Вы находитесь на странице: 1из 109

Tender No.

: NPC/RRS/34/2016/T-1264

U;wfDy;j ikoj dkiksZjs'ku vkWQ bf.M;k fyfeVsM


NUCLEAR POWER CORPORATION OF INDIA LTD.
Hkkjr ljdkj dk m|eA Government of India Enterprise
jkorHkkVk jktLFkku lkbV Rawatbhata Rajasthan Site
dsna zhr fufonk izdks"B
CENTRALISED TENDER CELL
Mkd % v.kqkfDr] ok;k % dksVk jktLFkku
PO: Anushakti, VIA -Kota, Rajasthan323 303
bZ&fufonk nLrkost
E-TENDER DOCUMENT
FOR

dk;Z dk uke % ** ch-,l-Mh- ds nkSjku vkWijsku ds dk;ksZa esa lgk;rk gsrq**


Name of Work % Assistance in Operational activities to be carried out during
BSD

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 0

Tender No. : NPC/RRS/34/2016/T-1264

fufonk nLrkost Tender Document


rduhdh ,oa okf.kfT;d cksyh (Technical & Commercial Bid)
dk;Z dk uke % **ch-,l-Mh- ds nkSjku vkWijsku ds dk;ksZa esa lgk;rk gsrq**
Name of Work % Assistance in Operational activities to be carried out during
BSD

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

vuqdzef.kdk
INDEX

e
Sr.
No.
1.

Hkkx

Hkkxksa dk fooj.k

i`B la-

Section

Description of Sections

Page No.

HkkxI
Section-I

2.

HkkxII
Section-II

3.

HkkxIII
Section-III

4.

HkkxIV
Section-IV

5.

HkkxV
Section-V

6.

HkkxVI
Section-VI

7.

HkkxVII
Section-VII

8.

9.

HkkxVIII

bZ&fufonk vkea=.k lwpuk


Notice Inviting e-Tender

fufonk ,oa vuqlwph&, dk Kkiu


Memorandum of Tender & Schedule-A

lafonk dh foksk krsaZ


Special Conditions of Contract

lafonk dh lkekU; krsZa


General Conditions of Contract.

rduhdh fofunsZku@MsVk khV~l dk;Z dk {ks=

Section-IX

Centralised Tender Cell RR Site

62 to 67

68 to 86
87

i`Fkd cqdysV 1&140


88 to 92

Technical Specification / Data Sheets (Scope of work)

MkWbax dh vuqlwph
Schedule of Drawings

lkexzh dh vuqlwph
Schedule of Materials

ek=kvksa ,oa njksa dh vuqlwph

Section-VIII Schedule of Quantities & Rates

HkkxIX

02 to 61

fofHkUu Bsdk nLrkostksa dk izk:i


Formats for various contractual documents

93 to 94

95 to 98

99 to 101

102 to 108

Page No. 1

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&izFke
SECTION I

bZ&fufonk vkea=.k lwpuk


NOTICE INVITING e-TENDER

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 2

Tender No. : NPC/RRS/34/2016/T-1264

U;wfDy;j ikoj dkiksjZ 's ku vkWQ bf.M;k fyfeVsM


NUCLEAR POWER CORPORATION OF INDIA LTD
Hkkjr ljdkj dk m|e A Government of India Enterprise
jkorHkkVk jktLFkku lkbV RAWATBHATA RAJASTHAN SITE
dsna zhr fufonk izdks"B- CENTRALISED TENDER CELL
Mkd % v.kqkfDr] ok;k % dksVk jktLFkku PO: Anushakti, VIA -Kota, Rajasthan323 303

bZ&fufonk vkae=.k lwpuk


NOTICE INVITING e-TENDER

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

,uihlhvkbZ,y ds fy, ,oa dh vksj ls l{ke izkf/kdkjh n~okjk bZ&fufonk ds ek/;e ls fuEufyf[kr dk;Z ,oa fooj.k
gsrq ik= Bsdsnkjksa ls vkWuykbu fufonk,a vkeaf=r dh tkrh gS %
Online tenders are invited through e-tendering mode by competent authority for and on behalf of
NPCIL from eligible contractors for the work and details as given below:

lkekU; fooj.k
GENERAL DETAILS
1.
2.

3.

fufonk la[;k

,uihlh@vkjvkj,l@34@2016@Vh&1264

Tender No.

NPC/RRS/34/2016/T-1264

dk;Z dk uke

**ch-,l-Mh- ds nkSjku vkWijsku ds dk;ksZa esa lgk;rk gsrq**

Name of work

Assistance in Operational activities to be


carried out during BSD

lsok dj NksM+ dj lHkh djksa lfgr


dk;Z dh vuqekfur ykxr

` 6,58,080/-

Estimated cost of the work


inclusive of all taxes Except
Service Tax.
4.

5.
6.

lsok dj NksM+ dj vuqekfur ykxr ds


2% dh nj ls Ckksyh dh tekur jkfk
vf/kdre ` 10 yk[k
Bid Security @ 2% of estimated
cost excluding Service Tax
subject to maximum of ` 10
lakhs
fufonk dk ek/;e Mode of tender
fufonk dk izdkj Type of tender

cksyh dh tekur jkfk tek djkus dk


ek/;e
Mode of bid security submission

7.

` 13,162/-

lkoZtfud fufonk Public Tender


,dy Hkkx
Single Part
a. dzsfMV@MsfcV dkMZ Credit / debit card
b. RTGS / NEFT
c. vkWu ykbu Hkqxrku Online payment

dk;Z iwjk gksus dh vof/k

75iPpgkj dSysaMj fnu ekulwu vof/k lfgr


75 (SeventyFive) Calendar days

Completion period

(including monsoon period)

Centralised Tender Cell RR Site

Page No. 3

Tender No. : NPC/RRS/34/2016/T-1264

8.

vuqekfur ykxr dk 0.05% dh nj ls vkWu ykbu Hkqxrku] dzsfMV@MsfcV dkMZ ds ek/;e ls


fufonk izkWlsflax kqYd ,oa lsok dj
eSelZ vkbZVhvkbZ fyfeVsM ds i{k esa ` 573/- dk Hkqxrku
vf/kdre ` 5,725/- ,oa U;wure
` 573/-
` 573/- In favour of M/s. ITI Limited through onTender processing fee
(@ 0.05% of estimated Cost plus line payment, debit/credit card
Service Tax subject to
Max. ` 5,725/- & Min. ` 573/-)

9.

flQZ ns[ks tkus gsrq fufonk nLrkost fnukad 28-03-2016 10%00 cts ls
fnukad 04-04-2016 17%00 cts rd
dh miyC/krk
www.tenderwizard.com/DAE
osclkbV dk fyad www.npcil.nic.in
,oa http://e-procure.gov.in ij Hkh miyC/k

jgsxkA

Availability of tender documents From 28.03.2016 (10:00 Hrs.)


for free view only
upto 04.04.2016 (17:00 Hrs.)
The links of website
www.tenderwizard.com/DAEis also available on
websites www.npcil.nic.in&http://e-procure.gov.in
10.

izkslsflax kqYd dk Hkqxrku djus ds


ckn fufonk nLrkost MkmuyksM
djus gsrq miyC/krk frfFk

fnukad 28-03-2016 10%00 cts ls


fnukad 04-04-2016 17%00 cts rd
www.tenderwizard.com/DAE
osclkbV dk fyad www.npcil.nic.in

,oa

http://e-procure.gov.in ij

Hkh miyC/k jgsxkA

Dates of availability of tender From 28.03.2016 (10:00 Hrs.)


documents for downloading after upto 04.04.2016 (17:00 Hrs.)
paying of processing fee
The links of website
www.tenderwizard.com/DAEis also available on
websites www.npcil.nic.in&http://e-procure.gov.in
11.

12.

cksyh&iwoZ cSBd cqykbZ tk,xh ;k


ugha] ij fopkj djus laca/kh
LiVhdj.k ds fy, vkWuykbu
tkudkjh@izu izLrqr djus dh
vafre frfFk ,oa le;

fnukad 05-04-2016 dks 15%00 cts rd

Last date and time of submitting


online queries/questions for
clarification in both cases where
pre- bid meeting is envisaged or
not

05.04.2016 up to 15.00 Hrs.

cksyh&iwoZ cSBd

fnukad 07-04-2016 dks 11%00 cts

Pre-bid meeting

Centralised Tender Cell RR Site

07.04.2016 at 11:00 Hrs.

Page No. 4

Tender No. : NPC/RRS/34/2016/T-1264

13.

vkWuykbu fufonk izLrqr djus dh


vafre frfFk ,oa le;

fnukad 14-04-2016 dks 17%00 cts


14.04.2016 at 17:00 Hrs.

Lastdate and time of closing of


online submission of tenders
14.

vkWuykbu rduhdh cksyh [kksys tkus fnukad 19-04-2016 dks 11%30 cts
dh frfFk ,oa le;
19.04.2016 at 11:30 Hrs.

Date and time of online opening


of technical bid
15.

foRrh; cksyh [kksys tkus dh frfFk fnukad 19-04-2016 dks 11%30 cts
,oa le;
19.04.2016 at 11:30 Hrs.

Date & Time of opening of


financial bids
16.

fufonk vkeaf=r djus okys l{ke pkyu v/kh{kd] bdkbZ 3 o 4] vkj vkj lkbV
izkf/kdkjh
Competent authority inviting
tender

17.

fufonk dh krsaZ] cksyh&iwoZ cSBd] Jh ,p-ds-gkMk] izeq[k lhVhlh] vkj vkj lkbV
fufonk [kksyus] xsV ikl vkfn ds Sh. H.K.Hara, Head (CTC), RR Site
laca/k esa LiVhdj.k ekxus gsrq QSDl ua- 01475-242357@Qksu ua- 01475-242357
Fax No. - 01475-242357/ Phone No. 01475-242357
izkf/kdkjh ,oa LFkku
Authority & place for seeking
clarification on tender
conditions, pre-bid meeting,
opening of tender, Gate passes

18.

Operation Superintendent, Unit-3&4, RR Site

gsYi MsLd
Help Desk

bZ&esy e-mail - hkhara@npcil.co.in


lHkh dk;Zfnol ij dk;kZy; le; ds nkSjku
During office hours on all working days

,uihlhvkbZ,y&dsna zhd`r fufonk izdksB] jkorHkkVk jktLFkku lkbV


NPCIL Centralized Tender Cell, Rawatbhata Rajasthan Site

a)

esllZ vkbZVhvkbZ ds izfrfuf/k & Jh xkSjo tSu


Representative of M/s ITI- Shri Gaurav Jain
eksckby ua- Mobile No.% 09461120257

bZ&esy e-mail: twhelpdesk630@gmail.com


daehelpdesk@tenderwizard.co.in
b) bZ&isesV
a xsVos% 022-41852124
E-payment gateway: 022-41852124
lHkh dk;Zfnol ij 10.00 AM ls 6.00 PM

Centralised Tender Cell RR Site

rd

Page No. 5

Tender No. : NPC/RRS/34/2016/T-1264

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS:

cksyhdrkZvksa ds fy, lwpuk ,oa lkekU; funsZ k :


1- bZ&lwpuk fukqYd ns[kus] MkmuyksM ,oa viyksM djus ds pj.k %
Steps for download upload and free view of e-Tender:a) fu%kqYd ns[k 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
izR;kfkr cksyhdrkZ vFkok vke turk www.tenderwizard.com/DAE>Tender of DAE >
Nuclear Power Corporation of India Limited osclkbV ls ihMh,Q QkesZV esa fufonk
b)

nLrkost fu%kqYd ns[k o MkmuyksM dj ldrk gSA


cksyh MkmuyksM ,oa viyksM djuk Download & 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.

fufonk esa Hkkx ysus ds fy, izR;kfkr cksyhdrkZvksa ls vuqjks/k gS fd


www.tenderwizard.com/DAE osclkbV ds gkse ist ij ;wtj vkbZMh@ikloMZ@Dykl
III fMftVy flXuspj lfVZfQdsV ds lkFk ykWx bu djus ds ckn ,Dlsy QkesZV dks
MkmuyksM dj ysAa
fdlh foksk fufonk ds ,Dlsy QkesZV dks MkmuyksM djus ds fy, pj.k
Steps to Download the excel formats of particular tender :i)
UNAPPLIED cVu ij fDyd djsaA
Click on UNAPPLIED button
ii) vc REQUEST cVu ij fDyd djsAa
Click on REQUEST button
iii) fdlh ohlk@ekLVj dkMZ ;k ih,uch usV cSafdax n~okjk

fufonk izkWlsflax kqYd dk

Hkqxrku djsaA
Pay Tender Processing fee online via any VISA/MASTER card or PNB Net
banking.

iv)
v)

vi)

vc

SUBMITcVu ij fDyd djsaA


Click on SUBMIT button
vc INPROGRESS cVu ij fDyd djsAa LVsVl dkWye esa cksyhdrkZ fufonk dks
RECEIVED ds :i esa izkIr djsxk
Click on INPROGRESS button (In status column bidder will find the tender as
RECEIVED)

cksyhdrkZ lacaf/kr fufonk nLrkost dks EDIT vVSpesaV cVu ij fDyd djds tek
djus dh vafre frfFk rd fdrus gh ckj MkmuyksM djus esa leFkZ gksxkA
Bidder will be able to download required Tender Documents by clicking EDIT
attachment button for any number of times till last date of submission.

vii)

izR;kfkr cksyhdrkZ ,Dlsy nLrkost dks Hkj dj ds lso djsaxs ,oa fcuk bldk uke
cnys bls viyksM dj nsxa As
Prospective Bidder has to fill Excel Documents, Save and Upload the same
without renaming it.

Centralised Tender Cell RR Site

Page No. 6

Tender No. : NPC/RRS/34/2016/T-1264

c)

cksyhdrkZvksa ls vuqjks/k gS fd bZ&iksVZy dks le>us ds fy, gsYi eSuqvy dk lanHkZ ysa ,oa
fufonk tek djkus ;k fdlh izdkj dk lansg gksus ij vkbZVhvkbZ gsYi MsLd ls laidZ djsaA
;fn cksyhdrkZ ;FkkokafNr le;kuqlkj cksyh dks MkmuyksM ;k viyksM djus esa vlQy gks
tkrk gS rks dkiksZjsku fdlh nkos ij fopkj ugha djsxkA
Bidders are requested to refer Help Manual to understand the e-Portal & for Tender
submission or contact ITI Helpdesk in case of any doubt. The corporation will not
entertain any claim if the bidder fails to download & upload the bid as desired in
timely fashion.

2-

bPNqd cksyhdrkZ fufonk vkea=.k lwpuk ,oa iwoZ&ik=rk ekinaMksa esa of.kZr krksZa ,oa fuca/kuksa dks
lko/kkuh iwoZd i<+ ysAa mUgsa viuh cksyh dks dsoy rHkh izLrqr djuk pkfg, tc os vius vki
dks ik= ekusa ,oa muds ikl lHkh okafNr nLrkost gksaA
The intending bidder must read the terms and conditions in the notice inviting tender &
pre-qualification criteria carefully. He should only submit his bid if he considers
himself eligible and he is in possession of all the documents required.

3-

cksyh izLrqr djus dk vFkZ gS vuqyXud&10 esa layXu izi= ds vuqlkj cksyhdrkZ n~okjk vkWu
ykbu izLrqr fd, tkus okys ?kksk.kki= dk Lohdkj fd;k tkukA
Submission of bid shall mean acceptance of undertaking to be furnished online by
bidder as per format enclosed as Annexure-10.

4-

cksyhdrkZvksa ds fy, osclkbV ij iksLV dh xbZ lwpuk ,oa funsZk fufonk nLrkost dk ,d Hkkx
gksaxsA fofgr izkWlsflax kqYd ds Hkqxrku ds ipkr gh www.tenderwizard.com/DAEosclkbV
ls fufonk MkmuyksM ,oa viyksM dh tkuh gksxhA
Information and Instructions for bidders posted on website shall form part of tender
document. The tender is to be downloaded and uploaded only on
www.tenderwizard.com/DAE after paying requisite processing fee.

5-

cksyh] lHkh LdSu fd, gq, vfuok;Z nLrkostksa ds viyksM djus] *vkbZVhvkbZ fyfeVsM] ubZ fnYyh*
ds i{k esa izkWlsflax kqYd dk Hkqxrku djus] ,uihlhvkbZ,y ds i{k esa tekur jkfk tek djkus
,oa ;Fkkfu/kkZfjr vU; nLrkostksa ds izLrqr djus ds ckn gh izLrqr fd;k tk ldrk gSA fdlh Hkh
fLFkfr esa izkWlsflax kqYd okil ugha fd;k tk,xkA
The bid can only be submitted after uploading the mandatory scanned documents,
payment of processing fee in favour of ITI LIMITED, NEW DELHI, bid security
in favour of NPCIL and other documents as specified. Processing fee shall not be
refunded in any case.

6-

cksyh izLrqr djus ds ckn Bsdns kj cksyh ds vkWuykbu izLrqr fd, tkus dh vf/klwfpr frfFk o
fu/kkZfjr le; ls iwoZ iqulakksf/kr cksyh dks fdrus gh ckj iqu% izLrqr dj ldrk gSA cksyhdrkZ
cksyh ds vkWuykbu izLrqr fd, tkus dh vf/klwfpr frfFk o fu/kkZfjr le; ls iwoZ cksyh dks okil
ys ldrk gS] ijarq cksyhdrkZ ;fn ,d ckj cksyh okil ys ysrk gS] rks mls iqu% izLrqr ugha fd;k
tk ldrk gSA
After submitting bids the contractor can re-submit revised bid any number of times but
before stipulated closing time and date of online submission of bid as notified. The
bidder can withdraw the bid before stipulated closing date and time of online
submission. But once the bidder withdraws the bid, it cannot be resubmitted.

Centralised Tender Cell RR Site

Page No. 7

Tender No. : NPC/RRS/34/2016/T-1264

7-

8-

os Bsdns kj tks www.tenderwizard.com/DAE osclkbV ij ukekafdr ugha gSa] dks mDr osclkbV
ij ukekafdr gksuk vko;d gSA
The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are
required to get enrolled.
bPNqd cksyhdrkZvksa ds ikl cksyh izLrqr djus ds fy, oS/k class-III fMftVy gLrk{kj gksuk

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

9-

Bsdns kj izR;sd enks@


a vkbVeksa dh nj dksV djuk lqfufpr djsaA vadksa esa nj dksV djus ds fy,
cuk dkWye ihys jax esa fn[kkbZ iM+rk gS vkSj tSls gh blesa nj dh izfofV dh tkrh gS] ;g
vklekuh jax esa cny tkrk gSA blds vykok fdlh Hkh lsy dks lysDV djrs gh ,d psrkouh
fn[kus yxrh gS fd ;fn dksbZ lsy fjDr NwV tkrk gS rks mls *0* ekuk tk,xkA vr%] ;fn dksbZ
lsy fjDr NwV tkrk gS vkSj mlesa cksyhdrkZ n~okjk dksbZ nj dksV ugha dh tkrh gS] rks ml
en@vkbZVe dh nj *0* kwU; ekuh tk,xhA cksyhdrkZ dks ,sls en@vkbVe dks ;Fkk fofunsZku]
ek=k ds fcy ,oa thlhlh lkekU; lafonk krksZ ds izko/kkuksa ds vuqlkj vius dksV fd, gq, kwU;
nj ij gh iwjk djuk gksxkA Contractor must ensure to quote rate of each item. The column
meant for quoting rate in figures appears in YELLOW colour and the moment rate is
entered, it turns SKY BLUE. In addition to this, while selecting any of the cells a
warning appears that if any cell is left blank the same shall be treated as 0. Therefore,
if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be
treated as 0 (ZERO). The bidder shall be required to execute such items at his quoted
rate of zero as per specifications, bill of quantity and GCC provisions.

10- ;fn f=Lrjh; iz.kkyh okyh cksyh gks ,oa mlesa lakksf/kr foRrh; cksyh izLrqr djus dh vko;drk
gks rks lakksf/kr foRrh; cksyh izLrqr djuk vfuok;Z gksxkA ;fn ;g izLrqr ugha fd;k tkrk gS rks
iwoZ esa izLrqr dh xbZ cksyh voS/k gks tk,xhA
In case of bids in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.

11- cksyhdrkZ iwjh rjg ls viuk bZ&esy ,oa cSad [kkrk lfdz; j[kus ds fy, ,oa fdlh izdkj dk
ifjorZu gksus ij mls v|ru@viMsV djus ds fy, mRrjnk;h gSaA ;g vfuok;Z gS D;ksafd
dkiksZjsku n~okjk laizsk.k eq[; :i ls bZ&esy ds ek/;e ls fd;k tk,xkA blds vykok
bZ&VsaMfjax iksVZy n~okjk vkWVkstujsVMs esy Hkh dsoy blh bZ&esy ,Msl ij Hksts tk,axsA
The bidders are solely responsible to keep their email and bank account active and to
update their profile in case of change. This is essential as communication shall
preferably be done through e- mail by corporation. Moreover, all the auto generated
mail by e-tendering portal shall be sent on this e-mail address only.

12- Bsdns kj nLrkostksa dks JPGQkesZV ;k PDFQkesZV esa viyksM dj ldrs gSaA
Contractor can upload documents in the form of JPG format and PDF format.

13- cksyhdrkZvksa dks muds Lo;a ds ykHk ds fy, ijkekZ fn;k tkrk gS fd VsaMj izkslsflax kqYd ,oa
cksyh tekur jkfk ds Hkqxrku esa lgqfy;r ikus ds fy, os dksj cSafdax lkWY;wku czkap (NEFT /
RTGS lqfo/kk) ;qDr cSad [kkrk [kksy ysaA
Bidders are advised to open bank account with core banking solution branch (with
NEFT / RTGS) in order to facilitate online payment of tender processing fee and bid
security for their own benefit.
Centralised Tender Cell RR Site

Page No. 8

Tender No. : NPC/RRS/34/2016/T-1264

14- cksyhdrkZ dks cksyh izLrqr djus ls iwoZ GCC ,oa ,uihlhvkbZ,y osclkbV ds Mkmuyksx lsDku
esa LVSaMZM ,uvkbZVh dks vPNh rjg i<+ ysuk pkfg,A cksyh izLrqr dj nsus dk vFkZ gksxk fd
cksyhdrkZ us GCC ,oa NIT dks ns[k o le> fy;k gS vkSj fcuk fdlh fopyu@krZ ds mldk
ikyu djus dks rS;kj gSA foLr`r NIT ,oa GCC le>kSrs dk vak gksaxsA ;fn cksyhdrkZ fdlh Hkh
Lrj ij mls Lohdkj djus ls euk djrk gS] rks cksyh jn~n dj nh tk,xh ,oa cksyh tekur
jkfk tCr dj yh tk,xhA blds vykok vuqkklfud dkjZokbZ Hkh dh tk ldrh gS ftlesa l{ke
izkf/kdkjh n~okjk leqfpr le>s tkus ij leku izdkj ds vFkok vU; dk;Z ds fy, iqu% fufonk
djus ij Bsdns kj dks mlesa izfrHkkfxrk djus ls oafpr Mh&ckj djuk Hkh kkfey gSA
Bidder shall read the GCC and standard NIT in NPCIL download section before
submission of bid. Submission of bid shall imply that the bidder has seen and
understood the GCC & NIT and shall abide by the same without any
deviations/conditions. The detailed NIT and GCC shall be part of agreement. If the
bidder at any stage refuses to accept the same, the bid shall be rejected and bid security
shall be forfeited. Further disciplinary action is liable to be taken including debarring
from participation in retendering of the same work or other works as deemed
appropriate by the competent authority.

Centralised Tender Cell RR Site

Page No. 9

Tender No. : NPC/RRS/34/2016/T-1264

cksyh izLrqr djus ds vof/k ds Hkhrj LdSu dj viyksM fd, tkus okys vfuok;Z nLrkostksa dh lwph
List of Mandatory documents to be Scanned and Uploaded on the link within Period of Bid Submission

S.
No.
ze
la[;k
1.
2.
3.
4.
5.
6.
7.

8.

9.

10.

11.

12.

13.

14.

fooj.k
DESCRIPTION
NIT ds lacaf/kr [kaM esa mYys[k vuqlkj cksyh ds gLrk{kjdrkZ dk eq[rkjukek
ikoj vkWQ vVkWuhZ
Power of attorney of the signatory of bid as per relevant clause of NIT.
PAN dkMZ PAN card
fodz; dj@VAT/WCT izek.ki= dk iathdj.k
Registration of sales tax/VAT/WCT Certificate
TIN izek.ki= dk iathdj.k Registration of TIN certificate
lsok dj izek.ki= dk iathdj.k Registration of Service Tax Certificate
EPF dk iathdj.k Registration of EPF
NIT ds vuqyXud&2 ds vuqlkj foxr 3 okksZa ds okfkZd VuZvksoj dk izek.ki= fdlh pkVZMZ ,dkmaVVsa n~okjk gLrk{kfjr ,oa
eksgj;qDr
Certificate of Annual Turnover of last 3 years stamped & signed by CA as per Annexure
2 of NIT.
NIT ds vuqyXud&3A ds vuqlkj foxr ikp 5 okksZa ds nkSjku fd, x, dk;Z dh ykxr dk fooj.k fdlh pkVZMZ ,dkmaVVsa
n~okjk gLrk{kfjr ,oa eksgj;qDr
Statement of value of work executed during last five (05) financial years stamped and
signed by chartered accountant as per Annexure 3A of NIT.
NIT ds vuqyXud&3B ds vuqlkj fo|eku izfrcn~/krk dk;Z ,oa py jgs dk;Z rFkk cksyh {kerk dh ykxr dk fooj.k fdlh
pkVZMZ ,dkmaVVsa n~okjk gLrk{kfjr ,oa eksgj;qDr
Statement of existing commitments and on-going works and value of bid capacity
stamped and signed by chartered accountant as per Annexure 3B of NIT.
dk;Z vuqHko & 1 % NIT ds vuqyXud&1 ds vuqlkj
Work experience 1 : As per Annexure 1 of NIT
dk;Z vknsk@djkj Work Order / Agreement
dk;Z iw.kZ gksus dk izek.ki= Completion Certificate
izkbosV dk;Zds lca/k esa vafre fcy ds lkFk pkVZMZ ,dkmaVVsa dk izek.ki= ,oa dk;Z iw.kZrk izek.ki=
CA Certificates & Completion Certificate with Final / Last Bill for private works.
dk;Z vuqHko & 2 % NIT ds vuqyXud&1 ds vuqlkj
Work experience 4 As per Annexure 1 of NIT
dk;Z vknsk@djkj Work Order / Agreement
dk;Z iw.kZ gksus dk izek.ki= Completion Certificate
izkbosV dk;Zds laca/k esa vafre fcy ds lkFk pkVZMZ ,dkmaVVsa dk izek.ki= ,oa dk;Z iw.kZrk izek.ki=
CA Certificates & Completion Certificate with Final / Last Bill for private works.
dk;Z vuqHko & 3 % NIT ds vuqyXud&1 ds vuqlkj
Work experience 3 As per Annexure 1 of NIT
dk;Z vknsk@djkj Work Order / Agreement
dk;Z iw.kZ gksus dk izek.ki=Completion Certificate
izkbosV dk;Zds laca/k esa vafre fcy ds lkFk pkVZMZ ,dkmaVVsa dk izek.ki= ,oa dk;Z iw.kZrk izek.ki=
CA Certificates & Completion Certificate with Final / Last Bill for private works.
dk;Z vuqHko& 4 % NIT ds vuqyXud&1 ds vuqlkj
Work experience 4 As per Annexure 1 of NIT
dk;Z vknsk@djkj Work Order / Agreement
dk;Z iw.kZ gksus dk izek.ki= Completion Certificate
izkbosV dk;Zds laca/k esa vafre fcy ds lkFk pkVZMZ ,dkmaVVsa dk izek.ki= ,oa dk;Z iw.kZrk
CA Certificates & Completion Certificate with Final / Last Bill for private works.
MSME ds lkFk iathdj.k dk izek.ki=A ;fn cksyhdrkZ NIT ds [kaM&25 dk ykHk ysus dk bPNqd gS] rks izek.ki= viyksM
djuk vfuok;Z gSA
Certificate of registration with MSME. If bidder wishes to take benefits of Clause-25 of
NIT, then upload the Certificate is mandatory.

Centralised Tender Cell RR Site

Page No. 10

Tender No. : NPC/RRS/34/2016/T-1264

fVIi.kh %
NOTES:
1. cksyhdrkZ

ewy nLrkostksa dks JPG QkesZV ;k PDF QkesZV esa viyksM djsaxsA nLrkostksa dk izLrqr
fd, tkus dks cksyhdrkZ n~okjk ;g ?kksk.kk ekuk tk,xk fd lHkh nLrkost lgh ,oa okLrfod gSaA
cksyh yxkus ,oa dk;Z fuikfnr djus ds nkSjku fdlh Hkh le; cksyhdrkZ n~okjk nh xbZ
lwpuk@nLrkost esa Hksn@tkyh@feF;k rF; ik, tkus ij mUgsa cksyhdrkZ@Bsdns kj dks oS/kkfud
:i ls blds fy, mRrjnk;h ekuk tk,xkA muds izLrko dks rqjra jn~n dj fn;k tk,xk vFkok
;fn mUgsa Bsdk feyrk gS rks mls fujLr dj fn;k tk,xk ,oa cksyh tekur jkfk] dk;Z fuiknu
izR;kHkwfr xkjaVh] lqj{kk /kjksgj ;fn dksbZ gS rks mls Hkh tCr dj fy;k tk,xk vkSj
cksyhdrkZ@Bsdns kj dks ikp okZ dh vof/k ds fy, ,uihlhvkbZ,y esa dk;Z djus ds fy,
CySdfyLV@oafpr Mhckj dj fn;k tk,xkA
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.

cksyh izLrqr dj cksyhdrkZ ;g ?kksk.kk djrk gS ,oa iqfV djrk gS fd ,d eq[; Bsdns kj ds :i esa
leku {kerk okyk dk;Z fuikfnr fd;k x;k gS ,oa bl dk;Z dks fdlh vU; Bsdsnkj n~okjk cSd Vw
cSd vk/kkj ij ;k miBsdsnkj ds n~okjk fuikfnr ugha djk;k x;k gSA blesa fdlh Hkh izdkj ds
mYya?ku dk ifj.kke mi;qZDr en la[;k&1 ds vuqlkj naMkRed dkjZokbZ gksxkA
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.

