nuclear power corporation of india ltd2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf ·...

41
NUCLEAR POWER CORPORATION OF INDIA LTD KAIGA PROJECT 3&4 TENDER NOTICE NO : KAIGA-3&4/ACE(R&M)/31110/2009/R-80 Sealed Tenders are invited on behalf of the Nuclear Power Corporation of India Ltd. Kaiga project 3&4, KAIGA-581 400, Karnataka, by Addl. Chief Engineer (R&M) from experienced and reputed painting Contractors, who are eligible as per the minimum requirements defined in clause 1 of the pre-qualification criteria (Annexure 1) for the work of Handling, transportation of jigsaw panel material from RE Store, Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of Unit-4”. Particular of Tender are : 1. Estimated cost : Rs. 2,37,720.00.00 2. Earnest Money Deposit : Rs. 4,754.00 3. Contract Period : 3 (THREE) MONTHS. 4. Cost of Tender document : Rs.500/- + KST Tender documents can be had in person from the office of the ACE(R&M) Kaiga 3&4 on any working day from 23.12.2009 to 02.01.2010 between 10.00 hours and 15.30 hours on payment of cost of document as above in cash and on production of details of Similar works executed, Performance Certificate obtained from the clients, KST registration records, Solvency Certificate and other credentials along with requisition letter for issue of tender document. The tender document is placed on NPCIL website www.npcil.org . The contractors who are qualified for this work, can download the tender documents and submit the offer on or before stipulated submission time along with supporting documents and DD towards cost of tender documents as mentioned above, DD shall be payable at State Bank of India, NPCC Branch, Kaiga (Code 9484). Tenders will be received up to 15.00 hours on 05.01.2010 and will be opened on the same day at 15.15 hours. Tender documents will not be sent by post, but can be purchased at the address given above. Experience of having successfully completed similar works during last 5 years ending last day of month previous to the one in which applications are invited should be either of the following. 1. Three similar completed works costing not less than the amount equal to 40% of the estimated cost. 2. Two similar completed works costing not less than the amount equal to 50% of the estimated cost. 3. One similar completed work costing not less than the amount equal to 80% of the estimated cost. Competent authority reserves the right to reject any or all tenders or to allot part work to different agencies without assigning any reasons thereof. (B.K. CHENNAKESHAVA) Additional Chief Engineer (R&M) DATE: 14.12.2009 KAIGA – 3&4

Upload: others

Post on 18-Nov-2019

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

NUCLEAR POWER CORPORATION OF INDIA LTD KAIGA PROJECT 3&4

TENDER NOTICE NO : KAIGA-3&4/ACE(R&M)/31110/2009/R-80

Sealed Tenders are invited on behalf of the Nuclear Power Corporation of India

Ltd. Kaiga project 3&4, KAIGA-581 400, Karnataka, by Addl. Chief Engineer (R&M)

from experienced and reputed painting Contractors, who are eligible as per the

minimum requirements defined in clause 1 of the pre-qualification criteria (Annexure 1)

for the work of “Handling, transportation of jigsaw panel material from RE Store,

Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of

Unit-4”.

Particular of Tender are :

1. Estimated cost : Rs. 2,37,720.00.00

2. Earnest Money Deposit : Rs. 4,754.00

3. Contract Period : 3 (THREE) MONTHS.

4. Cost of Tender document : Rs.500/- + KST Tender documents can be had in person from the office of the ACE(R&M) Kaiga 3&4 on any working day from 23.12.2009 to 02.01.2010 between 10.00 hours and 15.30 hours on payment of cost of document as above in cash and on production of details of Similar works executed, Performance Certificate obtained from the clients, KST registration records, Solvency Certificate and other credentials along with requisition letter for issue of tender document.

The tender document is placed on NPCIL website www.npcil.org . The contractors who are qualified for this work, can download the tender documents and submit the offer on or before stipulated submission time along with supporting documents and DD towards cost of tender documents as mentioned above, DD shall be payable at State Bank of India, NPCC Branch, Kaiga (Code 9484).

Tenders will be received up to 15.00 hours on 05.01.2010 and will be opened on the same day at 15.15 hours. Tender documents will not be sent by post, but can be purchased at the address given above.

Experience of having successfully completed similar works during last 5 years ending last day of month previous to the one in which applications are invited should be either of the following. 1. Three similar completed works costing not less than the amount equal to 40% of the estimated cost.

2. Two similar completed works costing not less than the amount equal to 50% of the estimated cost.

3. One similar completed work costing not less than the amount equal to 80% of the estimated cost.

Competent authority reserves the right to reject any or all tenders or to allot part work to different agencies without assigning any reasons thereof.

(B.K. CHENNAKESHAVA) Additional Chief Engineer (R&M)

DATE: 14.12.2009 KAIGA – 3&4

Page 2: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Govt. of India Enterprise) KAIGA PROJECT 3&4

NOTICE INVITING TENDER

TENDER NO. : KAIGA-3&4/ACE(R&M)/31110/2009/R-80

1. Sealed Tenders are invited on behalf of the Nuclear Power Corporation of India Ltd. Kaiga project 3&4, KAIGA-581 400, Karnataka, by Addl. Chief Engineer (R&M) from experienced and reputed painting Contractors, who are eligible as per the minimum requirements defined in clause 1 of the pre-qualification criteria (Annexure 1) for the work of “Handling, transportation of jigsaw panel material from RE Store, Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of Unit-4”.

The work is estimated to cost Rs.2,37,720.00/- (Rupees Two Lakhs Thirty Seven Thousands Seven Hundred Twenty only). This estimate however, is given merely as a rough guide.

2. Completion time: 3 (Three) calendar months.

3. The bid shall be submitted in the original bid document (as issued by the corporation / downloaded from the internet) superscripting the name of work in accordance with clause 19 of Notice inviting tender (NIT).

4. Addl. Chief Engineer (R&M) of the Nuclear Power Corporation of India Ltd. Kaiga Project 3&4, shall be the “Accepting Authority" hereinafter referred to as such for the purpose of this Contract.

5. Bidding documents can be purchased on written request at Kaiga Project 3&4, Site Office at Kaiga on any working day from 23.12.2009 to 02.01.2010 between 10.30 hrs and 15.30hrs. on payment of Rs. 520/-(Rs. 500+4%VAT) in cash or by cross demand draft on state bank of India, payable at State Bank of India, NPC Complex, Kaiga (code 9484) drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga project, Kaiga, 581400. Interested bidders may obtain further information at the same address.

6. Bids must be accompanied by bid-security amount specified for the work in clause 18 of NIT, payable at Kaiga and drawn in favour of Manager (F&A), Kaiga project. Bid Security will have to be in any one of the forms as specified in the bidding documents and shall have to be valid for 30 days beyond the validity of the bid.

7. Bids must be dropped in the box at Office of the ACE(R&M), Kaiga Project 3&4 upto 15.00 hrs on 05.01.2010. The bid will be opened on the same day at 15.15hrs, in the presence of the Bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue.

8. A pre-bid meeting will be held on 04.01.2010 at 14.30 Hrs. at the of the ACE(R&M) to

clarify issues and to answer questions on any matter that may be raised at the stage as stated in clause-15 of Notice Inviting Tender.

Page 3: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

9. Scope of Bid

The Nuclear Power Corporation of India Limited (referred to as Corporation or NPCIL in these documents) invites bids for the work (as referred above). The successful Bidder should complete the works on or before the scheduled period of completion as specified in the NIT.

10. Eligible Bidders

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 Annexure I of the Notice Inviting Tender.

Bidders not meeting the minimum qualification criteria shall be summarily rejected.

11. One Bid per Bidder

Each Bidder shall submit only one bid for one package. A Bidder who submits or participates in more than one Bid will cause the Bidder's participation to be disqualified for all the proposals.

12. Cost of Bidding

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

13. Site visit

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 shall express condition that he, 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.

The Bidder should inform the Corporation at least 3 days in advance about the proposed site visit.

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.

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.

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.

14. Content of Bidding Documents

Submission of a bid by a Bidder implies that he has read this notice and all other contract documents 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,

Page 4: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

will be issued to him by the Corporation and local conditions and other factors having a bearing on the execution of the works.

