Sei sulla pagina 1di 62

e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 1 of 62

TENDER DOCUMENT

TENDER NO.

KAPS/CTC/1-2/WMP/2016/ET/330

-12

Item Rate contract for WMP works at KAPS-1&2


e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 2 of 62

TENDER DOCUMENT CONTENT

S.NO. SECTION DESCRIPTION PAGE NO

1. A PROCEDURE FOR REGISTRATION & OBTAINING 03


DIGITAL SIGNATURE CERTIFICATE FOR E-TENDERING
2. SECTION I E TENDER NOTICE & STANDARD NIT 04

3. SECTION II MEMORANDUM OF AGREEMENT 24

4. SECTION III SPECIAL CONDITIONS OF CONTRACT 25

5. SECTION IV GENERAL CONDITIONS OF CONTRACT 36

6. SECTION V TECHNICAL SPECIFICATION AND SCOPE OF WORKS 37

7. SECTION VI SCHEDULE OF DRAWING 47

8. SECTION VII SCHEDULE OF MATERIAL TO BE SUPPLIED BY THE 48


CORPORATION & FORMATS OF VARIOUS
CONTRACTUAL DOCUMENTS
9. SECTION VIII BILL OF QUANTITIES / SCHEDULES OF QUANTITIES 60
AND RATES
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 3 of 62

SECTION A

PROCEDURE FOR REGISTRATION & OBTAINING DIGITAL SIGNATURE CERTIFICATE FOR E-TENDERING
ACTIONS REQUIRED BY CONTRACTORS FOR PARTICIPATION IN E-TENDERING
a. PROCEDURE FOR REGISTRATION
1. Log on to website www.tenderwizard.com/DAE.
2. Go to the link REGISTER ME on Home page.
3. Fill up the form and submit. (Marked fields are mandatory).
4. Upload scanned (original) copy of
i) Registration certificate,
ii) Turnover certificate
iii) PAN card, then click Finish upload.
5. Pay Annual Registration Fees as under:
CHARGES FOR ANNUAL REGISTRATION
Sr. TURN OVER OF CONTRACTORS ANNUAL REGISTRATION FEE MODE OF PAYMENT
No (Including Service Tax)
01 Up to Rs.50 lakhs Rs. 1140/- (For One Year) Online payment by net banking,
02 More than Rs.50 Lakhs & up to Rs.5 Crore Rs. 3420/- (For One Year) Credit Card / Debit Card of any bank
03 More than Rs.5 Crore Rs. 5700/- (For One Year)
6. After payment, an acknowledgement will be generated. Send mail of acknowledgement copy for activation of
profile to daehelpdesk@tenderwizard.co.in.
7. On registration as above, LOG-IN USER ID & PASS WORD will be activated for the TENDER WIZARD site.
8. Log-in to the TENDER WIZARD portal of DAE by using digital signature certificate (DSC / e-token) as per details
given in (B) below, for downloading / uploading documents and other tendering activities.
b- PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE:
1. For logging the tender wizard e-tendering website contractor to possess class-III digital signature certificate (DSC /
e-Token) from any one of the authorized agency viz. e-Mudhra, TCS, GNFC, MTNL. N-Code, C1 India etc.
2. For convinces of the contractors, arrangements have been made as an option, to provide DSC of e- Mudhra from
Unit Help Desk OR Prospective contractors may contact - 09969395522 (Mr. Rudresh, Mumbai) or Help Desk
Personnel of M/s ITI Ltd posted at KAPS - 09408165978 (Mr. Brijesh Patel).
3. Procedural requirement for obtaining e-Mudhra Class-III DSC from DCSEM:
a) Log on web site www.tenderwizard.com/DAE
b) On home page click DOWNLOAD Section. Under DIGITAL SIGNATURE application there are three applicable
options as under:
Description Download
Class-III Application Form for organization (Contractors) Click here to Download
Class-III Application Form for individual(Contractors) Click here to Download
Class-III Renewal Application Form Click here to Download

b) Download the required form, fill all the details as per guidelines. Sign across the photograph and submit to ITI
Help desk along with payment for DSC as under:

Sr.No. PARTICULARS DSC CHARGES DSC RENEWAL CHARGES DD IN F/O


01 DSC Class-III- individual Rs. 3990/- (1 Year) Rs.2850/- (1 Year) ANTARES SYSTEMS
(Contractors) Rs. 4902/-(2 Year) Rs.3762/- (2 Year) LIMITED, Payable
02 DSC Class-III- Organization Rs. 4218/- (1 Year) Rs.2997/- (1 Year) at Bangalore.
(Contractors) Rs. 5157/-(2 Year) Rs.4031/- (2 Year)
NOTE:
1. The names and address in the supporting document and in the application form should be the same.
2. Supporting documents should be attested by any Gazetted office or Bank Manager.
3. Please refer DSC application form for supporting documents required.

FOR ANY HELP / QUERY, PLEASE CONTACT


DAE help Desk, Bangalore 080-40482000 e-Mail: daehelpdesk@tenderwizard.co.in
DAE help Desk, New Delhi 011-49424365 e-Mail: daehelpdesk@tenderwizard.co.in
DSCEM, Mumbai, Mr. RUDRESH M/s ITI representative Mobile 09969395522 e-mail id:
twhelpdesk231@gmail.com
NPCIL Kakrapar, Mr. Brijesh Patel M/s ITI representative Mobile 09408165978 e-mail id:
twhelpdesk637@gmail.com
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 4 of 62

NUCLEAR POWER CORPORATION OF INDIA LIMITED


(A Govt. of India enterprise)
CENTRALIZED TENDERING CELL
e-TENDER NOTICE
Online tenders are invited through e-tendering mode by competent authority, for and on behalf of NPCIL
from eligible contractors for the work and details given below:

GENERAL DETAILS
1 Tender no. KAPS/CTC/1-2/WMP/2016/ET/330
2 Name of work Item Rate contract for WMP works at KAPS-1&2
3 Estimated cost of the work inclusive of all taxes Rs. 4382413/- (Without Service Tax)
but excluding service tax
4 Bid security @ 2% of estimated cost excluding Rs. 87648/-
Service tax subject to maximum of ten lakh
5 Mode of tender Public Tender
Type of tender One part Two bid System
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period 24 Months (including monsoon period)
8 Tender processing fee including taxes Rs.2520/- in favour of M/s. ITI Limited through on-line
payment, debit /credit card
9 Availability of tender documents for free view The links of website www.tenderwizard.com/DAE is
only also available on websites www.npcil.nic.in & http://e-
procure.gov.in
10 Dates of availability of tender documents for From 09/11/2016 (10:00 Hrs.) up to 16/11/2016 (17:00
downloading (purchasing) after paying Hrs.) On website www.tenderwizard.com/DAE
processing fee. (Selling period)
11 Last date and time of submitting online 17/11/2016(up to 15.00 hours)
queries/questions for clarification in both cases
whether pre- bid meeting is envisaged or not
12 Pre-bid meeting Not Applicable
13 Last date and time of closing of online 23/11/2016 (17:00 Hrs.)
submission of tenders:
14 Date and time of online opening of technical 26/11/2016 (11:00 Hrs)
bids.
15 Date and time of online opening of financial Will be notified on web site at a later date
bids
16 Competent authority inviting tender Chief Superintendent, KAPS 1 & 2
17 Authority & place for seeking clarification on Shri Aniket Mistry, SO/D (Centralised Tendering Cell),
tender conditions, pre- bid meeting, opening of Kakrapar Gujarat Site, NPCIL
tender (on working days and during office Phone no: 02626-230667, M - 9428821843
hours only - 10:00 to 17:00 Hrs) e-mail: aniketmistry@npcil.co.in
18 Help Desk Help desk of M/s ITI:
1. Shri Rudresh, Mob No. 09969395522,
2. Shri Brijesh Patel, Mob No. 09408165978
E-mail: twhelpdesk231@gmail.com
twhelpdesk637@gmail.com
1. E payment gateway: 022-41852124
On working days from 10 am to 6 pm
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 5 of 62

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS:


1. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are required to get
enrolled.
2. The intending bidder must have valid class-III digital signature (DSC) to participate in
tendering/purchase/submit the bid.
3. Steps for downloading, uploading and free view:
3.1 Free view:
Prospective bidders or general public can see and download free of cost PDF format of the tender
documents from website www.tenderwizard.com/DAE >Tender of DAE > Nuclear Power Corporation of
India Limited. This document is for information purpose only and the same cannot be used for bid
purchase/submission.
3.2 Downloading (Purchasing) and uploading (Submitting) of bid:
To participate in the tender, prospective bidder is requested to download (purchase), after login in the
home page of the website www.tenderwizard.com/DAE with User id/Password/Class III Digital
Signature Certificate.
Steps to Download (purchase) the particular tender:
a: Click on UNAPPLIED button
b: Click on REQUEST button
c: Pay tender processing fee online via any credit card/Debit card or Net banking.
d: Click on OK/SUBMIT button
Steps to Uploading (Submitting) the tender:
a: Click on INPROGRESS button (In status column bidder will find the tender as RECEIVED)
b: Bidder will be able to download required tender documents by clicking EDIT attachment button for
any number of times till last date of submission.
c: Pay Bid Security Deposit /EMD fee online via E-payment/NEFT/RTGS or MSME exemption as
applicable.
d: Prospective bidder has to download excel/pdf documents, fill/scan and upload the same without
renaming it.
e: Prospective bidder has to attach requisite documents from document library.
The bidders are requested to refer help manual to understand the portal and contact ITI helpdesk in case
of any doubt. The corporation will not entertain any claim if the bidder fails to download and upload the
bids as desired in timely fashion.
4. The intending bidder must read the terms and conditions in the notice inviting tender & pre-qualification
criteria (for public tender) carefully. He should only submit his bid if he considers himself eligible and he
is in possession of all the documents required.
5. Submission of bid shall mean acceptance of undertaking to be furnished online by bidder as per format
enclosed as annexure-10.
6. Information and Instructions for bidders posted on website shall form part of tender document. The
tender is to be downloaded and uploaded only on www.tenderwizard.com/DAE after paying requisite
processing fee.
7. The bid can only be submitted after uploading the mandatory scanned documents, payment of
processing fee in favour of ITI LIMITED, NEW DELHI, bid security in favour of NPCIL and other
documents as specified. Processing fee shall not be refunded in any case.
8. After submitting bids the contractor can re-submit revised bid any number of times but before stipulated
closing time and date of online submission of bid as notified. The bidder can withdraw the bid before
stipulated closing date and time of online submission. But, once the bidder withdraws the bid, it cannot
be resubmitted.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE. In addition to this, while
selecting any of the cells a warning appears that if any cell is left blank the same shall be treated as 0.
Therefore, if any cell is Left blank and no rate is quoted by the bidder, rate of such item shall be treated
as 0 (ZERO). The bidder shall be required to execute such items at his quoted rate of zero as per
specifications, bill of quantity and GCC provisions.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 6 of 62

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.
13. Bidders are advised to open bank account with core banking solution branch (with NEFT / RTGS) in order
to facilitate online payment of tender processing fee and bid security for their own benefit. IFSC is an 11
digit code with the first 4 alpha characters representing the bank, and the last 6 characters representing
the branch. The 5th character is 0 (zero). The bidder shall fill IFSC code correctly i.e. upper case of
alphabets, spacing and all eleven alpha-numeric. The bid security shall be refunded online to the bank as
per the details submitted. In case of erroneous details it will not be possible to refund the bid security
online and bidder shall be responsible for consequent delays.
14. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall imply that the bidder
has seen and understood the GCC & NIT and shall abide by the same without any deviations/conditions.
The detailed NIT and GCC shall be part of agreement. If the bidder at any stage refuses to accept the
same, the bid shall be rejected and bid security shall be forfeited. Further disciplinary action is liable to
be taken including debarring from participation in re-tendering of the same work or other works as
deemed appropriate by the competent authority.
LIST OF MANDATORY DOCUMENTS TO BE SCANNED AND UPLOADED ON THE LINK WITHIN PERIOD OF BID
SUBMISSION:
Sr. DESCRI PTION
No.
1. Power of attorney of the signatory of bid as per relevant clause of NIT
2. Registration of company defining constitution, legal status, place of registration
3. Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail benefit of clause-
25 and 10.2 of NIT
4. PAN card
5. Registration of EPF
6. Registration of service tax certificate
7. Registration of sales tax/VAT/WCT certificate
8. Registration of TIN certificate
9. Registration of ESIC for areas under coverage of ESIC
10. Work experience 1: As per annexure - 1 of NIT
11. Work experience - 2: As per annexure - 1 of NIT
12. Work experience - 3: As per annexure - 1 of NIT
13. Work experience - 4: As per annexure - 1 of NIT
14. If work experience is for private body other than government / government bodies / public sector units,
TDS amount & TDS certificate for works executed are to be submitted.
15. Certificate of annual turnover of last 3 years stamped & signed by Chartered Accountant as per annexure -
2 of NIT
16. Statement of value of work executed during last five financial years stamped and signed by Chartered
Accountant as per annexure - 3A of NIT(Not Applicable)
17. 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(Not Applicable)
18. Annexure 7 Tax Information
19. Memorandum of Agreement (section II)
20. UNDERTAKING BY THE BIDDER As per annexure-10 of NIT
NOTES:
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The submission of
documents is deemed as undertaking by bidder that all the documents are true and genuine. If it is
found, at any time during bidding or execution of work, that the information / documents submitted by
the bidder are in variance / forged / bogus, they shall be legally held responsible for the same. Their
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 7 of 62

offer shall be summarily rejected or termination of contract, if awarded, forfeiting of the bid security,
performance guarantees, security deposit, if any. The bidder / contractor shall be blacklisted / debarred
for further works in NPCIL for a period of five years.
2. By submission, the bidder undertakes and confirms that eligible similar works have been executed as
prime contractor and the same have not been got executed through another contractor on back to back
basis or as a subcontractor. Any violation of this shall result in panel action as per point-1 above.
3. It is essential to upload all the mandatory documents. If some document is not applicable / available the
status shall be printed on a paper and same shall be uploaded. Uploading of any blank / irrelevant
documents in connection to mandatory documents will lead to rejection of the offer.
4. At the time of submission of bid, contractor shall upload certificate from CA mentioning financial
turnover of last 3 years, value of work done during last five audited financial years (A) and existing
commitments (B) for calculation of bid capacity. The bidders are requested to submit details of all
existing commitments. Concealment of information in this regard shall result in rejection of bid and
forfeiture of bid security along with debarring for a year from participation in any of the tender of
corporation. Further financial details and related supporting documents, if required may be asked from
contractor after opening of technical bid. There is no need to upload entire voluminous balance sheet.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification criteria in the excel
sheet uploaded for the purpose. The technical evaluation shall be done based on the data provided in
excel sheet and the relevant document uploaded to support the same. In case where the relevant
information is not filled in the uploaded excel sheets while commensurate supporting documents are
uploaded, the supporting documents shall not be considered in evaluation as the technical evaluation
sheet is auto generated by system.
6. Therefore the bidders in their own interest shall fill all the relevant information in excel sheets and
upload commensurate supporting documents. The bidders shall not write in the excel sheet that
information is as per enclosure, as it will be treated as no information is submitted. The corporation shall
not accept any new document for pre-qualification after bid opening. Corporation may ask for
clarification and submission of documents in support of documents already submitted.
7. In case of single / nomination / limited tenders the bidders are not required to upload information and
documents for prequalification.
PRE-QUALIFICATION CRITERIA
1. MINIMUM REQUIREMENT:-
1.1 Work Experience:
The intending bidder must have in its name as prime contractor experience of having
successfully completed similar works during last 5 years ending last day of month previous to
the one in which NIT has been published on e-tendering portal should be either of the following:
a) Three similar completed works, each costing not less than the amount equal to 25% of the
estimated cost
or
b) Two similar completed works, each costing not less the amount equal to 35% of the
estimated cost
or
c) One similar completed work costing not less than the amount equal to 50% of the estimated
cost.
Note: Work executed for private body will be considered only if contractor / firm produce tax
deduction at source certificate.
or
c) On going work of similar nature in any Central Government/State Government/PSU bodies
in which the value of work completed up to last day of month previous to the one in which
NIT has been published on e-tendering portal 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.

Similar work for the purpose of this contract is Service & Maintenance works in radioactive areas.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 8 of 62

1. The cost of completed work shall mean gross value of the completed work including all the taxes and
levies, cost of material supplied by the client on chargeable basis, but excluding those supplied free of
cost. The cost of chargeable material shall be the fixed value at which the client had supplied the
material.
2. The work experience of the bidder for those works only shall be considered for evaluation purposes,
which are completed before the last date of month previous to one in which tender is being opened.
Hence, the works which are incomplete/ on-going, as on the last date of month previous to one in which
NIT has been published on e-tendering portal, shall not be considered against eligibility.
3. In case the work is started prior to the eligibility period of 5 years (counted backwards starting from the
last day of month previous to one in which tender is being opened) and completed within the said
eligibility period of 5 years, then the full value of work shall be considered against eligibility.
4. In case the experience has been earned by the bidder as an individual or proprietorship firm or partner
of a partnership firm, then 100 % value of experience will be considered against eligibility. But if the
experience has been earned by the bidder as a partner in a Joint Venture/ Consortium, then the
proportionate value of experience in proportion to the actual share of bidder in the joint venture/
consortium will be considered against eligibility. The bidder shall furnish information regarding the
actual percentage of share and value of experience accordingly. In case of joint venture/ consortia, full
value of work, if done by the same joint venture shall be considered.
5. The bidder shall submit details of work executed by them in the Performa of Annexure-1 of NIT for the
works to be considered for qualification of work experience criteria. Documentary proof such as work
order/ purchase order/ agreement, completion certificate from client clearly indicating the name of
work, actual completion cost and actual date of completion for such work should be submitted. The
offers submitted without the documentary proof shall not be evaluated. The work done for all
companies except government/ government bodies/ public sector units, which has been completed after
extension, will not be accepted without documentary proof of extension.
a) Work order with bill of quantities and rates
b) Extension letter, if the work has been completed beyond stipulated completion date in work order/
agreement
c) Completion certificate issued by client with final/ last bill mentioning the gross value of work done.
The completion certificate shall be for individual work order. The completion certificate clubbing two
or more work orders shall be rejected.
d) Stamped and signed certificate by chartered accountant giving details of bill wise payment received,
TDS amount & TDS certificate number for works executed for all companies except government/
government bodies/ public sector units.
6. The value of work done meeting pre-qualification criteria shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7 % per annum, calculated from the date of
completion to the last day of month previous to the one in which NIT has been published on e- tendering
portal. Both the date of completion and last date of month previous to the one in which NIT has been
published on e-tendering portal shall be excluded for the purpose of calculating escalation.
7. The bidders if required may be asked to produce original and photocopy of all the documents attested
by notary submitted for qualification purpose for verification at any stage at corporations discretion. If
the same are not produced in stipulated time, the bid shall be rejected.
1.2 Annual Turnover:
The average annual financial turnover during the last three years ending 31st March of the previous
financial year should be at least 30% of the estimated cost.
Notes:
a) Financial data for latest last three audited financial years has to be submitted by the bidder in
Annexure-2 of NIT. The same shall be certified by chartered accountant (CA) with his stamp and
signature. In case balance sheet of the last financial year is not audited, the bidder has to submit a
certificate by a CA certifying that the balance sheet has actually not been audited so far. In such
case the financial data of previous three audited financial shall be taken into consideration for
evaluation. If the audited turnover of any year as per above is not submitted, the turnover for that
year shall be considered as zero and average annual turnover for three years will accordingly be
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 9 of 62

calculated. If the CA certificate is not submitted along with the bid, the bid will be considered as non-
responsive and rejected.
b) In case of joint venture/ consortia, the financial standing criteria will be evaluated based on
weighted average of the financial data of the members as per their percentage participation.
1.3 (Not Applicable)For tenders of estimated cost put to tender of Rs. 100.0 Lakhs and above, bidders who
meet minimum criteria will be qualified only if their available bid capacity is more than the bid value.
The bid capacity of the contractor shall be determined by the following formula:
Bid Capacity = (A x N x 2) - B
Where,
A = maximum value of works executed in any one year during last five financial years.
B = Value of existing commitments and on-going works calculated from last date of month previous to
one in which NIT has been published to be completed in the next N years.
N = Number of years prescribed for completion of the subject contract.
Financial data for latest last five financial years has to be submitted by the bidder in 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 of the members as per their percentage share in the joint venture/
consortia.
b. If it is found at any stage that the bidder has submitted incorrect data for assessment of bid capacity
the bid or if the work is awarded the work order shall be rejected/ cancelled and other penal action
as per NIT and GCC shall be taken.
1.4 Copy of registration of EPF shall be submitted as part of mandatory document as per schedule -A.