4.

lHkh vfuok;Z nLrkostksa dks viyksM djuk ck/;dkjh gSA ;fn dqN nLrkost iz;ksT;@miyC/k ugha
gSa rks ,d i`B ij bl fLFkfr dks fizaV dj ds mls viyksM fd;k tkuk pkfg,A vfuok;Z nLrkostksa
ds laca/k esa fdlh fjDr@vlacn~/k nLrkost dks viyksM djus ls izLrko dks fujLr dj fn;k
tk,xkA
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.
cksyh izLrqr djus ds le; Bsdns kj (A) fo|eku izfrcn~/krk ,oa (B) cksyh dh {kerk dh x.kuk

djus ds fy, fdlh pkVZMZ ,dkmaVsaV dk izek.ki= viyksM djsaxs ftlesa foxr 3 okksZa ds foRrh;
VuZvksoj] foxr ikp vadsf{kr vkWfMVsM foRrh; okksZads nkSjku fd, x, dk;Z ds ewY; dk mYys[k
gksA cksyhdrkZ ls lHkh fo|eku izfrcn~/krkvksa dk fooj.k izLrqr djus dk vuqjks/k gSA bl laca/k esa
lwpukvksa ds fNikus dk ifj.kke cksyh dks fujLr djuk] cksyh tekur jkfk ds tCrhdj.k ds lkFk
dkiksZjsku ds fdlh Hkh fufonk esa izfrHkkfxrk ls ,d okZ ds fy, oafpr fd;k tkuk gksxkA ;fn
vko;d gqvk rks rduhdh cksyh [kksys tkus ds ipkr Hkh Bsdns kj ls foRrh; fooj.k ,oa lacaf/kr
lgk;d nLrkost ekxs tk ldrs gSaA laiw.kZ foLr`r rqyui= cSysla khV viyksM djus dh
vko;drk ugha gSA
Centralised Tender Cell RR Site

Page No. 11

Tender No. : NPC/RRS/34/2016/T-1264

At the time of submission of bid, contractor shall upload certificate from CA mentioning
financial turnover of last 3 years ,value of work done during last five audited financial
year (A) and existing commitments (B) for calculation of bid capacity. The bidders are
requested to submit details of all existing commitments. Concealment of information in
this regard shall result in rejection of bid and forfeiture of bid security along with
debarring for a year from participation in any of the tender of corporation.Further
financial details and related supporting documents, if required may be asked from
contractor after opening of technical bid. There is no need to upload entire voluminous
balance sheet.
5.

cksyhdrkZ ds fy, bl iz;kstu ls viyksM fd, x, ,Dlsy khV esa fiz&DokfyfQdsku ekunaMksa ds
ewY;kadu ds fy, vko;d vkadM+ksa dks Hkjuk ck/;dkjh gSA ,Dlsy khV esa miyC/k djk, x,
vkadM+kas ,oa mlds liksVZ esa viyksM fd, x, lacan~/k nLrkostksa ds vk/kkj ij gh rduhdh
ewY;kadu fd;k tk,xkA ;fn viyksM fd, x, ,Dlsy&khV esa lacaf/kr lwpuk,a ugha Hkjh xbZ gSa
tcfd leuq:i lgk;d nLrkostksa dks viyksM fd;k x;k gS rks viyksM fd, x, lgk;d
nLrkostksa ij ewY;kadu ds nkSjku fopkj fd;k tk,xk D;ksafd iz.kkyh@flLVe n~okjkrduhdh
ewY;kadu khV Lor%fufeZr gksrh gSA vr% cksyhdrkZ vius Lo;a ds fgr ds fy, ,Dlsy khV esa lHkh
lacan~/k lwpuk,a Hkjsxa s ,oa leuq:i lgk;d nLrkostksa dks viyksM djsaxAs dkiksZjsku cksyh [kksys
tkus ds ipkr fiz&DokfyfQdsku ds fy, fdlh u, nLrkost dks Lohdkj ugha djsxkA dkiksZjsku
igys ls izLrqr fd, x, nLrkostksa@lwpuk ds laca/k esa LiVhdj.k ds fy, ,oa nLrkost izLrqr
djus ds fy, dg ldrk gSA
It is binding on the bidder to fill the data required for assessment of pre-qualification
criteria in the excel sheet uploaded for the purpose. The technical evaluation shall be
done based on the data provided in excel sheet and the relevant document uploaded to
support the same. In case where the relevant information is not filled in the uploaded
excel sheets while commensurate supporting documents are uploaded, the uploaded
supporting documents shall be considered in evaluation, as the technical evaluation sheet
is auto generated by system. Therefore the bidders in their own interest shall fill all the
relevant information in excel sheets and upload commensurate supporting documents.
The corporation shall not accept any new document for prequalification after bid
opening. Corporation may ask for clarification and submission of documents in support
of documents/information already submitted.

6.

,dy@ukekadu ukWfeusku@lhfer fufonk dh fLFkfr esa cksyhdrkZ dks fiz&DokyhfQdsku ds fy,


lwpuk,a ,oa nLrkost viyksM djus dh vko;drk ugha gSA
In case of Single / Nomination / Limited tenders, the bidders are not required to upload
information and documents for prequalification.

Centralised Tender Cell RR Site

Page No. 12

Tender No. : NPC/RRS/34/2016/T-1264

iwoZ&ik=rk ekunaM%
PRE-QUALIFICATION CRITERIA:
1.

U;wure vko;drk &


MINIMUM REQUIREMENT1.1 dk;Z vuqHko
Work Experience:

bPNqd fufonkdkj ds ikl mlds Lo;a ds uke ij eq[; Bsdns kj ds :i esa bZ&VsaMfjax iksVZy
ij ,uvkbZVh izdkfkr gksus ls fiNys ,d ekg dh vafre rkjh[k dks foxr 7 okksaZ ds nkSjku
fuEufyf[kr esa ls dksbZ ,d leku dk;Z lQyrkiwoZd iw.kZ djus dk vuqHko gksuk pkfg, %
The intending tenderer must have in its name as prime contractor experience of
having successfully completed similar works during last 7 years ending last day of
month previous to the one in which NIT has been published on e-tendering portal
should be either of the following
a) rhu leku izdkj ds iw.kZ fd, x, dk;Z] ftuesa ls izR;sd dh ykxr vuqekfur ykxr ds
20% ls de jkfk dh ugha gksuh pkfg,A
Three similar completed works, each are costing not less than the amount equal to
20% of the estimated cost.

b)

vFkok OR
nks leku izdkj ds iw.kZ fd, x, dk;Z] ftuesa ls izR;sd dh ykxr vuqekfur ykxr ds
30%ls de jkfk dh ugha gksuh pkfg,A
Two similar completed works, each are costing not less than the amount equal to
30% of the estimated cost.

c)

vFkok OR
,d leku izdkj dk iw.kZ fd;k x;k dk;Z] ftldh ykxr bl vuqekfur ykxr ds
50%ls de jkfk dh ugha gksuh pkfg,A
One similar completed work costing not less than the amount equal to
50% of the estimated cost.

d)

vFkok OR
dsU ljdkj@jkT; ljdkj@lkoZtfud {kS= ds fdlh midze esa py jgs leku izd`fr
ds dk;Z] ftuesa v|ru jfuax vdkmaV fcy rd Hkqxrku fd;s x, dk;Z dk ewY;]
vuqekfur ykxr ds 60% dh jkfk dh cjkcj ls de ugh gksuk pkfg,! bl laca/k esa
izHkkjh vfHk;ark ds izek.k i= ij fopkj fd;k tk,xk!
Ongoing work of similar nature in any Central Govt./State Govt./PSU bodies in
which the value of work paid till the latest Running Account Bill, shall not be
less than the amount equal to 60% of the estimated cost. Certificate in this
regard by Engineer-In-Charge shall be considered.

bl lafonk ds iz;kstu ls leku izdkj dk dk;Z bl lafonk ds iz;kstu gsrq leku izd`fr ds dk;Z
ls rkRi;Z **fdlh Hkh IykaV @ vkWDthyjh IykaV ds izpkkyu o fofo/k xfrfof/k;ksa dk vuqHko
vFkok leku izd`fr ds dk;Z ds fuiknu gsrq mi;q eSuikoj dh lsok,a miyC/k djokus dk
vuqHko**
Similar work for the purpose of this contract is Experience in execution of plant
Operation jobs OR miscellaneous activities of any Auxiliary Plant OR providing services of
suitable manpower for similar nature of work in any power/ process industry
Centralised Tender Cell RR Site

Page No. 13

Tender No. : NPC/RRS/34/2016/T-1264

fVIi.kh %
NOTES:

iw.kZ fd, x, dk;Z dh ykxr dk vFkZ iw.kZ fd, x, dk;Z dk ldy ewY; gS ftlesa lHkh izdkj
ds dj ,oakqYd ysoht] fukqYd vkiwfrZ dks NksMd
+ j izHkkj ds vk/kkj ij DykbaV n~okjk vkiwfrZ
dh xbZ lkexzh dh ykxr kkfey gSA izHkkfjr lkexzh dh ykxr r; fQDl ewY; gksxh] ftl
ij DykbaV us lkexzh dh vkiwfrZ dh FkhA
The cost of completed work shall mean gross value of the completed work including
all the taxes and levies, cost of material supplied by the client on chargeable basis, but
excluding those supplied free of cost. The cost of chargeable material shall be the
fixed value at which the client had supplied the material.

ch

ewY;kadu ds fy, cksyhdrkZ ds dsoy mUgha dk;ksZa ij fopkj fd;k tk,xk] tks bZ&VsaMfjax iksVZy
ij ,uvkbZVh izdkfkr gksus ls fiNys ,d ekg dh vafre rkjh[k dks iw.kZ dj fy, x, gksaA
vr% bZ&VsMa fjax iksVZy ij ,uvkbZVh izdkfkr gksus ls fiNys ,d ekg dh vafre rkjh[k dks
viw.kZ@py jgs dk;ksaZ ij ik=rk ds :i esa fopkj ugha fd;k tk,xkA
The work experience of the bidder for those works only shall be considered for
evaluation purposes, which are completed before the last date of the month previous
to one in which NIT has been published on e-Tendering Portal. Hence, the works are
incomplete / ongoing, as on the last date of month previous to one in which NIT has
been published on e-Tendering portal, shall not be considered against eligibility.

lh

;fn dk;Z 7 okZ dh ik=rk vof/k bZ&VsaMfjax iksVZy ij ,uvkbZVh izdkfkr gksus ls fiNys ,d
ekg dh vafre rkjh[k ls igys ds tksM+s x, ls iwoZ vkjaHk gksrk gS ,oa mDr 7 okZ dh ik=rk
vof/k ds Hkhrj iw.kZ fd;k tkrk gS] rks ik=rk ds :i esa dk;Z dh dqy ykxr ij fopkj fd;k
tk,xkA
In case the work is started prior to the eligibility period of 7 years (counted backwards
starting from the last day of the month previous to the e-publishing date of NIT) and
completed within the said eligibility period of 7 years, then the full value of work
shall be considered against eligibility.

Mh

;fn cksyhdrkZ n~okjk O;fDrxr :i ls vFkok QeZ ds lk>snkj ds :i esa ;k QeZ ds lk>snkj ds
ikVZuj ds :i esa vuqHko izkIr fd;k x;k gS rks 100% vuqHko dk ewY; oSY;w ekuk tk,xkA
ijarq ;fn cksyhdrkZ n~okjk fdlh la;qDr midze@lgla?k ds lk>snkj ds :i esa vuqHko izkIr
fd;k x;k gS rks la;qDr midze@lgla?k esa cksyhdrkZ ds okLrfod fgLlsnkjh ds vak esa vuqHko
ds vak dh ykxr dks ik=rk ds :i esa ekuk tk,xkA cksyhdrkZ rnuqlkj vius fgLlsnkjh ,oa
vuqHko ds ewY; dh okLrfod izfrkrrk ds laca/kesa lwpuk izLrqr djsaxsA la;qDr midze@lgla?k
ds ekeys es]a ;fn mlh la;qDr midze@lgla?k n~okjkdk;Z fd;k x;k gS rks dk;Z dh dqy
ykxr dks ekuk tk,xkA
In case the experience has been earned by the bidder as an individual or proprietorship
firm or partner of a partnership firm, then 100% value of experience will be
considered against eligibility. But if the experience has been earned by the bidder as
partner in a joint Venture / Consortium, then the proportionate value of experience in
proportion to the actual share of bidder in the joint venture / consortium will be
considered against eligibility. The bidder shall furnish information regarding the
actual percentage of share and value of experience accordingly. In case of joint

Centralised Tender Cell RR Site

Page No. 14

Tender No. : NPC/RRS/34/2016/T-1264

venture / consortia, full value of work, if done by the same joint venture shall be
considered.

bZ

dk;Z vuqHko ekunaMksa dh ik=rk ij fopkj djus ds fy, cksyhdrkZ dks ,uvkbZVh ds
vuqyXud&1 esa fn, x, izi= esa muds n~okjk fuikfnr dk;Z dk fooj.k izLrqr djuk pkfg,A
,sls dk;kZsa ds dk;Z vknsk@dz; vknsk@djkj] foLrkj i= ;fn dksbZ gS] DykbaV ls izkIr
dk;Ziw.kZ izek.ki= ftlij LiV :i esa dk;Z dk uke nkkZ;k x;k gks] okLrfod dk;Ziw.kZrk
ykxr ,oa dk;Z iw.kZrk dh okLrfod frfFk tSls nLrkosth lk{; izLrqr fd, tkus pkfg,A fcuk
nLrkosth lk{; ds izLrqr fd, x, izLrkoksa dk ewY;kadu ugha fd;k tk,xkA
The bidder shall submit details of work executed by them in the Performa of
Annexure-1 of NIT for the works to be considered for qualification of work
experience criteria. Documentary proof such as work order/purchase order/agreement,
extension letter if any, completion certificate from client clearly indicating the name
of work, actual completion cost and actual date of completion for such work should
be submitted. The offers submitted without the documentary proof shall not be
evaluated.

,Q

;fn dk;Z ljdkjh@ljdkjh fudk;ksa@lkoZtfud {ks= ds midzeksa dks NksM+ dj vU; lHkh
daifu;ksa ds fy, fd;k x;k gS rks fuEufyf[kr nLrkost izLrqr fd, tkus pkfg, %
In case the work is executed for all other companies except Government /
Government Bodies / Public Sector Undertakings, the following shall be submitted:

ek=kvksa ds fcy ds lkFk dk;Z vknskA


Work order with bill of quantities

;fn dk;Z vknsk@djkj esa dk;Z iw.kZrk dh fu/kkZfjr frfFk dks c<+k;k@vuqcaf/kr le; ds
ipkr iw.kZ fd;k x;k gS rks dk;Z foLrkj i=A
Extension letter, if the work has been extended /completed beyond stipulated
completion date in work order/agreement

Qkbuy@vafre fcy ftlij fd, x, dk;Z dh ldy ykxr nkkbZ xbZ gks ds lkFk
dk;Z iw.kZrk izek.ki=A izR;sd dk;Z vknsk ds fy, vyx ls dk;Ziw.kZrk izek.ki= gksuk
pkfg,A nks ;k vf/kd dk;Zvknskksa ds fy, la;qDr dk;Z iw.kZrk izek.ki= dks fujLr dj
fn;k tk,xkA
Completion certificate with final / last bill mentioning the gross value of work
done. The completion certificate shall be for individual work order. The
completion certificate clubbing two or more work orders shall be rejected.

pkVZMZ ,dkmaVsaV dk gLrk{kfjr ,oa eksgj yxk gqvk izek.ki= ftlesa fcyokj izkIr
Hkqxrku] VhMh,l jkfk] izek.ki= uacj dk fooj.k fn;k x;k gksA
Stamped and signed certificate by chartered accountant giving details of bill
wise payment received, TDS amount, certificate number.

foLrkj ds ckn iw.kZ fd, x, dk;Z dks foLrkj ds nLrkosth lk{; ds fcuk Lohdkj ugha
fd;k tk,xkA
The works which have been completed after extension will not be accepted
without documentary proof of extension.

th

iwoZ ik=rk ekunaMksa dks iwjk djus okys fd, x, dk;Z dh ykxr dks bZ&VsaMfjax iksVZy ij
,uvkbZVh izdkfkr gksus ls fiNys ,d ekg dh vafre rkjh[k dks iw.kZ fd, x, dk;Z dh frfFk
ls x.kuk dj 7 % izfrokZ dh lkekU; nj ij dk;Z dh okLrfod ykxr dks c<+k dj orZeku
ykxr ds Lrj ij yk;k tk,xkA bl c<+kRs rjh dh x.kuk djus ds fy, bZ&VsaMfjax iksVZy ij

Centralised Tender Cell RR Site

Page No. 15

Tender No. : NPC/RRS/34/2016/T-1264

,uvkbZVh izdkfkr gksus ls fiNys ,d ekg dh vafre rkjh[k ,oa dk;Z iw.kZrk dh frfFk nksuksa dks
kkfey ugha fd;k tk,xkA
The value of work done meeting prequalification criteria shall be brought to current
costing level by enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last day of month previous to the one in
which NIT has been published on e-tendering portal. Both the date of completion and
last date of month previous to the one in which NIT has been published on
e-tendering portal shall be excluded for the purpose of calculating escalation.

,p

;fn vko;d gksxk rks dkiksZjsku ds foosdkuqlkjik=rk ds fy, izLrqr fd, x, lHkh nLrkostksa
dh uksVjh n~okjk lR;kfir ewy izfr ,oa Nk;kizfr dks fdlh Hkh Lrj ij lR;kiu ds fy,
cksyhdrkZ dks dgk tk ldrk gSA ;fn fu/kkZfjr le; ds Hkhrj mDr nLrkostksa dks izLrqr ugha
fd;k tkrk gS rks cksyh dks fujLr dj fn;k tk,xkA
The bidders if required may be asked to produce original and photocopy of all the
documents attested by notary submitted for qualification purpose for verification at
any stage at corporations discretion. If the same are not produced in stipulated time,
the bid shall be rejected.

1.2

okfkZd VuZvksoj %
Annual Turnover:

iwoZ foRrh; okZ ds 31 ekpZ dks lekIr xr rhu okksZa ds nkSjku vkSlr okfkZd VuZvksoj
vuqekfur ykxr dk de ls de 30% gksuk pkfg,A
The average annual financial turnover during the last three years ending 31st March
of the previous financial year should be at least 30% of the estimated cost.

fVIi.kh %
NOTES:
a) cksyhdrkZ

dks ,uvkbZVh ds vuqyXud&2 esa fn, x, fofgr izi= esa v|ru rhu vadfs {kr
foRrh; okZ ds foRrh; vakdM+s izLrqr djus gksaxsA mDr dks fdlh pkVZMZ ,dkamVsVa lh, ds
gLrk{kj ,oa eqgj n~okjk izekf.kr fd;k tkuk pkfg,A ;fn fiNys foRrh; okZ ds rqyu i=
cSysla khV dk vad{s k.k ugha fd;k x;k gS rks cksyhdrkZ dks pkVZMZ ,dkmaVsaV dk bl
vkk; dk ,d izek.ki= izLrqr djuk gksxk fd *vc rd rqyu i= cSysla khV dk
vad{s k.k ugha fd;k x;k gSA* ,sls ekeys esa ewY;kadu ds fy, fiNys rhu vadsf{kr foRrh;
okksZa ds foRrh; vkadM+ksa ij fopkj fd;k tk,xkA ;fn mi;qZDrkuqlkj fdlh okZ ds vadfs {kr
VuZvksoj dks izLrqr ugha fd;k tkrk gS rks ml okZ ds VuZvksoj dks kwU; ds :i esa ekuk
tk,xk vkSj rhu okksaZ ds vkSlr VuZvksoj dh rnuqlkj gh x.kuk dh tk,xhA ;fn cksyh ds
lkFk pkVZMZ ,dkmaVsaV dk izek.ki= izLrqr ugha fd;k tkrk gS rks cksyh dks xSj&ftEesnkj
ekuk tk,xk ,oa fujLr dj fn;k tk,xkA
Financial data for latest last three audited financial years has to be submitted by
the bidder in the prescribed format as per Annexure-2 of NIT. The same shall be
certified by chartered accountant (CA) with his stamp and signature. In case
balance sheet of the last financial year is not audited, the bidder has to submit a
certificate by a CA certifying that the balance sheet has actually not been audited
so far. In such case the financial data of previous three audited financial shall be
taken into consideration for evaluation. If the audited turnover of any year as per
above is not submitted, the turnover for that year shall be considered as ZERO and
average annual turnover for three years will accordingly be calculated. If the

Centralised Tender Cell RR Site

Page No. 16

Tender No. : NPC/RRS/34/2016/T-1264

Charted Accountant Certificate is not submitted along with the bid, the bid shall
be considered as non-responsible & rejected.
b)

la;qDr midze@lgla?k ds ekeys esa]foRrh; fLFkfr ekunaMksa dk ewY;kadu lnL;ksa dh


izfrHkkfxrk izfrkrrk ds vk/kkj ij foRrh; vkadM+kas ds osVsM ,ojst ds vk/kkj ij fd;k
tk,xkA
In case of joint venture / consortia, the financial standing criteria will be evaluated
based on weighted average of the financial data of the members as per their
percentage participation.

1.3

;fn fufonk esa vuqekfur ykxr `100.0 yk[k ;k mlls vf/kd j[kh xbZ gS rks U;wure ekunaMksa
dks iwjk djus okys dsoy os cksyhdrkZ] ftudh miyC/k cksyh {kerk cksyh dh ykxr ls T;knk
gS] ;ksX; gksaxsA Bsdns kj dh cksyh {kerk dk fu/kkZj.k fuEufyf[kr lw= QkeZwyk ds vk/kkj ij
fd;k tk,xk %
In case of estimated cost put to tender is ` 100.0 lakhs and above, bidders who meet
minimum criteria will be qualified only if their available bid capacity is more than the
bid value. The bid capacity of the contractor shall be determined by the following
formula:

cksyh {kerk

= (A x N x 2) B
Bid Capacity = (A x N x 2) B

tgka]Where,
A - vuqyXud&3 , ds vuqlkj xr 5 foRrh; okksZa ds nkSjku fdlh Hkh ,d okZ esa fd, x,
dk;ksaZ dh vf/kdre ykxrA
A B

maximum value of works executed in any one year during last five financial
years as per Annexure-3A.

- vuqyXud&3 ch ds vuqlkj py jgs dk;ksZa dh fo|eku izfrcn~/krkvksa ,oa ykxr dh


x.kuk ,uvkbZVh izdkfkr gksus ls fiNys ,d ekg dh vafre rkjh[k ,oa vxys N
okksZa esa iw.kZ gksus okys dk;ksZa ds :i esa dh tk,xhA

B -

Value of existing commitments and ongoing works calculated from last date
of month previous to one in which NIT has been published to be completed in
the next N years as per Annexure-3B.

N - bl lafonk ds iw.kZ gksus ds fy, fu/kkZfjr okksaZ dh la[;kA


N - Number of years prescribed for completion of the subject contract.

, cksyhdrkZ dks ,ukbZVh ds vuqyXud&3, esa xr ikp foRrh; okksZa ds foRrh; v|ru vkadM+s
izLrqr djus gksaxsAmijksDr foRrh; vkadM+kas dks ml foRr okZ ds vafre frfFk ls 7 % izfrokZ
dh lkekU; nj ij dk;Z dh okLrfod ykxr vFkok blds fdlh Hkkx dks c<+k dj orZeku
ykxr ds Lrj ij yk;k tk,xkA bls fdlh pkVZMZ ,dkamVsaV n~okjk vius eqgj] gLrk{kj ,oa
lnL;rk la[;k n~okjk izekf.kr fd;k tkuk pkfg,A
Financial data for latest last five financial years has to be submitted by the bidder in
Annexure-3A of NIT. The above financial data will be brought to current costing
level by enhancing the actual value of work at simple rate of 7% per annum or part
thereof calculated from the last date of that financial year. The same shall be certified
by the chartered accountant with his stamp, signature and membership number.

Centralised Tender Cell RR Site

Page No. 17

Tender No. : NPC/RRS/34/2016/T-1264

ch cksyhdrkZ dks ,ukbZVh ds vuqyXud&3ch esa py jgs dk;ksaZ dh fo|eku izfrcn~/krkvksa dh ykxr
izLrqr djuh gksxhA bls fdlh pkVZMZ ,dkamVsVa n~okjk vius eqgj ,oa gLrk{kj n~okjk izekf.kr
fd;k tkuk pkfg,A
Value of existing commitments for on-going works has to be submitted by the bidder
in Annexure-3B of NIT. The same shall be certified by the chartered accountant with
his stamp and signature.

lh la;qDr midze@lgla?k ds ekeys esa] izR;sd lnL; dh cksyh dh {kerk dk fu/kkZj.k mi;qZDr lw=
QkeZwyk ds vk/kkj ij ,oa la;qDr midze@lgla?k dh la;qDr cksyh {kerk] lnL;ksa dh
O;fDrxr cksyh {kerk ds osVsM ,ojst ds vuqlkj la;qDr midze@lgla?k esa mudh izfrHkkfxrk
izfrkrrk ds vk/kkj dh tk,xhA
In the case of joint venture / consortia, bid capacity of each member will be computed
applying above formula and combined bid capacity of the joint venture / consortia
will be weighted average of the individual bid capacity of the members as per their
percentage share in the joint venture / consortia.

Mh fdlh Hkh Lrj ij ;fn ik;k tkrk gS fd cksyh {kerk ds vkdyu ds fy, cksyhdrkZ us xyr
vkadM+s izLrqr fd, gSa rks cksyh ;k ;fn dk;Z lkSia fn;k x;k gS] rks dk;Z vknsk fujLr@jn~n
dj fn;k tk,xk ,oa ,uvkbZVh ,oa thlhlh ds vuqlkj vU; n.MkRed dkjZokbZ dh tk,xhA
If it is found at any stage that the bidder has submitted incorrect data for assessment
of bid capacity the bid or if the work is awarded the work order shall be
rejected/cancelled and other penal action as per NIT and GCC shall be taken.
1.4

bZih,Q dk iathdj.k ,d vfuok;Z nLrkost ds :i izLrqr fd;k tkuk pkfg,A


Registration of EPF shall be submitted as a mandatory document.

2.

lkekU; ik=rk ekunaM %


GENERAL ELIGIBILITY CRITERIA:

2.1

cksyhdrkZ ,d LoHkkfod O;fDr] futh lRrk] ljdkjh lRrk vFkok ysVj vkWQ baVsaV }kjk lefFkZr
,slh lRrkvksa dk feJ.k gks ldrk gS ftls TokbaV ospa j vkWQ ,lksfl,ku vFkok lgla?k
dalksfVZ;e ds :i esa dksbZ djkj djuk gks vFkok izpfyr djkj esa lfEefyr gksuk gksA tsoh,
vFkok lgla?k dh cksfy;ksa dks `100 djksM+ ls de dh vuqekfur ykxr ls de ds fy, Lohdkj
ugha fd;k tk,xkA tsoh, dks lHkh ewY;ksa ds lsok ,oa vuqj{k.k gsrq vuqefr ugha gSA
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 ` 100 crores. JVA are not permitted for service &
maintenance contract of all values.

la;qDr midze vFkok lgla?k ds ekeys esa %


In the case of a joint venture or consortium:

Centralised Tender Cell RR Site

Page No. 18

Tender No. : NPC/RRS/34/2016/T-1264

, la;qDr midze@lgla?k esa rhu ls vf/kd lk>snkj ugha gksus pkfg, ,oa bu rhuksa dks vius lacaf/kr
{ks= esa fokskKrk gkfly gksuh pkfg,A
Joint venture/consortium should not have more than three partners who are specialized in
their respective field.

ch tsoh, vFkok lgla?k dks ,d eq[; lk>snkj ukekafdr djuk pkfg, ftls cksyh dh izfdz;k ds nkSjku
,oa tsoh,@lgla?k dks Bsdk feyus ij] Bsdk fuikfnr gksus ds nkSjku fdlh lk>snkj ,oa lHkh
lk>snkjksa ds fy, ,oa dh vksj ls lHkh dk;Z&O;kikj djus dk izkf/kdkj gksA
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.

lh ,sls ekeys esa] eq[; lk>snkj lHkh lafonk fucZa/kuksa dks lQyrkiwoZd iwjk djus@dks fuikfnr djus
dk iwjk mRrjnkf;Ro ysxkA tc rd fd fofunsZk u gks] lk>snkj la;qDr :i ls ,oa i`Fkd&i`Fkd
mRrjnk;h gksaxAs
In such case, generally the lead partner shall take full responsibility of successful
completion / fulfillment of all the contract conditions. Unless otherwise specified, all
partners shall be jointly and severally liable.

Mh fdlh xSj&Hkkjrh; QeZ dks dalksfVZ;e O;oLFkk vFkok TokbaV ospa j esa fufonk djus dh vuqefr gksxh
;fn os daiuh vf/kfu;e&1956 ds rgr iathd`r iw.kZ LokfeRo okyh Hkkjrh; lfClfM;jh vFkok vU;
dksbZ QeZ dk izfrHkkfxrk izfrkr U;wure 26% gksA
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%.

bZ la;qDr midze@lgla?k ds ekeys esa izR;sd lk>snkj dk


la[;k izLrqr fd;k tkuk pkfg,A

PAN

uacj]

VAT/fodz;

dj iathdj.k

In case of joint venture/consortium PAN number, VAT/sales tax registration number of


each partner shall be submitted.
2.2

cksyhdrkZ ds fgr esa dksbZ EkrfHkUurk ugha gksuh pkfg,A la;qDr midze@lgla?k ds ekeys esa fdlh
Hkh lk>snkj ds fgr esa dksbZ ErfHkUurk ugha gksuk pkfg,A fgr esa ErfHkUurk ik, tkus ij ,sls lHkh
cksyhdrkZvksa dh cksyh dks v;ksX; ?kksfkr dj fn;k tk,xkA bl cksyh izfdz;k esa cksyhdrkZ dk ,d ;k
vf/kd ikfVZ;ksa ds lkFk fgr esa ErfHkUurk ekuk tk,xk ;fn %
A bidder shall not have a conflict of interest. In case of Joint Venture / 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:

, cksyhdrkZ us ,d ijkekZnkrk ds :i esa cksyh ds fok;ksa vFkkZr dk;ksZa ds fMtkbu vFkok


rduhdh fofunsZkksa dh rS;kjh esa izfrHkkfxrk dh gks ( vFkok
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
Centralised Tender Cell RR Site

Page No. 19

Tender No. : NPC/RRS/34/2016/T-1264

ch cksyhdrkZ] dkiksZjs ku vFkok lafonk ds izHkkjh vfHk;ark n~okjk lafonk ds fy, gk;j fd, x, fdlh
QeZ vFkokdaiuh ls lacan~/k gks
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.

lh dksbZ QeZ tks fufonk ds fy, ,d O;fDrxr QeZ ,oa lkewfgd QeZ nksuksa ds :i esa vkosnu djrk
gSA
One firm applies for tender both as an individual firm and in a group.

