Post on 12-Oct-2020
NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)
CONTRACTS AND MATERIAL MANAGEMENT WING
RAWATBHATA, RAJASTHAN SITE
TENDER DOCUMENT
SECTION-A INVITATION TO TENDER AND
TENDERING CONDITIONS
SECTION -B CONDITIONS OF CONTRACT
SECTION -C TECHNICAL SPECIFICATIONS OF STORES
SECTION -D FORMAT FOR SUBMISSION OF BID
To
(Through On-line Mode)
SECTION – A
INVITATION TO TENDER AND
TENDERING CONDITIONS
INVITATION TO TENDER
To,
(Through e-Mode)
Tender No. RR Site/Stations/Common/CMM/WMF/71579
Dated As per tender
Due Date As per tender
Dear Sir,
Sub: Bird protection net as per attached specification
For and on behalf of Nuclear Power Corporation of India Ltd., Head (Contracts & Material Management), Rajasthan Rawatbhata Site, invites bids for the supply of Stores detailed in the Form No. CMM-22A/Rev.4. Any contract against this tender will be governed by General Conditions of Contract contained in form No. CMM-22/Rev.4 and *Special Commercial Terms and Conditions annexed herewith. If you are in a position to quote for the supply in accordance with the requirement stated in the attached online form, please submit your bid in the online tender form CMM-22A/Rev.4. Your bid must be submitted in on-line bidding forms at http://npcil.etenders.in only on or before the due date and time mentioned above. Yours faithfully, Sd/-
( Mamta Chourasia) Dy. Manager (Contracts)
For and on behalf of Nuclear Power Corpn. Of India Ltd. (The Purchaser)
NUCLEAR POWER CORPORATION OF INDIA LTD.
(A Govt. of India Enterprise)
Contracts & Materials Management
Rawatbhata Rajasthan Site.
e - Tender
Tel.: (01475) - 242071/242018/242159 Fax : (01475)-242158
Head(C&MM), RR Site, on behalf of Nuclear Power Corporation of India Limited (NPCIL) invites online (e-Tender) in Single Part on e-tendering Portal of NPCIL as per the details given below:
1.1 Tender No. & Description : RRSite/Stations/ Common/CMM/WMF/71579
For Bird protection net as per attached
specification
1.2 Tender Fee in Indian Rupees
(Non-refundable)
: 236.00
1.3 Last Date & time for downloading
of tender document
: As per Tender
1.4 Due Date & Time for online
submission of e-Tender
: As per Tender
1.5 Date & Time for opening of e-
Tender
: As per Tender
Qualifying Requirements: The bidder shall meet all the requirements mentioned below failing which his offer will be summarily rejected. (As per Appendix-X)
Any offers not complying with the features specified in the tender specifications are liable for rejection.
(a) For complete description, tender document & participation details, please visit our e-Tender website https://npcil.etenders.in
(b) Prospective bidders if not already registered in our above website, are required to register online on NPCIL e-Tendering Portal alongwith requisite digital signature to participate in above E-Tender.
(c) NPCIL reserves the right to accept / reject any or all bids in part / full without assigning any reason.
(d) If the due date for opening of Tender happens to be a holiday in NPCIL, the same will be carried out on the next working day at the same time.
For query, if any, please contact DGM , C&MM, Vijay Paramanu Bhawan, Ground Floor, RR Site, Anushakti, Rajasthan- 323303, Phone:- (01475)-242071/242018/242159
NUCLEAR POWER CORPORATION OF INDIA LTD.
(A Govt. of India Enterprise)
Contracts & Materials Management
Rawatbhata Rajasthan Site.
e - Tender
Tel.: (01475) - 242071/242018/242159 Fax : (01475)-242158
NUCLEAR POWER CORPORATION OF INDIA LIMITED
SECTION-A
INVITATION TO TENDER AND TENDERING CONDITIONS
FOR SUPPLY OF INDIGENOUS STORES
(SINGLE PART E-TENDER)
1. 1 The bid (E-bid) shall be submitted in E-mode at our NPCIL E-Tendering Web Site
i.e. https://npcil.etenders.in on or before the due date and time. It is in the interest of the
Tenderers to ensure that the e-Bids are submitted well in time. e-Bids shall be
submitted only on our NPCIL e-Tendering Web Site i.e. https://npcil.etenders.in Bids in
hard copy/any other form shall not be accepted in any case.
