TENDER DOCUMENT
TENDER NO
KAPS/CTC/3-4/RE/2015/ET/229
-4
,
7. On registration as above, LOG-IN USER ID & PASS WORD will be activated for the TENDER
WIZARD site.
8. Log-in to the TENDER WIZARD portal of DAE by using digital signature certificate (DSC / e-
token) as per details given in (B) below, for downloading / uploading documents and other
tendering activities.
b- PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE:
1. For logging the tender wizard e-tendering website contractor to possess class-III digital
signature certificate (DSC / e-Token) from any one of the authorized agency viz. e-Mudhra, TCS,
GNFC, MTNL. N-Code, C1 India etc.
2. For convinces of the contractors, arrangements have been made as an option, to provide DSC of
e- Mudhra from Unit Help Desk OR Prospective contractors may contact - 09969395522 (Mr.
Rudresh, Mumbai) or Help Desk Personnel of M/s ITI Ltd posted at KAPS - 9408165978 (Mr.
Brijesh Patel).
NOTE:
1. The names and address in the supporting document and in the application form should be
the same.
2. Supporting documents should be attested by any Gazetted office or Bank Manager.
3. Please refer DSC application form for supporting documents required.
Online tenders are invited through e-tendering mode by competent authority, for and on behalf of
NPCIL from eligible contractors for the work and details given below:
GENERAL DETAILS
1 Tender no. KAPS/CTC/3-4/RE/2015/ET/229
2 Name of work Installation, erection and inspection of PHT feeder &
header insulation cabinet-Lower rear face of KAPP-4 as per
NPCIL drawings and technical specifications.
3 Estimated cost of the work inclusive Rs. 9,03,388/-
of all taxes but excluding service tax
4 Bid security @ 2% of estimated cost Rs. 18,068
excluding Service tax subject to
maximum of ten lakh
5 Mode of tender Public
Type of tender Two part bid
6 Mode of bid security submission 1) Credit / debit card
2) RTGS / NEFT
3) Online payment
7 Completion period 03 (Three)) Months (including moonson period)
8 Tender processing fee including Rs.570/-in favour of M/s. ITI Limited through on-line
taxes payment, debit /credit card
9 Availability of tender documents for The links of website www.tenderwizard.com/DAE is also
free view only available on websites www.npcil.nic.in & http://e-
procure.gov.in
10 Dates of availability of tender On website www.tenderwizard.com/DAE From 08.10.2015
documents for downloading after (10:00 Hrs.) up to 15.10.2015 (17:00 Hrs.)
paying processing fee
11 Last date and time of submitting 16.10.2015 (up to 17.00 hours)
online queries/questions for
clarification in both cases whether
pre- bid meeting is envisaged or not
12 Pre-bid meeting Not applicable
13 Last date and time of closing of 22.10.2015 (17:00 Hrs.)
online submission of tenders:
14 Date and time of online opening of 26.10.2015 (11:00 Hrs.)
technical bid.
15 Date and time of online opening of Will be notified on the website at a later date.
financial bids
16 Competent authority inviting tender Additional Chief Engineer (RE), KAPP-3&4
17 Authority & place for seeking Shri B.R. Patel, SO/E,
clarification on tender conditions, Centralised Tendering Cell, KAPS, NPCIL.
pre- bid meeting, opening of tender Phone no. 02626-233729, M-09428821975
(on working days and during office e-mail : brpatel@npcil.co.in
hours only) On working days and during office hours (10:00 to
Tender no:- KAPS/CTC/3-4/RE/2015/ET/229 Page 5 of 75
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
17:00Hrs)
18 Help Desk Help desk of M/s ITI:
1. Shri Rudresh, Mob No. 09969395522,
2. Shri Brijesh Patel, Mob No. 9408165978, 02626 230354
E-mail: rudresh.tenderwizard@gmail.com
twhelpdesk637@gmail.com
For E-payment gateway:
022-41852124 On working days from 10 am to 6 pm
2. The intending bidder must read the terms and conditions in the notice inviting tender & pre-
qualification criteria carefully. He should only submit his bid if he considers himself eligible and
he is in possession of all the documents required.
3. Submission of bid shall mean acceptance of undertaking to be furnished online by bidder as per
format enclosed as annexure-10.
4. Information and Instructions for bidders posted on website shall form part of tender document.
The tender is to be downloaded and uploaded only on www.tenderwizard.com/DAE after
paying requisite processing fee.
5. The bid can only be submitted after uploading the mandatory scanned documents, payment of
processing fee in favour of ITI LIMITED, NEW DELHI, bid security in favour of NPCIL and other
documents as specified. Processing fee shall not be refunded in any case.
Tender no:- KAPS/CTC/3-4/RE/2015/ET/229 Page 6 of 75
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
6. After submitting bids the contractor can re-submit revised bid any number of times but before
stipulated closing time and date of online submission of bid as notified. The bidder can
withdraw the bid before stipulated closing date and time of online submission. But, once the
bidder withdraws the bid, it cannot be resubmitted.
7. The contractors, who are not enrolled on www.tenderwizard.com/DAE website, are required to
get enrolled.
8. The intending bidder must have valid class-III digital signature to submit the bid.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE. In
addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as 0. Therefore, if any cell is Left blank and no rate is quoted by the
bidder, rate of such item shall be treated as 0 (ZERO). The bidder shall be required to execute
such items at his quoted rate of zero as per specifications, bill of quantity and GCC provisions.
10. In case of bids in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted
earlier shall become invalid.
11. The bidders are solely responsible to keep their email and bank account active and to update
their profile in case of change. This is essential as communication shall preferably be done by e-
mail by corporation. Moreover, all the auto generated mail by e-tendering portal shall be sent
on this e-mail address.
12. Contractor can upload documents in the form of JPG format and PDF format.
13. Bidders are advised to open bank account with core banking solution branch (with NEFT / RTGS)
in order to facilitate online payment of tender processing fee and bid security for their own
benefit. IFSC is an 11 digit code with the first 4 alpha characters representing the bank, and the
last 6 characters representing the branch. The 5th character is 0 (zero). The bidder shall fill IFSC
code correctly i.e. upper case of alphabets, spacing and all eleven alpha-numerics. The bid
security shall be refunded online to the bank as per the details submitted. In case of erroneous
details it will not be possible to refund the bid security online and bidder shall be responsible for
consequent delays.
14. Bidder shall read the GCC and NIT before submission of bid. Submission of bid shall imply that
the bidder has seen and understood the GCC & NIT and shall abide by the same without any
deviations/conditions. The detailed NIT and GCC shall be part of agreement. If the bidder at any
stage refuses to accept the same, the bid shall be rejected and bid security shall be forfeited.
Further disciplinary action is liable to be taken including debarring from participation in re-
tendering of the same work or other works as deemed appropriate by the competent authority.
Sr. DESCRIPTION
No
.
1 Power of attorney of the signatory of bid as per relevant clause of NIT
2 PAN card
3 Registration of sales tax/VAT/WCT certificate
4 Registration of TIN certificate
5 Registration of EPF
6 Certificate of annual turnover of last 3 years stamped & signed by Chartered Accountant as
per annexure - 2 of NIT
7 Statement of value of work executed during last five financial years stamped and signed by
Chartered Accountant as per annexure - 3A of NIT
8 Statement of existing commitments and on-going works and value of bid capacity stamped
and signed by Chartered Accountant as per annexure - 3B of NIT
9 Work experience 1: As per annexure - 1 of NIT
10 Work experience - 2: As per annexure - 1 of NIT
11 Work experience - 3: As per annexure - 1 of NIT
12 Work experience - 4: As per annexure - 1 of NIT
13 Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail
benefit of clause - 25
NOTES:
1. The bidder shall upload scanned copy of originals in JPG format or PDF format. The submission
of documents is deemed as undertaking by bidder that all the documents are true and genuine.
If it is found, at any time during bidding or execution of work, that the information / documents
submitted by the bidder are in variance / forged / bogus, they shall be legally held responsible
for the same. Their offer shall be summarily rejected or termination of contract, if awarded,
forfeiting of the bid security, performance guarantees, security deposit, if any. The bidder /
contractor shall be blacklisted / debarred for further works in NPCIL for a period of five years.
2. By submission, the bidder undertakes and confirms that eligible similar works have been
executed as prime contractor and the same have not been got executed through another
contractor on back to back basis or as a subcontractor. Any violation of this shall result in panel
action as per point-1 above.
3. It is essential to upload all the mandatory documents. If some document is not applicable /
available the status shall be printed on a paper and same shall be uploaded. Uploading of any
blank / irrelevant documents in connection to mandatory documents will lead to rejection of
the offer.
4. At the time of submission of bid, contractor shall upload certificate from CA mentioning
financial turnover of last 3 years, value of work done during last five audited financial years (A)
and existing commitments (B) for calculation of bid capacity. The bidders are requested to
submit details of all existing commitments. Concealment of information in this regard shall
result in rejection of bid and forfeiture of bid security along with debarring for a year from
participation in any of the tender of corporation. Further financial details and related
supporting documents, if required may be asked from contractor after opening of technical bid.