Mh nks fHkUu vkosnuksa esa ;fn cksyhdrkZ] dkWeu ks;jgksYMj gksA


If bidders in two different applications have controlling shareholders in common.

bZ fufonk esa ,d ls T;knk vkosnu izLrqr fd, x, gksaA


Submit more than one application of the tender.
2.3

dkiksZjsku dh vofLFkfr okys nsk daVh esa ljdkjh LokfeRo okyh daifu;ka dsoy rHkh ik=
gksaxh ;fn os ;s izekf.kr@LFkkfir dj ldsa fd os oS/kkfud ,oa foRrh; :i ls Lok;Rrkklh
midze gSa ,oa okf.kfT;d dkuwu ds rgr dk;Z djrh gSaA blds vykok os dkiksZjs ku ij fuHkZj
,tsalh ugha gksaxAs
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

cksyhdrkZ dks dkiksZjsku ds larksk gsrq viuh lrr ik=rk ls lacaf/kr ,sls lk{; izLrqr djus gksaxs
tSlk fd dkiksZjsku lafonk ds pyu dh vof/k fMQsDV ykbcsfyVh vof/k lfgr esa fdlh Hkh
le; ;Fkksfpr jhfr ls vuqjks/k djsxkA
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

QeZ dks oftZr dj fn;k tk,xk ;fn Firms shall be excluded if:
, fof/kd vFkok dk;kZy;h fofu;eksa ds rgr dkiksZjsku dh vofLFkfr okyk nsk ml nsk ds
lkFk okf.kfT;d laca/k fuks/k djrk gks] ckrsZ fd ,slk fudklu lkefxz;ksa dh vkiwfrZ vFkok
lacaf/kr vko;d lsokvksa dh izHkkodkjh izfrLi/kkZ dks izfrckf/kr u djrk gks ( vFkok
As a matter of law or official regulation, the corporations country prohibits
commercial relations with that country, provided that such exclusion does not
preclude effective competition for the supply of goods or related services
required; or

ch la;qDr jkV ds pkVZj ds VII osa v/;k; ds rgr la;qDr jkV lqj{kk ifjkn ds fu.kZ; ds
vuqikyu esa _.kh dk nsk fdlh ml nsk ls lkexzh ds vFkok dk;Z ds fy, lafonk nsus
vFkok lsokvksa ds vk;kr dks izfrcaf/kr djrk gS vFkok ml nsk esa fdUgh O;fDr;ksa vFkok
daifu;ksa dks fdlh Hkh Hkqxrku gsrq izfrcaf/kr djrk gksA
By an act of compliance with a decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations, the borrowers
country prohibits any import of goods or contracting of works or services from
that country or any payments to persons or entities in that country.
Centralised Tender Cell RR Site

Page No. 20

Tender No. : NPC/RRS/34/2016/T-1264

3.

lafonk ik=rk ekunaM %


CONTRACT ELIGIBILITY CRITERIA:

blds vfrfjDr ;fn fufonk esa fofunsZfkr gks rks lafonk dh ik=rk esa fuEufyf[kr kkfey fd,
tk ldrs gSa %
Further, the contract eligibility may include the following, if specified in Tender:
3.1

cSadjksa n~okjk izekf.kr leqfpr foRrh; fLFkfr] vadfs {kr ykHk ,oa gkfu ,dkmaV ,oa rqyui=]
leqfpr dk;Zjr iwt
a h dh lqxerk laca/kh nLrkosth lk{;A
Documentary evidence of adequate financial standing, certified by bankers, audited
profit & loss a/c and balance sheet, access to adequate working capital.

3.2

ifj;kstuk ds fy, yxk, tkus okys izLrkfor fuekZ.k midj.k ,oa mudh miyC/krk dk izek.k(
dz; fd, tkus ;k yht ij fy, tkus okys midj.kA
Construction equipment proposed to be deployed for the project and proof of its
availability; equipment proposed to be purchased or leased.

3.3

ifj;kstuk ds izca/ku ,oa i;Zo{s k.k ds fy, yxk, tkus okys miyC/k izeq[k ,oa izLrkfor dkfeZd]
mudh ;ksX;rk ,oa vuqHkoA dsoy fdlh ekU;rkizkIr foofo|ky;] rduhdh cksMZ vFkok Hkkjr
ljdkj ds ea=ky; ds oS/k izek.ki= dks gh laKku esa fy;k tk,xkA
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

ifj;kstuk ds fy, viukbZ tkus okyh ;kstuk ,oa xq.koRrk fu;a=.k izfdz;kfof/kA
Project planning and quality control procedures to be adopted.

3.5

dk;Z feyus ds ckn bZ,lvkbZlh ds varxZr vkus okys dk;ksaZ ds fy, cksyhdrkZ dks bZ,lvkbZlh
iathdj.k djkuk gksxkA
Bidder has to obtain ESIC Registration after award of work in the areas covered by
ESIC.

Centralised Tender Cell RR Site

Page No. 21

Tender No. : NPC/RRS/34/2016/T-1264

ekud bZ&fufonk vkea=.k lwpuk


Standard Notice Inviting e-Tendering

1-0

cksyh dk dk;Z{ks=
Scope of bid

1-1

U;wfDy;j ikoj dkiksZjs ku vkWQ bafM;k fyfeVsM bl nLrkost esa dkWiksZjsku vFkok
,uilhvkbZ,y ds :i esa lanfHkZr dk;Z ds fy, cksyh vkeaf=r djrk gSA lQy cksyhdrkZ
,uvkbZVh esa fofunsZfkr krksaZ ,oa fuca/kuksa] lafonk dh lkekU; krksZa] rduhdh fofunsZkksa] lafonk
,oa vuqlfw p;ksa dh foksk krksaZ ds vuqlkj dk;Z vof/k ds nkSjku lsok,a iznku djsaxsA
The Nuclear Power Corporation of India Limited (referred to as corporation or NPCIL
in these documents) invites bids for the work .The successful bidder should provide the
services during the period of work as per the terms and conditions specified in the NIT,
general condition of contract, technical specifications, special conditions of contract
and schedules.

2-0

ik= cksyhdrkZ
Eligible bidders

2-1

cksyh] iwoZik=rk ekunaMksas esa of.kZr ik=rk ekunaMksa dks iwjk djus okys lHkh ik= cksyhdrkZvksa ds
fy, [kqyhgSA cksyhdrkZvksa dks ijkekZ fn;k tkrk gS fd fufonk vkea=.k lwpuk esa fofunsZfkr
iwoZ&ik=rk ekunaMksa dks uksV djsaA
Bidding is open to all eligible bidders meeting the eligibility criteria as defined in
prequalification criteria. Bidders are advised to note the pre-qualification criteria
specified in the notice inviting tender.

2-2

viw.kZ cksfy;ka ,oa os cksyhdrkZ] tks U;wure ik=rk ekunaM iwjk ugha djrs gSa] dks ljljh rkSj ij
fujLr dj fn;k tk,xkA ;g uksV fd;k tk, fd dsoy cksyh izLrqr dj nsus dk vFkZ ;g ugha
gksrk fd vkids izLrko ij fopkj fd;k tk,xkA cksyh ds ewY;kadu ds nkSjku ,uihlhvkbZ,y
n~okjk Lo;a bZ&fufonk vkea=.k lwpuk esfa ofunsZfkr iwoZ&ik=rk ekunaMksa dks iwjk djus okys
cksyhdrkZvksa n~okjk cksyh ds lkFk izLrqr nLrkostksa dk ewY;kadu djus ds ckn gh fufonkvksa ij
fopkj fd;k tk,xkA
Incomplete bids and bidders not meeting the minimum qualification criteria shall be
summarily rejected. It may be noted that mere submission of bid does not imply that
your offer shall be considered. Tenders are considered only after NPCIL themselves
assess the document submitted along with the bid by the bidder meets the prequalification criteria as specified in notice inviting e-tender during evaluation of bid.

2-3

os cksyhdrkZ tks ,uihlhvkbZ,y ds fdlh lkbV] i--foHkkx] vU; ljdkjh foHkkx vFkok
lkoZtfud {ks= ds midze n~okjk CySd fyLV@Mh&jftLVMZ@gkWyhMs dj fn, x, gSa] mDr
vof/k esa ,uihlhvkbZ,y ds fufonk esa Hkkx ysus ds fy, ik= ugha gSaA
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.

Centralised Tender Cell RR Site

Page No. 22

Tender No. : NPC/RRS/34/2016/T-1264

3-0

izfr cksyhdrkZ ,d cksyh


One bid per bidder

3-1

izR;sd cksyhdrkZ dsoy ,d cksyh izLrqr djsxkA fdlh cksyhdrkZ n~okjk ,d ls vf/kd cksyh
izLrqr djus vFkok ,d ls vf/kd cksyh esa izfrHkkxh gksus ij lHkh izLrkoksa ds fy, cks yhdrkZ dh
izfrHkkfxrk dks v;ksX; eku fy;k tk,xkA
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

cksyh dh ykxr
Cost of bidding

4-1

cksyhdrkZ viuh cksyh dks rS;kj ,oa izLrqr djus ls tqMs+ gq, lHkh izdkj dh ykxr dks ogu
djsxk ,oa fdlh Hkh fLFkfr esa dkiksZjsku bu ykxrksa ds fy, mRrjnk;h ;k ftEesnkj ugha gksxkA
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

LFky Hkze.k ;k lkbV foftV


Site visit

5-1

cksyhdrkZ ,oa muds fdlh izkf/kd`r dkfeZd vFkok ,tsaV dks dkiksZjs ku n~okjk vius ifjlj ,oa
Hkwfe ij LFky Hkze.k ds iz;kstu ls izosk djuhs dh vuqefr iznku dh tk,xhA rFkkfi] cksyhdrkZ]
mlds dkfeZd ,oa ,tsaV bl laca/k esa lHkh izdkj dh ftEesnkfj;kas ftlesa e`R;q vFkok O;fDrxr
vk?kkr] laifRr dh gkfu ,oa {kfr ,oa dksbZ vU; uqdlku] VwV&QwV] fujh{k.k ds QyLo:i gksus
okys O;; ,oa ykxr ds fy, mrjnk;h gksaxAs
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

cksyhdrkZ izLrkfor LFky Hkze.k ds ckjs esa de ls de 3 fnu vfxze esa dkiksZjsku dks lwfpr
djsaxsA
The bidder should inform the corporation at least three days in advance about the
proposed site visit.

5-3

cksyhdrkZ dks muds Lo;a dh ftEesnkjh ,oa tksf[ke ij LFky ,oa blds vkl&ikl ds {ks= esa
Hkze.k] fujh{k.k ,oa losZ{k.k ds fy, izksRlkfgr fd;k tkrk gS rkfd os cksyh izLrqr djus ls iwoZ
vius vki dks LFky ds :i] izd`fr] LFky ij vkus o tkus ds lk/kuksa ,oa vko;d vkokl vkfn
ds ckjs esa larqV dj ysAa
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.

Centralised Tender Cell RR Site

Page No. 23

Tender No. : NPC/RRS/34/2016/T-1264

5-4

lkekU; rkSj ij] cksyhdrkZ dks Lo;a gh tksf[ke] laHkkO;rkvksa ,oa vU; ifjfLFkfr;ksa] tks fd
mldh cksyh dks izHkkfor dj ldrs gSa] ds fok; esa lHkh vko;d tkudkjh gkfly djuh gksxhA
,slk ekuk tk,xk fd cksyhdrkZ dks lkbV ds laca/k esa iw.kZ tkudkjh gS] pkgs og bldk fujh{k.k
djs ;k u djs ,oa bl laca/k esa fdlh Hkh izdkj dh xyrQgeh vFkok vU;Fkk ds fy, fdlh Hkh
vfrfjDr nkos dh vuqefr ugha gksxhA
In general, bidders shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A
bidder shall be deemed to have full knowledge of the site, whether he inspects it or not
and no extra claims due to any misunderstanding or otherwise shall be allowed.

5-5

LFky Hkze.k djus dh ykxr] cksyhdrkZ ds Lo;a ds O;; ij gksxhA dkiksZjs ku n~okjkLFky ij
ks;j dh xbZ fdlh Hkh fjiksVZ dk lR;kiu Bsdns kj n~okjk dj fy;k tkuk pkfg,A fjiksVZ esa
mfYyf[kr lwpuk vkSj okLrfod LFky esa fdlh izdkj dk fopyu gksus ij dkiksZjsku dh dksbZ
Hkh ftEesnkjh ugha gksxhA
The costs of visiting the site shall be at the bidders own expense. Any report shared at
the site, by the corporation is subject to verification by the contractor. Any deviations
of information in the report and the actual site will not be the responsibility of the
corporation.

5-6

cksyhdrkZ ls vuqjks/k gS fd d`i;k lqj{kk fu;eksa ds fy, QksVks igpku i= tSls fd&ikliksVZ]
ernkrk igpku i=] okgu pkyd vuqKfIr] LFkk;h [kkrk la[;k dkMZiSu dkMZ] fu;ksDrk }kjk
tkjh fd;k x;k ifjp; i= vkfn ysdj vk,aA dksbZ Hkh bysfDVksfud midj.k tSl&s eksckby]
jsfM;ks] Vkfa tLVj] dSejk vkfn ,uihlhvkbZ,y ifjlj esa ykus dh vuqefr ugha gS ,oa bUgsa
cksyhdrkZ ds tksf[ke ij lqj{kk }kj ij gh NksMk+ tk,xkA cksyhdrkZvksa ls vuqjks/k gS fd vf/kd`r
izfrfuf/k dk fooj.k ifjfkV&11 ds vuqlkj fu/kkZfjr izi= esa bZ&esy dj nsAa
The bidders are requested to bring photo identification like Passport, Voters Identity
Card, 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 as per Annexure-11.

5-7

cksyhdrkZ dksbZ Hkh izu ,uvkbZVh esa nkkZbZ xbZ frfFk o le; ds vanj bZ&esy }kjk vxzsfkr
djsxkA fuxe }kjk fn;k x;k LiVhdj.k iwNrkN djus okys cksyhdrkZ dh igpku mtkxj fd,
fcuk lHkh cksyhdrkZvksa dks fn[kkbZ nsxkA nkkZbZ xbZ frfFk o le; ds mijkar izkIr izuksa ij
fopkj ugha fd;k tk,xk ,oa dkbZ izR;qRrj ugha Hkstk tk,xkA cksyh izLrqr djus ls vkk; gksxk
fd cksyhdrkZ us izR;qRrj ns[k fy;k gS ,oa og fo"k;&oLrq dks Lohdkj djrk gSA
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.

Centralised Tender Cell RR Site

Page No. 24

Tender No. : NPC/RRS/34/2016/T-1264

6-0

fcfMax nLrkost dh fok;&oLrq


Content of Bidding Documents

6-1

cksyhdrkZ }kjk cksyh yxkus dk vFkZ gS fd mlus ;g uksfVl ,oa vU; lHkh lafonk nLrkostksa]
LiVhdj.k] ifjfkV o kqf)i= dks i<+ fy;k gS] fuikfnr fd, tkus okys dk;Z {ks= o fofunsZk]
krsZa] njksa ftu ij LVkslZ] vkStkj ,oa la;=a bR;kfn fuxe }kjk mldks tkjh fd, tk,axs] ,oa
dk;Z dks izHkkfor djus okys vU; dkjdksa dk v/;;u dj fy;k gSA
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

cksyhdrkZ dh cksyh ,slh gks fd mlesa fcM nLrkost esa izLrqr izR;sd krZ iwjh gksrh gks] ,slk ugha
gksus ij fcM fujLr djus dh laHkkouk gksxhA
The bidder shall submit the bid, which satisfies each and every condition laid down in
the bid documents, failing which, the bid is liable to be rejected.

6-3

fuEufyf[kr lwphc) nLrkost dks feykdj fcM nLrkost dk iwjk ,d lsV curk gS%
The documents listed below comprise one set of bid document:
i)

fufonk vkea=.k uksfVliwoZ&vgZrk ekunaM] bZ VsaMj uksfVl


Notice Inviting Tender (Including Pre-qualification criteria), e-Tender Notice

ii)

fufonk Kkiu ,oa vuqlpw h&,


Memorandum of Tender & Schedule-A

iii)

foksk lafonk krsZa


Special Conditions of Contract

iv)

lekU; lafonk krsZa


General Conditions of Contract

v)

rduhdh fofunsZk@MkVkkhV@dk;Z{ks= vkfn


Technical Specifications / Datasheets / Scope of Work

vi)

lajs[ku vuqlwph] ;fn dksbZ gks


Schedule of Drawings, if any

vii)

fuxe }kjk vkiwrZ dh tkus okyh lkexzh dh vuqlwph


Schedule of Material to be supplied by the Corporation

viii)

ek=kvksa ds fcy
Bill of quantities

ix)

fofHkUu lafonk laca/kh nLrkostksa ds izi=


Formats of various Contractual Documents

Centralised Tender Cell RR Site

Page No. 25

Tender No. : NPC/RRS/34/2016/T-1264

7-0

izh&fcM ehfVax
Pre-bid meeting:

7-1

cksyhdrkZ vFkok mlds vkf/kdkfjd izkf/kd`r izfrfuf/k dks izh&fcM cSBd esa mifLFkr gksus ds
fy, vkeaf=r fd;k tkrk gS tks fd cksyhdrkZvksa dks fn, funsZkkas ds vuqlkj LFkku xzg.k djsxkA
cksyhdrkZ vius vkf/kdkfjd izkf/kd`r izfrfuf/k dk fooj.k cSBd esa mldh mifLFkfr dks
lqfo/kkiw.kZ djus gsrq fu/kkZfjr izi= esa ifjfkV&11 dsanzhd`r fufonk izdksB dk;kZy; dks lwfpr
djsxkA
The bidder or his officially authorized representative is invited to attend pre-bid
meeting, which will take place as referred in instructions to the bidders. The bidder
shall intimate the details of his authorized representative in prescribed format
(annexure-11) to the CTC office to facilitate his attending the meeting.

7-2

izh&fcM cSBd dk mn~ns; leL;kvksa dks lqy>kuk ,oa eap ij mBus okys laHkkfor izuksa ds
mRrj nsuk gSA cksyhdrkZvksa ls vuqjks/k gS fd os vius izu izeq[kr;k bZ&esy }kjk Hkstus dk dV
djsa ftlls fd ;s izLrqr djus ds fy, nkkZbZ xbZ frfFk o le; ls iwoZ fuxe ds ikl igqap
ldsaA ,uvkbZVh esa nkkZbZ xbZ frfFk o le; ds mijkar izkIr gksus okys izuksa dks ljljh rkSj ij
fujLr dj fn;k tk,xk ,oa dksbZ izR;qRrj ugha fn;k tk,xkA
The purpose of the pre-bid meeting is to clarify issues and to answer questions on
matters that may be raised at that stage. The bidder is requested to submit their
questions/queries preferably by email so as to reach the corporation before stipulated
date and time for submitting the same. The queries received after stipulated date and
time as per NIT shall be summarily rejected and no response shall be made.

7-3

izh&fcM cSBdesa kkfey gksuk fufonk dk;Z ds Ldksi dks le>us ds fygkt ls cksyhdrkZvksa ds
fgr esa gSA blfy, cksyhdrkZ ds cSBd esa lfEefyr gksus ij tksj fn;k tkrk gSA rFkkfi]
cksyhdrkZ ds izh&fcM cSBd esa Hkkx ugha ysus ds ekeys esa ;g eku fy;k tk,xk fd os dk;Z ds
LdkWi dks le> pqds gSaA ,uihlhvkbZ,y dks lhfer le; lhek ds vanj dk;Z lkSaiuk gSA vr%
,uihlhvkbZ,y viw.kZ izLrkoksa ds ekeys esa dksbZ LiVhdj.k ugha ekaxsxkA cksyhdrkZ }kjk cksyh
Hkjus ls iwoZ ;fn vko;d gks fdlh Hkh lansg dk fuokj.k fd;k tkuk pkfg,A cksyh izLrqr djus
dh frfFk dks c<+kus ds fdlh vuqjks/k ij fopkj ugha fd;k tk,xkA
Attending the pre-bid meetings is in the interest of bidders to understand the scope of
work of the tender. It is insisted upon that bidders shall attend the pre-bid meetings.
However, in case the bidders do not attend the pre-bid meetings, it would be presumed
that they have understood the scope of work. NPCIL has to finalize the award within a
limited time schedule. Therefore, NPCIL will not seek any clarification in respect of
incomplete offers. Any doubt, may be cleared, if required by the bidder before filling
the bid. No request for extension of bid submission dates shall be entertained.

7-4

cSBd ds dk;Zo`Rr] iz'uksa iwNrkN ds lzksr dks fpfg~ur fd, fcukds ikB~;,oa fn, x, izR;qRrj
lfgr osclkbV ij iznfkZr fd, tk,axAs izh&fcM cSBd ds ifj.kkeLo:i fcfMax nLrkost esa
dksbZ Hkh lakks/ku vfuok;Z gksus ij fuxe }kjk dsoy vyx ls vuqiwjd ds ek/;e ls tkjh dj
fd;k tk,xk ,oa izh&fcM cSBd ds dk;Zo`Rr ds ek/;e ls ughaA vuqiwjd lHkh cksyhdrkZvksa ij
ck/;dkjh gksxkA cksyh izLrqr djus dk vFkZ gksxk fd cksyhdrkZ dks vuqiwjd Lohdkj gSA

Centralised Tender Cell RR Site

Page No. 26

Tender No. : NPC/RRS/34/2016/T-1264

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

fcM nLrkostksa esa lakks/ku


Amendment of bid documents

8-1

fcM~l izLrqr djus dh vafre frfFk ds iwoZ vuqiwjd tkjh dj fuxe fcfMax nLrkostksa esa lakks/ku
dj ldrk gSA
Before the deadline for submission of bids, the corporation may modify the bidding
documents by issuing addenda on web site.

8-2

fcM nLrkost ds lkFk Tkkjh fd;k x;k dksbZ Hkh vuqiwjd lafonk nLrkost dk Hkh Hkkx gksxkA
Any addendum so issued shall be part of the bid documents as well as contract
document.

8-3

izR;kfkr cksyhdrkZ dks vuqiwjd ds vuqlkj viuh fcM~l rS;kj djus ds fy, mfpr le; iznku
djus ds fy, ;fn vko;d gks] fuxe fcM~Lk izLrqr djus ds fy, frfFk vkxs c<+k ldrk gSA
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

kqf)i=] vuqiwjd vFkok fufonk laca/kh vU; dksbZ lwpuk dsoy osclkbV ij viyksM dh tk,xhA
vr% cksyhdrkZvksa ls vuqjks/k gS fd fu;fer :i ls (www.tenderwizard.com/DAE) foftV djsaA
mDr nLrkost fcM ,oa djkj dk Hkkx cu tk,axAs fcM izLrqr djus dk vFkZ gksxk fd cksyhdrkZ
us lHkh kqf)i=ksa@vuqiwjd@LiVhdj.k dks Lohdkj dj fy;k gS ,oa blds izHkko dks ewY; fcM
esa kkfey dj fy;k gSA
Corrigendum, addendum or any other information regarding tender shall be uploaded
only on web site. Hence, the bidders are requested to visit the web site
(www.tenderwizard.com/DAE) regularly. The above documents shall become part of
bid and agreement. Submission of bid shall imply that bidder has noted and accepted
content of all the corrigendum/addendum/clarifications and affect of same has been
included in price bid.

9-0

fcM dh Hkkkk
Language of the bid

9-1

fcM ls lacaf/kr lHkh nLrkost vaxzsth esa gksaxs tc rd fd vU; dqN mYys[k ugha fd;k tkrk
gSA osclkbV ij viyksM fd;k x;k lkekU; lafonk krksZa lkek-lafo-krsZa dk fganh laLdj.k ek=
lwpukFkZ gSA lafonk lkekU; krksZa dk vaxzsth laLdj.k dkuwuh nLrkost gSA
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.

Centralised Tender Cell RR Site

Page No. 27

Tender No. : NPC/RRS/34/2016/T-1264

10-0 fufonk tekur jkfk


Bid security

10-1 fufonk tekur jkfk dk Hkqxrku fuEufyf[kr esa ls fdlh Hkh :i esa fd;k tk ldrk gS&
The bid security amount may be paid in any of the following forms-

v dzsfMV@MsfcV dkMZ
Credit / debit card

c vkjVhth,l@,ubZ,QVh
RTGS / NEFT-

, cksyhdrkZ /;ku j[ksxa s fd cSad dks ysu&nsu iwjk djus lkekU; dk;Z in~/kfr ds vuqlkj ds
fy, ,d fufpr le;kof/k yxrh gSA fcM krZ ds vuqlkj le; ij varj.k djus ds
fy,cksyhdrkZ le;c) lkSaiuk lqfufpr djsAa ;fn ,uihlhvkbZ,y ds i{k esa varj.k laiUu
ugha gksrk gS rks fcM Lohd`r ugha dh tk,xhA cksyhdrkZ /;ku j[ksa fd
vkjVhth,l@,ubZ,QVh dks iSls varfjr djus esa de ls de nks cSad fnol dk le;
yxrk gSA vr% mlds vius fgr esa cksyhdrkZ dks,ubZ,QVh@vkjVhth,l vafre frfFk ls
de ls de nks fnu iwoZ dj nsuk pkfg,A folaxfr ls cpus ds fy, cksyhdrkZ dks bZ&VsMa fjax
iksVZy ls vkjVhth,l@,ubZ,QVh Hkqxrku ds fy, fudkys x, pkyku ds fizaV vkmV dk
csgrj rjhds ls bLrseky djuk pkfg,A cksyhdrkZ uksV djs fd bZ&VsaMfjax iksVZy ds ek/;e
ls fudkys x, 16 vadksa ds dksM okys pkyku dh vis{kk fdlh vU; [kkrs esa /kjksgj jkfk
tek djk nsrk gS rks fcM /kjksgj tek djkus ds vHkko esa fujLr dj nh tk,xhA cksyhdrkZ
le; ij lgh fcM /kjksgj jkfk tek djkus ds fy, iw.kZ :i ls mRrjnk;h gksxkA
The bidder shall note that banks as per standard working practice require a certain
time period for completion of transaction. The bidder shall ensure timely
submission in order to complete transaction as per bid condition. If the transaction
is not completed in favour of NPCIL the bid will not be accepted.The bidder shall
note that the RTGS / NEFT require minimum two banking day to get posted.
Hence, in his own interest the bidder should make NEFT / RTGS payments
minimum two day prior to last date of submission. The bidder shall preferably use
the print out of challan as generated from the e-tendering portal for RTGS / NEFT
payment, in order to avoid discrepancies. The bidder shall note that if the bid
security is deposited to account other than the 16 digit challan code as generated
through the e-tendering portal, the bid shall be rejected on account of nonsubmission of bid security. The bidder is solely responsible for timely deposition of
bid security in the correct account.

ch cksyhdrkZ nkkZbZ xbZ jkkh dks dsoy ,d varj.k ds ek/;e ls flLVe tujsVsM pkyku iphZ
esa mfYyf[kr Mk;usfed [kkrk la[;k esa tek djsxkA cgqvarj.k Lohd`r ugha gkasxs ,oa ;fn
tekur jkfk ls de jkfk gS rks fcM fujLr dj nh tk,xhA
The bidder shall submit the stipulated amount of bid security through one
transaction only to the dynamic account number mentioned on system generated
challan slip. Multiple transactions shall not be accepted and bid shall be rejected if
the amount of security deposit is less than stipulated amount.

lh vkWuykbu Hkqxrku
Online Payment:
Centralised Tender Cell RR Site

Page No. 28

Tender No. : NPC/RRS/34/2016/T-1264

fuxe bl laca/k esa fdlh Hkh ekeys esa C;kt dk Hkqxrku ugh djsxkA cksyhdrkZ fcM tekur
jkfk dks le; ij tek djkus ds fy, mRrjnk;h gksxk rkfd fuxe dks nkkZbZ xbZ frfFk ,oa
le; ls iwoZ tekur jkfk izkIr gks tk,A pkgs cksyhdrkZ }kjk fu/kkZfjr frfFk ,oa le; ij fd;k
x;k Hkqxrku cksyhdrkZ ds fu;a=.k ls ckgj ds dkj.kksa ls fuxe dks izkIr ugha gksrk gS] fcM dks
xSj&fooluh; ekudj fujLr dj fn;k tk,xkA cksyhdrkZ }kjk Hkqxrku dh xbZ fcM tekur
jkfk] ;fn fu/kkZfjr jkfk ls de gS rks fcM fujLr dj nh tk,xhA
The corporation shall not pay interest on the same in any case. The bidder is
responsible for timely payment of bid security, so that corporation receives the same
before stipulated date and time. Even if the payment made by the bidder within the
stipulated date and time is not received by the corporation due to reasons beyond
control of the bidder, bid will be considered as non-responsive and rejected. If the bid
security amount paid by bidder is less than stipulated, the bid shall be rejected.

10-2 ftyk m|ksx dsna z vFkok [kknh ,oa xzkek|ksx vk;ksx vFkok dksbj cksMZ vFkok jkVh; y?kq m|ksx
fuxe] vFkok nLrdkjh ,oa gFkdj?kk funskky; ls iathd`r ,e,lbZ,oa muds fodzsrk@forjd
ugha vFkok ,e,l,ebZ ea=ky; }kjk fofufnZV dksbZ vU; fudk; dks oLrqvks@
a lsokvksa ds fy,
ftyk m|ksx dsna z vFkok [kknh ,oa xzkek|ksx vk;ksx vFkok dksbj cksMZ vFkok jkVh; y?kq m|ksx
fuxe vFkok nLrdkjh ,oa gFkdj?kk funskky; vFkok ,e,l,ebZ ea=ky; }kjk fofufnZV dksbZ
vU; fudk; dks fcM tekur jkfk ds Hkqrxku ls NwV izkIr gSA ijarq lHkh cksyhdrkZvksa dks
esllZ@vkbZVhvkbZ dks fufonk izfdz;k kqYd dk Hkqxrku djuk gksxkA cksyhdrkZvksa ls vuqjks/k gS
fd os lqfufpr dj ysa fd os fu/kkZfjr leku izd`fr ds dk;Z esa fu/kkZfjr lacaf/kr lsokvksa ds fy,
iathd`r gSaA ,e,l,ebZ ds lkFk lsok iathdj.k ,oa lsok ftlds fy, fcM vkeaf=r dh xbZ gS]
muesa vlac)rk ds ekeys esa fcM dks fcuk fcM tekur jkfk ds :i esa ekuk tk,xk ,oa vr%
fujLr dj nh tk,xhA
MSEs (and not their dealers/distributors) registered with District Industry Centers or
Khadi and Village Industries Commission or Khadi and Village Industries Board or
Coir board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or any other body specified by Ministry of MSME are exempted from
payment of bid security for the items/services they are registered with District Industry
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of MSME. But, all
the bidders have to pay tender processing fee to M/s. ITI. The bidders are requested to
ensure that they are registered for relevant service as stipulated in similar nature of
work .In case of mismatch between the service registered with MSME and service for
which bid is called ,the bid shall be treated as without bid security and hence rejected.

