NUCLEAR POWER CORPORATION OF INDIA LTD (   A Government of India Enterprise)     घ MADRAS ATOMIC POWER STATION ! "#  $ % CENTRALISED TENDER CELL  STD/  Fax: 044-27480041

 Kalpakkam-603 102

   TENDER DOCUMENT

For    : /!   "  # $%

Name of the Work: Appointment of Direct/Indirect Tax Consultants.   &.: (घ//*&+/ + , -/740/2017

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 1 of 79

Table of Contents 1.

SECTION – I (TENDER NOTICE, INFORMATION AND INSTRUCTION TO BIDDERS, LIST OF DOCUMENTS TO BE UPLOADED, PQ CRITERIA, SCHEDULE A, B & C, NIT AND TECH BID ANNEXURES) ........................................................................................................ 4

1.1

TENDER NOTICE ............................................................................................................................... 5

1.2

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS: .............................................. 7

1.3

LIST OF MANDATORY DOCUMENTS TO BE SUBMITTED: ................................................... 8

1.4

PRE-QUALIFICATION CRITERIA ................................................................................................ 10

1.5

SCHEDULE ‘A’ ................................................................................................................................... 16

1.6

SCHEDULE 'B' ................................................................................................................................... 20

1.7

SCHEDULE 'C' ................................................................................................................................... 21

1.8

NOTICE INVITING TENDER.......................................................................................................... 22

1.9ANNEXURE - 1 (WORK EXPERIENCE) ............................................................................................. 36 1.10 ANNEXURE – 2 (FINANCIAL DATA).............................................................................................. 37 1.11ANNEXURE – 3 A (FINANCIAL DATA) ........................................................................................... 38 1.12 ANNEXURE – 3B (FINANCIAL DATA) ........................................................................................... 39 1.13 ANNEXURE – 4 .................................................................................................................................... 40 1.14 ANNEXURE – 5 .................................................................................................................................... 41 1.15 ANNEXURE – 6 .................................................................................................................................... 42 (REGISTRATION WITH MSME) ............................................................................................................... 42 1.16 ANNEXURE-7 ....................................................................................................................................... 43 1.17ANNEXURE-8 ........................................................................................................................................ 44 2.SECTION – II (TENDER FORMS) .......................................................................................................... 47 Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 2 of 79

2.1

TENDER FORMS .............................................................................................................................. 48

3.SECTION – III ............................................................................................................................................. 50 3.0

SPECIAL INSTRUCTIONS TO THE TENDERERS ..................................................................... 51

4.SECTION – IV.............................................................................................................................................. 70 5.SECTION –V (TECHNICAL SPECIFICATION)..................................................................................... 72 6.SECTION-VI (SCHEDULE OF DRAWINGS)......................................................................................... 74 7.SECTION-VII (SCHEDULE OF SUPPLY OF MATERIALS BY DEPARTMENT) ........................... 75 8.SECTION-VIII (SCHEDULE OF QUANTITIES) ................................................................................... 76 8.1

INSTRUCTION TO TENDERERS .................................................................................................. 77

8.2SCHEDULE OF QUANTITIES AND RATES ....................................................................................... 78 8.3FOR THE USE OF TENDER OPENING COMMITTEE ONLY ......................................................... 79

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 3 of 79

1. Section – I (Tender Notice, Information and instruction to Bidders, List of Documents to be uploaded, PQ Criteria, Schedule A, B & C, NIT and Tech bid Annexures)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 4 of 79

         

NUCLEAR POWER CORPORATION OF INDIA LIMITED (   A Govt. of India Undertaking)     घ MADRAS ATOMIC POWER STATION  "#  $ % CENTRALIZED TENDERING CELL  Kalpakkam-603102.

1.1  $ & TENDER NOTICE #3  *  4 5 1) 7# 8 9, 3;< 2) 7# * 7#,3;< 3) 7# "+" >-#, 3;< 4)  ?+&@A *>- &#, 3;< 5)   C *>-  C, 3;< 6)  *#E, 3;< 7)  7# 8 F, A+$", 3;< , G ; ?&+ H # I , J (  +) K  I& E &L  8 ह:-

Tenders are invited by Head(F&A), for and on behalf of NPCIL from 1) Shri Rajan Rao, Chennai , 2) Shri N. Srinivasan, Chennai 3) M/s Sree Management Solutions, Chennai 4) M/s Elangovan & Co, Chennai 5) M/s Varma & Varma, Chennai 6) M/s Essveeyar, Chennai 7) Shri Sailesh Bhandari, Chennai for the work and details given below:    

 GENERAL DETAILS (घ//*&+/ + , -/740/2017 H 11-

1.1.1

  &.   &

Aug-17

Tender no. & date

MAPS/CTC/F&A/LIMITED/740/2017 & 11Aug-17

  

/!   "  # $%

Name of work

Appointment of Direct/Indirect Tax Consultants.

1.1.2  H

Place of Service 1.1.3

# S ह   !$  +@

Estimated cost of the work inclusive of all taxes. !J  +T # "  !$  +@  2% #  

1.1.4

1.1.5 1.1.6 1.1.7 1.1.8 1.1.9

(A+#  

MAPS, Kalpakkam `.3,42,200/" ;

Bid Security @2% of estimated cost subject to NIL maximum of ten lakh   A- Mode of tender + , - limited    Type of tender * @ Single part (A+#   $  

Mode of bid security submission

NA

  !J

2 V (   !J ह)

Completion period

2 Years (including monsoon

   # +@

" ;

Cost of Tender Document

NIL

   # T#

 &: 19-Aug-17  24-Aug-17  10:00 (8

Purchasing of Tender Documents

 16:00 (8   (#3 # #    F

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

period)

Page 5 of 79

;W#G    !$@  (A+# S A X   हY Z ?[\$  (A+ S !J 8# # !$ @  X   हY Z (A+# S A ?&,, (?,  (?, www.npcil.nic.in & www. eprocure.gov.in)  # - +A]   हY Z

Bidding documents may be obtained at CTC section at free of cost on any working day from 19-Aug-17 to 24-Aug-17 between 10:00 Hrs. to 16:00 Hrs. Interested Bidders may obtain further information at the same section. The bidding documents can also be downloaded from the internet (Site address website www.npcil.nic.in & www. eprocure.gov.in) 1.1.10 1.1.11

:"$  T L  +*   S # +^J

Availability of tender documents for free view only (`# !J

Sale Period

www.npcil.nic.in (?,S  _+ ह Z the links of website www.npcil.nic.in & 19-Aug-17  24-Aug-17  From 19-Aug-17 10:00 hrs To 24-Aug-17 16:00 hrs

 -(A+# (a b ह  हc ह , AS  +S F d5 ह $ e+?  \\/f $  # !&  & 4

1.1.12

 

Last date and time of submitting online 26-Aug-17 (11:00 (8  at 11:00 hours) queries/questions for clarification in both cases where pre- bid meeting is envisaged or not 26-Aug-17 (14:00 (8  at 14:00 hours) 1.1.13   (A+# (a Pre-bid meeting 1.1.14 1.1.15 1.1.16

  $ # !&  & 4  

Last date and time of submission of tenders: (A+# TA+ # #T 4  

29-Aug-17 (15:00 (8 Hrs.) 29-Aug-17 (15:10 (8 Hrs.)

Date and time of opening of bids.   E &L    J#

J (  +)

Competent authority inviting tender

Head(F&A) $!(F), (घ, ; ?&+, 

  TA+,   (A+# (a,   "V  d#5 # g@

DCE(CTC), MAPS, NPCIL, KALPAKKAM  &.Phone no. 044-27480041 (    4    ) <- + e-mail : 1.1.17 Authority & place for seeking clarification on tender [email protected] conditions, pre-bid meeting, opening of tender. [email protected] (on working days and during office hours only) [email protected] [email protected] ह $ J# H H

()  ( ) Head(F&A) G ; ?&+ H # I  For Tender No: MAPS/CTC/F&A/LIMITED/740/2017

and on behalf of NPCIL Page 6 of 79

1.2 INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS: 1.2.1 Free view Prospective bidders or general public can see and download free of cost PDF format of the tender documents from website www.npcil.nic.in .This document is for information purpose only. 1.2.2 The Bidders are requested to fill up all the ANNEXURES 1 TO 10 of NIT without fail. 1.2.3 The above annexure shall be submitted along with prequalification information in envelop-I as per clause no.1.8.11.5.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 7 of 79

1.3

LIST OF MANDATORY SUBMITTED:

SR.NO. 1.3.1

DOCUMENTS

TO

BE

DESCRIPTION Power of attorney of the signatory of bid as per relevant clause of NIT

1.3.2

PAN card

1.3.3 1.3.4

GST registration certificate (GSTIN)/ARN Tax Information: As per Annexure – 7.

1.3.5

Registration of EPF. The bidders who are not having EPF Registration Number, has to submit a letter stating that he is willing to apply for EPF Registration and meeting the statutory requirements of EPF clause stated in Clause no.3.11.1.4 of Section-3 of Tender document will be considered for estimated value of tender is < 100 lakhs. Certificate of annual turnover of last 3 years stamped & signed by Chartered Accountant(CA) as per annexure – 2 of NIT. Self attested Annual turnover with IT returns statement will be accepted in place of certified by CA for the estimated cost of tender is <20 lakhs. Statement of value of work executed during last five financial years stamped and signed by chartered accountant as per annexure – 3A of NIT. Self attested Annual turnover with IT returns statement will be accepted in place of certified by CA for the estimated cost of tender is <20 lakhs. Statement of existing commitments and on-going works form last day of submission of bids and value of bid capacity stamped and signed by chartered accountant as per annexure – 3B of NIT. Self attested Annual turnover with IT returns statement will be accepted in place of certified by CA for the estimated cost of tender is <20 lakhs. Work experience – 1 : As per annexure – 1 of NIT Self attested certificate for the documents referred above regarding work experience for the estimated cost of tender is <20 Lakhs is acceptable in place of certified by CA. Work experience – 2 : As per annexure – 1 of NIT Self attested certificate for the documents referred above regarding work experience for the estimated cost of tender is <20 Lakhs is acceptable in place of certified by CA. Work experience – 3 : As per annexure – 1 of NIT Self attested certificate for the documents referred above regarding work experience for the estimated cost of tender is <20 Lakhs is acceptable in place of certified by CA. Work experience – 4 : As per annexure – 1 of NIT Self attested certificate for the documents referred above regarding work experience for the estimated cost of tender is <20 Lakhs is acceptable in place of certified by CA. Certificate of registration with MSME; uploading is mandatory if bidder wishes to avail benefit of clause- 1.8.25.0

1.3.6

1.3.7

1.3.8

1.3.9

1.3.10

1.3.11

1.3.12

1.3.13

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 8 of 79

NOTES1.3.14 The bidder shall submit photo copies of above documents. 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. 1.3.15 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 penal action as per Point-1.3.14 above. 1.3.16 It is essential to submit all the mandatory documents. If some document is not applicable/ available the status shall be printed on a paper and same shall be submitted. Submission of any blank/irrelevant documents in connection to mandatory documents will lead to rejection of the offer. 1.3.17 At the time of submission of bid, contractor shall submit certificate from Chartered Accountant (CA) mentioning financial turnover of last 3 years ,value of work done during last five audited financial year (A) and existing commitments (B) for calculation of bid capacity. The bidders are requested to submit details of all existing commitments. Concealment of information in this regard shall result in rejection of bid and forfeiture of bid security along with debarring for a year from participation in any of the tender of corporation. Further financial details and related supporting documents, if required may be asked from contractor after opening of technical bid. 1.3.18 In order to facilitate proper pre-qualification , evaluation the tender approving authority may ask bidders to submit additional documents. 1.3.19 In case of single/nomination/limited tenders the bidders are not required to submit information and documents for prequalification.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 9 of 79

1.4 PRE-QUALIFICATION CRITERIA 1.4.0

MINIMUM REQUIREMENT:-

1.4.1

Pre-qualification criteria viz, annual turnover and experience of similar works shall be waived for works of value upto Rs. 10 Lakhs. However, all other provisions of GCC shall be applicable.

1.4.2

Pre-qualification criteria viz, annual turnover and experience of similar works shall be waived for works of value upto Rs. 10 Lakhs in case the job is taken by a qualified graduate engineer. However, in this case the party has to submit any document as mentioned in clause No.1.4.5.1 to prove financial capability of 20% of the estimated cost for executing the work. All other provision of the GCC shall be applicable.