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.

This Notice Inviting Tender shall form part of the Contract document.

The documents listed below comprises one set of bid document,

a) Notice Inviting Tender (Including Pre-qualification criteria) b) General Conditions of Contract c) Special Conditions of Contract d) Technical Specifications / Datasheets e) Schedule of materials f) Bill of Quantities / Financial Schedule g) Formats of various contractual documents as applicable viz: Bid Security, Memorandum of Understanding / Consortium Agreement, Advance Payment Guarantee, Performance Guarantee etc.

15. Pre-bid meeting

The tenderer should note that if any clarification regarding specifications, conditions of the contract, schedule of quantity, scope of the work etc. is required, he should contact the office of the ACE (R&M), Kaiga Project 3&4, PO:- KAIGA-581 400, for the same. No claim on account of any ambiguity in any respect will be entertained at any stage later on.

16. Amendment of Bid Documents

Before the deadline for submission of bids, the Corporation may modify the bidding documents by issuing addenda.

Any addendum so issued shall be part of the bid documents as well as Contract document and shall be communicated in writing or by email / fax to all the purchasers of the bidding documents. Prospective Bidders shall acknowledge receipt of each addendum by email / fax to the Corporation.

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.

17. Language of the Bid

All documents relating to the bid shall be in the English language, unless stated otherwise.

18. Bid Security The bid shall be accompanied by bid security amount of Rs.4,754.00 (Rupees Four Thousand Seven Hundred Fifty Four only). The bid security amount may be paid in anyone of the following forms: a) Deposit at call receipt of a Scheduled Commercial Bank, duly pledged in favour of

Manager (F&A) Kaiga Project. b) Demand draft of any Scheduled Commercial Bank drawn in favour of the Manager

(F&A), Kaiga Project payable at KAIGA c) Bank Guarantee from a Scheduled Commercial Bank irrevocable and operative 30

days after the validity of the offer (as per standard proforma attached)

Page 5: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

d) Fixed Deposit Receipt issued by Scheduled Commercial Bank endorsed in favour of Manager (F&A) Kaiga Project.

Bid Security of successful Bidder will be returned after submission of the performance guarantee amount. Bid Security of unsuccessful Bidders will be returned to them within 30 (thirty) days from the date of acceptance of bid of the successful Bidder.

The Bid Security may be forfeited, if

a) The Bidder withdraws / modify his Bid or any item thereof after opening of bid. b) The successful Bidder fails within the specified time limit to commence the work.

19. Submission of Bid Documents

The bid submitted by the Bidder shall comprise the following: a) Documents in support of Minimum requirements as per Clause 1 of

Pre-qualification criteria (Annexure 1) along with the purchase price of the bid documents in case it is downloaded from internet.

b) Bid Security c) Priced Bill of Quantities d) Pre Qualification Information in Formats, as specified along with the rest of the bid

documents

And any other information required to be completed and submitted by Bidders in accordance with these instructions.

The Bidder shall submit the

Envelope 1 o Documents in support of Minimum requirements as per clause 1 of Pre-qualification criteria (Annexure 1) along with the purchase price of the bid documents in case it is downloaded from internet.

Envelope 2 o Bid security.

Envelope 3 o Pre Qualification Information in Formats, as specified along with the rest of the bid documents o Priced Bill of Quantities

Submission of tender implies that the party has read and understood the clauses in the NIT & General conditions of contract and the information / evidence provided for Minimum requirements and the prequalification criteria are true and fair.

20. Bid Prices, Rates & Taxes

The Bidder should quote his rates in figures as well as in words. The total amount shall be written both in figures and in words. The bid shall be liable for rejection if not quoted in words.

In the case of item rate tenders, only rates quoted shall be considered. In case of lumpsum tender, only lumpsum quoted amount shall be considered.

All duties, taxes, and other levies payable by the contractor under the contract or for any other cause, as applicable at the time of submission of the bid shall be included in the rates, prices and total Bid Price submitted by the Bidder.

Page 6: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

21. Currencies of Bid and Payment

The unit rates and the prices shall be quoted by the Bidder in Indian Rupees, unless otherwise specified in the Special Conditions of Contract.

22. Bid Validity

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 said 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.

23. Alternative Proposals by Bidders

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.

24. Format and Signing of Bid The Bidder shall prepare the documents comprising the bid as described in Clause 19 of

NIT. The Bid shall be typed or written in indelible ink and shall be signed by a person or

persons duly authorised to sign on behalf of the Bidder. No over writing is allowed in the bid documents.

The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Corporation, or as necessary to correct errors made by the Bidder in which case such corrections shall be initiated by the person or persons signing the bid.

25. Sealing and Marking of Bids

The bid shall be submitted in a sealed envelope containing bid documents as specified in clause 19 of NIT, and superscribed by the following:

(a) Be addressed to Corporation at the following address: Office of the Addl. Chief Engineer (R&M), Kaiga Project 3&4, P.O. KAIGA,

Karnataka, and

(b) Bear the following identification: Bid for the work of “Handling, transportation of jigsaw panel material from RE Store,

Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of Unit-

4”.

Page 7: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

TENDER NO. : KAIGA-3&4/ACE(R&M)/31110/2009/R-80

- DO NOT OPEN BEFORE 15.15 hrs of 05.01.2010 - Name and address of the Bidder.

If the envelopes are not sealed and marked appropriately, the Corporation will assume no responsibility for the misplacement or damage of the envelopes.

26. Deadline for Submission of the Bids

Bids will be received by the Corporation at the address and time specified in NIT (refer clause 7). In the event of the specified date for the submission of bids being declared a holiday by the Corporation, the Bids will be received upto the specified time on the next working day.

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. The intimation for extended deadlines will be sent to Bidders preferably one week prior to the original deadline.

Any Bid received by the Corporation after the deadline prescribed above will be returned unopened to the Bidder.

In exceptional cases (where only one bid is received within the deadline), bids received after the deadline, due to genuine delay, but before the time of opening of the bid may be considered on approval from the competent authority. However the right to approve and accept late bids solely rests with the authority / corporation after ascertaining the delay. 27. Modification and Withdrawal of Bids

Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 26.1 and 26.2 above.

Each modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clauses 24 & 25 of NIT, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL" as appropriate, by the respective Bidder.

No bid shall be modified after the deadline for submission of Bids.

Withdrawal or modification of a Bid between the deadline for submission of bids and the expiry of the original period of bid validity as in Clause 22.1 of NIT above or as extended pursuant to Clause 26.2 of NIT may result in the forfeiture of the Bid security pursuant to Clause 18 of NIT.

28. Bid Opening

On the due date and appointed time as specified in clause 7 of NIT, the Corporation will first open envelope 1 of all bids received, including modifications made pursuant to clause 27 of NIT in presence of the Bidders or their representatives who choose to attend. In the event of the specified date for Bid opening being declared a holiday by the Corporation, the Bids will be opened at the appointed time and location on the next working day.

Page 8: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 27 of NIT shall not be opened.

If all Bidders have submitted unconditional Bids together with requisite Bid security, then all Bidders will be so informed then and there. If any Bid does not contain Bid security in the manner prescribed in the Bid documents, then that Bid will be rejected and the Bidder will be informed accordingly. The sealed envelope containing priced BOQ will be returned to him without opening. All other valid Bids shall be considered for evaluation.

The Bidder's name, the Bid prices, any discounts, Bid modifications and withdrawals, and such other details as the Corporation may consider appropriate, will be announced by the Corporation at the time of opening.

The Corporation shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-clause 28.3 above.

29. Clarification of Bids

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 except as required to confirm the correction of arithmetic errors discovered by the Corporation in the evaluation of the Bids in accordance with Clause 32 of NIT.

Subject to sub-clause 32 of NIT, no Bidder shall contact the Corporation on any matter relating to his bid from the time of the bid opening to the time the contract is awarded.

Any effort by the Bidder to influence the Corporation's bid evaluation, bid comparison or contract award decisions, may result in the rejection of his bid.