There is no need to upload entire voluminous balance sheet.
5. It is binding on the bidder to fill the data required for assessment of pre-qualification criteria in
the excel sheet uploaded for the purpose. The technical evaluation shall be done based on the
data provided in excel sheet and the relevant document uploaded to support the same. In case
where the relevant information is not filled in the uploaded excel sheets while commensurate
Tender no:- KAPS/CTC/3-4/RE/2015/ET/229 Page 8 of 75
Nuclear Power Corporation of India Limited
(A Govt. of India Enterprises)
Kakrapar Atomic Power Project -3&4
supporting documents are uploaded, the supporting documents shall not be considered in
evaluation as the technical evaluation sheet is auto generated by system.
6. Therefore the bidders in their own interest shall fill all the relevant information in excel sheets
and upload commensurate supporting documents. The bidders shall not write in the excel sheet
that information is as per enclosure, as it will be treated as no information is submitted. The
corporation shall not accept any new document for pre-qualification after bid opening.
Corporation may ask for clarification and submission of documents in support of documents
already submitted.
7. In case of single / nomination / limited tenders the bidders are not required to upload
information and documents for prequalification.
PRE-QUALIFICATION CRITERIA
1. MINIMUM REQUIREMENT:-
1.1 Work Experience:
Experience of having successfully completed similar works during last 5 years ending last day
of month previous to the one in which tender is being opened should be either of the
following:
a) Three similar completed works, each costing not less than the amount equal to 25%
of the estimated cost
or
b) Two similar completed works, each costing not less the amount equal to 35% of the
estimated cost
or
c) One similar completed work costing not less than the amount equal to 50% of the
estimated cost.
Note: Work executed for private body will be considered only if contractor / firm produce
tax deduction at source certificate.
or
Similar work for the purpose of this contract is The bidder must have an experience in
fabrication & welding, erection & NDT of carbon steel structures at Nuclear installations. He must
also have an experience in handling and erection of insulation material i.e. glass wool/ mineral
wool at Nuclear installations.
1. The cost of completed work shall mean gross value of the completed work including all the
taxes and levies, cost of material supplied by the client on chargeable basis, but excluding those
supplied free of cost. The cost of chargeable material shall be the fixed value at which the client
had supplied the material.
2. The work experience of the bidder for those works only shall be considered for evaluation
purposes, which are completed before the last date of month previous to one in which NIT has
3. In case the work is started prior to the eligibility period of 5 years (counted backwards starting
from the last day of month previous to the e- publication date of NIT) and completed within the
said eligibility period of 5 years, then the full value of work shall be considered against eligibility.
4. In case the experience has been earned by the bidder as an individual or proprietorship firm or
partner of a partnership firm, then 100 % value of experience will be considered against
eligibility. But if the experience has been earned by the bidder as a partner in a Joint Venture /
Consortium, then the proportionate value of experience in proportion to the actual share of
bidder in the joint venture / consortium will be considered against eligibility. The bidder shall
furnish information regarding the actual percentage of share and value of experience
accordingly. In case of joint venture / consortia, full value of work, if done by the same joint
venture shall be considered.
5. The bidder shall submit details of work executed by them in the Performa of Annexure-1 of NIT
for the works to be considered for qualification of work experience criteria. Documentary proof
such as work order/ purchase order/ agreement, completion certificate from client clearly
indicating the name of work, actual completion cost and actual date of completion for such
work should be submitted. The offers submitted without the documentary proof shall not be
evaluated. The work done for all companies except government / government bodies / public
sector units, which has been completed after extension, will not be accepted without
documentary proof of extension.
e) (Not Applicable)The value of work done meeting pre-qualification criteria shall be brought
to current costing level by enhancing the actual value of work at simple rate of 7 % per
annum, calculated from the date of completion to the last day of month previous to the one
in which NIT has been published on e- tendering portal. Both the date of completion and
last date of month previous to the one in which NIT has been published on e-tendering
portal shall be excluded for the purpose of calculating escalation.
6. The bidders if required may be asked to produce original and photocopy of all the documents
attested by notary submitted for qualification purpose for verification at any stage at
corporations discretion. If the same are not produced in stipulated time, the bid shall be
rejected.
b) In case of joint venture / consortia, the financial standing criteria will be evaluated based on
weighted average of the financial data of the members as per their percentage
participation.
1.3 (Not Applicable) For tenders of estimated cost put to tender of Rs. 100.0 Lakhs and above,
bidders who meet minimum criteria will be qualified only if their available bid capacity is more
than the bid value. The bid capacity of the contractor shall be determined by the following
formula:
Bid Capacity = (A x N x 2) - B
Where,
A = maximum value of works executed in any one year during last five financial years.
B = Value of existing commitments and on-going works calculated from last date of month
previous to one in which NIT has been published to be completed in the next N years.
N = Number of years prescribed for completion of the subject contract.
Financial data for latest last five financial years has to be submitted by the bidder in Annexure-
3A of NIT. The above financial data will be brought to current costing level by enhancing the
actual value of work at simple rate of 7 % per annum or part thereof calculated from the last
date of that financial year. The same shall be certified by the chartered accountant with his
stamp, signature and membership number.
Value of existing commitments for on-going works has to be submitted by the bidder in
Annexure-3B of NIT. The same shall be certified by the chartered accountant with his stamp and
signature.
a. In the case of joint venture / consortia, bid capacity of each member will be computed
applying above formula and combined bid capacity of the joint venture / consortia will be
weighted average of the individual bid capacity of the members as per their percentage
share in the joint venture / consortia.
b. If it is found at any stage that the bidder has submitted incorrect data for assessment of bid
capacity the bid or if the work is awarded the work order shall be rejected / cancelled and
other penal action as per NIT and GCC shall be taken.
1.4 Copy of registration of EPF shall be submitted as part of mandatory document as per schedule
-A.
2.2 A bidder shall not have a conflict of interest. In case of JV / consortium none of the partner
shall have a conflict of interest. All bidders found to have a conflict of interest shall be
disqualified. A bidder may be considered to have a conflict of interest with one or more
parties in this bidding process, if:
a) A bidder participated as a consultant in the preparation of the design or technical
specifications of the works that are the subject of the bid; or
b) A bidder was affiliated with a firm or entity that has been hired (or is proposed to be
hired) by the corporation or as engineer-in-charge for the contract.
c) One firm applies for tender both as an individual firm and in a group.
d) If bidders in two different applications have controlling shareholders in common.
e) Submit more than one application of the tender.
2.3 Government-owned entities in the corporations country shall be eligible only if they can
establish that they are legally and financially autonomous and operate under commercial
law. Also, they shall not be dependent agencies of the corporation.
2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to the
corporation, as the corporation shall reasonably request any time within the currency of the
contract (including defect liability period).
3.1 Documentary evidence of adequate financial standing, certified by bankers, audited profit
& loss a/c and balance sheet, access to adequate working capital.
3.2 Construction equipment proposed to be deployed for the project and proof of its
availability; equipment proposed to be purchased or leased.
3.3 Key personnel available and proposed to be engaged for management and supervision of
the Project, their qualifications and experience. Valid certificates by a recognized University,
technical Board, or Ministry of Government of India would only be taken cognizance of.
3.5 The bidder has to obtain ESIC registrations after award of work in the areas covered by ESIC.
2.2 Incomplete bids and bidders not meeting the minimum qualification criteria shall be summarily
rejected. It may be noted that mere submission of bid does not imply that your offer shall be
considered. Tenders are considered only after NPCIL themselves assess the document
submitted along with the bid by the bidder meets the pre-qualification criteria as specified in
notice inviting e-tender during evaluation of bid.
2.3 The bidder who has been blacklisted / de-registered / holiday at any of the sites of NPCIL, DAE,
any other government department or PSU shall not be eligible for participation in tenders of
NPCIL for that period.
5.2 The bidder should inform the corporation at Least three days in advance about the proposed
site visit.
5.3 The bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the site
and its surroundings and satisfy himself before submitting his bid as to the form and nature of
the site, the means of access to the site, the accommodation he may require, etc.
5.4 In general, bidders shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidder shall be deemed to
have full knowledge of the site, whether he inspects it or not and no extra claims due to any
misunderstanding or otherwise shall be allowed.
5.6 The bidders are requested to bring photo identification like passport, voters identity card, and
driving license, PAN card, identity card issued by employer etc. for security regulations. Any
electronic devices like mobiles, radio, transistors, camera etc. are not allowed inside NPCIL
premises and the same shall be left at security gate at the risk of bidders. The bidders are
requested to e-mail the details of authorized representative in the prescribed format
(annexure-11).
5.7 The bidder shall forward any query / question by e-mail within the stipulated date and time
given in NIT. The clarification given by the corporation shall be visible to all the bidders without
disclosing the identity of the bidder raising the query. The questions / query received after
stipulated date and time shall not be entertained and no response shall be forwarded. The
submission of bid shall mean that the bidder has seen the response and accepts the content.
6.2 The bidder shall submit the bid, which satisfies each and every condition laid down in the bid
documents, failing which, the bid is liable to be rejected.