Tender No.: RR Site/Stations/Common/CMM/ WMF/71579
Dtd.: As per details in NIT
Due Dtd.: As per details in NIT
2. The system will not allow submitting E-bids after last date and time. Therefore, the bidder
shall ensure the submission of E-bids well within the due date and time.
3. The delivery of all items contained in the tender shall be made in one lot. As such, no
prorata delivery shall be permitted unless asked for nor will any price variation be
allowed.
4. (a) The bids shall remain valid for acceptance for 90 days from the due date of
tender.
(b) Prices are required to be quoted according to units indicated in the annexed
Tender Form. When bids are given in terms of units other than those specified
in the Tender Form, relationship between the two sets of units must be
furnished.
5. The prices quoted shall be on free and safe delivery basis to the place of delivery
mentioned in the tender. These prices shall remain FIRM throughout the currency of
contract. Ex-stock delivery will be preferred. If ex-stock delivery cannot be offered,
earliest guaranteed delivery date by which time the stores can be supplied shall be
indicated.
6. Price Quote shall be FOR Purchaser's Site including GST and all other indirect taxes &
duties. Freight and Transit Insurance Charges shall be included in the Price Quoted.
7. Bid should contain bidder‟s specific confirmation regarding compliance of all
commercial terms and conditions of the Tender as per ITT (Section-A), General
Conditions of Contract, Special Conditions of Contract (Section B) and Section „D‟ (if
applicable). The Bidders, in addition, should mention applicability of Statutory Levies
like Goods and Services Tax (CGST / SGST / UTGST / IGST) etc. and all other related
information. All input tax credit benefits available to Indian manufacturers / dealers /
contractors, etc, shall, however, be taken into consideration in quoted prices and the
Bidder shall pass on the benefits to the Purchaser.
8. GST as applicable during the contractual delivery period shall be reimbursed by the
purchaser at actuals against submission of a certificate from the contractor.
9. 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 Purchaser, as the case may be, at actual against documentary
evidence and on submission of a certificate from the contractor. This provision shall not
apply to changes in Personal Income tax or Corporate Income tax or to changes in non-
Indian Taxes.
10. Any contract pursuant to this tender shall be governed by General Conditions of
Contract governing supply of stores as per Form No. CMM-22/Rev.4 and *Special
Commercial Terms and Conditions enclosed herewith. Accordingly, the Tenderer shall
submit his bid strictly as per the Terms and Conditions contained therein. *Special
Commercial Terms and Conditions shall prevail over the General Conditions of
Contract Form No. CMM-22/Rev.4 to the extent of difference between them. In
exceptional cases, if any deviations are proposed these must be clearly stated in the bid
and incorporated as Annexure-'B' to the tender form. The right to accept or reject these
deviations is absolutely reserved by the Purchaser.
11. Bids seeking deviations from the above mentioned terms and conditions of the tender
are liable to be rejected.
12. The Purchaser reserves the right to accept or reject, lowest or any bid, in whole or in
part, without assigning any reasons whatsoever and without any liability to the
Purchaser. The Tenderer not withstanding that his bid has not been accepted in whole
shall be bound to supply such item or items and such portion or portions of one or more
items, as may be accepted by the Purchaser.
13. Scanned copy of the latest Income Tax Clearance Certificate/Scanned copy of the latest
Income Tax returns filed with Income Tax Department duly attested by the tenderer
shall be uploaded with the bid without fail.
14. Tenderer‟s GST Identification Number (GSTIN) should be indicated in the bid.
15. If registered with NPCIL/DGS&D/NSIC/SSI/DPS etc., registration details should be
indicated in the bid.
16. 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 (Subject to meeting Qualifying
Requirement, if any)
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.
In case a tendered item is non-splitable or non-divisible, MSE quoting Price within the
Price – band of “L1- Price (Other than MSE) + 15%” may be awarded for full/
complete value of supplies, subject to matching of the L1 Price.