2. GENERAL ELIGIBILITY CRITERIA


2.1 A Bidder may be a natural person, private entity, government-owned entity, or any combination of
such entities supported by a letter of intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture of Association (JVA) or Consortium. Bids from JVA or
Consortium shall not be accepted for works with estimated cost below Rs. 100 crores. JVA are not
permitted for service & maintenance contract of all values.
In the case of a joint venture or consortium:
a) Joint venture/ consortium should not have more than three partners who are specialized in their
respective field.
b) The JVA or consortium agreement shall nominate a lead partner who shall have the authority to
conduct all business for and on behalf of any and all the partners of the JVA/ Consortium during
the bidding process and, in the event the JVA/ Consortium are awarded the contract, during
contract execution.
c) In such case, generally the lead partner shall take full responsibility of successful completion/
fulfilment of all the contract conditions. Unless otherwise specified, all partners shall be jointly and
severally liable.
d) A non-Indian firm is permitted to tender only in a consortium arrangement or joint venture with
their wholly owned Indian subsidiary registered in India under companies act-1956 or any other
Indian firm having minimum participation interest of 26 %.
e) In case of joint venture/ consortium PAN number, VAT/ sales tax registration number of each
partner shall be submitted.
2.2 A bidder shall not have a conflict of interest. In case of JV/ consortium none of the partner shall have a
conflict of interest. All bidders found to have a conflict of interest shall be disqualified. A bidder may
be considered to have a conflict of interest with one or more parties in this bidding process, if:
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 10 of 62

a) A bidder participated as a consultant in the preparation of the design or technical specifications of


the works that are the subject of the bid; or
b) A bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the
corporation or as engineer-in-charge for the contract.
c) One firm applies for tender both as an individual firm and in a group.
d) If bidders in two different applications have controlling shareholders in common.
e) Submit more than one application of the tender.
2.3 Government-owned entities in the corporations country shall be eligible only if they can establish that
they are legally and financially autonomous and operate under commercial law. Also, they shall not be
dependent agencies of the corporation.
2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to the corporation, as the
corporation shall reasonably request any time within the currency of the contract (including defect
liability period).
2.5 Firms shall be excluded if:
1 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
2 by an act of compliance with a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, the borrowers country prohibits any import of
goods or contracting of works or services from that country or any payments to persons or entities
in that country.
3. CONTRACT ELIGIBILITY CRITERIA
Further, the contract eligibility may include the following, if specified in pre- qualification criteria:
3.1 Documentary evidence of adequate financial standing, certified by bankers, audited profit & loss a/c
and balance sheet, access to adequate working capital.
3.2 Construction equipment proposed to be deployed for the project and proof of its availability;
equipment proposed to be purchased or leased.
3.3 Key personnel available and proposed to be engaged for management and supervision of the Project,
their qualifications and experience. Valid certificates by a recognized University, technical Board, or
Ministry of Government of India would only be taken cognizance of.
3.4 Project planning and quality control procedures to be adopted.
3.5 The bidder has to obtain ESIC registrations after award of work in the areas covered by ESIC.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 11 of 62

NOTICE INVITING TENDER


Scope of bid
1.0 The Nuclear Power Corporation of India Limited (referred to as corporation or NPCIL in these
documents) invites bids for the work. The successful bidder should provide the services during the
period of work as per the terms and conditions specified in the NIT, general condition of contract,
technical specifications, special conditions of contract and schedules.
2.0 Eligible bidders
2.1 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in prequalification
criteria. Bidders are advised to note the pre-qualification criteria specified in the notice inviting tender.
2.2 Incomplete bids and bidders not meeting the minimum qualification criteria shall be summarily
rejected. It may be noted that mere submission of bid does not imply that your offer shall be
considered. Tenders are considered only after NPCIL themselves assess the document submitted along
with the bid by the bidder meets the pre-qualification criteria as specified in notice inviting e-tender
during evaluation of bid.
2.3 The bidder who has been blacklisted/ de-registered/ holiday at any of the sites of NPCIL, DAE, any other
government department or PSU shall not be eligible for participation in tenders of NPCIL for that
period.
3.0 One bid per bidder
3.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than one bid will
cause the bidders participation to be disqualified for all the proposals.

4.0 Cost of bidding


4.1 The bidder shall bear all costs associated with the preparation and submission of his bid and the
corporation will in no case be responsible and liable for these costs.
5.0 Site visit
5.1 The bidder and any of his authorized personnel or agents will be granted permission by the corporation
to enter upon its premises and lands for the purpose of site visit. However, the bidder, his personnel
and agents will be responsible against all liability in respect thereof, including death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of
the inspection.
5.2 The bidder should inform the corporation at Least three days in advance about the proposed site visit.
5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the site and its
surroundings and satisfy himself before submitting his bid as to the form and nature of the site, the
means of access to the site, the accommodation he may require, etc.
5.4 In general, bidders shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge
of the site, whether he inspects it or not and no extra claims due to any misunderstanding or otherwise
shall be allowed.
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.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 12 of 62

6.0 Content of bidding documents


6.1 Submission of a bid by a bidder implies that he has read this notice and all other contract documents,
clarification, addendum, corrigendum and has made himself aware of the scope and specifications of
the work to be executed and of conditions and rates at which stores, tools and plant, etc, will be issued
to him by the corporation and local conditions and other factors having a bearing on the execution of
the works.
6.2 The bidder shall submit the bid, which satisfies each and every condition laid down in the bid
documents, failing which, the bid is liable to be rejected.
6.3 The documents listed below comprise one set of bid document:
a) Notice Inviting tender (Including Pre-qualification criteria), e-tender notice
b) Memorandum of Agreement
c) Special Conditions of Contract
d) General Conditions of Contract
e) Technical Specifications/ Datasheets
f) Drawings, if any
g) Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit, Memorandum of
Understanding / Consortium Agreement, Lump sum Advance, Form of Hypothecation Deed, Disputes
Resolution Board, agreement, format of completion certificate, and format of Performance Guarantee.
h) Bill of quantities

7.0 Pre-bid meeting: (Not Applicable)


7.1 The bidder or his officially authorized representative is invited to attend pre-bid meeting, which will
take place as referred in instructions to the bidders. The bidder shall intimate the details of his
authorized representative in prescribed format (annexure-11) to the CTC office to facilitate his
attending the meeting.
7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on matters that may be
raised at that stage. The bidder is requested to submit their questions / queries preferably by e-mail so
as to reach the corporation before stipulated date and time for submitting the same. The queries which
are received after stipulated date and time as per NIT shall be summarily rejected and no response shall
be made.
7.3 Attending the pre-bid meetings is in the interest of bidders to understand the scope of work of the
tender. It is insisted upon that bidders shall attend the pre-bid meetings. However, in case the bidders
do not attend the pre-bid meetings, it would be presumed that they have understood the scope of
work. NPCIL has to finalize the award within a limited time schedule. Therefore, NPCIL will not seek any
clarification in respect of incomplete offers. Any doubt, may be cleared, if required by the bidder before
filling the bid. No request for extension of bid submission dates shall be entertained.
7.4 Minutes of the meeting, including the text of the questions (without identifying the source of enquiry)
and the responses given will be displayed on web site. Any modifications of the bidding documents
which may become necessary as a result of the pre-bid meeting shall be made by the corporation
exclusively through the issue of an addendum only and not through the minutes of the pre-bid meeting.
The addendum shall be binding on all the bidders. Submission of bid shall imply the acceptance of
addendum by the bidder.

8.0 Amendment of bid documents


8.1 Before the deadline for submission of bids, the corporation may modify the bidding documents by
issuing addenda on web site.
8.2 Any addendum so issued shall be part of the bid document as well as contract document.
8.3 To give prospective bidders reasonable time to take an addendum into account in preparing their bids,
the corporation may extend the date for submission of bids, if necessary.
8.4 Corrigendum, addendum or any other information regarding tender shall be uploaded only on web site.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 13 of 62

Hence, the bidders are requested to visit the web site (www.tenderwizard.com/DAE) regularly. The
above documents shall become part of bid and agreement. Submission of bid shall imply that bidder has
noted and accepted content of all the corrigendum / addendum / clarifications and affect of same has
been included in price bid.

9.0 Language of the bid


9.1 All documents relating to the bid shall be in the English language unless stated otherwise. Hindi version
of general conditions of contract (GCC) uploaded on web site is for information purpose only. The
English version of GCC is the legal document.

10.0 Bid security


10.1 The bid security amount may be paid in the modes described below. The corporation shall not pay
interest on the same in any case. The bidder is responsible for timely payment of bid security, so that
corporation receives the same before stipulated date and time. Even if the payment made by the
bidder within the stipulated date and time is not received by the corporation due to reasons beyond
control of the bidder, bid will be considered as non-responsive and rejected. If the bid security amount
paid by bidder is less than stipulated, the bid shall be rejected.
a) Credit / debit card
b) RTGS / NEFT
The bidder shall note that banks as per standard working practice require a certain time period for
completion of transaction. The bidder shall ensure timely submission in order to complete transaction
as per bid condition. If the transaction is not completed in favour of NPCIL the bid will not be accepted.
The bidder shall note that the RTGS / NEFT require minimum two banking day to get posted. Hence, in
his own interest the bidder should make NEFT / RTGS payments minimum two days prior to last date
of submission. The bidder shall preferably use the print out of challan as generated from the e-
tendering portal for RTGS / NEFT payment, in order to avoid discrepancies. The bidder shall note that if
the bid security is deposited to account other than the 16 digit challan code as generated through the
e-tendering portal, the bid shall be rejected on account of non submission of bid security. The bidder is
solely responsible for timely deposition of bid security in the correct account.
c) Online payment
10.2 MSEs (and not their dealers/distributors) registered with District Industry Centres or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir board or National Small Industries
Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of
MSME are exempted from payment of bid security for the items / services they are registered with
District Industry Centres or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or any other body specified by Ministry of MSME. But, all the bidders have to pay tender
processing fee to M/s. ITI. The bidders are requested to ensure that they are registered for relevant
service as stipulated in similar nature of work. In case of mismatch between the service registered with
MSME and service for which bid is called, the bid shall be treated as without bid security and hence
rejected.
10.3 (a) In case of two part bid, the bid security of technically unqualified bidders after technical evaluation
shall be returned.
(b) Bid security of qualified unsuccessful bidders will be returned to them within a month (30 days)
from the date of acceptance of bid of the successful bidder.
(c) Bid security of successful bidder will be returned after submission of the performance guarantee
amount.
(d) Bid security of the bidder who has withdrawn the bid shall be returned after opening of the bid.
10.4 The bid security shall be forfeited, if;
a) The bidder withdraws / modifies his bid or any item thereof after opening of bid.
b) The successful bidder fails within the specified time limit to submit the performance guarantee
and commence the work.
c) The bidders who are exempted from paying bid security being registered with MSE, if default for
reasons mentioned in clause 10.4 a) and b), shall be debarred from participation in any of the
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 14 of 62

tender of the corporation for two years.


10.5 The corporation at its discretion shall refund the bid security by online / RTGS / NEFT or through any
other electronic mode to the account number as registered by the bidder himself on e-tending portal.

11.0 Bid prices, rates & taxes


11.1 The bidders shall quote bid price / rates / total bid price in Indian Rupees only unless otherwise
specified in the special conditions of contract (SCC).
11.2 The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, all taxes,
duties, levies or any other similar taxes as applicable under the existing statutes or levy by the
statuary authorities / State / Central Government and payable by the bidder under the contract or
any other cause except the statutory service tax. The CENVAT / VAT benefits available to the
contractors shall be taken into consideration in quoted prices and pass on the benefits to NPCIL.
11.3 The bid price / rates / total bid price shall be quoted in the prescribed format with the required
break-up as specified therein.
11.4 Service tax as applicable will be paid extra as per the prevailing rate on presentation of tax invoice
as prescribed in the relevant service tax rules. The statutory deductions of income tax or works
contract tax or other taxes / dues (Wherever applicable) shall be made from the payments due to
the contractor. For details on taxes, the bidders are advised to refer to relevant clauses of General
Conditions of Contract (GCC) forming part of this tender.
11.5 Conditional bids/offers will be liable to be rejected.
11.6 Tax information - The bidder has to compulsorily fill up Annexure-7 along with BOQ during
submission of bid. Annexure-8 & 9 is to be submitted during execution of work after award. Bidders
shall substantiate the Information provided herein if called for to do so.
11.7 The security deposit and insurance shall be on contract value excluding service tax.
12.0 Currencies of bid and payment
12.1 The unit rates and the prices shall be quoted by the bidder in Indian rupees, unless otherwise specified
in the special conditions of contract.
13.0 Bid validity
13.1 The bids submitted shall remain valid for acceptance for a period of 120 days from the date of
opening of the bid. The bidder shall not be entitled during the period of validity, to revoke or cancel
his bid or vary / modify the bid given or any item thereof. In case of bidder revoking or cancelling his
bid, varying any terms in regard thereof, the full amount of bid security paid by the bidder along with
the bid shall be forfeited by NPCIL.
13.2 In exceptional circumstances, prior to expiry of the original bid validity period, NPCIL may request the
bidders to extend the period of validity for a specified additional period. The request and the
responses thereto shall be made in writing. A bidder may refuse the request without forfeiting its bid
security but his bid will not be considered. A bidder agreeing to the request will not be required or
permitted to modify its bid, but will be required to extend the validity of its bid security for the period
of the extension.
14.0 Alternative proposals by bidders
14.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the
basic technical design as indicated in the drawing and specifications. Alternatives will not be
considered.
15.0 Submission of the bids
15.1 The date and time of on-line bid submission shall remain unaltered even if the specified date for the
submission of the bid is declared as holiday for the office inviting tender.
15.2 The corporation may extend the deadline for submission of bids by issuing an amendment, in which
case, all rights and obligations of the corporation and the bidders previously subject to the original
deadline will then be subject to the new deadline.
15.3 Any bid received by the corporation after the deadline prescribed above will be rejected.
15.4 The bidders shall note the following before submission of bid
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 15 of 62

(a) If the digital signature certificate (DSC) holder is sole proprietor of the firm, power of attorney
need not be submitted.
(b) In case DSC holder is bidding on behalf of partnership firm, joint venture, consortium etc. power
of attorney or any other legally acceptable document viz. partnership deed, board resolution etc.
authorizing DSC holder to bid on behalf of the bidder is to be uploaded. In case of non-submission
the bid shall be summarily rejected.
16.0 Bid opening
16.1 Tender opening shall be done on-line only. If the date of opening is declared as holiday then bid will be
opened on next working day. In exceptional cases opening of tenders can be done on any day or time
after scheduled date and time of opening. Corrigendum issued for opening of tender shall be
uploaded on website.
16.2 The bids without stipulated bid security amount and other mandatory documents as per NIT shall be
summarily rejected.
16.3 In two part tenders financial bid of only qualified bidder shall be opened.
17.0 Clarification of bids
17.1 To assist in the examination and comparison of bids, the corporation may, at its discretion, ask any
bidder for clarification of his bid, including breakdown of unit rates. The request for clarification and
the response shall be in writing or by email / fax, but no change in the price or substance of the bid
shall be sought, offered, or permitted. If the bidder does not respond within the stipulated time, then
the bid of the bidder will be evaluated on its own merit.
17.2 Bidder shall not contact the corporation on any matter relating to his bid from the time of the bid
opening to the time the contract is awarded.
17.3 Any effort by the bidder to influence the corporations bid evaluation, bid comparison or contract
award decisions, may result in the rejection of his bid.
18.0 Examination of bids and determination of responsiveness
18.1 Prior to detailed evaluation of bids, the corporation will determine whether each bid(s) meets (a) the
minimum requirements as per pre- qualification criteria (b) is accompanied by the required bid
security (c) is responsive to the requirements of the bidding documents (d) has been properly signed
by authorized signatory as per clause-15.4.
18.2 A responsive bid is one which conforms to all the terms, conditions and specification of the bidding
documents, without material deviation or reservation. A material deviation or reservation is one (a)
which affects in any substantial change in scope, quality or performance of the works; (b) which limits
in any substantial way, the corporations rights or the bidders obligations under the contract; or (c)
whose rectification would affect unfairly the competitive position of other bidders presenting
responsive bids.
19.0 Evaluation and comparison of bids
19.1 The corporation reserves the right to accept or reject any offer. Corporation also reserves the right to
award only part of the work.
19.2 The estimated effect of the price adjustment conditions under variations and deviations of the
conditions of contract, during the period of implementation of the contract, will not be taken into
account in bid evaluation.
19.3 If the bid of the successful bidder is seriously unbalanced in relation to the engineer-in-charge or his
representatives estimate of the cost of work to be executed under the contract, the corporation may
require the bidder to produce detailed rate analyses for any or all items of the bill of quantities, to
demonstrate the internal consistency of those rates with the implementation / construction methods
and schedule proposed. The unbalanced bids are liable to be rejected.
19.4 Any deviation in the commercial terms shall be shall be suitably loaded before evaluation.
20.0 Award criteria
20.1 The corporation shall award the contract to the bidder whose evaluated offer / bid has been
determined to be the technically suitable and financially lowest (L1) and is substantially responsive to
the bidding document, provided further that the bidder is determined to be qualified to execute the
contract satisfactorily. The technically and financially suitable bids in other types of bids shall be
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 16 of 62