6.3 The documents listed below comprise one set of bid document:
a) Notice Inviting tender (Including Pre-qualification criteria), e-tender notice
b) Memorandum of Agreement
c) Special Conditions of Contract
d) General Conditions of Contract
e) Technical Specifications / Datasheets
f) Drawings, if any
g) Schedule of Material to be supplied by the Corporation
&
Formats of various contractual documents as applicable viz: Security Deposit, Memorandum of
Understanding / Consortium Agreement, Lump sum Advance, Form of Hypothecation Deed,
Disputes Resolution Board, agreement, format of completion certificate, and format of
Performance Guarantee.
h) Bill of quantities
7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on matters that
may be raised at that stage. The bidder is requested to submit their questions / queries
7.3 Attending the pre-bid meetings is in the interest of bidders to understand the scope of work of
the tender. It is insisted upon that bidders shall attend the pre-bid meetings. However, in case
the bidders do not attend the pre-bid meetings, it would be presumed that they have
understood the scope of work. NPCIL has to finalize the award within a limited time schedule.
Therefore, NPCIL will not seek any clarification in respect of incomplete offers. Any doubt, may
be cleared, if required by the bidder before filling the bid. No request for extension of bid
submission dates shall be entertained.
7.4 Minutes of the meeting, including the text of the questions (without identifying the source of
enquiry) and the responses given will be displayed on web site. Any modifications of the
bidding documents which may become necessary as a result of the pre-bid meeting shall be
made by the corporation exclusively through the issue of an addendum only and not through
the minutes of the pre-bid meeting. The addendum shall be binding on all the bidders.
Submission of bid shall imply the acceptance of addendum by the bidder.
8.2 Any addendum so issued shall be part of the bid document as well as contract document.
8.3 To give prospective bidders reasonable time to take an addendum into account in preparing
their bids, the corporation may extend the date for submission of bids, if necessary.
8.4 Corrigendum, addendum or any other information regarding tender shall be uploaded only on
web site. Hence, the bidders are requested to visit the web site (www.tenderwizard.com/DAE)
regularly. The above documents shall become part of bid and agreement. Submission of bid
shall imply that bidder has noted and accepted content of all the corrigendum / addendum /
clarifications and effect of same has been included in price bid.
10.2 MSEs (and not their dealers/distributors) registered with District Industry Centres or Khadi
and Village Industries Commission or Khadi and Village Industries Board or Coir board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or any
other body specified by Ministry of MSME are exempted from payment of bid security for the
items/services they are registered with District Industry Centres or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of MSME. But, all the bidders have to pay tender processing fee to M/s.
ITI. The bidders are requested to ensure that they are registered for relevant service as
stipulated in similar nature of work. In case of mismatch between the service registered with
MSME and service for which bid is called, the bid shall be treated as without bid security and
hence rejected.
10.3 (a) in case of two part bid, the bid security of technically unqualified bidders after technical
evaluation shall be returned.
(b) Bid security of qualified unsuccessful bidders will be returned to them within a month (30
days) from the date of acceptance of bid of the successful bidder.
(c) Bid security of successful bidder will be returned after submission of the performance
guarantee amount.
(d) Bid security of the bidder who has withdrawn the bid shall be returned after opening of
the bid.
10.5 The corporation at its discretion shall refund the bid security by online / RTGS / NEFT or
through any other electronic mode to the account number as registered by the bidder himself
on e-tending portal.
11.3 The bid price / rates / total bid price shall be quoted in the prescribed format with the
required break-up as specified therein.
11.4 Service tax as applicable will be paid extra as per the prevailing rate on presentation of tax
invoice as prescribed in the relevant service tax rules. The statutory deductions of income
tax or works contract tax or other taxes / dues (Wherever applicable) shall be made from
the payments due to the contractor. For details on taxes, the bidders are advised to refer to
relevant clauses of General Conditions of Contract (GCC) forming part of this tender.
11.6 Tax information - The bidder has to compulsorily fill up Annexure-7 along with BOQ during
submission of bid. Annexure-8 & 9 is to be submitted during execution of work after award.
Bidders shall substantiate the Information provided herein if called for to do so.
11.7 The security deposit and insurance shall be on contract value excluding service tax.
13.2 In exceptional circumstances, prior to expiry of the original bid validity period, NPCIL may
request the bidders to extend the period of validity for a specified additional period. The
request and the responses thereto shall be made in writing. A bidder may refuse the request
without forfeiting its bid security but his bid will not be considered. A bidder agreeing to the
request will not be required or permitted to modify its bid, but will be required to extend the
validity of its bid security for the period of the extension.
15.2 The corporation may extend the deadline for submission of bids by issuing an amendment, in
which case, all rights and obligations of the corporation and the bidders previously subject to
the original deadline will then be subject to the new deadline.
15.3 Any bid received by the corporation after the deadline prescribed above will be rejected.
.
15.4 The bidders shall note the following before submission of bid
(a) If the digital signature certificate (DSC) holder is sole proprietor of the firm, power of
attorney need not be submitted.
(b) In case DSC holder is bidding on behalf of partnership firm, joint venture, consortium etc.
power of attorney or any other legally acceptable document viz. partnership deed, board
resolution etc. authorizing DSC holder to bid on behalf of the bidder is to be uploaded. In
case of non-submission the bid shall be summarily rejected.
16.0 Bid opening
16.1 Tender opening shall be done on-line only. If the date of opening is declared as holiday then
bid will be opened on next working day. In exceptional cases opening of tenders can be done
on any day or time after scheduled date and time of opening. Corrigendum issued for opening
of tender shall be uploaded on website.
16.2 The bids without stipulated bid security amount and other mandatory documents as per NIT
shall be summarily rejected.
16.3 In two part tenders financial bid of only qualified bidder shall be opened.
17.2 Bidder shall not contact the corporation on any matter relating to his bid from the time of the
bid opening to the time the contract is awarded.
17.3 Any effort by the bidder to influence the corporations bid evaluation, bid comparison or
contract award decisions, may result in the rejection of his bid.
18.2 A responsive bid is one which conforms to all the terms, conditions and specification of the
bidding documents, without material deviation or reservation. A material deviation or
reservation is one (a) which affects in any substantial change in scope, quality or performance
of the works; (b) which limits in any substantial way, the corporations rights or the bidders
obligations under the contract; or (c) whose rectification would affect unfairly the competitive
position of other bidders presenting responsive bids.
19.2 The estimated effect of the price adjustment conditions under variations and deviations of
the conditions of contract, during the period of implementation of the contract, will not be
taken into account in bid evaluation.
19.3 If the bid of the successful bidder is seriously unbalanced in relation to the engineer-in-charge
or his representatives estimate of the cost of work to be executed under the contract, the
corporation may require the bidder to produce detailed rate analyses for any or all items of
the bill of quantities, to demonstrate the internal consistency of those rates with the
implementation / construction methods and schedule proposed. The unbalanced bids are
liable to be rejected.
19.4 Any deviation in the commercial terms shall be shall be suitably loaded before evaluation.
20.2 L-1 bidder will be required to produce the original documents in support of the information
furnished by him on line for verification and submit photo copy of documents attested by
notary as specified in NIT / e-tender notice. The bidder shall submit the same on any working
day within specified period after issue of letter to this effect. In case the L-1 bidder fails to
produce the documents within the specified period or if any of the information furnished by
L-1 bidder on-line is found to be false during verification of original document, which changes
the eligibility status of the bidder, then the bid shall be disqualified with forfeiture of bid
security and banning of the concerned bidder for participation in future tenders for five years.
The next financial lowest qualified bidder shall be awarded the work subject to producing
original document and photocopies attested by notary.
20.3 Submission of illegible or blank document may render the bid non-responsive and liable for
rejection. Submission of bid will be recognized and accepted as a certificate regarding
authentication of all information provided in the bid and acceptance of all terms & conditions,
general condition of contract, notice inviting tender etc., since such acceptance by bidder
with digital signature is legally tenable.
20.4 The corporation reserves the right not to award the work without assigning reason and
without incurring any liability to the bidder or bidders.
21.3 The work order will constitute the formation of the contract subject only to the furnishing of a
performance guarantee within 30 days of issue of work order.
21.4 An agreement shall be made and signed by both the parties. The agreement will incorporate
all correspondence between the corporation and the successful bidder, bid documents etc.
The bid document as uploaded on website www.tenderwizard.com/DAE shall be forming
part of agreement. The successful bidder shall be responsible for compliance at his own cost
with the stamp duty act of the state where the agreement is being executed. The non-judicial
stamp paper of appropriate value after adjudication shall be submitted by the successful
bidder at his own cost.
22.2 The bidder may make representation in connection with processing of tender directly and
only to the competent authority (calling tender) as mentioned in the tender document.
However, if such representation is found to be un-sustentative and / or frivolous and if the
tender has to be closed because of the delays / disruptions caused by such representations
and the job has to be re-tendered, then such bidder will not be allowed to participate in the
re-invited tender.