10-3

a)

nks Hkkx esa fcM ds ekeys es]a rduhdh :i ls v;ksX; cksyhdrkZvksa dks fcM tekur jkfk
rduhdh :i ls ewY;kadu djus ds mijkar ykSVk nh tk,xhA
In case of two part bid, the bid security of technically unqualified bidders after
technical evaluation shall be returned.

b)

;ksX; vlQy cksyhdrkZvksa dks mudh fcM tekur jkfk lQy cksyhdrkZ dh Lohd`fr dh
frfFk ds ,d eghus 30 fnol ds vanj ykSVk nh tk,xhA
Bid security of qualified unsuccessful bidders will be returned to them within a
month (30 days) from the date of acceptance of bid of the successful bidder.

Centralised Tender Cell RR Site

Page No. 29

Tender No. : NPC/RRS/34/2016/T-1264

c)

lQy cksyhdrkZ dh fcM tekur jkfk fuiknu izR;kHkwfr jkfk tek djkus ds mijkar ykSVk
nh tk,xhA
Bid security of successful bidder will be returned after submission of the
performance guarantee amount.

d)

cksyhdrkZ ftlus fcM vkgfjr dj yh gks mldks fcM [kksys tkuss ds ckn fcM tekur jkfk
ykSVk nh tk,xhA
Bid security of the bidder who has withdrawn the bid shall be returned after
opening of the bid.

10-4 fcM tekur jkfk tCr dj yh tk,xh] ;fn&


The bid security shall be forfeited, ifa)

cksyhdrkZ fcM [kksys tkuss ds mijkar viuh fcM vFkok mldh fdlh en esa
vkgj.k@lakks/ku djrk gSA
The bidder withdraws / modifies his bid or any item thereof after opening of bid.

b)

lQy cksyhdrkZ fofufnZV le;kof/k ds vanj fuiknu izR;kHkwfr izLrqr djus esa ,oa dk;Z
vkjaHk djus esa foQy jgrk gSA
The successful bidder fails within the specified time limit to submit the
performance guarantee and commence the work.

c)

cksyhdrkZ] ftudks ,e,lbZ ds lkFk iathd`r gksus ls fcM tekur jkfk ds Hkqxrku esa NwV
iznku dh xbZ gks] ;fn DykWt 10-4, ,oa ch esa mfYyf[kr dkj.k ls fMQkYV jgrk gS fuxe
dh fdlh Hkh fufonk esa Hkkx ysus ls nks okZ ds fy, ckgj dj fn;k tk,xkA
The bidders who are exempted from paying bid security being registered with
MSE, if default for reasons mentioned in clause 10.4 a & b, shall be debarred from
participation in any of the tender of the corporation for two years.

10-5 fuxe vius foosd ls fcM tekur jkfk dks vkWuykbu vkjVhth,l@,ubZ,QVh }kjk vFkok
vU; fdlh bysDVkWfud ek/;e ls Lo;a cksyhdrkZ }kjk bZ&VsaMfjax iksVZy ij iathd`r [kkrk
la[;k esa fjQ.M dj nsxkA
The corporation at its discretion shall refund the bid security by online/ RTGS/ NEFT
or through any other electronic mode to the account number as registered by the bidder
himself on e -tendering portal.

11-0 fcM ewY;] njsa ,oa dj


Bid prices, rates & taxes

11-1 cksyhdrkZ fcM ewY;@njs@


a dqy fcM ewY; dks dsoy Hkkjrh; #i;ksa esa dksV djsxk tc rd fd
foksk lafonk krksZa (SCC) esa vU; dksbZ fofufnZV ugha fd;k tkrk gSA
The bidders shall quote bid price / rates / total bid price in Indian rupees only unless
otherwise specified in the special conditions of contract (SCC).

Centralised Tender Cell RR Site

Page No. 30

Tender No. : NPC/RRS/34/2016/T-1264

11-2 dksV dh xbZ fcM ewY;@njsa@dqy fcM ewY; lHkh lafof/kd nsunkfj;ks]a lHkh djks]a kqYdks]a ysoh
vFkok ekStnw k lafof/k;ksa ds varxZr iz;ksT; dksbZ vU; leku dj ysoh lfgr gksuh pkfg, vFkok
lkafof/kd izkf/kdkfj;ksa@jkT;@dsna z ljdkj }kjk ysoh lfgr gksuh pkfg, ,oa lafonk ds varxZr
vFkok lkafof/kd lsok dj ds vfrfjDr vU; fdlh dkj.k ls cksyhdrkZ }kjk ns; gkssA Bsdsnkjksa ds
fy, miyC/k CENVAT/VAT ykHk dks dksV fd, x, ewY;ksa ds :i esa ekuk tk,xk ,oa ykHk
,uihlhvkbZ,y dks lkSia fn;k tk,xkA
The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities,
all taxes, duties, levies or any other similar taxes as applicable under the existing
statutes or levy by the statuary authorities/State/Central Government and payable by
the bidder under the contract or any other cause except the statutory service tax. The
CENVAT/VAT benefits available to the Contractors shall be taken into consideration
in quoted prices and pass on the benefits to NPCIL.

11-3 fcM ewY;@njsa@dqy fcM ewY; fu/kkZfjr izi= esa vko;d foLr`r C;ksjs lfgr dksV dh tk,xhA
The bid price / rates / total bid price shall be quoted in the prescribed format with the
required break-up as specified therein.

11-4 ;Fkk iz;ksT; lsok djksa dk vfrfjDr Hkqxrku fu/kkZfjr lacaf/kr lsok dj fu;ekoyh ds vuqlkj
dj buokWbl izLrqr djus ij izpfyr njksa ds vuqlkj fd;k tk,xkA vk;dj vFkok dk;Z lafonk
dj vFkok vU; dj@ns;tgka Hkh ykxw gks dh lkafof/kd dVkSfr;ka Bsdns kj dks ns; Hkqxrku ls
dh tk,xhA djksa dh tkudkjh ds fy, cksyhdrkZvksa dks lykg nh tkrh gS fd os bl fufonk ds
Hkkx lkekU; lafonk krksZa esa lacaf/kr [kaM dk lanHkZ ysaA
Service tax as applicable will be paid extra as per the prevailing rate on presentation of
tax invoice as prescribed in the relevant service tax rules. The statutory deductions of
income tax or works contract tax or other taxes/dues (wherever applicable) shall be
made from the payments due to the Contractor. For details on taxes, the bidders are
advised to refer to relevant clause of General Conditions of Contract (GCC) forming
part of this tender.

11-5 krZ ij vk/kkfjr fcMl@izLrkoksa dks fujLr dj fn;k tk,xkA


Conditional bids/offers will be liable to be rejected.

11-6 dj lwpuk
Tax information-

cksyhdrkZvksa dks fcM tek djkus ds nkSjku dj laca/kh lwpuk nsus ds fy, chvksD;w ds lkFk esa
vfuok;Z :i ls ifjfkV&7 Hkjuk gSA rFkkfi dk;Z lkSia us ds mijkar dk;Z fuiknu ds nkSjku
ifjfkV&8 ,oa ifjfkV&9 izLrqr fd;k tkuk gSA cksyhdrkZvksa dks mlesa iznku dh xbZ lwpuk
dk izek.k nsuk gksxk ;fn muls ,slk djus ds fy, dgk tkrk gSA
The bidder has to compulsorily fill up Annexure-7 along with BOQ during submission
of bid to provide information regarding taxes. However, Annexure-8 & Annexure-9
has to be submitted during execution of work after award. Bidders shall substantiate
the Information provided herein if called for to do so.

11-7 tekur jkfk ,oa chek] lsok dj dks NksM+dj lafonk kqYd ij vk/kkfjr gksxa As
The security deposit & Insurance shall be on contract value excluding Service Tax.
Centralised Tender Cell RR Site

Page No. 31

Tender No. : NPC/RRS/34/2016/T-1264

12-0 fcM ,oa Hkqxrku dh eqnzk,a


Currencies of bid and payment

12-1 cksyhdrkZ }kjk bdkbZ njsa ,oa ewY; Hkkjrh; #i, esa dksV dh tk,xh tc rd fd lafonk dh
foksk krksZa esa vU; dksbZ fofufnZV u dh tk,A
The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless
otherwise specified in the special conditions of contract.

13-0 fcM oS/krk


Bid validity

13-1 tek djkbZ xbZa fcM fcM [kksys tkus dh frfFk ls 120 fnu dh vof/k ds fy, Lohd`fr gsrq oS/k
jgsxhA cksyhdrkZ oS/krk vof/k ds nkSjku iznku dh xbZ fcM vFkok mldh fdlh en dks okil
ysus vFkok viuh fcM fujLr djus vFkok ifjorZu djus@lakks/ku djus dk gdnkj ugha gksxkA
cksyhdrkZ }kjk fcM okil ysus vFkok fujLr djus@mldh fdlh krZ ds laca/k esa dksbZ ifjorZu
djuss ds ekeys esa fcM ds lkFk cksyhdrkZ }kjk Hkqxrku dh xbZ fcM tekur dh laiw.kZ jkfk
,uihlhvkbZ,y }kjk tCr dj yh tk,xhA
The bids submitted shall remain valid for acceptance for a period of 120 days from the
date of opening of the bid. The bidder shall not be entitled during the period of
validity, to revoke or cancel his bid or vary / modify the bid given or any item thereof.
In case of bidder revoking or cancelling his bid, varying any terms in regard thereof,
the full amount of bid security paid by the bidder along with the bid shall be forfeited
by NPCIL.

13-2 vkiokfnd ifjfLFkfr;ksa es]a ewy fcM oS/krk frfFk ds lekIr gksus ds iwoZ] ,uihlhvkbZ,y]
cksyhdrkZvksa ls vuqjks/k dj ldrk gS fd fofufnZV vfrfjDr vof/k rd ds fy, oS/krk vof/k dks
vkxs c<+k ysAa vuqjks/k ,oa mlds izR;qRrj dks fyf[kr esa :i esa fy;k tk,xkA dksbZ cksyhdrkZ
vuqjks/k dks mldh fcM tekur jkfk dks tCr fd, fcuk euk dj ldrk gS fdarq mldh fcM
ij fopkj ugha fd;k tk,xkA vuqjks/k dks Lohdkj djus okys cksyhdrkZ dks viuh fcM esa
lakks/ku djus dh vko;drk vFkok vuqefr ugha gksxh] fdarq fcM tekur jkfk dh oS/krk dks
foLrkj dh vof/k rd c<+kus dh vko;drk gksxhA
In exceptional circumstances, prior to expiry of the original bid validity period, NPCIL
may request the bidders to extend the period of validity for a specified additional
period. The request and the responses thereto shall be made in writing. A bidder may
refuse the request without forfeiting its bid security but his bid will not be considered.
A bidder agreeing to the request will not be required or permitted to modify its bid, but
will be required to extend the validity of its bid security for the period of the extension.

14-0 cksyhdrkZvksa }kjk oSdfYid izLrko


Alternative proposals by bidders

14-1 cksyhdrkZ izLrko tek djk,ax]s ftuesa MkbZax ,oa fofunsZkksa esa crk, vuqlkj ekSfyd rduhdh
fMtkbu lfgr fcfMax nLrkostksa dh vko;drkvksa dk vuqikyu gksA fodYiksa ij fopkj ugha
fd;k tk,xkA
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.

Centralised Tender Cell RR Site

Page No. 32

Tender No. : NPC/RRS/34/2016/T-1264

15-0 fcM tek djuk


Submission of the bids

15-1 vkWuykbu fcM tek djus dh frfFk ,oa le; vifjofrZr jgsxh pkgs fufonk vkea=.kdrkZ
dk;kZy; ds fy, fcM tek djkus dh fofufnZV frfFk dks vodkk ?kksfkr dj fn;k tk,A
The date and time of on-line bid submission shall remain unaltered even if the
specified date for the submission of the bid is declared as holiday for the office inviting
tender.

15-2 fuxe dksbZ lakks/ku tkjh dj fcM tek djkus dh vafre frfFk c<+k ldrk gS] ml ekeys esa]
fuxe ,oa cksyhdrkZvksa ds iwoZ dh ewy vafre frfFk ds v/khu leLr vf/kdkj ,oa ck/;rk,a ubZ
vafre frfFk ds v/khu gks tk,axsA
The corporation may extend the deadline for submission of bids by issuing an
amendment, in which case, all rights and obligations of the corporation and the bidders
previously subject to the original deadline will then be subject to the new deadline.

15-3 mi;qZDr fu/kkZfjr frfFk ds Ikpkr fuxe dks izkIr gksus okyh dksbZ Hkh fcMfujLr dj nh tk,xhA
Any bid received by the corporation after the deadline prescribed above will be
rejected.

15-4 cksyhdrkZ fcM tek djus ds iwoZ fuEufyf[kr ckrksa dk /;ku j[ksa
The bidders shall note the following before submission of bid
a) ;fn fMftVy gLrk{kj izek.ki=Mh,llh /kkjd QeZ ds ,d

ek= izksijkbVj gS rks

eq[rkjukek izLrqr djus dh vko;drk ugha gSA


If the digital signature certificate (DSC) holder is sole proprietor of the firm,
power of attorney need not be submitted.
b)

fMftVy gLrk{kj izek.ki=Mh,llh /kkjd ds lk>snkj QeZ] la;qDr midze] la?k vkfn dh
vksj ls cksyh yxkus ds ekeys esa fMftVy gLrk{kj izek.ki=Mh,llh /kkjd dh vksj ls
cksyh yxkus ds fy, vkf/kdkfjrk iznku djus okyk eq[rkjukek vFkok vU; dksbZ dkuwuh
:i ls Lohd`r ;ksX; nLrkost tSls&lk>snkjh le>kSrk] cksMZ fu.kZ; vkfn viyksM djuk
gksxkA ;g izLrqr ugha djus ds ekeys esa fcM ljljh rkSj ij fujLr dj nh tk,xhA
In case DSC holder is bidding on behalf of partnership firm, joint venture,
consortium etc. power of attorney or any other legally acceptable document viz.
partnership deed, board resolution etc authorizing DSC holder to bid on behalf of
the bidder is to be uploaded. In case of non-submission the bid shall be summarily
rejected.

16-0 fcM vksifuax


Bid opening

16-1 fufonk vksifuax dsoy vkWuykbu dh tk,xhA ;fn vksifuax frfFk dks vodkk iM+rk gS rks fcM
vxys dk;Z fnol dks [kksyh tk,xhA vkiokfnd ekeyksa esa fufonk [kksys tkus ds fu;r fnu
vFkok le; ds fudy tkus ds mijkar fdlh Hkh fnu ,oa le; ij fufonk [kksyh tk ldrh gSA
fufonk [kksys tkus ls iwoZ ;fn fufonk kqf)i= tkjh fd;k tkrk gS rks osclkbV ij viyksM
fd;k tk,xkA
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
for Tender Opening if issued before opening of tender will be uploaded on website.
Centralised Tender Cell RR Site

Page No. 33

Tender No. : NPC/RRS/34/2016/T-1264

16-2 fu/kkZfjr tekur jkfk ,oa ,uvkbZVh ds vuqlkj vfuok;Z nLrkostksa ds fcuk fcM~l ljljh rkSj
ij jn~n dj nh tk,xhA
The bids without stipulated bid security amount and other mandatory documents as per
NIT shall be summarily rejected.

16-3 nks Hkkx esa nh xbZ fufonk esa ls dsoy ;ksX; cksyhdrkZvksa dh foRrh; fcM~Lk dks [kksyk tk,xkA
In two part tenders financial bid of only qualified bidder shall be opened.

17-0 fcM~l dk LiVhdj.k


Clarification of bids

17-1 fcM~l dh tkp ,oa rqyuk esa lg;ksx gsrq fuxe vius foosd ls fdlh Hkh cksyhdrkZ ls bdkbZ nj
ds foysk.k lfgr mldh fcM ds fy, LiVhdj.k ekax ldrk gSA LiVhdj.k gsrq vuqjks/k ,oa
izR;qRrj fyf[kr esa vFkok bZ&esy@QSDl ls gksxk] fdarq fcM ds ewY; vFkok fok;&oLrq esa fdlh
Hkh cnyko ds fy, u rks dgk tk,xk u gh izLrko fn;k tk,xk vFkok u gh vuqefr nh
tk,xhA ;fn cksyhdrkZ vuqc) le; lhek ds vanj izR;qRrj ugha nsrk gS rks cksyhdrkZ dh fcM
bldh esfjV ds vuqlkj ewY;kafdr dh tk,xhA
To assist in the examination and comparison of bids, the corporation may, at its
discretion, ask any bidder for clarification of his bid, including breakdown of unit
rates. The request for clarification and the response shall be in writing or by email /
fax, but no change in the price or substance of the bid shall be sought, offered, or
permitted. If the bidder does not respond within the stipulated time, then the bid of the
bidder will be evaluated on its own merit.

17-2 cksyhdrkZ fufonk [kksys tkus ls ysdj Bsdk fn, tkus rd mldh fcM ls lacaf/kr fdlh Hkh
ekeys esa fuxe ls laidZ ugha djsxkA
Bidder shall not contact the corporation on any matter relating to his bid from the time
of the bid opening to the time the contract is awarded.

17-3 cksyhdrkZ }kjk fuxe dsfcM ewY;kadu] fcM rqyuk vFkok lafonk iznku djus ds fu.kZ; dks
izHkkfor djus dk iz;kl djus ij mldh fcM jn~n dj nh tk,xhA
Any effort by the bidder to influence the corporations bid evaluation, bid comparison
or contract award decisions, may result in the rejection of his bid.

18-0 fcM~l dk tkp ,oa mRrjnkf;Ro dk fu/kkZj.k


Examination of bids and determination of responsiveness

18-1 fcM~l ds foLr`r ewy;kadu ls iwoZ] fuxe lqfufpr djsxk fd izR;sd fcM esa fuEufyf[kr ckrksa
dk gksuk vfuok;Z gS%
Prior to detailed evaluation of bids, the corporation will determine whether each bid(s)
meets

v iwoZ ;ksX;rk ekunaM ds vuqlkj U;wure vko;drk,aA


the minimum requirements as per pre- qualification criteria

c fcM ds lkFk fcM tekur jkfk dk fooj.k layXu gSA


is accompanied by the required bid security

l fcfMax nLrkostksa dh vko;drkvksa ds vuqdwy gSA


is responsive to the requirements of the bidding documents

n [kaM&15-4 ds vuqlkj izkf/kd`r gLrk{kjdrkZ }kjk mfpr :i ls gLrk{kfjr gSA


Has been properly signed by authorized signatory as per clause-15.4.
Centralised Tender Cell RR Site

Page No. 34

Tender No. : NPC/RRS/34/2016/T-1264

18-2 mRrjnk;h fcM oks gksrh gS tks rF; vFkok lkexzh esa fcuk fopyu ds fcfMax nLrkost dh
fuca/ku krsZa o fofunsZk ds vuq:i gksA fdlh lkexzh vFkok krZ esa fopyu fuEu izdkj ls ekuk
tk,xk%
A responsive bid is one which conforms to all the terms, conditions and specification
of the bidding documents, without material deviation or reservation. A material
deviation or reservation is one

v ftlls Ldksi] xq.koRrk vFkok dk;Z fuiknu egRoiw.kZ :i ls izHkkfor gksA


Which affects in any substantial change in scope, quality or performance of the
works.

c tks lafonk ds varxZr fuxe ds vf/kdkjksa vFkok cksyhdrkZ dh krksZa dks egRoiw.kZ :i ls
izHkkfor djsA
Which limits in any substantial way, the corporations rights or the bidders
obligations under the contract.

l ftlesa lq/kkj ls vU; mRrjnk;h fcM~Lk izLrqr djus okys cksyhdrkZvksa dh izfr;ksxh fLFkfr
vuqfpr :i ls izHkkfor gksA
Whose rectification would affect unfairly the competitive position of other bidders
presenting responsive bids.

19-0 fcM~l dk ewY;kadu ,oa rqyuk


Evaluation and comparison of bids

19-1 fuxe ds ikl fdlh Hkh izLrko dks Lohdkj vFkok fujLr djus dk vf/kdkj lqjf{kr gSA fuxe
ds ikl dk;Z ds fdlh Hkkx dks nsus dk vf/kdkj Hkh lqjf{kr gSA
The corporation reserves the right to accept or reject any offer. Corporation also
reserves the right to award only part of the work.

19-2 Lkafonk fdz;kUo;u dh vof/k ds nkSjku lafonk krksZa esa ifjorZu ,oa fopyu ds varxZr ewY;
lek;kstu krksZa dk vuqekfur izHkko fcM ewY;kadu esa kkfey ugha fd;k tk,xkA
The estimated effect of the price adjustment conditions under variations and deviations
of the conditions of contract, during the period of implementation of the contract, will
not be taken into account in bid evaluation.

19-3 ;fn lQy cksyhdrkZvksa dh fcM esa lafonk ds varxZr fuikfnr fd, tkus okys dk;Z dh ykxr
ds laca/k esa izHkkjh vfHk;ark vFkok mlds izfrfuf/k;ksa ds chp vlarqyu gks rks fuxe cksyhdrkZ ls
fdz;kUo;u@fuekZ.k i)fr ,oa izLrkfor vuqlwph lfgr mu njksa dh vkarfjd ,d:irk dks
fn[kkus ds fy, fdlh ,d vFkok lHkh oLrqvksa dh ek=k ds fcy gsrq foLr`r nj foysk.k izLrqr
djus ds fy, dg ldrk gSA vlarqfyr cksfy;ksa dks fujLr f;k tk,xkA
If the bid of the successful bidder is seriously unbalanced in relation to the engineer-incharge 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 ewY;kadu ls iwoZ Okkf.kfT;d krksZa esa fdlh Hkh fopyu dks lqfo/kkuqlkj yksM dj fn;k tk,xkA
Any deviation in the commercial terms shall be suitably loaded before evaluation.
Centralised Tender Cell RR Site

Page No. 35

Tender No. : NPC/RRS/34/2016/T-1264

20-0 vokMZ izfdz;k


Award criteria

20-1 fuxe lafonk mu cksyhdrkZvksa dks lafonk vokMZ djsxk ftuds ewY;akfdr izLrko@fcM rduhdh
:i ls mi;qDr ,oa foRrh; :i ls fuEure,y1 gksa ,oa fcfMax nLrkost ds izfr egRoiw.kZ :i
ls mRrjnk;h gksa] blds vfrfjDr bl krZ ij fd cksyhdrkZ larksktud :i ls lafonk fuikfnr
djus gsrq ;ksX; fu/kkZfjr fd;k x;k gksA vU; izdkj dh fcM~l esa ls rduhdh ,oa foRrh; :i ls
mi;qDr fcM dks iwoZ vgZrk izfdz;k ds vuqlkj fu/kkZfjr fd;k tk,xkA nks cksyhdrkZvksa ds cjkcjh
ij fuEure,y1jgus ds ekeys es]a fuEure,y1 ewY; fu/kkZfjr djus ds fy, nksuksa cksyhdrkZvksa
}kjk NwV dk izLrko nsus ds fy, ,d volj iznku fd;k tk,xkA ;fn fQj Hkh fLFkfr ogh jgrh
gS rks vokMZ fu/kkZfjr djus ds fy, ykWVjh izfdz;k dks viuk;k tk,xkA
The corporation shall award the contract to the bidder whose evaluated offer / bid has
been determined to be the technically suitable and financially lowest (L1) and is
substantially responsive to the bidding document, provided further that the bidder is
determined to be qualified to execute the contract satisfactorily. The technically and
financially suitable bids in other types of bids shall be decided as per criteria given in
pre-qualification requirement. In case of tie between two lowest bidders, both the
bidders shall be given a chance to offer rebate to decide the lowest bid. If the situation
still remains same the lottery shall be adopted to decide the award.

20-2 ,y&1 cksyhdrkZ dks lR;kiu gsrq mlds }kjk vkWuykbu izLrqr dh xbZ lwpuk ds leFkZu esa ewy
nLrkost izLrqr djus gksaxs ,oa ,uvkbZVh@bZ&fufonk lwpuk esa fufnZV vuqlkj uksVsjh }kjk
lR;kfir nLrkost dh izfrfyfi izLrqr djuh vko;d gksxhA cksyhdrkZ bl laca/k esa i= tkjh
fd, tkus ds ckn fofufnZV vof/k ds vanj fdlh Hkh dk;Z fnol ij mDr nLrkost izLrqr
djsxkA ;fn ,y&1 cksyhdrkZ fofufnZV vof/k ds vanj nLrkostksa dks izLrqr ugha djrk gS vFkok
ewy nLrkostksa ds lR;kiu ds nkSjku ;fn ,y&1 cksyhdrkZ }kjk vkWuykbu nkkZbZ xbZ fdlh
lwpuk ds vlR; ik, tkus ds ekeys esa] ftlds QyLo:i cksyhdrkZ dh ik=rk fLFkfr esa
ifjorZu gksrk gS] rks tekur jkfk tCr djus ds lkFk gh fcM dks v;ksX; Bgjk fn;k tk,xk ,oa
lacaf/kr cksyhdrkZ dks vkxkeh ikp okksZa rd fufonk esa cksyh yxkus ij izfrcaf/kr dj fn;k
tk,xkA ewy nLrkost ,oa uksVsjh }kjk lR;kfir izfrfyfi;ka izLrqr djus dh krZ ij foRrh; :i
ls fuEure vxys ;ksX; cksyhdrkZ dks dk;Z lkSai fn;k tk,xkA
L-1 bidder will be required to produce the original documents in support of the
information furnished by him on line for verification and submit photo copy of
documents attested by notary as specified in NIT/e-tender notice. The bidder shall
submit the same on any working day within specified period after issue of letter to this
effect. In case the L-1 bidder fails to produce the documents within the specified
period or if any of the information furnished by L-1 bidder on-line is found to be false
during verification of original document, which changes the eligibility status of the
bidder, then the bid shall be disqualified with forfeiture of bid security and banning of
the concerned bidder for participation in future tenders for five years. The next
financial lowest qualified bidder shall be awarded the work subject to producing
original document and photocopies attested by notary.

Centralised Tender Cell RR Site

Page No. 36

Tender No. : NPC/RRS/34/2016/T-1264

20-3 vLiV vFkok fjDr nLrkost izLrqr djus ij fcM vuqRrjnk;h ekudj jn~n dj nh tk,xhA
fcM izLrqr djus dks fcM esa iznku dh xbZ lHkh lwpukvksa dh vkf/kdkfjrk laca/kh izek.k ,oa lHkh
fufonk fuca/ku ,oa krksZa] lkekU; lafonk krsZa] fufonk vkea=.k lwpuk bR;kfn ij Lohd`fr ekudj
Lohdkj fd;k tk,xkA vr% cksyhdrkZ }kjk fMftVy gLrk{kfjr bl izdkj dh Lohd`fr dkuwuh
:i ls rdZlxa r gSA
Submission of illegible or blank document may render the bid non-responsive and
liable for rejection. Submission of bid will be recognized and accepted as a certificate
regarding authentication of all information provided in the bid and acceptance of all
terms & conditions, general condition of contract, notice inviting tender etc., since
such acceptance by bidder with digital signature is legally tenable.

20-4 fuxe ds ikl fcuk dksbZ dkj.k ,oa cksyhdrkZ vFkok cksyhdrkZvksa ij ns;rk Mkys fcuk laiw.kZ
dk;Z vFkok dk;Z ds fdlh Hkkx dks ugha lkSaius ds vf/kdkj lqjf{kr gSaA
The corporation reserves the right not to award the whole or part ofthe work without
assigning reason and without incurring any liability to the bidder or bidders.

21-0 dk;Z iznku fd, tkus dh vf/klwpuk ,oa djkj gLrk{kj


Notification of award and signing of agreement

21-1 ftl cksyhdrkZ dh fcM Lohdkj dh xbZ gS] mldks fuxe oS/krk vof/k lekIr gksus ds iwoZ
dk;kZnsk tkjh dj dk;Z lkSaius gsrq vf/klwfpr djsxkA vf/klwpuk vkk; i= ds ek/;e ls Hkh nh
tk ldrh gS ftlesa dk;kZnsk Hkh layXu gksA
The bidder whose bid has been accepted will be notified of the award by the
corporation prior to expiration of the bid validity period by issue of work order. The
notification may also be made through letter of intent, wherein the work order shall
follow.

21-2 dk;Z iznku fd, tkus dh tkudkjh osclkbV ij Hkh ns[kh tk ldrh gSA cksyhdrkZ dk;Z lkSia us
ds ianzg fnu ds vanj fyf[kr esa Mh&fczfQax ds fy, vuqjks/k dj ldrs gaSA mudks lacaf/kr
vf/kdkjh ds dk;kZy; esa mi;qDr fnolksa esa foftV ds fy, lwfpr fd;k tk,xkA vafre frfFk ds
mijkar vuqjks/k Lohdkj ugha fd;k tk,xkA
The details of award can be seen on web site. The bidders can request for de-briefing
in writing within fifteen days of award. They shall be informed about suitable days to
visit the office of the concerned officer. Requests beyond deadline shall not be
entertained.

21-3 dk;kZnsk tkjh gksus ds 30 fnol ds vanj fuiknu izR;kHkqfr izLrqr djus dh ,dek= krZ ij
lafonk rS;kj djus dh tkudkjh dk;kZnsk esa iznku dh tk,xhA
The work order will constitute the formation of the contract subject only to the
furnishing of a performance guarantee within 30 days of issue of work order.

21-4 nksuksa i{kksa }kjk ,d le>kSrs ij gLrk{kj fd, tk,axAs le>kSrs esa fuxe ,oa lQy cksyhdrkZ ds
chp esa gq, lHkh i=kpkjks]a fcM nLrkostksa vkfn dks kkfey fd;k tk,xkA osclkbV
www.tenderwizard.com/DAE ij viyksM fd;k x;k fcM nLrkost djkj ds Hkkx ds :i esa
ekuk tk,xkA lQy cksyhdrkZ] ftl jkT; esa djkj fd;k tk jgk gks] mlds vuqlkj LVkai kqYd
Lo;a ds ikl ls nsus gsrq mRrjnk;h gksxkA U;k; fu.kZ; ds mijkar lQy cksyhdrkZ Lo;a dh
ykxr ij mfpr ewY; ds xSj&U;kf;d LVkai isij izLrqr djsxkA
Centralised Tender Cell RR Site

Page No. 37

Tender No. : NPC/RRS/34/2016/T-1264

An agreement shall be made and signed by both the parties. The agreement will
incorporate all correspondence between the corporation and the successful bidder, bid
documents
etc.
The
bid
document
as
uploaded
on
website
www.tenderwizard.com/DAE shall be forming part of agreement. The successful
bidder shall be responsible for compliance at his own cost with the stamp duty act of
the state where the agreement is being executed. The non-judicial stamp paper of
appropriate value after adjudication shall be submitted by the successful bidder at his
own cost.