decided as per criteria given in pre-qualification requirement. In case of tie between two lowest
bidders, both the bidders shall be given a chance to offer rebate to decide the lowest bid. If the
situation still remains same the lottery shall be adopted to decide the award.
20.2 L-1 bidder will be required to produce the original documents in support of the information furnished
by him on line for verification and submit photo copy of documents attested by notary as specified in
NIT / e-tender notice. The bidder shall submit the same on any working day within specified period
after issue of letter to this effect. In case the L-1 bidder fails to produce the documents within the
specified period or if any of the information furnished by L-1 bidder on-line is found to be false during
verification of original document, which changes the eligibility status of the bidder, then the bid shall
be disqualified with forfeiture of bid security and banning of the concerned bidder for participation in
future tenders for five years. The next financial lowest qualified bidder shall be awarded the work
subject to producing original document and photocopies attested by notary.
20.3 Submission of illegible or blank document may render the bid non-responsive and liable for rejection.
Submission of bid will be recognized and accepted as a certificate regarding authentication of all
information provided in the bid and acceptance of all terms & conditions, general condition of
contract, notice inviting tender etc., since such acceptance by bidder with digital signature is legally
tenable.
20.4 The corporation reserves the right not to award the work without assigning reason and without
incurring any liability to the bidder or bidders.
21.0 Notification of award and signing of agreement
21.1 The bidder whose bid has been accepted will be notified of the award by the corporation prior to
expiration of the bid validity period by issue of work order. The notification may also be made through
letter of intent, wherein the work order shall follow.
21.2 The details of award can be seen on web site. The bidders can request for de-briefing in writing within
fifteen days of award. They shall be informed about suitable days to visit the office of the concerned
officer. Requests beyond deadline shall not be entertained.
21.3 The work order will constitute the formation of the contract subject only to the furnishing of a
performance guarantee within 30 days of issue of work order.
21.4 An agreement shall be made and signed by both the parties. The agreement will incorporate all
correspondence between the corporation and the successful bidder, bid documents etc. The bid
document as uploaded on website www.tenderwizard.com/DAE shall be forming part of agreement.
The successful bidder shall be responsible for compliance at his own cost with the stamp duty act of
the state where the agreement is being executed. The non-judicial stamp paper of appropriate value
after adjudication shall be submitted by the successful bidder at his own cost.
22.0 Corrupt or fraudulent practices
22.1 The corporation requires that bidders / suppliers / contractors under this contract, observe the
highest standard of ethics during the procurement and execution of this contract. In pursuance of this
policy, the corporation:
(a) Defines, for the purpose of these provisions, the terms set forth below as follows:
(i) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution; and
(ii)fraudulent practice means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the corporation, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the corporation of the benefits of free and open
competition.
(b) Will reject a proposal for award of work if it determines that the bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
(c) will declare a bidder ineligible, either indefinitely or for a stated period of time, to be awarded a
contract / contracts if at any time it determines that the bidder has engaged in corrupt or
fraudulent practices in competing for, or in executing, the contract.
22.2 The bidder may make representation in connection with processing of tender directly and only to the
competent authority (calling tender) as mentioned in the tender document. However, if such
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 17 of 62

representation is found to be un-sustentative and / or frivolous and if the tender has to be closed
because of the delays / disruptions caused by such representations and the job has to be re-tendered,
then such bidder will not be allowed to participate in the re-invited tender.
22.3 In case, any bidder while making such representation to competent authority also involves other
officials of corporation and /or solicits / invokes external intervention other than as may be permitted
under the law and if the tender has to be closed because of the delays / disruptions caused by such
interventions and has to be re-tendered, then the particular bidder will not be allowed to participate
in the re-invited tender.

23.0 Disclosures
23.1 Any change in the constitution of the contractors firm, where it is a partnership firm, joint venture or
consortium partnerships as declared in the bid should be disclosed to the corporation, at any time
between the submission of bids and the signing of the contract. The same shall be disclosed during the
currency as per the GCC clause number 1 .9 (Changes in constitution).

24.0 Concessions for mega power projects (Not Applicable)


24.1 The applicability of this clause will be as per Schedule A of general conditions of contract.
24.2 Nuclear Power Project of capacity 440 MW or more has been notified as Mega Power Project. As
such, goods required for setting up these projects are subjected to Nil customs duty as per the
extended policy of Government of India (vide customs notification no. 21 dated 1-3-2002 Sr. no. 4O1
and 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 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.
24.3 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.
25.0 Purchase Preference for supply of goods or services as per new Public Procurement Policy for Micro
a Small Enterprises (MSEs) under Micro, Small and Medium Enterprises Development Act, 2006.
25.1 As per the provision of MSEs Policy, the participating bidder registered under MSEs Act in a tender for
supply of goods or services, quoting price within the band of L1+15% would be allowed to supply a
portion of the requirement by bringing down their price to the L1 price, in a situation where L1 price is
from someone other than an MSE. Such MSEs would be allowed to supply up to 20 % of the total
tendered value. In case of more than one such eligible MSE, the supply will be shared proportionately.
Further, out of 20% allocation, a sub- target of 4% (i.e. 20% out of 20%) will be earmarked for
procurement from MSEs owned by SC / ST entrepreneurs. However, in the event of failure of such
MSEs to participate in the tender process or meet the tender requirements and the L1 price, the 4 %
sub-target for procurement earmarked for MSEs owned by SC/ST entrepreneurs will be met from
other MSEs proportionately. MSME registered with the agencies listed below for the tendered service
only will be exempted from payment of bid security.
The MSEs, who are interested in availing themselves of these benefits, will enclose with their offer the
proof of their being MSE registered with any of the agencies mentioned in the Notification Ministry of
MSE. The MSE must also indicate the terminal validity date of their registration. Failing of these
requirements, such offers will not be eligible for consideration of benefit detailed in MSE Notification
of Govt. of India dated 23-03-20 12.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 18 of 62

25.2 MSEs who are interested in availing themselves of these benefits shall enclose with their offer the
proof of their being MSE registered with any of the agencies mentioned in the notification of
Ministry of MSME indicated below:
(i) District Industries Centres
(ii) Khadi and Village Industries Commission
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.
Failing above, such offers will not be eligible for consideration of benefits detailed in MSE notification
of Government of India dated 23.03.2012.
25.3 The operational part of this clause shall be as defined in schedule -A.

Chief Superintendent,
KAPS 1 & 2
For and on and behalf of NPCIL
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 19 of 62

ANNEXURE - 1
WORK EXPERIENCE
1 Name of Work
2 Agreement / Contract No. / Work Order No.
3 Name and address of client
4 Whether the client in public / private entity
5 Date of Start
6 Stipulated date of completion
7 Actual date of completion
8 Extension letter (mandatory if the work done for
privately owned companies is completed after extension)
9 Final value of work done on completion
10 Ref. to clients completion certificate
11 If work is done with private entity, the details of CA
certificate.
12 Value of penalty / LD levied,
NOTE:
1. Separate Performa shall be used for each work. Details of only similar works as defined in the minimum
eligibility criteria shall be submitted. Clubbing of works in completion certificate shall be avoided. If done
same shall be rejected.
2. Only the value of contract as executed by the bidder /member of the JV/ Consortium in his own name
should be indicated. Where a work is undertaken by a group, the portion of the contract which is
undertaken by the bidder / member of JV /Consortium should be indicated and the remaining done by
the other members of the group be excluded while filling the item No. 9.

ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)

This is to certify that the financial turnover of M/s ____________________________________ is as under-

SR. AUDITED FINANCIAL DATA FOR LAST 3 FINANCIAL YEARS


NO. DESCRIPTION Year ________ Year ________ Year ________ Year________
1. Profits/ loss before taxes
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.

(Seal, membership no. and signature of CA)


e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 20 of 62

ANNEXURE 3 A
FINANCIAL DATA (Not Applicable)
(Value of work done during the latest last five audited financial years)
SR. DESCRIPTION FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS
NO. Year_____
Year______ Year______ Year______ Year_______
_
I II III IV V
Total value of work done
as per audited financial
statements
NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. All such documents reflect the financial data of the bidder or member in case of JV / Consortium, and
not that of sister or parent company.
3. The financial data in above prescribed format shall be certified by Chartered Accountant / Company
Auditor under his signature & stamp, membership number.

(Signature, membership no. and seal of chartered accountant)

ANNEXURE 3B
FINANCIAL DATA (Not Applicable)
(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)

Anticipated
Description

completion

completion
(Rs. In lacs)
No. & Date

to be done
Address of

Stipulated

remaining
period of

Remarks
Contract

Contract
Value of

Value of
Name &
of Work

Place &

date of
Client
State

work
TOTAL (FOR ALL ONGOING WORKS)
NOTE :
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. Bidder or member in case of JV / Consortium should provide information on their current commitments
for all contracts that have been awarded or for which a letter of intent or acceptance has been received
or for contracts approaching completion but for which a completion certificate is yet to be issued even if
completion of such works spills over beyond completion period of this contract.

(Signature, membership no. and seal of chartered


accountant)

ANNEXURE 4

THE DETAILS OF BLACK LISTING / DE-REGISTRATION / HOLIDAY IN CENTRAL , STATE G0VERNMENT, PSU &
PUBLIC BODIES
Sr. No. Name of Work Order/ Value of work Blacklisting Reasons Letter no. informing
Client Agreement No. in lakhs period of black listing

NOTES:
1. The bidder shall submit the details of black listing /de-registration / holiday by any central / state
government department or public sector undertaking. The relevant letter shall be scanned and uploaded,
2. In case of JV / Consortium, the undertaking shall be submitted by each member of JV / Consortium.
3. The undertaking shall be signed by authorized signatory of the bidder or constituent member in case of JV
/ Consortium.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 21 of 62

ANNEXURE 5
Information of litigation history in which the bidder is involved

Client & Work Order Name of Work Cause of Amount Remarks and the
Address No. dispute present status

ANNEXURE 6
REGISTRATION WITH MSME

Name & Address of Class of Registration Name of Service Valid up to


Registering Authority

Annexure-7
Tax information to be provided by the bidders
(Please provide drop down list)
Sr Nature of tax Response by bidder
No
Excise Duty
1. Have you included excise duty in the bid price? YES / Not Applicable

2. 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.
3. Excise Duty Registration Number
Sales Tax
4. Have you included VAT /CST in the bid price? YES / Not Applicable
5. If VAT / CST is not applicable, the reason thereof: 1. Being pure labour contract.
2. Being exempted goods.
3. Any other reason (please state)
6. If YES, please indicate what option of taxation is adopted A-1 Actual Labour Deduction (Legal
by you. Option)
A-2 Standard Labour Deduction (Legal
Option)
B - Composition Tax
7. VAT TIN and CST TIN VAT:
(if unregistered, mention so) CST:
8. Confirm Tax Invoice as provided under the respective
State VAT Rules shall be issued while billing.
Service Tax
9. Whether service tax is applicable? YES / Not Applicable
10. If Not Applicable, the reason thereof.
11. Service Tax Registration number of the bidder.
12. The Constitution of the bidder. 1. Individual / HUF
2. firm
Please state whether you are a: 3. LLP
4. Company
5. Others
13. For Works Contracts, please state the method of 1. Valuation as per Rule 2A (i)
valuation opted by you as per Or
Service Tax (Determination of Value) Rules 2006. 2. Composition as Rule 2A (ii)
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 22 of 62

Sr Nature of tax Response by bidder


No
14. Please state the rate and share of service tax payable by; 1. Service Provider
Rate:______
Share:_____
2. Service Receiver
Rate:______
Share:_____
15. Confirm Tax Invoice as provided under the relevant
Service Tax Rules shall be issued
while billing.
16. Permanent Account Number of the bidder PAN:
17. Any other information you would like to give, please
state.
Note:-
1. The evaluation of bids will be done strictly on the basis of bid price / rates / total bid price quoted in
the price bid format plus Service Tax as applicable.
2. In case of any inconsistency in the rate of Service tax quoted, the same will be corrected by NPCIL for
evaluation of bids.
3. Bidders shall substantiate the Information provided herein when called for to do so.

ANNEXURE-8

Certificate to be furnished by the Contractor along with the Invoice / bills where Value Added Tax / Central
Sales Tax is claimed in the quoted rates.

Certified that:
1. Goods on which Value Added Tax / Central Sales Tax claimed are not exempted from payment of
VAT / CST under the provisions of respective statutes.
2. I/We, as a Registered Dealer, is/are being assessed to VAT/CST and our VAT TIN is
___________________ and CST TIN is __________________
3. I/We, hereby certify that my/our Registration Certificate is in force on the date on which the sale of
the goods included in this invoice is made by me/us and that the transaction of sale covered by this
invoice has been effected by me/us and it shall be accounted for in the turnover of sales while filing
of return and the due tax, if any, payable on the sale has been paid or shall be paid.

Signature of Contractor or their Authorized Representative


(Stamp)
ANNEXURE-9

Certificate to be furnished by the Contractor along with the Invoice/bills where Service Tax is claimed

Certified that:
1. Services on which Service Tax claimed are taxable under category ________________________
(name of service) and not exempted from payment of Service Tax under the provisions of extant
Rules.
2. I/We, are registered with Central Excise Department and our Registration Number is
_______________________
3. I/We, hereby certify that my/our Registration Certificate is in force as on date and that the
transaction covered by this invoice has been effected by me/us and it shall be accounted for in the
turnover while filing of return and the due tax payable has been paid or shall be paid to the
Government Account.

Signature of Contractor or their Authorized Representative


(Stamp)
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 23 of 62

ANNEXURE-10
UNDERTAKING BY THE BIDDER
I DO HEREBY UNDERTAKE
1. That all the information being submitted by me is genuine, authentic, true and valid on the date of
submission of tender and if any information is found to be false at any stage of tendering or contract
period I will be liable to the penal actions as prescribed in NIT.
2. That in the preparation and submission of the bid, we have not acted in concert or in collusion with any
bidder or other persons and not done any act, deed or thing which is or could be regarded as anti-
competitive.
3. That I accept all terms and conditions of NIT, including general terms and condition, special / additional
terms and conditions, addendum, corrigendum, clarifications as stated there in the tender document as
available on the website.
4. That I am giving my consent for e-payment.
5. That I do authorize corporation for seeking information / clarification from by bankers, clients having
reference in this bid.
6. That I have uploaded photo copies of all relevant documents as prescribed in the tender document in
support of the information and data furnished by me online.
7. That I accept all the undertakings as specified elsewhere in the tender document.
8. That this online agreement will be a part of my bid and if the work is awarded to me /us, this will be a
part of our agreement with corporation.
(Bidder)
Note-The submission of bid shall mean acceptance of the undertaking by bidder.

ANNEXURE 11
APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTERING
SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS
1. Name of the person :
2. Name of the firm / company :
3. Age :
4. Details of identification proof* :
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
16. Remarks :

*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving License,
any other ID card issued by Government etc. shall be produced at CISF Main gate for entry. Mobile
phones, laptop and any other electronic device are not permitted.

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

Signature of the bidder with date.


e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 24 of 62

SECTION - II
Nuclear Power Corporation of India Limited
(A Government of India Enterprise)
Kakrapar Atomic Power Station
MEMORANDUM OF AGREEMENT (FOR ITEM RATE TENDER)
I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the under written Memorandum within the time specified in such memorandum at the rates
specified therein and in accordance in all respect with the specification, designs, and instruction in writing
referred to in Rule - 1 here of and in clause 6 of the general conditions of the contract and with such
materials as are provided for, by and in all respects in accordance with such conditions as far as applicable.
MEMORANDUM
(a) General Description of work Item Rate contract for WMP works at KAPS-1&2
(b) Time for completion of the work 24 Months (Including Monsoon period)
(c) Estimated Cost Rs. 4382413/-
(d) Bid Security Amount Rs. 87648/-
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)

RULE: 1: Should this tender is accepted in whole or in part, I / we hereby agree to abide and fulfil all terms
and provisions of the said conditions annexed hereto and all the terms and provisions contained in the
notice inviting tender so far as applicable, and / or in default thereof to forfeit and pay to Nuclear Power
Corporation of India Limited or his successors in office, the sum of money mentioned in the said conditions.
Bid Security in the form of e-payment is deposited in NPCIL account.

If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I / We agree that said
NPCIL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit
the said Bid Security absolutely. Further I/We fail to commence the work specified in the above
memorandum, I / We agree that the said NPCIL or his successors in office shall without prejudice to any
other right or remedy, be at liberty to forfeit the said Bid Security absolutely and cancel the award of work.
I / We agree to execute all the work referred to the tender documents upon the terms and conditions
contained or referred to there in and to carry out such deviations as may be ordered, up to maximum of
percentage mentioned in clause 11.2.1 of General Conditions of Contract and those in excess of that limit at
the rates to be determined in accordance with the provisions contained in General Conditions of Contract. I /
We hereby declare that I / We have been debarred / not debarred and / or de-listed / not de-listed by Govt.
/PSU.
Dated the _______________ day of______________ 2016.
* (Signature of Contractor)
Witness: ___________________
Address: ___________________ ** (Signature of Witness to Contractors signature)
Occupation: __________________
The above tender is hereby accepted by me for and on behalf of the Nuclear Power Corporation of India
Limited.
Dated the: ____________ day of___________ 2016. ***__________________

Tenderer is advised to read carefully and strike out which ever is not applicable and furnish detail wherever
applicable.
* Signature of the contractor before submission of Tender.
** Signature of witnesses of contractors signature.
* * * Signature of the officer by whom accepted.

