Академический Документы
Профессиональный Документы
Культура Документы
Telephone : 08382264084
Fax : 08382264025
: , , , - E-mail : arevankar@npcil.co.in
Plant Site, PO: Kaiga, Uttar Kannada Dist., Karnataka-581400 Website : www.npcil.nic.in
e-Tender Document
NAME OF WORK
0
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
INDEX
SECTION CONTENTS
VI Drawings
Bill of quantities (pdf file is available for view & information only.
VIII Template in Excel file of BOQ to be filled and uploaded by bidders
in e-tendering)
Formats
Page 1 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-I
INFORMATION TO THE BIDDER INCLUDING
PRE-QUALIFICATION CRITERIA
Page 2 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Bid Security @2% of estimated ` 24,554/- ( in favour of M/s .NPCIL through on-line
4
cost subject to maximum of ten payment, debit /credit card)
lakh
5 Mode of Tender Public Tender
Type of Tender Single Part in two bid system
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period Four (04) Months
8 Tender processing fee including ` 703/- (in favour of M/s.ITI Limited through on-line
taxes payment, debit /credit card )
9 Availability of tender The links of website www.tenderwizard.com/DAE is
documents for free view only also available on website www.npcil.nic.in and
http://e-procure. gov..in
10 Dates of availability of tender On website www.tenderwizard.com/DAE from
documents for downloading 11.03.2016 (10:00 hrs.) to 18.03.2016 (15:00 hrs.)
after paying processing fee
11 Last date and time of
submitting online
queries/questions for 19.03.2016 (up to 15:00 hrs)
clarifications in both cases
where pre-bid meeting is
envisaged or not
12 Pre-bid meeting 21.03.2016 at 15:00 hrs.
13 Last date and time of closing of
24.03.2016at 16:00 hrs.
online submission of tenders:
14 Date and time of online opening
26.03.2016 at 11:00 hrs.
of technical bid.
15 Date of opening of financial bids 26.03.2016 at 14:00 hrs.
Page 3 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
17. Authority & place for seeking Engineer-In-Charge (Centralized Tender Cell).
clarification on tender Kaiga Generating Station 1-4,
conditions, pre-bid meeting, NPCIL, Kaiga
opening of tender Phone no. (08382) 264084
e-mail :arevankar@npcil.co.in
On working days and during office hours (10:00 to 17:00
hrs)
18. Help Desk I. Help desk of M/s ITI:
1. Shri. Santosh G.Naik, M/s ITI representative, Kaiga
Mobile No: 9483999094, 9343811094
daehelpdesk@gmail.com,
twhelpdesk231@gmail.com
2. E payment gateway :
022-41852124
On working days from 10 am to 6 pm
c: Pay Tender Processing fee online via any VISA/MASTER card or PNB Net banking
e: Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
f: Bidder will be able to download required Tender Documents by clicking EDIT attachment
button for any number of times till last date of submission.
Prospective Bidder has to fill Excel Documents and upload the same without renaming it.
Please refer Help Manual for Tender submission or contact ITI Helpdesk.
Page 4 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2. The intending bidder must read the terms and conditions in the notice inviting
tender & pre-qualification criteria carefully. He should only submit his bid if he
considers himself eligible and he is in possession of all the documents required.
4. Information and Instructions for bidders posted on website shall form part of tender
document. The tender is to be downloaded and uploaded only on
www.tenderwizard.com/DAE after paying requisite processing fee.
5. The bid can only be submitted after uploading the mandatory scanned documents,
payment of processing fee in favour of ITI LIMITED, NEW DELHI, bid security in
favour of NPCIL and other documents as specified. Processing fee shall not be
refunded in any case.
6. After submitting bids the contractor can re-submit revised bid any number of times
but before stipulated closing time and date of online submission of bid as notified.
The bidder can withdraw the bid before stipulated closing date and time of online
submission. But, once the bidder withdraws the bid, it cannot be resubmitted.
8. The intending bidder must have valid class-III digital signature to submit the bid.
9. Contractor must ensure to quote rate of each item. The column meant for quoting
rate in figures appears in YELLOW colour and the moment rate is entered, it turns
SKY BLUE. In addition to this, while selecting any of the cells a warning appears that
if any cell is left blank the same shall be treated as 0. Therefore, if any cell is
left blank and no rate is quoted by the bidder, rate of such item shall be treated as
0 (ZERO). The bidder shall be required to execute such items at his quoted rate of
zero as per specifications, bill of quantity and GCC provisions.
10. In case of bids in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then
the bid submitted earlier shall become invalid.
11. The bidders are solely responsible to keep their email and bank account active and
to update their profile in case of change. This is essential as communication shall
preferably be done by e- mail by corporation. Moreover, all the auto generated mail
by e-tendering portal shall be sent on this e-mail address.
12. Contractor can upload documents in the form of JPG format and PDF format.
Bidders are advised to open bank account with core banking solution branch (with
13. NEFT / RTGS) in order to facilitate online payment of tender processing fee and bid
security for their own benefit.
14. 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
Page 5 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
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.
SR.NO. DESCRIPTION
1. Power of attorney of the signatory of bid as per
relevant clause of NIT
2. PAN card
3. Registration of sales tax/VAT/WCT Certificate
4. Registration of TIN certificate
5. Registration of EPF
6. Certificate of annual turnover of last 3 years stamped
& signed by CA as per annexure 2 of NIT
NOTES-
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The
submission of documents is deemed as undertaking by bidder that all the documents
are true and genuine. If it is found, at any time during bidding or execution of work,
that the information/ documents submitted by the bidder are in variance/
forged/bogus, they shall be legally held responsible for the same. Their offer shall be
summarily rejected or termination of contract, if awarded, forfeiting of the bid
security, performance guarantees, security deposit, if any. The bidder / contractor
shall be blacklisted/ debarred for further works in NPCIL for a period of five years.