22-0 HkzV vFkok /kks[ksckthiw.kZ vkpj.k


Corrupt or fraudulent practices

22-1 fuxe ds fy, vko;d gS fd cksyhdrkZ@vkiwfrZdrkZ@lafonkdrkZ bl lafonk ds varxZr izki.k


,oa fuiknu ds nkSjku mPpre uSfrd ekunaMksa dk vuqikyu djsaA bl uhfr ds vuqikyukFkZ
fuxe%
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:

v bu izko/kkuksa ds mn~ns; ls fuxe }kjk ifjHkkfkr krsZa fuEu izdkj gSa%


defines, for the purpose of these provisions, the terms set forth below as
follows:
i)

^^HkzV vkpj.k** izki.k izfdz;k vFkok lafonk fuiknu esa fdlh yksd lsod dh dk;Z
iz.kkyh dks izHkkfor djus ds fy, HksaV nsuk] dksbZ ewY;oku oLrq nsuk] ysuk vFkok ekaxukA
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)

^^Nyiw.kZ vkpj.k** ls rkRi;Z gS fd fuxe dks uqdlku igqapkus ds fy, [kjhn izfdz;k
vFkok lafonk fuiknu dks izHkkfor djus gsrq rF;ksa dks xyr rjhds ls izLrqr djuk ,oa
blesa cksyhdrkZvksa }kjkfcM tek djus ls igys ,oa fcM tek djus ds ckn cukoVh
xSj&izfr;ksxh Lrj dk fcM ewY; fuf/kkZfjr djus ,oa fuxe dks NwV ds ykHkksa ,oa [kqyh
izfr;ksfxrk ls oafpr djus gsrq diViw.kZ vkpj.k djuk blesa fufgr gSA
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.

c ;fn ;g LiV gks tkrk gS fd dk;Z vokMZ fd, tkus ds fy, vuqkaflr cksyhdrkZ }kjk
lafonk gkfly djus ds fy, izfr;ksfxrk esa HkzVkpkj vFkok /kks[kk/kM+hiw.kZ vkpj.k fd;k x;k
gS rks lkSia k x;k dk;Z jn~n dj fn;k tk,xkA
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.
Centralised Tender Cell RR Site

Page No. 38

Tender No. : NPC/RRS/34/2016/T-1264

l ;fn fdlh Hkh le; ;g irk pyrk gS fd cksyhdrkZ us lafonk gkfly djus vFkok lafonk
fuiknu esa HkzVkpkj vFkok /kks[kk/kM+hiw.kZ vkpj.k fd;k gS rks cksyhdrkZ dks
lafonk@lafonk,a vokMZ djus ds fy, vfufpr dky ;k ,d fufpr vof/k ds fy, vik=
?kksfkr dj fn;k tk,xkA
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 cksyhdrkZ fufonk izfdz;k ds laca/k esa lh/ks gh ,oa dsoy vf/kd`r vf/kdkjh ds le{k tSlk Hkh
fufonk nLrkost esa mYys[k fd;k x;k gks] vH;kosnu ns ldrk gSA rFkkfi] ;g vH;kosnu
xSj&izekf.kr ,oa@;k lkjghu ik;k tkrk gS ,oa bl vH;kosnu ls gq, foyac ds dkj.k fufonk
can@fo?kfVr djuh iM+rh gS ,oa dk;Z dh iquZlfa onk fudkyuh iM+rh gS rks ml cksyhdrkZ dks
fufonk iquZvkea=.k esa Hkkx ysus dh vuqefr ugha nh tk,xhA
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.

;fn dksbZ cksyhdrkZ l{ke izkf/kdkjh ds le{k bl rjg dk vH;kosnu djrs le; fuxe ds vU;
deZpkfj;ksa dks Hkh kkfey dj jgk gks ,oa@vFkok izyksHku nsrk gks@dkuwu ds varxZr vuqer dh
vis{kkkd`r ckgjh gLr{ksi gsrq ;kpuk djrk gS ,oa ;fn bl izdkj ds gLr{ksi@foyac Lo:i
fufonk dks can djuk iM+rk ,oa dk;Z dh iquZlfa onk fudkyuh iM+rh gS rks ml cksyhdrkZ foksk
dks fufonk iquZvkea=.k esa Hkkx ysus dh vuqefr ugha nh tk,xhA
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 fMLDykstlZ
Disclosures

23-1 Bsdns kj dh QeZ pkgs lk>snkjh esa gks] la;qDr midze gks vFkok la?k Hkkfxnkfj;ka gksa tSlk fd fcM
esa ?kksfkr fd;k x;k gS muds laxBu esa fdlh Hkh ifjorZu ds gksus ij fcM~Lk izLrqr djus ,oa
lafonk gLrk{kj ds chp esa fdlh Hkh le; fuxe dks crk;k tkuk pkfg,A lafonk dh lkekU;
krkZsa (GCC) ds vuqlkj [kaM la[;k 1-9 lafo/kku esa ifjorZu ds djsalh ds nkSjku Hkh ;g crk;k
tk,xkA
Any change in the constitution of the contractors firm, where it is a partnership firm,
joint venture or consortium partnerships as declared in the bid should be disclosed to
the corporation, at any time between the submission of bids and the signing of the
contract. The same shall be disclosed during the currency as per the GCC
Clause No. 1.9 (Changes in constitution).
Centralised Tender Cell RR Site

Page No. 39

Tender No. : NPC/RRS/34/2016/T-1264

24-0 o`gr fo|qr ifj;kstukvksa gsrq NwV


Concessions for mega power projects

24-1 bl krZ dh iz;ksT;rk lafonk dh lkekU; krksZa dh vuqlwph ^,* ds vuqlkj jgsxhA
The applicability of this clause will be as per Schedule A of general conditions of
contract.

24-2 cksyhdrkZ mi;qZDr mfYyf[kr fu;kZr ykHkksa dh miyC/krk ds ckjs esa pkgsa rks irk dj ldrs gSaA
mu ykHkksa ds fy,] ftu ij fcM esa mUgksua s fopkj fd;k gS] izkIr djus ds fy, os mRrjnk;h gksaxs
,oa ;s ykHk ugha feyus ds ekeys esa fuxe cksyhdrkZ dks {kfriwfrZ ugha djsxkA rFkkfi cksyhdrkZ
dks fcM ds lkFk esa Hkkjr ljdkj dh fu;kZr&vk;kr uhfr ls tqM+h vko;d leLr lwpuk
ifj;kstuk izkf/kdkj@Hkqxrku izek.ki= tkjh djus ds fy, vfuok;Z :i ls nsuh pkfg,A dsoy
bl vk/kkj ij ifj;kstuk izkf/kdkj@Hkqxrku izek.ki= tkjh fd;k tk,xk ,oa ckn esa dksbZ
ifjorZu ugha fd;k tk,xkA bl laca/k esa tkudkjh izkIr djus ds fy, v/;k;&8 fu;kZr ,oa
vk;kr uhfr ,oa izfdz;k gSaMcqd dk v/;;u djsa ,oa mi;qZDr dks lqfufpr djsaA
The bidders may like to ascertain the availability of deemed export benefit
mentioned as above. They shall be responsible for obtaining such benefits, which
they have considered in the bid, and in case of failure to receive such benefits the
corporation will not compensate the bidder. However the bidder must give all
information required for issue of project authority / payment certificate in terms of
export-import policy 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 8 deemed export in the export
and import policy and handbook of procedures shall be referred to, for ascertaining
the above.

24-3

440 esxkokV

vFkok mlls vf/kd dh ukfHkdh; fo|qr ifj;kstuk dks ^esxk ikoj izkt
s sDV* ds :i
esa vf/klwfpr fd;k x;k gSA mnkgj.k ds fy, Hkkjr ljdkj dh foLr`r uhfr ds vuqlkj dLVe
vf/klwpuk la- 21 fnukad 1-3-2002 dzekad la- 401 ,oa le;&le; ij ;Fkk lakksf/kr bu
ifj;kstukvksa dh LFkkiuk ^kwU;* lhek kqYd ds v/khu gSA Bhd blh izdkj Hkkjr ljdkj dh
fonsk O;kikj uhfr&2004&2009 ds vuqlkj bu ifj;kstukvksa dks lkeku vkiwfrZ djus okys ?kjsyw
Bsdns kj izfr;ksxh fcfMax izfdz;k ds varxZr ^fMEM ,DliksVZ* ds ykHk izkIr djus gsrq ik= gksax]s
ftlesa egkfunskd] fonsk O;kikj] okf.kT; foHkkx] okf.kT; ,oa m|ksx ea=ky;] Hkkjr ljdkj
}kjk tkjh fd;k x;k VfeZuy ,Dlkbt M~;wVh dk fjQ.M orZeku esa mDr uhfr ds iSjk 8-2 ts
rFkk izfdz;k gSaMcqd ds ifjPNsn 8-2-6 ls 8-4-8 rd fn;k x;k gS kkfey gSA vr% dzsrk }kjk
Bsdns kj dks lkeku ij fdlh Hkh rjg dk lhek kqYd ,oa@;k mRikn kqYd bl gsrq
ns;@izfriwfrZ ;ksX; ugh gksxkA dzsrk] rFkkfi orZeku fu;eksa ,oa izfdz;k ds vuqlkj mi;qZDr
NwV@fj;k;rsa izkIr djus ds fy, ekaxs x, nLrkost vFkok izek.k&i= miyC/k djk,xkA
Nuclear Power Project of capacity 440 MW or more has been notified as Mega
Power Project. As such, goods required for setting up these projects are subjected
to Nil customs duty as per the extended policy of Government of India (vide
customs notification no. 21 dated 1-3-2002 sr. no. 401and as amended from time to
time). Similarly, as per the foreign trade policy 2004-2009 of Government of
India, domestic contractors supplying goods for these projects under the
procedures of competitive bidding shall be eligible for benefits of Deemed

Centralised Tender Cell RR Site

Page No. 40

Tender No. : NPC/RRS/34/2016/T-1264

Export, which include refund of terminal excise duty (presently given under
paragraph 8.2(j) of the policy and paragraphs 8.2.6 to 8.4.8 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 the requisite documents or certifications as per the extant rules and
procedures for availing the above exemptions / concessions by the contractor.

25-0 lw{e] e/;e ,oa e/;e m|e fodkl vf/kfu;e] 2006 ds varxZr lw{e ,oa y?kq m|e (MSEs) ds
fy, ubZ lkoZtfud dz; uhfr ds vuqlkj oLrq vFkok lsok vkiwfrZ gsrq dz; izkFkfedrkA
Purchase Preference for supply of goods or services as per new Public
Procurement Policy for Micro & Small Enterprises (MSEs) under Micro,
Small and Medium Enterprises Development Act, 2006.

25-1 lw{e y?kq m|e bdkb;ksa dks izkFkfedrk ,oa NwV:


Preference and exemptions to MSE Units:
a)

lw{e] y?kq m|e uhfr ds izko/kkuksa ds vuqlkj ,e-,l-bZ- }kjk iathd`r cksyhdrkZ fdlh
fufonk esa oLrq ,oa lsokvksa dh vkiwfrZ gsrq ,y1+15 okys cSaM ds vanj ewY; dh fufonk esa
izfr;ksfxrk djrk gS rks ,slh fLFkfr esa tc ,y1 ewY; lw{e] y?kq m|e dh vis{kkd`r fdlh
vU; dk gks rks muds }kjk fufonk fd, x, ewY; dks ,y1 dh cjkcjh ij uhps ykdj
t:jr ds lkeku ds fdlh Hkkx dh vkiwfrZ djus dh vuqefr gksxhA ,sls lw{e] y?kq m|zedks
dqy fufonk ewY; ds 20 rd vkiwfrZ djus dh vuqefr gksxhA ,sls ik= lw{e] y?kq m|e ds
,d ls vf/kd gksus ds ekeys esa vkuqikfrd :i ls vkiwfrZ foHkkftr dh tk,xhA blds
vfrfjDr 20 esa ls 4 vFkkZr% 20 dk 20 ds ,d mi y{; dh vkiwfrZ vuqlwfpr
tkfr@tutkfr ds LokfeRo okyslw{e] y?kq m|e ds fy, vyx ls fpfg~ur gksxhA rFkkfi]
,sls lw{e] y?kq m|eds fufonk izfdz;k esa Hkkx ugha ysus vFkok fufonk vko;drkvksa dks iwjk
ugha djus ,oa ,y1 ewY; ugha gksus ds ekeys esa] vuqlwfpr tkfr@tutkfr ds LokfeRo
okyslw{e] y?kq m|e ds fy, fpfg~ur vyx ls 4 ds mi y{; dk izki.k vkuqikfrd :i
ls vU; lw{e] y?kq m|e }kjk fd;k tk,xkA
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.

b)

lw{e] y?kq m|eksa dks fufonk dh xbZ oLrq@lsokvksa ds fy, fufonk lsV fu%kqYd iznku fd,
tk,axsA bZ&fufonk ds ekeys esa cksyhdrkZ dks ,uvkbZVh krksZa ds vuqlkj esllZ@vkbZVhvkbZ
dks vkWuykbu izfdz;k kqYd dk Hkqxrku djuk gksxkA

Centralised Tender Cell RR Site

Page No. 41

Tender No. : NPC/RRS/34/2016/T-1264

Tender sets shall be provided free of cost to MSEs for the item/ services
tendered. In case of e-tendering the bidder has to pay the online processing fee
to M/s ITI as per NIT conditions.
c)

fufonk dh xbZ oLrq@lsokvksa ds fy, iathd`r lw{e] y?kq m|eksa dks fcM tekur jkfk ls
NwV izkIr gksxhA
MSEs registered for the item / services tendered will be exempted from
payment of bid security.

25-2 ,sls ^,e,lbZ* tks Lo;a bu ykHkksa dks izkIr djus ds bPNqd gSa os vius izLrko ds lkFk
,e,l,ebZ] ea=ky; ds }kjk vf/klwpuk esa mfYyf[kr fuEufyf[kr esa ls fdlh ,d ,tsalh ds
lkFk iathd`r gksus ds lk{; layXu djs%a
MSEs who are interested in availing themselves of these benefits shall enclose
with their offer the proof of their being MSE registered with any of the agencies
mentioned in the notification of Ministry of MSME indicated below:
(i)

ftyk m|ksx dsna z


District Industries Centers

(ii)

[kknh ,oa xzkeks|ksx vk;ksx


Khadi and Village Industries Commission

(iii)

[kknh ,oa xzkek|ksx cksMZ


Khadi and Village Industries Board

(iv)

dksbj cksMZ
Coir Board

(v)

jkVh; y?kq m|ksx fuxe


National Small Industries Corporation

(vi)

nLrdkjh ,oa gLrfkYi funskky;A


Directorate of Handicraft and Handloom

(vii)

,e,l,ebZ] ea=ky; }kjk fofufnZV vU; dksbZ fudk;A


Any other body specified by Ministry of MSME.

,e-,l-bZ- dks vius iathdj.k dh vafre oS/krk frfFk Hkh lwfpr djuk pkfg,A bu vko;drkvksa
dks iwjk ugha djus ij] ,sls izLrko ,e-,l-bZ- vknsk 2012 esa mfYyf[kr ykHkksa ij fopkj djus ds
fy, ik= ugha gksaxAs
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 MSEs Order 2012.

25-3 bl [kaM dk izpkyukRed Hkkx vuqlwph&, esa nh xbZ ifjHkkkk ds vuqlkj gksxkA
The operational part of this clause shall be as defined in schedule A.

25-4 os ,e,lbZ tks ftyk m|ksx dsanz ds lkFk iathd`r gSa mudks ^^m|eh Kkiu dh
Centralised Tender Cell RR Site

Page No. 42

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&1
ANNEXURE - 1

dk;ZvuqHko WORK EXPERIENCE


1.
2.

dk;Z dk uke Name of Work


djkj@laidZ la-@dk;kZnsk laAgreement / Contract No. / Work Order No.

3.

xzkgd dk uke ,oa irk bZ&esy@QSDl uacj lfgr


Name and address of client along with their
e-mail / Fax No.

4.

D;k xzkgd lkoZtfud@futh LokfeRo dk gSA

5.

Whether the client in public / private entity


vkjaHk djus dh frfFk Date of Start

6.

dk;Z lekiu dh vuqcaf/kr frfFk


Stipulated date of completion

7.

dk;Z lekiu dh okLrfod frfFk


Actual date of completion

8.

vof/k foLrkj i= futh LokfeRo okyh daiuh }kjk


dk;Z iwjk djus ds ekeys esa vfuok;Z
Extension letter (mandatory in case of work
done for privately owned company is
completed after extension.

9.

dk;Z lekiu ij vafre ewY;


Final value of work done on completion

10.

xzkgd dks dk;Z lekiu izek.ki= dk lanHkZ


Ref. to clients completion certificate

11.

futh LokfeRo okyh daiuh }kjk dk;Z iwjk djus


ds ekeys esa lh, izek.ki= dk fooj.k
If work is done with private entity, the details
of CA certificate.

12.

naM@,yMh kqYd dk ewY;


Value of penalty / LD levied.

uksV NOTE:
1. izR;sd dk;Z ds fy, vyx ls izi= mi;ksx esa fy;k tk,xkA tSlk fd U;wure ik=rk izfdz;k esa LiV gS
leku dk;Z dk fooj.k izLrqr fd;k tk,xkA dk;Z lekiu izek.ki= esa dk;ksZa dks Dyc djus ls cpuk
pkfg,A ;fn dk;ksZa dks Dyc fd;k tkrk gS rks jn~n dj fn;k tk,xkA
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.

dsoy cksyhdrkZ@la;qDr midze ds lnL;@la?k }kjk ;Fkk fuikfnr lafonk ewY; mlds ukeij
nkkZ;ktkuk pkfg,A fdlh lewg }kjk dksbZ dk;Z vf/kxzfgr djus ds ekeys esa lafonk dk og Hkkx tks
cksyhdrkZ@la;qDr midze ds lnL;@la?k }kjk vf/kxzfgr fd;k x;k gS ogh Hkkx nkkZ;k tkuk pkfg,
lewg ds vU; lnL;ksa }kjk fuikfnr ksk dk;Z dks en la[;k&9 Hkjrs le; vyx djuk pkfg,A
Centralised Tender Cell RR Site

Page No. 44

Tender No. : NPC/RRS/34/2016/T-1264

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.
3.

leLr fooj.kds leFkZu esna Lrkosth lk{; yxkuk pkfg, mnkgj.k ds fy, tSls& djkj@dk;kZnsk] vof/k
foLrkj i=] xzkgd ,oa lacaf/kr ijkekZnkrk@okLrqdkj ls dk;Z lekiu izek.ki= vU;Fkk bl ij fopkj
ugha fd;k tk,xkA
All the details should be supported by documentary proof, for e.g., agreement / work order,
extension letter, completion certificates from client and concerned Consultant/Architect
otherwise it will not be considered.

4.

futh xzkgd ds fy, dk;Z fuiknu ds ekeys esa fuEufyf[kr izLrqr fd, tk,axs%
In case the work is executed for private client the following shall be submitted:

dk;kZnsk lfgr ek=k fcy


Work order with bill of quantities

vuqcaf/kr frfFk ds i'pkr dk;Z lekIr djus ds ekeys esa dk;Z vof/k foLrkj i=
Extension letter, if work is completed beyond stipulated completion date

vafre fcy lfgr dk;Z lekiu izek.ki=


Completion certificate with final / last bill.

fcy okj izkIr fd, x, Hkqxrku] VhMh,l jkfk] VhMh,l izek.ki= la[;k dk fooj.k nsrs gq, pkVZMZ
,dkmaVsaV }kjk eksgjcan ,oa gLrk{kfjr izek.ki=A
Stamped and signed certificate by Chartered Accountant giving details of bill wise
payment received, TDS amount, TDS certificate number.

Centralised Tender Cell RR Site

Page No. 45

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&2
ANNEXURE 2

pkVZMZ ,dkmaVsVa dk i=khkZ


__________________________________________________________
foRrh; MkVk
(okfkZd VuZ vksoj

FINANCIAL DATA
ANNUAL TURNOVER)

izekf.kr fd;k tkrk gS fd esllZ ------------------------------dk fokh; VuZ vksoj fuEu izdkj gS %
This is to certify that the Financial Turnover of M/s ----------------------------- is as under :

vafre rhu foRrh; okZ dk ys[kk ijhf{kr MkVk


dz-SR.

fooj.k

NO.

DESCRIPTION

1.

AUDITED FINANCIAL DATA FOR LAST


Three (03) FINANCIAL YEARS

o"kZ Year
______

o"kZ Year
_____

o"kZ Year o"kZ Year


______ ______

dj Hkqxrku iwoZ ykHk@gkfu


Profits/ loss before taxes

2.

dj Hkqxrku Ikpkr ykHk@gkfu


Profits/loss after taxes

3.

OkfkZd VuZ vksoj


Annual turnover

gekjh tkudkjh ,oa fookl ds vuqlkj geus leLr lwpuk izkIr dj yh gS] tks izek.ku gsrq vko;d
gSA bl izek.ku izf;k esa lgk;d nLrkostksa dh tkWp fd;k tkuk lfEefyr gSA
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.

pkVZMZ ,dkmaVsaV }kjk lR;kfir


Seal of
chartered
Accountant

Centralised Tender Cell RR Site

Certified By Chartered Accountant


uke Name
:
gLrk{kj Signature
:
,e ua- M. No.
:.

Page No. 46

Tender No. : NPC/RRS/34/2016/T-1264

fVIi.kh NOTES :1. la;qDr midze@la?k ds ekeys esa izR;sd lnL; ds fy, vyx ls izksQkekZ dk iz;ksx fd;k tk,xkA
la;qDr midze@la?k ds ekeys esa ,sls lHkh nLrkostksa esa lnL; dsfoRrh; vkadM+s nkkZus pkfg, u fd
ewy daiuh dh lgdaiuh dsA
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.

mi;qZDr izi= esa foRrh; MkVk pkVZMZ ,dkmaVsM@daiuh vkWfMVj ds gLrk{kj] mldh eksgj ,oa
lnL;rk la[;k o QeZ la[;k lfgr izekf.kr gksuk pkfg,A
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.

cksyhdrkZ }kjk foxr foRrh; okZ ds VuZ vksoj ds ys[kkijh{k.k miyC/k ugha djkus ds ekeys esa mls
lh, ls izekf.kr djus dk ,d izek.ki= izLrqr djuk gksxk fd ^^okLro esa rqyui= dk vHkh rd
ijh{k.k ugha fd;k x;k gSA** izek.ki= ij cksyhdrkZ }kjk Hkh gLrk{kj fd, tk,axAs ,sls ekeys esa
ewY;kadu ds fy, foxr rhu okZ ds ys[kkijh{k.k ij fopkj fd;k tk,xkA
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.

Centralised Tender Cell RR Site

Page No. 47

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&3,
ANNEXURE 3 A

pkVZMZ ,dkmaVsaV dk i=khkZ


Letter Head of Chartered Accountant
foRrh; vkadM+s FINANCIAL DATA
fiNys05foRrh; okksZa ds nkSjku ys[kkijhf{kr
(Value of work done during the latest last five (05) audited financial years)
Bsdns kj dk uke
% esllZ .
Name of Contractor : M/s .

foxr 5 okksZa ds ys[kkijh{k.k ds foRrh; MkVk


dzS.
No.

fooj.k
DESCRIPTION

ys[kkijhf{kr fd, foRrh; fooj.k ds


vuqlkj dk;Z dk dqy ewY;

FINANCIAL DATA FOR LAST 5 AUDITED


FINANCIAL YEARS
Year
Year
Year
Year
Year
_______ _______ _______ _______ _______
I

II

III

IV

Total value of work done as per


audited financial statements

pkVZMZ ,dkmaVsaV }kjk lR;kfir


Seal of
chartered
Accountant

Certified By Chartered Accountant


uke Name
:
gLrk{kj Signature
:
,e ua- M. No.
:.

fVIi.kh NOTES :1. la;qDr midze@la?k ds ekeys esa izR;sd lnL; ds fy, vyx ls izksQkekZ dk iz;ksx fd;k tk,xkA
Separate Performa shall be used for each member in case of JV / Consortium.
2.

,sls lHkh nLrkostksa esa la;qDr midze@la?k ds ekeys esa cksyhdrkZ vFkok lnL; dsfoRrh; vkadM+s
nkkZ, tkus pkfg, u fd ewy daiuh dh lgdaiuh ds nLrkostA
All such documents reflect the financial data of the bidder or member in case of JV /
Consortium, and not that of sister or parent company.

3.

mi;qZDr izi= esa foRrh; MkVk pkVZMZ ,dkmaVsM@daiuh vkWfMVj ds gLrk{kj mldh eksgj ,oa
lnL;rk la[;k o QeZ la[;k lfgr vFkok mlds Hkkx dks izekf.kr fd, tkus pkfg,A
The financial data in above format shall be certified by Chartered Accountant / Company
Auditor under his signature & stamp, membership number.

4.

mi;qZDrfoRrh; MkVk dks ml foRrh; okZ dh vafre frfFk ls x.kuk dj dk;Z ds okLrfod ewY; dks
vFkok mlds Hkkx dks 7% okfkZd dh lk/kkj.k nj ls c<+krs gq, okLrfod orZeku ykxr Lrj ij
yk;k tk,xkA
The above financial data will be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum or part thereof calculated from the last date
of that financial year.

Centralised Tender Cell RR Site

Page No. 48

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&3ch
ANNEXURE 3B

foRrh; vkadMs+
FINANCIAL DATA
(fcM {kerk vkdyu gsrq orZeku izfrc)rk,a ,oa tkjh dk;Z EXISTING COMMITMENTS &
ONGOING WORKS FOR CALCULATING BID CAPACITY)
Bsdns kj dk uke
% esllZ .
Name of Contractor : M/s .
dk;Z dk fooj.k

lafonk ewY;

lafonk la,oa fnukad

DykabV dk
uke ,oa
irk

lafonk dh
dher

dk;Ziw.kZrk dh
vuqcaf/kr vof/k

ksk iw.kZ fd,


tkus okys dk;Z
dk ewY;

dk;Ziw.kZrk dh
izR;kfkr frfFk

vH;qfDr

Description
of Work

Contract
Value

Contract
No. &
Date

Name &
Address
of Client

Value of
Contract
(` yk[k esa
In lacs)

Stipulated
period of
completion

Value of
work
remaining
to be done

Anticipated
date of
completion

Remarks

dqy
(lHkh tkjh fuekZ.k dk;ksZa gsrq

TOTAL

FOR ALL ONGOING WORKS)

pkVZMZ ,dkmaVsaV }kjk lR;kfir


Seal of
chartered
Accountant

Certified By Chartered Accountant


uke Name
:
gLrk{kj Signature
:
,e ua- M. No.
:.

fVIi.kh NOTE :1. la;qDr m|e@lgla?k ds ekeys esa izR;sd lnL; }kjk i`Fkd izi= dk iz;ksx fd;k tk,A
Separate Performa shall be used for each member in case of JV / Consortium.
2.

la;qDr m|e@lgla?k ds ekeys esa cksyhdrkZ vFkok lnL; dks mudks izkIr lHkh lafonk,aa tks iznku
dh tk pqdh gSa vFkok ftuds fy, ysVj vkWQ baMsVa vFkok Lohd`fr izkIr dh tk pqdh gS vFkok mu
lafonkvksa ds fy, ftudk dk;Z iw.kZrk dh vksj gS ijarq ftlds fy, iw.kZrk izek.k i= tkjh fd;k
tkuk ksk gS] pkgs bl izdkj ds dk;ksZa dh iw.kZrk bl lafonk dh iw.kZrk vof/k ds ckn rd ksk
jgrh gSA
Bidder or member in case of JV / Consortium should provide information on their current
commitments for all contracts that have been awarded or for which a letter of intent or
acceptance has been received or for contracts approaching completion but for which a
completion certificate is yet to be issued even if completion of such works spills over
beyond completion period of this contract.

Centralised Tender Cell RR Site

Page No. 49

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&4
ANNEXURE 4

dsna z] jkT; ljdkj] ih,l;w ,oa lkoZtfud fudk;ksa esa CySd fyfLVax@iath;u jn~n gksus@ vodkk dk
fooj.k THE DETAILS OF BLACK LISTING / DE-REGISTRATION / HOLIDAY IN
CENTRAL STATE G0VERNMENT, PSU & PUBLIC BODIES

dze
la-

DykbaV
dk uke

dk;kZnsk @
djkj la-

dk;Z dh
dher yk[k esa

CySd fyfLVax
vof/k

Sr.
No.

Name of
Client

Work Order /
Agreement
No.

Value of
work in
lakhs

Blacklisting
period

dkj.k
Reasons

CySd fyfLVax dh
lwpuk okyk i= laLetter no.
informing of black
listing

fVIi.kh NOTES:1. cksyhdrkZ dks CySd fyfLVax@iath;u jn~n gksus dk fooj.k@dasnz@jkT; ljdkj vFkok
lkoZtfud {ks= ds fdlh Hkh midze ds vodkk ds fooj.k izLrqr djuk gksxkA izklafxd i=
dks LdSu dj viyksM fd;k tk,A
The bidder shall submit the details of black listing /de-registration / holiday by any
central / state government department or public sector undertaking. The relevant
letter shall be scanned and uploaded,
2.

la;qDr m|e@lgla?k ds ekeys esa opuc)rk la;qDr m|e@lgla?k ds izR;sd lnL; }kjk
izLrqr dh tk,A
In case of JV / Consortium, the undertaking shall be submitted by each member of
JV / Consortium.

3.

la;qDr m|e@lgla?k ds laca/k eas cksyhdrkZ ds izkf/kd`r gLrk{kjdrkZ vFkok la?kVd lnL;
}kjk opuc)rk ij gLrk{kj fd, tk,aA
The undertaking shall be signed by authorized signatory of the bidder or constituent
member in case of JV / Consortium.

Centralised Tender Cell RR Site

Page No. 50

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&5
ANNEXURE 5

eqdnesckth ,oa ek/;LF; dh lwpuk ftlesa cksyhdrkZ lfEefyr gks


Information of litigation & arbitration history in which the bidder is involved

DykbaV dk uke
,oa irk

dk;kZnsk
la-

dk;Z dk
uke

okn dk
dkj.k

jkf'k

vH;qfDr;ka ,oa
orZeku fLFkfr

Client &
Address

Work Order
No.

Name of Work

Cause of
dispute

Amount

Remarks and
the present
status

Centralised Tender Cell RR Site

Page No. 51

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&6
ANNEXURE 6

,e,l,ebZ ds lkFk iathd`r

REGISTRATION WITH MSME

iathdj.k izkf/kdkjh
dk uke ,oa irk

iathdj.k dk
ntkZ

lsok dk
uke

rd
oS/k

Name & Address of


Registering Authority

Class of
Registration

Name of
Service

Valid
up to

ge izekf.kr djrs gSa fd vkt dh rkjh[k esa gekjk ,e-,l-,e-bZ- iathdj.k izek.k&i= ekU;rk izkIr gSa
,oa iathdj.kdkkZ izkf/kdkjh us lwph ls ugha gVk;k gSaA
We hereby certify that our MSME Registration Certificate is in force on the date and we have
not been delisted / de-acknowledged by the Registration Authority.