1.4.3 1.4.3.1

Work Experience: The intending tendered must have in its name as prime contractor Experience of having successfully completed similar works during last 5 years ending last day of month previous to the one in which NIT has been published on e-tendering portal should be either of the following:

a) Three similar completed works each costing not less than the amount equal to 15% of the estimated cost. (or) b) Two similar completed works each costing not less than amount equal to 30% of the estimated cost. (or) c) One similar completed work costing not less than amount equal to 40% of the estimated cost. (or) d) One on going work in which the value of the work done up to last date of the month previous to one in which NIT has been published shall not be less than 40% of estimated cost. The value of completed portion of work shall be certified by Engineer –in-charge of the work and For work done at Private parties TDS certificate shall be essential. The work experience without TDS shall not be considered.

Similar work for the purpose of this contract is NA

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 10 of 79

Note:-

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 been published. The works which are incomplete/ ongoing, as on the last date of month previous to one in which NIT has been published, shall be considered as ongoing works against eligibility.

3

In case the work is started prior to the eligibility period of 5 years (counted backwards starting from the last day of month previous to 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 Proforma 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 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. The NPCIL is reserves right to seek proof of documentary evidence from the bidder for evaluation purpose if required. a. Work order with bill of quantities and rates. b. Extension letter, if the work has been completed beyond stipulated completion date in work order/agreement c. Completion certificate issue by client with final / last bill mentioning the gross value of work done. The completion certificate shall be for individual work order. The completion certificate clubbing two or more work orders shall be rejected. d. Stamped and signed certificate by chartered accountant giving details of bill wise payment received, TDS amount and TDS certificate number for works executed for all companies except government/government bodies/public sector units. Self attested certificate for the details of bill wise payment received, TDS amount, certificate number for the estimated cost of tender is <20 Lakhs is acceptable in place of certified by CA.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 11 of 79

6

The value of work done meeting prequalification criteria shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last day of month previous to the one in which NIT has been published. Both the date of completion and last date of month previous to the one in which NIT has been published shall be excluded for the purpose of calculating escalation.

7

The bidders if required may be asked to produce original and photocopy of all the documents attested by notary submitted for qualification purpose for verification at any stage at corporation’s discretion. If the same are not produced in stipulated time, the bid shall be rejected.

1.4.4

Annual Turnover: The average annual financial turnover during the last three years ending 31st March of the previous financial year should be at least 30% of the estimated cost. Notes: 1 Financial data for latest last three audited financial years has to be submitted by the bidder in Annexure-2 of NIT. The same shall be certified by chartered accountant with his stamp and signature. In case balance sheet of the last financial year is not audited, the bidder has to submit a certificate by a CA certifying that “the balance sheet has actually not been audited so far”. In such case the financial data of previous three audited financial shall be taken into consideration for evaluation. If the audited turnover of any year as per above is not submitted, the turnover for that year shall be considered as zero and average annual turnover for three years will accordingly be calculated. If the CA certificate is not submitted along with the bid, the bid will be considered as non-responsive and rejected. 2 Self attested Annual turnover with IT returns statement will be accepted in place of certified by CA for the estimated cost of tender is < 20 lakhs 3 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. 4 The annual turnover can be evaluated based on one or more documentary proof as per clause no. 1.4.5.1, which will be conclusive to decide on financial capability of the bidder.

1.4.5

For tenders of estimated cost put to tender of 100.0 lakhs and above, bidders who meet minimum criteria will be qualified only if their available bid capacity is more than the bid value. The bid capacity of the contractor shall be determined by the following formula: Bid Capacity = (A x N x 2) – B Where, ‘A’ = maximum value of works executed in any one year during last five financial years.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 12 of 79

‘B’ = Value of existing commitments and ongoing works calculated from last date of month previous to one in which NIT has been published to be completed in the next ‘N’ years. ‘N’ = Number of years prescribed for completion of the subject contract. 1.4.5.1

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. Self attested Financial data certificates for latest last five financial years with IT returns statement will be accepted in place of certified by CA for the estimated cost of tender is < 20 lakhs

1.4.5.2

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. Self attested certificates for balance value of existing commitments on ongoing works will be accepted in place of certified by CA for the estimated cost of tender is < 20 lakhs

1.4.5.3

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.

1.4.5.4

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.

1.4.5.5

Copy of registration of EPF shall be submitted as part of mandatory document as per clause no.3.11.1.4

1.4.6 1.4.6.1

GENERAL ELIGIBILITY CRITERIA

A Bidder may be a natural person, private entity, government-owned entity, or any combination of such entities supported by a letter of intent to enter into an agreement or under an existing agreement in the form of a Joint Venture of Association (JVA) or Consortium. Bids from JVA or Consortium shall not be accepted for works with estimated cost below Rs. 100 Crores. JVA are not permitted for service & maintenance contract of all values. In the case of a joint venture or consortium, a. Joint venture should not have more than three partners who are specialized in their respective field. b. The JVA or consortium agreement shall nominate a lead partner who shall have the authority to conduct all business for and on behalf of any and all the partners of the JVA / Consortium during the bidding process and, in the event the JVA / Consortium are awarded the contract, during contract execution. c. In such case, generally the lead partner shall take full responsibility of successful Tender No: MAPS/CTC/F&A/LIMITED/740/2017 Page 13 of 79

completion / fulfillment of all the contract conditions. Unless otherwise specified, all partners shall be jointly and severally liable d. A non-Indian firm is permitted to tender only in a consortium arrangement or joint venture with their wholly owned Indian subsidiary registered in India under companies act-1956 or any other Indian firm having minimum participation interest of 26%. e. In case of joint venture/consortium PAN number, GST registration number of each partner shall be submitted.

1.4.6.2

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.

1.4.6.3

Government-owned entities in the corporation’s country shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law. Also, they shall not be dependent agencies of the corporation.

1.4.6.4

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).

1.4.6.5

Firms shall be excluded if: a. as a matter of law or official regulation, the corporation’s country prohibits commercial relations with that country, provided that such exclusion does not preclude effective competition for the supply of goods or related services required; or b. by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of Works or services from that country or any payments to persons or entities in that country.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 14 of 79

1.4.7

CONTRACT ELIGIBILITY CRITERIA Further, the contract eligibility may include the following, if specified: in prequalification criteria:

1.4.7.1

Documentary evidence of adequate financial standing, Certified by Bankers, Audited Profit & Loss A/c and Balance Sheet, access to adequate working capital.

1.4.7.2

Construction equipment proposed to be deployed for the project and proof of its availability; equipment proposed to be purchased or leased.

1.4.7.3

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.

1.4.7.4

Project planning and quality control procedures to be adopted.

1.4.7.5

The bidder has to obtain ESIC registrations after award of work in the areas covered by ESIC.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 15 of 79

1.5 SCHEDULE ‘A’ SL. No

CLAUSE REF NO

1

NIT 1.8.29.0

2

ITEM

STIPULATION

Applicability of Mega Power Project No. Concession Purchase preference to MSME Registered NIT 1.8.10.1 bidders (a) Waival of submitting bid security Yes & 1.8.30.1 (b) Splitting of Quantity for award to No MSME bidder

3

1.1.1

Accepting Authority

4

2.1.3

Time by which possession of Site will be NA given

5

4.14.1

Availability of Electricity

6

4.14.1

7

4.19.2

8

4.22.1

9

4.23.2

10

4.23.2 (i)

11

4.24.2

12

5.6.3

13

5.6.4

14

5.6.14

15

5.6.15

16

7.8.1

17

7.8.2

18

7.9.3 9.1.1

19

Head(F&A)

NA

The rate at which electricity will be NA charged Number of trees to be planted by the NIL Contractor Number Apprentices to be trained by the NIL Contractor Availability of Departmental water supply.

NA

Water charges

NA

Land availability for contractor’s colony.

NA

Penalty, for not providing arrangements and facilities as per safety guidelines. Industrial Safety Training to be provided by Corporation. Minimum number of safety professionals to be employed by Contractor. Penalty, for not deploying the minimum number of safety professionals.

Penalty as per special conditions for Industrial safety

Applicability of the incentive clause

No

Maximum percentage of the contract value, which shall be paid as incentive. Compensation for suspension (entire work) beyond 30 days (per day rate Defect Liability Period for the contracts other than maintenance Contracts mentioned below For contracts such as housekeeping, annual repairs, dismantling roads, horticulture, service contracts etc.

Nil

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

NA NA NA

Deleted NA

NA

Page 16 of 79

SL. No

CLAUSE REF NO

20

9.1.6

ITEM

STIPULATION

Applicability of liability towards Latent defect. No. NA Fixed component (Non escalable)

11.3.3

21 11.3.4

Fixed NPCIL special allowance (Non NA escalable) Various components expressed as a percentage of contract value. Category 01 Sweeping and Cleaning (Housekeeping at Plant and Colony) Unskilled (Sweeper) ( luh ) Category 02B Watch and Ward Staff Unskilled ( luw ) Semi-skilled/Unskilled Supervisory ( lssw ) Category 03 Gardening and Horticulture Unskilled ( lug ) Semi-skilled/Unskilled Supervisory ( lssg ) Category 04 Loading and Unloading Semi-skilled/Unskilled Supervisory ( lssl ) Category 05 All other type of works(Construction and MaintenanceRoads and Buildings) Unskilled ( luc ) Semi Skilled / Unskilled Supervisory ( lssc ) Skilled/clerical ( lsc ) Highly Skilled ( lhsc ) Material component __________ (m) __________ (n) __________ (o) __________ (p) All other materials (q) P.O.L Component (d) Nearest Petrol pump to be considered for NA petrol prices (P.O.L)

Note: 1) Escalation shall be applicable only if the minimum wages for respective category of schedule of employment (column no.6 ) exceeds as specified in column no.1 of clause no. 3.11.1.12 Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 17 of 79

SL. CLAUSE ITEM STIPULATION REF NO No 2) “0”refers ( page no. 46 of GCC in section IV) to base indices ( applicable to previous month prior to the date of submission of tender) refers to the maximum value of ( a ) OR ( b ) as given below ( a ) Minimum wages as specified in column 1 of clause no. 3.11.1.12 ( b ) The minimum wages for respective category of schedule of employment as per updates issued by Central government of India / Tamil nadu government from time to time, Whichever is higher The rate of interest to be charged for 22 12.1.4 NA mobilization advance. Applicability to submit the bills and 23 12.2.1 Yes. measurement in Computerized form. Interest for delayed payment. 24 12.5.1 12.25% 15.1.1

(a) Workman Compensation Policy

NA

(b) Third Party liability for 10 % of the contract value subjected to maximum NA of `50.00 Lakhs. (c) CAR Policy for the whole contract Not applicable value Minimum Number of Labours to be deployed (The schedule of employment as Not applicable mentioned in sl no 21 may be indicated below.) (a)

25

(b)

26

As per Section-V of Tender Document

(c) (d) (e) (f) (g) (h)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 18 of 79

Penalty for shortfall of Minimum Number of Labours to be deployed as per Sr. No. NA 26 a) b) 27

As per Section-V of Tender Document

c) d) e) f) g) h)

28

a) Details of Supervisory Staff to be NIL deployed b) Penalty for shortfall

29

Labour License

NA NA

Note: Column-2 indicates the clause/reference numbers of NIT and GCC. Where ever only numbers are indicated it is clause/reference number of GCC. SIGNATURE OF ISSUING OFFICER SIGNATURE OF CONTRACTOR

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 19 of 79

1.6 SCHEDULE 'B' MATERIAL FOR ISSUE TO THE CONTRACTOR (See Clause No. 15) NAME OF WORK: Appointment of Direct/Indirect Tax Consultants.

*

S.No

Particulars of material

Unit

1 1

2

3

Rate at which materials to be issued 4

Max. invisible wastage (Non returnable) % 5

Max. permissible waste (returnable in case of free issue)%* 6

NIL This percentage can vary as per the cutting plan approved by Head(F&A).