Page 6 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2. By submission, the bidder undertakes and confirms that eligible similar works have
been executed as prime contractor and the same have not been got executed through
another contractor on back to back basis or as a subcontractor. Any violation of this
shall result in panel action as per point-1 above.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification
criteria in the excel sheet uploaded for the purpose. The technical evaluation shall be
done based on the data provided in excel sheet and the relevant document uploaded
to support the same. In case where the relevant information is not filled in the
uploaded excel sheets while commensurate supporting documents are uploaded, the
supporting documents shall not be considered in evaluation as the technical evaluation
sheet is auto generated by system. 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.
Page 7 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
PRE-QUALIFICATION CRITERIA
1. MINIMUM REQUIREMENT
1.1 Average Annual financial turnover during the last 3 years, ending 31st March of the
previous year, should be at least 30% of the estimated cost.( Stamped and signed
by Charted Accountant).
estimated cost for qualification shall be on per annum basis. Similarly experience
shall also be considered on per annum basis.
e) Pre-qualification assessment is not required in case of award of work to OEM or to
his authorized agency (where OEM is taking guarantee), Government agencies and
PSU.
f) No Pre-qualification criteria viz, annual turnover and experience of similar works
shall be required for works of value up to ` 5 lakh. However, all other provisions of
GCC shall be applicable
g) No Pre-qualification criteria viz, annual turnover and experience of similar work
shall be required for works up to `10 lakh in case the job is taken up by a qualified
graduate engineer. However, in this case the party has to submit the solvency
certificate of 40% of the estimated value of the work. All other provision of the
GCC shall be applicable.
h) Prequalification criteria assessment (Clause No 1.1 & 1.2) is not applicable for the
bidder who have registered in NPCIL- HQ or KGS for experience in similar category
of job as specified in tender (similar work for the purpose of this contract shall
mean) and tendering limit value of Registration shall not be less than estimated
cost put to tender. Bidder shall submit registration certificate along with tender
document as documentary evidence.
HAVING EXPERIENCE IN CARRYING OUT HOT & COLD INSULATION WORKS AND GI
DUCTING WORKS IN POWER PLANTS OF GOVERNMENT / PSUS / REPUTED
INDUSTRIAL ORGANIZATION
Note:-
1. The bidder shall submit details of work executed by them in the Performa of
Annexure-1 of standard NIT for the works to be considered for qualification of
work experience criteria. Documentary proof such as work order, extension
letter if any, completion certificate from client clearly indicating the nature /
scope 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.
2. In case the work is executed for private client the following shall be submitted:
Work order with bill of quantities
Extension letter, if the work has been extended /completed beyond
stipulated completion date in work order/agreement
Completion certificate with final / last bill. The completion certificate
shall be for individual work order. The completion certificate clubbing
two or more work orders shall be rejected.
Page 9 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
4. For completed works, the value of work done 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 date of submission
of bid.
5. In case of joint venture / consortia, full value of work, if done by the same
joint venture or any of members of the Joint Venture shall be considered.
However, if the work done by them in some other JV / Consortium, value of
actual works done by the member (s) of present JV (duly substantiated by the
clients certificate) shall be considered.
6. The bidders may be asked to produce original of all the documents submitted
for qualification purpose for verification. If the same are not produced in
stipulated time, the bid shall be rejected.
1.3 For tenders of estimated cost put to tender of 100.0 lakhs and above, bidders who
meet minimum criteria will be qualified only if their available bid capacity is
more than the bid value. The bid capacity of the contractor shall be determined
by the following formula:
Bid Capacity = (A x N x 2) B
Where,
A = maximum value of works executed in any one year during last five
financial years.
B = Value of existing commitments and 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.
N = Number of years prescribed for completion of the subject contract.
Financial data for latest last five financial years has to be submitted by the
bidder in Annexure-3A of NIT. The above financial data will be brought to
current costing level by enhancing the actual value of work at simple rate of 7%
per annum or part thereof calculated from the last date of that financial year
The same shall be certified by the chartered accountant with his stamp,
signature and membership number.
Value of existing commitments for on-going works has to be submitted by the
bidder in Annexure-3B of NIT. The same shall be certified by the chartered
accountant with his stamp and signature.
a. In the case of joint venture / consortia, bid capacity of each member will be
computed applying above formula and combined bid capacity of the joint
venture / consortia will be weighted average of the individual bid capacity
Page 10 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2.2 A bidder shall not have a conflict of interest. In case of JV/consortium none of the
partner shall have a conflict of interest. All bidders found to have a conflict of
interest shall be disqualified. A bidder may be considered to have a conflict of
interest with one or more parties in this bidding process, if:
a) A bidder participated as a consultant in the preparation of the design or technical
specifications of the works that are the subject of the bid; or
b) A bidder was affiliated with a firm or entity that has been hired (or is proposed to
be hired) by the corporation or as engineer-in-charge for the contract.
Page 11 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
c) One firm applies for tender both as an individual firm and in a group.
d) If bidders in two different applications have controlling shareholders in common.
e) Submit more than one application of the tender.
2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to
the corporation, as the corporation shall reasonably request any time within the
currency of the contract (including defect liability period).