22.3 In case, any bidder while making such representation to competent authority also involves
other officials of corporation and /or solicits / invokes external intervention other than as
may be permitted under the law and if the tender has to be closed because of the delays /
disruptions caused by such interventions and has to be re-tendered, then the particular
bidder will not be allowed to participate in the re-invited tender.
23.0 Disclosures
23.1 Any change in the constitution of the contractors firm, where it is a partnership firm, joint
24.2 Nuclear Power Project of capacity 440 MW or more has been notified as Mega Power
Project. As such, goods required for setting up these projects are subjected to Nil customs
duty as per the extended policy of Government of India (vide customs notification no. 21
dated 1-3-2002 Sr. no. 4O1 and as amended from time to time) Similarly, as per the foreign
trade policy 2004-2009 of Government of India, domestic contractors supplying goods for
these projects under the procedures of competitive bidding shall be eligible for benefits of
Deemed Export, which include refund of terminal excise duty (presently given under
paragraph 8.2(j) of the policy and paragraphs 8.2.6 to 8.4.8 of Handbook of procedures)
issued by the Director General of Foreign Trade, Department of Commerce, Ministry of
Commerce and Industry, Government of India. Hence, no customs duty and / or excise duty
on goods shall, therefore, be payable / reimbursable by the purchaser to the contractor. The
purchaser shall, however, make available the requisite documents or certifications as per the
extant rules and procedures for availing the above exemptions / concessions by the
contractor.
24.3 The bidders may like to ascertain the availability of deemed export benefit mentioned as
above. They shall be responsible for obtaining such benefits, which they have considered in
the bid, and in case of failure to receive such benefits the corporation will not compensate
the bidder. However the bidder must give all information required for issue of project
authority / payment certificate in terms of export-import policy of the Government of India
along with the bid. The project authority / payment certificate will be issued on this basis only
and no subsequent change will be permitted. In this regards chapter 8 - deemed export in the
export and import policy and handbook of procedures shall be referred to, for ascertaining
the above.
25.0 Purchase Preference for supply of goods or services as per new Public Procurement Policy
for Micro a Small Enterprises (MSEs) under Micro, Small and Medium Enterprises
Development Act, 2006.
25.1 As per the provision of MSEs Policy, the participating bidder registered under MSEs Act in a
tender for supply of goods or services, quoting price within the band of L1+15% would be
allowed to supply a portion of the requirement by bringing down their price to the L1 price, in
a situation where L1 price is from someone other than an MSE. Such MSEs would be allowed
to supply up to 20 % of the total tendered value. In case of more than one such eligible MSE,
the supply will be shared proportionately. Further, out of 20% allocation, a sub- target of 4%
(i.e. 20% out of 20%) will be earmarked for procurement from MSEs owned by SC / ST
entrepreneurs. However, in the event of failure of such MSEs to participate in the tender
process or meet the tender requirements and the L1 price, the 4 % sub-target for
procurement earmarked for MSEs owned by SC/ST entrepreneurs will be met from other
MSEs proportionately. MSME registered with the agencies listed below for the tendered
service only will be exempted from payment of bid security.
The MSEs, who are interested in availing themselves of these benefits, will enclose with their
offer the proof of their being MSE registered with any of the agencies mentioned in the
25.2 MSEs who are interested in availing themselves of these benefits shall enclose with their
offer the proof of their being MSE registered with any of the agencies mentioned in the
notification of Ministry of MSME indicated below:
(i) District Industries Centres
(ii) Khadi and Village Industries Commission
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.
Failing above, such offers will not be eligible for consideration of benefits detailed in MSE
notification of Government of India dated 23.03.2012.
25.3 The operational part of this clause shall be as defined in schedule -A.
Sd/-
Additional Chief Engineer (RE)
KAPP-3&4
COMPETENT AUTHORITY
For and on and behalf of NPCIL
ANNEXURE 2
FINANCIAL DATA
(ANNUAL TURNOVER)
3. Annual turnover
NOTES :
1. Separate Performa shall be used for each member in case of JV / Consortium. All such documents
reflect the financial data of the bidder or member in case of JV/ Consortium, and not that of sister
of parent company.
2. The financial data in above format shall be certified by Chartered Accountant / Company Auditor
under his signature and seal having membership no. and firm no.
3. In case audited turnover of the last financial year is not made available by the bidder, he has to
submit a certificate by a CA certifying that the balance sheet has actually not been audited so
far. The certificate shall be signed by bidder also. In such case the financial data of previous
three audited financial shall be taken into consideration for evaluation.
We have obtained all the information which to best of our knowledge and belief was necessary for
the purpose of certification. The certification process involves examining the supporting
documents.
ANNEXURE 3B
FINANCIAL DATA (Not applicable)
(EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY)
(Rs. In lacs)
No. & Date
to be done
Address of
Anticipate
Descriptio
Stipulated
remaining
completio
completio
n of Work
period of
d date of
Remarks
Contract
Contract
Value of
Value of
Name &
Place &
Client
State
work
n
NOTE :
1. Separate Performa shall be used for each member in case of JV / Consortium.
2. Bidder or member in case of JV / Consortium should provide information on their current
commitments for all contracts that have been awarded or for which a letter of intent or
acceptance has been received or for contracts approaching completion but for which a
completion certificate is yet to be issued even if completion of such works spills over beyond
completion period of this contract.
ANNEXURE 4
NOTES:
1. The bidder shall submit the details of black listing /de-registration / holiday by any central / state
government department or public sector undertaking. The relevant letter shall be scanned and
uploaded,
2. In case of JV / Consortium, the undertaking shall be submitted by each member of JV /
Consortium.
3. The undertaking shall be signed by authorized signatory of the bidder or constituent member in
case of JV / Consortium.
ANNEXURE 5
Client & Work Order Name of Work Cause of Amount Remarks and
Address No. dispute the present
status
ANNEXURE 6
ANNEXURE-8
Certificate to be furnished by the Contractor along with the Invoice/bills where Value Added
Tax/Central Sales Tax is claimed in the quoted rates.
Certified that:
1. Goods on which Value Added Tax / Central Sales Tax claimed are not exempted from
payment of VAT / CST under the provisions of respective statutes.
2. I/We, as a Registered Dealer, is/are being assessed to VAT/CST and our VAT TIN is
___________________ and CST TIN is __________________
3. I/We, hereby certify that my/our Registration Certificate is in force on the date on which the
sale of the goods included in this invoice is made by me/us and that the transaction of sale
covered by this invoice has been effected by me/us and it shall be accounted for in the
turnover of sales while filing of return and the due tax, if any, payable on the sale has been
paid or shall be paid.
Certificate to be furnished by the Contractor along with the Invoice/bills where Service Tax is
claimed
Certified that:
1. Services on which Service Tax claimed are taxable under category
________________________ (name of service) and not exempted from payment of Service
Tax under the provisions of extant Rules.
2. I/We, are registered with Central Excise Department and our Registration Number is
_______________________
3. I/We, hereby certify that my/our Registration Certificate is in force as on date and that the
transaction covered by this invoice has been effected by me/us and it shall be accounted for
in the turnover while filing of return and the due tax payable has been paid or shall be paid
to the Government Account.
ANNEXURE-10
I DO HEREBY UNDERTAKE
1. That all the information being submitted by me is genuine, authentic, true and valid on the date
of submission of tender and if any information is found to be false at any stage of tendering or
contract period I will be liable to the penal actions as prescribed in NIT.
2. That in the preparation and submission of the bid, we have not acted in concert or in collusion
with any bidder or other persons and not done any act, deed or thing which is or could be
regarded as anti-competitive.
3. That I accept all terms and conditions of NIT, including general terms and condition, special /
additional terms and conditions, addendum, corrigendum, clarifications as stated there in the
tender document as available on the website.
5. That I do authorize corporation for seeking information / clarification from by bankers, clients
having reference in this bid.
6. That I have uploaded photo copies of all relevant documents as prescribed in the tender
document in support of the information and data furnished by me online.
7. That I accept all the undertakings as specified elsewhere in the tender document.
8. That this online agreement will be a part of my bid and if the work is awarded to me /us, this
will be a part of our agreement with corporation.
(Bidder)
*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving
License, any other ID card issued by Government etc. shall be produced at CISF Main gate
for entry. Mobile phones, laptop and any other electronic device are not permitted.
SECTION - II
MEMORANDUM OF AGREEMENT
I/We hereby tender for the execution for the Nuclear Power Corporation of India Limited of the work
specified in the underwritten Memorandum within the time specified in such memorandum at the
rates specified therein and in accordance in all respect with the specification, designs, and
instruction in writing referred to in Rule - 1 here of and in clause 6 of the General conditions of the
contract and with materials as are provided for, by and in all respects in accordance with such
conditions as far as applicable.
MEMORANDUM
(a) General Description of work Installation, erection and inspection of PHT feeder & header
insulation cabinet-Lower rear face of KAPP-4 as per NPCIL
drawings and technical specifications.