Note: Bidder is requested to download this page separately, fill it, sign, put companys seal with witness
signature and upload.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 25 of 62

SECTION - III
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL:
1.1. Where conditions/ instructions given in this section are at variance with the conditions, stipulations,
specifications etc. elsewhere in the tender document, conditions/ instructions given in this section
prevails.
1.2. Contact Centralized tendering cell for any clarifications regarding tender document before submission
of Tender. No claim on account of any ambiguity in any respect shall be entertained later on.
2. Location:
The Plant site is located in the state of Gujarat in Tapi district, about 80 Kms. East of Surat. The
nearest Railway Station is Vyara on Surat-Bhusaval route (Tapti line).
The plant site is approximately 18 Kms. away from Vyara on Vyara-Mandvi/Kim Road. Similarly KAPS
Township is approximately 10 Kms. away from Vyara on Vyara-Mandvi/Kim Road (SH-171).
Vyara is accessible on Surat-Dhulia Road (NH-6), about 62 Kms. from Surat, 180 Kms from Dhulia and
about 50 Kms. from Kadodara junction.
3. Entry Process for Plant site during tendering process:
For preparation of entry passes to enter the plant, bidder shall communicate following on companys
letter head, one working day in advance to CTC office.
a. Name of the Person
b. Designation
c. Age
d. contact number
e. Purpose of visit
Note: Person must carry his Photo Identity proof with him when he approaches pass issuing section
for preparation of pass.
4. Bidders Details:
Bidder shall submit the information of his representative on his companys letterhead. The Contractor
shall produce Power of Attorney in original in favour of his Representative who shall deal with all the
matters relating to the Contract.
5. Guidelines for PRE-QUALIFICATION :
For PRE-QUALIFICATION CRITERIA of Section 1 (NIT)
a. Uploading of PQ information / Data and relevant documents is mandatory and based on this
Tender will be evaluated. However, additional documents from bidder if felt necessary or any
clarification with respect to the documents submitted by the bidder, can be sought from the
bidder. Bidder shall submit same within time frame specified.
b. Bidder shall furnish complete latest contact details where work has been carried out.
c. Bidders shall keep ready the entire original document uploaded/submitted for PQ and
submit/produce for verification immediately on demand.
d. The certificates/ documents/ information submitted by Bidders shall be true & genuine and in
case, if it is found, at any time during bidding or during execution, that information/ documents
submitted by the bidders are in variance /forged, bidder shall be legally held responsible for the
same. In addition, their offer shall be summarily rejected or termination of contract if awarded,
forfeiting of the bid security and Security Deposit, if any and necessary action will be taken to the
extent of blacklisting for further works in NPCIL.
6. Guidelines for bid document:
Rebate during Tender submission is not permitted in e-tendering mode, however, post tender rebate,
if arises during Techno-Commercial Negotiation is admissible.
7. Quality Assurance requirements:
The contractor shall ensure that the quality of workman ship is of the highest standard and the work is
carried out to the satisfaction of Engineer in charge.
8. Transportation & Accommodation:
The Contractor has to make his own arrangement for transportation & accommodation for his
workmen, engaged for this job.
9. Coordination of work:
The work shall be carried out by the contractor in close coordination with Corporation and other
agencies who may be working in the same premises as well as in the vicinity of other works. In this
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 26 of 62

regard the decision of the Engineer in charge regarding any dispute shall be final and binding on the
contractor. The contractor shall plan his work in such a way so as to avoid interference with the other
works and any other contractor or sub contractors at the site.
10. House Keeping:
The contractor shall at all time keep his work spots, site office and surroundings clean and tidy, free
from dust, rubbish, scrap, surplus material and unwanted tools and equipments, all scaffolding and
temporary structure shall be removed as soon as the job for which these are intended, are complete.
The welding and other electrical cable shall be routed to allow safe traffic by all concerned. All
equipment and materials to be taken inside the plant building shall be cleaned thoroughly before
taking them inside as well as out side. Gutakha / pan / cigarette etc. are not allowed. Smoking and
consuming tobacco/ pan and spitting inside plant premises are prohibited and suitable action will be
initiated against the workmen violating the rules.
11. Safety clauses:
11.1 All safety precautions given in Atomic Energy (Factories) Rules 1996 and AERB Safety Guide no: SG/IS-
1 and as advised by the engineer-in-charge / Industrial safety and fire Section are to be followed while
at work.
Copy of the Atomic Energy (Factories) Rules 1996 is available with tender cell. Bidder is requested to
go through the same before submitting the offer, while copy of the AERB Safety Guide no: SG/IS-1 for
works contract is a part of General Condition of Contract (Section-IV).
11.2 Contractor is required to have an organizational set up for safety as follow
a) Up to 50 persons contractor shall identify one person as safety coordinator
b) 51 to 999 persons contractor shall identify one person as safety supervisor for every 500
workers
c) Above 1000 persons contractor shall have qualified safety officers and supervisors.
This safety coordinator / safety supervisor / safety officer shall ensure compliance of the safety
requirement in their work.
11.3 In case of violation of safety norms including non use of personal protective equipment by the
contractors employee, the contractor shall be levied a penalty of Rs.1000/- per incident and if similar
violation is repeated, an enhanced penalty of Rs.2000/- per incident shall be imposed. The penalty
amount shall be deducted by Engineer-In charge of the work contract based on safety violation
observed by him or any safety violation brought to his notice by Safety Section. In case the contractor
is not taking effective steps to improve his safety performance as directed by Engineer In charge based
on advice given by Head, Industrial Safety & Fire, the contractor shall be further penalized including
termination of his contract.
11.4 The contractor shall be required to prepare and submit safe work procedures /Job Safety Analysis of all
hazardous jobs before taking up jobs.
11.5 In case of fatal accident or accidents which result in permanent total disability to any worker of the
contractor, contractor may be levied a maximum penalty of Rs. 2 lakh per accident if the negligence is
found on the part of the contractor (this penalty will be in addition to the compensation to be paid to
the employee by the contractor as per statutory requirements). This penalty amount shall be decided
by Engineer-In charge of the works contract.
11.6 A maximum limit of 12 hrs. Working per day for workmen and supervisors shall be made mandatory by
all contractors. If at all it is considered necessary at some occasions to carry out work round the clock,
permission of head of the unit shall have to be obtained.
11.7 No hazardous jobs as specified by Station Management/Engineer-In-Charge shall be carried out during
night hours especially between 00.00 am to 06.00 am. If at all it is considered necessary at some
occasions to carry out work round the clock permission of head of the unit shall have to be obtained
with specific safety precautions.
11.8 Plant tool machinery to be used by the contractor for execution of the work shall be got checked from
Engineer in Charge for fitness as well to meet the requirement. Then only contractor shall start the
work at site.
11.9 The contractor shall be required to arrange all required Personal Protective Equipments (PPE) like
Hand gloves, Safety shoes, Apron, Helmet, Fall Protector like Safety belts, Self retracting system, Safety
net, etc for protection against hazards.
11.10 All the electrical power extension boards used by the contractor shall be provided with ELCB.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 27 of 62

12. IMS guidelines:


KAPS is an ISO 9001, 14001 and 18001 certified company. So all activities carried out shall fulfil norms
as specified in our IMS policy.
IMS Policy:
We at KAKRAPAR ATOMIC POWER STATION-1&2 (KAPS-1&2), a unit of Nuclear Power Corporation of
India Limited (NPCIL), engaged in generation of Electricity from Nuclear Energy are committed to
practice Quality, Environment and Occupational Health & Safety Management Systems conforming to
National and International Standards in our activities, products and services rendered to our
stakeholders. We will strive for enhancing customer satisfaction with high degree of Technical
Competence through continual improvement in Quality, Environment and Occupational Health and
Safety Performance.
KAPS-1 & 2 is committed to:
Comply with all applicable laws, regulations, Legal and other requirements pertaining to Quality,
Environment and Occupational Health and Safety.
Continually endeavour to upgrade the knowledge and skills of employees in Quality, Environment
and Occupational Health and Safety.
Provide a participative work environment for improvement in our station operations and services.
Manage our operations in an environmentally responsible manner and aim at "Prevention of
Pollution" through continual improvement in our environmental performance.
Minimize "Waste" at source and optimize utilization of raw materials, energy, water etc.
Ensuring awareness of Environmental and Occupational Health and Safety practices.
Maintain, communicate and make available this policy to all employees, persons working for on
behalf of the organization, interested parties and public.
Enhance competence of its employees towards their duties and responsibilities by providing
appropriate training.
13. Radiological Safety and Radiation Exposure Control:
13.1 The Contractor shall not employ women workers for the work in the radiation areas.
13.2 Only persons above the age of 18 years shall be employed for the work.
13.3 All persons employed shall have sufficient educational qualifications so that they can efficiently grasp
the contents of preliminary radiation protection training. They should be able to read and understand
the signboards/instructions written in the field in the different locations. The workers and supervisors
engaged by contractor will be examined by the Engineer-In-Charge for ascertaining the suitability of
individuals to work in Operating Island and experience they have in the field of work awarded. KAPS
shall have right to reject the personnel deployed by the contractor.
13.4 All the workers employed to work in Radiation areas by the contractor shall be medically examined, by
a registered medical practitioner possessing an allopathic qualification as recognised by Indian Medical
Council and a certificate of fitness to work in radiation areas in the prescribed format (Annexure-1 and
2) on the letter head of the doctor will have to be produced by the contractor at their own expenses.
This Medical examination is required to be done every calendar year during the period of employment.
13.5 After ascertaining the medical fitness of the person to work in radiation area he will have to undergo
pre job whole body counting at Environmental Survey Laboratory, KAPS.
13.6 All persons employed by the contractor shall declare their previous employment history in radiation
area in any of the institution along with the dose history and other relevant information in the
prescribe format.
13.7 The contractor should make VERIFICATION STATEMENT for the correctness of the information given.
Any wrong information given by the contract workmen and contractor or suppression of true
information will be liable for penal action including suspension and termination of workmen and
contract as deemed appropriate by work in charge.
13.8 Contractor shall ensure that all the workers, entering into Operating Island shall attend the orange
qualification training in the beginning of the employment and subsequently in the beginning of every
calendar year and shall follow orange qualification procedure as per existing station policy.
13.9 Based on the strength of the above verification and satisfactory performance in the orange
qualification examinations, issue of TLD and direct reading dosimeters will be permitted while going
for work in Operating Island.
13.10 The contractor and all the persons employed by him shall strictly follow the Station Radiation
protection procedure and keep control over the radiation exposure. No work in radiation areas shall
be undertaken without standard work permit and radiological work permit issued by control room and
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 28 of 62

shift Health physicist respectively. Any work in controlled area is to be done under the supervision of
green qualified departmental personnel.
13.11 The contract employees shall ensure that their names are included in the radiological permits applied
for the work, a copy of which will be available with the green qualified Departmental supervisor.
13.12 The contract employee shall wear the TLD, direct reading dosimeter (DRD)(obtained from the DRD
issue counter) and any other specific monitoring device along with personal protective equipments as
instructed in radiological work permit before proceeding for work.
13.13 The contract employee shall periodically monitor his dose during the course of the work and any
abnormal observations shall be brought to the notice of Shift Health Physicist immediately.
13.14 The contract employees shall return all the monitoring device issued for the work at shift health
physicist counter and TLD shall be deposited back at racks on while leaving the controlled area at the
designated location.
13.15 While moving out, after completion of work all the persons shall monitor at different inter zonal
radiation monitors (i.e. both Hand and foot monitor and frisker) before proceeding to lower zone and
shall ensure that they are free from contamination. In case of any alarm on monitors while checking, it
shall be reported to shift Health Physicist immediately and then decontamination of affected portions
shall be done as per instructions.
13.16 Workers shall thoroughly wash hands and feet before leaving the controlled area. Plant issued
protective clothes shall be changed in the zone 2-change room before proceeding to Zone-1.
13.17 All the person shall monitor at portal monitor before leaving the controlled area.
13.18 Routine Bioassay sample (Urine sample) is required to be submitted once in a week. Additional
Bioassay sample (i.e. urine sample) shall be submitted as and when required by HPU. The sample
submission is to be done after two hours of completion of job for accurate internal dose assessment.
13.19 Work area entry and exit procedure should be strictly followed by contractor in order to control
radiation exposure to workmen and to prevent spread of contamination.
13.20 The contractor shall ensure that his employees shall follow good and safe working practices to carry
out the assigned work systematically in the shortest possible time and minimum manrem in line with
ALARA (as low as reasonably achievable) and justification principles. They shall follow good working
practices to minimize contamination to their person, clothing, tools and protective devices. They shall
check with the green qualified supervisor in case of any doubt.
13.21 Contractor shall maintain record of every individual and shall ensure that no workmen exceed the
present radiation dose limit imposed by AERB/Station Management. Required training and guidance
will be provided by Station health physicist.
13.22 The contractor shall ensure that all the dosimeter devices issued to his employees are returned back to
health physics unit. After ensuring this, the contractor shall carry out Whole body counting of all his
contract employees in addition to the routine annual whole body counting.
13.23 Whole body counting of all the contract employees shall be carried out by the contractor once in a
calendar year
13.24 Whole body counting of all the contract employee must be done after completion/termination of
contract.
13.25 Any violation of radiological procedures shall call for action as stipulated by the station authorities. The
contractor shall bear any punishment imposed for such violations including monetary charges as
prescribed. Persons violating station radiation protection procedures (RPP) will not be issued TLD
henceforth.
13.26 All the above clauses are in line with present station radiation protection policy based on Atomic
Energy Regulatory Board Safety Manual Radiation Protection for Nuclear Facility Revision-4 Any
amendment in the above shall call for necessary amendments in the above clauses which will be
notified as and when required and Contractor shall be required to comply with such amendments.
13.27 Penalties for RPP Violation
Recoveries for RPP violation are to be made from the contractors bills/security deposits.
Nature of Violations and appropriate recoveries are given below:
Sl. No. Violation Amount of Penalty
1 Non disclosure of previous work history in Nuclear installation Rs 2000/ -
2 Not using TLD while working controlled area of Reactor Building Rs. 1000/-
3 Not using appropriate dosimetric device as instructed in RWP Rs. 1000/-
4 Not using appropriate personal protective equipments as Rs. 1500/-
recommended in RWP
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 29 of 62

Sl. No. Violation Amount of Penalty


5 Misuse of TLD/DRD (i.e. using TLD or DRD of other employees) Rs. 1500/-
6 Loss of TLD Rs. 1000/-
7 Loss of DRD Cost of DRD: Rs. 15,000
8 Loss of any other dosimentric device issued by Health Physics Unit. Cost of Alarm dosimeter:
Rs. 30,000
9 Not depositing TLD at TLD counter while exiting the controlled area. Rs,100/- Per day
10 Non-compliance to bioassay sample Rs,100/- Per Non
compliance
11 Violation of monitoring procedure at inter zonal points and at final Rs. 1000/-
exit point

13.28 As there is stipulation for limiting the radiation doses for contract workers, they shall be replaced with
fresh crew if the limits are exceeded in the course of their work. However at any time the required
manpower shall be made available at site.
14. Security:
All security measure as advised by the Plant / Township authority shall be followed strictly. Entry
permit, token pass, Identity Cards etc. shall be obtained by the contractors from concerned Plant/
Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to his own cost
and it has to be produced to competent authority for final issue of I. Cards with individuals bio-data
with full address and other backgrounds required by KAPS.
Security photo pass for each employee for the job must be accompanied during work and necessary
police verification is the responsibility of the contractor and must be complied with.
15. Observance of Secrecy:
The contractor, his employee and representatives shall not disclose any information or drawings
furnished to him by the Engineer. All drawings, reports or other information prepared by the
contractor or by the Engineer or jointly by both for the execution of the contract work shall not be
disclosed. No photographs of the work or plant within the site premises shall be taken without prior
written approval of the Engineer.
The Contractor will be responsible for the integrity, conduct and character for each
workman/individual to be employed by the Contractor for the plant and personnel safety during their
work at KAPS.
16. Origin Of Labour And Materials:
Contractor shall submit the bio-data of his workers, supervisors and engineers to the Engineer in
charge who will screen the bio-data and give the clearance for deployment. No deployment will be
made by the contractor without the clearance of the Engineer in charge.
The Contractor is advised to give preference in employment to local people/dependents of deceased
employees of KAPS, subject to fulfilling their education qualification, technical qualification and related
experience.
The contractor shall employ on the work adequate number of qualified and competent staff to ensure
the execution of work in time and the numbers will have to be augmented as per the requirement and
direction of the Engineer to ensure completion of work in time.
All materials to be used on the work shall conform to the relevant specifications. The contractor shall
supply free samples of materials to be used on the work, whenever asked, for testing and analysis
purpose. Failure of any sample to pass the specified requirements will be sufficient because to reject
the whole lot of materials from which the sample was taken.
In the event the contractor is provided with any material or equipment belonging to KAPS, the
Contractor undertakes to return the same in good condition, failing which the Contractor shall be
responsible for the cost of the same.
On complication of work, contractor has to retain the data storage devices like Hard disk at station and
handed over to EIC if contractor is using personal computers for execution of work. These data storage
devices will not be given back to contractor.
Any damage/breakage of NPCIL equipment / property due to working of contract workers shall be
made good by the Contractor at his cost. Any damage caused to any of the KAPS material /
equipments / tools while in the custody of the Contractor or otherwise shall be made good by him at
his own cost.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 30 of 62

All tools & machinery to be used by the contractor for execution of the work shall be checked by
Engineer in Charge for fitness as well to meet the requirement. Then only contractor shall be allowed
to start the work at site.
17. Notices:
Any notice, order direction or other communication to be given to the contractor under any of the
provision of the work order shall without limitation be conclusively deemed to have been received by
the contractor if delivered or mailed to the contractor at the addresses mentioned by the bidder in the
Bidders Profile submitted on tender wizard portal.
18. Inspection Of Site:
The contractor or his representative shall be deemed to have inspected and examined the site and
surrounding before submitting this tender and shall obtained the necessary information as to the risk,
contingencies and other circumstances which may influence or effect this tender.
19. Insurance:
You are required to take following In the joint name of Corporation up to defect liability period and
documents in this regard should be submitted to Engineer-in-Charge before start of work (refer clause
no 15.1.1 of GCC and its Addendum i.e. Section # iv - general condition of contract)
a) Workmen compensation policy in respect of all your workmen engaged in the work shall be on the
basis of Minimum Wage of respective category of worker prevailing at the time of issue of Work
Order.
b) Contractor should take insurance policy to cover third party liability for 10% of the contract value
subject to a maximum of Rs 50 lakhs.
Note: The contractor shall take all Insurance policies before commencement of the work. Quoted
rate shall be including the premium amount of insurance policies. In case of delay in submission of
insurance policies as per tender condition shall result in levy of non returnable penalty equivalent to
3 times the Premium required to be paid for each type of insurance i.e. Comprehensive policy,
Workmen Compensation Policy separately. Levy of penalty does not abrogate contractor from his
responsibility regarding Insurance and risk cover. NPCIL shall not be liable for or in respect of
any damage or compensation payable. The work order is liable for cancellation in case or repeated
/ continuous non compliance.
20. Minimum Wages Act:
The contractor shall strictly comply with all provisions of labour laws, including those given in Section
IV of the tender. You shall also strictly comply with all statutory and non-statutory obligations under
minimum wages act, ESL, Contract Labour (Regulations and abolition) act, Bonus, Leave, Salary etc.
and liable to keep all statutory records available for inspection by officer in charge or his
representative or the statutory authorities.
The contractor shall strictly follow all provisions of Minimum Wages Act(s) (Central / State or as
declared by KAPS/KAPP including applicable dearness allowances for this work which ever is more
advantageous to workers), Contract Labour (Regulation and Abolition) Act or any other act(s)
applicable to Industrial workers in this area.
The prevailing rate of minimum wages of Construction or Maintenance for unskilled, Semi-Skilled,
Skilled and High Skilled categories of Industrial workers are Rs. 288.80, 296.80, 353, 414 per day
respectively as on 01/10/2016. Dearness Allowance or the Minimum Wages are revised by the
Government every six months i.e. on 1st of April and on 1st of October.
It is mandatory to pay the following In addition to the minimum wages to all workers:
a) Fixed Special allowance i.e. Rs. 71.95, Rs. 73.95, Rs. 86.75, Rs. 101.75 for unskilled, Semi-Skilled,
Skilled and High Skilled categories of Industrial workers respectively.
b) Monthly Bonus component @ 8.33% of monthly minimum wages for the scheduled employment
(irrespective of work period) or of Rs.7000/-per month whichever is higher. (The eligibility of
employee for payment of bonus shall be limited to drawing wages up to Rupees Twenty One
Thousand only (Rs. 21,000/-) per Month).
c) Fixed Transportation allowance i.e. Rs. 17.27 to all categories of workers.
Note:
i. Revision in rates will be communicated to contractor from time to time by EIC.
ii. Format of wage slip is attached in at Annexure 3 of Section III and shall be issued to all
workers.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 31 of 62