The MSEs, who are interested in availing themselves of these benefits, will enclose
with their offer the proof of their being MSE registered with any of the agencies
mentioned in notification No.503 dated 26.03.2012, as printed in the Gazette of India
indicated below : (i) District Industries Centers
(ii) Khadi and Village Industries Commission
(iii) Khadi and Village Industries Board
(iv) Coir Board
(v) National Small Industries Corporation
(vi) Directorate of Handicraft and Handloom
(vii) Any other body specified by Ministry of MSME.
The MSEs must also indicate the terminal validity date of their registration. Failing of
the above requirements, such offers will not be eligible for consideration of benefits
detailed in notification No.503 dated 26.03.2012, as printed in the Gazette of India.
The contractor on whom the contract may be entered into against this tender shall
furnish the Purchaser, the details of the sub-contractors meeting any part of contract
execution herein and who qualify as MSE‟s as per the Micro, Small and Medium
Enterprises Development Act, 2006 and amendments to same.
17. Banning of Business Dealings by NPCIL
17.1. Grounds for Banning
The business dealing with the Contractor shall be liable for banning, on account of the
reasons attributable to them, which shall include, but not limited to the following:
17.1.1. Involvement in cartel formation during bidding.
17.1.2. Baseless allegations by the bidder on NPCIL evaluation Process or officials.
17.1.3. If any of the owner, proprietor or partner of the Contractor, is convicted by a court of
law, during bidding process or currency of the contract, for offences involving
corrupt and fraudulent practices including misrepresentation of the facts, moral
turpitude in relation to its business dealings with NPCIL.
17.1.4. Malafide /unlawful acts /malpractices or improper conduct on part of Contractor
based on the approved findings of the Investigation agency.
17.1.5. If the Contractor misuses the premises or facilities of the NPCIL forcefully occupies,
tampers or damages the Company properties etc. or fails to vacate the
properties/land/complex within reasonable time limit as specified or even after
receiving the notices from the department.
17.1.6. Security concerns for the assets of the Corporation and State.
17.1.7. Submission of bids that contain false information or falsified documents or the
concealment of such information in the bids in order to influence the outcome of
eligibility screening or /at any other stage of public bidding and execution.
17.1.8. Withdrawal of a bid or refusal to accept an award of contract with the NPCIL
without justifiable cause, after being adjudged as the successful bidder.
17.1.9. Supply of Counterfeit items.
17.2. Show Cause Notice
17.2.1. NPCIL will issue Show Cause Notice to the Contractor on noticing/receipt of a
complaint of any irregularities and /or misconduct and /or unethical practice as
mentioned in clause no. 17.1.
17.2.2. Upon receipt of Show cause notice, the Contractor is required to submit the reply to
Show Cause Notice within 30 days of its receipt and no extension shall be given
without justifiable reasons. The Contractor shall also be given an opportunity for
oral hearing to present the case in person to NPCIL and the date of Oral Hearing will
be indicated in the Show Cause Notice. Only the regular employees of Contractor
will be permitted to represent the Contractor during the Oral hearing, and no outsider
shall be allowed to represent the Contractor on their behalf.
17.3. Period of Banning
The period of banning shall be for a period of three years or as considered appropriate
by NPCIL in the first instance and for a period up to five years for repeated instances.
17.4. Effect of Banning of Business Dealings by NPCIL:
In case NPCIL has banned the business dealing with the bidder/contractor, the
following shall be the consequences on issuance of the order of banning of business
dealings with the bidder/contractor:-
17.4.1. The bidder shall not be allowed to participate in any future tender enquiry. If the
bidder has already participated in tender process and the price bids are not opened,
his techno-commercial bid will be rejected and price bid will be kept unopened. In
cases, where the price bids of bidder have been opened prior to the order of banning,
such bids shall be rejected.
17.4.2. The bidder shall not be permitted to participate in any business process in any form
or entity i.e. as Associate/Collaborator/Joint Venture Partner/Consortium Partner of
the Main Contractor even if the banning order is passed subsequent to opening of
Part-I bids.
