nuclear power corporation of india limited (a … · nuclear power corporation of india limited (a...
TRANSCRIPT
e-TPT/SUPPLY-1
Tender Fees Rs:-11800
NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)
DIRECTORATE OF CONTRACTS & MATERIALS MANAGEMENT
Tender No. CMM/OPS/54-52-09-3150
TENDER DOCUMENT FOR
TWO PART TENDER
FOR DESIGN,MANUFACTURING,INSPECTION,TESTING,PACKING,TRANSPORTATION AND DELIVERY OF 250 V DC TUBULAR HDP TYPE POWER BATTERY BANK WITH SPARES AND BATTERY STANDS. DISMANTLING OF OLD BATTERY BANKS AND ITS STANDS, SHIFTING OF OLD BATTERY BANKS AND ITS STANDS ALONGWITH ERECTION,INSTALLATION & COMMISSIONING OF NEW BATTERY BANKS AND BATTERY STANDS AT NAPS 1&2 SITE. SECTION-A : INVITATION TO TENDER AND TENDERING CONDITIONS SECTION-B : GENERAL CONDITIONS OF CONTRACT (GCC/SUPPLY-1/R-4) SECTION-C : TECHNICAL SPECIFICATIONS OF STORES SECTION-D : FORMAT FOR SUBMISSION OF PART-I
(TECHNICAL AND COMMERCIAL BID EXCEPT PRICE) SECTION-E : FORMAT FOR SUBMISSION OF PART-II (PRICE BID) OF THE TENDER
e-TPT/SUPPLY-1
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A Government of India Enterprise) Directorate of Contracts and Materials Management
TWO PART TENDER FOR INDIGENOUS ITEMS
Tender No. CMM/OPS/54-52-09-3150
Last Date for Receipt of both Part-I (Technical & Commercial Bid except price) and Part-II (Price bid) of the Tender: As indicated in NIT
To
M/s. ________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
Dear Sirs,
Sub:DESIGN,MANUFACTURING,INSPECTION,TESTING,PACKING,TRANSPORTATION AND DELIVERY OF 250 V DC TUBULAR HDP TYPE POWER BATTERY BANK WITH SPARES AND BATTERY STANDS. DISMANTLING OF OLD BATTERY BANKS AND ITS STANDS, SHIFTING OF OLD BATTERY BANKS AND ITS STANDS ALONGWITH ERECTION,INSTALLATION & COMMISSIONING OF NEW BATTERY BANKS AND BATTERY STANDS AT NAPS 1&2 SITE. This booklet contains invitation to tender, tendering conditions, contracting conditions and specifications of stores required by us. The tenders in respect of this case are to be submitted in TWO PARTS in on-line bidding forms at https://npcil.etenders.in only. If you are interested to quote, please go through the contents particularly the tendering conditions and ensure that your e-bid submission shall be completed on or before the last date and time as indicated in Notice Inviting Tender (NIT).
Yours faithfully,
SD/- Pradeep Dongre
General Manager(C&MM) For and on behalf of Nuclear Power Corporation of India Ltd. (The Purchaser)
e-TPT/SUPPLY-1 Page 1 of 2
NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)
DIRECTORATE OF CONTRACTS & MATERIALS MANAGEMENT
Phone No. 91-22-2599 3000 / 1000 Fax No. 91-22-2558 0741
Tender Section, A-'0' Block,
Ground Floor, Nabhikiya Urja Bhavan, Anushakti Nagar, Mumbai 400 094.
INSTRUCTION SHEET Instruction to Tenderers indicating the tender number, last date and time for receipt and opening of on-line tender through NPCIL’s e-tendering web site. Tender No. :CMM/OPS/54-52-09-3150 1.0 Last date for submission Online both Part I
(Technical and Commercial bid except price) and Part II (Price bid) on our NPCIL’s e-Tendering web site https://npcil.etenders.in . All e-Bids shall be submitted through “On-line Bidding Forms” provided at our above web site only. No bid is accepted in manual mode.
: As per NIT
2.0 Due Date and Time for On-Line
Opening of Part-I of the e-Tender i.e. (Technical and Commercial Bid except Price) at our NPCIL’s e-Tendering web site https://npcil.etenders.in.
: As per NIT
3.0 Due date and time for On-line opening of Part-II (Price bid) of the bidder will be decided by the Purchaser and the same shall be intimated only to those bidders, whose e-bids are found acceptable in Part-I, in advance.
4.0 Opening of e-Tenders:
Part-I (Technical and Commercial e-Bid except price) will be opened on-line as per the schedule and the details of the bids submitted by the bidders will be made available for all the bidders. Part-II (Price bid) of only such Bidders whose Part-I bids are found acceptable will be opened on-line as per the schedule after evaluation of their Part-I e-Bids. Subsequent to the opening, details of the Part-II bids opened can be seen by the bidders whose Part-I (Technical and Commercial e-Bid except price) bids are qualified.
e-TPT/SUPPLY-1 Page 2 of 2
5.0 The Tenderers shall take note of the following important aspects of the Two Part Tendering.
5.1 Two Part Tender shall be defined as under:
Part I - Technical & Commercial Bid except Price Part-II - Price Bid
5.2 Both Part-I & Part-II together form the complete bid. Therefore both the parts are
required to be submitted on-line within the due date and time indicated in Para 1.0. The system will not allow submitting e-Bids after the due date and time stipulated for their submission. Therefore, the bidders shall ensure submission of their e-Bids well within the due date and time.
5.3 The Commercial terms and conditions without price shall be submitted along with Part-I – Technical and Commercial bid except price in the relevant on-line bidding forms provided in the Part-I e-envelope.
5.4 Part-II – Price bid shall contain only the quantity schedule and price as per the
relevant on-line bidding forms provided in the Part-II e-envelope.
5.5 The Tenderer shall take special care not to mix up price details submitted against Part-II (Price bid) with Part-I (Technical and Commercial bid except price) and vice versa. Any violation of this condition may lead to rejection of his tender.
5.6 Pre-bid meeting for providing clarifications to the Tenderers will be held online. For this purpose, Tenderers should send their queries (both Technical and Commercial) at least 3 (three) days before the date of pre-bid meeting by email to [email protected] in MS Excel file strictly in the format given in Appendix-Y only.
6.0 All communications other than in e-mode form, if necessitated, in respect of Two
Part Tenders shall be addressed only to the Executive Director, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Ltd., Nabhikiya Urja Bhavan, A-'0' Block, Ground Floor, Anushakti Nagar, Mumbai-400 094, from the date of publishing of e-tender and till the finalization of the e-tender and to no other authority in NPCIL as per the conditions stipulated in the enclosed Invitation to Tender and Tendering Conditions.
7.0 In case the due date for On-line opening of the e-tender happens to be a holiday in NPCIL, e-tender will be opened on-line on the next working day.
8.0 Any future changes / notifications including extension of bid due date pertaining to this tender, will be published hoisted only on website ie. https://npcil.etenders.in
* * *
NUCLEAR POWER CORPORATION OF INDIA LIMITED
SECTION-A
INVITATION TO TENDER AND TENDERING CONDITIONS FOR SUPPLY OF INDIGENOUS STORES
(TWO PART E-TENDER)
Index
Contents Page Nos.
1. Invitation To Tender (ITT) 3
2. Qualifying Requirements 3
3. Expenses towards Submission of Quotations and Liability towards Site Visit / Work
4
4. Content of Tender Document 4
5. Manner And Method For Submission Of E-Bids 5
6. Agency for clarification/ confirmation regarding Tender 8
7. Opening of Tenders 8
8. Terms and Conditions of the Contract 8
9. Taxes and Duties 8
10. Test Charges, Spares and Accessories AND Supervision of Erection & Commissioning Charges.
8
11. Delivery 9
12. Evaluation of Part-I E-Bid (Technical and Commercial except
price E-Bid) 9
13. Opening of Part-II (Price E-Bid) 11
14. Validity of E-Bids 11
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 2 of 17
Contents Page Nos.
15. Evaluation of PART-II: Price E-Bid
11
16. Acceptance of E-Bids
13
17. Consortiums
13
18. Canvassing
14
19. Corrupt or Fraudulent Practices
14
20. Civil Liability for Nuclear Damages(CLND) Act 2010 & Rule
2011 thereof 15
21. Disclosures
15
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 3 of 17
SECTION-A
INVITATION TO TENDER AND TENDERING CONDITIONS FOR SUPPLY OF INDIGENOUS STORES
(TWO PART e-TENDER) 1. Invitation To Tender (ITT) 1.1 The Executive Director, Directorate of Contracts and Materials Management (C&MM),
Nuclear Power Corporation of India Limited (NPCIL), a Government of India Enterprise, invites e-Bids from Indian Tenderers, by e-mode at NPCIL’s e-Tendering Web Site - https://npcil.etenders.in through a Two Part Tender format, for Design,Manufacturing,Inspection,Testing,Packing,Transportation and Delivery of 250 V DC Tubular HDP Type Power Battery Bank with Spares and Battery Stands. Dismantling of Old Battery Banks and Its Stands, Shifting of Old Battery Banks and Its Stands Along-with Erection,Installation & Commissioning Of New Battery Banks and Battery Stands at NAPS 1&2 Site as per the specifications detailed in Section “C” to this tender The conditions of contract, which will govern the contract pursuant to the tender are as contained in Section B of this tender document. If you are in a position to quote for supply in accordance with the technical specifications indicated in Section “C” to this tender document and as per conditions in Section B please submit your e-Bid in a manner and method specified hereinafter. 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.
1.2 The Tender Fee as prescribed shall be paid ON-LINE, upon which the participation in the Tender process is allowed. Micro and Small enterprises ( MSE’s) registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation(NSIC) or Directorate of Handicrafts and Handlooms or any other body specified by the Ministry of MSME are exempted from payment of Tender Fee irrespective of the monetary limit mentioned in their registration certificate provided they furnish registration certificates valid as on the due date of submission of the Tender. Soft copy of such valid certificate is to be uploaded as per the provisions in the e-Tender process on or before the due date for e-Bid submission. In case such a certificate is found to be defective or invalid, such bids shall be rejected.
1.3 In case of Public Tender(PT) there is no restriction for participation in the Tender. In case of Limited Tenders (LT) or Single Tenders(ST), participation is allowed only to the intended bidders who can do online submission of their bids. However, the Tenderers are required to meet the Qualification Criteria stipulated, if any, under the Tender.
1.4 One Bid per Bidder: Each bidder shall submit only one e-Bid for this tender. A bidder
who submits or participates in more than one e-Bid for this tender will cause the bidder’s participation to be disqualified for all such e-bids.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 4 of 17
In addition, if any Tender’s participation herein leads to Conflict of Interest, their bid is liable to be rejected.
2 Qualifying Requirements
2.1 Refer to Appendix ‘X’ for the details of the requirements need to be met by the bidders. 2.2 The bidders while submitting the e-Bid are required to upload all supporting documents /
information necessary for establishing their qualification in e-Envelope only on the e-portal.
2.3 A bidder participating in this tender can participate either as a contractor or as a sub-contractor, but not as both contractor and sub-contractor of another contractor. However, a sub-contractor can participate as sub-contractor to more than one contractor.