Signature of Issuing Officer

Signature of Contractor

Date ___________________

Date __________________

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 20 of 79

Quantity to be issued (approx)

7

1.7 SCHEDULE 'C' TOOLS AND PLANT TO BE HIRED TO THE CONTRACTOR (See Clause 14 & 37) NAME OF WORK: Appointment of Direct/Indirect Tax Consultants. Sr.no. Particulars Number Hire available charges per Unit per working day Rs. 1 2 3 4

Frequency Value of per Maintenance Unit

5

6

Place of Issue

7

Number Reqd. by the Contractor

8

-NIL –

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

Signature of the Issuing Officer

Signature of Contractor

Date_______________

Date__________________

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 21 of 79

1.8 Notice inviting tender TENDER NO: MAPS/CTC/F&A/LIMITED/740/2017 1.8.1.0 Scope of bid 1.8.1.1 The Nuclear Power Corporation of India Limited (referred to as corporation or NPCIL in these documents) invites bids for the work .The successful bidder should provide the services during the period of work as per the terms and conditions specified in the NIT. General condition of contract, technical specifications, special conditions of contract and schedules. 1.8.2.0 Eligible bidders 1.8.2.1 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in prequalification criteria. Bidders are advised to note the pre-qualification criteria specified in the notice inviting tender. 1.8.2.2 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 tender during evaluation of bid. 1.8.2.3 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. 1.8.3.0 One bid per bidder 1.8.3.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than one bid will cause the bidder’s participation to be disqualified for all the proposals. 1.8.4.0 Cost of bidding 1.8.4.1 The bidder shall bear all costs associated with the preparation and submission of his bid and the corporation will in no case be responsible and liable for these costs. 1.8.5.0 Site visit 1.8.5.1 The bidder and any of his authorized personnel or agents will be granted permission by the Corporation to enter upon its premises and lands for the purpose of site visit. However, the bidder, his personnel and agents will be responsible against all liability in respect thereof, including death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection. 1.8.5.2 The bidder should inform the corporation at least 3 days in advance about the proposed site visit. 1.8.5.3 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. Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 22 of 79

1.8.5.4 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. 1.8.5.5 The costs of visiting the site shall be at the bidders’ own expense. Any report shared at the site, by the corporation is subject to verification by the contractor. Any deviations of information in the report and the actual site will not be the responsibility of the corporation. 1.8.5.6 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). 1.8.5.7 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. 1.8.6.0 Content of Bidding Documents 1.8.6.1 Submission of a bid by a bidder implies that he has read this notice and all other contract documents clarification, addendum, corrigendum and has made himself aware of the scope and specifications of the work to be executed and of conditions and rates at which stores, tools and plant, etc, will be issued to him by the corporation and local conditions and other factors having a bearing on the execution of the works. 1.8.6.2 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. 1.8.6.3 The documents listed below comprises one set of bid document, a)

Notice Inviting Tender (Including Pre-qualification criteria), 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, Format of Performance Guarantee.

h)

Bill of quantities

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 23 of 79

1.8.7.0 Pre-bid meeting: 1.8.7.1 The bidder or his officially authorized representative is invited to attend pre-bid meeting, which will take place as referred in instructions to the bidders. The bidder shall intimate the details of his authorized representative in prescribed format (annexure11)representative to the CTC office to facilitate his attending the meeting. 1.8.7.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on matters that may be raised at that stage. The bidder is requested to submit their questions/queries preferably by email so as to reach the corporation before stipulated date and time for submitting the same. The queries which are received after stipulated date and time as per NIT shall be summarily rejected and no response shall be made. 1.8.7.3 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. 1.8.7.4 Minutes of the meeting, including the text of the questions raised (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. 1.8.8.0 Amendment of bid documents 1.8.8.1 Before the deadline for submission of bids, the corporation may modify the bidding documents by issuing addenda on web site. 1.8.8.2 Any addendum so issued shall be part of the bid documents as well as contract document. 1.8.8.3 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. 1.8.8.4 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.npcil.nic.in) regularly. The above documents shall become part of bid and agreement. Submission of bid shall imply that bidder has noted and accepted content of all the corrigendum/addendum/clarifications and affect of same has been included in price bid. 1.8.9.0 Language of the bid All documents relating to the bid shall be in the English language, unless stated otherwise.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 24 of 79

1.8.10.0 Bid security 1.8.10.1 The bid shall be accompanied by bid security amount of `.0/may be paid in any one of the following forms:

The bid security amount

a) Deposit at call receipt of a Scheduled Commercial Bank, duly pledged in favour of Manager (F&A), MAPS, Kalpakkam b) Demand draft of any Scheduled Commercial Bank drawn in favour of the Manager (F&A), MAPS payable at State Bank of India at Kalpakkam Branch, (Code 2219), Kalpakkam 603102. c) Bank Guarantee from a Scheduled Commercial Bank irrevocable and operative 30 days after the validity of the offer (as per standard proforma attached). d) Fixed Deposit Receipt issued by Scheduled Commercial Bank endorsed in favour of Manager (F&A), MAPS, Kalpakkam. e) The corporation shall not pay interest on the bid security amount in any case. f) 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 & Tender Cost for the items/services they are registered with District Industry Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of MSME. MSEs registered under Udyog Aadhaar Memorandum (UAM) are also eligible to avail the benefits under this policy. The benefits of this policy should be given to all eligible MSEs irrespective of relevance of product category.

1.8.10.2

(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 opening of the bid.

returned

after

1.8.10.3 The Bid Security may be forfeited, if a) the Bidder withdraws / modify his Bid or any item thereof after opening of bid b) the successful Bidder fails within the specified time limit to commence the work. c) The bidders who are exempted from paying bid security being registered with MSE, if default for reasons mentioned in clause 1.8.10.3 a and b, shall be debarred from participation in any of the tender of the corporation for two years.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 25 of 79

1.8.11.0

Submission of Bid Documents

1.8.11.1

Bids must be dropped in the box at OFFICE OF DCE (CTC) up to 15:00 hours on 29Aug-17. The bid (in case of two part tender, part one) will be opened on the same day at15:10 hours, in the presence of the Bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue.

1.8.11.2

The bid submitted by the Bidder shall comprise the following:

1.8.11.3

a) Documents in support of Minimum requirements as per Clause 1 of Prequalification criteria (Annexure 1) along with the purchase price of the bid documents in case it is downloaded from internet. b) Bid Security c) Priced Bill of Quantities d) Pre Qualification Information in Formats, as specified along with the rest of the bid documents

1.8.11.4

and any other information required to be completed and submitted by Bidders in accordance with these instructions. For single part bid, the Bidder shall submit the

Envelope 1 Documents in support of Minimum requirements as per clause 1 of Pre-qualification criteria (Annexure 1) along with the purchase price of the bid documents in case it is downloaded from internet. Envelope 2 *

Bid security

Envelope 3 * * 1.8.11.5

Pre Qualification Information in Formats, as specified along with the rest of the bid documents Priced Bill of Quantities For two part bid the Bidder shall submit the

A) Part I – Technical Bid Envelope 1 *

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

*

Pre Qualification Information along with the rest of the bid documents.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 26 of 79

Envelope 2 *

Bid security

B) Part II – Commercial Bid Envelope 3 *

Priced bill of quantities

All the envelopes should be sealed & super scribed with appropriate Envelope number and heading as defined above. 1.8.12.0.

Bid prices, rates & taxes

1.8.12.1.

The bidders shall quote bid price / rates / total bid price in indian rupees only unless otherwise specified in the special conditions of contract (SCC).

1.8.12.2.

The bid price / rates / total bid price quoted shall be inclusive of all statutory liabilities, taxes, cess, duties, levies as applicable under the prevailing statutes or levy by the statutory authorities/State/Central Government and payable by the bidder under the contract.

1.8.12.3.

All the GST benefits and credits on inputs as available to the bidder shall be taken into consideration in the quoted price and pass on the benefits/credits to the Corporation. Bidder shall also comply with the provision of Anti-Profiteering under GST act. A declaration to this effect is to be affirmed by the bidder in annexure-7 of NIT. The bid price / rates / total bid price shall be quoted in the prescribed format with the required break-up as specified therein

1.8.12.4.

The statutory deductions of income tax, GST or other taxes/dues (wherever applicable) shall be made from the payments due to the Contractor. For details on taxes, the bidders are advised to refer to relevant clause of General Conditions of Contract (GCC) forming part of this tender.

1.8.12.5.

Conditional bids/offers will be liable to be rejected.

1.8.12.6.

Tax information-

The bidder has to compulsorily fill up annexure-7 along with BOQ during submission of bid. Annexure- 8 & 9 is to submitted during execution of work after award. Bidders shall substantiate the Information provided herein if called for to do so. 1.8.12.7. The security deposit and insurance shall be on contract price. 1.8.13.0

Currencies of bid and payment

1.8.13.1

The unit rates and the prices shall be quoted by the bidder in Indian Rupees, unless otherwise specified in the special conditions of contract.

1.8.14.0 1.8.14.1

Bid validity

The bids submitted shall remain valid for acceptance for a period of 120 days from the date of opening of the bid. The bidder shall not be entitled during the period of validity, to revoke or cancel his bid or vary / modify the bid given or any item thereof. Tender No: MAPS/CTC/F&A/LIMITED/740/2017 Page 27 of 79

In case of bidder revoking or canceling his bid, varying any terms in regard thereof, the full amount of bid security paid by the bidder along with the bid shall be forfeited by NPCIL. 1.8.14.2

1.8.15.0

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. Alternative proposals by bidders

1.8.15.1

Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered.

1.8.16.0

Format and Signing of Bid

1.8.16.1

The Bidder shall prepare the documents comprising the bid as described in Clause 19 of NIT.

1.8.16.2

The Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorised to sign on behalf of the Bidder. No over writing is allowed in the bid documents.

1.8.16.3

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

1.8.17.0 1.8.17.1

Sealing and Marking of Bids The bid shall be submitted in a sealed envelope containing bid documents as specified in clause 19 of NIT, and superscribed by the following: a) be addressed to Corporation at the following address: Dy Chief Engineer (CTC), MAPS, KALPAKKAM –603 102, KANCHEEPURAM DIST, TAMILNADU b) bear the following identification: -Bid for

Appointment of Direct/Indirect Tax Consultants.. - TENDER NO.: MAPS/CTC/F&A/LIMITED/740/2017 - DO NOT OPEN BEFORE – 15:10 hours – 29-Aug-17 - Name and address of the Bidder. 1.8.17.2

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

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 28 of 79

1.8.18.0

Deadline for submission of the bids

1.8.18.1

Bids will be received by the Corporation at the address and time specified in NIT (refer clause 1.8.11.1). In the event of the specified date for the submission of bids being declared a holiday by the Corporation, the Bids will be received upto the specified time on the next working day.

1.8.18.2

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

1.8.18.3

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

1.8.18.4

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

1.8.19.0

Modification and Withdrawal of Bids

1.8.19.1

Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 1.8.18.1 and 1.8.18.2 above.

1.8.19.2

Each modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clauses 1.8.16.0 & 1.8.17.0 of NIT, with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” as appropriate, by the respective Bidder.

1.8.19.3

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

1.8.19.4

Withdrawal or modification of a Bid between the deadline for submission of bids and the expiry of the original period of bid validity as in Clause 1.8.14.1 of NIT above or as extended pursuant to Clause 1.8.18.2 of NIT may result in the forfeiture of the Bid security pursuant to Clause 1.8.10.0 of NIT.

1.8.20.0

Bid opening

1.8.20.1

On the due date and appointed time as specified in clause 1.8.11.1 of NIT, the Corporation will first open envelope 1of all bids received, including modifications made pursuant to clause 1.8.19.0 of NIT in presence of the Bidders or their representatives who choose to attend. In the event of the specified date for Bid opening being declared a holiday by the Corporation, the Bids will be opened at the appointed time and location on the next working day.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 29 of 79

1.8.20.2

Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 1.8.19.0 of NIT shall not be opened.

1.8.20.3

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

1.8.20.4

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

1.8.20.5

The Corporation shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-clause 1.8.20.3 above.

1.8.21.0

Clarification of bids

1.8.21.1

To assist in the examination and comparison of bids, the corporation may, at its discretion, ask any bidder for clarification of his bid, including breakdown of unit rates. The request for clarification and the response shall be in writing or by email / fax, but no change in the price or substance of the bid shall be sought, offered, or permitted. If the bidder does not respond within the stipulated time, then the bid of the bidder will be evaluated on its own merit.

1.8.21.2

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.

1.8.21.3

Any effort by the bidder to influence the corporation’s bid evaluation, bid comparison or contract award decisions, may result in the rejection of his bid.

1.8.22.0

Examination of bids and determination of responsiveness

1.8.22.1

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

1.8.22.2

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 corporation’s rights or the bidder’s obligations under the contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting responsive bids.