21. Payments to contract workers:


a. Contractors shall make the payments to their contract workers through Bank only. For this
purpose, the contractor shall ensure that all the contract workers are having a bank account and
also facilitate workers for opening the account. The Engineer-in-Charge / Officer-In-Charge shall
ensure that the Contractors are making payments to their contract workers through Bank only.
b. In isolated cases, if it is not possible to make payments to any contract workers through Bank
Account, the approval of the Unit Head shall be obtained for making the payment by cash. In the
event of cash payment to any contract workers the same shall be witnessed by an official of HR
duly authorized by the Head of HR Group of the unit.
c. Every month the contractor shall submit bank statement of deposit of amount in each workers
bank account/ documentary evidence to Engineer-In-Charge/Officer-In-Charge.
d. The contractor shall make the payment of prescribed minimum wages notified from time to time
to all its workmen, on or before 7th of succeeding month. In case, payment of minimum wages to
all workmen is not made on or before 7th of succeeding month, then a penalty @ Rs. 1000/- per
day of default will be imposed. Levy of penalty does not abrogate the contractor from his
responsibility for disbursement of wages as per the Payment of Wages Act. NPCIL shall not be
liable for any damage or compensation payable.
22. Provident Fund for Contractors Worker:
22.1 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.
22.2 Contractor shall create their User ID and Password for accessing the EPFO Portal
(www.epfindia.com) before submission of 1st RA bill. The monthly subscription towards EPF, i.e.
employers contribution as well as employees contribution shall be deposited to the PF Account of
the employees through Electronic Challan-Cum-Return. Copy of the monthly Challan generated
through the system shall be submitted to the Engineer-in-charge along with the attendance and
wage registers for verification before 10th of the following month.
22.3 The contractor has to provide the annual PF account slip to his employees / workers annually and
also on completion of the work / before settlement of final bill of the contract. The contractor is
obliged to assist and complete all such formalities in transferring the PF amount or withdrawal of PF
amount of his employees / workers as per the requirement of his employees / workers.
22.4 The contractor shall indemnify on the non-judicial stamp paper of Rs. 100/- duly attested by Notary
as per enclosed format (Annexure-4) before settlement of final bill that the provisions of the EPF &
MP Act, 1952 as applicable have been complied and submit to Engineer-in-charge of the work. The
contractor is liable for the EPF contribution / dues for the employees / workers deployed by the
contractor for the work and indemnify NPCIL of any future liabilities on these account. The
contractor will stand responsible for any such future claims with regard to EPF dues / outstanding
received through concerned authorities. Further, non-compliance of any default on account of EPF
by the contractor during execution of contract may lead to cancellation of contract.
23. Labour Law & Labour Licence:
You shall comply with various provisions of the contract labour (Regulations& Abolition) Act 1970
and rules framed thereon from time to time. Further you shall also comply with the provisions of
other laws such as Workmens Compensation Act 1923, Minimum wages Act 1948, E.P.F. Act,
Gratuity Act, Payment of Bonus act - 1965 and other labour laws as applicable to your organization.
In case, NPCIL is required to incur any expenses as principal employer under the provisions of the
various laws, NPCIL shall be entitled to recover the same from you/your bills.
The contractor shall apply for issue of Form-V as soon as work order is issued, in case labour license
is to be obtained.
Principal Employers Certificate for obtaining labour license will be provided on your request. You
may please note that within 14 days from the date of issue of this work order, you will have to apply
for a labour license to the Asstt. Labour Commissioner, of the area, for the maximum number of
workers you had indicated to engage on the work. A copy of the application will have to be furnished
to the Engineer-in-charge of the work within a week time from start of work.
24. Professional Tax: Contractor has to make payment of professional tax in respect of their personnel
engaged by them to Moticher Gram Panachayat.
25. License to work on electrical installations:
Bidders must have appropriate License to work on electrical installations, if required.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 32 of 62

26. Uniform/ Shoes :


The contractor shall provide minimum 1 pair/1 pair@6months:
Uniform to all workers engaged for this work order with contractors Monogram at back.
Shoes & socks to all workers engaged for this work order.
27. Medical Examination of contract employees
To comply with the AERB requirements, Medical examination of contractors employees shall be
regulated as per SI-163 available with EIC. As per this pre employment medical examination of all the
contractors employees shall be arranged within 15 days of deployment of new worker, by the
respective contractor.
28. Agreement:
A formal agreement of the work shall be executed by the Contractor with NPCIL immediately after
issue of work order. Until such an agreement is executed, the work order together with Contractors
offer and related letters shall be a governing/binding document.
29. Other Instructions:
a. Engineer in charge will allot the area of work spot as per his schedule. The contractor shall be
diverted to different areas without any notice as and when the requirement arises. If a particular
job could not be completed within the stipulated period, contractor shall continue beyond normal
working hours with the permission of the concerned authority and complete the job. The
charges will be paid as per rate contract. In case contractor fails to complete the job within given
time by Engineer or contractor abandons the job, the assigned job will be got done from other
agencies at his risk and cost. Decision of Engineer in charge will be final and binding on contractor.
b. Income tax at applicable rate will be collected by way of recovery from your bills.
c. Engineer in charge will have the right to withdraw the work permit for any of the contract
workmen for reasons of misconduct, incompetence in work, violation of safety and fire rules,
negligence on duty etc.
d. Cost of damages caused due to bad workmanship shall be recovered from the contractor.
e. In the absence of the any specification for any work or materials, relevant Indian Standard
Specifications will be applicable. In the case of any class of work for which no specifications have
been given, such works shall be carried out in accordance with the specifications and requirements
given by the Engineer in charge.
30. Contract Price Adjustment: As per GCC.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 33 of 62

ANNEXURE # 1
Form for Initial Medical Examination
(For Contractor Personnel)
Sr. No. :
Date of medical examination :
Name, Dr./Shri/Smt/Kum :
Nature of job :
Date of birth :
Age :
Sex : Male/Female
Marital History : Married/Unmarried
Children :
Past occupational history :
History of abortion or miscarriage :
Past medical history :
Major illness :
Operations :
Injuries :
Family history of cancer/genetic disease :
Personal history : Diet: Smoking : Alcohol:
Menstrual history : L.M.P
Height (cms) :
Weight (Kgs) :
Pulse :
Blood Pressure :
Vision : Near Dist. Lt.6/ Rt.6/
Colour vision :
Lens opacity :
Ears : Rt. Lt.
Skin-Nails :
Lymph glands :
Defects : a. Skin d. Hernia
b. Vascular e. Hydrocele
c. Skeletal
Systemic Examination :
Mention positive findings and system :
involved
Investigations :
: Total
Lecucocytes count
Differential count
1) P
2) L
3) E
4) M
Urine examination :
Albumin :
Sugar :
Abnormality detected :

Recommendation: FIT / UNFIT Name and Signature of Medical Officer with Qualification and reg. no.

Note: 1. Candidates with extensive skin diseases and severe anemia are unfit for employment in nuclear industry.
2. X-ray if required.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 34 of 62

ANNEXURE # 2
Medical Certificate for Casual/ Temporary Workers
Certified that I, Dr.___________________________ have examined Shri.___________________
aged_______ on (date________ who has signed below in my presence. General and physical
examinations of Shri._______________ do not reveal any abnormality. He does not suffer from any
acute/chronic skin disease or any contagious or infectious disease. His eye sight is normal
with/without glasses. In my opinion Shri._________________ is physically and mentally fit for any job in
__________________ (nuclear facility).
____________________
(Signature of workman)

_________________________
Signature & Rubber stamp of Medical Practitioner with Reg. No.
Note: This certificate is to be given on the letter head of the Registered Medical Practitioner who is
possessing allopathic qualifications as recognized by the Indian Medical Council. Below the signature, the
rubber stamp of the Medical Practitioner should be affixed. The letter head normally should contain the
following:
1. Name of the Medical Practitioner
2. Qualifications
3. Registration No. & Date
4. Address
ANNEXURE-3
WAGE SLIP

Name of the Contractor/Firm: M/s. _______________________________________________________

PF Registration No. of the Employer: Date of Payment:


Work Order No. _________________________
Name of the workers with fathers/husbands name: ________________________________________
Category of employee
Wage period
Mode of payment Through Bank
Bank Name
Branch
Bank Account No.
Employees PF Account No._____________
Particulars Rate per Day (Rs) Present No. of days Amount (Rs.)
Payments
Basic wages in Rs.
Fixed Sp. Allowance in Rs.
Fixed Transport Allowance in Rs.
Bonus in Rs
Overtime in Rs.
Any Other Payment in Rs.
Total in Rs.
Deduction
EPF @ 12% in Rs.
Professional Tax
Any other deduction in Rs.
Total Deductions in Rs.
Net wages in Rs.

Contractor's Signature worker's signature or thumb impression


e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 35 of 62

Annexure - 4
INDEMNITY BOND
(For compliance of the EPF & MP Act, 1952)
(To be furnished by contractor before settlement of final bill on Rs.100/- non-judicial stamp paper)

Whereas, M/s. (Name of the contractor)__________ has been awarded the contract for
(Name of the contractor) ___________ vide Work Order No. __________ dated ______________
by NPCIL Kakrapar Gujarat Site, Unit - _______ to execute the job/ work on the terms and
conditions as stipulated therein and as per the agreement.

In pursuance of the above, I/ We ______________________ S/o ______________________ R/o


(Address) ____________________________________________________ and Proprietor/ Partner/
Director/ authorized representative (Designation) __________________ of M/s. _________(Name
of Contractor)______________________ hereby affirm and declares as follow

That the provisions of the Employees Provident Fund & Miscellaneous Provisions Act, 1952 have
been complied and it is undertaken that all the liabilities on account of EPF contribution/ dues for
the employees/ workers deployed by M/s. ________(Name of the contractor)________ for the
work and indemnify NPCIL of any future liabilities on these account. I shall be stand responsible for
any such future claim and action/ proceeding if any, with regard to EPF dues / outstanding received
through concerned authorities.

Further, I shall keep NPCIL fully indemnified and free from all such EPF dues / outstanding claims /
demands, actions / proceedings if any, against NPCIL in respect of aforesaid contract and NPCIL
shall have no liabilities on this account.

In witness whereof, I / We _______________ on behalf of M/s. _______________________


executed this indemnity bond on (Date) ___________ mentioned above.

(Signature of Contractor) /
Authorized Representative of Contractor
With Companys Seal

Witness:

1. Signature
Name :
Address :

2. Signature
Name :
Address :
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 36 of 62

SECTION IV

GENERAL CONDITIONS OF CONTRACT (GCC)

GCC with Addendum is attached separately AND is also available on Web


site www.tenderwizard.com/DAE/Downloads which will form part of this
Tender Document.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 37 of 62

SECTION V
Technical specification and scope of work
NAME OF WORK: - ITEM RATE CONTRACT FOR WASTE MANAGEMENT PLANT WORKS FOR KAPS # 1&2

5.1 Facilities to be provided by KAPS


5.1.1 Material handling equipments like forklift, truck, building cranes and hoist will be provided free of
cost.
5.1.2 Work place, various areas of WMP like bailing room, shredding room, NSDF (SWMF) etc will be
provided to carry out waste processing jobs.
5.1.3 Free electricity, water supply and compressed air will be provided.
5.2 Contractors obligations:
5.2.1 Contractor shall carry out work as per `Scope of work and any other related job required for the
same without any extra cost to KAPS.
5.2.2 It shall be the responsibility of contractor to ensure that when work is over, the floor and other
things around are cleaned and necessary tools and tackles are returned to KAPS stores.
5.2.3 Any damage to the adjacent work like insulation or damage to any other part of machinery,
equipment and devices due to carelessness or accident shall be repaired by contractor at his own
cost and risk.
5.2.4 Contractor shall have to start the job as per instruction of Engineer-in-charge.
5.2.5 Contractor has to ensure that his qualified manpower is available at the work spot during the tenure
of this work.
5.2.6 The manpower engaged on the job shall be shuffled periodically in case of person getting radiation
exposure beyond authorized limit.
5.2.7 Whole body counting check shall be done after the completion of contract and once in a year.
5.2.8 All the equipments / tools required for cutting for Plastic Waste and filter processing shall be
arranged by the contractor.
5.2.9 Cleaning material i.e. washing powder, mopping sticks, mops etc. required for decontamination of
radioactive material as deemed fit shall be arranged by the contractor.
5.2.10 Contractor has to make his own arrangement for supply of cleaning brushes for carrying out the
decontamination of the filter frames.
5.2.11 Contractor has to make his own arrangement for supply of cement and raw materials for concrete
wherever required.

5.3 Tech spec / scope of work


NATURE AND SCOPE OF WORK
A) INTERIM CLOSURE OF EARTHEN TRENCHES:
Item-1 INTERIM CLOSER OF EARTHEN TRENCHES. SUPPLY OF SOIL FROM OUTSIDE OF PLANT
AREA WITH ALL LEADS AND LIFTS AND SPREADING OVER EARTHEN TRENCHES AT TOP &
IN APPROVED SHAPE AS PER SPECIFICATION
Scope of work:
1. Excavation of soil from outside plant boundary.
2. Loading of soil in tractor-trailer.
3. Transportation of soil to SWMF.
4. Unloading of soil from tractor-trailer.
5. Spreading of soil over earthen trench.
6. The work to be monitored by contract supervisor.

Above job shall be carried out by skilled driver assisted by unskilled manpower using excavations
equipments and transportation.
Technical Specification: Required quantity to cover earthen trench with hip of soil height of about one
meter.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 38 of 62

B) PROCESSING OF COMPACTABLE WASTE:


Item-2 PROCESSING OF RUBBER / PLASTIC WASTE AND HELP IN RADIOLOGICAL SURVEY,
TRANSPORTATION OF PROCESSED WASTE TO NSDF (SWMF).

Scope of work:
1. Segregation of plastic/rubber waste at WMP.
2. Cutting of materials to the required shape.
3. Shredding of radioactive plastic waste by Shredding Machine or with hands (scissors).
4. Collection of shredded / cut waste in M.S. drums.
5. Compaction of shredded / cut plastic / rubber waste with the help of Baling-Machine.
6. Helping in survey of the baled drums.
7. Help in transportation of baled waste drums at the Disposal point.
8. Cleaning the area every day after completion of the work at the end of the day.
9. The work to be monitored by contract supervisor.
Above job shall be carried out by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: Maximum reduction of volume of processed waste to the satisfaction of EIC/ work
incharge.
Item-3 BALING / COMPACTION OF WASTE , SEGREGATION, COMPACTION OF WASTE WITH THE
HELP OF BALING MACHINE, HELP IN RADIOLIGICAL SURVEY AND SHIFTING OF BALED
WASTE TO STORAGE AREA.
Scope of work:
1. Segregation of various compactable wastes at WMP. (Like cotton, glass wool, paper, tins, hoses,
cables etc.)
2. Loading of waste bags in drums during baling operation.
3. Assistance during compaction of waste with the help of baling machine.
4. Shifting of baled waste drum to storage area.
5. Helping in survey of the baled drums.
6. Cleaning the area after completion of the work at the end of the day.
7. The work to be monitored by contract supervisor.
Above job shall be carried out by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: Maximum reduction of volume of processed waste to the satisfaction of EIC/ work
in charge.
C) PROCESSING OF EXHAUSTED VENTILATION FILTERS:
Item-4 PROCESSING OF PRE / HEPA / AHU FILTERS. OPENING OF FILTER FRAMES,
CUTTING/REMOVAL OF FILTER MEDIUM, COMPACTION OF FILTER MEDIUM,
DECONTAMINATION OF FILTER FRAME, HELPING IN TRANSPORTATION /DEPOSITION OF
DECONTAMINATED FILTER FRAMES TO CENTRAL STORE OF EXHAUSTED PRE / HEPA / AHU
FILTERS FOR KAPS-I , KAPS-II AND COMMON AREAS.
Scope of work:
1. Opening of the frame.
2. Cutting / removal of filter medium from the frame.
3. Decontamination of frames.
4. Extending the help in compaction of the filter medium.
5. Extending the help in transportation / deposition of decontaminated frames to Central Store.
6. Ensuring the decontamination / cleaning of the working area.
7. The work to be monitored by contract supervisor.

Above job shall be carried by skilled fitter and assisted by unskilled manpower and should be supervised by
qualified supervisor.
Technical Specification: Maximum reduction of volume of processed waste to the satisfaction of EIC/ work
in charge.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 39 of 62

Item-5 PROCESSING OF CHARCOAL FILTERS. OPENING OF FILTER FRAMES, CUTTING/REMOVAL


OF FILTER MEDIUM, COMPACTION OF FILTER MEDIUM, DECONTAMINATION OF FILTER
FRAME, HELPING IN TRANSPORTATION / DEPOSITION OF DECONTAMINATED FILTER
FRAMES TO CENTRAL STORE OF EXHAUSTED CHARCOAL FILTERS FOR KAPS-I , KAPS-II
AND COMMON AREAS.
Scope of work:
1. Opening of the frame.
2. Cutting / removal of filter medium from the frame.
3. Removal of charcoal from filters and filling up in drums (in case of charcoal filter).
4. Decontamination of frames.
5. Extending the help in compaction of the filter medium.
6. Extending the help in transportation / deposition of decontaminated frames to Central Store.
7. Ensuring the decontamination / cleaning of the working area.
8. The work to be monitored by contract supervisor.
Above job shall be carried by skilled fitter and assisted by unskilled manpower and should be supervised by
qualified supervisor.
Technical Specification: Maximum reduction of volume of processed waste to the satisfaction of EIC/ work
in charge.
D) DECONTAMINATION OF VARIOUS WMP AREAS:
Item-6 DECONTAMINATION OF VARIOUS AREAS OF WASTE MANAGEMENT PLANT, SOLID
WASTE MANAGEMENT FACILITY AND MAIN OUT FALL SAMPLING ROOM AS PER THE
FREQUENCY AND ACCEPTANCE CRITERION DETAILED THE TENDER DOCUMENT OF KAPS
#1& 2.
Scope of work:
1. House keeping of area, re-arranging material in its proper place.
2. Sweeping of area floors using vacuum cleaner.
3. Mopping of floor with soap solution and clean water.
4. Drying of floors
5. Decontamination of floor till it becomes free from contamination.
6. Removal of unwanted material from the area.
7. The work to be monitored by contract supervisor.
Above job shall be carried by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: Floor contamination level in shall be BDL in HPU swipe sample results in all the area,
except RT area 100m and 103m EL contamination level shall be less than 4 cps.
E) DESLUDGING & INTERNAL CLEANING OF WMP TANKS AND SUMPS:
Item-7 DESLUDGING & INTERNAL CLEANING OF LESS & TDS TANKS.

Scope of work:
1. Opening up of the manhole covers.
2. Removal/collection of water (which could not be pumped out by pump) from the opened tanks
manually.
3. Removal of sludge in the disposable drums.
4. Washing/decontamination of tank inside surface.
5. Closing up of man hole cover with new gaskets.
6. Shifting of these sludge drums to cementation area [LESS tanks are at 95 mEL] in WMP.
7. Helping in transportation of solidified/cured sludge to NSDF (SWMF).
8. Cleaning/decontamination of working area.
9. The work to be monitored by contract supervisor.