30. Examination of Bids and Determination of Responsiveness

Prior to detailed evaluation of Bids, the Corporation will determine whether each Bid(s) meets (a) the minimum requirements as defined in clause 1 of Pre Qualification Criteria(Annexure 1); (b) has been properly signed by an authorised signatory (accredited representative) holding Power of Attorney in his favour, which shall interalia include a provision to bind the Bidder for settlement of dispute as per GCC; (c) is accompanied by the required Bid security and; (d) is responsive to the requirements of the Bidding documents.

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 Corporation's rights or the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting responsive Bids.

Over-writing on rate(s) / total amount not clearly indicating single meaning may be a cause of rejection of bid.

Page 9: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

31. Correction of Errors

Bids determined to be responsive will be checked by the Corporation for any arithmetic errors. Errors will be corrected by the Corporation as follows:

(a) When there is a difference between the rates in figures and in words, the rates which correspond to the amounts worked out by the Bidder, shall be taken as correct

(b) When the amount of an item is not worked out by the Bidder or it does not correspond with the rates written either in figures or in words, then the rate quoted by the Bidder in words shall be taken as correct

(c) When the rate quoted by the Bidder in figures and in words tallies but the amount is not worked out correctly, the rates quoted by the Bidder shall be taken as correct and not the amount

[In event no rate has been quoted for any item(s), leaving space both in figure(s), word(s) and amount blank, it will be presumed that the Bidder has included the cost of this/ these item(s) in other items and rate for such item(s) will be considered as zero and work will be required to be executed accordingly]

(d) In the case of percentage rate tender, the Bidders are required to quote their rates both in amount as well as in the percentage below/above the rates entered in the schedule. In such cases in the event of arithmetical error committed in working out the amount by the Bidder, the tendered percentage and not the amount should be taken into account.

The amount stated in the Bid will be adjusted by the Corporation in accordance with the above procedure for the correction of errors and shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited.

32. Evaluation and Comparison of Bids

The Corporation reserves the right to accept or reject any offer.

In evaluating the Bids, the Corporation will determine for each Bid, the evaluated Bid Price by adjusting the Bid Price by making any correction for errors pursuant to clause 31 of NIT (Correction of errors).

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.

If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer-in-charge or his representative's 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.

Any deviation in the commercial terms shall be suitably loaded before evaluation.

33. Award Criteria

The Corporation shall award the Contract to the Bidder whose evaluated offer / bid has been determined to be the technically suitable and financially lowest and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to execute the Contract satisfactorily.

NPCIL reserves to themselves right of accepting the whole or any part of the tender and tenderer shall be bound to perform the same at his quoted rates.

Page 10: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

34. Notification of Award and Signing of Agreement

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, wherein the work order shall follow.

The work order will constitute the formation of the Contract subject only to the furnishing of a performance guarantee within 30 days of work order.

No separate agreement shall be prepared for this work. The tender documents, quotation, correspondence between the successful bidder and the Corporation before award of work, Work order and signed acceptance of the work by the bidder will form a binding contract.

35. Corrupt or Fraudulent Practices 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.

36. Disclosures

Any change in the constitution of the contractor's 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).

(B.K. CHENNAKESHAVA) Additional Chief Engineer (RE & Mech.)

For and on behalf of the Nuclear Power Corporation of India Limited

Date: 14.12.2009 KAIGA PROJECT – 3 & 4

Page 11: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

Annexure I

PRE-QUALIFICATION CRITERIA 1.0 Minimum Requirement: 1.1 Average Annual financial turnover during the last 3 years, ending 31st March of the

previous financial year, should be at least 80% of the estimated cost per annum AND 1.2 Experience of having successfully completed similar works during last 5 years ending

the last day of the month previous to the one in which tenders are invited should be either of the following:

a) Three similar completed works, each costing not less than the amount equal to 40%

of the estimated cost or b) Two similar completed works, each costing not less than amount equal to 50% of

the estimated cost or c) One similar completed work costing not less than the amount equal to 80% of the

estimated cost. Similar work for the purpose for this contract shall mean supply, surface preparation

and painting of pipe lines, equipments with synthetic enamel paint by spray painting. 1.3 Solvency of at least 40% of Estimated Value per annum issued by Bank in last six

months. 1.4 The contractor should submit the documentary proof related to Minimum Requirement

as stated above in a separate envelop along with the Bid. 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. In the case of a joint venture or association or consortium,

• unless otherwise specified, all partners shall be jointly and severally liable, and

• 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 is awarded the Contract, during contract execution.

• In such case, generally the Lead Partner shall take full responsibility of successful completion / fulfillment of all the contract conditions.

• In case of Consortium agreement the technical / financial capabilities of each of the party shall be determined on case to case basis.

2.2 A Bidder shall not 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:

Page 12: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

• 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

• 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.

2.3 Government-owned entities in the Corporation's 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 :

• as a matter of law or official regulation, the Corporation's 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

• 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 Borrower's 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.

2.6 The Bidder shall submit attested copies of original documents defining the constitution

or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder; along with the bid.

3. Contract Eligibility Criteria: 3.1 Documentary evidence of adequate financial standing, Certified by Bankers, Audited

Profit & Loss A/c and Balance Sheet, Annual turnover in last three years, access to adequate working capital.

3.2 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.

3.3 Information regarding projects in hand, current litigation, orders regarding

exclusion/expulsion or black listing, if any. 3.4 Evidence regarding availability of equipments like compressor, grinding machine,

buffing machine etc. with the Contractor.

**********

Page 13: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION- II

I/We hereby tender for the execution for the Nuclear Power Corporation of India Ltd, as specified in the written memorandum within the time specified in such memorandum at the rate specified therein and accordance in all respect with the specifications, drawings and instruments in writing referred to in Rule thereof in the General Conditions of Contract and with such materials as are provided for, by and in all respect in accordance with such conditions so far as possible.

MEMORANDUM

A General Description Handling, transportation of jigsaw panel material from RE Store, Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of Unit-4

B Estimated Cost Rs.2,37,720.00 (Rupees Two Lakhs Thirty Seven Thousand Seven Hundred Twenty only).

C Earnest Money Deposit Rs.4,754.00 (Rupees Four Thousand Seven Hundred Fifty Four only).

D

Security Deposit

10 % of Contract Value. The Security Deductions will be recovered from the Running Bills of the Contractor @ 10%, and the Earnest Money Deposited at the time of tender will be treated as part of the security deposit. The security deposit is also accepted in the form of DD/DAC/FDR/Bank guarantee from any scheduled Bank. The security Deposit shall be endorsed in favour of “Accounts Officer”, Kaiga Project-3&4, Kaiga, Karwar, Karnataka-581 400.

E Time allowed for Completion

03 Calendar Months

Should this tender accepted in whole or in part, I/We hereby agree to abide by and

fulfil all the terms and provisions of the said Conditions annexed here to and all the terms and provisions contained in the notice inviting tender. So far as applicable and/or in terms default thereof to forfeited and pay to the Corporation the sum of money mentioned in the said conditions. A sum of Rs. 4,754.00 (Rupees Four Thousand Seven Hundred Fifty Four only) hereby forwarded by Demand Draft/Deposit At Call Receipt of a scheduled bank as Earnest Money, if I/We fail to commence the work specified in the above memorandum, I/We agree that the said corporation shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.

Otherwise the said earnest money shall be retained by the Corporation towards the

security Deposit mentioned against the clause (D) of the above mentioned memorandum, to execute the works referred to in the tender document upon the terms and conditions contained or referred to therein and to carryout such deviations as may be ordered, up to maximum of plus or minus 25% at the rates quoted in the tender document and those in excess of that at the rates to be determined in accordance to the provisions contained in the general conditions of Contract.

Page 14: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

I/We agree that should I/We fail to commence the work specified in the above memorandum an amount equal to the amount of earnest money mentioned in the form of invitation of tender shall be absolutely forfeited to the Corporation and the same may at the option of the Corporation be recovered out of the deposit in so far as they may extend in terms of the said bond in the event of deficiency out of any other money due to me/us or otherwise.

DATE: ----------------- SIGNATURE OF TENDERER WITH SEAL WITNESS: The above tenderer has signed in my presence.