2.4 Tender documents shall be downloaded by those bidders who prima facie meet the qualification requirements as in ITT clause 2.1 above. While the system may allow the submission of offer, such allowance shall not be construed to be automatic qualification of the Tenderer for this Tender
2.5 The bidder should not be under liquidation, court receivership or similar proceedings. 2.6 Integrity Pact (IP): a) IP essentially envisages an agreement between the prospective Contractor and NPCIL
committing the persons / officials of both the parties, not to exercise any corrupt influence on any aspect of the contract.
b) Only that Contractor who enters into such an IP with NPCIL would be competent to participate in the bidding.
c) A copy of the IP duly signed on each page by the “Contract Concluding Authority” is
enclosed along with the tender. (Annexure-IP)
d) Contractor shall submit IP within due date and time, duly signed by the same signatory who is authorised to sign the bid in original, in the IP format as attached as per para (c) above. All the pages of the Integrity pact shall be duly signed.
e) The IP would be effective from the stage of invitation of bids till the complete execution of
the contract. This pact begins when both parties have signed it. The validity of this Integrity Pact, from date of its signing, shall be 5 years or the complete execution of the contract to the satisfaction of both the Purchaser and the Contractor, including warranty Period, whichever is later. In case the Contractor is unsuccessful, this Integrity Pact shall expire after six months from the date of signing of the contract.
f) NPCIL has appointed Independent External Monitors (IEMs), who will monitor the tender
process and the execution of the contract, for compliance with all relevant laws, rules, regulations, economic use of resources and for fairness /transparency in its relations with its Contractor. The details with respect to the IEM are available on NPCIL Corporate website, i.e., www.npcil.nic.in.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 5 of 17
2.7 INTEGRITY PACT SECURITY: i). Bidder/Contractor shall furnish IPBG of Rs. 10,00,000 (Rupees Ten Lakhs only) OR any
other currencies as specified in the tender document, in the form of Bank Guarantee as per the prescribed format or Demand Draft drawn in favour of NPCIL. The Bank Guarantee or the Demand Draft should be from a scheduled commercial bank in India for Indian Contractor (except Co-operative bank) and for foreign contractor the bank guarantee shall be from any scheduled commercial bank in India (except Co-operative bank) or a branch of an Indian Bank abroad. Scheduled commercial bank in India includes branches of Foreign Banks operating in India under Reserve Bank of India Guidelines/ as specified in the tender document.
ii). The Integrity Pact Bank Guarantee (IPBG) shall be valid up to 5 Yrs or the complete
execution of the contract to the satisfaction of both the Purchaser and the Contractor, including warranty period, whichever is later. While submitting the bid, Contractor shall consider validity of the IPBG for 5 Years from the date of its issuance to start with. However, Contractor will be required to extend the Integrity Pact Bank Guarantee, as and when required by the Purchaser.
iii). IPBGs of unsuccessful Contractor shall be returned as follows:
For Two Part Tender: After Part I evaluation for Two Part Tenders (Rejected Bids for whom PART II bid is
not to be opened). After placement of the Purchase Order on the successful Contractor (Unsuccessful
Contractors whose PART II bids were opened).
iv). No interest shall be payable by the Purchaser to the Contractor on IPBG for the period of it currency.
v). A model Integrity Pact Bank Guarantee (IPBG) format is enclosed. (Annexure-IPBG) 2.8 Mode of Submission of IP & IPBG: I. Irrespective of mode of tender (offline or online), Integrity Pact (IP) & Integrity Pact Security
(IPBG or Demand Draft) in original shall be submitted by stipulated due date and time for submission of tender. The IP and IPBG shall be submitted in a SEPERATE SEALED envelope, super-scribing the envelope with:
Tender Number: Due Date for bid submission and Opening: Envelope Title: IP and IPBG : for OFFLINE as well as ONLINE type of tender at address given below:
Manager (Tender), Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Ltd., Nabhikiya Urja Bhavan, A-'0' Block, Ground Floor, Anushakti Nagar, Mumbai-400 094 ANY BID WITHOUT ABOVE INTEGRITY PACT (IP) & INTEGRITY PACT SECURITY
SHALL BE TREATED AS NON RESPONSIVE BY NPCIL AND SHALL NOT BE OPENED.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 6 of 17
II. Timely submission of the original IP & Integrity Pact Security instrument is the
responsibility of the Bidder/Contractor and no reasons / excuses in this regard will be entertained by NPCIL.
2.9 All Micro and Small Enterprises (MSEs) falling within the definition as per MSMED Act are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover, subject to meeting quality and technical specifications.
3 Expenses towards Submission of Quotations and Liability towards Site Visit / Work 3.1 The Purchaser shall not be responsible for expenses incurred towards preparation and
submission of e-Bid as well as other associated expenses such as site visits. 3.2 In case of erection and commissioning, repairs and such other jobs wherein the bidder’s
personnel or authorised representatives need to visit the Purchaser’s site, they can do so only after obtaining the prior permission of the Purchaser’s site authorities. However, such Tenderer’s whose personnel are granted permission, are deemed to have explicitly agreed to the condition that they shall indemnify and hold harmless the Purchaser and its personnel from and against all liabilities with respect to personal injury, loss or damage to property and any other loss or expenses incurred by bidder’s personnel as a result of such visit.
4 Content of Tender Document 4.1 The scope of work, bidding procedures, contract terms and technical requirements are
prescribed in the bidding documents. The Tender documents include the following sections:
(a) Instruction Sheet (b) Section A: Invitation to Tender and Tendering Conditions (c) Section B: General Conditions of Contract and Special Conditions of Contract. (d) Section C: Technical Specifications & Drawings (e) Section D: Format for Submission of Part-I e-Bid (Technical and Commercial e-Bid
except Price e-Bid) (f) Section E: Format for Submission of Part-II e-Bid (Price e-Bid).
4.2 The bidder is expected to examine all instructions, forms, terms, specifications and other
information in the tender documents. Failure to furnish all information required by the bidding documents or submission of a E-bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk and may result in rejection of their -bid.
4.3 Clarification of Tender Documents: 4.3.1 The bidder shall be deemed to have carefully examined all Tender documents and
obtained clarifications from the Purchaser where needed, inspected and surveyed the Site and its surrounding and satisfied himself as to the form and nature of the Site, the quantities and nature of work and material necessary for the supply of the Stores and the means of access to the Site, the accommodation he may require and in general obtained all necessary information as to risks, contingencies and other circumstances which may influence or affect his tender, to his entire satisfaction before submitting the e-Bid.
4.3.2 In particular and without prejudice to the foregoing conditions and in addition thereto,
when tenders are called for furnishing the Particulars, the bidder’s tender to supply in accordance with such Particulars shall be deemed to be an admission on his part that he
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 7 of 17
has fully acquainted himself with the details thereof and satisfied himself before tendering as to the correctness and sufficiency of his tender for the Stores and of the rates and prices quoted in the Schedule of Quantities., The rates and prices shall, except as otherwise provided, cover all his obligations under the Contract and all matters and things necessary for the Supply of the Stores and Services
4.3.3 The Tenderer acknowledges that any failure to acquaint itself with all such data and
information shall not relieve their responsibility for properly estimating the difficulty or cost of successful execution of the Tender scope towards completion of the Particulars..
4.3.4 No claim on his part which may arise on account of non-examination or misunderstanding of
the Particulars and/or matter related to site will, in any circumstances, be considered payable by the Purchaser.
4.4 Pre-Bid Meeting: A pre-bid meeting for providing clarifications to the bidders will be held
ON-LINE unless specified otherwise, on the date and time specified in the Notice Inviting Tender(NIT) of the Tender document. Bidders participating in this Tender and who have enrolled in our e-portal (https://npcil.etenders.in ) can login and participate in the pre-bid meeting.. Bidders are requested to send their queries -both Technical and Commercial in advance to the e-mail addresses provided in NIT; within the due date and time prescribed for their submission (which would be at least three days, prior to date of pre-bid meeting, unless specified otherwise in ITT or NIT) as stipulated under the NIT. Queries / clarification / information sought in any other manner shall be ignored. In addition to pre-bid conversation history any offline queries / clarifications / information will be uploaded in the e-portal against the particular Tender ID under tab ‘Pre-Bid’. Any modification to the Tender, which may become necessary as a result of the pre-bid meeting, will be uploaded in the e-portal against the particular Tender ID. Bidders are requested to update themselves by visiting our e-portal (https://npcil.etenders.in) frequently. It may be noted that no queries will be entertained after the expiry of pre-bid meeting. Accordingly, it is requested that bidder along with their associates shall take part in the pre-bid meeting to ensure that tender requirements are clearly understood by all the stakeholders.
4.5 Amendments to Tender documents: The Purchaser reserves the right to issue any
amendments, corrigendum, clarifications, etc. to the Tender, giving reasonable time, prior to the last date and time of online bid submission. . Bidders are requested to update themselves on our e-portal (https://npcil.etenders.in) the details such as pre-bid clarifications, corrigenda, addenda and other documents forming a part of the subject Tender, before submission of their e-bid.
5. Manner And Method For Submission Of e-Bids 5.1 All e-bids shall be made in ENGLISH in the prescribed form attached. e-Bids submitted in any
language other than ENGLISH must be accompanied by ENGLISH translation. Any printed literature submitted with the E-bid in any other language shall be accompanied by authentic
English translation and for interpretation the English version shall prevail. 5.2 The bids submitted in response to this Tender, shall be in TWO PARTS as under in
two different e-Envelopes provided for them: Part -I (Technical and Commercial e-Bid except price) and “Part-II (Price e-Bid) at e-Tendering Portal viz. https://npcil.etenders.in . The first e-Envelope i.e., Part-I shall comprise of two sections namely Technical Section and Commercial Section in the form of “On-line Bidding Forms” and all these Bidding Forms shall be filled and Tenderers are required to upload the relevant/required
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 8 of 17
documents/catalogues/drawings only in Part-I (Technical and Commercial E-bid except price) e-Envelope. The second e-Envelope i.e., Part-II (Price e-Bid) comprising of price and schedule of quantity of items shall be submitted in Part-II (Price e-Bid) e-Envelope only.
5.3 a) Technical section of Part-I (Technical & Commercial E-bid except price) e-Bid should
contain/include only Technical Specifications, technical details, literature, references of earlier supplies of similar equipment, drawings, quantity, time required for submission and approval of drawings, manufacturing and delivery schedule, inspection/testing procedures etc. Itemised list of spares and quantity recommended by the Tenderer for purchase should also be included in Part-I (Technical & Commercial e-bid except price) of the e-Bid without their prices. Invariably, the itemized prices of spare parts should be furnished only in Part-II (price e-Bid), in the “On-line Bidding Form”, provided for this purpose.
5.3 b) Part-I (Technical & Commercial e-Bid except price) should be submitted in accordance
with the format provided by the Purchaser at Section “D” of this tender document. If any deviation or substitution from the Technical Specifications contained in Section “C” to this tender document is involved, such details should be clearly indicated in e-Envelope Part I (Technical & Commercial E-bid except price) and should be filled as Annexure-A of the bidding form of Part I e-Envelope, or otherwise it shall be an admission on the part of the bidder that he will supply the equipment as specified by the purchaser. However, bidders may note that deviations or substitutions from the Technical Specifications may lead to rejection of their e-bid.
5.3 c) The bidder shall upload all drawings pertaining to the plant / machinery / equipment /
component along with their Part-I e-Bid for correct understanding and appreciation of their tender. Bidder’s drawings will form part of the purchase order/contract only after these are approved by the Purchaser.
5.3 d) Catalogues / Technical Literature: All necessary catalogues/drawing/technical literature data as
are considered essential for full and correct evaluation of the E-bids shall invariably be uploaded with the PART I (Technical and Commercial E-bid except price) of the e-bid.