1.8.22.3

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

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 30 of 79

1.8.23.0

Correction of Errors

1.8.23.1

Bids determined to be responsive will be checked by the Corporation for any arithmetic errors. Errors will be corrected by the Corporation as follows: (a) When there is a difference between the rates in figures and in words, the rates which correspond to the amounts worked out by the Bidder, shall be taken as correct (b) When the amount of an item is not worked out by the Bidder or it does not correspond with the rates written either in figures or in words, then the rate quoted by the Bidder in words shall be taken as correct. (c) When the rate quoted by the Bidder in figures and in words tallies but the amount is not worked out correctly, the rates quoted by the Bidder shall be taken as correct and not the amount [In event no rate has been quoted for any item(s), leaving space both in figure(s), word(s) and amount blank, it will be presumed that the Bidder has included the cost of this/ these item(s) in other items and rate for such item(s) will be considered as zero and work will be required to be executed accordingly] (d) In the case of percentage rate tender, the Bidders are required to quote their rates both in amount as well as in the percentage below/above the rates entered in the schedule. In such cases in the event of arithmetical error committed in working out the amount by the Bidder, the tendered percentage and not the amount should be taken into account.

1.8.23.2

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

1.8.24.0

Evaluation and comparison of bids

1.8.24.1

The corporation reserves the right to accept or reject any offer. Corporation also reserves to award only part of the work.

1.8.24.2

In evaluating the Bids, the Corporation will determine for each Bid, the evaluated Bid Price by adjusting the Bid Price by making any correction for errors pursuant to clause 1.8.23.0 of NIT (Correction of errors).

1.8.24.3

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.

1.8.24.4

If the bid of the successful bidder is seriously unbalanced in relation to the engineerin-charge or his representative’s estimate of the cost of work to be executed under the contract, the corporation may require the bidder to produce detailed rate analyses for any or all items of the bill of quantities, to demonstrate the internal consistency of those rates with the implementation / construction methods and schedule proposed. The unbalanced bids are liable to be rejected.

1.8.24.5

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

1.8.24.6

In case of unregistered dealers who are not required to register under GST and for

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 31 of 79

notified supply of Goods or Services where Reverse Charge Mechanism (RCM) is applicable, the GST liability on the Corporation under RCM shall be loaded on the quoted price for evaluation purpose. 1.8.25.0

Award criteria

1.8.25.1

The corporation shall award the contract to the bidder whose evaluated offer / bid has been determined to be the technically suitable and financially lowest and is substantially responsive to the bidding document, provided further that the bidder is determined to be qualified to execute the contract satisfactorily. The technically and financially suitable bids in other types of bids shall be decided as per criteria given in pre-qualification requirement. In case of tie between two lowest bidders, both the bidders shall be given a chance to offer rebate to decide the lowest bid. If the situation still remains same the lottery shall be adopted to decide the award.

1.8.25.2

L-1 bidder will be required to produce the original documents in support of the information furnished by him for verification and submit photo copy of documents attested by notary as specified in NIT/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 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

1.8.25.3

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.

1.8.25.4

The corporation reserves the right not to award the whole or part of work without assigning reason and without incurring any liability to the bidder or bidders.

1.8.26.0

Notification of award and signing of agreement

1.8.26.1

The bidder whose bid has been accepted will be notified of the award by the corporation prior to expiration of the bid validity period by issue of work order. The notification may also be made through letter of intent, wherein the work order shall follow.

1.8.26.2

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.

1.8.26.3

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 submitted 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.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 32 of 79

1.8.27.0

Corrupt or fraudulent practices

1.8.27.1

The corporation requires that bidders / suppliers / contractors under this contract, observe the highest standard of ethics during the procurement and execution of this contract. In pursuance of this policy, the corporation:

(a)

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

(i)

“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

(ii)

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the corporation, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the corporation of the benefits of free and open competition.

(b)

Will reject a proposal for award of work if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

(c)

will declare a bidder ineligible, either indefinitely or for a stated period of time, to be awarded a contract / contracts if at any time it determines that the bidder has engaged in corrupt or fraudulent practices in competing for, or in executing, the contract.

1.8.27.2

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. 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.

1.8.28.0

Disclosures

1.8.28.1

Any change in the constitution of the contractor’s firm, where it is a partnership firm, joint venture or consortium partnerships as declared in the bid should be disclosed to the corporation, at any time between the submission of bids and the signing of the contract. The same shall be disclosed during the currency as per the GCC clause number 1.9 (Changes in Constitution).

1.8.29.0

Fiscal Concessions for Nuclear Power Projects (NPPs)

1.8.29.1

Nuclear Power Project of capacity 440 MW or more have been notified as Nuclear

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 33 of 79

Power Project (NPPs). Accordingly the project is notified by GOI for eligibility towards fiscal concessions. As such the goods required for setting up these projects are subject to ‘NIL’ Customs duty as per the extant policy of Government of India (vide Customs Notification No. 50/2017 dated 30-6-2017 at Sr. No. 602). In consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor. Similarly, as per the paragraph 7.02 (h) of Foreign Trade Policy 2015-2020 of Government of India, Domestic Contractors supplying goods for these projects under the procedures of National competitive bidding or International Competitive bidding shall be eligible for benefits of ‘Deemed Export’ under paragraph 7.03 (a) relating to advance authorization and 7.03 (b) relating to deemed export draw back and of the Policy and paragraphs 7.02(d), 7.03(g) and 7.05(b) of Hand Book of Procedures) issued by the Director General of Foreign Trade, Department of Commerce, Ministry of Commerce and Industry, Government of India. In consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor. 1.8.29.2

The bidders are solely responsible for adherence and compliance with the necessary processes, procedures and documentation as may be stipulated by the concerned Statutory Authorities connected in respect of availing such fiscal benefits. The Purchaser, shall, however, make available only the requisite documents or certifications as per the extant rules and procedures for availing the above exemptions/concessions by the Contractor.

1.8.29.3

In the event of denial of the above benefits prevailing as on the date of bid, by the designated authorities to the Contractor, either on the basis of interpretation of the provisions of such benefits or due to change in law, such indirect taxes will be reimbursable by the Purchaser at actual rates for the supplies made within the Contractual Delivery Dates. And for the supplies that are made beyond the Contractual Delivery Date, the reimbursement of taxes shall be made by the Purchaser limiting to the rates prevailing on the Contractual Delivery Date.

1.8.30.0

Purchase Preference for supply of goods or services as per new Public Procurement Policy for Micro & Small Enterprises (MSEs) under Micro, Small and Medium Enterprises Development Act, 2006.

1.8.30.1

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.

1.8.30.2

“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

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 34 of 79

in the notification of Ministry of MSME indicated below: (i) (ii) (iii) (iv) (v) (vi) (vii)

District Industries Centers Khadi and Village Industries Commission Khadi and Village Industries Board Coir Board National Small Industries Corporation Directorate of Handicraft and Handloom Any other body specified by Ministry of MSME.

The MSE must also indicate the terminal validity date of their registration. Failing of these requirements, such offers will not be eligible for consideration of benefit detailed in MSEs order 2012. 1.8.30.3

The operational part of this clause shall be as defined in schedule –A.

1.8.30.4

The MSEs registered with district industries centers must submit the “Acknowledgement of Entrepreneur Memorandum (EM) Part-II” along with their bid. The MSEs registered with National Small Industries Corporation (NSIC) must submit the valid NSIC registration certificate along with their bid.

1.8.30.5

The registration certificate issued from any one of the above agencies must be valid as on last date of submission of the tender. The successful bidder should ensure that the same is valid till the end of the contract period.

1.8.30.6

The MSEs, who have applied for registration or renewal of registration with any of the above agencies / bodies, but have not obtained the valid certificate as on last date of submission of the tender, are not eligible for exemption / preference.

1.8.31.0

It may be noted that mere issue of tender document does not imply that your offer shall be considered. The tenders are considered only after NPCIL themselves assess the document submitted along with the bid by the bidder meets the pre-qualification criteria as per Annexure-1 of NIT, during evaluation of bid.

Head(F&A) For and on and behalf of NPCIL

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 35 of 79

1.9ANNEXURE - 1 (WORK EXPERIENCE) (Shall be Furnished in Technical bid) 1. 2. 3. 4. 5. 6. 7. 8.

Name of Work Agreement / Contract No. / Work Order No. Name and address of Client Whether the client in public / private entity Date of Start Stipulated date of completion Actual date of completion Extension letter (mandatory if the work done for privately owned companies is completed after extension)

9.

Final value of work done on completion 10. Ref. to client’s completion certificate 11. If work is done with private entity, the details of CA certificate. 12. Value of penalty / LD levied, NOTE: 1. Separate Proforma shall be used for each work. Details of only similar works prescribed in the minimum eligibility criteria shall be submitted. Clubbing of works in completion certificate shall be avoided. If done same shall be rejected. 2. Only the value of contract as executed by the bidder /member of the JV/ Consortium in his own name should be indicated. Where a work is undertaken by a group, the portion of the contract which is undertaken by the bidder / member of JV / Consortium should be indicated and the remaining done by the other members of the group be excluded while filling the item No. 9.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 36 of 79

1.10 ANNEXURE – 2 (FINANCIAL DATA) (Shall be Furnished in Technical bid) (ANNUAL TURNOVER) This is to certify that the financial turnover of M/s --------------- is as under-

SR.NO.

DESCRIPTION

AUDITED FINANCIAL DATA FOR LAST 3 FINANCIAL YEARS Year ________

1.

Profits/ loss before taxes

2.

Profits/loss after taxes

Year ________

Year ________

Year ________

3. Annual turnover NOTES : 1. Separate Proforma 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. Self attested Annual turnover with IT returns statement will be accepted in place of certified by CA for the estimated cost of tender is < 20 lakhs. 3.

In case audited turnovers of the last financial year are not made available by the bidder, he has to submit the certificate by a CA certifying that “the balance sheet has actually not been audited so far for the estimated cost of tender is > 20 lakhs.”. 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 for the estimated cost of tender is > 20 lakhs. .

We have obtained all the information which to best of our knowledge and belief was necessary for the purpose of certification. The certification process involves examining the supporting documents. (Seal, Membership No. and Signature of CA) - ( for the estimated cost of tender is > 20 lakhs)

(Seal & Signature of Contractor) - ( for the estimated cost of tender is < 20 lakhs)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 37 of 79

1.11ANNEXURE – 3 A (FINANCIAL DATA) (Shall be Furnished in Technical bid) (Value of work done during the latest last five audited financial years) Name of Contractor : M/s …………………………………………..

SR. NO.

DESCRIPTION

FINANCIAL DATA FOR LAST 5 AUDITED FINANCIAL YEARS Year Year Year Year Year ________ ________ ________ _______ ______ I

II

III

IV

V

Total value of work done as per audited financial statements

NOTES : 1.

Separate Proforma shall be used for each member in case of JV / Consortium.

2.

All such documents reflect the financial data of the bidder or member in case of JV / Consortium, and not that of sister or parent company.

The financial data in above format shall be certified by Chartered Accountant / Company Auditor under his signature & stamp, membership number. Self attested value of work done for the last five years will be accepted in place of certified by CA for the estimated cost of tender is < 20 lakhs.

(Seal, Membership No. and Signature of CA) - ( for the estimated cost of tender is > 20 lakhs)

(Seal & Signature of Contractor) - ( for the estimated cost of tender is < 20 lakhs)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 38 of 79

1.12 ANNEXURE – 3B (FINANCIAL DATA) (Shall be Furnished in Technical bid) (EXISTING COMMITMENTS & ONGOING WORKS FOR CALCULATING BID CAPACITY) Name of Contractor : M/s ………………………………………….. Description of Work

Contract Value

Contract No. & Date

Name & Address of Client

Value of Contract (Rs. In lacs)

Stipulated period of completion

Value of work remaining to be done

Anticipated date of completion

Remarks

TOTAL (FOR ALL ONGOING WORKS) NOTE : 1. Separate Proforma 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. (Seal, Membership No. and Signature of CA) - ( for the estimated cost of tender is > 20 lakhs)

(Seal & Signature of Contractor) - ( for the estimated cost of tender is < 20 lakhs) Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 39 of 79

1.13 ANNEXURE – 4 THE DETAILS OF BLACK LISTING / DE-REGISTRATION / HOLIDAY IN CENTRAL STATE G0VERNMENT, PSU & PUBLIC BODIES (Shall be Furnished in Technical bid)

Sr.No.

Name of Client

Work Order/ Agreement No.

Value of work in lakhs

Blacklisting period

Reasons

Letter no. informing of black listing

NOTES: 1.

The bidder shall submit the details of black listing /de-registration / holiday by any central / State Government Department or Public Sector Undertaking. The relevant letter shall be scanned and uploaded.

2.