2.5 Firms shall be excluded if:
a) as a matter of law or official regulation, the corporations country prohibits
commercial relations with that country, provided that such exclusion does not
preclude effective competition for the supply of goods or related services
required; or
b) by an act of compliance with a decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations, the borrowers
country prohibits any import of goods or contracting of works or services from
that country or any payments to persons or entities in that country.
Page 12 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-IA
NOTICE INVITING TENDER
Page 13 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2.2 Incomplete bids and bidders not meeting the minimum qualification criteria shall
be summarily rejected. It may be noted that mere submission of bid does not imply
that your offer shall be considered. Tenders are considered only after NPCIL
themselves assess the document submitted along with the bid by the bidder meets
the pre-qualification criteria as specified in notice inviting e-tender during
evaluation of bid.
2.3 The bidder who has been blacklisted / de-registered / holiday at any of the sites
of NPCIL, DAE, any other government department or PSU shall not be eligible for
participation in tenders of NPCIL for that period.
5.2 The bidder should inform the corporation at least three days in advance about the
proposed site visit.
Page 14 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and
survey the site and its surroundings and satisfy himself before submitting his bid
as to the form and nature of the site, the means of access to the site, the
accommodation he may require, etc.
5.4 In general, bidders shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A
bidder shall be deemed to have full knowledge of the site, whether he inspects it
or not and no extra claims due to any misunderstanding or otherwise shall be
allowed.
5.5 The costs of visiting the site shall be at the bidders own expense. Any report
shared at the site, by the corporation is subject to verification by the contractor.
Any deviations of information in the report and the actual site will not be the
responsibility of the corporation.
5.6 The bidders are requested to bring photo identification like passport, voters
identity card, and driving license, PAN card, identity card issued by employer etc.
for security regulations. Any electronic devices like mobiles, radio, transistors
camera etc. are not allowed inside NPCIL premises and the same shall be left at
security gate at the risk of bidders. The bidders are requested to e- mail the details
of authorized representative in the prescribed format (annexure-11).
5.7 The bidder shall forward any query/question by e -mail within the stipulated date
and time given in NIT. The clarification given by the corporation shall be visible to
all the bidders without disclosing the identity of the bidder raising the query. The
questions/query received after stipulated date and time shall not be entertained
and no response shall be forwarded. The submission of bid shall mean that the
bidder has seen the response and accepts the content.
Page 15 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Drawings, if any
Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit,
Memorandum of Understanding / Consortium Agreement, Lump sum Advance, Form
of Hypothecation Deed, Disputes Resolution Board, agreement, format of
completion certificate and format of Performance Guarantee.
Bill of quantities
preparing their bids, the corporation may extend the date for submission of bids, if
necessary.
8.4 Corrigendum, addendum or any other information regarding tender shall be
uploaded only on web site. Hence, the bidders are requested to visit the web site
(www.tenderwizard.com/DAE) regularly. The above documents shall become part of
bid and agreement. Submission of bid shall imply that bidder has noted and
accepted content of all the corrigendum/addendum/clarifications and affect of
same has been included in price bid.
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) in case of two part bid, the bid security of technically unqualified bidders after
technical evaluation shall be returned.
(b) Bid security of qualified unsuccessful bidders will be returned to them within a
month (30 days) from the date of acceptance of bid of the successful bidder.
(c) Bid security of successful bidder will be returned after submission of the
performance guarantee amount.
(d) Bid security of the bidder who has withdrawn the bid shall be returned after
opening of the bid.
10.5 The corporation at its discretion shall refund the bid security by online/RTGS/NEFT
or through any other electronic mode to the account number as registered by the
bidder himself on e tendering portal.
The contractors are expected to buy maximum inputs from local vendors (within the
state) and the CENVAT / VAT input set off benefits available to the bidders thereof
should be passed on to NPCIL through the quoted price.
Page 18 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
No claim on any duties, taxes or other levies payable by the bidders in respect of
transaction between the bidders and consortium members, sub-contractors or
others will be entertained by NPCIL.
There shall be no reimbursement on account of any increase in rate of taxes,
duties or any other levies or new statutory taxes, duties and or any other levies
coming into force during the currency of the contract except service tax.
Accordingly, Clause no.6.10.3 of NPCIL GCC stands withdrawn.
11.4 Tax deduction at source
At the time of its payments due to the contractor under this contract, the
statutory deduction of income tax at source (IT TDS) and works contract tax TDS or
other taxes/dues shall be made from time to time as may be required by the
government of India or any relevant authority thereof and under the respective
state sales tax / value added tax legislation at such rate as applicable unless and to
the extent that the contractor shall produce to NPCIL any certificate issued by a
government authority (having authority to issue such certificate) entitling the
contractor to receive the payments under the contract for a prescribed period
without deduction of any tax or deduction at a lower rate.
NPCIL shall provide the necessary withholding tax certificates to the contractor
within the time stipulated by the relevant law to enable the contractor to file the
same with the government.
11.5 Tax information-
The bidder has to compulsorily fill up annexure-7 along with BOQ during submission
of bid. Annexure-8 & 9 is to be submitted during execution of work after award.
Bidders shall substantiate the Information provided herein if called for to do so.
[
11.6 The evaluation of price bid will be done strictly on the basis of rates/total bid price
quoted by bidder in the price bid format plus service tax as applicable.
12.0 Currencies of bid and payment
12.1 The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless
otherwise specified in the special conditions of contract.
