Escolar Documentos
Profissional Documentos
Cultura Documentos
TENDER DOCUMENT
TENDER NO
KAPS/CTC/3-4/PIPING/2016/ET/292
-34
Page 1 of 92
S.NO.
SECTION
DESCRIPTION
PAGE NO
1.
2.
SECTION I
3.
SECTION II
MEMORANDUM OF AGREEMENT
32
4.
SECTION III
34
5.
SECTION IV
48
6.
SECTION V
49
7.
SECTION VI
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
61
84
Page 2 of 92
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)
Page 3 of 92
Page 4 of 92
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
Help Desk
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
Page 7 of 92
DESCRI PTION
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
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
Page 10 of 92
Page 11 of 92
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
Page 12 of 92
3.1
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
3.5
The bidder has to obtain ESIC registrations after award of work in the areas covered by ESIC.
Page 13 of 92
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
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
a)
b)
c)
d)
e)
f)
g)
Page 15 of 92
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
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
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
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.
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
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.
Page 19 of 92
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.
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
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
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
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
Page 23 of 92
Name of Work
Agreement / Contract No. / Work Order No.
5
6
Date of Start
Stipulated date of completion
10
11
12
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.
Page 24 of 92
DESCRIPTION
2.
3.
Annual turnover
NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium. All such documents
reflect the financial data of the bidder or member in case of JV/ Consortium, and not that of sister
of parent company.
2. The financial data in above format shall be certified by Chartered Accountant / Company Auditor
under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he has to
submit a certificate by a CA certifying that the balance sheet has actually not been audited so
far. The certificate shall be signed by bidder also. In such case the financial data of previous
three audited financial shall be taken into consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was necessary for the
purpose of certification. The certification process involves examining the supporting documents.
Page 25 of 92
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
Description
of Work
FINANCIAL DATA
(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)
Page 26 of 92
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
Name of Service
Valid up to
Page 27 of 92
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Nature of tax
Excise Duty
Have you included excise duty in the bid price?
Page 28 of 92
Nature of tax
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.
Page 29 of 92
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.
Page 30 of 92
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.
Page 31 of 92
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*.
Page 32 of 92
Address: ___________________
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.
Page 33 of 92
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.
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.
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
6.
7.
8.
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.
Page 35 of 92
11.2
11.3
11.4
11.5
11.6(a)
11.6(b)
11.7
11.8
11.9
11.10
11.11
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.
Page 36 of 92
12.
Security:
All security measure as advised by the Plant / Township authority shall be followed strictly. Entry
permit, token pass, Identity Cards etc. shall be obtained by the contractors from concerned
Plant/ Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to his
own cost and it has to be produced to competent authority for final issue of I. Cards with
individuals bio-data with full address and other backgrounds required by KAPS.
Security photo pass for each employee for the job must be accompanied during work and
necessary police verification is the responsibility of the contractor and must be complied with.
13.
Observance of Secrecy:
The contractor, his employee and representatives shall not disclose any information or drawings
furnished to him by the Engineer. All drawings, reports or other information prepared by the
contractor or by the Engineer or jointly by both for the execution of the contract work shall not
be disclosed. No photographs of the work or plant within the site premises shall be taken
without prior written approval of the EIC.
The Contractor will be responsible for the integrity, conduct and character for each
workman/individual to be employed by the Contractor for the plant and personnel safety during
their work at KAPP.
14.
Page 37 of 92
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.
Page 38 of 92
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.
20.1
Page 39 of 92
20.4
21.
22.
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.
Page 40 of 92
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.
27.
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.
Page 41 of 92
Page 42 of 92
3.
4.
5.
c)
d)
e)
f)
g)
h)
I)
6.
_________________________________ And seen his / her other medical reports as mentioned above
and based on findings and medical examination, my recommendations are recorded below.
No.
a)
b)
Recommendations
( Cleary specify Fit or Unfit )
Page 43 of 92
d)
Radioactive area
e)
Working at height
f)
Date: ______________
Note: Strike out which ever is not applicable.
DATE OF
Last Examination
REMARKS
Next Examination
Page 44 of 92
Page 45 of 92
Date of Payment:
Through Bank
Bank Name
Branch
Bank Account No.
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
worker's signature or
Thumb impression
Page 46 of 92
(Signature of Contractor) /
Authorized Representative of Contractor
With Companys Seal
Witness:
1. Signature
Name
:
Address :
2. Signature
Name
:
Address :
Page 47 of 92
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.
Page 48 of 92
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
The list of some suggested vendors for supplying the various items is given below.
Sl. No
Item
Vendor name
PIPE FITTINGS
STRUCTURAL CS/SS
FASTENERS
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
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.
Page 51 of 92
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
Page 52 of 92
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
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.
Page 53 of 92
During the execution of the contract, the following reports shall be submitted to the
Engineer in the format finalized at site:
1)
2)
3)
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
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.
Page 55 of 92
CONSTRUCTION
DOCUMENTS
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.
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
14.
15.
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.
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.
Item
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.
Page 57 of 92
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:
18.
Page 58 of 92
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.
IV.
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.
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.
Page 59 of 92
s)
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.
Page 60 of 92
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.
Page 61 of 92
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
-
Page 62 of 92
Clause No. of
NIT/GCC
22
12.1.4
23
12.2.1
24
25
12.5.1
15.1.1
26
--
27
--
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
Pump
Page 63 of 92
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%
Qty. to be
issued
(approx.)
7.
1500
500
68
60
5
Number
Reqd. by the
Contractor.
8.
Page 64 of 92
Date................
Bank Guarantee No........