In case of JV / Consortium, the undertaking shall be submitted by each member of JV / Consortium.

3.

The undertaking shall be signed by authorized signatory of the bidder or constituent member in case of JV / Consortium.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 40 of 79

1.14 ANNEXURE – 5 Information of litigation/arbitration history in which the bidder is involved (Shall be Furnished in Technical bid)

Client & Address

Work Order No.

Name of Work

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Cause of dispute

Amount

Remarks and the present status

Page 41 of 79

1.15 ANNEXURE – 6 (REGISTRATION WITH MSME) (Shall be Furnished in Technical bid) Name & Address of Registering Authority

Class of Registration

Name of Service

Valid up to

Note- The MSE registered with district industries center must submit the acknowledgement of entrepreneur (EM) part – 2 along with the bid.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 42 of 79

1.16 Annexure-7 Tax information to be provided by the bidders (Shall be Furnished in Technical bid)

Sr no 1. 2.

Nature of tax Bidder’s Name Address (as per registration with GST with Postal Code)

3.

Whether Registered under GST?

4.

If YES, mention the GSTIN

In case Unregistered, mention the reason for not registering. (Please tick).

Response by bidder

YES/NO

a)Not required as per Section 22 (1) of CGST Act

5. In case of (b) please give full details.

6. 7.

8.

9.

Applicable GST rate included in the quoted price Mention whether Reverse Charge Mechanism (RCM) is applicable for the tendered supply. In case of Unregistered bidder” / “Supplier of notified goods or service” where RCM is applicable, the bid rate/price shall be submitted excluding applicable GST. Please confirm bid price is excluding GST. All the benefits and credits on inputs as available under GST acts/Rules, to the bidder shall be availed and passed on the benefits to Corporation. Please confirm bid price is after considering all such benefits/credits.

b) Any other provision under GST act, please specify CGST: GST SGST: IGST YES/NO

10. Service Accounting Code/HSN code Note: Bidders shall substantiate the Information provided herein whenever called for to do so.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 43 of 79

1.17ANNEXURE-8 (To be submitted by the Contractor along with running account bill) (a)

Certified that the goods and services on which GST has been charged are not exempted under the GST Act or the rules made there under and the amount charged on account of GST on these goods and services are not more than what is payable under the relevant act or the rules there under.

(b)

Certified that we have taken into account all input tax credits available under GST and have not loaded the same in the basic price while furnishing their bids.

(c)

Certified that in respect of amount of taxes claimed in the bill no claim is pending for refund/or is admissible for refund from any other agency and /or no other tax credit is available in respect of the same. In the event of getting refund in whole or in part of the element of GST claimed from Government, the same shall be passed on the benefit to the Purchaser by remitting the amount equivalent to the amount of refund obtained.

(d)

Certified that the GST charged herein the invoices and other details have been populated in GSTR1 of the GSTN portal facilitating input credit to the Purchaser.

(e)

Certified that we have complied with the Anti-profiteering measure provisions under CGST/ SGST/UTGST Acts and passed on commensurate reduction of price to the purchaser.

Signature of Contractor or their Authorized Representative with company seal.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 44 of 79

ANNEXURE – 9 UNDERTAKING TO BE FURNISHED BY THE BIDDER I DO HEREBY UNDERTAKE – 1. That all the information being submitted by me is genuine, authentic, true and valid on the date of submission of tender and if any information is found to be false at any stage of tendering or contract period. I will be liable to the penal actions as prescribed in NIT. 2. That in the preparation and submission of the bid, we have not acted in concert or in collusion with any bidder or other persons and not done any act, deed or thing which is or could be regarded as anti-competitive.

3. That I accept all terms and conditions of NIT, including general terms and condition, special / additional terms and conditions, addendum, corrigendum, clarifications as stated there in the tender document as available on the website.

4. That I do authorize corporation for seeking information / clarification from by bankers, clients having reference in this bid. 5. That I have submitted photo copies of all relevant documents as prescribed in the tender document in support of the information and data furnished by me. 6. That I accept all the undertakings as specified elsewhere in the tender document.

(bidder) Note-The submission of bid shall mean acceptance of the undertaking by bidder.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 45 of 79

ANNEXURE – 10

APPLICATION FORM FOR BIDDERS / CONTRACTORS FOR ENTERING SITE IN CONNECTION WITH TENDER FOR CONTRACT WORKS 1.

Name of the person

:

2.

Name of the firm / company

:

3.

Age

4.

Details of identification proof*

5.

Designation

:

6.

Address

:

7.

Contact No. –

:

: :

Landline/ Mobile No. 8.

E-mail ID

:

9.

Purpose of visit

:

10.

Person whom you want to meet :

11.

Date of visit

:

12.

Time of visit

:

13.

Vehicle No.

:

14.

Driver’s name & age

15.

Additional persons, if any *

16.

:

Name

:

Age

:

Designation

:

Remarks

*Photo ID Proof in any form of PAN Card, Voters ID, Bank Pass Book, Ration Card, Driving License, any other ID card issued by Government etc. shall be produced at CISF Main gate for entry. Mobile phones, laptop and any other electronic device are not permitted. The information given above is true to the best of my knowledge. Signature of the bidder with date.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 46 of 79

2.SECTION – II (Tender Forms)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 47 of 79

2.1 TENDER FORMS To, Nuclear Power Corporation of India Ltd., Hereinafter referred to as the Corporation) I/We have read and examined the following documents relating to the work of Appointment of Direct/Indirect Tax Consultants. 2.1.1 Section-I (E-Tender Notice, Information and instruction to Bidders, List of Documents to be uploaded, PQ Criteria, Schedule A, B & C, NIT and Tech bid Annexures) 2.1.2 Section-II (Tender Forms) 2.1.3 Section-III(Special Instructions to the Tenderers) 2.1.4 Section-IV(General Conditions of the Contract including contractors Labour Regulations, Model rules for Labour Welfare and safety code appended to these conditions, EMS, Industrial safety guidelines, AERB safety guidelines & Special conditions Regulation to casual workers) 2.1.5 Section-V (Technical Specifications) 2.1.6 Section-VI (Drawings) 2.1.7 Section-VII (Schedule of supply of material by department as per schedule B) 2.1.8 Section-VIII (Schedule of quantities and Rates) I/We hereby tender for execution of the works referred to in the aforesaid documents upon the terms and conditions contained or referred to therein and in accordance in all respects with the specifications, designs, drawings and other relevant details at the rates contained in Schedule of Quantities and Rates and within the period(s) of completion as stipulated in NIT. In consideration of I/We being invited to tender. I/We agree to keep the tender open for acceptance for 120 days from the due date of submission thereof and not to make any modifications in its terms and conditions which are not acceptable to the Corporation.

If I/We fail to keep the tender open as aforesaid or make any modifications in the terms and conditions of the tender which are not acceptable to the Corporation, I/We agree that the Corporation shall without prejudice to any other right or remedy, be at liberty to forfeit the said Bid Security absolutely. Should this tender be accepted. I/We hereby agree to abide by and fulfill all the terms, conditions and provisions of the aforesaid documents.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 48 of 79

If, after the tender is accepted, I/We fail to commence the execution of the works as provided in the conditions, I/we agree that the Corporation shall without prejudice to any other right or remedy be at liberty forfeit the said Bid Security absolutely.

CONTRACTOR'S SIGNATURE IN THE CAPACITY OF................................................. Duly authorised to sign the tender on behalf of the (In block Capitals)...................................................................... Dated......................................... Postal Address................................ Telegraph Address.............................. Telephone No./Fax/Telex No..................... Seal of the Company/Firm Witness................ Date.................... Address ...............

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 49 of 79

3.SECTION – III

(SPECIAL INSTRUCTIONS TO THE TENDERERS)

NAME OF WORK: Appointment of Direct/Indirect Tax Consultants.

TENDER NO. MAPS/CTC/F&A/LIMITED/740/2017

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 50 of 79

SECTION – III 3.0 SPECIAL INSTRUCTIONS TO THE TENDERERS 3.1

GENERAL : The following special conditions of contract shall be read in conjunction with General Conditions of Contract enclosed in Section IV. The following clauses shall be considered as an extension and not limitation of the obligations of the Contractor. In case the discrepancy between these Special Conditions of Contract and the General Conditions of Contract, these special conditions shall take precedence over the general conditions of contract.

3.2

LOCATION

3.2.1 The site is accessible by road. The nearest broad gauge rail head is at Chengalpattu situated at a distance of 32 km. The nearest airport is Chennai Airport, Chennai at a distance of 60km. by road 3.3

SCOPE OF WORK :

3.3.1 The scope of work covers execution of Appointment of Direct/Indirect Tax Consultants. 3.4

SITE TO BE CLEAN : Contractor shall at all times keep the site free from accumulation of waste material and debris and during progress and upon completion of work shall clear away and dispose off all the surplus materials, rubbish and temporary works of whatsoever nature and kind as directed by the Engineer and shall leave the works and the site clean and tidy.

3.5

MATERIALS AT SITE, INSPECTION AND TESTING: Materials required for the works are to be deposited by the Contractor only in places to be indicated by the Engineer-in-charge. Engineer-in-charge shall have a right at any time to inspect and examine any stores and materials intended to be used in or on the works either on the site or at any factory or workshops or other places where such stores or materials are being constructed or manufactured or processed or any place from where they are being obtained and the Contractor shall give such facilities as required to be given for such inspection and examination. Any stores and materials brought to site for use on the work shall not be removed off the site without prior written approval of the Engineer-in-charge, but on final completion of the work the contractor shall at his own expenses remove from the site all surplus stores and materials originally brought by him.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 51 of 79

3.6

ELECTRICITY AND WATER SUPPLY:

3.6.1 Electricity and water supply shall be provided free of cost. The contractor shall provide his own switches, cables, distribution boards necessary of approved make and adequate capacity upto the utilisation points. 3.6.2 All connections for water supply pipe line extensions shall be done by the contractor. 3.7

INCONVENIENCE TO CORPORATION’S ACTIVITIES : The contractor shall not deposit materials on any site which will seriously inconvenience the Corporation’s activities. The Engineer-in-charge may require the Contractor to remove any materials which are considered by him to be dangerous or inconvenient to the activities of the Corporation or get them removed at the Contractor’s cost.

3.8

TRAFFIC INTERFERENCE & INCONVENIENCE TO THE PUBLIC: The contractor shall not deposit materials anywhere at work site which will seriously inconvenience the public. The Engineer-in-charge may require the Contractor to remove any materials which are considered to be a danger or inconvenience to the public or cause them to be removed at the Contractor’s cost.

3.9

SECURITY REGULATIONS : Entry to the site of work shall be through Main Security Gate & West Gate of MAPS. The contractor shall follow strictly the security regulations of the ATOMIC ENERGY/NPC at site of work regarding entry of personnel, materials etc. and other regulations that might be enforced from time to time at the work site and also in the campus for smooth and efficient operation. The Contractor, his agents, representative, workmen etc. and his materials, carts, trucks or other means of transport etc. will be allowed to enter through and leave from such point of entry/exit at such times, the authorities in-charge of the residential area at their sole discretion may permit. All materials and articles brought by the contractor to the work site shall have to be declared at the security gate. Similarly, no materials shall be taken out from the Corporation premises without proper gate pass, which will be issued by the Engineerin-charge to the Contractor on written request. It is to be noted that loading of contractors’ materials in vehicles and trucks shall be done in the presence of Corporation / Security personnel. The contractor’s representative will have to escort the materials till the security check is over.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 52 of 79

The contractors, suppliers, vendors, workers engaged in work/ business will be issued with renewable entry permit to avoid unauthorised entry in the construction area/site on scrutiny of applications in prescribed form. For working on Sundays, holidays and late hours even though permission will be accorded by the Engineer-in-charge, the Contractor will have to make application to the security section also and keep them informed well in advance. The Contractor, his agents and representatives are required to be in possession of the individual identity/muster cards or passes after due police verification if required. The Contractor, his agents, representatives, and workmen shall strictly observe the orders pertaining to safety precautions prevailing within the plant area. Any breach of above security regulations and rules in force from time to time will be viewed seriously. No claim whatsoever will be entertained by the Corporation account of the observation of the security regulation.