(b) Time for completion of the 03 (Three)) Months (including moonson period))
work
(c) Estimated Cost Rs. 9,03,388/-
(d) Bid Security Amount Rs. 18,068
(e) Security Deposit 10 % of Contract Value (Pl. refer Clause 4.2 of GCC)
RULE: 1: Should this tender be accepted in whole or in part, I / we hereby agree to abide and fulfil all
terms and provisions of the said conditions annexed hereto and all the terms and provisions contained
in the e-tender notice & standard notice inviting tender so far as applicable, and / or in default thereof
to forfeit and pay to Nuclear Power Corporation of India Limited or his successors in office, the sum of
money mentioned in the said conditions. Bid Security in the form of e-payment is deposited in NPCIL
account.
If I/we fail to furnish the prescribed Performance Guarantee within prescribed period, I / We agree
that said NPCIL or his successors in office shall without prejudice to any other right or remedy, be at
liberty to forfeit the said Bid Security absolutely. Further I/We fail to commence the work specified in
the above memorandum, I / We agree that the said NPCIL or his successors in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said Bid Security absolutely and
cancel the award of work.
I / We agree to execute all the work referred to the tender documents upon the terms and conditions
contained or referred to there in and to carry out such deviations as may be ordered, up to maximum
of percentage mentioned in clause 11.2.1 of General Conditions of Contract and those in excess of that
limit at the rates to be determined in accordance with the provisions contained in General Conditions
of Contract. I / We hereby declare that I / We have been debarred / not debarred and / or de-listed /
not de-listed by any Govt./PSU*.
Occupation: __________________
The above tender is hereby accepted by me for and on behalf of the Nuclear Power Corporation of
India Limited.
Dated the: ____________ day of___________ 2015. ****__________________
*Bidder is advised to read carefully and strike out which ever is not applicable and furnish detail
wherever applicable.
** Signature of the contractor before submission of Tender.
*** Signature of witnesses of contractors signature.
**** Signature of the officer by whom accepted.
Note: Bidder is requested to download this page separately, fill it, sign, put companys seal with
witness signature and upload.
SECTION - III
SPECIAL CONDITIONS OF CONTRACT
1. GENERAL:
1.1. Where conditions/ instructions given in this section are at variance with the conditions,
stipulations, specifications etc. elsewhere in the tender document, conditions/ instructions given
in this section prevails.
1.2. Contact Centralized Tendering Cell for any clarifications regarding tender document before
submission of Tender. No claim on account of any ambiguity in any respect shall be entertained
later on.
2. Location:
The Plant Site is located in the state of Gujarat in Tapi district, about 80 Kms. East of Surat. The
nearest Railway Station is Vyara on Surat-Bhusaval route (Tapti line).
The plant site is approximately 18 Kms. away from Vyara on Vyara-Mandvi/Kim Road. Similarly
KAPS Township is approximately 10 Kms. away from Vyara on Vyara-Mandvi/Kim Road ( N.H.
56)
Vyara is accessible on Surat-Dhulia Road (NH-6), about 62 Kms. from Surat, 180 Kms from Dhulia
and about 50 Kms. from Kadodara junction.
4. Bidders Details:
Bidder shall submit the information given in Annexure-11 of section I (NIT) on his companys letterhead.
The Contractor shall produce Power of Attorney in original in favour of his Representative who shall deal
with all the matters relating to the Contract.
9. Coordination of work:
The work shall be carried out by the contractor in close coordination with Corporation and other
agencies who may be working in the same premises as well as in the vicinity of other works. In
this regard the decision of the Engineer in charge regarding any dispute shall be final and binding
on the contractor. The contractor shall plan his work in such a way so as to avoid interference
with the other works and any other contractor or sub contractors at the site.
NOTE :- In case contractor fails to deploy minimum number of safety professionals in work as
per clause No. 1.0 of project instruction, the penalty shall be regulated/ imposed as
per Annexure-I of Project instruction.
11.3 All safety precautions as advised by the Engineer-in-charge are to be taken while at work. All
the deployed persons of the contractor shall have relevant qualification and required
experience of the concerned job. NPC standing orders with respect to safety as per AERB
safety guide for works contract and Project Instruction PI/001/R2 shall be applicable to
contractors workmen also.
11.4 In case of violation of safety norms including non-use of personal protective equipment by
the contractors employee, the contractor shall be levied a penalty as given in schedule A of
GCC & mentioned in Annexure-1 of Project Instruction PI/001/R2. The penalty amount shall
be deducted by Engineer-In charge of the work contact based on safety violation observed by
him or any safety violation brought to his notice by Safety Section. In case the contractor is
not taking effective steps to improve his safety performance as directed by Engineer In charge
based on advice given by Head, Industrial Safety & Fire, the contractor shall be further
penalized including termination of his contract.
11.5 The contractor shall be required to prepare and submit safe work procedures /Job Safety
Analysis of all hazardous jobs before taking up jobs.
11.6 (a) The normal working hours shall be of 9 (Nine) hours per day for workmen and
supervisors including intervals (As per GCC Clause No.19, Sub clause 2 (i)). However, due to
exigencies in work, normal duty hours can be extended up to maximum limit of 12 (twelve)
hours (including normal duty hours).
11.6(b) It is considered necessary at some occasions to carry out work round the clock, permission of
head of the unit/Engineer-in-charge shall have to be obtained.
11.7 The contractor shall be required to arrange all required Personal Protective Equipments (PPE)
for their employees like Hand gloves, Safety shoes, Apron, Helmet, Fall Protector like Safety
belts, Self retracting system, Safety net, etc. for protection against hazards.
11.8 All the electrical power extension boards used by the contractor shall be provided with ELCB.
11.9 Contractors persons shall undergo medical check-up by any MBBS Doctor before taking up
the work above 2.5 M. elevation from ground level and submit the certificate in the
prescribed form at the time of enrolment of workers in KAPP 3&4. Contractor shall replace
workers if he is found unfit.
11.10 In case of complaint by any person working at height with respect to giddiness/other
disability such person shall be advised to sit/rest and assistance provided to bring him down.
Safety belt/other support available to such person shall not be disturbed till assistance/help is
provided and medical check-up conduct immediately with respect to (a) Vertigo (b)
Epilepsy/fits and (c) other height related medical problems and shall be arranged by you at
your cost. It is mandatory to get safety permit for all works which are to be carried out at
height more than 2.50 meters.
11.12 Contractors persons shall undergo medical check-up by any MBBS doctor and have to take
safety training from safety section before preparing permanent gate passes mandatorily.
12. Security:
All security measure as advised by the Plant / Township authority shall be followed strictly. Entry
permit, token pass, Identity Cards etc. shall be obtained by the contractors from concerned
Plant/ Township authority.
The contractor has to arrange for Identity cards of his employees as well as supervisors to his
own cost and it has to be produced to competent authority for final issue of I. Cards with
individuals bio-data with full address and other backgrounds required by KAPS.
Security photo pass for each employee for the job must be accompanied during work and
necessary police verification is the responsibility of the contractor and must be complied with.
The Contractor will be responsible for the integrity, conduct and character for each
workman/individual to be employed by the Contractor for the plant and personnel safety during
their work at KAPP.
The contractor shall employ on the work adequate number of qualified and competent staff to
ensure the execution of work in time and the numbers will have to be augmented as per
the requirement and direction of the EIC to ensure completion of work in time.
All materials to be used on the work shall conform to the relevant specifications. The contractor
shall supply free samples of materials to be used on the work, whenever asked, for testing and
analysis purpose. Failure of any sample to pass the specified requirements will be sufficient
causes to reject the whole lot of materials from which the sample was taken.
In the event the contractor is provided with any material or equipment belonging to KAPS /
KAPP, the Contractor undertakes to return the same in good condition, failing which the
Contractor shall be responsible for the cost of the same.
Any damage / breakage of NPCIL equipment / property / tools / material due to working of
contract workers shall be made good by the Contractor at his own cost.
All tools & machinery to be used by the contractor for execution of the work shall be checked by
Engineer in Charge for fitness as well to meet the requirement. Then only contractor shall be
allowed to start the work at site.
15. Notices:
Any notice, order direction or other communication to be given to the contractor under any of
the provision of the work order shall without limitation be conclusively deemed to have been
received by the contractor if delivered or mailed to the contractor at the address mentioned by
the bidder in the annexure 11 of section -1 of NIT.
17. Insurance:
You are required to take following In the joint name of Corporation up to defect liability period
and documents in this regard should be submitted to Engineer-in-Charge before start of work
(refer clause no 15.1.1 of GCC and its Addendum i.e. Section # iv -general condition of contract )
a) Workmen compensation policy in respect of all your workmen engaged in the work shall
be of minimum wage of respective category of workers prevailing at the time of issue of
work order.
b) Contractor should take Contractor all risk policy (CAR) for the whole contract value. Apart
from Contractors all risk policy, also take insurance policy to cover third party liability for
10% of the contract value subject to a maximum of Rs 50 lakhs.
Note: The contractor shall take all Insurance policies before commencement of the work. Quoted rate
shall be including the premium amount of insurance policies. In case of delay in submission of
insurance policies as per tender condition shall result in levy of non returnable penalty
equivalent to 3 times the Premium required to be paid for each type of insurance i.e.