5.3 e) Instruction / Operation Manual: In respect of plant / machinery / equipment / instrument /
apparatus, where instruction/ operation manual is normally necessary to enable the user to put the plant/machinery / equipment / instrument / apparatus to proper use, the contractor shall furnish soft form of such an instruction/ operation manual specific to the stores being supplied along with the plant / machinery / equipment / instrument / apparatus. The bidder shall clearly specify in the E-bid about his readiness to supply instruction / operation manual.
5.4 Commercial Section of Part-I (Technical & Commercial E-bid except price) e-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 ‘E’ notes (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.
5.5 Part II (Price E-Bid) should be furnished as per Section “E” of the tender document in the e-
Envelope made available on-line. The bidder will co-relate the price and quantity schedule of items in PART II (Price E-bid) of the tender with the description of
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 9 of 17
plant/machinery/equipment/ component indicated in Part I (Technical & Commercial E-bid except price).
5.6 The system will not allow submitting e-Bids beyond the stipulated due date and time.
Therefore, the bidder shall ensure the submission of e-Bids well within the stipulated due date and time.
5.7 The bidders, while submitting the e-Bid are required to upload all supporting documents
/ information necessary for establishing their qualification in Part I (Technical and Commercial E- Bid except Price) e-Envelope only on the e-portal.
5.8 The Part-I (Technical & Commercial bid except price) shall be submitted in the e-
ENVELOPE provided for it’s submission in the system The bidder shall take special care not to mix-up price details with the Part-I (Technical & Commercial bid except price) and vice versa. Any violation of these conditions may lead to rejection of the bid.
5.9 Similarly the Part-II ( Price Bid) shall be submitted in the e-ENVELOPE provided for it’s
submission in the system.
5.10 Particulars of the Bidders:
5.10.1 The bidder shall upload the details, in case he is a partnership firm or Joint Hindu Family concern, the names and full particulars of the partner or the member of the Joint Hindu Family owing the concern. The e-Bids must be digitally signed by the authorised representative of the firm and the document/s regarding authorisation shall be uploaded in the Part I e-Bid. The original of such documents are required to be furnished when sought by the Purchaser and in case of failure to do so, will make such bid liable to be rejected. The e-Bid must be digitally signed:
(a) In the event of the bidder being a sole proprietary concern by the sole proprietor or
by constituted attorney duly authorized to enter into and sign agreement on his behalf, including agreement to refer disputes arising under or relating to such agreements to arbitration by power of attorney signed by the proprietor and authenticated by a Notary Public or Magistrate.
(b) In the event of the bidder being a partnership firm, by all partners or by a constituted
attorney duly authorized to enter into and sign agreements on behalf of the partnership firm including agreements to refer disputes arising under or relating to such agreements to arbitration by a power of attorney duly executed by all the partners and authenticated by Notary Public or a Magistrate.
(c) In the event of the bidder being a Hindu Joint Family concern by the Karta of the
Joint Family when the bid is signed by a constituted attorney of the sole proprietor of a concern or when the e-Bid is signed on behalf of the firms by a constituted attorney of its partners as provided in sub clause (a) and (b) above, then original power of attorney appointing him as such constituted attorney shall be supplied with the e-Bid or if a e-Bid is executed on behalf of a limited company but its constituted attorney as provided in sub cases (c) above, the original power of attorney along with the resolution (if required under its Articles of Association) authorizing the affixation of its common seal on the power of attorney and a copy of its Articles of Association shall be supplied with the e-Bid. If however, the power of attorney has been previously furnished to and approved by the Purchaser, the contractor need not send the same with the e-Bid.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 10 of 17
5.11 Income Tax Registrations, GSTIN and and other Registrations
The bidder shall submit along with PART I (Technical & Commercial e-Bid except price), the name and address of their bankers and the Income Tax Permanent Account Number (PAN) and GSTIN etc.. Further, if the bidders are registered with the Directorate General of Supplies and Disposals or the Executive Director, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Limited, Directorate of Purchase & Stores, Department of Atomic Energy (DAE) as an approved supplier, they shall indicate in PART I (Technical & Commercial E-bid except price) such registration number, date and its validity date in Part-1 E-envelope.
6 All Clarifications/ Confirmations, if any, regarding the e-tender and e-Bid of the Bidder
during online pre-bid meeting and e-bid evaluation stage, shall be mailed exclusively to [email protected] addressed to Executive Director, C&MM, Nuclear Power Corporation of India Limited, Nabhikiya Urja Bhavan, “A-0”Block, Ground Floor, Anushaktinagar, Mumbai - 400 094.
7 Opening of e-Tenders 7.1 Unless otherwise advanced or postponed with advance intimation to the bidders, Tenders
will be opened on-line at NPCIL E-Tendering Web site i.e., https://npcil.etenders.in in Two stages as indicated at ITT clause nos. 2.0 and 3.0 of the Instruction Sheet of this Tender Document as per schedule indicated in Tender Document.
7.2 Part-I (Technical and Commercial e-Bid except price) will be opened on-line and the details
of the Part-I bids submitted by the bidders will be made available for all the participating bidders.
7.3 Part-II (Price e-bid) of only such Bidders whose Part-I bids are found acceptable will be
opened on-line after evaluation of their f Part I e-Bids. Subsequent to the opening, details of the Part-II bids opened can be seen by the bidders whose Part-I (Technical and Commercial e-Bid except price) bids are qualified.
8 Terms and Conditions of the Contract
8.1 It must be clearly understood that any contract concluded pursuant to invitation to this e-tender
shall be governed by the General Conditions of Contract and Special Conditions of Contract given in Section B of this tender document. Tenderers must, therefore, take special care to go through these conditions of the contract. Tenderers should bring out deviations, if any, with respect to General Conditions of Contract, Special Conditions of Contract, Technical Specifications etc. in Annexure A and upload it with Part I of their e-bid. However, Tenders submitted subject to counter conditions or with deviations from the General Conditions of the Contract / Special Conditions of Contract (SECTION B) of this tender document runs the risk of rejection. It should also be realized that failure to bring out deviations / not uploading any deviations (in Part-I e-envelope) from the General Conditions of the Contract contained in Section B of this tender document would imply that the Tenderer is willing to execute the contract as per the Purchaser’s Terms and Conditions of the Contract.
8.2 Price Basis, Price Adjustment, Contract Currency and Payments Please refer Section B – GCC Clause nos. 5.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 11 of 17
9 Taxes and Duties: Please refer Special Conditions of Contract. 10 Test Charges, Spares and Accessories AND Supervision of Erection & Commissioning
Charges. 10.1 Routine Test, Special tests, Type Test, Special Type Tests, Seismic Qualifications/Testing 10.1.1 The bidder is required to perform the above tests as specified in the Technical Specification.
As regards Type Tests, Submission of valid Type Test Certificate of previous tests may be considered in lieu of performing the tests, as provided in Technical Specifications.
10.1.2 a) Price for supply of items shall include charges for all Routine Test, Type tests etc. No
charges for these tests shall be claimed/ paid separately.
b) Charges for Special Type Tests, Seismic Qualification/Testing shall not be included in the price of the items and shall be quoted/ claimed separately.
10.2 Spares and Accessories: 10.2.1 Bidders shall also furnish the prices of essential accessories, optional accessories and spares
necessary for satisfactory operation of the plant / machinery / equipment / component,
a) for a period of two years and b) for a period of five years or
as specified in the Section C: Technical Specifications and Section E: Format for submission of Part-II ( Price E-Bid) of Tender.
10.2.2 The prices for accessories and spares shall be itemized. e-Bids where only lump sum prices
are indicated are liable to be ignored. Particular care must be taken to list out each item of spare and quantity recommended and also the individual price for these items in Part II (Price e-Bid). However, a list of spares and accessories without the price should be included in PART I (Technical & Commercial E-bid except price).
10.3 The Bidders must clearly and separately furnish in their Price e-Bid the charges for
Supervision of erection and commissioning of items to be supplied under the contract. 11 Delivery 11.1 The entire scope of this tender shall be completed within 24 (Twenty Four) Months from the
date of issue of Purchase Order. Detailed delivery schedule is available at D.2.5 page 1 of 1 of specification PP-E-2405. Milestone chart for detailed manufacturing schedule leading to delivery shall be submitted along with Part-I (Technical & Commercial E-bid except price). Tenderers should note that their e-Bidmay not be considered by the Purchaser unless the bidders can meet the delivery schedule specified by the Purchaser.
11.2 The stores shall be transported to the Purchaser’s site directly without any transhipment en-
route, in case of transportation by sea and road. In case of transportation through railways/waterways also the transhipment is generally not allowed. However, transhipment may be allowed at the discretion of the Purchaser for which the contractor needs to explain the need for transhipment and take Purchaser’s prior approval.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 12 of 17
12.0 Evaluation of Part-I E-Bid (Technical and Commercial except price E-Bid) 12.1 The Tenders of such bidders who meet the qualifying requirements stipulated in the tender
documents (such as experience and financial criteria) shall only be considered for detailed techno-commercial evaluation. Detailed technical evaluation will also take into account the financial and technical capabilities as well as such other criteria deemed necessary and appropriate. In addition, the concurrent commitments of the bidders shall also be taken while assessing their capability for executing this contract.
12.2 Clarifications Regarding Part-I (Technical And Commercial E-Bid Except Price) 12.2.1 After opening of the Part-I (Technical & Commercial E-bid except price) of the tender, if it
becomes necessary for the Purchaser to seek clarifications from the bidders regarding technical and commercial terms and conditions of the tender, the same will be sought from the bidders. In such an event, the bidder will furnish all the Technical and Commercial information/clarification on or before the date and time fixed for their submissions, failing which such tenders are liable to be rejected without any further notice.
12.2.2 The Purchaser’s representative will visit the works / office of the bidder and hold discussion
with bidder’s representative on the offer. Discussion will be held on the various aspects of the offer, including the deviations, if any, vis-à-vis tender requirements. Following aspects would be the points of discussion / review:
Bidder i) In-house manufacturing facility ii) Financial strength iii) QA System iv) Project Planning & execution capability v) Experience of similar work done vi) Manpower for all the above activities vii) Deviation from technical and commercial conditions, if any
Sub-Contractor i) Manufacturing Facility ii) QA System iii) Experience iv) Manpower v) Compliance with NPCIL technical requirements
The above list is not exhaustive. Alteration / deletion / addition of the points can take place depending on the nature of the package. Both the bidder and the sub-contractor shall be required to sign joint Minutes of Meeting confirming their respective roles and responsibilities. Purpose of holding these discussion is to ensure that the bidder or its sub-vendors understand the tender requirements fully and unambiguously. Also, the purchaser’s representative will evaluate the facilities of the bidder and its sub-vendors, by visiting their premises, as regards their capability to meet the tender requirements.
12.2.3 In case bidder or its sub-vendors make any alternative suggestions with respect to the tender
requirements, the same will be discussed and noted for further evaluation by the Purchaser.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 13 of 17
12.2.4 In the event of differences in commercial terms and conditions quoted by various bidders, the purchaser may resort to commercial discussions to bring all the bidders to common level of commercial terms and conditions. The Purchaser reserves the right to reject any tender which is not meeting the common commercial terms and conditions if proposed by the Purchaser, without making any reference to the bidder.
12.2.5 Irrespective of whether clarifications are sought for from any of the bidders or otherwise, the
bidders will be free to have discussions with the Purchaser concerning the scope / details of tender etc., if they so consider necessary. For this, the bidders should send specific request for arranging meeting, to Executive Director, C&MM, NPCIL at the address given in Sr. No. 1 of the Instruction Sheet.