3.10

OTHERS : Engineer shall not be responsible or held liable for any damage to person or property consequent upon the use, misuse or failure of any construction tools and equipment used by contractor or any of his sub-contractors, even though the same has been rented or loaned to Contractor or any of his sub-contractors by other agencies. The acceptance and/or use of any such construction tools and equipment by contractor or his sub-contractors shall be construed to mean that contractor accepts all responsibility for and agrees to indemnify Engineer from any and all claims for said damages resulting from said use, misuse or failure of such construction tools and equipment. The work shall be carried out till completion without damage to any work and property adjacent to the area of his work, to whomsoever it may belong, without interference with the operation of their existing machines or equipment. Contractor shall not store or place the equipment, materials or erection equipment on the drive way and streets and shall take care that this work in no way restricts or impedes traffic or passage of men and material. During erection, contractor shall without any additional payment at all times keep the working and storage areas used by him free from accumulation of loose or combustible material, waste material or rubbish to avoid fire hazard and hindrance to other works. After completion of the work contractor shall remove or dispose off in a satisfactory manner all scaffolding temporary structures, waste and debris and leave the premises in a condition satisfactory to Engineer. The cost of all safety measures other than issued by NPCIL shall be included by the Tenderer in his quoted rates.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 53 of 79

3.11

The tenderer shall meet the following statutory requirements

3.11.1 Factors to be considered for arriving at Daily Wages: 3.11.1.1

Category No. 01

02

03 04

05

Minimum Wages for different categories of laborers shall be considered as prevailing wages of the Tamil nadu Government or Central Government whichever is higher. At Madras Atomic Power Station (MAPS) the minimum wages under the provisions of Minimum wages Act, 1948 as notified from time to time by HR group, MAPS for “Scheduled Employments” as mentioned below shall be applicable:. The scheduled employments shall be followed for the purpose of minimum wages of contract labour in NPCIL as following: Scheduled Employments Sweeping and Cleaning (Housekeeping at Plant and Colony) Watch and Ward staff a) DGR registered establishments as per DGR rates and b) other watch and ward staff hired from private security agencies as per notified minimum wages for schedule employment of Watch and ward. Agriculture (Gardening and Horticulture) Loading and unloading All other type of works (Construction or Maintenance of Road, runways in Building Operations including laying down underground electric wireless, radio, television, telephone, telegraph and overseas communication cables and similar other underground cabling work ,electric lines, water supply line and sewerage pipelines.)

3.11.1.2

As per GCC the contract period less than 1 year the price adjustment clause is not applicable. Hence, the contractors are requested to consider the impact of inflation during the contract period while offering their rates in the tender.

3.11.1.3

Statutory Levies like Workman compensation policy, third party insurance etc.

3.11.1.4

Statutory Levies like EPF considering the following:

3.11.1.4.1

An employee will continue to be a member if he has already been enrolled as a member of the PF, even when his salary increases beyond `.15,000/- per month. Although the employer has option to restrict his contribution to the fund in the amount payable on `.15,000/- per month, but at MAPS this ceiling is not applicable. The contractor has to deposit employer.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 54 of 79

3.11.1.4.2

3.11.1.4.3

3.11.1.4.4 3.11.1.4.5

3.11.1.4.6

As per the act if A person who is appointed on the salary `.15,000/- and he had not been the member of Fund earlier, will not be eligible for the benefit of Provident Fund under the Scheme since he will be termed as an ‘Excluded Employee’. Of course, if the employer and employee both agree, there is no bar in enrolling such as employee member under the EPF & MP act. But at MAPS this provision is not applicable and all the employees are to be covered under EPF irrespective of them being exempted from EPF Scheme / Act. As per employee PF and miscellaneous Act contractor can voluntarily pay PF even if No. of workmen deployed is less than 20 and meeting the statutory requirements of EPF clause. Mandatory compliance of EPF requirement as per statutory requirement for engaging 20 or more persons exists and to be followed strictly. However NPCIL encourages EPF registration even where number of persons engaged is less than 20. Hence the department estimate put to the NIT has an EPF component of 13.36% on labour portion notified in clause no.3.11.1.12. And contractors are advised to load EPF component while quoting for the bid irrespective of No. of workers proposed to be engaged by them. In case of non-production of documentary evidence on EPF payments, the same will be deducted as per below mentioned formula. No. of laborers for whom EPF is not paid * Minimum wages * 13.36%

3.11.1.4.7

Reimbursement of EPF amount will be based on documentary evidence such as EPF challan with details like worker’s name wise with EPF No. and payment thereof on monthly basis.

3.11.1.5

Special Allowance to the tune of 25% of respective category towards Transport Charges, food allowance, medical insurance paid leave etc.

3.11.1.6

Industrial Safety & Security charges covers for PPE like safety shoes, labour license, medical certificate and expenses for Police Verification, restricted entry for the workmen and other associated charges.

3.11.1.7

The uniform comprising of 2 sets per year. The uniform shall not be the same colour as of NPCIL.

3.11.1.8

Charges for Audiometry and medical test for getting TLD cards. These charges will be applicable only to the workers working in areas where Audiometry test and TLDs are required.

3.11.1.9

The contractor shall have to make payment of Bonus at the rate of 8.33% of wages as prescribed under the payment of Bonus Act, as interim Bonus on monthly basis along with monthly wages and the same shall be indicated in the wage slip (Refer clause no. 3.11.1.12)

3.11.1.10

All taxes and duties are included except GST. The following shall be made available before commencing the work. Workmen compensation policy covering all workmen including Supervisors and Engineers, CAR policy (if applicable) and a Third Party Insurance policy.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 55 of 79

In case of non-compliance of above as per tender condition shall result in levy of non-returnable penalty for each of such default as mentioned below. Penal interest @18% per annum of the wages as Minimum Wages applicable for the respective category of workers, required to be recovered from the bills for the days of delay in disbursement will be charged from the contractor as per TAMS records of MAPS / Attendance register for the works carried out where TAMS is not available. 1 The Engineer-in-charge ensures payment will be made to the workers as per minimum wages act for the worker who has received short payment. 2 Non- compliance of minimum wages act will attract penalty @ 18% per annum for the shortfall amount. Penal amount to be recovered = Minimum Wages * No. of Labourers * No. of days of lapse during the Workmen Compensation work done period * 1%. Note: 1. Minimum wages = Basic + DA. 2. Attendance data may be obtained from TAMS Policy records of MAPS / Attendance register for the works carried out where TAMS is not available.

3.11.1.11

Third Party Insurance

Penal amount to be recovered = value of work done during the period of lapse * 10% * 1%.

CAR POLICY

Penal amount to be recovered = value of work done during the period of lapse * 0.35%.

EPF

Penal amount to be recovered =No. of labourers for whom EPF is not paid * Minimum wages *13.36%. As per TAMS records of MAPS / Attendance register for the works carried out where TAMS is not available.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 56 of 79

3.11.1.12

The minimum wages and allowances for various categories considered in the estimate are detailed below:Minimum Wages and allowances (Zone C Wages)

EPF @ Basic +DA Bonus @ 13.36% Basic Restricte 8.33 % As per minimum Fixed +DA wages d to wages NPCIL or 22.44 salary Total wages applicable(Central, special which Manpower including Consid amount State whichever is allowance ever is allowances higher) ered in payable Higher on this Tender Rs.15000/ -per month 13.36% of ` 22.44 (`) (1) 1 2 3 4 5 (Total) 6 Category 01 Sweeping and Cleaning (Housekeeping at Plant and Colony) Unskilled 473.40 63.25 39.43 118.35 631.18 283.78 (Sweeper) Category 02A Watch and Ward Staff(with DGR rates) Unskilled Not Applicable Semi-skilled/ Unskilled Not Applicable Supervisory Category 02B Other Watch and Ward Staff 288 Unskilled 473.40 63.25 39.43 118.35 631.18 Semi-skilled/ Unskilled 486.40 64.98 40.52 121.60 648.52 417.28 Supervisory Category 03 Agriculture (Gardening and Horticulture) Unskilled 473.40 63.25 39.43 118.35 631.18 323.68 Semi-skilled/ Unskilled 486.40 64.98 40.52 121.60 648.52 216 Supervisory Category 04 Loading and Unloading Semi-skilled/ Unskilled 486.4 64.98 40.52 121.60 648.52 246 Supervisory Category 05 All other type of works(Construction and Maintenance-Roads and Buildings) Unskilled 473.40 63.25 39.43 118.35 631.18 473.40 Semi Skilled / Unskilled 486.40 64.98 40.52 121.60 648.52 486.40 Supervisory Skilled/ 578.90 66.80 48.22 144.73 771.85 578.90 clerical Highly Skilled 598.90 66.80 49.89 149.73 798.52 598.90 Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 57 of 79

Notes:  Given above are the Minimum wages and allowances, applicable for various schedules of employments.  However, the contractor has to pay the wages not less than the Minimum wages for various schedule of employments approved by the State or Central Labour Ministry, whichever is higher, and as per updates issued by Govt. of India/Tamilnadu from time to time subject to not less than the minimum wages considered in this tender at column no.1 above, as applicable and allowance of EPF, Bonus and NPCIL special allowance. Rates should also consider the impact of inflation on increase in minimum wages during the contract, if the contract period is less than one year.  Bidder has to consider the contribution towards Premium for workmen compensation policy, premium for third party insurance and Industrial safety , security and uniform charges and CAR policy for works contract.  The contractor has to get approval by submitting proof of qualifications and experience of the manpower engaged.  The contractor has to issue Monthly wage slips to the workmen engaged.  The amount towards the NPCIL Special Allowance has been freezed at the rate prevailing as on 01.04.2016; Such freezed NPCIL Special allowance will also be applicable to all categories of Schedule of Employment (Category 01 to 05) except watch and ward staff (DGR rates)(Category 2A), all CSR works and all mega project contracts.  Escalation / price adjustment not applicable over the Fixed NPCIL Special Allowance component since it is fixed as specified in Schedule A under Clause 11.3.3. Note to Bidder:  FOR THIS CONTRACT THE MINIMUM WAGES SHALL BE APPLICABLE AS PER SCHEDULED EMPLOYMENT UNDER CATEGORY- “Not Applicable” Refer Schedule A Clause 11.3.4 for various components.

3.11.2 Compliance requirements 3.11.2.1

To ensure the compliance of payment of statutory levies by contractor, documentary evidence of registration towards EPF and service tax, documentary evidence of premium paid towards workmen compensation policy, CAR Policy (if applicable) and third party insurance etc. shall be submitted along with first RA bill. Contractor shall submit documentary evidence of remittance of EPF by next RA bills along with the Challan (Work order wise) submitted to PF office with

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 58 of 79

form No. V. Amount paid for EPF shall be submitted by contractor on following month along with the EPF Account No. of the employee. 3.11.2.2

Disbursement of wages of the month has to be disbursed by the contractor to the workmen by 7th of the following month through bank. A statement endorsed by the bank for having transferred the amount to the workmen’s account to be submitted to the ENC before raising of the bill. Such payment should not be less than the minimum wages under minimum wages act plus allowances as stipulated by NPCIL.Wages sheet along with PF calculations shall be submitted along with RA /Final Bill EPF payment challans (Photocopy) for each Contract shall be submitted separately each month. Payment of advance/loan by the contractor to the contract employee shall be done through bank only as like payment of monthly wages.

3.11.2.3

After completion of contract contractor shall submit EPF withdrawal Form No. 19 and 10 – C in respect of each workman engaged during the contract period to EPF office. A copy of acknowledgement issued for each workman by EPF office shall be handed over to respective workman along with final bill.

3.11.2.4

Contractor shall submit photocopy of Form No. 5 submitted to EPF office for newly joined contract employee with next RA bill

3.11.2.5

Penalty for inadequate deployment of manpower shall be as per schedule – A.

3.11.2.6

The compliance requirement of individual policy is as mentioned below and the contractors shall take an Insurance policy before commencement of the work.

3.11.2.6.1

Workmen Compensation Policy To ensure compliance as the foremost requirement at work place. a. The contractor has to submit workmen compensation policy from the start date of work till the end of defect liability period before commencement of the work as per GCC. b. Work should be commenced only after submission of the policy in original and the premium receipts in support of the same. c. Contractor has to ensure the number of workmen engaged in the work should not be higher than the number of workmen insured against the policy. d. Any changes in the number of workmen has to be intimated by the contractor to the Enc and insurance coverage for additional workmen to be submitted by the contractor to Enc immediately on notifying such change.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 59 of 79

3.11.2.6.2

Third Party Insurance GCC envisages third party insurance to be obtained by the contractor for 10% of work order value subject to a maximum of Rs.50 Lakhs.

3.11.2.6.3

CAR Policy Wherever applicable as per GCC, the contractor has to obtain CAR Policy for the work order value as sum insured.

3.11.2.7

Quoted rate shall be including the premium amount of insurance policy.