Signature of Contractor or their Authorized Representative


(Stamp)

Centralised Tender Cell RR Site

Page No. 52

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&7
ANNEXURE-7

cksyhdrkZ }kjk chvksD;w ds lkFk fcM izLrqr djus ds nkSjku lwpuk iznku dh tk,
Tax information to be provided by the bidders during submission of bid along with BOQ
(,Dly khV esa In Excel Sheet)

dze
laSr.
No
1.0

,)

dj dh izd`fr

cksyhdrkZ }kjk izR;qRrj

Nature of tax

Response by bidder

mRikn kqYd Excise Duty


D;k vkius fcM esa mRikn kqYd kkfey fd;k gS \

gk

YES

/ ugha NO

Have you included excise duty in the bid price?

Ckh)

lh)
2.0

,)

;fn gk] rks iqfV djsa fd ,uihlhvkbZ,y dks fcfyax ds le; vkius
kqYd tek djus laca/kh ewy nLrkost izLrqr fd, gSa vkSj
izfdz;kxr vis{kkvksa ,oa krksaZ dh vuqikyuk dh gSA
If YES, Confirm you shall furnish duty paying documents
in original and comply with the procedural requirements and
conditions at the time of billing to NPCIL.
mRikn kqYd iath;u la- Excise Duty Registration Number

fcdzh dj Sales Tax


D;k vkius fcM ds ewY; esa osV@lh,lVh kkfey fd;k gS \
Have you included VAT /CST in the bid price?

ch)

;fn osV@lh,lVh iz;ksT; ugha gS] rks mldk dkj.k %

iz;ksT;@viz;ksT;
APPLICABLE /
NOT APPLICABLE
i) fokq)r% Jfed lafonk

ds

dkj.k

If VAT / CST is not applicable, the reason thereof:

Being pure labour


contract.
ii) NwV

izkIr lkeku gksus ds


dkj.k
Being exempted goods.

iii)

lh)

;fn gk rks] d`i;k fpfg~ur djsa fdl fodYi }kjk vkius djk/kku
fd;k gSA
If YES, please indicate what option of taxation is adopted by
you.

dksbZ vU; dkj.k d`i;k


crk,a

Any other reason (please


state)
, A-1 okLrfod Jfed NwV
Actual Labour Deduction
(fof/kd fodYi Legal Option)
A-2 ekudhd`r Jfed NwV
Standard Labour Deduction
(fof/kd fodYiLegal Option)

B la?kVd dj
Composition Tax

ch
Centralised Tender Cell RR Site

Page No. 53

Tender No. : NPC/RRS/34/2016/T-1264

Mh)

osV fVu vFkok lh,lVh fVu VAT TIN and CST TIN
(;fn iathd`r ugha gS] rks crk,a if unregistered, mention so)

bZ)

iqf"V djsa fd ^^VsDl bokbl** lacaf/kr jkT; ds osV fu;e ds


izko/kkuksa ds varxZr iznku fd;k x;k gSA

3.0

Confirm Tax Invoice as provided under the respective


State VAT Rules shall be issued while billing.
lsok dj Service Tax

,)

D;k lsok dj ykxw gS \


Whether service tax is applicable?

ch)
lh)
Mh)

4.0

iz;ksT;@viz;ksT;
APPLICABLE /
NOT APPLICABLE

;fn ykxw ugha gS rks mldk dkj.k


If NotApplicable, the reason thereof.
lsok dj iath;u la- Service Tax Registration number

cksyhdrkZ dk izdkj
d`i;k crk,a fd vki gSa

O;fDr Individual
QeZ firm
The Constitution of the bidder.
,y,yih LLP
Please state whether you are a:
daiuh Company
vU; Others
oDlZ lafonk gsrq] lsok dj ewY; dk fu/kkZj.k fu;ekoyh 2006 ds a) fu;e 2 , i ds vuqlkj
vuqlkj mYys[k djsa fd vkius ewY;u ds le; dkSu&lk fodYi
ewY;u vFkok Valuation as
per Rule 2A (i) Or
pquk gSSaA
For Works Contracts, state the method of valuation opted by b) fu;e 2 , ii ds vuqlkj
you as per Service Tax (Determination of Value)
la?kVd Composition as per
Rules 2006.

5.0

osV VAT:
lh,lVh CST:
viathd`r Unregistered

ns; lsokdj dh nj ,oa Hkkx dk o.kZu djs


Mention the rate and share of service tax payable by

i)
ii)
iii)
iv)
v)

Rule 2A (ii)

,) lsok iznkudrkZ
Service Provider
nj Rate @ _____ %
Hkkx Share:_____

ch) lsok izkIrdrkZ


Service Receiver
nj Rate @ _____ %
Hkkx Share:_____
6.0

iqf"V djsa fd fcfyax ds le; izklafxd lsok dj fu;eksa ds varxZr


^^ VsDl baokbl** miyC/k djk;k x;k gSA
Confirm Tax Invoice as provided under the relevant
Service Tax Rules shall be issued while billing.

7.0

cksyhdrkZ dk LFkk;h [kkrk la- isu ua-


Permanent Account Number of the bidder

8.0

a dksbZ vU; lwpuk tks vki iznku djuk pkgsa] d`i;k crk,a
Any other information you would like to give, please state.

Centralised Tender Cell RR Site

Page No. 54

Tender No. : NPC/RRS/34/2016/T-1264

fVIi.kh
Note:
1. fcM

ewY; izi= esa dksV fd, fcM ewY; ,oa iz;ksT; lsok dj ds vk/kkj ij fcM dk ewY;kadu
foRrh; Lrj fd;k tk,xkA
The evaluation (financial status) 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.

dksV fd, lsok dj esa fdlh Hkh izdkj dh folaxfr gksus ij] cksyh ds ewY;kadu gsrq mldks ,u-ihlh-vkbZ-,y }kjk lakksf/kr dj fn;k tk,xkA
In case of any inconsistency in the rate of Service tax quoted, the same will be corrected
by NPCIL for evaluation of bids.

3.

cksyhdrkZ iznku dh xbZ lwpuk gsrq izek.k ns]a vxj mUgsa ,slk djus dks dgk tk,A
Bidders shall substantiate the Information provided herein when called for to do so.

Centralised Tender Cell RR Site

Page No. 55

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&8
ANNEXURE-8

izek.k i=
CERTIFICATE

(Bsdns kj }kjk baok;l@fcyksa ds lkFk izLrqr fd, tkus okyk izek.k&i=] ftlesa ewY; of/kZr dj@dsanzh;
fcdzh dj dk dksV dh xbZ njksa esa nkok fd;k gS
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.)

izekf.kr fd;k tkrk gS fd


1.

Certified that:

,slh lkexzh ftl ij ewY; of/kZr dj@dsanzh; fcdzh dj ds nkos dks osV@lh,lVh ds Hkqxrku
ij lacaf/kr lafof/k;ksa ds varxZr NwV izkIr ugha gSA
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.

iathd`r Mhyj ds :Ik esa esjk@gekjk osV@lh,lVh dk vkdyu fd;k x;k gS ,oa gekjk osV
fVu + -------------------------------------------- ,oa lh,lVh fVu -----------------------gSA
I/We, as a Registered Dealer, is/are being assessed to VAT/CST and our VAT TIN is
___________________ and CST TIN is __________________.

3.

eSa@ge ,rn}kjk izekf.kr djrs gSa fd esjs@gekjs }kjk dh xbZ bl buok;l esa lfEefyr
lkeku dh fcdzh ds fnu rd esjk@gekjk iath;u izek.k&i= oS/k gS vkSj bl baok;l esa
lfEefyr fcdzh ds Vkt
a sDku esjs @gekjs }kjk fd, x, gaS vkSj blds fcdzh ds VuZvkWoj dh
x.kuk fjVuZ Hkjrs le; dh tk,xh ,oa bl fcdzh ij ns; fcdzh dj] ;fn dksbZ gks rks] vnk dj
fn;k x;k gS vFkok vnk dj fn;k tk,xkA
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.

Bsdsnkj vFkok muds izfrfuf/k ds gLrk{kj


Signature of Contractor or their Authorized Representative
(eqgj Stamp)

Centralised Tender Cell RR Site

Page No. 56

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&9
ANNEXURE-9

izek.k i= CERTIFICATE
(Bsdns kj }kjk baok;l@fcyksa ds izLrqr fd;k tkus okyk izek.k&i= ftlesa lsok dj dk nkok fd;k gS
Certificate to be furnished by the Contractor along with the Invoice/bills where Service
Tax is claimed).

izekf.kr fd;k tkrk gS fd Certified that:


1. ,slh lsok,a ftu ij lsok dj dk nkok fd;k x;k gS os --------------------------- lsok dk uke Js.kh ds
lkFk dj;ksX; orZeku izko/kkuksa ds varxZr lsok dj Hkqxrku ls NwV izkIr ugha gSA
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.

eSa@ge] dazsnzh; lhek kqYd foHkkx ls iathd`r gSa ,oa gekjk iathdj.k la-+ ------------------------------------ gSA
I/We are registered with Central Excise Department and our Registration Number
is _______________________.

3.

eSa@ge] izekf.kr djrs gSa fd gekjk iath;u izek.k&i= vkt fnukad rd oS/k gS rFkk bl fcy
esa lfEefyr ysu&nsu esjs@gekjs }kjk fd, x, gSa rFkk fjVuZ Hkjrs le; bldh x.kuk dh
tk,xh rFkk lsok dj fu;eksa ds vuq:i ljdkjh [kkrs esa lsok dj dk Hkqxrku dj fn;k x;k gS
vFkok dj fn;k tk,xkA
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 Service Tax payable
has been paid or shall be paid to the Government Account in accordance with the
Service Tax Rules.

4.

bl dk;Z ds laca/k esa dkWiksZjs ku ij vf/kjksfir lsok dj dh ns;rk dh fLFkfr es]a ge bldh
{kfriwfrZ djus ds fy, ,u-ih-lh-vkbZ-,y dks opu nsrs gSa vkSj bl jkfk dks gekjs orZeku vFkok
Hkkoh lafonkvksa ds cdk;k fcy@/kjksgj jkfk esa ls dVkSrh ds fy, izkf/kd`r djrs gSaA
In the event of any liability of service tax imposed on Corporation in respect of this
work, we undertake to indemnify the NPCIL for the same and also authorize to
recover such amount from our outstanding bills/Security deposits against the present
or future contracts.

5.

lsok dj izkf/kdkfj;ksa }kjk iwoZ esa gh Hkqxrku fd, x, lsok dj ds ,d Hkkx vFkok iw.kZ ds
fjQaM dh fLFkfr esa ge bls rRijrk ls dzsrk dks ikl dj nsaxsA blds vfrfjDr ge
,uihlhvkbZ,y esa HkqxrkudrkZ ,tsalh dks izkf/kd`r djrs gSa fd oks mDr jkfk dh gekjs orZeku
vFkok Hkkoh lafonkvksa ds cdk;k fcy ls dVkSrh djsA
In the event of our getting refund in whole or part of Service Tax already paid from
Service Tax Authorities, we shall promptly pass of the same to the purchaser. In
addition we also authorize the paying authority in NPCIL, to recover such amount
from our outstanding bills against the present or future contracts.

Centralised Tender Cell RR Site

Page No. 57

Tender No. : NPC/RRS/34/2016/T-1264

6.

ge ?kksk.kk djrs gSa fd geus vkxr lsokvksa ij Hkqxrku fd, x, lsok dj vFkok vkxr
vkSj@vFkok iwathxr lkeku ij ns; lhek kqYd Hkqxrku ij dksbZ vkxr dszfMV dk ykHk ugha
fy;k gSA
Declare that we did not avail any input credit of Service Tax paid on input Service or
excise duty paid on input and / or capital goods.

Bsdsnkj vFkok muds izfrfuf/k ds gLrk{kj


Signature of Contractor or their Authorized Representative
(eqgj Stamp)

Centralised Tender Cell RR Site

Page No. 58

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&10
ANNEXURE 10

cksyhdrkZ }kjk vkWuykbu izLrqr dh tkus okyh opuc)rk


eSa
1.

UNDERTAKING TO BE FURNISHED ONLINE BY THE BIDDER


,rn~}kjk opu nsrk gw I DO HEREBY UNDERTAKE

fd esjs }kjk izLrqr leLr lwpuk lgh] izkf/kd`r] lR; gS vkSj fufonk tek djus dh frfFk rd
oS/k gS vkSj ;fn dksbZ lwpuk fufonk vFkok lafonk vof/k ds fdlh Hkh Lrj ij vlR; ikbZ tkrh
gS rks eq> ij ,uvkbZVh esa funsZkkuqlkj naMkRed dkjZokbZ dh tk,A
That all the information being submitted by me is genuine, authentic, true and valid
on the date of submission of tender and if any information is found to be false at any
stage of tendering or contract period I will be liable to the penal actions as prescribed
in NIT.

2.

fd fcM rS;kj djrs vkSj izLrqr djrs le;] geus fdlh vU; cksyhdrkZ vFkok fdlh vU;
O;fDr ls lgefr vFkok lkaB&xkaB ugha dh gS vkSj ,slk dksbZ d`R; ugha fd;k gS] tks izfrLi/kkZ
ds fo:) gS vFkok gks ldrk gksA
That in the preparation and submission of the bid, we have not acted in concert or in
collusion with any bidder or other persons and not done any act, deed or thing which
is or could be regarded as anti-competitive.

3.

fd eSa ,uvkbZVh dh lkekU; krZsa ,oa fuca/ku] fofkV@vfrfjDr krsZa ,oa fuca/ku rFkk ifjfkV]
kqf) i=] osclkbV ij miyC/k fufonk nLrkost esa of.kZr LiVhdj.k lfgr ,uvkbZVh dh
leLr krsZa ,oa fuca/ku Lohdkj djrk gwA
That I accept all terms and conditions of NIT, including general terms and condition,
special / additional terms and conditions, addendum, corrigendum, clarifications as
stated there in the tender document as available on the website.

4.

fd eSa bZ & Hkqxrku gsrq viuh lgefr iznku djrk gwA


That I am giving my consent for e-payment.

5.

fd eSa fuxe dks bl fcM esa lanfHkZr cSadj] DykbaV ls LiVhdj.k@lwpuk ekaxus gsrq vf/kd`r
djrk gwA That I do authorize corporation for seeking information / clarification from
by bankers, clients having reference in this bid.

6.

fd eSaus vkWuykbu izLrqr lwpukvksa vkSj vkadMksa ds laca/k esa fufonk nLrkostksa esa fufnZV lHkh
laxr nLrkost dh QksVksdkWfi;ka viyksM dj nh gSaA
That I have uploaded photo copies of all relevant documents as prescribed in the
tender document in support of the information and data furnished by me online.

7.

fd fufonk nLrkost esa tgka dgh Hkh of.kZr LkHkh opuc)rkvksa dks eSa Lohdkj djrk gwA
That I accept all the undertakings as specified elsewhere in the tender document.

8.

fd ;g vkWuykbu vuqca/k esjh fcM dk Hkkx gksxk vkSj ;fn dk;Z eq>s @gesa vokMZ gksrk gS] rks
;g fuxe ds lkFk esjs@gekjs vuqca/k dk Hkkx gksxkA
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.

fVIi.kh Note- fcM izLrqr djus dk vFkZ cksyhdrkZ }kjk lHkh opuc)rkvksa dks Lohdkj djuk gksxkA
The submission of bid shall mean acceptance of the undertaking by bidder.

(cksyhdrkZ ds gLrk{kj
Centralised Tender Cell RR Site

Signature of the Bidder)


Page No. 59

Tender No. : NPC/RRS/34/2016/T-1264

ifjf'kV&11
ANNEXURE 11

lafonk dk;ksZa gsrq fufonk ds laca/k esa cksyhdrkZvksa@lafonkdkjksa ds fy, la;a= LFky esa izosk gsrq vkosnu i=
APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTERING
SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS
1.

O;fDr dk uke

Name of the person


2.

QeZ@daiuh dk uke

Name of the firm / company


3.

vk;q Age

4.

igpku laca/kh izwQ dk fooj.k

Details of identification proof*


5.

inuke

6.

irk Address

7.

lEidZ ua-

Designation

Contact No.

ySaMykbu@eksckby uaLandline/ Mobile No.


8.

bZ&esy vkbZMh

E-mail ID
9.

foftV dk mn~ns;

Purpose of visit
10.

fdl O;fDr ls feyuk pkgrs gSa

Person whom you want to meet


11.

foftV dh frfFk

Date of visit
12.

foftV dk le;

Time of visit
Centralised Tender Cell RR Site

Page No. 60

Tender No. : NPC/RRS/34/2016/T-1264

13.

okgu la- Vehicle No.

14.

pkyd dk uke ,oa vk;q

Drivers name & age


15.

vU; O;fDr] ;fn dksbZ gks rks


Additional persons, if any *
uke Name
vk;q Age
inuke Designation

16.

vH;qfDr;ka

:
:
:

Remarks

* lhvkbZ,l,Q eq[; izos k }kj ij iSu dkMZ] oksVj vkbZMh] cSad ikl cqd] jkku dkMZ] Mkbfoax
ykblsla vFkok ljdkj }kjk tkjh fd;k x;k dksbZ vU; vkbZMh dkMZ ds :Ik esa QksVks vkbZ dkMZ
izLrqr djuk gksxkA eksckby Qksu] ysiVkWi ,oa dksbZ vU; bySDVkWfud fMokbl ys tkus dh vuqefr
ugha gSA
* 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.

mi;ZDr iznku dh xbZ lwpuk esjh tkudkjh esa lgh gSA


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

cksyhdrkZ ds fnukad lfgr gLrk{kj


Signature of the bidder with date.

Centralised Tender Cell RR Site

Page No. 61

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&f}rh;
SECTION II

fufonk ,oa vuqlwph&, dk Kkiu


MEMORANDUM FOR TENDER
& SCHEDULE- A

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 62

Tender No. : NPC/RRS/34/2016/T-1264

[kaM&II
SECTIONII

fufonk gsrq Kkiu


en nj vuqca/k fufonk

MEMORANDUM FOR TENDER

Item Rate contract Tender

eSa@ge U;wfDy;j ikWoj dkWiksZjsku vkWQ bafM;k fyfeVsM ds fy, v/kksfyf[kr Kkiu esa of.kZr dk;Z ds
fy,] ml Kkiu esa of.kZRk le; ,oa fofkV njksa ij ,oa lafonk dh krksZa ds fu;e 1 ,oa [kaM II esa
of.kZr fofunsZkksa] fMtkbu] Mkbax ,oa fyf[kr funsZkksa ds vuq:Ik ,oa miyC/k djkbZ xbZ lkexzh lfgr
tgka rd laHko gks ,slh krksZa ds lHkh i{kksa dk ikyu djrs gq, fufonk izLrqr djrs gSaA
I / We hereby tender for the execution for the Nuclear Power Corporation of India Limited of
the work specified in the underwritten memorandum within the time specified in such
memorandum at the rate specified therein, and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule 1 hereof and
Clause II of the conditions of contract and with materials as per provided for by and in all
respects in accordance with, such conditions as far as possible.
Kkiu MEMORANDUM
a) dk;Z dk lkekU; fooj.k
: **ch-,l-Mh- ds nkSjku vkWijsku ds dk;ksZa esa lgk;rk gsrq**
General Description of work
b)

vuqekfur ykxr

:
:

Assistance in Operational activities to be carried


out during BSD
` 6,58,080/-

Estimated cost
c)

fcM tekur jkfk

` 13,162/-

Bid Security
d)

tekur jkfk
Security Deposit

e)

dk;Zi.w kZrk vof/k


Time of completion

: thlhlh ds [kaM la[;k 4-2 ds vuqlkj tek djkbZ tk,


To be submitted as per Clause No. 4.2 of GCC.

: 75 iPpgrj dSyMsa j fnu


75 (SeventyFive) Calendar Days

fu;e RULE # 1
pkgs ;g fufonk laiw.kZr% vFkok vkafkd :i eas Lohdkj gks] eSa@ge ;gka vuqyfXur mfYyf[kr krksZa ds
leLr izko/kkuksa ,oa fufonk vkea=.k lwpuk esa of.kZr ;Fkkiz;ksT; lHkh izko/kkuksa ,oa krksZa dks iw.kZ djus
,oa ikyu djus gsrq lger gSa@vFkok nkskh jgus ij U;wfDy;j ikWoj dkWiksZjsku vkWQ bafM;k vFkok
mlds mRrjkf/kdkjh dks mfYyf[kr krksZa ds vuqlkj jkfk dh tCrh djkus vFkok dk Hkqxrku djus
vFkok olwyus gsrq lger gSaA
Should this tender be accepted, in whole or in part, I / We hereby agree to abide and fulfill all
terms and provisions of the said conditions annexed hereto and all the terms and provisions
contained in the notice inviting tenders 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.

;fn eSa@ge fufnZV vof/k esa fufnZV fuiknu xkjaVh izLrqr djus esa vlQy jgrs gSa rks eSa@ge lger
gSa fd dfFkr ,uihlhvkbZ,y vFkok dk;kZy; esa mlds mRrjkf/kdkjh }kjk fcuk fdlh vf/kdkj vFkok
Centralised Tender Cell RR Site

Page No. 63

Tender No. : NPC/RRS/34/2016/T-1264

mik; ds iwokZxzg ds dfFkr fcM tekur jkfk dks tCr djus ds fy, iw.kZ :i ls Lora= gSaA blds
vfrfjDr ;fn eSa@ge mi;qZDr Kkiu esa of.kZr dk;Z dks izkjaHk djus esa vlQy gksrs gSa rks eSa@ge
lger gSa fd mfYyf[kr ,uihlhvkbZ,y vFkok dk;kZy; esa mlds mRrjkf/kdkjh }kjk fcuk fdlh
vf/kdkj vFkok mik; ds iwokZxzg ds os dfFkr fcM jkfk dks tCr djus vkSj vokMZ fd, dk;Z dks fujLr
djus ds fy, iw.kZ :i ls Lora= gSaA
If I / We fail to furnish the prescribed performance guarantee within prescribed period. 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. Further, if 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.

eSa@ge fufonk nLrkostkssa esa fufgr vFkok of.kZr krksZa ,oa fuca/kuksa vFkok mlesa lanfHkZr vuqlkj lHkh
dk;ksZa ds fuiknu gsrq lger gSa ,oa ;Fkkvknsfkr lkekU; lafonk krksZa ds [kaM 11-2-1 esa mfYyf[kr
izfrkr ds vf/kdre rd fopyuksa dks fuikfnr djus gsrq lger gw@gSa] vkSj ml lhek ls vf/kd gksus
ij nj dk vkdyu lkekU; lafonk krksZa esa of.kZRk izko/kkuksa ds vuqlkj fu/kkZfjr fd;k tk,A eSa@ge
?kksk.kk djrs gSa fd eSa@gesa fdlh ljdkj@ih,l;w us fooftZr fd;k gS@fooftZr ugha fd;k x;k@
folwphd`r fd;k x;k@ folwphd`r ugha fd;k x;kA
I/We agree to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to therein and to carryout such deviations as may be ordered,
upto maximum of the percentage mentioned in clause 11.2.1 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 delisted / not delisted by any Govt. / PSU. *

fnukad Dated the _________ fnu day of ______ 201____


fufonk tek djkus ls iwoZ lafonkdkj ds gLrk{kj
Signature of contractor before submission of tender: ________________________
fufonk tek djkus ls iwoZ lafonkdkj ds xokg ds gLrk{kj
Signature of witness to Contractors Signature before submission: ______________________

irk Address ________________________________________________________________


O;olk; Occupation ___________________________________________________________
mi;ZqDr fufonk esjs }kjk ,oa ds uke laxBu dk uke ij Lohdkj dh tkrh gSA
The above tender is hereby accepted by me for and on behalf of (Organizations Name)

fnukad Dated the _____fnu day of _____201_____


ftlds }kjk Lohdkj dh xbZ mlds gLrk{kj : _________________________________________
Signature of the officer by whom accepted. : _______________________________________

* fufonknkrk dks /;kuiwoZd fooj.k i<+us dh lykg nh tkrh gS] tks iz;ksT; ugha gS] mls dkV nsa vkSj
tks iz;ksT; gS ogka fooj.k nsaA
Tenderer is advised to read carefully and strike out whichever is not applicable and furnish
details wherever applicable.

Centralised Tender Cell RR Site

Page No. 64

Tender No. : NPC/RRS/34/2016/T-1264

vuqlwph&*,*
SCHEDULE A
dze
la-

thlhlh Dykst
lanHkZ ua-

en

vuqca/k

Sr.
No.

GCC Clause
Reference No.

ITEM

STIPULATION

1.

1.1.1

LohdkjdrkZ izkf/kdkjh
Accepting Authority

eq[; v/kh{kd]
bdkbZ 3,o4] vkjvkjlkbV
Chief Superintendent,
Unit-3&4, RR Site

2.

2.1.3

le; ftlds mijkara lkbV ij itsku fn;k tk,xk


Time by which possession of site will be given

dk;kZnsk vFkok ysVj vkWQ


baMsaV tkjh gksus ds nl
fnu ds vanj
Within Ten days after
issued of W.O. or LOI

3.

4.14

4.

4.14.1

fo|qr dh miyC/krk
Availability of Electricity

og nj ftl ij fo|qr nh tk,xh

gkW
YES
Nil

The rate at which electricity will be charged


5.

4.19.2

Bsdns kj }kjk jksi.k fd, tkus okys ikSa/kksa dh la-

Nil

Number of trees to be planted by the contractor


6.

4.22.1

lafonkdkj }kjk izfkf{kr fd, tkus okys izfk{kqvksa dh la-

Nil

Number of Apprentices to be trained by the


contractor
7.

4.23.2

foHkkxh; tykiwfrZ dh miyC/krk


Availability of Departmental water supply

8.

9.
10.

4.23.2 (i)

4.24.2
5.6.3

12.

5.6.4

5.6.14

YES

ty izHkkj

fu"ikfnr dk;Z dk 0.1%

Water charges

0.1% of value of work


done

lafonkdkj dh dkWyksuh gsrq Hkwfe dh miyC/krk

iz;ksT; ugha

Land availability for contractor's colony

NA

laj{kk fnkkfunsZkksa ds vuqlkj O;oLFkk,a ,oa lqfo/kk,a `500/- izfr ?kVuk fjiksVZ
miyC/k ugha djkus ij tqekZuk
gksus ij
Penalty, for not providing arrangements and
facilities as per safety guidelines

11.

gk

D;k fuxe }kjk vkS|ksfxd laj{kk izfk{k.k fnyk;k


tk,xk

Per reported incidence.

gk

Industrial Safety Training to be provided


byCorporation

Yes

lafonkdkj }kjk laj{kk izksQs kuyksa dks fu;ksftr djus


dh U;wure la-

Nil

Minimum number of safety professionals to be


employed by Contractor

Centralised Tender Cell RR Site

Page No. 65

Tender No. : NPC/RRS/34/2016/T-1264

dze
la-

thlhlh Dykst
lanHkZ ua-

en

vuqca/k

Sr.
No.

GCC Clause
Reference No.

ITEM

STIPULATION

13.

5.6.15

U;wure laj{kk izksQskuyksa dks fu;ksftr ugha djus ij


tqekZuk

Nil

Penalty, for not deploying the minimum number


of safety professionals
14.

7.8.1

15.

7.8.2

balsafVo [kaM dh iz;ksT;rk

iz;ksT; ugha

Applicability of the Incentive clause

balsafVo ds :i esa Hkqxrku fd, tkus okys lafonk ewY;


dh vf/kdre izfrkr

NA
Nil

Maximum percentage of the contract value,


which shall be paid as incentive.
16.

fMQsDV ykW;fcyhVh vof/k

9.1.1

01 ekg Months

Defect Liability Period


17.

ysVsaV fMQsDV dh ykW;fcyhfV dh iz;ksT;rk

9.1.6

Applicability of liability towards Latent defect


(iwathxr enksa dh vkiwfrZ gsrq iz;ksT; Applicable for
supply of capital items)

18.

viz;ksT;
NA

fufonk ewY; ds izfrkr ds :i eas O;Dr fofHkUu ?kVd

11.3.4

Various Components expressed as a percentage


of contract value (Subject to maximum of 85%)
A) Jfed ?kVd Labour Component
i)
vR;f/kd dqky Jfed ?kVd
Highly Skilled labour component (lh)
ii)
dqky Jfed ?kVd
Skilled labour component (ls)
iii)
v/kZ&dqky Jfed ?kVd
Semi Skilled labour component (lss)
iv)
vdqky Jfed ?kVd
Unskilled labour component (lu)
B) lkexzh ?kVd Material component
i)
lhesVa ,oa pwuk Cement & Lime (m)
ii)
vk;ju /kkrq Ferrous metal (n)
iii)
______________(o)

NIL
NA
NA
NA

iv)

______________(p)

NA
NA
NA
NA

v)

vU; lHkh lkefxz;ka@lHkh i.; oLrq,a

NA

C)

All other materials / All Commodities (q)


,y ?kVd P.O.L Component (d)

NA

ih vks
isVky
s dherksa gsrq fopkj fd, tkus okyk fudVLFk
isVky
s iai Nearest Petrol pump to be considered

jkorHkkVk
Rawatbhata

for petrol prices (P.O.L)


Centralised Tender Cell RR Site

Page No. 66

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&r`rh;
SECTION III
lafonk dh foksk krsZa
SPECIAL CONDITIONS
OF CONTRACT
fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264
Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 68

Tender No. : NPC/RRS/34/2016/T-1264

SECTION - III
SPECIAL CONDITIONS OF CONTRACT
3.1

GENERAL: The special instructions/conditions under this Section supplement the


General Conditions of Contract (Section-IV) and shall be considered as part of the
contract document. Where these special instructions are at variance with the
corresponding general conditions, stipulation, specifications etc. elsewhere in the tender
documents, these special instructions shall prevail.

3.2

LOCATION: Rawatbhata Rajasthan Site is situated on the right bank of Chambal River
and about 10 kms from Rawatbhata town in the Chittorgarh district of Rajasthan state.
The nearest Railway Station is Kota on Mumbai Delhi Railway Line, which is about
SITE INFORMATION
Elevation above mean sea level
384 Mtrs.
Ambient Air Temp.
Max.46.50 C
Min. 3.9 0 C
Relative humidity
90% max.
Average Rain fall
800 mm
Wind velocity
130 km/hr.
Climatic conditions
The climate is tropical with less rainfall.
Transport
By Road/Rail upto Kota and further By road.
60km away from the Rawatbhata Rajasthan Site.