Comprehensive policy, Workmen Compensation Policy separately. Levy of penalty does not
abrogate contractor from his responsibility regarding Insurance and risk cover. NPCIL shall not
be liable for or in respect of any damage or compensation payable. The work order is liable
for rejection in case or repeated / continuous non compliance.
The prevailing rate of minimum wages of Construction or Maintenance for unskilled, Semi-
Skilled, Skilled and High Skilled categories of Industrial workers are Rs. 278.40, 286.40, 328.00,
385.00 per day respectively as on 01/04/2015. Dearness Allowance or the Minimum Wages are
revised by the Government of Gujarat every six months i.e. on 1st of April and on 1st of October.
It is mandatory to pay the following In addition to the minimum wages to all workers:
a. Special allowance @ 25% of minimum wages of respective category. Same shall be
revised in line with minimum wages.
b. Bonus component @ 8.33% of minimum wages irrespective of work period, (limited to
max. wages of Rs. 3500/-month). Same shall be revised in line with minimum wages.
c. Transportation allowance @ 6 % of minimum wages of un-skilled category. Same shall be
revised in line with minimum wages.
Note:
i. Revision in rates will be communicated to contractor from time to time by EIC.
ii. Format of wage slip is attached in at Annexure 3 of Section III and shall be issued to all
workers.
The contractor shall apply for issue of Form-V as soon as work order is issued, in case labour
license is to be obtained.
Principal Employers Certificate for obtaining labour license will be provided on your request. You
may please note that within 14 days from the date of issue of this work order, you will have to
apply for a labour license to the Asstt. Labour Commissioner, of the area, for the maximum
number of workers you had indicated to engage on the work. A copy of the application will have
to be furnished to the Engineer-in-charge of the work within a week time from start of work.
25. Agreement:
A formal agreement of the work shall be executed by the Contractor with NPCIL immediately
after issue of work order. Until such an agreement is executed, the work order together with
Contractors offer and related letters shall be a governing/binding document.
FORM FOR INITIAL MEDICAL EXAMINATION (FOR CONTRACTOR PERSONAL) AT KAPP-3&4 PROJECT
SITE.
Name: Date:
General Exam. Pulse Resp. B.P.
Pallor Oedema Tongue
Throat Lymphnodes Nose
Skin Ear Weight
Nails Height
Eyes Vision Rt. Lt.
Genito Urinary
system
Colour vision
Lecomotor system
Memogram HB Gr. %
TLC/Cumm %
DLC polymorph %
Lymphocyte %
Monocyte %
Esinophil %
Urin analysis Albumin
Suger
Remarks: X-Rays/Screening (if necessary)
Special attention may please be given to the following:
1. Presence of any skin disease such as :
a) Acute or chronic eczema.
b) Contagious skin diseases such as scabies, extensive fungal infection or lineal vesicular.
c) Ulcers on the skin i.e. post traumatic or inflammatory on exposed parts.
8. Any other gross physical handicap likely to interfere with work in plant.
9. Overall nutritional status, weight and general physical fitness and mental soundness.
10. The latest medical exam should be done before and with in two months period of assignment in
DAE Unit.
Annexure # 1B
Name: ____________________
Reg. No. ___________________
Date: ______________
Note: Strike out which ever is not applicable.
Annexure-2
MEDICAL CERTIFICATE
FORM FOR MEDICAL CHECK UP FOR THE WORKMAN ENGAGED BY THE CONTRACTOR
_______________________
Signature of the workmen
Date:
__________________________
Note: This certificate is to be given on the letter head of the registered medical practitioner who is
possessing allopathic qualification as recognized by the Indian medical council. Below the signature,
the rubber stamp of the medical practitioner should be affixed. The letter head normally should
contain the following.
ANNEXURE-3
WAGE SLIP
Category of employee
Wage period
Bank Name
Branch
SECTION IV
GCC with Addendum is attached separately AND is also available on Web site
www.tenderwizard.com/DAE/Downloads which will form part of this Tender Document.
SECTION V
5.4.6 Painting:
All structural steel members, 16 GA sheet panels, insulation studs and panel supports of
supplied free issue material are already painted with one coat of Berger make epoxy paint
protectomastic with grey shade. All of these mentioned items are to be re painted again
with same brand of paint (or equivalent) during installation at site such that the final
achieved Dry film thickness on these items after painting shall fall in the range of 290 to
350 microns. The contractor shall arrange the adequate quantity of paint and apply the
same on items mentioned above to achieve the required paint thickness. The paint shall
be subjected to NPCIL approval with submission of test certificates.
5.5 ACCEPTANCE CRITERIA: The work of Installation, erection and inspection of PHT Feeder &
header insulation cabinet- Lower rear face of KAPP-4 shall meet the requirements of NPCIL
drawings and system specifications.
5.8 Education /Technical qualification and relevant work experience of manpower to be engaged.
Not applicable
SECTION VI
SCHEDULE OF DRAWINGS
NOTE:- Drawings are available in pdf format for reference is a mandatory part of tender document
and placed separately in tender notification, available on website. Bidder is requested to
go through the same before submitting the offer.
(On Non Judicial Stamp paper to be stamped in accordance with stamp act, the stamp paper to be in
name of Executing Bank)
Ref.............. Date................
____________________________________________________
____________________________________________________
____________________________________________________
Dear Sir,
In accordance with your Notice Inviting Tender for ____________________under your tender
No__________dated ________________M/s _______________________ (hereinafter called the
Tenderer) with following directors on their Board of Directors/Partners of the firm.
1________________________ 2________________________
3________________________ 4________________________
5________________________ 6________________________
7________________________ 8________________________
9________________________ 10________________________
1__________________________________________________________________________
2__________________________________________________________________________
3__________________________________________________________________________
Whereas it is a condition in the tender documents that the tenderer has to deposit Bid Security
with respect to the tender, with Nuclear Power Corporation of India Ltd (hereinafter referred to
1. NOW THEREFORE, we the ...................... Bank, a body corporate constituted under the
Banking Companies (Acquisition and Transfer of undertakings) Act 1969 and having a branch
office at............ (hereinafter referred to as the Bank") do hereby undertake and agree to pay
on demand in writing by the Corporation, the amount of Rs.......(Rupees............) to the
Nuclear Power Corporation of India Ltd without any demur, reservation or recourse.
2. We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as to
whether the tenderer has committed any breach or breaches of any of the terms and conditions
of the tender and the extent of loss, damage, costs, charges and expenses caused to or suffered
by or that may be caused to or suffered by the Corporation on account thereof the extent of
the bid security required to be deposited by the Tenderer in respect of the said Tender
document and the decision of the Corporation that the Tenderer has committed such breach
or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and
binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the Corporation and change in the constitution, liquidation or
dissolution of the Tenderer, shall not discharge our liability guaranteed herein.
4. It is further declared that it shall not be necessary for the Corporation to proceed against the
Contractor before proceeding against the Bank and the Guarantee herein contained shall
be enforceable against the Bank notwithstanding any security which the Corporation may
have obtained or shall obtain from the Contractor at the time when proceedings are taken
against the Bank for whatever amount may be outstanding or unrealized under the Guarantee.
5. The right of the Corporation to recover the said amount of Rs...........(Rupees ......................) from
us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute
or disputes have been raised by the said M/s................... (Tenderer) and/or that any dispute
or disputes are pending before any authority, officer, tribunal or arbitrator(s) etc.
6. Notwithstanding anything stated above, our liability under this guarantee shall be restricted
to Rs........(Rupees....... ....)and our guarantee shall remain in force upto.......... and unless a
demand or claim under the guarantee is made on us in writing within three months after the
aforesaid date i.e. on or before the .......... all your rights under the guarantee shall be forfeited
and we shall be relieved and discharged from all liabilities thereunder.
Date......................
Place....................
(Signature)___________________________________________
(Printed Name)_______________________________________
(Designation)_________________________________________
(Authorisation No.)_____________________________________
Witness
1)_______________________
2)_______________________
Accepted
To
Nuclear Power Corporation of India Ltd.
_______________________________________
________________________________________
1. We, the ........ Bank (hereinafter referred to as "the said Bank" and having our registered office
at....... do hereby undertake and agree to indemnify and keep indemnified the Corporation
from time to time to the extent of Rs..........(Rupees ................Only) against any loss or
damage, costs, charges and expenses caused to or suffered by or that may be caused to or
suffered by the Corporation by reason of any breach or breaches by the said Contractor of any
of the terms and conditions contained in the said Contract and to unconditionally pay the
amount claimed by the Corporation on demand and without demur to the extent aforesaid.
2. We.................... Bank, further agree that the Corporation shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation on account
thereof and the decision of the corporation that the said Contractor has committed such
breach or breaches and as to the amount or amounts of loss, damage, costs charges and
expenses caused to or suffered by or that may be caused to or suffered by the Corporation from
time to time shall be final and binding on us.