17.4.3. The bidder shall not be allowed to participate as Sub-Vendor/sub-contractor in the
tenders for contracts for works, service and supplies.
17.4.4. Even if, the banned contractor is an approved sub-vendor under any Contract for
such equipment/component/service, the Main contractor shall not be permitted to
place work order/Purchase order/Service contract on the banned contractor as a sub-
vendor after the date of banning even though the name of the party has been
approved as a sub-vendor prior to the order of banning.
17.4.5. The completion certificate issued to the contractor shall make a mention regarding
banning during execution of the contract.
17.4.6. Banned bidder shall not be permitted to submit the bid. The bid submitted by the
banned bidder shall be summarily rejected.
18. Civil Liability for Nuclear Damages (CLND) Act 2010 & Rule 2011 thereof:
Subsequent to the enactment of CLND Act 2010 and Rule 2011, the Purchaser shall
have Right to Recourse against the contractor in accordance with provisions under
Section 17(a) of Civil Liability for Nuclear Damage Act, 2010, as referred in GCC.
To have clarity on the terms used in the CLND Act 2010 and Rule 2011 pertaining to
Right to Recourse, following definition to be considered by the bidder before
submission of bids.
i. “Contractor” – shall be as per applicable GCC.
ii. “Supplier” shall be as defined in CLND Rule 24-2.
iii. “Product Liability Period (PLP)” shall be as defined in CLND Rule 24-2.
Explanation w.r.t. GCC: In case of supply of equipment(s), PLP shall be
the Defect Liability Period plus contractual Latent Defect Liability
Period, where as in case of services, PLP shall be up to Defect Liability
period as defined in applicable GCC.
iv. “Initial License” (Refer CLND Rule 24-2): The initial license, unless otherwise
specified, is valid for a period of five years from the date of its issue by AERB.
* Strike off if not applicable
* * *
Period, where as in case of services, PLP shall be up to Defect Liability
period as defined in applicable GCC.
v. “Initial License” (Refer CLND Rule 24-2): The initial license, unless otherwise
specified, is valid for a period of five years from the date of its issue by AERB.
* Strike off if not applicable
------------------- *----------------------
APPENDIX-X
PRE-QUALIFICATION CRITERIA
NOT APPLICABLE
SECTION – B
GENERAL CONDITIONS OF CONTRACT (FORM NO. GCC/CMM-22/REV.4)
&
SPECIAL CONDITIONS OF CONTRACT
(ATTACHED/UPLOADED SEPARATELY)
SECTION-C
TECHNICAL SPECIFICATIONS OF
STORES
(Drawing and Other Specification documents if any, are attached/uploaded separately)
ATTACHED IN PDF FORMAT SAPARATELY
TENDER FORM
From To
Head, CMM Rawatbhata Rajasthan Site Paramanu Vijay Bhawan, C&MM Wing. Ground Floor, Anushakti Rajasthan- 323303.
Dear Sir, 1. I/We have read the ‘Invitation to Tender’, ‘Instructions to Tenderers’, ‘General
Conditions of Contracts in FORM NO. CMM-22/Rev.4’ and ** ‘Special Commercial Terms and Conditions’ as contained in the tender documents.
2. I/We have thoroughly examined the specification, drawing and/or pattern quoted or
referred to herein and/or fully aware of the nature of the stores required and my/our bid is to supply the stores strictly in accordance with the requirements under this tender.
3. I/We hereby agree to supply the stores, strictly adhering to the General Conditions of the
Contract in FORM NO. CMM-22/Rev.4 and **Special Commercial Terms and Conditions of the tender documents.
4. You will be at liberty to accept any one or more of the items of stores offered by us and I/We shall be bound to supply you the stores as may be specified in the purchase order/contract.
.
Tenderer’s Bid No.:
Dated :
M/s.
Tender No. : RR Site/Stations/Unit-1&2/CMM/WMF/71579
Dated : As per Tender
Due date : As per Tender
5. I/We hereby agree to keep the prices and our bid valid for your acceptance for a period of 90 (Ninety) days from the due date of this tender.