DATE: SIGNATURE OF WITNESS NAME: ADDRESS:

The above tender is hereby accepted by me on behalf of Corporation. NAME: __________________________ SIGNATURE:____________________ DESIGNATION: ___________________ DATE: __________________________

Page 15: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

AGREEMENT

Agreement made this ------ day of 2010, between the Nuclear Power Corporation o f India Ltd. (A Govt of India Enterprise) acting through the Additional Chief Engineer (Reactor), Kaiga Project-3&4 (herein after called the Corporation) of the one part and M/s.__________________________, (hereinafter referred to as the Contractor) of the other part.

WHEREAS the aforesaid Additional Chief Engineer (Reactor) on behalf of Corporation invited tenders for the work of, “Handling, transportation of jigsaw panel material from RE Store, Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of Unit-4”. WHERAS the tender of the Contractor is accepted and work awarded to the Contractor by the Corporation under their letter No----------------------dtd -------------- AND WHEREAS the Contractor has accepted the work order for the aforesaid work in their letter No---------------------------- dtd ----------------. Now the agreement witness and it is hereby agreed by and between the parties hereto as follows:- I) This agreement, interalia, consisting of Page-I to____ inclusive here to annexed

contained the entire agreement between the parties. All other previous and collateral arrangements, representatives, promises and conditions are superceded by the contract and shall not be binding on either party. All the works executed by the contractor under the work order and undertaking given by either party in terms of the work order shall be deemed to be executed or given under the terms and conditions of the agreement.

II) The consideration of the payments to be made by the Corporations to the Contractor as

mentioned in the Contract, the Contractor hereby covenants with the Corporations to, “Handling, transportation of jigsaw panel material from RE Store, Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM vault of Unit-4”.

III) The Corporation hereby covenants to pay to the Contractor in consideration of the

aforesaid work, in the manner mentioned in the Contract. In witness where of, NPCIL, Kaiga Project-3&4 for and on behalf of the Corporation and

the Contractor M/s.-----------------------------have executed these presents on day, month and year herein above written.

DATE: ______________________ SIGNATURE ________________ NAME ________________ DESIGNATION ________________

For and on behalf of the Nuclear Power Corporation of India Ltd.

Page 16: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

WITNESS: SIGNATURE :___________________________

NAME :___________________________

ADDRESS :___________________________

DATE:

SIGNATURE OF THE CONTRACTOR For and on behalf of M/s. -------------

WITNESS : ___________________

SIGNATURE : ___________________

NAME : ___________________

ADDRESS : ___________________

Page 17: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

APPENDIX-I

PROOF OF ABILITY OF TENDERER (Use one form for each work carried)

1. NAME OF WORK :

2. NAME OF THE FIRM/PROJECT FOR WHOM THE WORK DONE :

3. ADDRESS FOR REFERENCE :

4. VALUE OF WORK :

5. DATE OF COMMENCEMENT :

6. VALUE OF WORK OF THE CONTRACT

IF IT IS A COMPOSITE ONE :

7. HAS WORK BEEN COMPLETED AND FINAL PAYMENT MADE : YES/NO

8. WAS THERE ANY ARBITRATION :

9. NATURE OF ARBITRATION, IF ANY :

SIGNATURE OF THE TENDERER

WITH SEAL DATE:

CERTIFICATE BY THE CONTRACTOR

In the event of acceptance of my Tender, I will abide by and fulfill all the terms and conditions of the

agreement annexed hitherto.

SIGNATURE OF THE TENDERER

WITH SEAL

DATE:

Page 18: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION –II

GENERAL RULES AND DIRECTIONS FOR THE

GUIDANCE OF CONTRACTOR

1 All works proposed for execution by contract will be notified in a form of invitation to tender posted in public places and signed by the Engineer.

This form will state the work to be carried out as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender and the amount of security deposit to be deposited by the successful tenderer and the percentage, of any, to be deducted from the bills. Copies of the specifications, design, schedule of quantities and drawings and any other documents required in connection with the work, signed for the purpose of identification by the Engineer shall also be open for inspection by the contractor at the office of the Engineer during office hours.

2 In the event of the tender being submitted by a firm it must be signed separately by each member

thereof, or in the event of the absence of any Partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, such power of attorney should be produced with the tender and it must disclose that the firm is duly registered under the Indian Partnership Act (latest).

3 Receipts for payment made on account of a work, when executed by a firm must also be signed by the several partners except where the Contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners or by some other having authority to give effectual receipts for the firm.

4 Any person who submits a tender shall fill up the prescribed form stating at what rate he is

willing to undertake each item of the work. Tenderers which propose any alternation in the work specified in the said form of invitation to tender or in the time allowed for carrying out the work or which contain any other conditions, of any sort, will be liable to rejection. No single tender shall include more than one work, but contractors who wish to tender for two or more shall submit a separate tender for each work. The tenders shall have the name and number of the work to which they refer, written on the envelopes.

5 The rate(s) and amount must be quoted in decimal coinage both in words and figures.

6 The Engineer or his duly authorized representatives will open the tenders individually in the

presence of any intending tenderers who may be present at the time and will enter amount of several tenders in a comparative statement in a suitable form. In the event of tender being accepted, a receipt for the earnest money forwarded herewith, shall there upon be given to the contractor who shall there upon for the purpose of identification signed copies of the specifications and other documents mentioned in Rule-1.In the event of a tender being rejected, the Earnest Money deposit forwarded herewith such unaccepted tender shall thereupon be returned to the Tenderer making the same.

7 The officer inviting tender shall have the right of rejection of all or any of the tenders and will not

be bond to accept the lowest tender.

8 The receipt of an Accountant or Clerk for any money paid by the Contractor will not be

considered as any acknowledgment of payment to the Engineer and the contractor shall be responsible for seeing that he procures a receipt signed by the Engineer, or by the Accounts Officer, Kaiga Project, Kaiga, Dist. Uttar Kannada, Karnataka State.

Page 19: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

9 The schedule of materials to be supplied by NPCIL shall be available in Section VII. 10 The tenderer should have trained manpower capable of executing the job of this magnitude

within the given time frame. 11 Tenders not accompanied by the following are liable to be summarily rejected: i) Earnest money in the prescribed form. ii) In case of the Contractor on the registered list of state PWD or CPWD or MES etc., evidence

showing the appropriate class to which they belong.

12 Incomplete tenders and/or tenders in which prescribed conditions are not fulfilled are also liable to be rejected.

TENDER FORMS

TENDER

To,

Nuclear Power Corporation of India Ltd.,

(Hereinafter referred to as the Corporation)

I/We have read and examined the following documents relating

to__________________________________________________________________________________________________________________________________

(Name of the Works)

a) Notice Inviting tender. b) Schedules A, B & C c) Technical Specifications d) Drawings e) General Conditions of Contract including Contractors Labour Regulations, Model Rules for Labour

Welfare and Safety Code appended to these conditions together with the amendments thereto Nos. 1 to …………. If any.

f) Special Conditions of Contracts. g) Schedule of quantities and Rates (referred to in the General Conditions of Contract as Schedule of

Rates) together with Amendment Nos. 1 to…………. I/We hereby tender for execution of the works referred to in the aforesaid documents upon the

terms and conditions contained or referred to therein and in accordance in all respects with the

specifications, designs, drawings and other relevant details at the rates contained in Schedule of

Quantities and Rates and within the period(s) of completion as stipulated in Schedule “A”.

In consideration of I/We being invited to tender. I/We agree to keep the tender open for

acceptance for………….days from the due date of submission thereof and not to make any

modifications in its terms and conditions, which are not acceptable to the Corporation.

A sum of Rs. ………… is hereby forwarded in Cash/Demand Draft payable at ………./

Deposit at Call Receipt of Stat Bank of India or a Nationalized Bank or any Scheduled Bank as earnest

money. If I/We fail to keep the tender open as aforesaid or make any modifications in the terms and

conditions of the tender which are not accepting to the Corporation, I/We agree that the Corporation

shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money

Page 20: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

absolutely, should this tender be accepted. I/We hereby agree to abide by and fulfill all the terms,

conditions and provisions of the aforesaid documents.