13 Bid validity
13.1 The bids submitted shall remain valid for acceptance for a period of 120 days from
the date of opening of the bid. The bidder shall not be entitled during the period of
validity, to revoke or cancel his bid or vary / modify the bid given or any item
thereof. In case of bidder revoking or canceling 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.
Page 19 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
13.2 In exceptional circumstances, prior to expiry of the original bid validity period,
NPCIL may request the bidders to extend the period of validity for a specified
additional period. The request and the responses thereto shall be made in writing.
A bidder may refuse the request without forfeiting its bid security but his bid will
not be considered. A bidder agreeing to the request will not be required or
permitted to modify its bid, but will be required to extend the validity of its bid
security for the period of the extension.
Page 20 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 21 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 22 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 23 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 24 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
The MSEs, who are interested in availing themselves of these benefits, will enclose
with their offer the proof of their being MSE registered with any of the agencies
mentioned in the Notification Ministry of MSE. The MSE must also indicate the
terminal validity date of their registration. Failing of these requirements, such
offers will not be eligible for consideration of benefit detailed in MSE Notification
of Govt. of India dated 23-03-2012.
25.2 MSEs who are interested in availing themselves of these benefits shall enclose
with their offer the proof of their being MSE registered with any of the agencies
mentioned in the notification of Ministry of MSME indicated below:
District Industries Centers
Khadi and Village Industries Commission
Khadi and Village Industries Board
Coir Board
National Small Industries Corporation
Directorate of Handicraft and Handloom
Any other body specified by Ministry of MSME.
Failing above, such offers will not be eligible for consideration of benefits detailed
in MSE notification of Government of India dated 23.03.2012.
25.3 The operational part of this clause shall be as defined in schedule A.
Page 25 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE - 1
WORK EXPERIENCE
1. Name of Work
4. In case the work is executed for private client the following shall be submitted:
Work order with bill of quantities
Extension letter, if work is completed beyond stipulated completion date
Completion certificate with final / last bill.
Stamped and signed certificate by Chartered Accountant giving details of
bill wise payment received, TDS amount, TDS certificate number.
Page 26 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)
This is to certify that the financial turnover of M/s ---------------With PAN number-------
---------------------------- is as under-
2. Profits/loss after
taxes
3. Annual turnover
NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium. All
such documents reflect the financial data of the bidder or member in case of JV/
Consortium, and not that of sister of parent company.
2. The financial data in above format shall be certified by Chartered Accountant /
Company Auditor under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the
bidder, he has to submit a certificate by a CA certifying that the balance sheet has
actually not been audited so far. The certificate shall be signed by bidder also. In
such case the financial data of previous three audited financial shall be taken into
consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was
necessary for the purpose of certification. The certification process involves
examining the supporting documents.
Page 27 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 3 A
FINANCIAL DATA
(Value of work done during the latest last five audited financial years)
I II III IV V
financial statements
NOTES :
2. All such documents reflect the financial data of the bidder or member in case of JV /
Consortium, and not that of sister or parent company.
3. The financial data in above format shall be certified by Chartered Accountant / Company
Auditor under his signature & stamp, membership number.
Page 28 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 3B
FINANCIAL DATA
Description Place & Contract Name & Value of Stipulated Value of Anticipated Remarks
of Work state No. & Address of Contract period of work date of
Date Client (Rs. In completion remaining completion
lacs) to be done
NOTE:
Page 29 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 4
NOTES:
1. The bidder shall submit the details of black listing /de-registration / holiday
by any central / state government department or public sector undertaking.
The relevant letter shall be scanned and uploaded,
Page 30 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 5
Page 31 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 6
Page 32 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 7
B - Composition Tax
Note : In case of option A-1/A-2, VAT
invoice as provided under K VAT rules shall
be submitted while billing failing which
VAT will be considered as per K VAT
composition scheme.
2.4 VAT TIN and CST TIN VAT:
(if unregistered, mention so) CST:
Unregistered
3.0 Service Tax
3.1 Whether service tax is applicable? APPLICABLE / NOT
APPLICABLE
3.2 If Not Applicable, the reason thereof. Being pure labour contract
Being exempted goods
Any other reason(please state )
3.3 Service Tax Registration number
3.4 For works contracts, 1. Valuation as per Rule 2A
( Construction/repair, maintenance (i) Or
works involving material) state the 2. Composition as per Rule
method of valuation opted by you as 2A (ii)
per service tax
( Determination of value ) Rules 2006.
Page 33 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Note:
1. 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. In case of any inconsistency in the rate of Service Tax quoted, the same
will be corrected by NPCIL for evaluation of bids.
3. Bidders shall substantiate the Information provided herein when called
for to do so.
Page 34 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE-8
Certified that:
1. Goods on which Value Added Tax / Central Sales Tax claimed are not
exempted from payment of VAT / CST under the provisions of respective
statutes.
Page 35 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE-9
2. I/We, are registered with Central Excise Department and our Registration
Number is _______________________
Page 36 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 10
I DO HEREBY UNDERTAKE
2. 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.
7. 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.
Signature of Bidder
(Stamp)
Page 37 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
ANNEXURE 11
5. Designation :
6. Address :
7. Contact No. :
Landline/ Mobile No.
8. E-mail ID :
9. Purpose of visit :
10. Person whom you want to meet :
11. Date of visit :
12. Time of visit :
13. Vehicle No. :
14. Drivers name & age :
15. Additional persons, if any *
Name :
Age :
Designation :
15. Remarks
*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card,
Driving License, any other ID card issued by Government etc. shall be produced
at CISF Main gate for entry. Mobile phones, laptop and any other electronic
device are not permitted.