3.3

SCOPE OF WORK: The scope of work will be as per the detailed items given in the
Schedule of Quantities (Section-VIII) & Technical Specifications /Data sheets (SectionV) and the same has to be read in conjunction with various provisions given in relevant
sections of this tender document.

3.4

CONTRACT SCHEDULE: The bidder should note that the entire work has to be
completed within the stipulated time period of SeventyFive (75) Calendar Days
including Sundays, Holidays and Mobilization period. Further contractor has to
ensure at all the time during execution of the contract that the entire scheduled plan for
the completion of the SOQR items/jobs are implemented as per the instruction of
Engineer-in-charge.

3.5

WORKS CO-ORDINATION: The contractor shall note that several other agencies
may also be simultaneously working within and around the work site. The contractor
without any hindrance shall fully co-operate with the other agencies working in their
areas as per Clause No.4.5 of GCC. In case of dispute in such co-ordination, the
Engineer-In-Charges decision shall be final and binding on the contractor.

3.6

LABOUR LICENSE: A request for issue of Principal Employers Certificates


(Form-V) shall be submitted to the Engineer-In-Charge of the work, immediately after
receipt of LOI / work order. This certificate is required for obtaining the Labour License
if 20 or more workmen proposed to be employed for the work and shall be issued on the
request of contractor. Contractor shall obtain a valid labour license if applicable as per
labour laws from the relevant authorities within 30 days of issue of work order and copy
of the same shall be submitted to the Engineer-in-charge.

Centralised Tender Cell RR Site

Page No. 69

Tender No. : NPC/RRS/34/2016/T-1264

3.7

INSURANCE: Contractor shall provide Insurance cover in the joint name of


corporation and the contractor, from the date of commencement of work to the end of
defect liability period. Though the contractors all risk(CAR) policy along with third
party insurance and workman compensation policy are essential as per clause no. 15.1.1
of GCC, in certain cases like small value contracts (work costing less than `10Lakhs),
Service & Maintenance Contract, Development Contracts and Horticultural contracts,
the CAR policy is not required.
However contractor in that case shall take Insurance policy to cover third party liability
for 10% of contract value (Without Service Tax) subject to maximum of ` 50lakhs. In
addition to this the contractor shall also take workmen compensation policy for
workmen. Contractor has to submit the copies of Insurance policy to Engineer-incharge before commencement of work. Noncompliance in this regard may call for
imposing a penalty as per Clause No. 3.29.3 (f)

3.8

LABOUR PAYMENT:

3.8.1

The contractor shall comply all labour laws in general including relevant payment acts
such as wages, Bonus etc. as applicable as per Clause no. 5.4 of General Condition of
Contract (Refer Annexure-A).

3.8.2

The contractor shall ensure payment to all its employees / labour in all categories
deployed for this work and the wages paid to the workers shall not be less than the
applicable Notified Daily minimum wages. Any increases in the wages due to any
statutory act or by rules framed there under by the Central/State Government whichever
is higher during the currency of the contract or during any valid period of extension of
contract shall also to be paid to the workers.

3.8.3

The payment to the contractors personnel will be verified by Engineer-In-Charge of the


work or his authorized representative and the register of wages actually Paid through
Bank shall be signed by the Engineer-in-charge of the work or his authorized
representative.

3.8.4

The contractor shall record a certificate on every bill that minimum wages as applicable
have been paid to all workmen. All Government / Departmental notification procedure
issued in this regard shall be applicable to this contract.

3.8.5

The payment of wages to the deployed contract-workers to fulfill the requirement of the
contract / certain items of the contract for accomplishing the task, shall be regulated as
follows:
a) Contractor shall also ensure during the currency of the contract or during any valid
period of extension of contract that all above mentioned contract-workers are paid at
the latest notified Daily Minimum Wages as applicable through individuals Bank
account only. Every worker selected for deployment in this contract should
have saving Bank Account in any Bank for transfer of his/her monthly wages
in the respective Account. It will be the responsibility of the contractor to manage
for opening of Saving Bank Account of each of its employees including labourer
before payment of 1st R.A Bill.
b) Contractor however has to provide a substitute worker on the days of absence of any
of the workers or else contractor shall be liable to pay penalty in accordance with
the relevant provisions.

Centralised Tender Cell RR Site

Page No. 70

Tender No. : NPC/RRS/34/2016/T-1264

3.8.6

In addition to Basic notified daily wages, all the workers of different category deployed
against this contract shall be paid Special allowance @ 25% of the notified Minimum
wages of respective category.

3.8.7

Also Transport allowance @ `32/- per day shall be paid separately to all the workers
deployed by the contractor.

3.8.8

Contractor shall also provide the wage slip for every month to all his workers as per
Standard enclosed format (Annexure-B). The payment to individual workers shall be
made as per the wage slip only.

3.8.9

The contractor shall make the payment of minimum wages to all its labour on or before
7th of succeeding month through Bank only, otherwise a penalty shall be imposed as
per Clause No. 3.29.3 (a).

3.9

NATIONAL HOLIDAYS: Contractor should consider National holidays (i.e. 26th


January, 15th August and 2nd October) as paid holidays to their worker deployed in the
contract while quoting the rates in the tender. Nothing extra shall be paid by the NPCIL
on this account.

3.10

PROVIDENT FUND FOR CONTRACTORS WORKERS:

3.10.1 The contractor should have EPF Code number from concerned EPF office. The
contractor shall comply with all the existing provisions of the Employees Provident
Funds and Miscellaneous Provisions Act, 1952 and further amendments in the said Act /
Scheme from time to time.
3.10.2 The Contractor must open the EPF Accounts in respect of all his workers / employees
covered under the EPF & MP Act and EPF Scheme, 1952 before submission of 1st RA
bill. Payment of RA bill shall be subjected to verification of deposition of statutory EPF
contribution amount to EPF account of respective employees/workers by the EngineerIn-Charge of the work. The contractor should maintain all such records of EPF
contribution deposited in respective EPF account of his employees/workers and all such
other records as prescribed in the Employees Provident Funds & Miscellaneous
Provisions Act, 1952 & EPF Scheme there under.
3.10.3 The contractor should also submit the details with proof of EPF deposition of employer
and employees contribution and contribution towards allied charges in respect of
eligible workers/employees engaged by him in the contract on monthly basis to
Engineer-in-charge in the prescribed format i.e. Electronic Challan cum Return
(ECR) generated from the EPFO website www.epfindia.com with self-certification. The
online details should be shown by the contractor to Engineer-in-charge or his authorized
representative for verification of the EPF deposition in respect of his employees /
workers.
3.10.4 The contractor has to provide the annual PF account slip to his employees / workers
annually and also on completion of the work / before settlement of final bill of the
contract. The contractor is obliged to assist and complete all such formalities in
transferring the PF amount or withdrawal of PF amount of his employees / workers as
per the requirement of his employees / workers.
3.10.5 The contractor shall indemnify on the non-judicial stamp paper value of ` 10/- duly
attested by Notary as per enclosed format (Annexure-D) before settlement of final bill
that the provisions of the EPF & MP Act, 1952 as applicable have been complied and
submit to Engineer-in-charge of the work. The contractor is liable for the EPF
contribution / dues for the employees/workers deployed by the contractor for the work
Centralised Tender Cell RR Site

Page No. 71

Tender No. : NPC/RRS/34/2016/T-1264

3.11
3.11.1

3.11.2

3.11.3

3.11.4

and indemnify NPCIL of any future liabilities on these account. The contractor will
stand responsible for any such future claims with regard to EPF dues / outstanding
received through concerned authorities. Further, non-compliance of any default on
account of EPF by the contractor during execution of contract may lead to cancellation
of contract.
TERMS OF PAYMENT:
Progressive monthly payment for the work completed & accepted by the Engineer-incharge shall be made through running account Bills once in a Month as per clause
no.12.2 of GCC.
The contractor shall submit his bill along with Service Tax Invoice and Certificate as per
Annexure-C of this Section & Annexure-9 of NIT (Section I) in the first week of every
month, so as to process the same for payment in time.
Income tax, Works contract tax (applicable in case supply of material is involved), or
any other statutory Government levies as applicable in the work from time to time along
with any other deduction / penalty as per Tender condition shall be recovered from R.A.
Bill.
SECURITY DEPOSIT: Successful bidder / Contractor after award of work has to follow
the Security deposit terms & conditions as applicable as per clause no. 4.2 of GCC.
Security deposited will be split in two parts.
a) Performance Guarantee (50% of the Security deposit amount) shall be submitted
immediately after award of work, but not later than 30 days after issue of Work
Order.
b) Retention Money (Balance 50% amount of security deposit) will be recovered from
Running account Bills.
However, refund of security deposit will be as per clause no. 4.3 of GCC.
Service Tax Reverse Mechanism: With introduction of Reverse Charge Mechanism
(RCM) under Service Tax Rules, in case Service Provider (including small service
providers whose turnover is less than ` 10 lakh and are exempted from payment of
Service Tax) is an individual/HUF/Association of persons/Firm/Limited liability
Partnership, percentage of Service Tax applicable on the work as mentioned below will
be recovered by NPCIL from the bills of the contractor and remitted to Service Tax
Department directly.
Percentage of Service Tax to be
S.
recovered from the bill for
Category of Service
No.
payment to Service Tax
Department directly.
1.
Works Contracts involving transfer of
50%
property in goods in execution of works.
2.
Service provided by way of supply of
100%
manpower for any purpose.
3.
Hiring of motor vehicle designated to
carry passengers
-On abated value
100%
-On non-abated value
*Where Cenvat Credit is availed by
service provider

50%

*Where Cenvat Credit is not availed by


service provider

40%

Centralised Tender Cell RR Site

Page No. 72

Tender No. : NPC/RRS/34/2016/T-1264

3.12
3.12.1

3.12.2

3.12.3

However, where Service Tax under RCM is not applicable, in that case (i.e. other than
above tabulated Works / Service) entire responsibility / liability for depositing / remitting
the applicable Service Tax to Service Tax Department lies with the Contractor. Further,
Contractor shall submit the documentary evidence for the submission of Service Tax
periodically to ENC. Service Tax (i.e. Challan in form GAR-7) periodically to ENC.
Service Tax Invoice shall include the total liability of Service provider & Service
Receiver (NPCIL).
DOCUMENTS REQUIRED FOR RA / FINAL BILL PAYMENTS :
For the purpose of Electronic Fund transfer system, contractor should provide bank A/C
type, A/C No., Name of bank & branch, branch code, IFSC code & customer ID, ereceipt and Signed & cancelled blank cheque for verification of the bank details before
issue of work order / during submission of bids.
In case of Small Service provider having turnover less than ` 10 Lakhs and are
exempted from Service Tax, a certificate from Chartered Accountant to this effect should
be attached. In such cases, once their turnover exceeds ` 9 Lakhs, Contractor is required
to get himself registered with Service Tax Authorities & then submit the certificate of
Service Tax registration with NPCIL.
Documents to be submitted by the bidder at different stages of contract are as followsa) Before commencement of work i) Third party liability, Workmen compensation policy (in original) / CAR policy (in
case of works contract) to Engineer / Officer-in-Charge.
ii) Labour license (if applicable), Power of Attorney to Engineer / Officer-in-Charge.
iii) Work Order acceptance letter, Security Deposit & Agreement documents to CTC
within 30 days after issue of LOI / Work Order.
b) For the payment of First RA Billi) Copy of registration of Service Tax / Sales Tax / Excise duty / VAT as per
applicability.
ii) Copy of registration of EPF along with the PF Account No. of the employees and
proof of EPF remittance through challan.
iii) Copy of Wage Register / Bank Statement of Workmen Payment verified by
NPCIL representative for the bill period for further forwarding to HR for issuing
wage payment certificate.
iv) Labour Payment Certificate duly issued from HR (ER) Section of RR Site along
with RA Bills.
v) Documentary evidence w.r.t submission of Service Tax along with RA Bills for
reimbursement of applicable service tax.
c) For the Payment of Final Bill i) An affidavit as per Annexure-D stating that all the liabilities on account of PF for
the employees / labourer deployed by the contractor for the work has already been
liquidated and indemnifying NPCIL of any future liabilities on these account and
NPCIL shall have no responsibility on this account.
ii) The contractor has to take No Dues Certificate (NOC) form safety Section, HPU
and CISF / Concerned Security or any other concerned section before release of
final bill that No dues / issues are pending form the respective sections.
iii) Contractor has to submit the No Claim Certificate, Material Accounting (If
applicable), all necessary Reports as per requirement of ENC / Tender Conditions.

Centralised Tender Cell RR Site

Page No. 73

Tender No. : NPC/RRS/34/2016/T-1264

3.13 WATER SUPPLY:


3.13.1 For the purpose of planning the work, the tenderer shall furnish along with the tender the
estimated requirement of water per day. Water supply shall be provided from existing RR
Site water supply network under this contract as per clause No.4.23.2 of GCC & water
charges will be recovered as per schedule A.
3.13.2 The work to be executed under this contract, where RR Site water supply network is not
available, the contractor has to make their own arrangement of water supply for the
execution of work as per GCC Clause No.4.23.1.
3.13.3 Water connection will be given to the contractor from the existing water supply header near
to their work area in consultation with Engineer-In-Charge of the work and water supply
in-charge. Contractor has to lay his own pipeline from the Source to the works at his own
cost. It shall be the responsibility of contractor to maintain the water line from the source to
the work point. NPCIL Shall not be responsible for any loss or damage of water line. On
completion of the work, the existing line will be removed by the contractor at his own cost.
In case, the contractor is found wasting the water, penalty as per Clause No. 3.29.3(b)
shall be imposed & recovered from the R.A bills.
3.14 POWER SUPPLY: Power Supply, if available shall be provided under this contract as
per Clause No. 4.14 of GCC and the rate of recovery against power supply will be as
follows :-

a) Unit rate as per schedule A.


b) Per Month Minimum charges @ 30 unit/BHP/month of connected load.
Note: The subject charges are based on charges of M/s AVVNL (RSEB), which are
subject to the revision from time to time.
3.14.1 Request for the electrical connection by the contractor has to be filled up with the details
of demand load in the prescribed format issued by the Industrial safety Section.
3.14.2 Connected load shall not be less than 75% of the estimated load and contractor have the
option to make changes in the connected load on three occasions only during entire
period of contract for the purpose of calculating minimum BHP condition loads
connected at various points will be taken into consideration.
Power supply shall be subject to all such restrictions and regulations which are in
existence now and as may be enforced by department/corporation / M/s AVVNL
(RSEB) or other competent authority from time to time for which contractor will not
have any claim whatsoever. Power supply shall not be used for any other unauthorized
use.
3.14.3 The contractor has to make his own arrangement for installing and maintaining electrical
panel, cables and other accessories required for providing electrical connection. NPCIL
will provide single point power connection (single phase / 3 phase as the case may be) as
per the convenience of the department. Further contractor has to make their own
arrangement for laying of cables, provisions of qualified electrical panel including
earthing requirement etc.
The contractor has to provide a calibrated energy meter at his panel where electricity is
supplied on chargeable basis. Metering section of Electrical group, NPCIL will meter the
supply of power provided to the contractor at his/their panel and will send the monthly
bills for consumption of electricity during the period. Monthly recovery of the Billing
amount will be made from the Running Account Bill of the contractor at actual
consumable with minimum 30 units per month per BHP of connected local.
Centralised Tender Cell RR Site

Page No. 74

Tender No. : NPC/RRS/34/2016/T-1264

3.14.4 NPCIL will not be liable for any loss as damages to the contractors equipment as a
result of variations in voltage or frequency or interruption in power supply. The
corporation will also not be liable for any loss to the contractors arising from
interruption, failure or stoppage of works and any inadvertent delays consequent on
such failure or interruption or stoppage of power supply or variation of voltage or
frequency.
3.14.5 After completion of work and obtaining of approval of Engineer-in-Charge, the
contractor shall at his own cost promptly dismantle the distribution and other facilities,
which he may have erected. Thereafter Engineer-In-Charge on request of contractor
will forward/ communicate in writing to the respective Electrical Maintenance Section
for disconnection of the electrical supply.
In case of any dispute in terms and conditions of M/s AVVNL (RSEB) for construction
power supply as well as domestic power supply, decision of Engineer-in-charge shall be
final and binding on the contractor.
3.15 EXECUTION OF JOB :
3.15.1 The contractor or his representative shall be deemed to have inspected and examined the site
and the surroundings before submitting his tender and have obtained the necessary
information as to risks, contingencies and other circumstances which may influence or affect
his tender.
3.15.2 In the execution of the work a person other than contractor or his duly appointed
representative and their workmen, Consultant and their representatives and other
authorized officials and statutory public authorities shall be allowed to do work at site
only by the special permission in writing of owner or engineer or their representative, but
access to site at all times shall be accorded to owner/Engineer. Nevertheless contractor
shall not object to the execution of the work by other contractors or tradesmen whose
names shall have been previously communicated in writing to contractor by owner and /
or the engineer and afford them every facility for the execution of their several functions
simultaneously with his own.
3.15.3 In respect of observation of local rules, administrative orders, working hours etc. and
like contractor and his personnel shall cooperate with NPCIL.
3.15.4 Permits/Licenses: Contractor has to arrange all necessary permits from state authorities
for shifting of their Tools & Plant from other than Rajasthan State for this work.
3.16 INSPECTION OF WORK: Owner / Engineer-in-charge or any person authorized by
them shall have access and right to inspect the work, or any part thereof at all times and
places during the progress of the work. The inspection and supervision is for the purpose
of assuring owner that the plans and specification are being properly executed
Owner/Engineer-in-charge and their representative will extend all desired assistance to
contractor in interpreting the plans and specifications. All such assistance shall not
relieve contractor from any responsibility for the work. Contractor without delay shall
correct any work which proves faulty.
3.17 CONTRACTORS FUNCTIONS & ORGANISATION: Contractor shall function
as an organization and arrange various category of Manpower for the duration of
the work to maintain the rate of construction or maintenance work in accordance
with the requirement of schedule completion of work as per Clause No. 6.0 of GCC.
The worker employed by the contractor shall be skilled in their trades and experienced
in similar works. Contractor shall possess the necessary license as may be required by
the statutory rules governing the execution of work included in the specifications and
schedule of quantities of the contract. The worker employed by the contractor should be
medically fit to work at height and possess medical fitness certificate.
Centralised Tender Cell RR Site

Page No. 75

Tender No. : NPC/RRS/34/2016/T-1264

3.17.1 It is important that the contractor shall employ known reliable and competent persons for
the works in general. Also it shall be ensured by contractor that worker employed on
special works shall be competent, well trained and trusted employee.
3.17.2 The contractor or his authorized representative should be available at site & should
preferably reside in Rawatbhata. Further contractor should have or provide
communication facility like Telephone, Fax, Mobile phone, E-mail etc to his authorized
representative and the details of the same shall be communicated in writing to the
Engineer-In-Charge of work for day to day interaction regarding planning & progress of
the work under contract.
3.17.3 The contractor shall not withdraw any of his personal from the work without due notice
to ENC, NPCIL. Further no such withdrawal shall be made allowed, if in the opinion of
NPCIL, if it will jeopardize required pace of progress and / or the successful completion
of the work. The contractor has to ensure that his staff is available during working hours
on all working days and in case of holidays and Sundays, the team should be available as
and when required by NPCIL.
3.17.4 As far as possible, Contractor shall use locally available resources namely materials,
equipments and workmen and also, it will not result in additional expense or delay in
completion of work or affect on the quality of work.
3.17.5 Contractor shall provide all reasonable facilities including tools, personal etc. and ensure
co-ordination with Engineer-in-charge or his authorized representative to enable them
for carrying out supervision & measurements checks etc. in a satisfactory manner.
3.17.6 Contractor shall proceed with the work to be performed under this contract and each and
every part and detail thereof, in the best workman like manner by engaging qualified,
experienced and efficient workers to complete the work as per approved drawings and /
or specifications or item description, direction of Engineer-in-charge.
3.17.7 SUPERVISION OF WORK/MANPOWER: Contractor shall employ minimum
supervision manpower on regular basis on all working days on this work.
a) Experienced Supervisor/Engineer as per job requirement has to be employed by the
contractor at his own cost for supervision of work, obtaining instructions for
implementation at site. Contractor shall make alternate arrangement for his absence
period.
b) Supervisor/Engineer shall be responsible to Co-ordinate the work as per instructions
given from time to time and receiving materials etc. from departmental stores if any.
The attested specimen signatures of your authorized representative(s) may be
forwarded to the Engineer-in-Charge of work. You shall also augment the resources
as per instructions of the Engineer-in-Charge of work from time to time as per actual
job requirement.
3.17.8 SUPPLY OF TOOLS TACKLES AND OTHER MATERALS: Contractor shall at
his own expense arrange & furnish all necessary work tools, tackles, Machinery,
facilities, arrangements etc. as per work requirement except the items listed in SectionVII which may be required for the full completion of the work under contract.
Contractor shall not dispose off / transport or withdraw any tools, tackles, equipment and
material provided by him for the contract without taking prior written approval from
engineer and engineer at all times shall have right to refuse permission for disposal /
transport or withdrawal of tools, tackles, equipment and materials if in his opinion the
same will adversely affect the efficient and expeditious completion of the work under
this contract.

Centralised Tender Cell RR Site

Page No. 76

Tender No. : NPC/RRS/34/2016/T-1264

3.18 SECURITY:
3.18.1 The contractor shall follow security rules as per GCC Clause No. 4.20. The contractor
should get the identity cards/gate passes of their workers issued from colony security
section / CISF at Plant Site as applicable from time to time.
3.18.2 Contractor has to submit the request for Gate passes of all the workers/Staff to be
deployed in this contract along with the photo identity of individual to CISF or colony
security as the case may be, through recommendation of Engineer-In-Charge for the
issue of Gate passes.
Temporary passes will be issued from CISF for RR Site plant premises, initially for a
period of 15 days on the basis of photo identity card & residential proof on
recommendation of ENC & certification from contractor. Further on receipt of complete
verification or in absence of any adverse information about the individual, gate passes
shall be further renewed for the remaining contract period.
3.18.3 Separate Permission will have to be obtained by the contractor for entry of his personnel
in Night shift and also for Sunday/Holidays Entry permit for equipments, material and
vehicle shall also be issued separately on production of required documents (list of
equipments/material, Registration & Insurance paper of vehicles etc.
3.18.4 Contract personnel / workers shall display their Entry permit during the working hours at
site. CISF/Security personnel are empowered to carry out the Surveillance check.
3.18.5 In general RFID cards with hand geometry shall be applicable for all the contract
personnel & labour working at RR Site plant Site (Inside1st barrier). In case of damage
or loss of RFID card, a penalty as per clause no. 3.29.3(d) shall be imposed and
recovered from the R.A. Bill.
3.18.6 On completion of work, contractor has to surrender all identity cards/Gate passes issued
under this contract to their labour / staff to CISF or colony security section as applicable.
No dues certificate from respective security agencies has to be submitted to Engineer-inCharge of work before final bill.
3.19 SAFETY AND CLEAN UP CONDITIONS AT WORK SITE:
3.19.1 Contractor shall comply with all applicable provision of the safety regulation as per GCC
Clause no. 5.6 & 21- AERB Safety guide. A safety officer working for the NPCIL is
stationed at the work site and contractor shall comply with any instruction given by the
safety officer or his authorized representative / nominee regarding safety precaution,
protective measures, clean up and practices which in the opinion of the safety officer or
his authorized nominee may present a safety hazard.
3.19.2 The entire workman has to undergo mandatory Industrial Safety Training, EMS,
OHSMS training & General Conduct rules imparted by Safety Group, NPCIL. The
contractor under guidance of RR Site Safety Section shall spare its entire
workmen/personnel for this specified training before deployment in the work.
3.19.3 Contractor shall be responsible for the observance and implementation of all safety
precautions and shall strictly comply with all the instructions in this regard given by
safety engineer from time to time during the period of contract. The contractor should
note that he or his workers / employees, if found violating the safety rules more than
twice, will be penalized as per Schedule-A or as per the decision of safety section from
time to time. Safety section will intimate about the violation to Engineer-In-charge of the
work.
Centralised Tender Cell RR Site

Page No. 77

Tender No. : NPC/RRS/34/2016/T-1264

3.19.4 Contractor shall be responsible for taking all the safety precautions during the work and
for leaving the site safe at all times. At the end of each working day and at all times,
when the work is temporarily suspended he shall protect all materials, equipment and
facilities from damage.
3.19.5 Contractor shall ensure safety of all persons engaged on the work. Contractor shall have
enough safety equipment at his work place. The decision of Safety Officer, RR Site
shall be final and binding for any discrepancy in this regard. Violation of Industrial
Safety may call penalty as per Clause No. 3.29.2.
a) All contractor personnels working at height or the height works prone to accident
shall strictly use safety belt unless otherwise protected by guard railing, cage etc.
Contractor shall also provide safety shoes to their personnels as safety observance.
b) Height pass is required for executing the works at higher elevation above the ground,
the contractor shall arrange height pass from safety section including their medical
examination by doctor for those persons to be deployed for working at higher
elevation under this work.
3.19.6 Contractors shall provide all workers with safety helmets with chin strap and they wear
these all the time till they are at work site (Helmet area Zone) when working at high
attitudes worker should invariable use safety belt. No employee of contract shall be
permitted to enter areas of construction /operation activities in unauthorized manner.
3.20

SAFETY DURING WORKING IN RADIATION ZONES: (This clause is applicable


for contracts inside OPI)

3.20.1 All workers including supervisory staff shall be medically fit and they shall undergo
Orange qualification to work in radiation areas. However radiation protection training
will be given by NPCIL only. Audiometry & Medical test for TLD cards shall be
arranged by contractor.
3.20.2 All the workers should be qualified enough to understand the radiation signs, radiation
symbols & boards and to understand the basic knowledge of radiation protection.
3.20.3 The contractor should note that the work is to be carried out by him in radiation areas
also. All the precautions are to be taken by the contractor / their workers as per the
guidelines laid by Atomic Energy Regulatory Board and Health Physics Division of
BARC/ NPCIL in this regard.
3.20.4 Contractor shall ensure Whole Body Counting (WBC) of the all the workers / Staff
deputed by him in the radiation field, before & after closure of the Contract. All the
contractor workers should work with supervisor or departmental representative (Green
dot qualified) in radiation zones and they should not spend unnecessary time in radiation
areas.
3.20.5 Contractor and their workers have to follow all the radiological protection procedure and
regulations stipulated by the station. The violation of the procedure shall attract the
penalty on the contractor as per Clause No. 3.29.1.
3.21 TRANSPORTATION OF MATERIALS: Any materials, if supplied by the
corporation either free of cost or on chargeable basis will be issued from NPCIL stores.
All rates quoted by the contractors, under relevant items shall include all incidental
charges for issue of materials, the cost for transport of these materials including loading,
unloading, stacking, wastage, safe custody and accounting etc.

Centralised Tender Cell RR Site

Page No. 78

Tender No. : NPC/RRS/34/2016/T-1264

3.22 TRANSPORT: Contractor shall ensure that manpower/worker including persons


working in round the clock shifts shall reach to their respective working place and
attend their scheduled duty in time. No unsafe mode of transport such as truck, truck
trolley etc. will be allowed in plant premises. Penalty as per Clause 3.29.3 (c) will be
recovered if contractors person found traveling in departmental transport without proper
pass / authorization.
3.23 CARE IN CASE OF OCCUPIED BUILDINGS: Contractor may also note that when
the subject work is to be carried out in the premises of occupied residential or any other
public & plant site buildings which are already under occupation, all care shall be taken
with full responsibility to protect personal and / or Government materials fixtures,
appliances, equipments or any other property adjacent to the area of their work to whom
so ever it may belong. In case of any damage to any of the existing arrangements,
contractor is liable to do such work to its original and /or shall be liable to pay the cost
of such damages / losses. The work shall be carried in close co-ordination with
occupants of these buildings without any hindrance and interruption. This clause is
applicable, wherever area of work is pre-occupied.
3.24 SUPPLY OF MATERIALS AND THEIR SAMPLES BY THE CONTRACTOR:
Contractor shall supply samples of materials to be used on this work for its approval
from Engineer-in-charge as per GCC clause no. 6.4. Failure of any sample to pass the
specified requirement for a particular use will be sufficient cause for rejection.
Contractor shall supply free samples of materials along with their test results to be used
on this work whenever asked for the same. The materials so rejected shall be removed
from the site by the contractor immediately, failing which the same shall be removed by
the engineer at the risk and cost of the contractor. Also for all types of materials,
ingredients, workmanship, sequences, scheme and style, contractor proposes to adopt /
deploy, shall be subject to the approval of engineer prior to taking up such bulk supply
and work. Contractor should note that all the materials are to be arranged by Contractor
themselves of approved brands for the work. Contractor shall arrange to provide
manufacturers test certificate and will also responsible for testing of materials from
approved laboratories by NPCIL prior to use as per relevant I.S. standards / Technical
specifications in the laboratory as specified by the engineer for which nothing extra shall
be payable on this account. In the absence of any specifications for any work or
materials relevant Indian standard specification will be applicable.
Contractor shall maintain record of receipt & consumption of all materials of work at
site. It is required to submit receipt and consumption records of these materials monthly
along with RA Bills for checking by Engineer-in-charge.
The contractor shall submit the receipts / Challan of materials purchased by him to EIC
while depositing the materials in NPCIL Store or submitting the RA Bills.
3.25 UNIFORM: In order to have the belongingness & discipline among the contract
workmen towards NPCIL, the contractor has to provide two sets of uniform including
stitching charges and one pair of Safety shoes per year to all the workmen deployed in
this contract. The general uniform dress colour is light brown shirt & dark brown
pant for Gents and Light brown Sari /dark brown suit with light brown checks shirts for
ladies contract manpower. In case contractor manpower is not found in dress,
they will not be taken on duty and a penalty as per Clause No.3.29.3 (e) will be
imposed. Penalty will be effective after one month from the award of work or after 1 st
RA bill whichever is earlier. However, this clause will be applicable in all Annual
Maintenance & service contracts, Housekeeping & Horticulture works having
completion period more than 03 (Three) Months. In case of Transport Contracts, the
dress colour code is khaki shirt & khaki pant.
Centralised Tender Cell RR Site

Page No. 79

Tender No. : NPC/RRS/34/2016/T-1264

3.26 ABNORMALLY HIGH RATED ITEMS:


3.26.1 In case Quantities of Abnormally High Rated (AHR) items exceed beyond tender
quantities during execution, the contractor shall execute that Quantity of AHR items on
negotiated rates, as per Clause No.11.2.9 of GCC.
3.26.2 If tender structure changes during the currency of contract, the contractor will provide
suitable rebate to remain L-1 bidder.
3.27 CONTRACT PRICE ADJUSTMENT: As Per GCC, Clause No. 11.3.
3.28 COMPENSATION FOR DELAY:
3.28.1 Where estimated value given in tender (NIT) is up to ` 5 Lakhs, the clause of liquidated
damages will not be applicable. Irrespective of the work order value, the contract shall
continue to be governed with No LD clause provided that no Contract Price
adjustment clause is applicable to that contract and also the award of contract was not
on completion period preference basis. However risk & cost of contractor will be
applicable invariably on incomplete work as per Clause No. 13.2 of GCC.
3.28.2 Where contract value is more than ` 5 Lakhs and the delay in completion of work
beyond the original scheduled dates / periods of completion of various activities as per
the agreed work schedule is attributable to the Contractor, the contractor shall pay to
NPCIL as Liquidated Damages as agreed in the contract.
3.28.3 The recovery rate of LD for delay attributable to Contractor shall be as followsPeriod of Contract

Compensation for delay

(Originally stipulated)

(Rate per week or part thereof)

a)

Completion period not


exceeding 6 months.

b)

c)

Maximum amount of
Liquidated Damages

1% on unfinished contract
value

5 % on unfinished contract
value

Completion period
exceeding 6 months but
not exceeding 12 months.