If, After the tender is accepted, I/We fail to commence the execution of the works as provided in

the conditions, I/We agree that the Corporation shall without prejudice to any other right or remedy

be at liberty forfeit the said earnest money absolutely.

Signature of the Capacity of ----------------------------------------

Duly authorized to sign the tender on behalf of the

(In Block capitals) ------------------------------------------------------

Dated ------------------------------------------------------------------

Postal Address--------------------------------------------------------

Telegraph Address ---------------------------------------------------

Telephone No. /Fax/Telex No--------------------------------------

Seal of the Company/Firm

Witness----------------------------------

Date--------------------------------------

Address-----------------------------------

Page 21: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SCHEDULE “A”

REFERENCE TO GENERAL CONDITIONS OF CONTRACT

CLAUSE ITEM STIPULATION

3(b) Accepting Authority MD, NPCIL or his authorized representative. 3(i) Market rate- percentage addition to cover 10 %

overheads & profits 9.1 Earnest Money /Security Deposit (a) Estimated cost of the works Rs. 2,37,720.00 (b) Earnest Money (2% of the estimated cost Rs. 4,754.00 of the works subject to the maximum of Rs. 1,00,000.00) (c) Security deposit shall be calculated as under. (i) Contract value upto Rs. 100 Crores 10 % of contract value. (ii) Contract value more than Rs. 100 Crores 5% of contract and above value. 10.3.6(a) DEVIATION LIMIT BEYOND WHICH N.A SUB CLAUSE 10.3.1 TO 10.3.5 SHALL NOT APPLY AND CLAUSE 11 SHALL

APPLY

10.3.6(b) LIMIT FOR VALUE OF ANY ITEM OF 100% ANY INDIVIDUAL TRADE BEYOND WHICH SUB CLAUSE 10.3.1 TO 10.3.5 SHALL NOT AAPPLY AND CLAUSE 11 SHALL APPPLY

12.0 Suspension of work (b)(ii) Percentage payable to cover contractor’s 5 % indirect expenses for suspension exceeding 30 days and not exceeding 90 days. (c) Percentage payable cover contractor’s 5% indirect expenses for suspension exceeding 90 days. 13.1 Time allowed for execution of work or 03 months Time Schedule 13.3 (g) Authority competent to decide, if any Constn. Incharge, other cause of delay is beyond Kaiga Project–3&4 Contractor’s control

Page 22: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

15.2(e) Variations permissible on theoretical N.A Quantities (i) Cement for works with estimated cost

put to tender not more than Rs. 5.0 lakhs For works with estimated cost put to Tender more than Rs. 5.0 lakhs

(ii) Bitumen-all works

(iii) Steel reinforcement and structural steel Sections

(iii) All other materials

35.1 Authority competent to reduce CMD, NPCIL or his

compensation amount authorized representative. 36 Defects Liability Period Nil 37.4 Limit of amount in respect of any Nil claim, which the contractor may recover directly from the insurer. 49.2 Water charges N.A Contractor has to make His own arrangement as Mentioned in clause…... 50.0 Electricity charges Rs. 4.00 / KWh 54.1 Interim bills Monthly 56.4 (i) Fixed components not escalable 15 %

(ii) Components of Escalable

Material (m) Nil Labour (l) Nil POL (d) Nil

57.0 ADVANCES

(b) Maximum amount grantable NIL

under b(i) and b(ii) (h) Interest per annum on sum advanced NA 59.0 Authority for appointing arbitrator CMD, NPCIL

Page 23: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SCHEDULE-“B”

MATERIAL FOR ISSUE TO THE CONTRACTOR

(See Clause No. 15)

Sl Particulars Unit Rate at which Qty

No material will be (Approx)

issued

1. Cement MT 2. Reinforcing Steel

(a) Mild Steel upto 12mm dia MT

(Rounds)

(b) Mild Steel above 12 mm dia MT

(Rounds) Not Applicable

(c) Tore steel of all dia MT

3. Structural Steel MT

4. Bitumen MT

5. All other materials

Signature of Issue Officer Signature of Contractor

Date : Date :

Page 24: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SCHEDULE “C”

TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR

(See Clause 14 & 37)

Sl.

No. Particulars

Number

available

Hire charges

per unit per

working day

Frequency of

maintenance

Value per

unit

Place of

issue

Number required

by the contractor

1 2 3 4 5 6 7 8

Tools and plants are not expected to be hired out to the contractor. If however, any tools and

plants are available at the time of performing the work the same may be hired out at rates to

be decided by the Engineer- in- charge. The corporation reserves the right not to hire out any

T&P and to withdraw at any time such T&P hired out.

The contractor shall ask the Engineer-in-charge the value of tools and plants for which these have to be insured and carry out the insurance accordingly in case insurance not available with NPCIL.

Signature of Issuing Officer Signature of Contractor

Date…………….. Date…………….

*************

Page 25: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION – III

SPECIAL CONTRACT CONDITIONS

3.1 GENERAL These special conditions supplement the general conditions of contract and shall be considered as part of the contract document. Where these special instructions are at variance with the corresponding conditions, stipulations, specifications elsewhere in the tender document, these special instructions shall prevail.

3.2 LOCATION

The project site is located in the state of Karnataka, at Kaiga (56 kms. east of Karwar from NH 17 via Mallapur) in Uttar Kannada District. The nearest Railway Station is Karwar, on Mangalore-Kurla, Section of the Konkan Railway.

3.3 PACKING, SHIPPING AND HANDLING:

The contractor shall be responsible for loading, transportation and unloading and placing in the storage areas, all materials in his supply or issued to him as a free issue material for fabrication and erection under this tender. The contractor shall take possession of the equipment and materials not in his supply at the storage areas allocated by the Engineer at site. All instruments and accessories shall be adequately protected to prevent damage during handling and storage.

3.4 CONSTRUCTION SCHEDULE

The entire work shall be completed in all respects within THREE (03) calendar months reckoned from the seventh day from the date of issue of work order.

3.4.1 The tenderer’s attention is drawn to the fact that no tender will be considered

unless the tenderer can satisfy the Engineer that he can meet schedule date for completion specified in the tender document. The tenderer shall be prepared to carryout the work in the time prescribed in the tender.

3.5 SUPPLY OF MATERIALS.

Contractor has to supply required materials & manpower to carrying out the works specified in section –V.

3.6 TERMS OF PAYMENT:

95% payment will be released on the basis of actual amount of work completed and accepted by the Engineer. 5% after completion of the job and issue of completion certificate.

Page 26: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

3.7 DEDUCTION FROM PAYMENT From all gross payments towards various items of work due to the Contractors, deduction towards Security Deposit (SD) Income Tax, surcharge on IT will be made. Besides this all recoveries towards material issued/service rendered on chargeable basis, towards claim/damage etc., shall also be recovered from RA Bills. WCT is not applicable for the above contract.

Contractor shall inform the permanent Account number & Service Tax registration No. to Manager (F&A), Works.

3.8 EXTRA WORKS:

The contractor shall be prepared to carry out all the extra works related to this system or any similar type of work, as per the clause 10 of General Conditions of Contract for works.

3.9 SUPERINTENDENCE AND LABOUR:

The contractor shall provide supervision to all works, which will include without limitation through competent Engineer / Supervisor who shall be constantly at the site and shall give his whole time to planning and superintendence to the worker specified in section -V.

The contractor shall employ only such persons who are skilled and experienced on the required trade for the purpose of handling & erection of structural work.

3.10 CHANGES IN SCOPE OF WORK:

3.10.1 The following terms shall be read in conjunction with clause of the General Condition of Contract for works.

3.10.2 For any increase in the contract price upto 25% and reduction in contract price upto 25% resulting from addition, deletion to the estimated quantities, the total price shall be adjusted on the basis of rates furnished by the contractor in Section-VIII of the tender.

3.10.3 Increase/reduction in scope of work beyond 25% the total price shall be adjusted on basis of unit to be mutually settled.

3.11 SUB-CONTRACTORS:

The contractor shall not sublet the part whole of the works .The contractor shall not sublet any part of the works without the written consent of the Engineer- In- Charge .The contractor shall be responsible to the Engineer for all the works of Sub-Contractors.