**Strike out whichever is not applicable. 6. **Deviations to technical specifications are detailed in Annexure-'A' to the tender form
and compliance proposed to General Conditions of the Contract in FORM NO. CMM-22/Rev.4 and Special Commercial Terms and Conditions of the tender documents are detailed in Annexure-'B' to the tender form.
7. I/We are also enclosing herewith all the leaflets/catalogues etc. pertaining to the stores
offered. 8. Details of the stores along with prices and the bid terms are enclosed under schedule to
this tender form. Yours faithfully, Stamp and Signature of the Tenderer **Strike out whichever is not applicable. Encl: Deviation to technical specifications-Annexure 'A' Compliance to General Conditions of Contract in FORM NO. CMM-22/Rev.4 and
Special Commercial Terms and Conditions - Annexure 'B’ Leaflets/Catalogue.
SCHEDULE TO FORM NUMBER C&MM 44(A) 1/22 (A)
न्यकू्लऱयर पावर कॉरपोरेशन ऑफ इंडिया लऱलिटेि
NUCLEAR POWER CORPORATION OF INDIA LIMITED (भारत सरकार का उद्यि) (A Government of India Enterprise)
रावतभाटा राजस्थान साईट RAWATBHATA RAJASTHAN SITE
िाकः अणुशक्लत, वायाः कोटा (राज.) Plant Site, PO-Anushakti, Via-Kota (Raj.) 323303
INDENT NO : 71579 Schedule to Tender No. RR Site/Stations/Common/CMM/WMF/71579 Date :
Fax : 01475-242158
Due on date................ up to 11:00 Hrs. Ph. : 01475-242018, 242071, 242128
S NO.
Description Qty. Unit of Measurement
Unit Price (CIP
Rawatbhata Rajasthan Site) (In
Rs.)
GST Rate on CIP Site Price in
Percentage
Total Price Including
GST (in Rs.)
HSN No. / SA No.
1 Bird protection net as per attached specification. 15.00 Nos.
Other terms [Tick wherever applicable]
PRICES : CIP Rawatbhata Rajasthan Site [ ]
PAYMENT TERMS : As per GCC are acceptable. [ ]
Other, Please Specify:
Validity of offer: ……………………
Delivery Period: ……………………
GST Registration No: ……………………
Please enclosed catalogue/ of the offered item(s) otherwise your offer may be ignored.
I / We have understood the terms and conditions of the contract as contained in form No. (GCC / Supply-1 / Rev-4)/(CMM-22 / Rev. 4) and have thoroughly examined the specification drawing and or pattern quoted or referred to herein and are fully aware of the nature of the stores required and my / our offer is to supply the stores strictly in accordance with the requirements under the subject tender.
Date : Stamp and Signature of Tenderer STATUS OF SIGNATORY
Note: Bidder shall quote the price inclusive of Packing, Forwarding, Freight, and Insurance.
NOTE : The new GST law* has come into effect from 01.07.2017. Hence all transactions with effect from 01.07.2017 are governed by it. Accordingly, reimbursement of taxes and duties applicable will be regulated as per new law and as per existing conditions under the contract. Your specific attention is invited to the relevant clauses of ITT/GCC/SCC. You are therefore advised to note the same and that while claiming reimbursement of taxes/duties and in case you avail ITC(Input Tax Credit) against the GST (claimed or which would be reimbursed, wherever is used for availing ITC) with respect to the
Bills/Invoices raised by you under the contract as permitted under the new GST law* you will be liable to pass on the corresponding additional benefit on this account to the purchaser and should therefore be passed on and when availed.
*New GST Law here means CGST, IGST acts of the Central Government and the relevant SGST/UTGST act of the State Government/Union Territories as applicable.
ANNEXURE A
The tenderer shall note that any deviation to Technical Specifications of our
tender may lead to disqualification of their bid. However tenderer may submit
the details of deviations.
Deviation to Technical
Specification(If Any)
Confirmation of Bidder(s) (Tick
against Yes or No)
Deviation to Technical Specification
of Tender.
YES NO
If Yes please Provide complete Details and attached the supporting
documents.
ANNEXURE B
(To be filled online)
GENERAL INFORMATION
(To be filled online)