1/2 % on unfinished contract


value

5 % on unfinished contract
value

Completion period
exceeding 12 months.

1/4 % on unfinished contract


value

5 % on unfinished contract
value

For this purpose, the term Contract value shall be the value at contract rates of the work
as originally ordered.
3.28.4 The amount of LD shall be adjusted or set off against any sum payable to the Contractor
under this or any other contract with NPCIL. The recovery of Liquidated Damages at
above rates shall be made irrespective of the fact whether NPCIL has suffered the loss or
otherwise due to delay in completion of particular work.
3.29

PENALTIES:

3.29.1 Penalty on violation of radiation protection procedure:


In case of violation of radiation protection procedure by any of the contractors
employees during work in Radiation Zones, the contractor shall be liable to pay the
penalty as per the case of violation as given below: (This clause is applicable for contracts
inside Operating Island & Waste Management Centralized facility).
Centralised Tender Cell RR Site

Page No. 80

Tender No. : NPC/RRS/34/2016/T-1264

Sr.

Violation

No

Amount of Penalty

Entry into radiological zone-III or zone-IV or inside RB area without


TLD / DRD badge.

` 500/- for Zone-III

b.

The name of the contractor workers included in Radiological Work


Permit (RWP) but not using RWP, TLD and DRD.

` 500/- per violation

c.

The contractor workers working in high radiation area without RWP.

` 500/- for Zone-III

a.

` 1000/- for Zone-IV

` 1000/- for Zone-IV


d.

Tempering the dosimetry device (TLD, DRD), Alarming dosimetry or


Bio-assay sample.

` 1000/- per attempt

e.

Loss of TLD / DRD or Alarming dosimeters

` 1000/- for TLD


` 10,000/- or actual cost
of the dosimeter/DRD.

f.

Misuse of TLD, DRD, alarming dosimeter (i.e. using the TLD or DRD
or alarming dosimeter issued on others name/ exchange of dosimeter
with others).

` 15,000/- per attempt

g.

Not depositing DRD or alarming dosimeter at Health Physic Unit


(HPU) counter after end of the shift or Not depositing TLD on the last
day of the month for dose processing .

` 100/- per violation

h.

Not keeping TLD in the allotted TLD box.

` 100/- Per day

i.

Not monitoring at Radiological / Zonel Monitors.

` 500/- Per violation per


person

j.

Non- Compliance in submission of Bio-assay sample

` 100/- per person

k.

Hiding the information about deployment in radiation area or previous


dose history in the current year at other NPP or Nuclear installation.

` 10,000/- per person

l.

Not wearing recommended protective clothing in Zone-IV of Reactor


building.

` 500/- per violation per


person

Noncompliance of Whole Body Counting (WBC) of individual

` 1000/- per person per


occasion.

m.

3.29.2 Penalty on Violation of Industrial Safety:


a) In case of violation/Noncompliance of any industrial safety related requirements/rules
and regulations, then also penalty @ ` 500/- per violation shall be imposed.
b) Electrical Connection taken for the operation of Electrical tools/tackles without three
pin plug calls the unsafe condition and calls for penalty @ ` 200/- per violation.
c) If any contractors person found smoking or using Gutka/Tambaku/Alcohol inside
main plant area, then also contractor is liable to pay penalty @ ` 500/- per person per
occasion.

Centralised Tender Cell RR Site

Page No. 81

Tender No. : NPC/RRS/34/2016/T-1264

3.29.3 Penalty on General Violation:


a) In case payment of minimum wages to all labour is not made on or before 7th of
succeeding month, then a penalty of ` 100/- per person per day will be imposed for
the period of default.
b) In case the contractor is found wasting the water, then penalty of @ ` 200/- on every
occasion shall be imposed & recovered from R.A. Bill.
c) If contractor person found traveling in departmental transport without proper
pass/authorization, then a penalty @ ` 800/- per person will be recovered.
d) In case of loss or damage of RFID card by any of contractor person, then a penalty
@ ` 200/- per card will be imposed.
e) Annual service & maintenance contract manpower if found without uniform, then a
penalty of @ ` 25/- per head per day will be imposed.
f) In case of Non-submission of Insurance Policy as per condition of the Contract, then
the same shall result in levy of non-returnable penalty equivalent to 10 times of
premium of lapse periods or ` 1000/- whichever is higher.
3.29.4 Penalty on Non-Availability of Requisite Manpower:
a) In case of any particular person / worker deputed on this contract job is absent or the
crew of manpower reduces below the minimum manpower as required / mentioned in
the tender, beyond two (02) occasions during the month, then the contractor shall be
liable to pay the penalty @ ` 150/- for such absence of per person per day.
This penalty is in addition to the No payment (In case of individual Task / activity
under respective SOQR items) / recovery (In case of task consisting of group) for that
absence in proportion of Non Deployment of Manpower.
b) In case any Task/Activity is getting delayed by the cause attributable to contractor &
which effects the work schedule by more than 4 Hrs after the instructions of EngineerIn-charge, then also the penalty @ ` 500/- per task delay shall be imposed.
c) In case of deviation from the procedure of work is reported / observed, then also
penalty @ ` 500/- per deviation shall be imposed.
Recovery of penalties against any violation as referred herein vide Para #3.29, do not
relieve contractor of their responsibility / liabilities under the scope of tender.
3.30 SECTIONAL SPECIAL CONDITIONS: NIL
All above special conditions of contract and General Conditions of the Contract
(Section-IV) as mentioned under this tender document are acceptable to us.
Date:
Signature of Contractor
With Seal

Centralised Tender Cell RR Site

Page No. 82

Tender No. : NPC/RRS/34/2016/T-1264

Annexure A

OBLIGATIONS OF CONTRACTOR (S)


Contract Labour (Regulation & Abolition) Act 1970
(Refer clause 3.8 of special condition)
Application/Notices/
Returns to be sent to
the Authorizes
1. Form VI-A to the
Inspector
with
regard
to
the
actual date of
commencement /
completion of each
contract
work
within 15 days.
(Rule 25 (2)(viii)
2. Half yearly Return
in Form No. XXIV
(in duplicate) latest
by 30th July and
30th January of
each year to be
sent the Licensing
Officer (Rule 82)

Date:

Centralised Tender Cell RR Site

Registers Records
to be maintained

Notices to be
displayed

Other Required

1. Contractor
must 1. Notice showing 1. Send to the Principal
held valid licensed
the wage period
Employer a copy of
in Form No. VI
and the place and
notice showing wage
(Rule 25(1))
time
of
period and the place
2. Register of persons
disbursement of
and
time
of
employed in for No.
wages at the
disbursement of wages,
XIII (Rule 75)
place of work
which the contractor is
3. Master Roll* in
(Rule 71)
required to display at
form XVI
2. Abstract of the
the place of work.
4. Register of wages*
Act and the Rule 2. Wage slips to be issued
in form XVII
in English and
to the workmen in
5. Register
of
Hindi and in the
Form XIX at least a
deductions
for
language spoken
day prior to the
damages or Loss in
by the majority
disbursement of wages
Form XX
of workmen in
where the wage period
6. do- fines in form
such form as
in one week or more
XXI
may be approved
(Rule 78(1) (b))
7. do- Advances in
by the Contract 3. Employment card to be
form XXVII
Labour
issued in Form XIV to
8. Do- O.T. in form
Commissioner
every workmen within
XXVIII.
(Rule 73).
three days of the
(Rule78(1)(G)(I)(II)(III) 3. Display
of
employment (Rule 76)
All registers shall be
similar notices, 4. Disbursement of wages
preserved
for
3
which
are
in the presence of
calendar years from
required to the
authorized
the date of last entry
displayed by the
representative
of
(Rule 80(3))
Principal
Principal
Employer
* Shall be a combined
Employer under
(Sec. 2 (3))
one in Form XVII
Rule 81.
Entries in the register of
where
the
wage
wages to be authenticated
period is fortnights or
by the initials of the
less.
contractor
or
his
representative and duly
certified
by
the
authorized representative
of
the
Principal
Employer
(Rule
73(1)(C))
Signature of Contractor
With Seal
Page No. 83

Tender No. : NPC/RRS/34/2016/T-1264

Annexure - B

WAGE SLIP
Name of the Contractor/Firm :
PF Registration No. of the Employer:
Work Order No.__________________

M/s ____________________________________
Date of Payment :

Name of the Workers with Fathers/


Husband Name

Category of Employee

Wage Period

:
Through Bank____________________________

Mode of Payment

Bank Name _____________________________


Branch _________________________________
Employees PF Account No.________________
Particulars

Rate
Per Day

Bank Account No._________________________


Present
No. of Days

Amount
`

Payment
Basic Wages in ` (Min. Wages)
Special
Allowance (25%
Minimum Wages ) in `

of

Transport Allowance
Overtime in `
Any other Payment in `
Total in `
Deduction
EPF @ 12% in `
Any Other Deduction in `
Total Deduction in `
Net Wages in `

Contractors
Signature

Centralised Tender Cell RR Site

Workers Signature
or Thumb Impression

Page No. 84

Tender No. : NPC/RRS/34/2016/T-1264

Annexure C
CONTRACTORS LETTER HEAD
(Full Address)
VAT/TIN No. :-_____________
CST No.
:-_____________

Service Tax No. :-______________


PAN No.
:-_______________

TAX INVOICE
(To be submitted in Triplicate)

Invoice No. ___________________

Date :__________

To,
Engineer-In-Charge
RR Site
P.O. Anushakti
Ref. : i) Work Order No. : ____________________________
i) Name of Work

: __________________________________________________________
__________________________________________________________

ii) RA/Final Bill No. : ________________________dtd_______________________________


iii) Bill period
iv)

: From ____________________To_______________________________

Accounting Head of Service : _______________________________________

Sr.
Particulars
No.
1) Value of work done at quoted rates
2) Less : a) Value of material consumed

Amount (`)
(A)
(B)

b) Value of Service tax loaded in quoted rates (C)


3) Value of Service rendered during bill period

(D) = (A-B-C)

4) Percentage of Work order value on which Service Tax considered in


quoted rates.
5) a) Service Tax @ 14.00% on (4) above
(E)
b) Education cess @

(F)

c) Secondary and Higher Education cess @

(G)

6) Total Service Tax

( H) = (E+F+G)

a) Service tax liability on Service Provider @ ..


b) Service Tax liability on NPCIL @ ... under Reverse charge mechanism
7) TOTAL (value of Service rendered + Service Tax) (D+H)
Amount in words : Rupees ____________________________________________________________
E & OE

Authorised Signatory
For & on behalf of
Contractors Detail
Centralised Tender Cell RR Site

Page No. 85

Tender No. : NPC/RRS/34/2016/T-1264

Annexure D
Judicial Stamp Paper of ` 10/- (duly notarized)

INDEMNITY BOND
(For compliance of the EPF & MP Act, 1952)
(To be furnished by contractor before settlement of final bill)

Whereas, M/s._______(Name of the contractor)


has been awarded the contract for
_________(Name of the work) ___________________ vide Work Order No.___________
dated_____
by NPCIL RR Site, Unit- _________ to execute the job / work on the
terms and conditions as stipulated therein and as per the agreement.
In pursuance of the above, I / We ____________________S/o_______________________
R/o_________________(Address)_______________________________________________
and Proprietor/Partner/Director/authorized representative (Designation) ________________
of M/s.________(Name of the contractor) ______________hereby affirm and declare as follows That the provisions of the Employees Provident Fund & Miscellaneous Provisions Act, 1952
have been complied and it is undertaken that all the liabilities on account of EPF contribution
/ dues for the employees / workers deployed by M/s.__________(Name of the contractor)
_____________________________ for the work and indemnify NPCIL of any future
liabilities on these account. I shall be stand responsible for any such future claim and action /
proceeding if any, with regard to EPF dues / outstanding received through concerned
authorities.
Further, I shall keep NPCIL fully indemnified and free from all such EPF dues / outstanding
claims / demands, actions / proceedings if any, against NPCIL in respect of aforesaid contract
and NPCIL shall have no liabilities on this account.
In witness whereof, I / We ______________ on behalf of M/s. _________________executed
this indemnity bond on (date)__________ mentioned above.

(Signature of Contractor) /
Authorized Representative of Contractor
With Companys Seal
Witnesses :
1. Signature
Name :
Address :
2. Signature
Name :
Address :

Centralised Tender Cell RR Site

Page No. 86

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx& prqFkZ
SECTION IV
lafonk dh lkekU; 'krsZa
GENERAL CONDITIONS
OF
CONTRACT

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 87

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&iape~
SECTION V
Rkduhdh fofunsZ'ku@MsVk 'khV~l
dk;Z dk {ks=
TECHNICAL SPECIFICATIONS/
DATA SHEETS / SCOPE OF WORK
fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264
Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 88

Tender No. : NPC/RRS/34/2016/T-1264

SECTION V
TECHNICAL SPECIFICATION
5.1

INTRODUCTION: Assistance in Operational activities to be carried out during BSD.

5.2

TECHNICAL SPECIFICATION AND SCOPE OF WORK:


SCOPE OF WORK: Assistance in day to day activities to be carried out during BSD in
round the clock shift and general shift operation. Total 75 days having 15 days earlier for
BSD preparatory work + BSD duration + 10 days after BSD for smooth execution of jobs
of BSD (Up to 31 Aug 2016). Various activities are to be carried out during BSD.

Isolation & normalization of equipments/systems, draining of system and


material handling in BSD period. (Total 75 days having activities as detailed
below).

Material handling i.e. shifting of gas cylinders, chemical carboys and other
material.

Pre Preparatory work of BSD and assist in stream line the work after BSD

Assistance in isolation and normalization of various systems.

Assistance in Draining, venting and depressurization & pressurization of system


in round the clock shift and general shift.

Assistance in arrangement that is to be carried out before ISI of SG & HX.

TECHNICAL SPECIFICATION
Activity:-1: (Task): Total twelve (12 nos) skilled workers (04 workers in shift i.e. 01
worker in each shift) in all the four round the clock shift as per RAPS 3&4 shift schedule,
including shift off. Round the clock Shift job of different nature and other jobs carried out
in BSD. Following jobs are to be carried out during the contract period of 75 days (15
days earlier for BSD preparatory work + BSD duration + 10 days after BSD for stream
lining the system) (Up to 31 Aug 2016).
Assistance in various job carried out by operation:-

(Contractor manpower will


assist the departmental manpower to carryout following types of jobs , carried out by
deputing 01 Skilled worker during normal duty hours (operation general shift / round the
clock shift for following jobs)
1.

Isolation & normalization of systems.

2.

Draining & venting of various systems.

3.

Pressurization & depressurization of various systems.

4.

Samples collection and submission to chemical & Bio-assay lab.

5.

Housekeeping & cleanliness of panels in field and control room.

6.

Handling & shifting of material inside reactor building like cylinders, hoses and elephant
trunk and air dryer for ISI of HX.

7.

opening various plugs provided in system and installed back these plug after completion
of job.

Centralised Tender Cell RR Site

Page No. 89

Tender No. : NPC/RRS/34/2016/T-1264

8.

Deputation at exits point of controlled area for monitoring to avoid spread of


contamination in clean area i.e. at portal monitor.

9.

Arrangement that is to be carried out before ISI of SG & HX.

10. Draining and filling of stator water system IX resin.


11. Bulk addition of gas cylinder in generator and ECCS tank.
12. Decontamination of various tools, hose , elephant trunks , Air dryer used for drying of
D2O heat exchanger and other material used by operation.
13. Handling of D2O drums during D2o addition and draining.
14. Shifting of portable vaccumax, tray and other recovery arrangements to RB & RAB.
15. Shifting of material from RB to its desirable location before starting RB leak test.
16. Test performs from the field.
Additional Activity-II (Task): Assistance in activity-I to be carried out by deputing 01
skilled Worker on hourly basis beyond normal duty hours (operation general shift / round
the clock shift).
Extra work beyond normal working hours (8 hours including tea & lunch time) to carry
out same nature of work as stated in activity-I shall paid as an additional activity (This
task is required to be performed by skilled worker on hourly basis beyond normal duty
hours depending upon job quantum and to meet emergency requirements).
Four hours additional duty hour is equivalent to one Task.
Note: One task unit is equal to:1. Assistance in activity-I to be carried out by deputing 01 skilled manpower during normal
duty hrs. (Operation general shift/round the clock shift).
2. Assistance in activity-I to be carried out by deputing 01 skilled manpower for 4 hr.
beyond normal duty hrs. (Operation general shift/round the clock shift).
5.3 WORK IN SHIFTS: Work may be required to be carried out in normal duty Hrs. / round
the clock / any or all the three shifts or as and when required within the time span as
directed by the Engineer-In-Charge.
5.4 MINIMUM QUALIFICATION & EXPERIENCE:
S.
No.
1.

Description
SkilledWorkers

Centralised Tender Cell RR Site

Educational
Qualification & Experience
Must be minimum class 8th pass and having an
experience of material handling like gas cylinders &
chemicals.

Page No. 90

Tender No. : NPC/RRS/34/2016/T-1264

5.5

MINIMUM MANPOWER TO BE DEPLOYED:


Sr.
No.
i)

Daily manpower requirement

Category of manpower

(In Nos.)

Activity I Operational assistance during


BSD.(Skilled workers )

12

Total

5.6

12

COMPLETION OF WORK: The contractor shall have to provide services required for
the satisfactory completion of work within the stipulated period of contract. The EngineerIn-Charges decision in this regard shall be final and binding.

Date:

__________________

Centralised Tender Cell RR Site

Name & Signature of Contractor with Seal

Page No. 91

Tender No. : NPC/RRS/34/2016/T-1264

UNDERTAKING BY THE CONTRACTOR


________________________________________________________________________

Before submission of bid (s), I have thoroughly gone through the


Technical specification for the items and have also understood
them carefully. I agree to accept the said technical specifications as
part of contract agreement and undertake not to claim on account
of non studying or understanding the contents of technical
specifications. In case where no specifications have been given in
the set of technical Specifications for any item / activity / work, the
relevant Indian standard shall be applicable for the same.
________________________________________________________________________
Date:

Centralised Tender Cell RR Site

Signature of Contractor
With Seal

Page No. 92

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&"k"B~
SECTION VI

MkWbxa dh vuqlpw h
SCHEDULE OF DRAWINGS
fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264
Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 93

Tender No. : NPC/RRS/34/2016/T-1264

SECTION VI
SCHEDULE OF DRAWINGS & SPECIFICATIONS
6.1

LIST OF DRAWINGS :
The drawings as listed herewith are part of the tender documents. Bidder
shall submit back all the drawings with their sealed signature. The Bidder
may go through the same & get themselves conversant before filling of
the tender. These drawings are intended to give sufficient information
about the nature & scope of work to the bidder. However work shall be
executed as per the latest revision of drawings including additional
information/ENC as found necessary to cover the scope of work. The
following is the list of drawings applicable to this contract
Sr. No Specification No.

Description

----NIL----

6.2

List of Technical Specification :


Sr. No

Specification No.

Description

----NIL----

If applicable, these specification are enclosed in Section-V

Centralised Tender Cell RR Site

Page No. 94

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&lIre~
SECTION VII
lkexzh dh vuqlwph
SCHEDULE OF MATERIALS
fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264
Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 95

Tender No. : NPC/RRS/34/2016/T-1264

SECTION VII
SCHEDULE OF MATERIAL
SCOPE OF SUPPLY:
7.1 CONTRACTORS SCOPE: Material / Services to be provided by Contractor.

Contractor will supply the specified manpower for execution of the job mention in
SOQR as per schedule decided by Engineer-in-Charge.

7.2 NPCIL SCOPE: Material / Services to be provided by NPCIL.

Transportation for material handling will be provide by NPCIL.

Centralised Tender Cell RR Site

Page No. 96

Tender No. : NPC/RRS/34/2016/T-1264

SCHEDULE B

MATERIAL ISSUED TO THE CONTRACTOR


(The Engineer-in-Charge to indicate permissible wastage before issue of tender duly
approved by the Competent Authority)

S.
No.

Particulars

Unit

Rate at
which
Material will
be issued

Maximum Invisible
wastage
(Non- Returnable) in
case of free issue)
%

Maximum
permissible
wastage
(Returnable
%*

Qty. to
be issued
(approx.)

1
2
3
4
5

* This percentage can vary as per the cutting plan approved by Engineer-in-Charge

Signature of Issuing Officer:

Signature of Contractor:

Date:

Date : .

Centralised Tender Cell RR Site

Page No. 97

Tender No. : NPC/RRS/34/2016/T-1264

SCHEDULE C

TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR


Sr.
no.

Particulars

Number
available

Hire charges
per Unit per
working day `

Frequency of
Maintenance

Value
Per
Unit

Place
of Issue

Number
Reqd. by the

Contractor

Tools and Plants are not expected to be hired out to the Contractor. If, however, any tools
and plants are available at the time of performing the work the same may be hired out at rates
to be decided by the Engineer-In-Charge. The Corporation reserves the right not to hire out
any T&P and to withdraw at any time such T&P hired out.
The Contractor shall ask the Engineer-In-Charge the value of tools & Plants for which these
have to be insured and carry out the insurance accordingly in case insurance not available
with NPCIL.
Signature of the Issuing Officer:

Signature of Contractor

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

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

Centralised Tender Cell RR Site

Page No. 98

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&vVe~
SECTION VIII
ek=kvksa ,oa njksa dh vuqlpw h
Schedule of Quantities & Rates

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 99

Tender No. : NPC/RRS/34/2016/T-1264

SECTION VIII
SCHEDULE OF QUANTITIES AND RATES

8.1

8.1.1

INSTRUCTION TO TENDERERS:Tenderers are advised to go through the following instructions before filling the
item rates.
The details of all the items in this schedule of quantities is to be read for the
purpose of Quoting the rates, in conjunction with the Special Conditions of
Contracts (Section-III), General conditions of contract (Section-IV), the
Technical specifications and scope of work (Section-V), the drawings if
applicable, and the scope of material to be supplied by the contractor.

8.1.2

The quantities stated are to be considered approximate only and the unit prices
entered in the schedule of quantities / rates shall apply only to the actual quantities
measured in the completed work in accordance with the specifications.

8.1.3

The Engineer-in-charge may at his discretion, order as per requirement of deletion


/ increase / decrease of any of the items / quantities. No claim on account of this
variation shall be entertained.

8.1.4

All charges on account of Octroi, Cess, VAT, Royalty, Terminal of sales tax and
other taxes/duties on materials as well as services obtained for execution of work
from any source (excluding Material supplied by the corporation) shall be borne
by the bidder under the rates.

8.1.5

The rates quoted by the bidder in the schedule of quantities and rates shall be the
cost inclusive of all the elements of labour, supervision, consumables, materials,
equipment, inspection, government levies & all other taxes except Service Tax,
overhead and profit together with all general risks, liabilities and obligations set
forth or implied in the document on which the tender is based.

8.1.6

Bidder shall bid for work under this tender in Indian Rupees only.

Centralised Tender Cell RR Site

Page No. 100

Tender No. : NPC/RRS/34/2016/T-1264

SCHEDULE OF QUANTITIES & RATES


Name of Work : Assistance in Operational activities to be carried out during BSD.
Tender No. : NPC/RRS/34/2016/T-1264
Sl.
No.

Description of Items

Qty.

Unit

1.

Activity-1

As per detailed job mentioned in Technical Specification (Section-V).

900

Task

2.

Activity-2

As per detailed job mentioned in Technical Specification (Section-V).

360

Task

Rate
Rate
(Figure) (Words)

Amount (`)

Total (`)
Note:
1) The bidder has to fill his rates in figures in above format of SOQR.
2) The bidder shall examine the applicability of taxes on the work and quote the rates inclusive of all other taxes except Service Tax.
3) Applicability of Service Tax shall be examined & the same shall be declared in Annexure-7 of NIT (Excel Sheet).
4) Above SOQR is for information only. Bidders are required to fill the downloaded excel sheet of SOQR and upload the same on website
(Tenderwizard/DAE).

Signature of Contractor

Centralised Tender Cell RR Site

Page No. 101

Tender No. : NPC/RRS/34/2016/T-1264

Hkkx&uoe~
SECTION IX

fofHkUu Bsdk nLrkostksa dk izk:i


FORMATS FOR VARIOUS
CONTRACTUAL DOCUMENTS

fufonk la[;k % ,uihlh@vkjvkj,l@34@2016@Vh&1264


Tender No. % NPC/RRS/34/2016/T-1264

Centralised Tender Cell RR Site

Page No. 102

Tender No. : NPC/RRS/34/2016/T-1264

SECTION IX
FORMATS FOR CONTRACTUAL DOCUMENTS

The following Blank formats are available in Section-IV GCC of this tender document :
1. Bank Guarantee to secure Lumpsum Advances
The Stamp paper to be in the name of Executing Bank.

2. Hypothecation Deed.
However, the following blank formats as applicable at different stage of Tendering/Contract
are available in this section to fulfill the Contractual documents.
1. Format # 1 - Contract Agreement
2. Format # 2 - Bank Guarantee in lieu of Security Deposit

Centralised Tender Cell RR Site

Page No. 103

Tender No. : NPC/RRS/34/2016/T-1264

Format # 1

CONTRACT AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF ` 100/- & STAMP PAPER TO BE IN THE NAME OF COMPANY/FIRM)

AGREEMENT FOR THE WORK OF


TENDER NO. : NPC/RRS/

/ 15-16/ T-

Agreement made this day _______of_________ between the Nuclear Power Corporation of
India Limited (A Government of India Enterprise), acting through the
___________________________RAPS, RR Site, NPCIL (hereinafter called the
corporation) of the one part and M/s ________________________________________.
(hereinafter referred to as the Contractor) of the other part.
Whereas the _________________, RR Site on behalf of the corporation invited tenders for
the work of ____________________________________________________.
And whereas the tender of the Contractor was accepted and work awarded to the Contractor
by the corporation under their letter no. ________________________________________
dtd. __________
Work Order No. _____________
And whereas the Tenderer has accepted the work order for the work aforesaid in their
letter No. ________________________dtd. ____________.
Now the agreement, witness and it is hereby agreed by and between the parties hereto
as follow:
1. This agreement, inter alia the contract consisting of hereto annexed contains the
entire agreement between the parties. All other previous and collateral arrangement,
representations, promises and conditions are superseded by the contract and shall
not be binding on either party. All the work executed by the contractor under the
work order and undertakings given under the terms & conditions of the agreement.
2. In consideration of the payments to be made by the Nuclear Power Corporation of
India Limited to the contractor as mentioned in the contract, the contractor hereby
covenants
with
the
corporation
to
carry
out
the
work
of
_______________________________________________________.on
the
terms and conditions as mentioned in the contract.
3. The Corporation hereby covenants to pay to the contractor in consideration of
the aforesaid work, in the manner mentioned in this contract.

Centralised Tender Cell RR Site

Page No. 104

Tender No. : NPC/RRS/34/2016/T-1264

In witness where of M/s __________________________________________ the


contractor and _______________________________________________________, RR
Site for and behalf of the Corporation, have hereunto affixed their seals and signatures the
day, month and year here in above written.
Signature of the Contractor

Signature of NPC

With Date & Seal

Rawatbhata Rajasthan Site

For & on behalf of the M/s ________________

For & on behalf of the NPCIL.

Contractors

NPCILS

Witness - 1

Witness 1

Signature : ______________________

Signature : ______________________

Name

: ______________________

Name

: ______________________

Address

: _____________________

Address

: ______________________

_____________________

_______________________
Witness 2

Witness - 2

Signature : ______________________

Signature : _______________________

Name

: ______________________

Name

: _______________________

Address

: ______________________

Address

: _______________________

______________________

Centralised Tender Cell RR Site

_______________________

Page No. 105

Tender No. : NPC/RRS/34/2016/T-1264

Format # 2
PROFORMA OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT
(Performance Guarantee / Retention Money)
IN INDIVIDUAL CONTRACT
(On Non Judicial Stamp paper to be stamped in accordance with stamp act & the stamp paper to be in name of Executing Bank)

To
Nuclear Power Corporation of India Ltd.
_________________________________________
________________________________________
In consideration of the Nuclear Power Corporation of India Ltd, Rawatbhata Rajasthan Site,
having its registered Office at 16th floor, World Trade Centre, Cuffe Parade, Colaba,
Mumbai-400 005 (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*............................................for the work of .................................................Tender
No......... (hereinafter called the said Contract) to accept a Deed of Guarantee as
herein provided for `....... (Rupees.......................... only) from a nationalized/ Scheduled 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 of the terms and
conditions contained in the said Contract by the said Contractor.
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 `...............(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.
*Refer note at the end of the proforma.
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
Centralised Tender Cell RR Site

Page No. 106

Tender No. : NPC/RRS/34/2016/T-1264

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

For and on behalf of (the Bank)

WITNESS
1.________________

Signature ___________________

2.________________

Name & Designation _________________________________

Authorization No:________________
Date and Place:__________________
Bank's Seal _______________________
Accepted
(Signature of the Officer)
For and on behalf of the
(Nuclear Power Corporation of India Ltd)

Centralised Tender Cell RR Site

Page No. 107

Tender No. : NPC/RRS/34/2016/T-1264

NOTES
*For Proprietary Concerns
Shri _______________________________________ son of__________________ resident
of _____________________________________carrying on business under the name and
style of _________ at_____________(herein after called " the said Contractor" which
expression shall unless the context requires otherwise include his heirs, executors,
administrators and legal representatives.
*For Partnership Concerns
M/s. _____________________ a partnership firm with its office __________________
(hereinafter called "the said Contractor" which expression shall unless the context requires
otherwise include their heirs, executors, administrators and legal representative); the names
of their partners being
(i) Shri _________________S/o.______________________________
(ii) Shri ________________ S/o._______________________________
*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered
office at .........in the State of............... (hereinafter called "the said Contractor" which
expression shall unless the context requires otherwise include its administrators, successors
and assigns).

Centralised Tender Cell RR Site

Page No. 108

Вам также может понравиться