3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and
till all the dues of the Corporation under the said Contract or by virtue of any of the terms
and conditions governing the said Contract have been fully paid and its claims satisfied or
discharged and till the owner certifies that the terms and conditions of the said Contract have
been fully and properly carried out by the said Contractor and accordingly discharges this
Guarantee subject, however, that the Corporation shall have no claim under the Guarantee
after 90 (Ninety) days from the date of expiry of the Defects Liability Period as provided in the
said Contract, i.e. ...........(date) or from the date of cancellation of the said contract as the case
may be, unless a notice of the claim under this Guarantee has been served on the Bank before
the expiry of the said period in which case the same shall be enforceable against the Bank
notwithstanding the fact, that the same is enforced after the expiry of the said period. The
Corporation shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions of
the said Contract or to extend time of performance by the said Contractor or to postpone for any
time from time to time any of the powers exercisable by it against the said Contractor and either
to enforce or forbear from enforcing any of the terms and conditions governing the said Contract
or securities available to the Corporation and the said bank shall not be released from its liability
under these presents by any exercise by the Corporation of the liberty with reference to the
matters aforesaid or by reason of time being given to the said Contractor or any other
forbearance act or omission on the part of the Corporation or any indulgence by the Corporation
to the said Contractor or any other matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have the effect of so releasing the Bank from its such
liability.
4. It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable against
the Bank, notwithstanding any security which the Corporation may have obtained or obtain from
the Contractor shall at the time when proceedings are taken against the Bank hereunder, be
outstanding or unrealized.
5. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Corporation in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder. If
any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s.......................on whose behalf this
guarantee is issued.
WITNESS
1.________________ Signature _________________________________
Accepted
NOTES
*For Proprietary Concerns
Shri _______________________________________ son of__________________ resident of
_____________________________________carrying on business under the name and style of
_________ at_____________(herein after called " the said Contractor" which expression shall unless
the context requires otherwise include his heirs, executors, administrators and legal
representatives.
*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered
office at .........in the State of............... (Hereinafter called "the said Contractor which expression shall
unless the context requires otherwise include its administrators, successors and assigns).
To
Nuclear Power Corporation of India Ltd.
.........................
.........................
4. The Owner shall have the fullest liberty without effecting in any way the liability of the Bank
under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions
of the said Contract or the advance or to extend time of performance by the said Contractor or to
postpone for any time from time to time any of the powers exercisable by it against the said
Contractor and either to enforce or forbear from enforcing any of the terms and conditions
governing the said contract or the advance available to the owner and this said bank shall not
be released from its liability under these presents by any exercise by the Owner of the liberty
with reference to the matters aforesaid or by reasons of time being given to the said Contractor
or any other forbearance act or omission on the part of the Owner or any indulgence by the
Owner to the said Contractor on of any other matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have the effect of so releasing the Bank from its
such liability.
5. It shall not be necessary for the Owner to proceed against the Contractor before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the Bank
notwithstanding any security, which the Owner may have obtained or obtain from the Contractor
shall at the time when proceedings are taken against the Bank hereunder, be outstanding or
unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Owner in writing and agree that any change in the Constitution
of the said Contractor or the said Bank shall not discharge our liability hereunder.
If any further extension of this Guarantee is required the same shall be extended to such
required periods on receiving instructions from M/s........................................ on whose behalf
this Guarantee is issued. Notwithstanding anything contained herein before our liability under
this Guarantee is restricted to Rs,......... (Rupees ..............Only) together with interest. Our
undertaking shall commence from the date of execution and shall remain in force up to
.......................
WITNESS
1.________________ Signature _________________________________
Authorization No:___________________________
Accepted
NOTES
*For Proprietary Concerns
*For Companies
M/s. ________________ a company under the Companies Act, 1956 and having its
registered office at______________ in the State of_________________(hereinafter called "the
said Contractor" which expression shall unless the context requires otherwise include its
administrators, successors and assigns).
WHEREAS under sub-clause12.1 of the General Conditions of Contract relating to the terms and
conditions of its Award letter No....................dated .............which have been unequivocally
accepted by the Contractor, the Contractor has applied to the Corporation for a loan of Rs..............
(Rupees) ...............................................Only) for plant and equipment described in the Schedule
here to specifically acquired by the Contractor for the works and brought to site.
AND WHEREAS one of the conditions on which the said loan of Rs........./- granted by the Corporation
to the Contractor is that the Contractor shall hypothecate the plant and equipment described in the
Schedule hereto in favour of the Corporation as security for the due repayment of the said loan.
AND WHEREAS the Contractor has represented that he is the Owner of the plant and equipment
described in the Schedule hereto and the same is free from encumbrances.
NOW THIS INDENTURE WITNESSTH THAT in pursuance of the said agreement and in consideration of
the premises the Contractor doth hereby hypothecate, assign and transfer to the Corporation the
Plant and equipment described in the Schedule hereto the intent that the same shall remain and
form security for repayment to the Corporation of the said loan of Rs........... together with the interest
thereon at ........ % per annum.
1. The Contractor hereby agrees, declares and convenants with the Corporation as follows:-
(a) The Contractor shall repay to the Corporation the said loan of Rs........(Rupees.......................
Only) together with interest thereon as aforesaid by and agrees that the said loan be recovered
by the Corporation by making deductions in the manner provided in sub-clause12.1 of the
General Conditions of Contract and other conditions of the Award letter from the claims
made by the Contractor against the Corporation of "on account payment".
(b) The Contractor has paid in full the purchase price of the Plant & Equipment described in the
Schedule hereto and each and every one of them and that the same are the absolute property
of the Contractor and that the same have not been sold, pledged, mortgaged or transferred or
in any way dealt with by the Contractor.
(c) So long as any amount remains payable to the Corporation by the Contractor in respect of
the said loan of Rs.__________ the Contractor shall not sell, pledge, hypothecate, transfer, part
with or in any way deal with the Plant and Equipment described in the Schedule hereto.
(d) If the said loan of Rs.___________shall not be repaid by the Contractor or recovered in the
manner described above by the said ..........day of ..... due to any reasons whatsoever or the said
Contract has been determined earlier or cancelled or if the Contractor shall sell, pledge,
mortgage, transfer, part with or in any way deal with the said plant and equipment or any
part thereof or the Contractor or any of the partners is adjudged insolvent or the
Contractor is to be would up or makes any composition or arrangement with its creditors or
the Contractor shall commit breach of any of the terms and conditions or convenants as herein
contained or if any of the said plant and equipment or if any other property whatsoever
belonging to the Contractor has been sold or attached for a period of not less than 21 days in
execution of the decree of any court for payment of money, the whole of the said loan of
Rs....... or such part thereof as may remained unpaid or unrecovered together with interest
thereon shall forthwith become due and payable.
(e) The Corporation may on the happening of any of the events mentioned in the preceding clause
(d) or in the event of the said loan or any part thereof becoming due and payable and has
not been paid or recovered or cannot be recovered as provided in the said conditions, seize
and take possession of the said plant and equipment (and either remain in possession thereof
without removing the same or else may remove the same) and sell the said plant and
equipment or any of them either by public auction or private contract and may out of the sale
proceeds retain the balance of the said loan and interest thereon remaining unpaid and
unrecovered and all costs, charges and expenses and payments incurred or made in
maintaining, defending or protecting the rights of the Corporation hereunder and shall pay
over the surplus, if any, to the Contractor.
(f) The Contractor shall at all times during the continuance of the security and at the
expense of the Contractor insure and keep insured and plant and equipment
described in the Schedule hereto for the value thereof in the joint names of the Contractor
and the Corporation with an insurance company to be approved by the Engineer-in-charge
against the risk of loss or damage from whatever cause arising other than the Excepted Risks
not covered under the insurance. During the continuance of the security the Contractor shall
pay all premia and sums of money necessary for keeping such insurance on foot and the
insurance policy and receipts in original for premia paid shall be deposited with the Engineer-
in-charge. The Contractor shall assign all his rights, title and interest in the policy to the
Corporation.
(g) The Contractor shall not permit or suffer the said plant and equipment or any part thereof
to be destroyed or damaged or used or to be used or to deteriorate in a greater degree
than it would deteriorate by reasonable wear and tear thereof in the performance of the
Contract.
(h) In the event of any damage or loss happening to the said plant and equipment or any part
thereof from whatever cause other than the Excepted Risk [not covered under insurance] the
Contractor shall forthwith have the same repaired or replaced as the case may be or arrange
form payment of the entire amount recovered or to be recovered from the insurance company
to the Corporation towards the payment of the said loan of Rs............
2. Upon repayment or recovery in full of the amount secured on account of this hypothecation
deed the said plant and equipment secured hereunder shall stand released from
hypothecation but this is without prejudice to the right of the Corporation under any other
conditions of the Contract
Sr. No. Particulars of Plant Nos. Purchase price/ considered Total Advance(75%
and Equipment reasonable by Engineer-in- price of Col.5)
Charge
1. 2. 3. 4. 5. 6.
IN WITNESS WHEREOF the parties hereto have executed these presents on the day and your first
above written
in the presence of :
(1)__________________________ (1)______________________________
(2)__________________________ (2)______________________________
*NOTES
*For Companies
M/s................ a company registered under the Companies Act, 1956 and having its registered office at
............... in the State of ............... (hereinafter called "the said Contractor" which said Contractor"
which expression shall unless the context requires otherwise include its administrators,
successors and assigns).