3.11.2.8

In case of non-submission of policy as per tender condition shall result in levy of non-returnable penalty as mentioned in 3.11.1.11 required to be paid for each type of insurance i.e. CAR policy (if applicable), Third Party Insurance, Workman Compensation Policy separately. The penalty amount will be recovered either from bills or from security deposit of the contractor. The decision of the EIC in this respect shall be final and binding. Levy of penalty does not abrogate contractor from his responsibility regarding payment of wages, EPF, Insurance and risk cover. NPCIL shall not be liable for or in respect of any damage or compensation payable. The work order is liable for cancellation in case of repeated /continuous noncompliance.

3.11.2.9

Pay slip / Wages (Annexure) register shall indicate payment towards Minimum wages , Special allowance, Overtime and PF as per the wage Slip enclosed. Compliance shall be submitted with each RA Bill and same has to be certified by NPCIL representative. The contractor shall inform the EnC in writing about the date and time of labour payment to facilitate witnessing of the same

3.11.2.10 3.11.2.10.1 i)

The following documents are to be submitted. Before commencement of work. CAR Policy including third party liability, Employees compensation policy (in original) as per schedule – A. Labour license if applicable. Work order acceptance letter.

ii) iii) 3.11.2.10.2 i) ii) iii) iv)

v)

For payment of the First RA Bill contractor shall furnish the following documents. Performance guarantee as per clause 4.2.3 of general conditions of contract shall be submitted within 30 days after issue of work order Copy of registration of GST as per applicability. Copy of registration of EPF along with the PF account No. of the employees. Partnership deed of firm or power of attorney of the representative or Memorandum of Articles of associated in case of company or Registered document from ROC, if sole proprietor. Bank details address, RTGS/NEFT/EFT/ECS No along with IFS Code No.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 60 of 79

vi) vii) viii) ix)

3.11.2.10.3 i)

GST registration No. if allotted or Exemption certificate if any Self attested Copy of PAN card Copy of wage register witnessed by NPCIL representative for the bill period. Contract Agreement on Non judicial Stamp Paper as per Stamp Duty Act. For payment of the Final Bill the contractor shall furnish the following documents: An affidavit stating that all the liabilities on account of PF for the employees / labours deployed by the contractor for the work has already been liquidated and indemnifying NPCIL of any future liabilities on these account and NPCIL shall have no responsibility on this account. The proforma of Indemnity Bond for Provident fund compliance is given below: Indemnity Bond for Provident fund compliance

WHEREAS the deed of Indemnity Bond made at Kalpakkam between Madras Atomic Power Station, Nuclear Power Corporation of India Limited, Kalpakkam (First Party). AND M/s. (Name of the Contractor) herein afterwards called as Second Party includes means and is Executors, Heirs, Assigns and Administrator etc. WHEREAS the above mentioned contractor has been engaged to execute the job covered under (Work Order No. & Date specified) to execute the job on the terms and conditions of the Agreement as stipulated therein. In pursuance of the above I/We (Name of the contractor with Office Address) hereby confirms and declare as follows; That the Contractor undertakes that in the event of any claim made by its workmen. Workmen of it Sub-Contractor(S) for Provident Fund Contribution payable under the Employees Provident Fund and Miscellaneous Provision Act, 1952 and where the Principle Employer i.e. MAPS/NPCIL, Kalpakkam having its Registered Office at World Trade Centre, Cuffe Parade, Colaba, Mumbai – 400 005 is liable to pay penal damages under the above terms and conditions of the Agreement the contractor shall keep the MAPS/NPCIL fully indemnified and free from all claims and demands and all actions and proceedings initiated against Madras Atomic Power Station, Kalpakkam in respect of the aforesaid contract. IN WITNESS WHEREOR I/WE (name of the contractor) executed this indemnity bond on as mentioned above.

Signature of the Contractor Witnesses:(Signature, name and address) 1. 2. ii)

The contractor has to take clearance from ENC before release of final bill that bonus has been paid to all employees.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 61 of 79

iii)

The contractor has to take no objection certificate (NOC) from Safety Section, HPU, and HR before release of final bill that no dues / issues are pending from the respective Sections. ******

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 62 of 79

3.11.2.11

Wage Slip (Refer Clause no. 3.11.1.12)

WAGE / PAY SLIP NAME OF THE CONTRACTOR / FIRM PF Registration No. of the Employer Work Order No. Name of the Worker's with Father's / Husband's Name Category of Employee Wage Period

M/s. Date of Payment

Through Bank Banks's Name Mode of Payment Employee's PF Account No. Particulars

Branch Bank Account No. Rate Per Day

Present No. of days

Amount

Payments `

Ps

Basic Wages in ` (Wages + DA) NPCIL Special Allowance (25% of Wages with DA) in ` Overtime in ` Any other payment in ` Total in ` Deduction EPF @ 13.36% in ` Any Other Deduction in ` Total Deduction in ` Net Wages in `

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 63 of 79

ADVANCE REQUEST FOR REFUND OF EMD From : (Please furnish complete postal address & Phone No. to facilitate refund of EMD). M/s.

__________________________ __________________________

To : DCE(CTC), Madras Atomic Power station, Kalpakkam 603 102 Sub: Ref:

Refund of EMD for the work of “Appointment of Direct/Indirect Tax Consultants.” TENDER Notice NO. MAPS/CTC/F&A/LIMITED/740/2017

Sir, With reference to your Tender Notice cited above, a sum of `.0/-() was submitted by us in Cash/DD/FDR towards EMD along with the tender. The amount of EMD submitted may please be refunded immediately, if our offer is not accepted. Thanking you, Yours faithfully,

Signature of Tenderer & Seal

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 64 of 79

PRE- RECEIPT Received `.0/- () from Manger (F&A), MAPS, Kalpakkam being the refund of EMD.

Rev. Stamp Signature of Tenderer & Seal

(To be used in NPCIL Office) The tender submitted by M/s. -------------------------------------------------accepted. Their EMD may be released.

has not been

Engineer-in-Charge

Manager (F&A) ----------------------------------------------------------------------------------------------------------(To be used in Accounts, MAPS) Pay `.0 `.0/- ()

Manager F & A

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 65 of 79

3.12

TAXES : The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of Contract (GCC) – for Works and maintenance contracts. Wherever there is a conflict between the two, the provisions in SCC shall prevail over those in the GCC.

GCC Clause Reference

SN

1

6.10

Clause Description / Content Octroi, cess, taxes , Royalties, etc

Special Conditions

1.0 Taxes and Duties:

1.1. Indirect Taxes and Duties 1.1.1. The Bid prices shall be inclusive of Goods and Services Tax (GST) and any other Indian Indirect Taxes payable in India for the final product / services. 1.1.2. The Contractor shall bear all non-Indian taxes, duties, levies etc. payable upto FOB in respect of sourcing items from abroad. 1.1.3. Contractor shall be responsible for payment of all Indian Taxes, Duties including IGST on imports and all other statutory levies as applicable in connection with supply of the Stores. The prices for shall be inclusive of all Taxes, Duties and other Statutory levies payable under the law of the Land. The Contractor shall however take into account Fiscal Concessions available to the subject contract as detailed in the below mentioned paras and pass on the benefit to the Corporation. GST and all other indirect taxes, duties are also not reimbursable separately on Price Adjustment for price portion, as base price is inclusive of all Taxes and Duties as applicable. 1.1.4. In case of increase in existing taxes/ duties and any other new indirect taxes / cess, if levied by Government during the contractual delivery period, the same shall be reimbursed / paid by the Corporation, as the case may be, at actual against documentary evidence. This provision shall not apply to changes in Personal Income tax or Corporate Income tax or to changes in non-Indian Taxes. 1.1.5. For extension in the contractual delivery period for the reasons attributable to the Corporation and/or Force Majeure, increase in

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 66 of 79

existing taxes & duties, if any, and new tax component introduced in the extended period shall be reimbursed to the Contractor subject to the submissions of necessary documentary evidence. No increase / new tax shall be payable during the delay period due to reasons attributable to the Contractor. 1.1.6. GST on Liquidated Damages (LD), as applicable, shall be to the account of the Contractor and shall be recovered from payments due to the Contractor. 1.1.7. The bidders are required to examine the provisions of The Central Goods and Services Tax Act 2017(CGST), The Integrated Goods and Services Tax Act 2017(IGST), The Union Territories Goods and Services Tax Act 2017(UTGST) and The Goods and Services Compensation to States Tax Act 2017 and their Rules as being enacted and amended from time to time. The bidders are required to take into account the input tax credits and the exemptions available therein while furnishing their bids. 1.1.8. GST as quoted will be reimbursable by Corporation limiting to the rate prevailing within the contractual delivery schedule. 1.1.9. Towards invoicing for the GST, Bidders are required to take note of the following & comply accordingly. 1.1.10. Bidders are required to provide their GST Registration numbers, the HSN code of the goods/SA Code for services and the applicable rate of GST in the Commercial Terms and Conditions of the E-bid submitted in Part-I (Technical and Commercial E-bid except price). 1.1.11. While claiming the GST the Tenderers are required to adhere to the provisions available therein. The Contractors are required to populate the details of GST paid by them in the GST portal, only upon which reimbursement of GST would be considered. 1.1.12. Please note that in case any refund/credit to GST if granted to Tenderers by GST Authorities in respect of stores supplied under the contract, Tenderers will pass on the credit to the Corporation immediately along with a certificate from bidder’s Director/Manager/Proprietor/Accountant that the credit so passed on relates to the GST

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 67 of 79

originally paid for the stores supplied under the contract. 1.1.13. When GST is claimed by the Contractor in general the certificate as per Annexure-7 should be submitted to the paying authority with their invoices. 2

6.10

Octroi, cess, taxes , Royalties, etc

1.2. Direct Tax: - Tax Deduction at Source 1.2.1. The Corporation shall have the right to withhold taxes on income, excess profits, royalty and other taxes from payments due to Contractor under this Contract to the extent that such withholding may be required by the government of India or any relevant authority thereof or by the government of any other country, and payment by the Corporation to the respective governmental office of the amount of money so withheld will relieve the Corporation from any further obligation to Contractor with respect to the amount so withheld. 1.2.2. The Corporation shall, at the time of its payments due to the Contractor, withhold the necessary taxes at such rate as is required by any Government Authority, unless and to the extent that the Contractor shall produce to the Corporation any certificate issued by a Government Authority (having authority to issue such certificate) entitling the Contractor to receive the payments under the Contract for a prescribed period without deduction of any tax or deduction at a lower rate. 1.2.3. The Corporation shall provide the necessary withholding tax certificates to the Contractor within the time stipulated by the relevant law to enable the Contractor to file the same with the Government Authority as a proof of payment of such taxes. 1.2.4. All taxes levied on Contractor’s corporate income or profits shall be for the account of Contractor and shall not be reimbursed by the Corporation. Contractor shall also be responsible for payment of income taxes of its personnel levied in India or elsewhere.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 68 of 79

3

6.10

Octroi, cess, taxes , Royalties, etc

1.3. Indirect Tax-Tax deduction at source 1.3.1. The Corporation shall, at the time of its payments due to the Contractor, withhold the necessary tax at source at such rate if required under the legislation unless and to the extent that the Contractor shall produce to the Corporation any certificate issued by a Government Authority (having authority to issue such certificate) entitling the Contractor to receive the payments under the Contract for a prescribed period without deduction of any tax or deduction at a lower rate. 1.3.2. In case of such deductions as mentioned above, the Corporation shall provide the necessary withholding tax certificates to the Contractor within the time stipulated by the relevant law to enable the Contractor to file the same with the Government Authority as a proof of payment of such taxes 1.3.3. The Contractor shall be responsible for filing all necessary Tax returns (including, without limitation, returns for Corporate Income tax, Personal Income tax and GST) with the relevant Government Authorities in accordance with all applicable statutory requirements and shall be responsible for providing all information requested by such Government Authorities.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 69 of 79

4.Section – IV (General Conditions of Contract & EMS Industrial safety guidelines AERB safety guidelines Special conditions Regulation to casual workers)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 70 of 79

SECTION –IV

GENERAL CONDITIONS OF CONTRACT

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 71 of 79

5.SECTION –V (TECHNICAL SPECIFICATION)

Work shall be executed as per scope of work and as directed by the Engineer/Officer-Incharge.

I/We agree to abide by above conditions.