To
____________________________________________________
____________________________________________________
____________________________________________________
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________________________
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
Page 65 of 92
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
Page 66 of 92
Date......................
Place....................
(Signature)___________________________________________
(Printed Name)_______________________________________
(Designation)_________________________________________
(Bank's Common seal___________________________________
(Authorisation No.)_____________________________________
Accepted
Page 67 of 92
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
Page 68 of 92
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
WITNESS
1.________________
Signature _________________________________
2.________________
Accepted
(Signature of the Officer)
For and on behalf of the
(Nuclear Power Corporation of India Ltd)
Page 69 of 92
_______________________________________
son
of__________________
resident
of
context
requires
otherwise
representatives.
*For Companies
M/s................ a company registered under the
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).
Page 70 of 92
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.
Page 71 of 92
5.
It shall not be necessary for the Owner to proceed against the Contractor before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the Bank
notwithstanding any security, which the Owner may have obtained or obtain from the Contractor
shall at the time when proceedings are taken against the Bank hereunder, be outstanding or
unrealized.
6.
We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Owner in writing and agree that any change in the Constitution
of the said Contractor or the said Bank shall not discharge our liability hereunder.
If any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s........................................ on whose behalf
this Guarantee is issued. Notwithstanding anything contained herein before our liability under
this Guarantee is restricted to Rs,......... (Rupees ..............Only) together with interest. Our
undertaking shall commence from the date of execution and shall remain in force up to
.......................
WITNESS
1.________________
Signature _________________________________
2.________________
Page 72 of 92
NOTES
*For Proprietary Concerns
Shri ..................... son of................ Resident of ....................................carrying
on business under the name and
Style
said
Contractor" which expression shall unless the context requires otherwise include his heirs,
executors, administrators and legal representatives).
*For Companies
M/s.
________________
Companies
Page 73 of 92
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
Page 74 of 92
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
Page 75 of 92
1.
Particulars of Plant
and Equipment
2.
Nos.
3.
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 ............
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).
Page 76 of 92
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.
3.
(_____________)
Signature of the Contractor For and on behalf of
M/s
(______________)
___________________, KAPS/KAPP
For and on behalf of NPCIL
Page 77 of 92
Nature of
hindrance
Date of Date of
occurre remova
nce
l
Period
of
hindra
nce
Overla
p ping
period
if any
Net
exte
nsio
n
Dated
sign of
Contracto
r with
name
Dated
Rema
sign of
rks
Engr. with
name
Page 78 of 92
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)
(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;
Page 79 of 92
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.
(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.
(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.
Page 80 of 92
(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.
Page 81 of 92
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.
Page 82 of 92
Date: ___________
COMPLETION CERTIFICATE
Name of Work :
Tender No. :
Name of Contractor:
Estimated Amount :
Completion Value:
Escalation Value :
(Signature of Engineer-In-Charge)
Seal
Page 83 of 92
SECTION VIII
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.
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.
Page 84 of 92
Description
Unit
Quantity
1.1
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
Nos
10
3.2
25mm NB
Nos
10
3.3
50mm NB
Nos
4.1
Nos
25
4.2
25 mm NB
Nos
25
4.3
50 mm NB
Nos
25
5.1
Nos
20
5.2
100 mm NB
Nos
20
Rate Per
Unit
Quantity
Total
Amount
Page 85 of 92
Description
Unit
Quantity
5.3
150 mm NB
Nos
20
6.1
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
Nos
20
8.2
25 mm NB
Nos
20
9.1
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
Nos
10
10.2
50X15 mm NB
Nos
10
10.3
50X25 mm NB
Nos
10
11
11.1
Nos
10
11.2
50X15 mm NB
Nos
10
11.3
50X25 mm NB
Nos
10
7.1
8
Rate Per
Unit
Quantity
Total
Amount
Page 86 of 92
Description
Unit
Quantity
12.1
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
Nos
10
13.2
25X25 mm NB
Nos
10
13.3
50X50 mm NB
Nos
10
14
14.1
Nos
14.2
150 x 150 mm NB
Nos
15
15.1
Nos
15.2
15X15 mm NB
Nos
15.3
25X25 mm NB
Nos
16
16.1
Nos
10
16.2
25 mm NB
Nos
10
16.3
50 mm NB
Nos
10
17
17.1
Nos
10
17.2
100 mm NB
Nos
10
12
Rate Per
Unit
Quantity
Total
Amount
Page 87 of 92
Description
Unit
Quantity
17.3
150 mm NB
Nos
10
18
18.1
Nos
18.2
15 mm NB
Nos
18.3
25 mm NB
Nos
19
19.1
Nos
19.2
100 mm NB
Nos
20
Kg
20000
Kg
Kg
500
21
22
23
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
Page 88 of 92
Description
Unit
Quantity
24.1
Inch dia
3000
24.2
Inch dia
350
Inch dia
150
Inch dia
250
Inch dia
50
Inch dia
50
Inch dia
50
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
Rate Per
Unit
Quantity
Total
Amount
Page 89 of 92
Description
Unit
Quantity
37.1
Nos
100
37.2
HSL 3G M16
Nos
400
37.3
HSL 3G M20
Nos
150
37.4
HDA M12
Nos
50
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
Rate Per
Unit
Quantity
Total
Amount
Page 90 of 92
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
51
(Rotary
51.1
Sweeping (manually)
SqM
1384250
51.2
Wet moppiping
SqM
593445
51.3
SqM
593445
51.4
CuM
400
Each
1000
Each
500
Each
450
Inch dia
100
Operation
100
52
52.1
52.2
52.3
53
54
Page 91 of 92
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.
Page 92 of 92