Above job shall be carried out by skilled fitter, assisted by rigger & unskilled manpower and should be
supervised by qualified supervisor.
Technical Specification: Inspection of inside of tank and leak check after box up.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 40 of 62

Item-8 DESLUDGING & INTERNAL CLEANING OF WMP SUMPS.


Scope of work:
1. Removal/collection of water (which could not be pumped out by pump) from the
sumps manually.
2. Removal of sludge in the disposable drums.
3. Washing/decontamination of sump inside surface.
4. Shifting of these sludge drums to cementation area in WMP.
5. Solidification of sludge/allowing them for curing.
6. Helping in transportation of solidified/cured sludge to NSDF (SWMF).
7. Cleaning/decontamination of working area.
8. The work to be monitored by contract supervisor.
Above job shall be carried out by rigger assisted by unskilled manpower and should be supervised by
qualified supervisor.
Technical Specification: Inspection of sump.
Item-9 DESLUDGING & INTERNAL CLEANING OF WMP AREA TRENCHES.
Scope of work:
1. Opening up of the trench cover slabs
2. Removal/collection of water (which could not be pumped out by pump) from the trenches manually.
3. Removal of sludge in the disposable drums.
4. Washing/decontamination of trenches inside surface.
5. Closing up of trench cover slabs.
6. Shifting of these sludge drums to cementation area at 100 m [LESS tanks are at 95 mEL] in WMP.
7. Solidification of sludge/allowing them for curing.
8. Helping in transportation of solidified/cured sludge to NSDF (SWMF).
9. Cleaning/decontamination of working area.
10. The work to be monitored by contract supervisor.
Above job shall be carried out by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: Inspection of trenches.
F) INSPECTION AND CLEANING OF LIQUID WASTE DISPOSAL LINE FILTERS:
Item-10 MICRON FILTER OF LIQUID EFFLUENT DISPOSAL LINE OPENING FOR INSPECTION AND
CLEANING.
Scope of work:
1. Helping in erection of scaffolding.
2. Opening filter top cover.
3. Removal of filter cartridges assembly.
4. Removal of sludge and internal cleaning of filter vessel.
5. Dismantling of filter assembly and cleaning of cartridges and tie rods.
6. Re assembling of filter cartridges.
7. Closing / box-up of top cover with new gaskets.
8. Solidification (cementation) of sludge and allowing it for curing.
9. Helping in transportation of solidified/cured sludge to NSDF (SWMF).
10. Cleaning/decontamination of working area.
11. The work to be monitored by contract supervisor.
Above job shall be carried out by skilled fitter, assisted by rigger and unskilled manpower and should be
supervised by qualified supervisor.

Technical Specification: Inspection of inside of filter vessel and cartridges. Replacement of cartridges if
required.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 41 of 62

Item-11 SAND FILTER OF LIQUID EFFLUENT DISPOSAL LINE OPENING FOR INSPECTION AND
REPLACEMENT/ TOP-UP OF FILTERING SAND.
Scope of work:
1. Helping in erection of scaffolding.
2. Opening of sand filter manhole cover.
3. Removal of contaminated/ dirty filter sand.
4. Helping in transportation/ shifting of different grade of fresh filter sand from stores.
5. Top up / filling of fresh filter sand as per grade.
6. Closing / box-up of manhole cover with new gaskets.
7. Helping in transportation of contaminated/ dirty filter sand to NSDF (SWMF).
8. Cleaning/decontamination of working area.
9. The work to be monitored by contract supervisor.
Above job shall be carried out by skilled fitter and rigger assisted by unskilled manpower and should be
supervised by qualified supervisor.
Technical Specification: Inspection of inside of filter vessel and filter sand. Replacement of pebbles and sand
if required.
G) OPERATION AND MAINTENANCE OF INCINERATOR:
Item-12 ASSISTANCE FOR OPERATION OF INCINERATOR. ASH COLLECTION AND CLEANING OF
INCINERATOR CHAMBERS AND LOADING OF SOLID WASTE AND OIL-ORGANIC WASTE
DURING OPERATION OF INCINERATOR.
Scope of work:
1. Shifting of active solid waste, waste oil drums from WMP to NSDF (SWMF).
2. Load of waste oil and fuel oil in respective incinerator tanks.
3. Collection of ash and cleaning of primary & secondary chambers before every start up.
4. Removal of slurry from scrubber tanks before every start up.
5. Loading of solid waste at regular period during operation of incinerator.
6. Chemical addition in scrubber tank to maintain pH of scrubber water.
7. Cleaning/decontamination of working area.
8. Maintain rubber change area.
9. Collection and submission of samples to HPU.
One operation means two helpers are to be deputed for 12 hrs per day for the above works.
Above job shall be carried out by unskilled manpower.
Technical Specification: To the satisfaction of work in charge.
Item-13 DESLUDGING/ CLEANING OF INCINERATOR TANKS.
Scope of work:
1. Collection of slurry from scrubber water / waste oil tank.
2. Transfer of contaminated water / waste oil to drums using temporary transfer pumps.
3. Opening of scrubber tank manhole cover.
4. Removal of water/ waste oil (which could not be pumped out by pump) from the tanks manually.
5. Removal of sludge/ slurry accumulated at bottom and collection in drums.
6. Washing/decontamination of tanks inside surface.
7. Closing / Box up of scrubber tank manhole.
8. Shifting of slurry drums to NSDF shade for cementation.
9. Solidification (cementation) of slurry and allowing them for curing.
10. Cleaning/decontamination of working area.
11. The work to be monitored by contract supervisor.
Above job shall be carried out by skilled fitter assisted by unskilled manpower and should be supervised by
qualified supervisor.
Technical Specification: Inspection of incinerator tanks.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 42 of 62

Item-14 PREVENTIVE MAINTENANCE OF PUMPS, BLOWERS AND BURNERS OF INCINERATOR


SYSTEM.
Scope of work:
1. Decoupling of equipment, removal of bearing, motor stool, pump shaft, impeller etc.
2. Complete dismantling of pump and its overhauling as per Engineer instruction.
3. Shifting of components to KAPS work shop & back, for repair purpose if required.
4. Cleaning of all parts of the equipment.
5. Checking & recording of critical dimensions and clearances
6. Inspection of bearings assembly and overhauling.
7. Conducting no load and on load test for recording the parameters
8. The work to be monitored by contract supervisor.
Above job shall be carried out by skilled fitter assisted by unskilled manpower and should be supervised by
qualified supervisor.
Technical Specification: Testing, operation check of incinerator equipments.
H) DISPOSAL OF SOLID WASTE:
Item-15 SPREADING OF BENTONITE POWDER (40KG BAG) IN RCC TRENCHES AND EARTHEN
TRENCHES BEFORE AND AFTER DISPOSAL OF SOLID WASTE.

Scope of work:
1. Loading of Bentonite powder bags in container/ platform.
2. Transportation of bags from storage building to disposal facilities.
3. Unloading of Bentonite powder bags near disposal facilities
4. Opening of disposal facility (i.e. RCC vault / Earthen trench)
5. Spreading of bentonite powder in RCC trenches/ Earthen trenches as per instruction of WMP
engineer.
6. Closing of disposal facility (i.e RCC vault/ earthen trench).
7. Collection of packaging material & shifting it to inactive waste storage area.
8. Cleaning of work area.
9. The work to be monitored by contract supervisor.
One bag of Bentonite weight about 40 Kg
Above job shall be carried out by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: To the satisfaction of work in charge.
Item-16 HANDLING (LOADING-UNLOADING) OF RADIOACTIVE WASTE CONTAINERS LIKE
HOPPERS, DRUMS WHILE SHIFTING WASTE BETWEEN WMP, NSDF, RAB, PURIFICATION
BUILDING ETC.
Scope of work:
1. Help in radiological survey of waste containers.
2. Lifting of waste hoppers from RAB & LESS area using manual hoist.
3. Shifting of waste containers between Baling rooms, RT area, RAB using trolley.
4. Loading of waste containers on truck /forklift manually.
5. Cleaning of work area.
6. The work to be monitored by contract supervisor.
Above job shall be carried out by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: To the satisfaction of work in charge.
Item-17 ASSISTANCE IN DISPOSAL OF RADIOACTIVE WASTE CONTAINERS LIKE HOPPERS, DRUMS
IN RCC TRENCHES AND EARTHEN TRENCHES.

Scope of work:
1. Help in radiological survey of waste containers.
2. Assistance in lifting of waste containers.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 43 of 62

3. Guide to crane operator during shifting of waste containers.


4. Unloading of waste containers in RCC trench/earthen trench as instructed by department personnel.
5. Cleaning of work area.
One operation means, three unskilled manpower are to be deputed for normal working day for the above
works. For normal working day please refer GCC
Technical Specification: To the satisfaction of work in charge.
Item-18 CEMENTATION OF SLUDGE / SLURRY WASTE IN WASTE CONTAINER AT NSDF (SWMF)
INCLUDING SUPPLY OF CEMENT.

Scope of work:
1. Supply of cement in required quantity as instructed by WMP engineer.
2. Preparation of rubber station in work area.
3. Help in transfer of sludge/ slurry in containers in rubber change area.
4. Adding of cement in required quantity as instructed by WMP engineer.
5. Proper mixing of cement with sludge/ slurry.
6. Checking for curing of mix after 24 hrs.
7. Addition of cement/ bentonite powder if required as instructed by WMP engineer.
8. The work to be monitored by contract supervisor.
About 8 bags (400Kg) of cement is required for solidification of 1 Cu.M of waste
Above job shall be carried out by unskilled manpower and should be supervised by qualified supervisor.
Technical Specification: Solidification of waste to the satisfaction of work in charge.
I) IX TREATMENT SYSTEM:
Item-19 PREPARATION OF IX COLUMN FOR REMOVAL OF GROSS BETA-GAMMA ACTIVITY FROM
LIQUID WASTE.

Scope of work:
1. Shifting of empty WT hopper in LESS area/ RT area.
2. Shifting of fresh nuclear grade resin from stores/ purification building.
3. Charging of fresh resin in WT hopper and flushing with DM water.
4. Disconnection of used (exhausted) IX from the system.
5. Connection of fresh IX column with the system.
6. Charging, flushing and connection of fresh IX column.
7. Disconnection of exhausted IX column and shifting from LESS area.
8. Cleaning/decontamination of working area.
9. The work to be monitored by contract supervisor.
Above job shall be carried out by skilled fitter and rigger assisted by unskilled manpower and should be
supervised by qualified supervisor.
Technical Specification: To the satisfaction of work in charge.
Item-20 ASSISTANCE IN POLYMERIZATION OF SPENT RESIN OF PHT/SFSB IX COLUMNS.
Scope of work:
1. Helping in vacuum testing of Resin fixation drum
2. Shifting and measurement of chemicals.
3. Mixing and preparation of batches of chemicals as per direction of WMP operator.
4. Shifting of chemical in RT area.
5. Pouring of chemical in loading funnel in batches.
6. Cleaning of chemical handling equipments like buckets, funnels, carboys, bottles etc.
7. Assistance in survey of carboys, bottles and deposition to stores.
8. Cleaning/decontamination of working area.
Assistance of two unskilled manpower is required to carry out above job.
Technical Specification: To the satisfaction of work in charge
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 44 of 62

Item-21 ASSISTANCE IN RESIN TRANSFER FROM CALANDRIA VAULT & END SHIELD COOLING
SYSTEM ION EXCHANGE COLUMN.

Scope of work:
1. Shifting of empty WT hopper to RAB 95m EL
2. Assistance in coupling of WT hopper with the system.
3. Assistance in decoupling / disconnection of WT hopper after resin transfer operation.
4. Lifting of hopper from RAB 95m to RAB 100m EL
5. Shifting of hopper to WMP from RAB
6. Cleaning/decontamination of RAB 95m area.
Work is to be carried out in high radiation, all necessary radiation protections are to taken during job.
Above job shall be carried out by fitter and an unskilled manpower is required to carry out above job.
One operation means, three unskilled manpower are to be deputed for normal working day for the above
works. For normal working day please refer GCC
Technical Specification: To the satisfaction of work in charge.
Item-22 ASSISTANCE IN RESIN TRANSFER OF SPENT RESIN AT RT AREA OF WMP. HELP IN
COUPLING OF HOPPERS FOR RESIN TRANSFER OPERATION.

Scope of work:
1. Shifting, Indexing & alignment of hoppers, RFD & Filter at WMP100/103m EL RT area.
2. Assistance in coupling of hopper with the RT system.
3. Cleaning/decontamination of RT area of WMP.
Work is to be carried out in high radiation, all necessary radiation protections are to taken during job.
Assistance of a skilled fitter and an unskilled manpower is required to carry out above job.
One operation means, one fitter and one helper are to be deputed for half time of normal working day for
the above works. For normal working day please refer GCC.
Technical Specification:
Leak check of coupling.
Item-23 ASSISTANCE IN DECOUPLING OF HOPPERS AFTER EACH RESIN TRANSFER OPERATION AT
WMP RT AREA.

Scope of work:
1. Assistance in decoupling / disconnection of hopper after resin transfer operation.
2. Blanking of RT system hoses.
3. Assistance in Shifting of hopper from WMP to NSDF.
4. Cleaning/decontamination of RT area of WMP.
Work is to be carried out in high radiation, all necessary radiation protections are to taken during job.
Assistance of a skilled fitter and an unskilled manpower is required to carry out above job.
One operation means, one fitter and one helper are to be deputed for half time of normal working day for
the above works. For normal working day please refer GCC
Technical Specification: To the satisfaction of work in charge
J) UPDATION & RECORDS KEEPING OF WMP SECTION:
Item-24 DATA ASSISTANCE AND UPDATION OF RECORDS IN PC, MAINTAIN RECORDS AND
ORGANIZE FILING OF WASTE MANAGEMENT ACTIVITIES.

Scope of work:
1. Updation of records of radio active liquid waste receipt and disposal in PC.
2. Updation of records of radio active solid waste receipt and disposal in PC.
3. Preparation of WMP monthly, Quarterly and Annual reports.
4. Preparation of WMP presentations.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 45 of 62

5. Preparation and up keeping of IMS and other WMP documents


6. Up keeping of files of WMP section
A data entry operator having qualification of certification course in computer application of minimum 6
month duration from recognized institute with one year working experience of Microsoft office.
One operation means, an operator is to be deputed for normal working day for the above works. For normal
working day please refer GCC.
Technical Specification: To the satisfaction of EIC / work in charge
Item-25 ASSISTANCE IN SAMPLING AND UP KEEPING OF WMP AREAS AND UP KEEPING OF WMP
OFFICES.

Scope of work:
1. Assisting in sampling of MOF, dyke tanks.
2. Assisting in lysimeteric study at SWMF
3. Submission of samples at bioassay lab, chemical lab & ESL.
4. Movement of documents between WMP office and HR, Account, Stores, planning etc.
5. Helping in shifting of material from stores to WMP.
6. Cleaning of sample bottles
7. Shifting of consumables from stores.
8. Cleaning of drums, carboys and bottles for reuse.
9. Decontamination of various highly radioactive tools & equipments etc.
10. Up keeping and maintain local stores of WMP.
11. Assistance in shifting of dewatering equipments like pumps, hoses at various location of WMP.
One operation means, one unskilled manpower is to be deputed for normal working day for the above
works. For normal working day please refer GCC.
Technical Specification: To the satisfaction of EIC / work in charge.
K) DATA ASSISTANCE TO SD OFFICE & TENDER CELL:
Item-26 DATA ASSISTANCE TO PERSONAL SECRETARY OF SD KAPS 1&2. DATA ENTRIES IN PC,
MAINTAIN RECORDS AND ORGANIZE FILING OF SD OFFICE.

Scope of work:
1. Updation of records in PC.
2. Assist in preparation of reports.
3. Assist in preparation of letters.
4. Assist in preparation of presentations.
5. Up keeping of communication records like fax, mail, e-mail, couriers etc.
6. Organising and up keeping of files.
One operation means, an operator is to be deputed for normal working day for the above works. For normal
working day please refer GCC.
Technical Specification: To the satisfaction of EIC / work in charge.
Item-27 DATA ASSISTANCE TO PERSONAL SECRETARY OF SD KAPS 1&2, BEYOND NORMAL DUTY
HOURS. (OVERTIME).
Scope of work:
1. Updation of records in PC.
2. Assist in preparation of reports.
3. Assist in preparation of letters.
4. Assist in preparation of presentations.
5. Up keeping of communication records like fax, mail, e-mail, couriers etc.
6. Organizing and up keeping of files.
An operator is to be deputed after normal duty hours as per requirement.

Technical Specification: To the satisfaction of EIC / work in charge.


e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 46 of 62

Item-28 DATA ASSISTANCE TO TENDERING CELL OF KAKARPAR GUJARAT SITE. DATA ENTRIES IN
PC, MAINTAIN RECORDS AND ORGANIZE FILING OF CTC OFFICE

Scope of work:

1. Updation of records in PC.


2. Assist in preparation of reports.
3. Assist in preparation of letters.
4. Assist in preparation of presentations.
5. Up keeping of communication records like fax, mail, e-mail, couriers etc.
6. Organizing and up keeping of files.

One operation means, an operator is to be deputed for normal working day for the above works. For normal
working day please refer GCC.

Technical Specification: To the satisfaction of EIC / work in charge.

Item-29 DATA ASSISTANCE TO TENDER CELL OF KGS, BEYOND NORMAL DUTY HOURS.
(OVERTIME).

Scope of work:

1. Updation of records in PC.


2. Assist in preparation of reports.
3. Assist in preparation of letters/ documents
4. Assist in preparation of presentations.
5. Up keeping of communication records like fax, mail, e-mail, couriers etc.
6. Organizing and up keeping of files.

An operator is to be deputed after normal duty hours as per requirement.

Technical Specification: To the satisfaction of EIC / work in charge.

L) Datasheets.