AGREEMENT FOR THE WORK OF __________________." Agreement made this day ________
between the Nuclear power Corporation of India limited, (A government of India enterprise), acting
through the _____, KAPS/KAPP (hereinafter called the Corporation) of the one part and
M/s________, (hereinafter referred to as the contractor) of the other part.
Whereas the aforesaid on behalf of the Corporation invited tenders for the work of _____________
And whereas the tender of the Contractor was accepted and work awarded to the Contractor by the
Corporation under their letter no. _________ Dated ________.
And whereas the Tenderer has accepted the work order for the work aforesaid in their letter No.
______ Dtd. ________.
Now the agreement, witness and it is hereby agreed by and between the parties hereto as follows:
1. This agreement, inter alia the contract consisting of hereto annexed contains the entire
agreement between the parties. All other previous and collateral arrangement,
representations, promises and conditions are superseded by the contract and shall not be
binding on either party. All the work executed by the Contractor under the work order and
undertakings given under the terms and conditions of the agreement.
In witness whereof Mr. / Mrs. _______________ the contractor and Mr. / Mrs.
______________ for and behalf of the Corporation, have hereunto affixed their seals and
signatures the day, month and year here in above written.
(______________)
Witness: Name & Signature ___________________, KAPS/KAPP
For and on behalf of NPCIL
Sr. Nature of Date of Date of Period Overla Net Dated Dated Rema
No hindrance occurre remova of p ping exte sign of sign of rks
nce l hindra period nsio Contracto Engr. with
nce if any n r with name
name
THIS AGREEMENT, made and entered into this ............................ Day of ....20
...........................Between ........................... ( the Corporation ) and
.......................................................................................................................................
.............................................................................................................. ( the Contractor
), and the Disputes resolution Board ( the Board ) consisting of three Board Members,
(1).
(2).
(3)..
WITNESSETH, that
WHEREAS, the Corporation and the Contractor have contracted for the construction of the
(Project name) (the Contract ) and WHEREAS, the contract provides for the
establishment and operation of the Board NOW THEREFORE, the parties hereto agree as follows :
1. The parties agree to the establishment and operation of the Board in accordance with this Board
Agreement.
2. Except for providing the services required hereunder, the Board Members should not give any
advice to either party concerning conduct of the Works.
(a) shall have no financial interest in any party to the contract, or a financial interest in the contract,
except for payment for services on the Board.
(b) shall have had no previous employment by, or financial ties to, any party to the contract, except
for fee based consulting services on other projects, all of which must be disclosed prior to
appointment to the Board.
(c) shall have disclosed in writing to the parties prior to signature of this Agreement any and all
recent or close professional or personal or personal relationships with any director, officer, or
employee of any party to the contract, and any and all prior involvement in the project to which
the contract relates;
(d) shall not, while a Board Member, be employed whether as a consultant or otherwise by
either party to the contract, except as a Board Member.
(e) shall not, while a Board Member, engage in discussion or make any agreement with any party to
the contract, regarding employment whether as a consultant or otherwise either after the
contract is completed or after services as a Board Member is completed;
(f) shall be and remain impartial and independent of the parties and shall disclose in writing to the
Corporation, the Contractor, and one another any fact or circumstances which might be such to
cause either the Corporation or the Contractor to question the continued existence of the
impartiality and independence required of Board Members.
3. Except for its participation in the Board s activities as provided in the contract and in this
Agreement none of the Employer, the Contractor, the Nodal Officer or his nominee, and one
another any fact or circumstances which might be such to cause either the Employer or the
Contractor to question the continued existence of the impartiality and independence required of
Board Members.
(a) furnish to each Board Members one copy of all documents which the Board may request
including contract documents, progress reports, variation orders, and other documents,
pertinent to the performance of the Contract.
(b) in co-operation with the Employer, co-ordinate the Site visits of the Board, including conference
facilities, and secretarial and copying services.
5. The Board shall serve throughout the operation of the contract. It shall begin operation
following execution of this Agreement, and shall terminate its activities after issuance of
the taking over Certificate and the Board s issuance of its Recommendations on all disputes
referred to it.
6. Board Member, shall not assign or subcontract any of their work under this Agreement.
7. The Board Members are independent and not employees or agents of either the Employer or the
Contractor.
8. The Board Members are absolved of any personal or professional liability arising from the
activities and the Recommendations of the Board.
9. Fees and expenses of the Board Member[s] shall be agreed to and shared equally by the
Employer and the Contractor. If the Board requires special services, such as accounting, data
research, and the like, both parties must agree and the costs shall be shared by them as mutually
agreed.
(a) The Board shall visit the Site and meet with representatives of the Employer and the Contractor
and at regular intervals, at times of critical construction events, and at the written request of
either party. The timing of Site visit, failing agreement shall be fixed by the Board.
(b) Site meetings shall consist of an informal discussion of the status of the construction of the
works followed by an inspection of the works, both attended by personnel from the Employer,
the Contractor .
(c) If requested by either party or the Board, the Employer will prepare minutes of the meetings and
circulate them for comments of the parties.
(b) The party receiving the Notice of Dispute will consider it and respond in writing within 7 days
after receipt.
(c) This response shall be final and conclusive on the subject, unless a written appeal to the
response is filed with the responding party within 7 days of receiving the response. Both parties
are encouraged to pursue the matter further to attempt to settle the dispute. When it appears
that the dispute cannot be resolved without the assistance of the Board either party may refer
the dispute to the Board by written Request for Recommendation to the Board, and the other
party stating that it is made pursuant to relevant Clause.
(d) The Request for recommendation shall state clearly and in full detail the specific issues of the
dispute to be considered by the Board.
(e) When a dispute is referred to the Board, and the Board is satisfied that the dispute requires the
Board s assistance, the Board shall decide when to conduct a hearing on the dispute. The Board
may request that written documentation and arguments from both parties be submitted to each
Board Members before the hearing begins. The parties shall submit insofar as possible agreed
statements of the relevant facts.
(f) During the hearing, the Contractor and the Employer, shall each have ample opportunity to be
heard and to offer evidence. The Board s Recommendations for resolution of the dispute will be
given in writing, to the Employer and the Contractor as soon as possible, and in any event not
more than 28 days after the Board s final hearing on the dispute.
(a) Normally hearing will be conducted at the Site, but any location that would be more convenient
and still provide all required facilities and access to necessary documentation may be utilized by
the Board. Private sessions of the Board may be held at any location convenient to the Board.
(b) The Employer and the Contractor shall have representatives at all hearings.
(c) During the hearings, no Board Member shall express any opinion concerning the merit of any
facet of the case.
(d) After the hearing are concluded, the Board shall meet privately to formulate its
Recommendations. All Board deliberations shall be conducted in private, with all individual
views kept strictly confidential. The Board s Recommendations, together with an explanation of
its reasoning shall be submitted in writing to both parties. The Recommendations shall be based
on the pertinent contract provisions, applicable laws and regulations, and the facts and
circumstances involved in the dispute.
The Board shall make every effort to reach a unanimous Recommendation. If this proves
impossible, the majority shall decide, and the dissenting member any prepare a written minority
report for submission to both parties.
13. If during the contract period, the Corporation and the Contractor are of the opinion that the
Dispute Resolution Board is not performing its functions properly, the Corporation and the
Contractor may together disband the Disputes Resolution Board. In such an event, the disputes
shall referred to Arbitration straightaway. The Corporation and the Contractor shall jointly sign a
notice specifying that the Board shall stand disbanded with effect from the date specified in the
notice. The notice shall be posted by a registered letter with AD or delivery of the letter, even if
he refuses to do so.
COMPLETION CERTIFICATE
Name of Work :
Tender No. :
Name of Contractor:
Estimated Amount :
Completion Value:
Escalation Value :
Certified that the work has been completed in all respect as per the specification.
(Signature of Engineer-In-Charge)
Seal
SECTION VIII
PREAMBLE:
1. The Schedule of Quantity and Rates is to be read for the purpose of pricing in conjunction
with All sections of tender document.
3. The prices inserted in the schedule of quantities and rates shall be the all inclusive value of
the work described including all costs and expenses except service tax which may be required
in and for the construction / Services of the work described together with all general risks,
liabilities on which the tender is to be based.
4. Rebate during Tender submission is not permitted in e-tendering mode, however, post tender
rebate, if arises during Techno-Commercial Negotiation is admissible.
Name of Work : Installation, erection and inspection of PHT feeder & header insulation
cabinet-Lower rear face of KAPP-4 as per NPCIL drawings and technical
specifications.
Tender Notice No.: KAPS/CTC/3-4/RE/2015/ET/229
SCHEDULE OF QUANTITIES AND RATES (Price Bid)
Rate Per
It Unit Total
Description Unit Quantity
No. Quantity Amount
Note:
a. Above SOQR is for information only. Bidders are required to fill the downloaded excel
sheet and same is to be uploaded on web site.
b. Rate quoted shall be inclusive of all taxes & statutory levies except service tax.
c. Bidder is requested to go through technical specifications covered in section-V of tender
document before quoting the rates/price for above all items of SOQR.