12.2.6 Based on the technical and commercial clarifications and confirmation, visits to bidders/ subcontractors work / facilities and discussions as required, Purchaser may allow some common technical or commercial deviations as the case may be and forward the list of such accepted deviation to Tender Conditions, after finalization of Part-I evaluation, to all bidder’s whose Part-I e-Bid will have been found acceptable.
12.2.7 The bidders in general shall not have the option of revising the e-bid, unless it is approved
by the Purchaser. The Purchaser shall, based on the clarification/ confirmations, discussions held and alternatives proposed by the bidders during Part-I evaluation, may communicate common acceptable deviation all the bidders whose Part –I e-bid is acceptable subject to such common acceptable deviations and authorize the option for revising the e-bid to the extent of such common acceptable deviations, to all the bidders. Any change in price effected by the bidders, justifications for such changes are to be furnished with the break up of change in price applicable. The revised/add-on e-Bid should contain only the revised portion sought for and submitted in the e-Envelope made available and as per the instructions provided for the same. For evaluation, the original and the revised bids shall be considered either together or only the revised bids as the case may be.
12.2.8 All technical and commercial aspects pertaining to Part I (Technical and Commercial e-Bids except price) of the tender will be finalised prior to opening of Part II (Price e-Bid) and no change in this regard shall be accepted after opening of Part II (Price e-Bid).
13 Opening of Part-II (Price e-Bid)
The Part-II e-Bid of only such bidders whose Part-I e-Bids are found acceptable will be opened online at NPCIL’s e-tendering portal https://npcil.etenders.in Due date and time for opening of the Part-II e-Bids will be decided by the Purchaser and the same shall be made available only to such Tenderers, whose e-Bids are found acceptable in Part-I, to enable them to access the tender opening details through on-line at https://npcil.etenders.in
14 Validity of E-Bids e-Bids shall be kept valid for acceptance for a period of 120 (one hundred and twenty) days
from the date of opening of PART II (Price e-Bid) of the tender. e-Bids with shorter validity period will be liable for rejection.
15 Evaluation of PART-II: Price E-Bid 15.1 The price adjustment provisions as indicated in para 8.0 above, shall not be taken into
account for evaluation of offers. e-Bid evaluation will be done based on the total of Landed Prices which are inclusive of GST and all other indirect taxes and duties for supply of items and site work portion as per Section E of the Tender document. To facilitate the evaluation
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 14 of 17
and comparison of prices, all e-bid prices expressed in foreign currency will be converted into Indian Rupees at Bills Selling exchange rates (as established by State Bank of India) applicable on the day seven days prior to due date of submission of both Part – I (Technical & Commercial Except Price) and Part – II (Price e-Bid). If the day seven days prior to due date of submission of bid happens to be a holiday, the exchange rates of next working day will be considered. For items sourced from abroad and directly delivered to the Purchaser’s site, wherever the ocean/air freight and marine insurance to the port of the Purchaser’s country are not quoted then, 11% of FOB prices will be considered towards ocean/air freight and marine insurance to arrive at CIF prices. In the event the actual cost towards local transportation and other services including customs clearance, port handling, inland transit insurance etc. in India are not quoted as required, the charges towards the same will be considered as 1 ½% of CIF Value for items and materials supplied from abroad and delivered directly to the project site from Indian port of entry. Applicable IGST if not quoted will be loaded to arrive at the final price for the purpose of evaluation in case of unregistered parties.
15.2 For Tender where Fiscal Concessions as per SCC are available/ applicable, the following
shall apply:
(a) For evaluation and comparison of bids, a price preference at 15% would be given to the domestically manufactured capital goods. For this purpose, the bid price of the bidders would be increased by 15% of all such CIF components contained in their price bid including the CIF component of the imported raw materials/ components required for manufacture of indigenous items. No exchange rate variation is allowed towards the value of imported raw materials and components included in the Indigenous items. For the purposes of 15% loading as above, the base exchange rates shall be Bills Selling exchange rates (as established by State Bank of India) applicable on the day seven days prior to due date of submission of e-bid. [Both Part-I (Technical & Commercial Except Price) and Part-II (Price e-Bid)]. If the day seven days prior to due date of submission of bid happens to be a holiday, the exchange rate of next working day will be considered.
(b) Further the charges for expatriate supervision for erection and commissioning
quoted in foreign currency will not be loaded by 15%.
(c) IGST applicable on the import of finished goods which are to be delivered directly to the Purchaser’s site from the port of import shall be indicated by the Bidder. This IGST will be considered for the purpose of evaluation of the bids.
15.3 The value of mandatory spares will be considered for the bid evaluation as per Section – E
of the Tender. Recommended spares will not be included for bid evaluation. 15.4 The bid evaluation will be done in conjunction with the clauses contained in Section: E of
the Tender.
15.5 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 as per clause 2.0)
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
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 15 of 17
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
16 Acceptance of e-Bids 16.1 The Purchaser reserves the right to accept or reject, lowest / any / all e-Bid(s), in whole or in
part, without assigning any reasons whatsoever and without any liability to the Purchaser. The bidder not withstanding that his e-Bid has not been accepted in whole shall be bound to supply the Purchaser, such item or items and such portion or portions of one or more items, as may be accepted by the Purchaser.
16.2 Acceptance of e-Bids by the Purchaser may be sent by priced Letter of Intent / Purchase
Order / Contract within the validity of the e-Bid. In case of such Letter of Intent, the bidder whose e-Bids is accepted and who is herein after referred to as contractor will proceed with the execution of the contract on the basis of such advance acceptance of e-Bid without waiting for a formal purchase order/contract and will be responsible to seek and obtain whatever clarifications that are necessary from the Purchaser to proceed with the execution of the contract and contractual delivery period will be reckoned from the date of such Letter of Intent.
16.3 Unsuccessful bidder(s) will not be informed of the result of their e-Bid(s). 17 Consortiums - Not Applicable
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 16 of 17
18 Canvassing 18.1 Canvassing in any form with regard to this tender will lead to rejection of the E-bid. 19 Corrupt or Fraudulent Practices 19.1 NPCIL 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, NPCIL:
(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 any thing 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 NPCIL, and includes collusive practice among Bidders (prior to or after e-Bid submission) designed to establish e-Bids prices at artificial non-competitive levels and to deprive NPCIL 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.
20 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.
NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores
e-TPT/SUPPLY-1 ITT 17 of 17
21 Disclosures
21.1 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 E-bid should be disclosed to NPCIL, at any time between the submission of E-bids and the signing of the contract. The same shall be disclosed during the currency as per the GCC clause no. 1.11.2 (Changes in Constitution).
------------------- *----------------------
Appendix – ‘X’
Qualifying Criteria –
1) The bidder shall be manufacturer of lead acid batteries. 2) Average annual turnover (Audited) for last three financial (2014-15,2015-16,2016-17)
years of bidder shall be more than Rs. 922 lakhs AND
3) Party has supplied tubular lead acid battery bank in single order amounting to Rs. 492 lakhs (minimum) in last 10 years from date of bid submission.
Documentary proof for above shall be submitted along with offer.
Technical Qualification Criteria:-
1) Bidder has supplied lead acid tubular battery banks of 48V DC or higher, 2200AH or higher capacity in last 10 years from date of bid submission.
2) Bidder has supplied seismically qualified lead acid tubular battery bank consisting battery cells of 1100 AH or higher.
Tender No. CMM/OPS/54-52-09-3150
Appendix ‘Y’
NUCLEAR POWER CORPORATION OF INDIA LIMITED
DESIGN,MANUFACTURING,INSPECTION,TESTING,PACKING,TRANSPORTATION AND DELIVERY OF 250 V DC TUBULAR HDP TYPE POWER BATTERY BANK WITH SPARES AND BATTERY STANDS. DISMANTLING OF OLD BATTERY BANKS AND ITS STANDS, SHIFTING OF OLD BATTERY BANKS AND ITS STANDS ALONGWITH INSTALLATION & COMMISSIONING OF NEW BATTERY BANKS AND BATTERY STANDS AT NAPS 1&2 SITE
FORMAT FOR RAISING TECHNO-COMMERCIAL QUERIES BY THE BIDDER FOR PRE-BID PURPOSES
NAME OF THE
BIDDER
QUERY
NO.
TENDER SECTION
NO.
REFERENCE CLAUSE NO.
TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.
DESCRIPTION
OF THE QUERY
RESPONSE
FROM NPCIL
1 2 3 4 5 6 7
COLUMN NO. 1 TO 6 TO BE FILLED BY THE BIDDER
COLUMN NO. 7 NPCIL TO RESPOND
(To be submitted in Non-judicial Stamp Paper of appropriate value)
Integrity Pact Bank Guarantee (IPBG)
NUCLEAR POWER CORPORATION OF INDIA LTD. (Acting through) Executive Director, Directorate of Contracts and Materials Management, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai 400094. In consideration of M/s Nuclear Power Corporation of India Limited (NPCIL),having its
registered office at World Trade Centre, 16th Floor, Cuffe Parade, Colaba, Mumbai
400005 (herein after called the Purchaser), on the first part and M/s.________________-
of_____________________(hereinafter referred to as Contractor) on the second part, having
agreed to accept a sum of Rs 10,00,000 (Rupees Ten lakhs Only) OR any other currencies
as specified in the tender document in the form of Bank Guarantee towards Integrity Pact for
__________________________________
___________________________________________________________________________
____ we ________________ (Name of The Bank), (hereinafter referred to as the Bank), do
hereby undertaken to pay to the Purchaser on demand within 3 (three) working days without
any demur and without seeking any reasons whatsoever, an amount not exceeding Rs
10,00,000 (Rupees Ten lakhs Only OR any other currencies as specified in the tender
document and the guarantee will remain valid for 5 years from the date of its issuance i.e.,
__________________(date). The Integrity Pact Bank Guarantee shall be extended from time
to time as required by the Purchaser.
We undertake not to revoke this guarantee during this period except with the previous
consent of the Purchaser in writing and we further agree that our liability under the Guarantee
shall not be discharged by any variation in the term of the commercial offer.
No interest shall be payable by the Purchaser to the Contractor on the guarantee for the period
of its currency.
Dated this_______________day of ____________________2017
For the bank of ___________________
For_________________________________________
( Indicate the name of the bank )
28/12/2016
FORM NO. GCC/Supply-1/Rev.4
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
DIRECTORATE OF CONTRACTS AND MATERIALS MANAGEMENT
GENERAL CONDITIONS OF CONTRACT
FOR SUPPLY OF INDIGENOUS STORES
APPLICABLE TO THE CONTRACTS PLACED BY
NUCLEAR POWER CORPORATION OF INDIA LIMITED
GCC/SUPPLY-1/R-4
GENERAL CONDITIONS OF CONTRACT
FOR SUPPLY OF INDIGENOUS STORES
PLACED BY
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
Preamble
1.1 The scope of the Contract shall be design, engineering, manufacture, inspection, test, supply,
transportation & delivery, as the case may be, of the Stores, plants, materials, components, equipment,
machineries, instruments, appliances and accessories, in accordance with the technical specifications
and drawings of the Contract documents.
1.2 The General Conditions of Contract (GCC/Supply-1/R-4) shall form a part of the Contract.
1.3 In case of any variance between the terms and conditions of the General Conditions of Contract
(GCC/Supply-1/R-4) and the conditions as may be stipulated in the Contract, the latter shall prevail to
the extent applicable.
1.4 All the rights, discretion and powers of the Purchaser under the Contract shall be exercised by the
Purchaser through written communications, which shall be given by the Executive Director, Directorate
of Contracts and Materials Management or other officers authorised by him for and on behalf of the
Purchaser.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 2 of 54
I N D E X
CONTENTS Page No.