Area contamination swipe results for Part-4, Item-1 and


Details of radiological work permits related to all other works.
M) Education /Technical qualification and relevant work experience of manpower to be engaged.
Contractor has to engage manpower as per the following :
Minimum educational qualifications for the persons engaged to the work shall be:

Nature of the main Experience


Educational Qualification
power No.of Years Area
Diploma in Engg
Supervisor Fresh / 03
OR ITI passed
Certification course in computer Working
Data entry operator application 1 experience of
(minimum 6 month) Microsoft office
Skilled ITI passed 1 Work
10 th pass 5 experience of
Unskilled Min 8 th standard passed 3 similar nature
Rigger Min 8 th standard passed 3 of work
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 47 of 62

SECTION VI

SCHEDULE OF DRAWING

-----NA----
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 48 of 62

SECTION VII
SCHEDULE OF MATERIAL TO BE SUPPLIED BY THE CORPORATION & FORMATS OF VARIOUS CONTRACTUAL DOCUMENTS:
SCHEDULE- A (As per GCC clause 18)
Sr. Clause No. of Description Stipulation
No. NIT/GCC
1 NIT-PQC/1.4 Applicability of Registration of EPF Yes
2 NIT- 24 Applicability of Mega Power Project Concession No
3 NIT- 25 Purchase preference to MSE registered bidders:
a) Waivel of submitting bid security Yes
b) Splitting of quantity for award to MSE No
4 1.1.1 Accepting authority Chief Superintendent, KAPS-
1&2
5 2.1.3 Time by which possession of site will be given IMMEDIATE
6 4.14.1 Availability of electricity Yes
7 4.14.1 The rate at which electricity will be charged Free
8 4. 19. 2 Number of trees to be planted by the contractor NA
9 4. 22. 1 Number apprentices to be trained by the Contractor Nil
10 4. 23. 2 Availability of water supply by corporation Yes
11 4.23.2(i) Water charges Free
12 4.24.2 Land availability for contractors colony NA
13 5. 6. 3 Penalty, for not providing arrangements and facilities as As per special condition of
per safety guidelines. contract (Sec-III)
14 5. 6. 4 Industrial safety training to be provided by corporation Yes
15 5.6.14 Minimum number of safety professionals to be deployed As per special condition of
by contractor. contract (Sec-III)
16 5. 6 .15 Penalty, for not deploying the minimum number of As per special condition of
safety professionals. contract (Sec-III)
17 7.8.1 Applicability of the incentive clause No
18 7. 8.2 Maximum percentage of the contract value, which shall NA
be paid as incentive
19 9.1.1 Defect Liability Period: 12 months
20 9.1.6 Applicability of liability towards latent defect. No
21 11.3.4 Various components expressed as a percentage of
contract value.
Unskilled labour component (lu) 58 %
Skilled labour component (ls) 24 %
Material component
Cement and lime 02 %
P.O.L component (d) 01 %
Nearest Petrol pump to be considered for petrol prices Sainik Petrol Pump,
(P.O.L) Uchamala/Astha petroleum,
Kanza
22 12.1.4 The rate of interest to be charged for mobilization NA (As no mobilization
advance. advance will be provided for
this contract)
23 12.2.1 Applicability to submit the bills and measurement in Yes
Computerized form
24 12.5.1 Simple interest for delayed payment. Nil
25 15.1.1 a) Workman Compensation Policy / ESIC Yes
b) CAR policy for the whole contract value NA
c) third party liability 10% of the contract value
subject to a maximum of 50
lakhs
26 -- Minimum deployment of manpower As per Scope of works
specified in Section-5
a) Unskilled --
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 49 of 62

Sr. Clause No. of Description Stipulation


No. NIT/GCC
b) Semi- Skilled --
c) Skilled / Clerical --
d) Highly skilled Technician / Operator- Gr.-I --
e) Highly Skilled Technician / Operator- Gr.-II --
f) Supervisor- Gr. I --
g) Supervisor- Gr. II --
h) Supervisor Gr. III --
27 -- Penalty for shortfall of minimum number of Labours to Not applicable
be deployed if proposed.
a) Unskilled --
b) Semi- Skilled --
c) Skilled / Clerical --
d) Highly skilled Technician / Operator- Gr.-I --
e) Highly Skilled Technician / Operator- Gr.-II --
f) Supervisor- Gr. I --
g) Supervisor- Gr. II --
h) Supervisor Gr. III --

SCHEDULE - B (As per GCC clause 18) - MATERIAL ISSUED TO THE CONTRACTOR
Sl. Particulars Unit Rate at Maximum Maximum Qty. to be
No. which Invisible permissible issued
Material Wastage Wastage (approx.)
will (Non- (Returnable
Be issued Returnable) in case of free
% issue) %*
Not Applicable
* This percentage can vary as per the cutting plan approved by Engineer-in-Charge

SCHEDULE 'C' (As per GCC clause 18) - TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR

TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR


Sl. Particulars Number Hire charges Per Frequency of Value Place Number Reqd.
No. available Unit per working Maintenance per Unit of Issue by the
day Contractor.
Rs.
Not Applicable

FORMATS OF VARIOUS CONTRACTUAL DOCUMENTS

1. PROFORMA BANK GUARANTEE IN LIEU OF BID SECURITY (Not Applicable)

(On Non Judicial Stamp paper to be stamped in accordance with stamp act, the stamp paper to be in name of Executing Bank)

Ref.............. Date................

Bank Guarantee No........

To NUCLEAR POWER CORPORATION OF INDIA LTD


____________________________________________________
____________________________________________________
Dear Sir,
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 50 of 62

In accordance with your Notice Inviting Tender for _______________under your tender No__________
dated ________________ M/s _______________________ (hereinafter called the Tenderer) with following
directors on their Board of Directors/Partners of the firm.

1. 2.
3. 4.
5. 6.
7. 8.
9. 10.

Wish to participate in the said tender for the following:


1______________________________________________________________________________
2______________________________________________________________________________
3______________________________________________________________________________

Whereas it is a condition in the tender documents that the tenderer has to deposit Bid Security with respect
to the tender, with Nuclear Power Corporation of India Ltd (hereinafter referred to as "Corporation")
amounting to Rs........ or alternatively the tenderer is required to submit "Bank Guarantee" from a
nationalised bank irrevocable and operative till 28 days after the validity of the offer. (i.e. 120 days from the
date of opening of tender), for the like amount which amount is likely to be forfeited on the happening of
contingencies mentioned in the tender documents. And whereas the tenderer desires to secure exemption
from deposit of Bid Security and has offered to furnish a Bank Guarantee for a sum of Rs....... to the
Corporation for the purpose of securing exemption from the deposit of Bid Security.
1. NOW THEREFORE, we the...................... Bank, a body corporate constituted under the Banking Companies
(Acquisition and Transfer of undertakings) Act 1969 and having a branch office at............ (Hereinafter
referred to as the Bank") do hereby undertake and agree to pay on demand in writing by the Corporation,
the amount of Rs....... (Rupees............) to the Nuclear Power Corporation of India Ltd without any demur,
reservation or recourse.
2. We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as to whether
the tenderer has committed any breach or breaches of any of the terms and conditions of the tender and
the extent of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to
or suffered by the Corporation on account thereof the extent of the bid security required to be deposited by
the Tenderer in respect of the said Tender document and the decision of the Corporation that the Tenderer
has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges
and expenses caused to or suffered by or that may be caused to or suffered by the Corporation shall be final
and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect
until it is released by the Corporation and change in the constitution, liquidation or dissolution of the
Tenderer, shall not discharge our liability guaranteed herein.
4. It is further declared that it shall not be necessary for the Corporation to proceed against the Contractor
before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the
Bank notwithstanding any security which the Corporation may have obtained or shall obtain from the
Contractor at the time when proceedings are taken against the Bank for whatever amount may be
outstanding or unrealised under the Guarantee.
5. The right of the Corporation to recover the said amount of Rs...........(Rupees ......................) from us in
manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes
have been raised by the said M/s................... (Tenderer) and/or that any dispute or disputes are pending
before any authority, officer, tribunal or arbitrator(s) etc.
6. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to Rs........
(Rupees...........) and our guarantee shall remain in force up to.......... and unless a demand or claim under the
guarantee is made on us in writing within three months after the aforesaid date i.e. on or before the ..........
all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all
liabilities there under.

Date...................... Place....................

(Signature)___________________________________________
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 51 of 62

(Printed Name)_______________________________________
(Designation)_________________________________________
(Bank's Common seal_________________________________
(Authorisation No.)___________________________________
In the presence of:
Witness
1) _______________________

2) _______________________
Accepted
(Signature of the Officer)
For and on behalf of the Nuclear Power Corporation of India Ltd.
+++++++++
2. PROFORMA OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT
(Performance Guarantee / Retention money)
IN INDIVIDUAL CONTRACT (ON NON JUDICIAL STAMP PAPER)
To
Nuclear Power Corporation of India Ltd.
_________________________________________
In consideration of the Nuclear Power Corporation of India Ltd..................... Atomic Power
Project) having its registered Office at........................................ (hereinafter called the "Corporation" which
expression shall unless repugnant to the subject or context include its administrators, successors and
assigns) having agreed under the terms and conditions of the Award Letter bearing No......... Dated......
issued by the Corporation, which has been unequivocally accepted by the Contractor
M/s...*...................................... work of........................(hereinafter called the said Contract) to accept
a Deed of Guarantee as herein provided for Rs.......(Rupees..........................only) from a Scheduled
commercial bank in lieu of the .. (Performance guarantee to be submitted by the Contractor
/retention money deducted from the Contractor's bills) for the due fulfilment by the said Contractor of the
terms and conditions contained in the said Contract.

1. We, the........ Bank (hereinafter referred to as "the said Bank" and having our registered office
at....... do hereby undertake and agree to indemnify and keep indemnified the Corporation from time
to time to the extent of Rs.......... (Rupees ................Only) against any loss or damage, costs, charges
and expenses caused to or suffered by or that may be caused to or suffered by the Corporation by
reason of any breach or breaches by the said Contractor of any of the terms and conditions contained in
the said Contract and to unconditionally pay the amount claimed by the Corporation on demand and
without demur to the extent aforesaid.
2. We.................... Bank, further agree that the Corporation shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation on account
thereof and the decision of the corporation that the said Contractor has committed such breach or
*Refer note at the end of the proforma. breaches and as to the amount or amounts of loss,
damage, costs charges and expenses caused to or suffered by or that may be caused to or
suffered by the Corporation from time to time shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and
till all the dues of the Corporation under the said Contract or by virtue of any of the terms and
conditions governing the said Contract have been fully paid and its claims satisfied or discharged and
till the owner certifies that the terms and conditions of the said Contract have been fully and
properly carried out by the said Contractor and accordingly discharges this Guarantee subject,
however, that the Corporation shall have no claim under the Guarantee after 90 (Ninety) days from the
date of expiry of the Defects Liability Period as provided in the said Contract, i.e. ........... (Date) or
from the date of cancellation of the said contract as the case may be, unless a notice of the claim under
this Guarantee has been served on the Bank before the expiry of the said period in which case the same
shall be enforceable against the Bank notwithstanding the fact, that the same is enforced after
the expiry of the said period.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 52 of 62

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 _____________________________
Authorisation No: _________________________________
Date and Place: ___________________________________
Bank's Seal ______________________________________
Accepted
(Signature of the Officer)
For and on behalf of the
(Nuclear Power Corporation of India Ltd)
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).
+++++++++++++

3. PROFORMA OF BANK GUARANTEE TO SECURE A LUMPSUM ADVANCE


(On Non-Judicial Stamp Paper of Appropriate Value)
To
Nuclear Power Corporation of India Ltd.
.........................
1. In consideration of the Nuclear Power Corporation of India Ltd. (................... Atomic Power Project)
having its registered Office at................................... (Hereinafter called the Owner which expression
shall unless repugnant to the subject or context include its successors and assigns) having agreed under
the terms and conditions of Award Letter No. ........... Dated........ Issued by Owner which has been
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 53 of 62

unequivocally accepted by.*..................in connection with the work of "" Tender No..................
(Hereinafter called "the said Contract") to make at the request of the Contractor a lump sum advance of
Rs...... (Rupees..................... only) for utilizing it for the purpose of the Contract on his furnishing a
guarantee acceptable to the Owner.
We...... Bank incorporated under.......................and having one of our branches
at............................................ (Hereinafter referred to as " the said Bank") do hereby guarantee the due
recovery by the Owner of this said advance with interest thereon as provided according to the
terms and conditions of the Contract. If the said Contractor fails to utilize the said advance for the
purpose of the Contract and/or the said advance together with interest Thereon as aforesaid is not
fully recovered by the Owner, We ... Bank hereby unconditionally and irrevocably undertake to pay to
the Owner on demand and without demur to the extent of the said sum of Rs.........
(Rupees.......................only) On any claim made by the Owner on us for the loss or damage caused to or
Suffered by the Owner by reason of the Owner not being able to recover in full the Said sum of Rs...........
(Rupees................only) with interest as aforesaid.
2. We ... Bank; further agree that the Owner shall be the sole Judge of and as to whether the said
Contractor has not utilized the said Advance or any part thereof for the purpose of the contract and the
extent Of loss or damage caused to or suffered by the Owner on account of the said Advance together
with interest not being recovered in full and the Decision of the Owner that the said Contractor has not
utilized the said Advance or *Refer note at the end of the proforma Any part thereof for the purpose of
the Contract and as to the amount or Amounts of loss or damage caused to or suffered by the Owner
shall be final and Binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said Contract and till all the said
advance with interest has been fully recovered and its claims satisfied or discharged and till Owner
certifies that the said advance with interest has been fully recovered from the said Contractor, and
accordingly shall have no claim under this guarantee after 30 (thirty) days from the date of satisfactory
completion of the said Contract (as per the mutually agreed work schedule) i.e. up to and inclusive
of....... (Date) unless a notice of the claim under this Guarantee has been served on the Bank before the
expiry of the said period i.e................... (Date) in which case the same shall be enforceable against the
Bank notwithstanding the fact, that the same is enforced after the expiry of the said period.
4. The Owner 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 the advance or to extend time of performance by the said Contractor or to postpone for any time
from time to time any of the powers exercisable by it against the said Contractor and either to enforce
or forbear from enforcing any of the terms and conditions governing the said contract or the advance
available to the owner and this said bank shall not be released from its liability under these presents by
any exercise by the Owner of the liberty with reference to the matters aforesaid or by reasons of time
being given to the said Contractor or any other forbearance act or omission on the part of the Owner or
any indulgence by the Owner to the said Contractor on of any other matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have the effect of so releasing the Bank
from its such liability.
5. It shall not be necessary for the Owner to proceed against the Contractor before proceeding against the
Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding any
security, which the Owner may have obtained or obtain from the Contractor shall at the time when
proceedings are taken against the Bank hereunder, be outstanding or unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Owner in writing and agree that any change in the Constitution of the
said Contractor or the said Bank shall not discharge our liability hereunder. If any further extension of
this Guarantee is required the same shall be extended to such required periods on receiving instructions
from M/s........................................ on whose behalf this Guarantee is issued.
Notwithstanding anything contained herein before our liability under this Guarantee is restricted to Rs ...
(Rupees..............Only) together with interest. Our undertaking shall commence from the date of
execution and shall remain in force up to...........
Dated this ................day of.........20
In presence of for and on behalf of (the Bank)
WITNESS
1________________________ Signature _________________________________
2________________________ Name & Designation_______________________
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 54 of 62

Authorisation No___________________________
Seal of the Bank___________________________

Accepted
(Signature of the Officer)
For and On behalf of the Nuclear Power Corporation of India Ltd.,
NOTES
*For Proprietary Concerns
Shri ..................... son of................. Resident of ....................................carrying on business
under the name and Style of...........at...........(herein after called " the said Contractor" which expression shall
unless the context requires otherwise include his heirs, executors, administrators and legal representatives).
*For Partnership Concerns
M/s..................... a partnership firm with its office.........................(hereinafter called " the said
Contractor" which expression shall unless the context requires otherwise include their heirs, executors, administrators
and legal representative); the names of their partners being
(i) Shri ................S/o...............................
(i) Shri ................S/o...............................
*For Companies
M/s. ________________ a company under the 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).
+++++++++++++
4. FORM OF HYPOTHECATION DEED
(ON NON-JUDICIAL STAMP PAPER ON APPROPRIATE VALUE)
THE INDENTURE made this .................day of .........20.......................BETWEEN ............ of the one part (herein
after called `Contractor') and Nuclear Power Corporation of India Ltd. (........... Atomic Power Project/
Station) hereinafter called " the Corporation which expression shall unless the context
requires otherwise include his successors and assigns of the other part:
WHEREAS under sub-clause12.1 of the General Conditions of Contract relating to the terms and
conditions of its Award letter No....................dated .............which have been unequivocally accepted
by the Contractor, the Contractor has applied to the Corporation for a loan of Rs.............. (Rupees)
...............................................Only) for plant and equipment described in the Schedule here to specifically
acquired by the Contractor for the works and brought to site.
AND WHEREAS one of the conditions on which the said loan of Rs........./- granted by the Corporation to the
Contractor is that the Contractor shall hypothecate the plant and equipment described in the Schedule
hereto in favour of the Corporation as security for the due repayment of the said loan.
AND WHEREAS the Contractor has represented that he is the Owner of the plant and equipment described
in the Schedule hereto and the same is free from encumbrances.
NOW THIS INDENTURE WITNESSTH THAT in pursuance of the said agreement and in consideration of the
premises the Contractor do the hereby hypothecate, assign and transfer to the Corporation the Plant and
equipment described in the Schedule hereto the intent that the same shall remain and form security for
repayment to the Corporation of the said loan of Rs....... together with the interest thereon at.....% per
annum.
1. The Contractor hereby agrees, declares and convenants with the Corporation as follows:-
(a) The Contractor shall repay to the Corporation the said loan of Rs........ (Rupees....................... Only)
together with interest thereon as aforesaid by and agrees that the said loan be recovered by the
Corporation by making deductions in the manner provided in sub-clause12.1 of the General Conditions
of Contract and other conditions of the Award letter from the claims made by the Contractor against
the Corporation of "on account payment". NUCLEAR POWER CORPORATION OF INDIA LIMITED (NPCIL)
(b) The Contractor has paid in full the purchase price of the Plant & Equipment described in the
Schedule hereto and each and every one of them and that the same are the absolute property of
the Contractor and that the same have not been sold, pledged, mortgaged or transferred or in any way
dealt with by the Contractor.
(c) So long as any amount remains payable to the Corporation by the Contractor in respect of the said loan
of Rs.__________ the Contractor shall not sell, pledge, hypothecate, transfer, part with or in any way
deal with the Plant and Equipment described in the Schedule hereto.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 55 of 62

(d) If the said loan of Rs.___________shall not be repaid by the Contractor or recovered in the manner
described above by the said ..........day of ..... due to any reasons whatsoever or the said Contract has
been determined earlier or cancelled or if the Contractor shall sell, pledge, mortgage, transfer, part
with or in any way deal with the said plant and equipment or any part thereof or the Contractor
or any of the partners is adjudged insolvent or the Contractor is to be would up or makes
any composition or arrangement with its creditors or the Contractor shall commit breach of any of the
terms and conditions or convenants as herein contained or if any of the said plant and equipment
or if any other property whatsoever belonging to the Contractor has been sold or attached for a
period of not less than 21 days in execution of the decree of any court for payment of money, the
whole of the said loan of Rs....... or such part thereof as may remained unpaid or un-recovered together
with interest thereon shall forthwith become due and payable.
(e) The Corporation may on the happening of any of the events mentioned in the preceding clause (d) or in
the event of the said loan or any part thereof becoming due and payable and has not been paid or
recovered or cannot be recovered as provided in the said conditions, seize and take possession of the
said plant and equipment (and either remain in possession thereof without removing the same or
else may remove the same) and sell the said plant and equipment or any of them either by public
auction or private contract and may out of the sale proceeds retain the balance of the said loan and
interest thereon remaining unpaid and un-recovered and all costs, charges and expenses and
payments incurred or made in maintaining, defending or protecting the rights of the
Corporation hereunder and shall pay over the surplus, if any, to the Contractor.
(f) The Contractor shall at all times during the continuance of the security and at the expense of
the Contractor insure and keep insured and plant and equipment described in the Schedule
hereto for the value thereof in the joint names of the Contractor and the Corporation with an
insurance company to be approved by the Engineer-in-charge against the risk of loss or damage
from whatever cause arising other than the Excepted Risks not covered under the insurance.
During the continuance of the security the Contractor shall pay all premia and sums of money
necessary for keeping such insurance on foot and the insurance policy and receipts in original for
premia paid shall be deposited with the Engineer-in-charge. The Contractor shall assign all his
rights, title and interest in the policy to the Corporation.
(g) The Contractor shall not permit or suffer the said plant and equipment or any part thereof to be
destroyed or damaged or used or to be used or to deteriorate in a greater degree than it would
deteriorate by reasonable wear and tear thereof in the performance of the Contract.
(h) In the event of any damage or loss happening to the said plant and equipment or any part thereof
from whatever cause other than the Excepted Risk [not covered under insurance] the Contractor shall
forthwith have the same repaired or replaced as the case may be or arrange for payment of the entire
amount recovered or to be recovered from the insurance company to the Corporation towards the
payment of the said loan of Rs............
2 Upon repayment or recovery in full of the amount secured on account of this hypothecation deed
the said plant and equipment secured hereunder shall stand released from hypothecation but this is
without prejudice to the right of the Corporation under any other conditions of the Contract.
SCHEDULE ABOVE REFERRED TO
________________________________________________________________________________________
___
Sr. Particulars of Nos. Purchase price / Total price Advance (75%
No. Plant and considered reasonable of Col.5)
Equipment by Engineer-in-Charge
1 2 3 4 5 6
________________________________________________________________________________________
____

IN WITNESS WHEREOF the parties hereto have executed these presents on the day and your first above
written
Signed and delivered Signed by Shri ___________________
by the within named ............ (Name and Designation)
Nuclear Power Corporation of India Ltd.,
(__________Atomic Power Project)
In the presence of:
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 56 of 62

(1)__________________________ (1) ______________________________


(2)__________________________ (2) ______________________________
*NOTES
*For Proprietary Concerns
Shri __________________________________ son of__________________ resident of
________________________________________carrying on business under the name and Style of __________ at
_________ (hereinafter called " the said Contractor" which expression shall unless the context requires otherwise
include his heirs, executors, administrators and legal representatives.
*For Partnership Concerns
M/s. _____________________ a partnership firm with its office _____________________
(hereinafter called the said Contractor" which expression shall unless the context requires otherwise
include their heirs, executors, administrators and legal representative); the names of their partners being
(i) Shri _________________S/o.______________________________
(ii) Shri ________________ S/o._______________________________

*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered office at ............... in the
State of............... (Hereinafter called the said Contractor which said Contractor" which expression shall unless the
context requires otherwise include its administrators, successors and assigns).