Page 38 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-II
SCHEDULE A
Page 39 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 41 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-III
GENERAL INFOMATION
AND
Page 42 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
GENERAL INFORMATION
GENERAL
1.1 PROJECT :
The Kaiga Generating Station comprises of 4 units of 220 Mwe each. Turbo
Generator driven with steam from PHWR type Nuclear Reactor. Kaiga
Generating Station 3&4 being in close to the vicinity of Kaiga Generating station
1&2 and security point of view, all 4 units comes under the control of Central
Industrial Security Force.
1.2 LOCATION:
Kaiga Generating Station is located about 55 kms to the east of Karwar town &
13 kms on the upstream of Kadra Dam and on the left bank of River Kali. The
nearest Railway Station is Karwar on Konkan railway line. Hubli Railway Station
is about 150 kms from the site on Bangalore Londa Section of the southern
railway (Bangalore Mumbai Broad Gauge line).
1.3 ACCESS :
Kaiga Generating station is accessible from NH-66 which passes through Karwar
town. SH -67 on Karwar Belgaum route passes through Kadra.
The bidder should visit the site and familiarize themselves thoroughly with the
site conditions before submitting their tenders. Non familiarity with site
conditions will not be considered a reason either for extra claims or for not
carrying out the work in strict conformity with drawings as directed by the
Engineer-In-Charge as specified in the entire tender document and Technical
specification. For any information on site visit, the tenderer may visit the office
of Engineer in charge (CTC) with prior intimation.
Page 43 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2 SPECIAL INSTRUCTIONS/CONDITIONS:
2.2 CONTRACT SCHEDULE: The bidder shall note that the entire work has to
be completed within the stipulated time of contract. The time allowed for
carrying out the work as entered in the tender shall be strictly observed by the
contractor and shall deemed to be the essence of the contract. All work shall be
completed in accordance with the approved time schedule which forms a part of
the contract.
2.3 WORKS CO-ORDINATION: The contractor shall note that several other
agencies may also be simultaneously working within and around the work site
and structures covered under present contract. The contractor shall permit as
directed by the Engineer from time to time, such works to be carried out
without any hindrance and fully co-ordinate his activities and extend all his co-
operation to the other agencies working therein. In case of dispute in such co-
ordination, the Engineers decision shall be final and binding on the contractor.
2.4 SECURITY:-The contractor shall follow security rules as per GCC Clause
no. 4.20. The contractor shall get issued the identity cards of their workers
from colony Security section / CISF as applicable from time to time.
Contractor shall submit the duly filled up forms of all workers to be
deployed through Engineer- in-Charge to CISF at plant site for plant site work
or Colony Security Section for township works as the case may be for issue of
identity card to their workers. The workers should display their Identity Cards
during the working time. Xerox copy of identity cards of all workers to be
submitted to Engineer-in-Charge of work before I st R. A. Bill. It shall be noted
that the CISF / security section is empowered to carry out the checks.
Page 44 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Penalty Clause for non-return of RFID CARDS (for works at Plant site):
No due certificate has to be obtained from CISF pass section OR Time office,
CMU KGS for returning the RFID Cards (Identity cards at Township) issued to
contractor workers before clearing the final bill. The RFID Cards are to be
handed over to pass section at main gate once the validity period is completed
OR completion of the contract period whichever is earlier. In case of non-
submission of RFID Cards a penalty of Rs. 500 (Rupees Five Hundred Only) per
card & shall be made applicable and the same shall be recovered from the R.A.
Bill OR final bill
The contractor shall provide all Insurance policies in the joint name of
corporation and the period of policies shall be from the date of commencement
of work to the end of defect liability period. Contractor has to submit the
copies of Insurance policies along with the original policy document to the
Engineer-in-charge before the commencement of work.
Page 45 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Penalty for late submission of labour license as applicable shall result in levy
of non-returnable penalty equivalent to 2 (Two) times prescribed fee to be
paid on pro-rata basis on per day per person basis. Contractor shall ensure
the submission of application within 07 days of issue of Form-V failing which
penalty shall be imposed and recovery date shall be reckoned from o8th day
subsequent to issue of Form-V. Levy does not absolve contractor from the
responsibility regarding labour license.
The contractor shall comply with all the existing provisions of the Employees
provident fund and miscellaneous provisions of Act. The contractor should
ensure that all employees/ labours in all category deployed for the awarded
work should be covered in the EPF scheme, even if they are exempted from
EPF scheme. Contractor shall have to submit the Challan of EPF remittance and
form no. 12 as a proof of deposit of subscription of all employees/workers
deployed for the awarded work. In case, where the contract period is less than
a month and for petty works the contractor shall pay the EPF contribution
through Bank account to their workers along with the monthly salary/wages.
Along with the final bill, contractor shall submit an affidavit stating that all
the liabilities on account of EPF for the employees/workers deployed by the
contractor for the work, has already been liquidated and indemnifying NPCIL
of any future liabilities on this account and NPCIL shall have no responsibility
on this account.
2.8 UNIFORM: - For giving the belongingness & discipline to the contract
workmen towards NPCIL, the contractor has to issue minimum two sets of
uniform with the Agency name printed on it (Two Nos. of Trousers & shirts OR
Lab coats for male workers; Two Nos. of Sari/Salwar suit to female workers
including stitching charges) to all the workmen deployed in this contract.