1. General Provisions 5
1.1 Definitions
1.2 Interpretations
1.3 Communications
1.4 Language
1.5 Governing Law
1.6 Jurisdiction
1.7 Priority of Documents
1.8 Contractor‟s Documents
1.9 Purchaser‟s Documents
1.10 Confidentiality
1.11 Consortium / Joint Venture / Partnership
1.12 Country of Origin
1.13 Independent Contracts
2 The Purchaser 11
2.1 Accuracy of Information
2.2 Permit, Licences or Approvals
2.3 Free Issue Material
2.4 Purchaser‟s Representatives
3 The Contractor
3.1 General Obligations 11
3.2 Permit, Licences or Approvals
3.3 Compliance with law
3.4 Securities
3.5 Contractor‟s Representative
3.6 Sub-contracting
3.7 Subletting or Assignment of Contract
3.8 Quality Assurance
16
4 Subject Matter of Contract
4.1 Scope of facilities
4.2 Delivery Schedule
5 Contract Price and Payment 17
5.1 Contract Price
5.2 Price Basis
5.3 Currency of Payment
5.4 Price Adjustment
5.5 Price Adjustment Formula
5.6 Terms of Payment
5.7 Application for Payment
5.8 Mode of Payment
5.9 Interest on delayed payment
5.10 Recovery of Advance Payments in case of breach of contract
5.11 Recovery of Sums Due
5.12 Taxes and Duties
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 3 of 54
6 Guarantee, Liability and Risk Distribution 25
6.1 Completion Time Guarantee
6.2 Delay in Supply
6.3 Functional Guarantee
6.4 Defect Liability
6.5 Transfer of Ownership
6.6 Intellectual Property Rights (IPR) Indemnification
6.7 Indemnity Against Loss / Damage
6.8 Indemnity for Taxes and Duties
6.9 Limitation of Liability
6.10 Insurance
6.11 Force Majeure
6.12 Liability of the Government of India
7 Work Program 35
7.1 Contractor‟s Organisation
7.2 Program of Performance
7.3 Work Procedures
7.4 Progress of Performance
7.5 Progress Report
7.6 Hindrances
8 Design and Engineering 36
8.1 General Design Obligation
8.2 Codes and Standards
8.3 Review / Approval of Contractor‟s Documents
9 Procurement and Supply 38
9.1 General Provisions
9.2 Free Issue Materials (FIM)
9.3 Packing and Marking
9.4 Transportation
9.5 Custom Clearance
9.6 Training
9.7 Manuals
10 Quality Assurance, Inspection, Acceptance and Rejections 43
10.1 Quality Assurance Program
10.2 Inspection, Testing and Rejection
10.3 Supervision of Erection & Commissioning
11 Changes in the Scope of Work 46
11.1 Right to vary
11.2 Changes Originating from Purchaser
11.3 Changes Originating from Contractor
12 Time Extension 47
12.1 Extension of Time for Completion
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 4 of 54
13 Foreclosure and Termination 48
13.1 Foreclosure of Contract
13.2 Cancellation / Termination of Contract in Full or Part
13.3 Termination on Death
14 Settlement of Disputes 52
14.1 Settlement by Mutual Consultation
14.2 Arbitration
14.3 General
15 Abbreviations Used 54
List of Annexures
Annexure-A : Format for “Advance Bank Guarantee”
Annexure-B : Format for “Security Deposit”
Annexure-C : Format for “Performance Bond”
Annexure-D : Format for “Application for Payment”
Annexure-E : Format for “Indemnity Bond against Free Issue Material
Annexure-F : Format for “Certificate towards Excise Duty”
Annexure-G : Format for “Certificate towards Sales Tax”
Annexure-H : Format for “Certificate towards Service Tax”
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 5 of 54
1 GENERAL PROVISIONS
1.1 Definitions
1.1.1 "Acceptance” shall mean and deemed to include one or more of the following as stipulated in the
tender:
a) acceptance of the Stores at Purchaser‟s Site after its receipt and due inspection and release of
“Material Receipt Voucher” (MRV), which should be completed within 75 (seventy five) days from
the date of receipt of the Stores at Purchaser‟s Site, subject to the Contractor meeting the
requirements stipulated in the Contract.
b) where the scope of the Contract includes supply, erection and commissioning, acceptance shall mean
issue of necessary Material Receipt Voucher after commissioning and final acceptance of Equipment,
Machinery and Instrument etc. which should be completed within 75 (seventy five) days from the
date of commissioning of the Stores at Purchaser's Site, subject to the Contractor meeting the
requirements stipulated in the Contract.
1.1.2 “Bid” shall mean the tender offer and quotation in response to the Tender Enquiry.
1.1.3 “Change Order" shall mean a written amendment to the existing contract or a new contract from the
Purchaser to the Contractor after the Effective Date of the contract requiring a change in any part of the
Stores that may involve
a) a change in the scope of work,
b) addition / omission of work, and
c) a change in any of the provision / scope of the contract.
1.1.4 “Consignee” shall mean the authorised representative or officer of the Purchaser at site to whom the
Stores are required to be delivered in the manner indicated in the Contract.
1.1.5 "Contractor” shall mean firm / company / joint venture / consortium with whom or with which the
purchase order for the supply of Stores is placed and shall be deemed to include the Contractor‟s legal
successors and/or assignees (approved by the Purchaser), representatives, heirs, executors and
administrators unless excluded by the Contract.
1.1.6 "Contract" or "Purchase Order" shall mean the communication or document signed for and on behalf
of the Purchaser by an Officer duly authorised confirming the acceptance for and on behalf of the
Purchaser of Tender or Offer of the contractor on the terms and conditions mentioned or referred to in the
said communication and other documents including Tender Document, Terms and Conditions of the
contract and such other documents as may be expressly incorporated in the Contract by reference and all
mutually agreed amendments in writing made to any of them
1.1.7 “Contractual Delivery Date” shall mean the stipulated date on which the contractor shall attain
„completion‟ of the Supply of Stores, as specified in the purchase order.
1.1.8 “Contract Price” shall mean the price as specified in “Section A – Item and Price Schedule” of the
Contract subject to such addition and adjustment thereof or deduction there from, as may be made
pursuant to the contract.
1.1.9 “Day” or “Days” shall mean a Gregorian calendar day or days of twenty-four (24) hours each.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 6 of 54
1.1.10 “Defect Liability Period” shall mean the period of validity of the warranties given by the contractor
during which the contractor is responsible for defects with respect to the Stores or the relevant part thereof
as provided in GCC clause 6.4 (Defect Liability).
1.1.11 “Effective Date” or "Commencement Date" shall mean the date of issue of Purchase Order on which
the contract shall come into force.
1.1.12 “GCC” shall mean this General Conditions of the Contract for Supply of Indigenous Stores.
1.1.13 "Latent Defect" shall mean a defect, inherently lying within the material or arising out of design
deficiency, which do not manifest themselves and/or was not reasonably discoverable during Defect
Liability period.
1.1.14 “Month” shall mean a month according to Gregorian calendar.
1.1.15 “Quality Surveillance Engineer / Inspector” shall mean any person appointed by or on behalf of the
Purchaser to inspect or carry out quality surveillance on supplies, stores or work under the Contract or any
person deputed by the Quality Surveillance Engineer for the said purpose.
1.1.16 "Particulars" shall mean the following:
a) Specification(s);
b) Drawing(s);
c) Sealed pattern denoting a pattern sealed and signed by the Quality Surveillance Engineer;
d) Proprietary make denoting the produce of any individual firm; and
e) Any other details governing the construction, manufacture and/or supply as provided in the Contract.
1.1.17 "Party" shall mean Purchaser or Contractor as named in the Contract individually and “Parties” shall
mean Purchaser and Contractor collectively.
1.1.18 "Performance Test" shall mean all operational checks and tests required to determine the performance
parameters including inter-alia capacity, efficiency and operating characteristics of the Stores as specified
in the Contract.
1.1.19 “Plant and Equipment” means permanent plant, equipment, machinery, apparatus, systems, articles and
things of all kinds to be provided by the Contractor under the Contract including the spare parts, tools &
tackles to be supplied by the Contractor.
1.1.20 “Project Manager” shall mean the person appointed by the Purchaser in the manner provided in GCC
sub-clause 2.4.2 (Purchaser‟s Representatives) hereof and named as such in the Contract.
1.1.21 "Purchaser" shall mean the Nuclear Power Corporation of India Limited, a Government of India
Enterprise acting through Executive Director, Directorate of Contracts & Materials Management.
1.1.22 “SCC” shall means Special Conditions of the Contract hereof.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 7 of 54
1.1.23 "Shipping Release" shall mean the document issued by the inspector or the inspection agency nominated
by the Purchaser authorising the Contractor to ship the Stores on satisfactory completion of inspection.
1.1.24 “Site” means the place(s) where the Stores are to be supplied and any other places as may be specified in
the Contract as forming part of the Site.
1.1.25 "Stores” shall mean and include what the Contractor agreed to supply under the Contract as specified in
the Contract and shall include inter-alia goods and materials, equipment, machinery, components,
instruments, appliances, accessories and plant.
1.1.26 “Sub-contractor” shall mean any person on whom preparation of any design, or supply of any Stores
and Other Service(s) is subcontracted directly or indirectly by the Contractor and includes its legal
successor or permitted assignees, and unless otherwise stated, all the Sub-contractors and suppliers to
such Person and the term Sub-Contract shall be construed accordingly.
1.1.28 “Willful Misconduct” shall mean that the Contractor has intentionally concealed the defect in full
knowledge of the consequences that may flow from its existence and the defect is one, which the
Purchaser could not have discovered on careful examination of the Plant at the time of acceptance or
during the Defect Liability Period.
1.2 Interpretation
1.2.1 In the Contract, except where the context requires otherwise:
(a) words indicating one gender include all genders;
(b) words indicating the singular also include the plural and words indicating the plural also include the
singular;
(c) provisions including the word “agree”, “agreed” or “agreement” require the agreement to be record in
writing;
(d) the word “tender” is synonymous with “bid”, “tenderer” with “bidder” and “tender documents” with
“bidding documents”; and
(e) “written” or “in writing” means hand-written, type-written, printed or electronically made, and
resulting in a permanent record.
The marginal words and headings shall not be taken into consideration in the interpretation of these
Conditions.
1.2.2 Persons
Words incorporating persons or parties shall include firms, consortiums, corporations, government
entities and other bodies whether incorporated or not but having legal entity.
1.2.3 Incoterms
Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights and
obligations of parties there under shall be as prescribed by Incoterms 2000.
Incoterms means international rules for interpreting trade terms published by the International Chamber of
Commerce (latest edition), 38 Cours Albert 1er, 75008 Paris, France.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 8 of 54
1.2.4 Entire Agreement
The Contract constitutes the entire agreement between the Purchaser and Contractor with respect to the
subject matter of Contract and includes all written communications, negotiations and agreements of
parties with respect thereto made prior to the date of Contract that are included as reference in the
Contract.
1.2.5 Non-waiver
No relaxation, forbearance, delay or indulgence by either party in enforcing any of the terms and
conditions of the Contract or the granting of time by either party to the other shall prejudice, affect or
restrict the rights of that party under the Contract, nor shall any waiver by either party of any breach of
Contract operate as waiver of any subsequent or continuing breach of Contract.
Any waiver of a party‟s rights, powers or remedies under the Contract must be in writing, must be dated
and signed by an authorized representative of the party granting such waiver, and must specify the right
and the extent to which it is being waived.