3.12 NOTICES :

Any notice, order, direction or other communication to be given to the contractor under any of the provisions of the work order shall without limitation be conclusively deemed to have been received by the contractor if delivered or mailed to the contractor at the address mentioned in he work

Page 27: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

order or to the contractor's last known place of business or residence or to his Superintendent/Engineer or Foreman/Supervisor.

3.13 CO-ORDINATION OF WORK The contractor shall plan his operations so as to avoid interference with the

operations of the Engineer, the general contractor or other contractor or Sub-Contractor at the site.

The Contractor shall apply and obtain Work permit/Area permit/Cutting & Welding permit from Unit-4 Control room for working inside RB-4 since most of the systems are commissioned inside Reactor Building. All the Contractors manpower working inside RB-4 shall pass through Unit-3&4 CAS gate for that special entry pass shall be obtained from CISF

3.14 LAYOUT AND MEASUREMENT

The Engineer's drawings provide in some case general layout details or general assembly details purely as guidelines. The actual detail drawings for individual items if required, the same shall be made by the contractor in consultation with the Engineer to meet the functional requirements.

3.15 MEDICAL AND SANITATION

The contractor may use, on chargeable basis, the Engineer's First Aid facilities (First Aid Room and Attendant). All other medical sanitary arrangements shall be furnished by the contractor at his own expense.

3.16 HOUSE KEEPING

The contractor shall at all times keep his work spots and surroundings clean and tidy, free from dust, rubbish, scrap, surplus material and un wanted tools and equipments. All scaffolding and temporary structures shall be removed as soon as the job for which intended are completed. Welding and other electric cables shall be routed to allow safe traffic by all concerned. The Engineer has the right to stop the work if the contractor fails to improve the house keeping after having been noticed.

3.17 OBSERVANCEOF SAFETY PRECAUTIONS:

3.17.1 To avoid possible accidents to staff and labour employed on construction, it is Imperative to observe the safety practices specified in Section IV “General Conditions of Contract” and these shall be strictly followed. Ladders and work platforms should be rigid with necessary handrails. The Tenderer shall provide safety belts for workers employed at high elevations and in risky works areas. Catch knots shall be provided below working platforms located at high elevations.

3.17.2 The Contractor shall be responsible for the observance and implementation of

all safety precautions during the construction and on completion of the works and for leaving the site safe at all times when the work is temporarily suspended, he shall protect all construction materials equipment and facilities from causing damage to existing property or interfering with the operation of

Page 28: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

the station when it goes into service. The Contractor shall comply with all applicable provisions of the safety regulations clean/up programme and other precautionary measures, which the Engineer has in effect at the site.

3.17.3 The contractor shall employ Qualified Safety Engineer and sufficient staff in

safety section to ensure the safety of his employees and their training in safety. The safety section of the contractor shall work in close liaison with the safety section of the Engineer. A Safety Engineer/Officer employed by the Engineer will be stationed on the works and the Contractor shall comply with any instruction given by the Safety Engineer or his authorized nominees regarding safety precautions, protective measures clean-up and any practice, which in the opinion of the Safety Engineer or his authorized nominee may present any hazard. Contractor has to employ a Safety Inspector who shall be responsible for implementation of safety measures.

Few additional safety rules to be followed in general are provided in clause No. 3.23.4 below for compliance.

3.17.4 SAFETY RULES:- Contractor shall strictly follow the safety guidelines as per safety guide AERB/SG/IS-1 enclosed. Some other salient points to be taken care of during execution of works are given below. a) The tenderer shall follow the safety regulations as prescribed in the

tender and Indian Standards. He shall provide necessary safety appliances to his employees as instructed by the Engineer-In-Charge/ Safety Officer deputed by the project depending upon the nature of work.

b) In case of an accident resulting into any rest or disability to the workman the same should be immediately reported to the Safety Officer.

c) Any person found under the influence of alcohol or any intoxicating drugs on duty is unfit for duty and should not be allowed to work. His entry pass should be confiscated and he should be sent out of the premises of the work.

d) Drums or other make shift arrangements must not be used in place of ladders or workbenches or supports on any jobs.

e) First Aid Kits or boxes and stretches should be readily accessible at all time with the Tenderer.

f) For all work that cannot be done from the ground level or from part of any permanent structure or from other available means of supports, soundly constructed scaffolding of adequate strength shall be used as a safe means of access to place of work.

g) All scaffoldings shall be securely supported or suspended and whenever necessary be properly braced to ensure suitability.

h) Chains, ropes or other lifting materials used for the suspension of scaffolding must be of adequate strength and suitable quality and shall be tested quality.

i) The platforms of suspended scaffoldings shall be sufficiently wide. Suspended scaffoldings shall have handrail of about 1 meter height from the floor of the platform. Such scaffoldings or staging shall be fastened to prevent it from swaying away from the structure.

Page 29: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

j) All sides of the platform from which a person is liable to fall shall be provided with guard rails to a height of at least 1 meter with the toe boards of at least 15 cm high so placed as to prevent the fall of materials and tools from the platforms.

k) Every ladder shall be securely fixed at top and bottom. A ladder more than 5 meters shall have a probe.

l) Spacing between the side rails of the ladder shall not be less than 45cms uniform step spacing shall not exceed 30cms.

m) Whenever it is necessary to work at elevated places not adequately protected by railing, safety belts with lifelines securely tied to some firm structure or their support, which is independent of the equipment on which the person is working worn.

n) Nobody shall be allowed to work at elevated places without wearing safety belts and height pass permission obtained from safety section of KAIGA PROJECT-3&4. As an additional precaution, safety nets made of coir rope or nylon or any other suitable material should be hung at suitable elevation to prevent people and equipment falling below.

o) Dropping or throwing materials from roof structures or other elevated positions is prohibited.

p) Where work is going overhead, the area below should be cordoned. If it is not possible to cordon the area place caution sign” CAUTION-MEN WORKING ABOVE” or depute responsible person to warn passerby.

q) Helmets (made of fiber glass or any other suitable material) must be used by all the employees working on jobs.

r) Material handling jobs or where the chances of falling objects are present or where there is a possibility of persons tracking against projecting objections etc.

s) All necessary personnel safety equipment such as face masks, safety helmets, safety boots, safety belts, gloves, safety goggles etc., as considered adequate by the Engineer-In-Charge have to be kept available for the use of person employed at the site of work and maintained in condition suitable for immediate use and tenderer shall take steps to ensure proper use of equipment by the workers.

t) The Tenderer shall furnish the type of staging, from work, type of access for men, materials and construction technique he proposes to use for the work.

u) The Tenderer shall use tubular steel for scaffolding for all heights more than 5-meter height as approved by the Engineer.

v) The areas where the [painting work is being done shall be kept adequately ventilated by the agency executing the work and shall meet the approval of the Engineer.

3.17.5 ADDITIONAL CLAUSE: - a) Violation on Safety procedures, requirement and accidents will attract

fine as applicable and as mentioned in the relevant statutory Acts and Rules.

b) A monthly report on safety status to be submitted by the contractor on 1st day of every month in the prescribed format.

Page 30: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

3.17.6 PENALTY CLAUSES: - a) In case of violation, a penalty of Rs. 1000/- shall be charged to the

contractors on the 1st instance and on repeated violation, the penalty will be at Rs. 2,000/- for every subsequent instance of violation.

b) In case of fatal accident, the contractor shall be penalized to a maximum extent of Rs. 50.000/- in addition to the compensation payable by the contractor as per workman’s compensation Acts and Rules and other statutory provisions.

c) In case of serious accident and permanent disability, the contractor shall be penalized to a maximum of Rs. 50,000/- for 100% disability and this penalty shall be in addition to the Compensation payable under he Workman’s compensation Acts and Rules.

3.18 ELECTRIC POWER

The Engineer will provide for the contractor, the electric supply during the performance of the works on free of cost at north & south FM Vault. The contractor shall make their own arrangements to tap electricity from available power point.