In case contractor manpower is not found in uniform for more than 03 (Three
days) in a month, then a penalty shall be imposed @ Rs. 50/- per head per day
of such non-uniform days. Penalty will start after one month from the award of
work or after 1st RA bill whichever is earlier. This clause will be applicable
in all Annual Maintenance & service contracts even for the contracts whose
period less than one year. Safety Shoes conforming to relevant Indian Standards
shall be provided to all workers except for the works like housekeeping &
horticulture the contractor may be allowed to provide all weather shoes of
approved make with the approval of Engineer-In-Charge (Works) in place of
safety shoes.
2.9 LABOUR PAYMENT: The contractor shall comply all labour laws,
including relevant wage payment act in general such as wages, special wages,
Bonus, etc., as applicable. The contractor shall ensure payment to all its
employees/workers in all categories deployed/engaged for this work and the
wages paid to the workers shall not be less than calculated wages including
component of bonus as per the wage slip format enclosed in the Section VIII of
this tender document. The basic wage in the wage slip format shall not less than
Page 47 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
minimum wages (for the applicable category of worker) framed by the Central
OR State Government whichever is higher during the currency of this contract
and its valid extension, if any.
BONUS: The contractor shall have to make payment of Bonus @8.33% of wages
as prescribed under the payment of Bonus Act, as interim Bonus on monthly
basis along with monthly wage and the same shall be indicated in the wage slip.
The contractor or his authorized representative shall maintain the attendance
register, muster roll register, wage register, etc., for the workers engaged, also
for the work allotted and record the items of work carried out on the day.
The contractor shall ensure all payment including advance payment to all
employees/ workers in all category deployed for the work through individual
bank account only. It is the responsibility of the contractor to manage for
opening of saving bank account of individual employees deployed for the work
before payment of 1st (First) RA bill.
The contractor shall make the payment to all employees/ workers in all
category deployed for the work, on or before 7th day of succeeding month. The
contractor shall record a wage slip and issue it to the workers every month. The
remittance record of wages to the individual workers bank account shall be
submitted to EIC along with each RA bill and final bill.
Page 48 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
The charges towards transportation is considered as Rs. 50/- per day per worker
in the estimate, if the contractor is not providing the transportation then an
amount of Rs. 50/ (min) per worker per day shall be paid to the worker (this
clause is not applicable to township and CSR Works).
Ref. clause
Sl. No. of
Brief description Applicable penalty
No. Special
Conditions
1 Security: In case of A penalty of Rs. 500 (Rupees Five
non-submission of issued Hundred Only) per card shall be 2.4
RFID Cards. recovered from the final bill
2 Insurances : Incase non Levy of non-returnable penalty
compliance for the equivalent to 02 (tw0) times the
required period/delay in premium required to be paid for
submission of Insurance the lapse period (with a minimum
policies as per tender of Rs 1000/-) of each type of 2.5
conditions insurance policy i.e. CAR policy (if
applicable), Third party insurance,
Workmen
Compensation policy separately.
3 Labour License: Levy of non-returnable penalty
Penalty for late equivalent to 2 (Two) times
submission of labour prescribed fee to be paid on pro- 2.6
license as applicable rata basis on per day per person
basis.
4 Uniform: In case In case contractor manpower is
contractor manpower is not found in uniform for more
not found in uniform. than 03 (Three days) in a month,
then a penalty shall be imposed @
Rs. 50/- per head per day of such
2.8
non-uniform days maximum of
Rs.600/-. Penalty will start after
one month from the award of
work or after 1st RA bill
whichever is earlier.
5 Delay in labour Penalty @of 0.1% of work order
payment: In case of value per week delay with a
delay in labour payment minimum of Rs 100 per week
as prescribed in the delay and maximum of Rs. 300 per
special condition week delay shall be recovered 2.9
from the respective R.A.Bill of the
contractor.
6 Absenteeism:
(a) In case any No penalty up to 05 (Five) 2.9
particular category of cumulative days of unauthorized
manpower is absent or absence in a month, beyond which
the crew of manpower the contractor shall be liable to
reduces below the pay penalty @ Rs.100/- per
minimum requirement shortfall manpower per day of
Page 49 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2.12 AGREEMENT: The successful bidder shall enter into contract and shall
execute and sign the contract agreement in accordance with the Articles of
Agreement.
The contractor shall prepare the draft article of agreement in the Proforma
included in this tender document duly incorporating all the terms of agreement
between the two parties. After the review of draft by EIC of works, the same
shall be printed on an appropriate value bond paper/stamp paper (top Page) at
his own cost duly signed by the contract awarding authority. Thus signed
agreement shall be forwarded /submitted to CTC for further processing. The
agreement shall contain work order with SOQR, letter of acceptance of work
order by the contractor, LOI if any, MOM of Negotiation meeting if any, Bid
with complete tender document, addendums & corrigendum issued if any,
minutes of pre bid meetings if any and all correspondence with the successful
bidder till the award of work. All the pages of entire Agreement with
documents shall be duly numbered and bound.
The entire procedure shall be completed at the earliest; in any case signing of
an agreement shall be completed within the following limits:
a) Contractor shall follow at site the AERB safety code which is available
with the Engineer- In-Charge for reference and implementation.
Page 51 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
e) Height pass shall be obtained for works above 2.5mtr height and the
scaffolding members and planks shall confirm to the relevant BIS
specification such as IS-3696 etc.
k) Grinding machines shall be provided with wheel guard and the grinding
wheel shall be within its validity period.
m) Fire safety and industrial safety precautions at all areas including for
work near water bodies shall be observed in general.