1.2.6 Severability
If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such
prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other
provisions and conditions of the Contract.
1.3 Communications
1.3.1 Unless otherwise stated in the Contract, all communications to be given under the Contract shall be in
writing, and shall be sent by personal delivery, airmail post, special courier or facsimile to the address of
the relevant party set out in the Contract.
1.3.2 For communications to be sent by the Purchaser to the Contractor, the following provisions shall apply:
a) Any communication sent by airmail post or special courier shall be deemed (in the absence of
evidence of earlier receipt) to have been delivered ten (10) days after dispatch. In proving the fact of
dispatch, it shall be sufficient to show that the envelope containing such notice was properly
addressed, stamped and conveyed to the postal authorities or courier service for transmission by
airmail or special courier.
b) Any communication delivered personally or sent by facsimile shall be deemed to have been delivered
on date of personal delivery or date of its dispatch, as the case may be.
1.3.3 Communications shall be deemed to include any approvals, consents, instructions, notices, orders,
amendment to the Contract and certificates to be given under the Contract.
1.3.4 Either party may change its postal, facsimile address or addressee for receipt of such communication by
10 days‟ notice to the other party in writing.
1.4 Language
1.4.1 The ruling language of the Contract and language for communication shall be English.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 9 of 54
1.5 Governing Law
1.5.1 The Contract shall be governed by the law of the country. The country unless otherwise stated in the
contract shall be India.
1.6 Jurisdiction
1.6.1 The courts in Mumbai shall have exclusive jurisdiction to deal with and decide all disputes arising out of
related Contract.
1.7 Priority of Documents
1.7.1 The documents forming the contract are to be taken as mutually explanatory of one another. For the
purposes of interpretation, the priority of documents shall be in accordance with the following sequence:
a) the Contract Agreement / Purchase Order
b) the Special Conditions of Contract (SCC)
c) the General Condition of Contract (GCC)
d) the Tender (including technical specifications, drawings, etc.) document, other than Sr. (b) & (c)
above.
1.8 Contractor’s Documents
1.8.1 As between the Parties, the Contractor shall retain the rights for which the Contractor has copyrights and
other intellectual property rights (IPR), and for all other documents prepared / created in the course of
execution of the Contract, the IPR will remain with the Purchaser.
1.8.2 The Contractor shall be deemed to give to the Purchaser a non-terminable transferable non-exclusive
royalty-free licence to copy, use and communicate the contractor‟s documents, including making and
using modifications of them. This licence shall:
(a) apply throughout the actual or intended working life (whichever is longer) of the relevant parts of the
Stores,
(b) entitle any person in proper possession of the relevant part of the Stores to copy, use and
communicate the contractor‟s documents for the purposes of completing, operating, maintaining,
altering, adjusting, repairing and decommissioning the Stores, and
(c) in the case of contractor‟s documents which are in the form of computer programs and other software,
permit their use on any computer on the Site and other places as envisaged by the Contract, including
replacements of any computers supplied by the Contractor.
1.9 Purchaser’s Documents
1.9.1 As between the Parties, the Purchaser shall retain the copyright and other intellectual property rights in
the Specification, the Drawings and other documents made by (or on behalf of) the Purchaser. The
Contractor may, at his cost, copy, use, and obtain communication of these documents for the purposes of
the Contract. They shall not, without the Purchaser‟s consent, be copied, used or communicated to a third
party by the Contractor, except as necessary for the purposes of the Contract and with prior consent of the
Purchaser.
1.10 Confidentiality
1.10.1 The Contractor shall take necessary steps to ensure that all persons employed on any work in connection
with this Contract have noticed that the Indian Official Secrets Act, 1923 (XIX of 1923) applies to them
and shall continue to apply even after the execution of the Contract.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 10 of 54
1.10.2 All information, drawings, designs and specifications imparted to the Contractor shall, at all times, remain
the absolute property of the Purchaser. The Contractor shall not use them for purposes other than for
which they are provided for and shall treat all these documents as confidential. These shall not be
reproduced in whole or in part for any other purpose.
1.10.3 The Contractor shall use his best endeavours to ensure that such information are not divulged to third
parties except where needed for the performance of the Contract by the Contractor with the prior consent
of the Purchaser. In such cases, the Contractor shall ensure and obtain similar obligation of confidence,
from third parties in question.
1.10.4 The Contractor shall at his own cost procure from his own employees, agents or sub-contractors (and
agents and sub-contractors of such agents and sub-contractors) the execution of a Confidentiality
Agreement in the form and manner acceptable to the Purchaser and shall do or assist in doing all such
acts, deeds and things to cause such employees, agents and sub-contractors to whom the confidential
information is given, to be bound by all the confidentiality obligations as the Contractor is bound under
this Agreement.
1.10.5 The provisions of this clause of GCC shall survive termination for whatever reason, of the Contract.
1.11 Consortium / Joint Venture / Partnership
1.11.1 Joint and Several Liability
If the Contractor constitutes a joint venture, consortium or other unincorporated grouping of two or more
entities:
a) each of these entities shall be deemed to be jointly and severally liable to the Purchaser for the
performance of the Contract
b) these entities shall notify the Purchaser one of such entities as their leader who shall have authority to
bind the Contractor and each of these entities.
1.11.2 Changes in Constitution
Where the Contractor is a partnership firm, Joint Venture or consortium, prior approval in writing of the
Purchaser shall be obtained before any change is made in the constitution of the contractor.
If prior approval as aforesaid is not obtained, the contract shall be voidable in accordance with the GCC
clause 13.2 (Cancellation / Termination of Contract in Full/Part) at the Purchaser‟s discretion.
1.12 Country of Origin
1.12.1 “Country of Origin” means the place where the materials, equipment and other supplies for the Facilities
are mined, grown, produced or manufactured, and from which the services are provided.
1.13 Independent Contracts
1.13.1 The Contractor shall be an independent contractor performing the Contract. The Contract does not create
any agency, partnership, joint venture or other joint relationship between the parties hereto.
Subject to the provisions of the Contract, the Contractor shall be solely responsible for the manner in
which the Contract is performed. All employees, representatives or Subcontractors engaged by the
Contractor in connection with the performance of the Contract shall be under the complete control of the
Contractor and shall not be deemed to be employees of the Purchaser, and nothing contained in the
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 11 of 54
Contract or in any subcontract awarded by the Contractor shall be construed to create any contractual
relationship between any such employees, representatives or Subcontractors and the Purchaser. The
Contractor shall indemnify the Purchaser for any loss suffered or costs incurred by the Purchaser on
account of any claims raised by the representatives, employees or third parties to whom the contractor is
solely responsible in terms hereof or under the Contract.
2. THE PURCHASER
2.1 Accuracy of Information
2.1.1 The Purchaser shall ensure the accuracy of all information and/or data to be supplied by the Purchaser as
described in the Technical Specification of the Tender, except when otherwise expressly stated in the
Contract.
2.2 Permits, Licenses or Approvals
2.2.1 The Purchaser shall provide, at the request of the Contractor, such reasonable assistance in the form of
issue of necessary certificates as required under law so as to allow the Contractor to obtain any permits,
licenses or approvals required by the Laws of the Country, which the Contractor is required to obtain
under GCC clause 3.2, for the delivery of Goods including clearance through customs. However, no
claims can be made by the contractor with respect to this clause. The Contractor shall bear all cost charges
and expenses for the licenses, permits and approvals required to be obtained by him under clause 3.2
hereof.
2.2.2 The Purchaser shall acquire and pay for all permits, approvals and/or licenses from all local, state or
national government authorities or public service undertakings that such authorities or undertakings
require the Purchaser to obtain them in the Purchaser‟s name, and are necessary for the execution of the
project.
2.3 Free Issue Material
2.3.1 The Purchaser shall provide Free Issue Material (FIM) if specified in the tender, to Contractor, as per
quantities/sizes indicating costs of such free issue material mentioned in the tender.
2.4 Purchaser’s Representatives
2.4.1 Senior General Manager / General Manager / Additional General Manager / Deputy General Manager,
C&MM as mentioned in the Contract is the Purchaser‟s representative for all commercial matters of the
Contract.
2.4.2 Project Manager: The Project Manager as mentioned in the Contract will be the Purchaser‟s
representative for all technical matters under the Contract and will remain the nodal agency for this
purpose during the execution of the Contract.
3 THE CONTRACTOR
3.1 General Obligations
3.1.1 The Contractor shall design (to the extent specified in the Contract), procure / manufacture (including
associated Purchases and/or sub-contracting), inspect, test, pack and supply the Stores with due care and
diligence in accordance with the Contract and with the Purchaser‟s instructions, and shall remedy any
defects in the Stores occurring in defect liability period, and remedy latent defects within a further period
of five (05) years from end of defect liability period.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 12 of 54
3.1.2 The Stores supplied by the Contractor shall be brand new of the best quality and workmanship and shall
comply in all respects with Particulars of the Contract. When completed, the Stores shall be fit for the
purposes for which the Stores are intended as defined in the Contract.
3.1.3 The Contractor shall, whenever required by the Purchaser, submit details of the arrangements and
methods which the Contractor proposes to adopt for the execution of the Contract. No significant
alteration to these arrangements and methods shall be made without this having previously been notified
to the Purchaser.
3.1.4 The Contractor shall be deemed to have carefully examined all Contract documents and obtained
clarifications from the Purchaser where needed to his entire satisfaction before submitting the bid. In
particular and without prejudice to the foregoing conditions and in addition thereto, when tenders are
called for furnishing Particulars, the Contractor‟s tender to supply in accordance with such Particulars
shall be deemed to be an admission on his part that he has fully acquainted himself with the details thereof
and no claim on his part which may arise on account of non-examination or misunderstanding of the
Particulars will, in any circumstances, be considered/payable by the Purchaser.
3.2 Permits, Licenses or Approvals
3.2.1 The Contractor shall, at his own cost, acquire in its name all permits, approvals and/or licenses from all
local, state or national government authorities or public service undertakings in India that are necessary
for the performance of the Contract. The Contractor shall also acquire all other permits, approvals and/or
licenses that are not the responsibility of the Purchaser under GCC sub-clause 2.2.2 hereof and that are
necessary for the performance of the Contract.
3.3 Compliance with law
3.3.1 The Contractor shall comply with all laws in force in India and in the States where the Stores are
manufactured. The laws will include all local, state, national or other laws that affect the performance of
the Contract and bind upon the Contractor. The Contractor shall indemnify and hold harmless the
Purchaser from and against any and all liabilities, damages, claims, fines, penalties and expenses of
whatever nature arising or resulting from the violation of such laws by the Contractor or its personnel,
including the Sub-contractors and their personnel, but without prejudice to GCC clause 2.1 (Accuracy of
Information) hereof.