3.19 FORCE MAJEURE:

The force majeure is defined as follows: Any delay in the execution of work either directly or indirectly by cause beyond the control of the contractor and in particular, but without prejudice to the generality of the forgoing strikes, lockouts, fire, storm, earthquake, riots or any other act of God, war whether declared or not, restraints imposed by the Govt. legislature or any other proper authority.

3.20 SECURITY

3.20.1 The contractor shall follow at site all security rules as may be framed NPC from time to time regarding removal of materials from site, issue of identity cards, control of entry of personnel and all similar matters. The contractor and his personnel shall abide by all security measures imposed by the Engineer or his duly authorized representative from time to time.

3.20.2 The contractor, his employees and agents shall not disclose any information or drawings furnished to them by the Engineer, any drawings, reports and other information prepared by the contractor / by Engineer or jointly by both for execution of the work shall not be disclosed without the prior approval of the Engineer. No photographs of the works or the plant within the site premises shall be taken out without prior approval of the Engineer.

3.21 CLARIFICATIONS:

Tender's should note that for clarifications, if, any, regarding specifications, conditions of contract, scope of work etc. the Project Engineer (Reactor) shall be contacted during office hours. No claim on account of any ambiguity will be entertained at any stage.

Page 31: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

3.22 ESCALATION:

Escalation will not be applicable for the above tender.

3.23 IDLE CLAIM:

Tenderer may please note that no claims will be entertained on account of idle work force, labour, manufacturing facility and machining, stoppage of work, unprecedented rains, storms or any of unforeseen circumstances.

3.24 INSURANCE

You shall be responsible for loss or damage to works prior to taking over by the Corporation immediately after the receipt of the work order, you shall take out, at his own cost, " Contractors all risk Insurance Policy" with an insurer acceptance to the Corporation for an amount of Rs. 1,00,000.00 (Rupee One Lakh only). The policy shall cover any damage to materials and components issued to you on free issue basis or chargeable basis during handling, transportation and erection of components due to fire, falling from height, theft of components or damage due to some other materials falling on NPC materials and equipments issued. The above said policy shall be valid for the period till the work covered by this tender is completed by you and the completion certificate is issued by the Engineer. The insurance policy shall include the name of the NPC as co- assured. The taking of such insurance policy shall not in any way limit or diminish the responsibility of you for loss or damage. In the case of the workmen employed, the workmen will be governed by the provisions of the Workmen's Compensation Act. You shall cover them by adequate insurance. No liability of on account of workmen compensation will be taken over by the Corporation.

3.25 SECURITY DEPOSIT: In the case of successful bidder the Earnest Money deposited will be treated as

part of security deposit. The balance amount of SD will be collected by way of deductions from the running bills of the contractor @ 10 % of the work done in each bill till the amount stands recovered from the contractor to make up the total amount of security deposit. On award of work, the contractor may deposit security deposit in cash or guarantee bonds of State Bank of India or any other scheduled Bank of India. In case where EMD deposited in the form of Bank guarantee, the contractor will submit a fresh bank guarantee in the form of security deposit in the form approved by the corporation for full security deposit amount or allow deduction of equivalent amount of EMD from the first RA bill along with 5% of SD. Therefore the EMD submitted in the form of Bank Guarantee shall be discharged. Security Deposit in any other form shall not be accepted.

3.26 FAIR WAGES:

The present rate of the minimum /fair wage of the unskilled adult mazadoor is Rs. 135.00 (Rupees One hundred Thirty Five only) with one day of rest for

Page 32: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

every six days continuous works made effective from 26.10.2009 as per latest Karnataka Gazette Notification. The wage paid to the mazdoor shall not be less than such fair /minimum wage. Incase in the wages due to any statutory act or by rules Framed there under by the Government or by local authorities during the currency of the contract or during any valid period of extension of contract shall not be considered for any reimbursement. The bidder is deemed to have taken this aspect in his unit rates for various items of work covered under this contract. The wages for skilled worker to be paid at par with the existing rates at Kaiga site in consultation with ENC.

3.27 IMPLEMENTATION OF LABOUR LAWS: 3.27.1 You shall comply with various provisions of the contract labour (regulation

and Abolition) Act, 1970 and rules framed there under especially to obtain Licence before commencing work, payment of wages, displaying notices at the place of work showing rates of wages, disbursement of payment of wages to workers in the presence of management representative, Name and complete address of the labour enforcement officer/ Assistant labour commissioner, inspector, abstract of the Act and rules in English, Hindi and Kannada, providing amenities etc. You shall send copies of the same to the labour enforcement officer (central) and the engineer-in-charge of the work so that he can ensure the presence of authorized representative at the time of disbursement of wages. You shall also intimate the maximum number of workmen employed / likely to be employed by you to the engineer -in-charge of this work before commencing the work. In case the contract labour act does not apply to your organization, you shall intimate Engineer-in-Charge of the work accordingly before commencing the work.

3.27.2 Further you shall comply the provisions of the labour laws such as workmen's compensations act, 1973, minimum wages act 1948, EPF act, Gratuity Act and other labour laws as applicable to your organization. In case NPCIL, Kaiga project is required to incur any expenses as per the provision of the various laws, NPCIL, Kaiga Project shall be entitled to recover the same from you/your bills.

3.28 MEGA PROJECT CONCESSION: i) Nuclear Power Project of capacity 440 MWe or more has been notified as

‘Mega Power Project’. AS such, goods required for setting up these projects are subject to ‘NIL’ customs duty as per the extant policy of Government of India (vide customs notification No. 21 dated 01303.2002 at Sr. No. 401 and as amended from time to time). Similarly, as per the foreign trade policy 2004-2009 of Government of India, Domestic Contractors supply goods for these projects under the procedures of competitive bidding shall be eligible for benefits of ‘Deemed Export’ which include refund of terminal excise for duty (presently given under paragraph 8.2(j) of the Policy and paragraphs 8.2.6 & 8.4.8 of Hand Book 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

Page 33: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

shall therefore be payable/reimbursable by the Purchaser to the Contractor. The Purchaser shall however make available only the requisite documents or certifications as per the extant rules and procedures for availing the above exemptions/concessions by the contractor.

ii) The bidders may like to ascertain the availability of Deemed Export Benefits mentioned as above. They shall be solely responsible for obtaining such benefits, which they have considered in their bide and in case of failure to receive such benefits the Purchaser will not compensate the bidder. However, the bidder must give all information required for issue of Project Authority/Payment Certificate in terms of Export-Import Policy of the Government of India along with the bide. The Project Authority/Payment Certificate will be issued on this basis only and no subsequent change will be permitted. In this regard Chapter 8 – Deemed Export in the Export and Import Policy and Hand book of procedures shall be referred to for ascertaining the above.

iii) Except as above, Sales Tax, Local taxes and other levies in respect of ‘Draft Transaction’ between the Purchaser and the Contractor shall not be included in the price bid and shall be quoted separately. It may be mentioned that waiver of these taxes and levies for Nuclear Power Project of 440 Mwe or more are subject to approval by the respective State Governments. The scope of ‘Direct Transaction’ between the Purchaser and the Contractor comprises of the following: a) Items manufactured and supplied by the Contractor. b) Items manufactured by the sub-contractor and supplied directly to the

Purchaser without routing through Contractor’s works and Sub-contractor’s name and items to be supplied are indicated in the Purchase Order.

3.29 WORKS CONTRACT MANAGEMENT SYSTEM:

Computerized billing system (WCMS) has been adopted at Kaiga Project-3&4. The Contractor shall follow the same billing system and process the bill through computer.

****************

Page 34: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION – IV

GENERAL CONDITIONS OF CONTRACT FOR WORKS

The copy of the General Conditions of Contract is available in the office of Additional Chief Engineer (Reactor & Mechanical) for reference.

Page 35: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION – V

TECHNICAL SPECIFICATION AND SCOPE OF WORK

5.0 INTRODUCTION: Handling, transportation of jigsaw panel assemblies from RE store to Unti-4,

erection of approach platform in north & south FM vaults. Cleaning of Feeder & Header Insulation Cabinet and fixing of jig saw panel to end fitting body near gray lock fitting area and CS outer ring. After completion of erection & inspection the temporary platform in north & south FM vault shall be dismantled, transported and deposited in RE store.

