
Phosphate Primer Paint of min. 50
microns.
Cleaning, Supply and application of
one coat of Aliphatic Isocynate cured
acrylic Polyurethane Paint of min. 40
microns.
Cleaning, Supply and application of
one coat of Protectomestic/Apcodur
CF 641 Paint of min. 100 to 125
microns.
Surface preparation, Supply and
application of one coat of Inorganic
Zinc silicate Primer Paint of min. 50
microns.
Surface preparation, Supply and
application of one coat of Red Oxide
Zinc Chromate Primer Paint of min.
50 microns.
Cleaning, Supply and application of
one coat of Synthetic Enamel Paint
of min. 50 microns.
Supply of following manpower for
commissioning as per specification
Highly skilled manpower like welder
(6G)/Millwright Fitter
Skilled
manpower
like
Pipe/Structural
Fitter, Rigger,
Grinder man, Gas cutter, Mason etc.
Unskilled manpower like Helper

SqM

100

SqM

150

SqM

100

SqM

100

SqM

100

SqM

200

Man day

60

Man day

400

Man day

500

OT hour

120

OT hour

400

37

38

39

40

41

42

43

44
44.1
44.2

44.3
44.4
44.5

Highly skilled manpower welder


(6G)/Millwright Fitter
Skilled
manpower
like
Pipe/Structural
Fitter, Rigger,

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Rate Per
Unit
Quantity

Total
Amount

Page 90 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

Description

Unit

Quantity

OT hour

500

MT

15

Inch Bend

50

Inch Bend

50

MT

0.5

MT

0.5

CuM

Rate Per
Unit
Quantity

Total
Amount

Grinder man, Gas cutter, Mason


44.6
45
46
47
48
49
50

51

Unskilled manpower like Helper


Equipment
Erection
/Stationery )
Making Pipe bends

(Rotary

Dye Penetrant examination on Pipe


bends
Fabrication of SS Supports, Platforms
with all NDE requirement
Erection of SS Support, platforms
with all NDE requirement
Providing of suitable RCC pedestal
for supports etc. as required
including reinforcement, shutters
and concreting etc.
House keeping

51.1

Sweeping (manually)

SqM

1384250

51.2

Wet moppiping

SqM

593445

51.3

Cleaning with vacuum cleaner

SqM

593445

51.4

Collection and Disposal of


waste/scrap.
Lettering by painting on piping and
equipment including supply of paint,
tools,
tackles,
manpower,
background painting strip to
complete as per specification and
instruction of Engineer -In -charge.

CuM

400

Each

1000

Each

500

Each

450

Inch dia

100

Operation

100

52

52.1
52.2
52.3
53

54

Letter size from 10mm to 30 mm


Letter size above 30 mm and up to
63 mm
Letter size above 63 mm and up to
90 mm
Hydro/Pneumatic testing of valve of
different sizes including labour,
handling, cleaning, arrangement,
tools
,
tackles,
calibrated
instruments like pressure gauge, SRV
etc. to complete as per the
specification/code and as directed
by the Engineer-In-Incharge.
Dewatering of rain and ground water
from sump/excavated pit etc. and as

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 91 of 92

Nuclear Power Corporation of India Limited


(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
It
No.

55

56

Description
per the instruction of Engineer-InCharge.
Handling and safe Transportation of
equipment/material with in KAPP 1-4
premises and as per the instruction
of Engineer-In-Chargs.
Cleaning with Pickling/Passivation of
Pipes/fittings
as
per
the
specifications.

Unit

Quantity

MT

100

Inch Mtr

100

Rate Per
Unit
Quantity

Total
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.
c. 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.

Tender no:- KAPS/CTC/3-4/PIPING/2016/ET/292

Page 92 of 92

Você também pode gostar