3.4 Securities
3.4.1 The contractor shall provide the securities in favour of the Purchaser in the form of bank guarantees as
stated in GCC sub-clause no. 3.4.2, 3.4.3 and 3.4.5 here in below subject to the following conditions,
a) The bank guarantee shall be from scheduled commercial bank in India (except co-operative bank) and
shall be governed by Indian Laws and be subject to the jurisdiction of courts in Mumbai, India.
b) The bank guarantees shall be submitted as per the format annexed to this GCC.
c) All bank guarantees are to be sent by the bankers directly to the Purchaser.
d) The value of the bank guarantees submitted towards security of advance payments as per GCC sub-
clause 3.4.3 herein below may be reduced once in six months to the extent of receipt of
items/materials by the Purchaser and the advance amount adjusted against such receipts.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 13 of 54
3.4.2 Security Deposit:
a) Contractor shall furnish Security Deposit for 10% of the total value in respective contract currencies,
for due performance of the said contracts, in the form of a Bank Guarantee within 30 days from the
date of award of contracts and it shall be valid till satisfactory completion of the contract and
submission of Performance Bond Bank Guarantee pursuant to GCC Sub clause 3.4.5 below, plus a
claim period of three months for lodging of claims, if any.
b) If the Contractor fails to provide the Security Deposit Bank Guarantee as stated herein above, within
30 days from the date of issue of Contract such failure shall constitute a breach of contract and the
Purchaser shall be entitled to cancel the Contract and make alternate arrangements for the purchase of
the Stores contracted from other sources at the risk and expense of the Contractor in terms of GCC
sub-clause no. 13.2 (Cancellation/Termination of Contract in Full or Part) hereof and/or recover from
the Contractor the damages arising from such cancellation.
c) In the event, the Contractor fails to fulfil the obligations under the Contract, the Purchaser shall have
the right to encash and appropriate the Security Deposit Bank Guarantee. This right shall be in
addition to and without prejudice to the rights of the Purchaser to recover from the Contractor any
loss or damages that the Purchaser is herein entitled.
3.4.3 Advance / Stage Payments Security
As a pre-requisite for release of advance/stage payments, Contractor shall submit bank guarantee for
equal amount denominated in the currency in which such advance/stage payments are to be released, valid
till completion of supply plus three months claim period.
3.4.4 Where the Contractor fails to complete supply of Stores within the Contractual Delivery Date, the
Contractor shall extend the validity of Bank Guarantee(s) submitted pursuant to GCC clause nos. 3.4.2
and 3.4.3 above, suitably to cover the extended/expected delivery date well in time and in any extent
two(02) months before expiry of original Contractual Delivery Date, failing which, the Purchaser shall
have the right to invoke the Bank Guarantee(s) without prejudice to the terms and conditions of the
contract.
3.4.5 Performance Bond:
a) The contractor shall submit a Performance Bond in the form of Bank Guarantee for an amount equal
to ten (10) percent of the total value of the contract as a security for satisfactory performance and
warranty/ guarantee of the Stores supplied by the Contractor and its sub-contractors under the
contract.
b) The Performance Bond Bank Guarantee shall be submitted on completion of supply and before
release of (balance 10%) final payment and shall remain valid during the complete defect liability
period as per GCC Sub Clause 6.4.1 and any extension to defect liability as per GCC Sub Clause no.
6.4.4 plus a claim period of three (03) months thereafter for lodging of claims.
c) The Performance Bond Bank Guarantee shall also be extended suitably, pursuant to GCC sub-clause
no. 6.4.4 (Extension of Defect Liability), at least thirty days before the expiry of the period of validity
thereof in the event of repair / replacement of any Stores or any part thereof during defect liability
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 14 of 54
period to take care of extended defect liability period of Stores repaired/replaced and/or Stores
remaining idle due to such defects and repair / replacement of the same.
3.4.6 In the event the Contractor is required to extend the validity of the Bank Guarantees submitted for
Security Deposit, Advance Payment and Performance Bond for delays attributable to the Purchaser, the
corresponding Bank Guarantee Extension charges shall be borne by the Purchaser.
3.4.7 Indemnity Bond for Free Issue Material (For Fabrication of Items at Contractors works outside
Purchaser‟s site)
The Contractor shall execute an Indemnity Bond in favour of the Purchaser indemnifying the Purchaser
and keeping the Purchaser indemnified to the extent of full value of FIM till such time the entire contract
is executed and proper account for the FIM is rendered by the former to the latter. For this purpose an
Indemnity Bond as per Annexure-E shall be executed by the Contractor.
3.5 Contractor’s Representative
3.5.1 The Contractor shall appoint the Contractor‟s Representative within fourteen (14) days of issue of the
Purchase Order and shall request the Purchaser in writing to approve the person so appointed. If the
Purchaser makes no objection to the appointment within fourteen (14) days, the Contractor‟s
Representative shall be deemed to have been approved. If the Purchaser objects to the appointment
within fourteen (14) days giving the reason therefore, then the Contractor shall appoint a replacement
within fourteen (14) days of such objection, and the foregoing provisions of this GCC sub-clause no.3.5.1
shall apply thereto.
The Contractor‟s Representative will have to be assisted by senior executives of the company in charge of
each discipline, i.e., Engineering, Planning, Procurement, Manufacturing and Quality Assurance etc. He
shall be vested with powers to take prompt decisions.
3.5.2 The Contractor‟s Representative shall represent and act for the Contractor at all times during the currency
of the Contract. All notices, instructions, information and all other communications to be given by the
Purchaser to the Contractor under the Contract shall be given to the Contractor‟s Representative, except
as herein otherwise provided. All the contractor‟s notices, instructions, information and other
communication under the contract shall be given by the Contractor‟s Representatives in the following
manner.
Regarding,
(a) Commercial Issues: Senior General Manager/ General Manager/ Additional General Manager/
Deputy General Manager, C&MM as specified in the Purchase Order
(b) Technical issues: Project Manager
3.5.3 The Contractor shall not revoke the appointment of the Contractor‟s Representative without the
Purchaser‟s prior written consent, which shall not be unreasonably withheld. If the Purchaser consents
thereto, the Contractor shall appoint some other person as Contractor‟s representative, pursuant to the
procedure set out in GCC sub-clause 3.5.1.
3.5.4 The Purchaser may by notice to the Contractor object to any representative or person employed by the
Contractor in the execution of the Contract who, in the reasonable opinion of the Purchaser, may behave
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 15 of 54
inappropriately, may be incompetent or negligent, the Purchaser shall provide evidence of the same,
where upon the Contractor shall remove such person from the execution of the Contract.
3.5.5 If any representative or person employed by the Contractor is removed in accordance with GCC sub-
clause 3.5.4, the Contractor shall, where required, promptly appoint a replacement.
3.6 Sub-contracting
3.6.1 The Contractor shall not sub contract any or all of the work without written consent of the Purchaser. The
Contractor shall be solely responsible to the Purchaser for all work including that of the sub-contractor, if
allowed by the Purchaser.
3.6.2 The corresponding Annexure (List of Approved Subcontractors) to the Contract specifies major items of
supply or services and a list of approved Subcontractors against each item, including vendors. The bidder
in his bid or Part-I bid in the case of two part tender, may indicate additional subcontractors for any of the
given items, for evaluation by the Purchaser and if found acceptable, inclusion of such subcontractor in
approved subcontractors list. In so far as no Subcontractors are listed against any such item, the
Contractor shall prepare and submit to Purchaser a list of Subcontractors for such items for approval and
inclusion in such list. List of sub-vendors as issued with the Contract shall be strictly adhered to for
procurement of goods/services from designated subcontractor(s). However, under very special and extra-
ordinary circumstances, Contractor may request Purchaser for change of subcontractor giving sufficient
reasons and submit name and credentials along with contractors recommendation of subcontractor(s)
proposed by him to the Purchaser for approval, in sufficient time so as not to impede the progress of
work. Approval by the Purchaser for any of the Subcontractors shall not relieve the Contractor from any
of its obligations, duties or responsibilities under the Contract.
3.6.3 The Contactor shall select and employ its Subcontractors for such major items from those listed in the
lists referred to in GCC sub-clause 3.6.2.
3.6.4 All payment to the sub-contractors shall be made by the Contractor.
3.6.5 In the event the Contractor violates the condition for obtaining consent under clause 3.6.1 above, the
Purchaser shall become entitled, in its discretion, to rescind that part of the Contract in respect of which
such violation has taken place, by giving 30 days notice to the Contractor. However, the Purchaser may in
the alternative, scrutinise such Sub-Contract or the Agreement entered into between the Contractor and
the Sub-Contractor, and either, ratify such sub-contract/ agreement subject to any conditions or
stipulations imposed by the Purchaser in that regard, or afford time to the Contractor to rectify/ remedy
his breach.
3.6.6 It will be the duty of the Contractor to make good any defects in the work of the Sub-Contractor or finish
any incomplete work at his own cost, and/or to compensate the Purchaser for any damage done by the
Sub-Contractor to the Property or Project of the Purchaser.
3.7 Subletting or Assignment of Contract
3.7.1 The Contractor shall not sublet, transfer or assign the Contract or any part thereof or bills or any other
benefits, accruing there from or under the contract without the prior written consent of the Purchaser.
Such assignment or sub-letting if approved by the Purchaser shall not relieve the Contractor from any
contractual obligation or responsibility under the Contract.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 16 of 54
3.7.2 Any breach of this condition shall entitle the Purchaser to cancel the Contract or any part thereof and to
purchase from other sources at the risk and cost of the Contractor in terms of GCC sub-clause no. 13.2
(Cancellation/Termination of Contract in Full or Part) hereof and/or recover from the Contractor damages
arising from such cancellation.
3.8 Quality Assurance
3.8.1 Procurement, Manufacture & Supply of Stores by the Contractor or Subcontractor(s) shall be subjected to
Purchaser‟s Quality Assurance (QA) requirement as per GCC clause no. 10 (Quality Assurance,
Inspection, Acceptance and Rejection).
4 SUBJECT MATTER OF CONTRACT
4.1 Scope of Work
4.1.1 Unless otherwise expressly limited in the Technical Specifications, the Contractor‟s obligations cover the
supply of all Plant and Equipment (covering design, engineering, procurement, manufacture, Quality
Assurance, testing, packing & forwarding transportation and delivery at site) in accordance with the plans,
procedures, specifications, drawings, codes and any other documents as specified in the Technical
Specifications. Such specifications include, but are not limited to, supply of Spares and Accessories.
4.1.2 In the case of any class of work for which there is no such specifications as referred to above, such work
shall be carried out in accordance with Bureau of Indian Standards Specifications. In case there are no
such specifications in Bureau of Indian Standards the work shall be carried out as per manufacturers'
specifications. In case there are no such Specifications as referred to above the work shall be carried out
in all respects in accordance with the instructions and requirements of the Project Manager.
4.1.3 The Contractor shall carry out / ensure the manufacture of Stores and all other execution of the
Contract with properly equipped facilities and non-hazardous materials, except as otherwise specified
in the Contract and without any extra cost to the Purchaser.
4.1.4 The Contractor shall, unless specifically excluded in the Contract, perform all such work and/or supply all
such items and materials not specifically mentioned in the Contract but that can be reasonably inferred
from the Contract as being required for efficient functioning of the Stores as per specifications of the
Tender, as if such work and/or items and materials were expressly mentioned in the Contract, and without
any extra cost to the Purchaser.
4.1.5 Alteration Of Specifications, Patterns And Drawings:
a) The Purchaser reserves the right to alter whenever necessary specifications, patterns and drawings. As
from that date, the Stores shall be in accordance with the specifications, patterns and drawings so
altered which the Contractor is bound to comply with.
b) In the event of such alteration involving a revision in the cost, or in the delivery period the same shall
be discussed and mutually agreed pursuant to GCC clause no. 11.2 (Changes Originating from
Purchaser).
4.2 Delivery Schedule
4.2.1 Date of delivery of the Stores stipulated in the Contract, shall be the essence of the Contract and delivery
of Stores must be completed by the dates specified therein. Unless otherwise agreed, the Contract shall
come into force from the date of issue of priced Purchase Order (Effective Date) and accordingly
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 17 of 54
contractual delivery period shall be reckoned from that date for the purpose of fixing Contractual Delivery
Date (CDD).