+++++++++++++
5. FORMAT FOR AGREEMENT
AGREEMENT NO- KAPS/CTC/_______/_________/_________/___________
AGREEMENT FOR THE WORK OF __________________." Agreement made this day ________ between the
Nuclear power Corporation of India limited, (A government of India enterprise), acting through the _____,
KAPS/KAPP (hereinafter called the Corporation) of the one part and M/s________, (hereinafter referred to
as the contractor) of the other part.
Whereas the aforesaid on behalf of the Corporation invited tenders for the work of _____________
And whereas the tender of the Contractor was accepted and work awarded to the Contractor by the
Corporation under their letter no. _________ Dated ________.
And whereas the Tenderer has accepted the work order for the work aforesaid in their letter No. ______
Dtd. ________.

Now the agreement, witness and it is hereby agreed by and between the parties hereto as follows:
1. This agreement, inter alia the contract consisting of hereto annexed contains the entire agreement
between the parties. All other previous and collateral arrangement, representations, promises and
conditions are superseded by the contract and shall not be binding on either party. All the work
executed by the Contractor under the work order and undertakings given under the terms and
conditions of the agreement.
2. In consideration of the payments to be made by the Nuclear Power Corporation of India limited to the
Contractor as mentioned in the contract, the contractor hereby covenants with the Corporation to carry
out the work of ______________________" on the terms and conditions as mentioned in the contract.

3. The Corporation hereby covenants to pay to the contractor in consideration of the aforesaid work, in
the manner mentioned in this contract.
In witness whereof Mr. / Mrs. _______________ the contractor and Mr. / Mrs. ______________ for and
behalf of the Corporation, have hereunto affixed their seals and signatures the day, month and year here
in above written.

(_____________)
Witness: Name & Signature Signature of the Contractor For and on behalf of
M/s

(______________)
Witness: Name & Signature ___________________, KAPS/KAPP
For and on behalf of NPCIL
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 57 of 62

+++++++++++++
6. FORMAT FOR HINDRANCE REGISTER

Sr. Nature of Date of Date of Period Overlap Net Dated Dated sign Remar
No hindrance occurren removal of ping exte sign of of Engr. ks
ce hindran period if nsio Contractor with name
ce any n with name

+++++++++++++
7. DISPUTES RESOLUTION BOARD AGREEMENT
THIS AGREEMENT made and entered into this ....................... Day of ..20 .............. Between
.............. (the Corporation) and ................................... (The Contractor), and the Disputes
resolution Board (the Board) consisting of three Board Members,
(1)
(2)
(3)
WITNESSETH, that
WHEREAS, the Corporation and the Contractor have contracted for the construction of the
(Project name) (The Contract) and
WHEREAS, the contract provides for the establishment and operation of the Board NOW THEREFORE, the
parties hereto agree as follows:
1. The parties agree to the establishment and operation of the Board in accordance with this Board
Agreement.
2. Except for providing the services required hereunder, the Board Members should not give any advice to
either party concerning conduct of the Works.
The Board Members:
(a) Shall have no financial interest in any party to the contract, or a financial interest in the contract, except
for payment for services on the Board.
(b) Shall have had no previous employment by, or financial ties to, any party to the contract, except for fee
based consulting services on other projects, all of which must be disclosed prior to appointment to the
Board.
(c) Shall have disclosed in writing to the parties prior to signature of this Agreement any and all recent or
close professional or personal or personal relationships with any director, officer, or employee of
any party to the contract, and any and all prior involvement in the project to which the contract
relates;
(d) Shall not, while a Board Member, be employed whether as a consultant or otherwise by either party to
the contract, except as a Board Member.
(e) Shall not, while a Board Member, engage in discussion or make any agreement with any party to the
contract, regarding employment whether as a consultant or otherwise either after the contract is
completed or after services as a Board Member is completed;
(f) Shall be and remain impartial and independent of the parties and shall disclose in writing to the
Corporation, the Contractor, and one another any fact or circumstances which might be such to cause
either the Corporation or the Contractor to question the continued existence of the
impartiality and independence required of Board Members.
3. Except for its participation in the Boards activities as provided in the contract and in this Agreement
none of the Employer, the Contractor, the Nodal Officer or his nominee, and one another any fact or
circumstances which might be such to cause either the Employer or the Contractor to question the
continued existence of the impartiality and independence required of Board Members.
4. The Contractor shall:
a) Furnish to each Board Members one copy of all documents which the Board may request including
contract documents, progress reports, variation orders, and other documents, pertinent to the
performance of the Contract.
b) In co-operation with the Employer, co-ordinate the Site visits of the Board, including conference
facilities, and secretarial and copying services.
5. The Board shall serve throughout the operation of the contract. It shall begin operation following
execution of this Agreement, and shall terminate its activities after issuance of the taking over
Certificate and the Boards issuance of its Recommendations on all disputes referred to it.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 58 of 62

6. Board Member shall not assign or subcontract any of their work under this Agreement.
7. The Board Members are independent and not employees or agents of either the Employer or the
Contractor.
8. The Board Members are absolved of any personal or professional liability arising from the activities and
the Recommendations of the Board.
9. Fees and expenses of the Board Member[s] shall be agreed to and shared equally by the Employer and
the Contractor. If the Board requires special services, such as accounting, data research, and the like,
both parties must agree and the costs shall be shared by them as mutually agreed.
10. Board Site visits:
a) The Board shall visit the Site and meet with representatives of the Employer and the Contractor and at
regular intervals, at times of critical construction events, and at the written request of either party.
The timing of Site visit, failing agreement shall be fixed by the Board.
b) Site meetings shall consist of an informal discussion of the status of the construction of the works
followed by an inspection of the works, both attended by personnel from the Employer, the Contractor.
c) If requested by either party or the Board, the Employer will prepare minutes of the meetings and
circulate them for comments of the parties.
11. Procedure for disputes referred to the Board:
a) If either party objects to any action or inaction of the other party, the objecting party may file a
written Notice of Dispute to the other party stating that it is given pursuant to relevant clause and
stating clearly and in detail the basis of the dispute.
b) The party receiving the Notice of Dispute will consider it and respond in writing within 7 days after
receipt.
c) This response shall be final and conclusive on the subject, unless a written appeal to the
response is filed with the responding party within 7 days of receiving the response. Both parties
are encouraged to pursue the matter further to attempt to settle the dispute. When it appears that
the dispute cannot be resolved without the assistance of the Board either party may refer the
dispute to the Board by written Request for Recommendation to the Board, and the other party
stating that it is made pursuant to relevant Clause.
d) The Request for recommendation shall state clearly and in full detail the specific issues of the dispute to
be considered by the Board.
e) When a dispute is referred to the Board, and the Board is satisfied that the dispute requires the
Boards assistance, the Board shall decide when to conduct a hearing on the dispute. The Board may
request that written documentation and arguments from both parties be submitted to each Board
Members before the hearing begins. The parties shall submit insofar as possible agreed statements of
the relevant facts.
f) During the hearing, the Contractor and the Employer, shall each have ample opportunity to be
heard and to offer evidence. The Boards Recommendations for resolution of the dispute will be
given in writing, to the Employer and the Contractor as soon as possible, and in any event not more
than 28 days after the Boards final hearing on the dispute.
12. Conduct of Hearings:
a) Normally hearing will be conducted at the Site, but any location that would be more convenient and still
provide all required facilities and access to necessary documentation may be utilised by the Board.
Private Sessions of the Board may be held at any location convenient to the Board.
b) The Employer and the Contractor shall have representatives at all hearings.
c) During the hearings, no Board Member shall express any opinion concerning the merit of any facet of
the case.
d) After the hearing is concluded, the Board shall meet privately to formulate its Recommendations. All
Board deliberations shall be conducted in private, with all individual views kept strictly confidential.
The Boards Recommendations, together with an explanation of its reasoning shall be submitted
in writing to both parties. The Recommendations shall be based on the pertinent contract provisions,
applicable laws and regulations, and the facts and circumstances involved in the dispute. The
Board shall make every effort to reach a unanimous Recommendation. If this proves impossible, the
majority shall decide, and the dissenting member any prepare a written minority report for
submission to both parties.
13. If during the contract period, the Corporation and the Contractor are of the opinion that the Dispute
Resolution Board is not performing its functions properly; the Corporation and the Contractor may
together disband the Disputes Resolution Board. In such an event, the disputes shall referred to
Arbitration straightaway.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 59 of 62

The Corporation and the Contractor shall jointly sign a notice specifying that the Board shall
stand disbanded with effect from the date specified in the notice. The notice shall be posted by a
registered letter with AD or delivery of the letter, even if he refuses to do so.
+++++++++++++
8. FORMAT FOR COMPLETION CERTIFICATE

Ref._________________ Date: ___________

COMPLETION CERTIFICATE
Name of Work:

Tender No. :

W.O. No. & date:

Name of Contractor:

Estimated Amount:

Work Order value:

Completion Value:

Escalation Value:

Date of Start of work:

Stipulated Date of Completion:

Actual Date of Completion:

Amount of Security Deposits:


Certified that the work has been completed in all respect as per the specification.

(Signature of Engineer-In-Charge)
Seal
+++++++++++
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 60 of 62

SECTION VIII
SCHEDULES OF QUANTITIES AND RATES (PRICE BID)

Name of Work : Item Rate contract for WMP works at KAPS-1&2

Tender No.: KAPS/CTC/1-2/WMP/2016/ET/330

NAME OF THE CONTRACTOR

It Description Unit Quantity Rate Per Total


No. Unit Amount
Quantity Rs.
Rs.
1 INTERIM CLOSER OF EARTHEN TRENCHES. SUPPLY Cu.M 50
OF SOIL FROM OUTSIDE OF PLANT AREA WITH ALL
LEADS AND LIFTS AND SPREADING OVER EARTHEN
TRENCHES AT TOP & IN APPROVED SHAPE AS PER
SPECIFICATION.
2 PROCESSING OF RUBBER / PLASTIC WASTE AND Kg 6000
HELP IN RADIOLOGICAL SURVEY,
TRANSPORTATION OF PROCESSED WASTE TO
NSDF.
3 BALING / COMPACTION OF WASTE SEGREGATION, Per Drum 50
COMPACTION OF WASTE WITH THE HELP OF
BALING MACHINE, HELP IN RADIOLIGICAL SURVEY
AND SHIFTING OF BALED WASTE TO STORAGE
AREA.
4 PROCESSING OF PRE / HEPA / AHU FILTERS Nos 600
OPENING OF FILTER FRAMES, CUTTING/REMOVAL
OF FILTER MEDIUM, COMPACTION OF FILTER
MEDIUM, DECONTAMINATION OF FILTER FRAME,
HELPING IN TRANSPORTATION / DEPOSITION OF
DECONTAMINATED FILTER FRAMES TO CENTRAL
STORE OF EXHAUSTED PRE / HEPA / AHU FILTERS
FOR KAPS-I AND KAPS-II.
5 PROCESSING OF CHARCOAL FILTERS OPENING OF Nos 40
FILTER FRAMES, CUTTING/REMOVAL OF FILTER
MEDIUM, COMPACTION OF FILTER MEDIUM,
DECONTAMINATION OF FILTER FRAME, HELPING
IN TRANSPORTATION / DEPOSITION OF
DECONTAMINATED FILTER FRAMES TO CENTRAL
STORE OF EXHAUSTED CHARCOAL FILTERS FOR
KAPS-I AND KAPS-II.
6 DECONTAMINATION OF VARIOUS AREAS OF Sq.M 720000
WASTE MANAGEMENT PLANT, SOLID WASTE
MANAGEMENT FACILITY AND MAIN OUT FALL
SAMPLING ROOM AS PER THE FREQUENCY AND
ACCEPTANCE CRITERION DETAILED THE TENDER
DOCUMENT OF KAPS #1& 2.
7 DESLUDGING & INTERNAL CLEANING OF LESS & Nos 6
TDS TANKS.
8 DESLUDGING & INTERNAL CLEANING OF WMP Nos 6
SUMPS.
9 DESLUDGING & INTERNAL CLEANING OF WMP Rmt 400
AREA TRENCHES.
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 61 of 62

It Description Unit Quantity Rate Per Total


No. Unit Amount
Quantity Rs.
Rs.
10 MICRON FILTER OF LIQUID EFFLUENT DISPOSAL Nos 2
LINE OPENING FOR INSPECTION AND CLEANING.
11 SAND FILTER OF LIQUID EFFLUENT DISPOSAL LINE Nos 2
OPENING FOR INSPECTION AND REPLACEMENT/
TOP-UP OF FILTERING SAND.
12 ASSISTANCE FOR OPERATION OF INCINERATOR. Operation 80
ASH COLLECTION AND CLEANING OF INCINERATOR
CHAMBERS AND LOADING OF SOLID WASTE AND
OIL-ORGANIC WASTE DURING OPERATION OF
INCINERATOR.
13 DESLUDGING/ CLEANING OF INCINERATOR TANKS. Nos 6
14 PREVENTIVE MAINTENANCE OF PUMPS, BLOWERS Nos 8
AND BURNERS OF INCINERATOR SYSTEM
15 SPREADING OF BENTONITE POWDER (40KG BAG) Bag 200
IN RCC TRENCHES AND EARTHEN TRENCHES
BEFORE AND AFTER DISPOSAL OF SOLID WASTE
16 HANDLING (LOADING-UNLOADING) OF No of 300
RADIOACTIVE WASTE CONTAINERS LIKE HOPPERS, container
DRUMS WHILE SHIFTING WASTE BETWEEN WMP,
SWMF, RAB, PURIFICATION BUILDING ETC.
17 ASSISTANCE IN DISPOSAL OF RADIOACTIVE WASTE Operation 70
IN RCC TRENCHES AND EARTHEN TRENCHES.
18 CEMENTATION OF SLUDGE / SLURRY WASTE IN Cu.M 16
WASTE CONTAINER AT SWMF INCLUDING SUPPLY
OF CEMENT.
19 PREPARATION OF IX COLUMN FOR REMOVAL OF Nos 20
GROSS BETA-GAMMA ACTIVITY FROM LIQUID
WASTE
20 ASSISTANCE IN POLYMERIZATION OF SPENT RESIN operation 70
OF PHT/SFSB IX COLUMNS.
21 ASSISTANCE IN RESIN TRANSFER FROM operation 8
CALANDRIA VAULT & END SHIELD COOLING
SYSTEM ION EXCHANGE COLUMN
22 ASSISTANCE IN RESIN TRANSFER OF SPENT RESIN operation 150
AT RT AREA OF WMP. HELP IN COUPLING OF
HOPPERS FOR RESIN TRANSFER OPERATION.
23 ASSISTANCE IN DECOUPLING OF HOPPERS AFTER operation 150
EACH RESIN TRANSFER OPERATION AT WMP RT
AREA.
24 DATA ASSISTANCE AND UPDATION OF RECORDS IN operation 570
PC, MAINTAIN RECORDS AND ORGANIZE FILING OF
WASTE MANAGEMENT ACTIVITIES
25 ASSISTANCE IN SAMPLING AND UP KEEPING OF operation 1200
WMP AREAS AND UP KEEPING OF WMP OFFICES
26 DATA ASSISTANCE TO PERSONAL SECRETARY OF operation 570
SD KAPS 1&2. DATA ENTRIES IN PC, MAINTAIN
RECORDS AND ORGANIZE FILING OF SD OFFICE.
27 DATA ASSISTANCE TO PERSONAL SECRETARY OF Per Hour 600
SD KAPS 1&2 BEYOND NORMAL DUTY HOURS.
(OVERTIME)
28 DATA ASSISTANCE TO TENDERING CELL OF operation 1140
KAKARPAR GUJARAT SITE. DATA ENTRIES IN PC,
MAINTAIN RECORDS AND ORGANIZE FILING OF
e-Tender KAPS/CTC/1-2/WMP/2016/ET/330 IN-709 Page 62 of 62

It Description Unit Quantity Rate Per Total


No. Unit Amount
Quantity Rs.
Rs.
CTC OFFICE
29 DATA ASSISTANCE TO TENDER CELL OF KGS Per Hour 480
BEYOND NORMAL DUTY HOURS. (OVERTIME)
TOTAL Rs.

Note:
a. Above SOQR is for information only. Bidders are required to fill the downloaded excel sheet and
same is to be uploaded on web site.
b. The Schedule of Quantity and Rates is to be read for the purpose of pricing in conjunction with all
sections of tender document.
c. The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, all taxes,
duties, levies or any other similar taxes as applicable under the existing statutes or levy by the
statuary authorities / State / Central Government and payable by the bidder under the contract or
any other cause except the statutory service tax.

Potrebbero piacerti anche