(SIGNATURE OF TENDERER)

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 72 of 79

SECTION-V TECHNICAL SPECIFICATION SCOPE OF WORK AND CONDITIONS Appointment of Direct/Indirect Tax Consultants. Scope of work to Tax Consultant 1. Advice on tax matters pertaining to Income Tax & GST. 2. Advice on tax matters pertaining to erstwhile Service Tax and direct / indirect tax. 3. Advice in general, relating to important changes that may be effected in the aforesaid laws and advice on queries from time to time. 4. Reviewing and submission of TDS/TCS returns. 5. Guidance in maintenance of records like Purchase Register, Sale Register, Stock Transfer Register, Tax Deductions etc as stipulated under the GST Act. 6. Guidance/assistance in preparation of details / replies to the tax authorities in connection with the VAT/ST/GST/IT assessment or VAT /ST/ GST audit by the concerned department / authorities. 7. Representing the company before the tax authorities for assessments if required. 8. Attending to VAT / ST/GST Assessment / Audit of MAPS, Kalpakkam. 9. Guidance in compliance with TDS/TCS provisions under the Income tax Act 1961. 10. Guidance in structuring of contracts for Purchase, Erection & Commissioning, Works contracts etc in a tax efficient manner from GST angle. 11. Give training to NPCIL-MAPS employees regarding the existing tax scenario and/or expected changes in immediate future, twice in a year (as per requirement). 12. Update changes in the relevant statutes, to NPCIL – MAPS through electronic means from time to time and assist in any new registration based on update / changes. 13. Answering queries from company officials in respect of aforesaid laws and also to provide written opinion on major issues whenever requested to do so. 14. Conducting GST audits if any under GST act 2017 and submission of audit reports in the prescribed format under said rule and compliance thereof.

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 73 of 79

6.SECTION-VI (SCHEDULE OF DRAWINGS) NAME OF WORK: Appointment of Direct/Indirect Tax Consultants.

SCHEDULE OF DRAWINGS

Sl. No. Drawing No.

Title

------NIL ------

TENDER NOTICE NO: MAPS/CTC/F&A/LIMITED/740/2017

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 74 of 79

NUCLEAR POWER CORPORATION OF INDIA LIMITED ( A Govt. of India Enterprise ) MADRAS ATOMIC POWER STATION

7.SECTION-VII (SCHEDULE OF SUPPLY OF MATERIALS BY DEPARTMENT) NAME OF WORK:

Appointment of Direct/Indirect Tax Consultants.

SCHEDULE OF SUPPLY OF MATERIALS BY DEPARTMENT Sl. No.

MATERIALS TO BE SUPPLIED As per Schedule B

TENDER NOTICE NO: MAPS/CTC/F&A/LIMITED/740/2017

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 75 of 79

8.SECTION-VIII (Schedule of Quantities) NAME OF WORK: Appointment of Direct/Indirect Tax Consultants.

SCHEDULE OF QUANTITIES TENDER NOTICE NO: MAPS/CTC/F&A/LIMITED/740/2017

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 76 of 79

8.1 INSTRUCTION TO TENDERERS 1. The schedule of quantities and rates is to be read for the purpose of pricing in conjunction with the special conditions, New General conditions of contract, specifications, drawings, schedule of supply of materials, tools & plants. 2. The price inserted in the schedule of quantities and rates shall be all inclusive value of the work described including all costs and expenses which may be required in and for the completion of the work described together with all general risks, liabilities and obligations set forth or implied in the documents on which tender is to be based. 3. The quantities stated are to be considered approximate only and the unit prices entered in the schedule of quantities and rates shall apply only to the actual quantities measured in the completed work in accordance with specifications. 4. All the tools, plant, machinery and materials except for those specified in Schedule `B'&`C' required for satisfactory execution of the work under this contract are to be procured by the contractor and his rates should include for the same. 5. The Tenderer shall abide by the security regulations and safety regulations prevailing in the Project. 6. All the materials to be supplied by the Corporation either free of cost or on chargeable basis shall be issued from Corporation stores located at Madras Atomic Power Station, Kalpakkam. As specified in schedule “B”. All rates shall include the cost of transport of these materials including loading, unloading, stacking, safe custody, accounting etc. 7. Tenderers shall ensure that they have invariably signed in all places wherever "SIGNATURE OF TENDERER" is specifically indicated and each and every page of schedule of quantities and rates.

SIGNATURE OF THE TENDERER

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Page 77 of 79

8.2SCHEDULE OF QUANTITIES AND RATES NAME OF WORK: Appointment of Direct/Indirect Tax Consultants. TENDER NOTICE NO: MAPS/CTC/F&A/LIMITED/740/2017

S.No.

1

2

Description of Item E-Filing of returns prepared by MAPS as per current tax laws and handling of subsequent queries and resolution of issues and providing written opinions on the issues etc., from time to time during the currency of the contract. Incidental out of pocket expenses, conveyance and outstation travelling expenses, legal charges and fees at actual supported by documentary proof for one year (Approx. 20 trips)

Unit (a)

Qty (b)

Per Month

24

Per Year

Lumpsum

Rate/Unit Quantity in Figures (c)

Rate/Unit Quantity in Words (d)

Amount (b x c)

Payment will be made at actuals for the expense of each case with condition that prior approval shall be obtained from officer Incharge before spending and on production of documentary proof.

Total

Note 1: 1) The bidders are advised to refer to clause 3.12 (for Taxes) of section 3 of this tender. 2) Applicability of GST shall be examined & the same shall be declared in Annexure-7

of NIT. 3) Refer Annexure-7 before quoting the rates. 4) The bidder has to fill his rates in figures and words in the above format of SOQR. 5) The contractor has to sign all the pages of the tender document. 6) The Bidders are requested to fill up all the ANNEXURES 1 TO 10 of NIT without fail.

No. Of correction on this page Remarks on this page

Section in Charge

Finance

No. Of over writings on this page

Officer Opening the Tender

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Signature of the Tenderer Ambiguities on this page

DCE (CTC) Page 78 of 79

8.3FOR THE USE OF TENDER OPENING COMMITTEE ONLY 1. Earnest money deposited /not deposited is / not in an acceptable form. 2. The rates have been not quoted against item Nos ………………………… 3. There is ambiguity in the rates quoted in figures and amounts against item No. ………………………………… 4. Conditional / unconditional rebate of …………………………….% has been offered.

ACCOUNTS REPRESENTATIVE

No. Of correction on this page Remarks on this page

Section in Charge

Finance

DCE(CTC)

No. Of over writings on this page

Officer Opening the Tender

Tender No: MAPS/CTC/F&A/LIMITED/740/2017

Signature of the Tenderer Ambiguities on this page

DCE (CTC) Page 79 of 79

Appointment of Direct - Indirect Tax Consultants for NPCIL..pdf ...

Appointment of Direct - Indirect Tax Consultants for NPCIL..pdf. Appointment of Direct - Indirect Tax Consultants for NPCIL..pdf. Open. Extract. Open with. Sign In.

NAN Sizes 1 Downloads 278 Views

Recommend Documents

Appointment of Consultant for Indirect Tax Matters for IFCI Ltd..pdf ...
Appointment of Consultant for Indirect Tax Matters for IFCI Ltd..pdf. Appointment of Consultant for Indirect Tax Matters for IFCI Ltd..pdf. Open. Extract. Open with.

indirect tax express - Cacharya
Sep 2, 2014 - Tax Department vide Trade ... manual filing of E-1, E-II and H ... bridges also apply, mutatis mutandis, to its schools and municipal buildings. ... 2. MODVAT was introduced in. India in which year? 3. What was the service tax.

Global Indirect Tax - WTS
Consulting services in the field of Value Added. Tax have to add ... analytics. → Centralized or local indirect tax return preparation. → Ensure consistent indirect.

Global Indirect Tax - WTS
Tax have to add value and assurance to the business and ... analytics. → Centralized or local indirect tax return preparation. → Ensure consistent indirect.

Consultants for Implementation of Goods and Service Tax (GST) and ...
Consultants for Implementation of Goods and Service Tax (GST) and Compliance in Union Bank of India..pdf. Consultants for Implementation of Goods and ...

Appointment of consultant for implementation of Goods Services Tax ...
Appointment of consultant for implementation of Goods Services Tax in NFL..pdf. Appointment of consultant for implementation of Goods Services Tax in NFL..

direct taxes and indirect taxes updates - ICSI
Apr 1, 2012 - refunded, for any reason, other than the reason of fraud or collusion or any ..... importer or exporter regarding valuation of goods, classification, ...

direct taxes and indirect taxes updates - TaxGuru
Valuation of Excise goods with respect of Retail Sale Price method (section 4A). 25. • Substitution of ...... (d) Internet Telecommunication service. (e) Works ..... (A) light diesel oil, high speed diesel oil or motor spirit, commonly known as pet

direct taxes and indirect taxes updates - TaxGuru
Recovery of service tax not levied or paid or short levied or short paid or ..... (a) developing and building a housing project under a scheme for affordable housing .... face practical difficulties in accessing contemporary comparable data before.

Appointment of Tax Consultant for VAT, Service Tax, GST etc. for BMC ...
Appointment of Tax Consultant for VAT, Service Tax, GST etc. for BMC, Mumbai..pdf. Appointment of Tax Consultant for VAT, Service Tax, GST etc. for BMC, ...

Direct and indirect approaches to perception
Current version (on 2006-01-20). The claim that perception is direct consists in the argument that perception is a form of non-inferential awareness of the things we normally take ourselves to be aware of when we perceive. Mental intermediaries such

423-2013: Computing Direct and Indirect Standardized ... - SAS Support
The EFFECT=RATIO option in the. PROC STDRATE statement requests that the stratum-specific rate ratio statistics be displayed. 4. Statistics and Data Analysis.

Direct-Indirect speech Tutorials 2.pdf
When a question or exclamation is reported, punctuation marks like? or ! are not used. The correct introductory word must be used: Question – “He asked ...

supplement to direct and indirect taxation -
(ii) In case of women resident in India and below the age of 65 years at any .... research expenditure with effect from the 1st day of April, 2008 [S.35(2AB)] - ...... AMENDMENTS RELATED TO SERVICE TAX (CHAPTER V AND VA OF THE.

download direct taxes and indirect taxes updates - TaxGuru
Rationalisation of provisions relating to Transfer Pricing ...... Illustration ..... is included in the value of the final product and goods used for providing free warranty ...

Who's in Charge Here? Direct and Indirect Accusations ...
Vignettes. Pure Control. Imagine que você vive num bairro como o seu, mas numa cidade diferente do Brasil. Vamos chamar o Prefeito dessa cidade em que você mora de Carlos. Agora imagine que o Prefeito. Carlos está concorrendo à reeleição. Duran

INDIRECT TAX LAWSAMENDMENT MADE BY FINANCE ACT, 2012
The Finance Act, 2012 has amended section 9(1)(i) to the effect that such penal provisions will now apply in the case of ..... (50)"tax" means service tax leviable under the provisions of this Chapter. ...... Following illustration will make this cle

Direct Tax Laws Vol.-II.pdf
Try one of the apps below to open or edit this item. Direct Tax Laws Vol.-II.pdf. Direct Tax Laws Vol.-II.pdf. Open. Extract. Open with. Sign In. Main menu.

Direct Tax Ready Reference.pdf
Ind/HUF without Busi/Prof ITR-2 7. corporate assessee ITR-6. Income from Other Sources (except if exempt) Yes Yes No NA NA Profession > Rs 25 Lac ITR-3 ITR-7. D WEALTH TAX [IND / HUF / CO] wef FY 2009-10 Exemption 30 lac Tax 1%. E Business > Rs 60 La

INDIRECT TAX LAWSAMENDMENT MADE BY FINANCE ACT, 2012
(10)"Appellate Tribunal" means the Customs, Excise and Service Tax Appellate .... (28)"information technology software" means any representation of instructions, ..... practicable to obtain a true and complete picture of his accounts from the ...

CA Final Indirect Tax Service Tax Hand Written Notes.pdf
CA Final Indirect Tax Service Tax Hand Written Notes.pdf. CA Final Indirect Tax Service Tax Hand Written Notes.pdf. Open. Extract. Open with. Sign In.

Direct and Indirect Effects of Policies to Increase Kidney ...
Dec 28, 2015 - Keywords: organ donation and transplantation, state laws. JEL: I11 ... waiting lists for kidneys, and while 16,000 left with transplants, another.

Direct and Indirect Impact of Charter Schools' Entry on ...
Using student-level panel data from North Carolina, this paper shows that the introduction of charter schools does not induce any significant indirect impact on non- overlapping grades but generates a positive and significant direct impact on student