Page 52 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 53 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 54 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2.19 SUB-CONTRACTORS: The contractor shall not sublet the whole or part of
the work without written consent of the Engineer-in-charge/Officer in charge.
The contractor shall be responsible for all the works of his sub contractor.
The Sub-Contractors shall be bound to the CONTRACT by the terms and
conditions, drawings and specifications and shall responsibilities that the
contractor assumed towards the Engineer.
For the purpose Contract value shall be the value at contract rates of
the work originally ordered.
d) 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 LD at above rates shall be made irrespective of the fact
that NPCIL has suffered the loss or otherwise due to delay in
completion of particular work.
The rate of LD (For Original works/ works contracts) is as given
below, for delay attributable to contractor, shall be as below:
For the purpose Contract value shall be the value at contract rates of
the work originally ordered.
d) 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 LD at above rates shall be made irrespective of the fact
that NPCIL has suffered the loss or otherwise due to delay in
completion of particular work.
2.21. WATER SUPPLY: Water supply will be made available on written request;
free of charge otherwise mentioned elsewhere depending upon nature of work
at designated point or at different points as decided by Engineer-In-Charge.
Contractor shall make his own arrangement for drawl from the supply point for
onwards requirements. If in any case NPCIL is not able to supply water,
contractor has to make his own arrangement. The work shall not be stopped
for this reason.
2.22. ELECTRICAL POWER SUPPLY: Construction purpose power supply will be
provide as per the cost indicated in Schedule A , on written request on a
Page 56 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
2.23. TERMS OF PAYMENT: Progressive month payment for the work completed
& accepted by the Engineer-in-charge 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-8 & 9 of this NIT in the first week of every
month, so as to process the same for payment in time.
Page 57 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
manpower without prior permissions will be looked seriously and this may
result in termination of contract in addition to legal action.
Incase if any team of workers/any worker shall be engaged on holidays
then they shall be engaged as per site requirement.
The contractor shall provide sufficient tools and tackles to all his workers
and ensure co-ordination with EIC to enable them to carry out the
required work in qualitative manner.
SUPERVISION OF WORK/MANPOWER: The contractor shall employ
supervisory manpower on regular basis on all working days at his own
cost. The employed supervisors shall have suitable qualification and
experience to obtain, implement, extract and deliver quality product by
his worker. The supervisor should have sufficient knowledge, experience
and powers to augment the resources as per the instruction and work
requirement.
2.29. The Bidder shall fill all the templates of Technical and Financial bid of
Tender document. The information submitted/informed elsewhere
other than the templates shall not be considered for Bid Evaluation.
The bidder shall mention NOT APPLICABLE, if any of the templates is
not applicable to them. The L1 bidder shall submit a copy of all the
documents uploaded for this tender to prepare the work order and
subsequent agreement.
2.30. NPCIL reserves the right of accepting the whole or any part of the tender
and the tenderer shall be bound to perform the same at his quoted rates.
Page 59 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-IV
GENERAL CONDITION OF CONTRACT
New General Condition of Contract (page No. GCC 1 to GCC -138) is applicable
for this work. The copy of GCC enclosed separately along with this tender
Page 60 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-V
TECHNICAL SPECIFICATION
Page 61 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION V
TECHNICAL SPECIFICATION
The items in the schedule of quantities will be read in conjunction with relevant
specifications and construction drawing released, as may be deemed necessary
during the progress of work.
Page 62 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Sl No DESCRIPTION
1. Cut nitrile rubber sheet to the required size and shape.
a)Installation of nubile rubber with help of Armaflex S2O adhesive.
b)Cutting the puff sheet of different thicknesses to required size and laying over
the bitumin
c)Wrapping the Puff material with glass cloth
e) Cutting of required size GI sheet, fabrication and fixing over the cold
insulation with screws
f) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
8 Installation of new puff cold insulation(With circular cross section in two
halves) with GI cladding on pipes
a) Applying hot bitumen over the pipeline
b) Installing the puff insulation in two halves over the bitumen layer
e)Cutting of required size GI sheet, fabrication and fixing over the cold
insulation with screws
f) Thorough Cleaning of pipelines/Equipments and floor area after completion
of work
Notes
1) For Sl Nos 4,5 and 6 complete material shall be in the scope of
contractor
Page 64 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-VI
DRAWINGS
SCHEDULE OF DRAWINGS
Page 65 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SL.
Description Drawing No.
No.
Page 66 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-VII
SCHEDULE OF MATERIALS TO BE SUPPLIED
BY THE CORPORATION
Page 67 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SCHEDULE 'B'
Page 68 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SCHEDULE 'C'
Tools and Plants other than above 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.
Page 69 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
SECTION-VIII
BILL OF QUANTITIES/FINANCIAL SCHEDULE
Page 70 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
NOTE: The rates are to be filled up in Excel format (template) Enclosed Separately
along with this tender.
SCHEDULE OF QUANTITY & RATES
NAME OF WORK: Cold insulation of different equipments in kaiga#3&4.
ITEM RATE AMOUNT
DESCRIPTION OF ITEM UNIT QTY
NO. (in `) (in `)
1 Preparation of surface as per specification and fixing of O- sqm 200
Class Nitrile Rubber for condensation control on chilled
water pipes & equipments. The work includes shifting of
materials, labor, tools & Tackles as directed by EIC.
2 Removal of existing cemented cold insulation material from sqm 100
chilled water pipelines. Collecting in to garbage bags, survey
& disposing.