5.1 SCOPE OF WORK: 5.1.1 Transportation & erection of temporary approach platform: The scope of work includes Handling, transportation of scaffolding and platform

from RE section to FM vault North & South of Unit-4. Approach platform shall be installed on Coolant Channel, cleaning platform in rigid manner.

5.1.2 Transportation & trial assembly of outer ring panel: The scope of work includes Handling, transportation and erection of jig saw panel

outer ring in North & South FM vault of RB-4. 6 segments of jig saw panel outer ring shall be trial assembled to 10/25 (ISA 75 x 75 x 6) as per drawings. Positioning & drilling of holes in 10/9 to be done at site to suit stud location and tack welding of ISNT-75 shall be done during trial assembly of outer ring panel. After removal welding shall be completed.

5.1.3 Inspection of outer ring panel of outer ring: The scope of work includes gauge checking of installed panels with respect to E

face of end fitting if gauge is not passing then suitable modification in outer ring panel shall be carried out.

5.1.4 Welding of supports: The scope of work includes welding in accordance with the requirement of

relevant drawing, specifications and as per ASME sec-IX welder shall be qualified as per ASME Sec-IX. A welding procedure shall be prepared by contractor and submit to Engineers for approval before start of work. The brand of electoral shall be E-7018. All the welding shall be free from defects. The welding of ISNT-75 to using low Hydrogen electoral E-7018. All the butt weld joints shall completed with root and final passes with qualified welder.

5.1.5 Inspection of weld joints: The scope of work includes 100% DPT of weld joint at 12 locations. All the welded

joint shall be properly cleaned and painted with amercoat 90 paint.

Page 36: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

5.1.6 Installation of jig saw panel outer ring: The scope of work includes all the jig saw panel outer ring shall be installed as per

issued NPCIL drawing No. Kaiga-3 / 33110 / 2020 / DD – R - 1, Kaiga-3/33110/2021/DD/R1 & Kaiga-3/33110/2022/DD/R1.

5.1.7 Cleaning of Feeder & Header Insulation Cabinets: The scope of work includes cleaning of Feeder and Header Insulation Cabinet and

removal of loose items like welding rod, steel scrap, dust & loose insulation material etc. The end fitting body shall be cleaned with cleaner / thinner up to jig saw panel without damaging the ‘E’ face of end fitting. Working area shall be maintained clean and dirt free all the time.

5.1.8 Erection of jig saw panels: The scope of work includes segregation of jig saw panels & match marking as per

drawing and erection of jig saw panel to their location around the 306 end fitting as per drawing No. Kaiga-3/33110/2031/DD. If any modification in jig saw panels at 4 corner locations during erection, cutting shall be done in jig saw panel to suit to site. Cutting or grinding is strictly prohibited near end fitting face. After successful erection of jig saw panels the gauge checking and final inspection shall be carried out.

5.1.9 Final inspection & removal of approach platform: After final inspection and acceptance of Engineer In-charge all temporary platform

shall be dismantled and deposited to RE store. 5.2 APPLICABLE PROCEDURES & RECORDS 5.2.1 The contractor shall prepare and submit for approval of Engineer the

schedule, QA plan, erection procedure, job hazard analysis before starting of the work.

5.2.2 The contractor shall submit 2 Nos. spiral binding books including all the records,

procedure, reports in form of Construction Completion Certificate.

************

Page 37: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION – VI

SCHEDULE OF TENDER DRAWINGS

Sl. No. Drawing No.

1. Kaiga-3/33110/2020/DD/R1

2. Kaiga-3/33110/2021/DD/R1

3. Kaiga-3/33110/2022/DD/R1

4. Kaiga-3/33110/2031/DD/R0

******************

Page 38: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION – VII

SCHEDULE OF SUPPLY OF MATERIALS

The entire schedule of supply of material is categorized as following:

7.1 Material and services to be provided on free issue basis by NPCIL: 7.1.1 Jig saw panel assembly.

7.1.2 Scaffolding for making platform.

7.1.3 Forklift capacity 5 ton for transportation of materials from RE section to

Unit-4.

7.1.4 Electrical supply to welding machining & one extension board at each vault.

7.2 Contractor’s Scope of Supply:

All tools & tackles, grinder, gas cutting set with oxygen & DA gas cylinder, DPT

material, lint free cloth, acetone/cleaning agent etc. and other necessary tools

& equipments for fixing the jig saw panel, welding generator, welding

electrodes E-7018 and required qualified manpower.

*****************

Page 39: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SECTION- VIII

SCHEDULE OF QUANTITIES AND RATES

PREAMBLE:

1. The Schedule of quantities is to be read for the purpose of pricing in conjunction with the special instructions to tenderers General Rules for guidance of tenderer, conditions of contract, the specification, the drawings, the schedule of materials supplied and the appendices.

2. The prices inserted in the schedule of quantities shall be full inclusive value of the work described including all costs expenses, taxes applicable including Service tax, which may be required in and for the construction of the work described in specifications together with all general risks, liabilities and obligations set forth or implied in the documents on which the tender is to be based.

3. The Corporation reserves the right to substitute the steel sections. The quantities stated are to be considered approximate only and the unit prices entered in the schedule of quantities and rates shall apply only to the actual quantities measured in the completed work in accordance with the specifications.

4. All materials other than those shown in “Schedule of supply of Materials” in Section-VII on supply conditions mentioned therein are to be arranged by the contractor and his rates should account for the same.

5. The tenderer shall fill in his rates in the schedule of quantities and rates in both figures and words and he shall also work out the amounts for the quantities against the items in the schedule.

6. The manpower supply rates should be inclusive of supervision cost and all overheads and profits etc. The rates for extra stay per hour should also be reasonably proportional.

7. The schedule of quantities and rates enclosed as per Annexure-I shall be applicable up to the variation of plus or minus 25% in the total value of work.

Page 40: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

SCHEDULE OF QUANTITIES AND RATES

NAME OF WORK: “Handling, transportation of jigsaw panel material from RE

Store, Erection of outer CS ring, fixing of SS jigsaw panel at

North & South FM vault of Unit-4”.

Item

No. Description Unit Qty.

Rate

(In Rs.)

Amount

(In Rs.)

1.0 Handling, transportation,

installation of CS ring to

Feeder & Header Insulation

cabinet as per drawing in

North & South FM vault.

No.

02

2.0 Cleaning of End fitting and

Feeder Header Insulation

Cabinet, fixing of jig saw

panel as per drawing all

around the end fitting,

inspection & removal of

working platform in North &

South FM vault.

No.

02

TOTAL

Total value of work in Rs. -------------------------- (Rupees --------------------------------------------------

------------------------------------------------------------------------------------------------only)

NOTE: These rates shall be firm and deemed to have included all elements of cost, profit, tax and overheads. Date: --------------------- Signature of the Tenderer Place: -------------------- with Seal

Page 41: NUCLEAR POWER CORPORATION OF INDIA LTD2.imimg.com/tenders/doc/2009-12-19/294_2009-12-19_30.pdf · drawn in favour of Accounts officer Nuclear Power corporation of India Limited. Kaiga

FOR THE USE OF TENDER OPENING COMMITTEE ONLY

TENDER NO: R-80/ACE(R&M)/2009/KAIGA 3&4.

Name of work: Handling, transportation of jigsaw panel material from RE Store,

Erection of outer CS ring, fixing of SS jigsaw panel at North & South FM

vault of Unit-4

1. Earnest money deposited/not deposited/is /not in accepted form. 2. There are no changes, corrections, additions and over writing etc., in the General

Terms and conditions put to tender. 3. There are ---------- corrections, and over writing in the rates which have been quoted in

figures/words, numbered from ------- to ------- 4. The tender is conditional / unconditional. Please refer covering letter/note on page --

-------. There are ------------- conditions. 5. The rates have not been quoted against item No. ---------- . 6. There is ambiguity in the rates quoted in figures and words against item No ------. 7. Rates have been quoted in figures/words only. 8. Conditional/Unconditional rebate of --------- % has been offered.

Sl. No

Name Designation Signature Date

***************