Removal; of existing Rubber cold insulation material from sqm 150
3 chilled water pipelines. Collecting in to garbage bags, survey
& disposing.
4 Supply and fixing cold insulation on pipes, ducts and
equipments using SE-type polystyrene, hot bitumen grade
85/25, GI chicken wire mesh and cement sand plaster etc.
complete as per PPE-984-R0 and as directed by the
Engineer-In-Charge
4.1 50 mm thick sqm 300
4.2 25 mm thick sqm 300
4.3 100 mm thick sqm 100
4.4 150 mm thick sqm 300
5 Supply and installation of GI cladding of 0.76 mm of 22 sqm 100
gauge and cold insulation of 50 mm thick expanded
polystyrene on chilled water pipelines & equipments (The
above work includes installation of SE-type polystyrene,
bitumen grade 85/25, GI cladding, chicken mesh, GI wire
etc)
6 Supply and installation of GI cladding of 0.76 mm of 22 sqm 200
gauge over cold insulation on chilled water pipelines &
equipments
7 Installation of cold insulation on ducts and equipments
using hot bitumen grade 85/25, puff insulation material,
covering with glass, applying shellykote material over glass
and installing GI cladding of 22 gauge and fixing with screws.
7.1 60 mm thick sqm 300
7.2 120 mm thick sqm 300
8 Installation of Puff type cold insulation on pipelines sqm 100
including applying of hot bitumen, installation of puff
insulation material over the pipe in two halves, wrapping
glass cloth over the puff material, applying shellykote
material over the glass cloth, installing GI cladding of 22
gauge and fixing with screws.
Total Amount = `
Page 71 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
FORMATS
Page 72 of 82
Sr.no.
Nature of
hindrance
Date of
occurrenc
e
Date of
removal
Period of
hindrance
Overlappi
ng period
if any
Net
extension
Dated
FORMAT FOR HINDRANCE REGISTER
sign of
Contracto
r with
name
Dated
sign of
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Engineer
with
Page 73 of 82
name
Remarks
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
AGREEMENT
Now the agreement witness and it is hereby agreed by and between the parties
hereto as follows:
1.. This agreement, inter alia, the contract consisting of here to annexed
contains the entire agreement of Pages 01 to ___ and pages of original
tender from 01 to ___ inclusive hereto annexed contains the entire
agreement between the two 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 undertaking given under the
terms and conditions of the agreement..
Page 74 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Page 75 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Wage period
Mod of Payment Through Bank
Bank Name
Employees PF Account No. Bank Account No.
_______________
Payments
Basic Wages in `
Overtime in `
Any Other Payment in `
A) Interim bonus @8.33%
of wages (wage ceiling
limit of ` 3500/-per
month)
Transport Charges
Total in `
Deduction
EPF @ 12% in `
Any Other Deduction in `
Total Deduction in `
Net Wages in `
Page 76 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
FROM 1
The candidate must make the required statement below prior to his medical examination and
must sign the declaration appended thereto. His attention is specially directed to the warning
contained I it:
OR
Page 77 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
Fathers age if living Fathers age at death No. of brothers living, No. of brothers dead,
and state of health and cause of death their ages and state of their ages at death and
health cause of death
Mothers age if living Mothers age at death No. of sisters living, No. of sisters dead, their
and state of health and cause of death their ages and state of ages at death and cause
health of death
9. Past Occupation :
Give details of Name of the Company and Job Hazards if any:
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
I declare all the above answers to be, to the best of my belief, true and correct.
I also solemnly affirm that I have not received disability certificate/pension on account of any
disease or other condition.
NOTE: The candidate shall be held responsible for the accuracy of the above statement. By
willfully suppressing any information, he will incur the risk of losing the appointment or
forfeiting all claims to superannuation allowance/gratuity, if appointed.
Page 78 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
FORM 2
EXAMINING PHYSICIANS REPORT
1. Personal Details:
Nature of Job:
___________________________________________________________________________________
___________________________________________________________________________________
General Appearance :
___________________________________________________________________________________
___________________________________________________________________________________
Present posting:
Marks of Identification:
I. _________________________________________________________________
II. _________________________________________________________________
Signature of Signature of
Medical Officer: ______________________ Candidate: _____________________
2. History:
a) Personal: __________________________________________________________________
b) Family: __________________________________________________________________
c) Past History: Major Illness/Operations/Injuries with date
___________________________________________________________________________
___________________________________________________________________________
d) Occupational: Previous ________________ Duration with year ______________
e) Female Candidate:
______________________________________________________________
Page 79 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
3. General Examination:
f) Acuity of Vision:
Strength of glasses
Without glasses With glasses
Sph Cyl Axis
Distant Vision RE
LE
Near Vision RE
LE
Note: Detailed visual acuity test to be posted as Drivers, Crane operators, Fork-
lift, Locomotive operators, Firemen, Security personnel
k) Special Investigation
v) Hemorrhoids: ______________________________________________
l) Others: __________________________________________________________
Page 80 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
4. Systemic Examination:
g) Others: ____________________________________________
DLC: ________
b) Urine:
____________________________________________________________________________
______________________________________________________
d) Bio-Chemistry:
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
7. Remarks:
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
Signature of
Medical Officer: _____________________
Page 81 of 82
Tender No.: NPCIL/KGS/CTC/MMU- 3&4/2015-16/ET/529
FORM 3
i. Fit
1. ___________________________________________________________
2. ___________________________________________________________
Medical Officers
Signature: _______________________________
Name: ________________________________
Designation: _____________________________
Page 82 of 82