4.2.2 The Contractor shall complete delivery of the Stores (or of a part where a separate time for delivery of
such part is specified in the Contract) within the Contractual Delivery Date (CDD) stated in the contract.
Acceptance by the Purchaser of the Stores delivered by the Contractor after expiry of CDD shall be
subjected to GCC clause no. 6.2 (Delay in Supply).
4.2.3 The Contractor shall also ensure that the work sub-contracted by him is duly completed in time period
specified herein.
5 CONTRACT PRICE AND PAYMENT
5.1 Contract Price
5.1.1 The contract price shall be as specified in Section-A of the purchase order, which shall be stated and
payable in the currency as mentioned in GCC clause no. 5.2 (Price Basis) and 5.3 (Currency of Payment)
below.
5.1.2 For contract(s) with contractual delivery period less than and upto 12 (twelve) months, the contract price
shall be firm. However, contract price for such contracts(s) can be subjected to price adjustment only in
the event of delay attributable to the Purchaser causing actual contract period to exceed 12 (twelve)
months, as provided in GCC Sub clause 5.4.2.
5.1.3 For contracts with contractual delivery period exceeding 12 (twelve) months, the contract price shall be
subjected to price adjustment either on positive or on negative side as per GCC clause nos. 5.4 & 5.5
below to reflect changes in the cost of labour, material etc. Any bid containing a proposal for alternative
system of pricing, other than so specified under GCC clause no. 5.4 & 5.5 below run the risk of rejection.
However, the offer submitted on fixed price basis will not be rejected, but will be treated as the offer with
price adjustment being zero. The offer shall specifically confirm adherence to the price adjustment clause
of the tender, or whether it is on fixed price basis. The name, source and origin of material and labour
indices to be applied for price adjustment shall be as indicated in the bid subject to GCC sub-clause no.
5.5.2 & 5.5.3.
5.1.4 Currency Exchange rate variation for imported raw materials/components shall not be claimed/considered
separately.
5.2 Price Basis
The Contract prices of all items and spares covered under the contract shall be on safe delivery basis to
the Purchaser‟s site as under:
5.2.1 Price break-ups of indigenous items and spares shall be indicated as follows:
i) Ex-works price, including but not limited to CIF value of imported raw material / component required
for indigenous manufacture.
ii) Inland transportation and Transit insurance
The prices of indigenous items and spares shall be exclusive of all taxes, duties, cess, octroi, etc.
CENVAT benefits available to Indian manufacturers shall, however, be taken into consideration in quoted
prices and the Contractor shall pass on the benefits to the Purchaser. CIF value of the imported raw
materials/ components included in the Ex-works prices of indigenously manufactured items shall be
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 18 of 54
shown separately for the purposes of 15% price preference loading vis-à-vis domestically manufactured
goods for availing Deemed Export benefits, if any.
5.2.2 Price break-ups of imported items and spares delivered directly to the Site from Indian port of entry shall
be indicated as follows:
i) FOB prices,
ii) Ocean/Air freight & Marine insurance,
iii) Port handling/clearance, inland transportation and inland transit insurance.
FOB prices shall be inclusive of all taxes, duties, levies, inland transportation up to the port of shipment
and export licensing charges. Other than FOB prices, remaining price elements shall be exclusive of
taxes, duties, cess, octroi, etc. applicable in India.
5.2.3 The prices of Commissioning/Start-up spares shall be included in the basic prices of the main equipment
and these spares are to be essentially dispatched with the respective main equipment only. In case of
shortage of the Commissioning/Start-up spares during the actual erection and commissioning of the main
equipments, additional Commissioning/Start-up spares shall be supplied by the contractor at his own cost
and no customs duty / deemed export benefits for such additional Commissioning/Start-up spares shall be
available.
5.3 Currency of Payment
5.3.1 The contract price shall be in the currency in which price has been stated by the successful bidder in
accordance with the following,
a) For supply of equipment, spares and other materials supplied from abroad and delivered directly to
the Site from Indian port of entry, FOB price of such items shall be in Indian Rupees (INR), and/or
any other three freely tradable foreign currencies or any combination of these currencies. Indian
Contractor, opting for payment in foreign currency, shall comply with the requirements laid down by
Government of India from time to time.
b) For Supply of equipment, spares and other materials from indigenous sources, Ex-works price of such
items inclusive of CIF value of imported raw material / component, shall be in Indian Rupees (INR).
c) Incidental charges for supply of indigenous items like transportation and transit insurance charges up
to the Purchaser‟s site, in Indian Rupees (INR).
d) Ocean/Air Freight, Marine Insurance, Port Handling/Clearance, Local Transportation and Transit
Insurance charges for imported items to be delivered directly to the Purchaser, shall be in Indian
Rupees (INR).
e) Supervision Charges for Erection and Commissioning in INR. Charges for expatriate Supervisor
engaged for erection and commissioning, in INR, and/or any other three freely tradable foreign
currencies.
5.4 Price adjustment
5.4.1 The contract price shall be subjected to price adjustment during the execution of the contract, as provided
herein below. The price adjustment provisions shall not be taken into account for evaluation of offers.
5.4.2 The Contract Price adjustment under GCC clause no. 5.4 & 5.5 will only be applicable for the contracts,
where the original contractual completion period is more than 12 months.
For contract(s) where completion period as stipulated in NIT or Purchase order is less than and upto 12
(twelve) months and where there is a delay which is attributed to the Purchaser, due to which the period
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 19 of 54
of the contract exceeds 12 months, the contract price adjustments will be applicable for the extended
period. (For example, where the original contract period is 10 months and there is extension for 3 months,
then adjustment is payable for one month i.e.13th month only). However, the Subscript value of “0”
defined in GCC sub-clause nos. 5.5.1 below shall be the indices of the last month of the original contract
period (i.e., the 10th month in the above example).
5.4.3 Only the following components of the contract price will be subject to Price adjustment:
a) Ex-works price of indigenous plant and equipment excluding spares and value of free issue materials
(if any) to be supplied by the Purchaser. The price adjustment will be allowed up-to a ceiling of +/-
twenty percent (20%) of the total Ex-works price component. Price adjustment of individual items
will be allowed to such an extent that net price adjustment of all the items in a given currency does
not exceed this 20% ceiling and shall be payable/ recoverable accordingly.
b) FOB prices of imported plant and equipment excluding spares. The price adjustment will be allowed
up-to a ceiling of +/- twenty percent (20%) of the total FOB price component, in each of the contract
currencies separately. Price adjustment of individual items will be allowed to such an extent that net
price adjustment of all the items in a given currency does not exceed this 20% ceiling and shall be
payable/ recoverable accordingly.
5.4.4 No adjustment of prices is allowed on spares, tools, tackles and accessories. Engineering charges, testing
charges, analysis charges etc shown/payable separately shall also not be eligible for Price Adjustment
5.5 Price Adjustment Formula
5.5.1 The price adjustment formula to be applied to the ex-works/FOB price-component of the items shall be as
follows:
ECl = EC ( F + a.Ml f1+ b.Nl f2 + c.Ol f3+ d.Pl f4+ e.Ql f5+ lb.Ll flb )
M0 N0 O0 P0 Q0 L0
Where,
EC1 = Adjusted ex-works/FOB price-component of items /equipments.
EC = Basic ex-works/FOB price-component of items /equipments.
M, N, O, P & Q = Corresponding published price indices of various materials.
lb = Co-efficient of labour content in the ex-works/FOB cost of item/equipment.
L = Labour index.
F = Fixed portion of the ex-works/FOB component of the items/equipments
which will not be subject to any adjustment.
a, b, c, d & e = Coefficients of major materials involved in the ex-works/FOB price of the
items/equipments. The band of these coefficients is given separately and the
Bidders/ Contractors are required to select from the band the coefficients in
such a way that the sum of all these coefficients, „F‟- Fixed portion and „lb‟-
Labour coefficient shall add up to one.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 20 of 54
f1, f2, f3, f4, f5 …. are exchange rate corrective factors for the respective materials and flb is the
exchange rate correction factor for labour with reference to the currency of
the country of origin of index and the respective contract currency (INR),
such that:
f = Z0
Z1
Where, Z is the number of units of the currency of the country of origin of index, which is equivalent to
one unit of contract currency (INR). The exchange rates to be used for calculation of factor „f‟ shall be
as per bills selling exchange rates established by The State Bank of India. In the event origin of index
happens to be India, „f „ shall be equal to one (01).
Subscript „0‟ refers to indices/exchange rates as prevailing on the seventh day prior to the due date of
submission of bid [Submission of both Part - I (Technical & Commercial except Price) and Part – II
(Price Bid)]. For the purpose of exchange rate, if this day happens to be a holiday, the nearest previous
working day shall be considered. The Contractor will submit authentic copies of relevant published
indices as on this date applicable to the tender, along with his offer or any time before opening of Price
bid.
Subscript „1‟ refers to the indices/ exchange rates as on:
a) 90 days prior to the date of dispatch for labour component, and
b) The expiry of 2/3rd
period from the date of purchase order to the date of dispatch, for material
component.
For the purpose of this clause, the date of dispatch shall mean Contractual Delivery Date as per
Contract or actual date of dispatch, whichever is earlier. For the purpose of exchange rate, if this day
happens to be a holiday, the nearest previous working day shall be considered for this purpose.
5.5.2 Index of Indigenous Raw materials/components and Labour:
The indices for such material and labour subjected to Price Adjustment shall be clearly named in the offer
submitted. For the materials the indices as published by Reserve Bank of India and for the labour the
indices as published by Labour Bureau Shimla, only shall be applicable
5.5.3 Index of Imported Raw Materials/components:
The indices for such material and labour subjected to Price Adjustment shall be clearly named in the offer
submitted. The indices shall be well established and nationally recognized in the country of manufacture.
If any other index is proposed full justification for its use shall be provided. Preferably only Government
indices shall be used.
5.5.4 The Contractor is also required to provide authentic copies of indices pertaining to applicable end dates
along with each dispatch-wise invoice for arriving at adjusted ex-works/FOB price component without
which the invoices will not be processed.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 21 of 54
5.5.5 Adjusted Contract Price for Supply component
The adjusted contract price shall be:
EC1 + other elements of contract price, if any.
5.5.6 In case of supplies which are delayed beyond the Contractual Delivery Date (as given in the Contract) for
reasons attributable to the Purchaser, the price adjustment provisions shall continue to be applicable for an
additional period equal to delay caused by the Purchaser, subject to GCC sub-clause 5.4.1, 5.4.2 & 5.4.3.
This shall, however not deemed to be automatic extension of Contractual Date of Delivery.
In case of supplies which are delayed beyond the Contractual Delivery Date (as given in Contract) for
reasons attributable to the Contractor or Force Majeure events, the provision of Price Adjustment shall not
be applicable beyond the corresponding Contractual Delivery Date.
In case Supplies are delayed beyond the Contractual Delivery Date (as given in the Contract) and the total
delayed period can be apportioned between delays due to the Purchaser, the Contractor and / or Force
Majeure events, Price adjustments for the period of delay caused by the Purchaser will be allowed
considering as if this delay due to the Purchaser happened first, immediately after Contractual Delivery
Date, irrespective of actual point in time in which such delay by Purchaser occurs. No price adjustment
shall be allowed for delays apportioned to the Contractor and / or Force Majeure events.
5.5.7 The band of the coefficients applicable for price adjustment are given in GCC sub-clause no. 5.5.7.1
below. The Contractor shall choose each coefficient from the bands in such a way that the sum of all these
coefficients ie „a‟, „b‟, „c‟ … the material coefficients, „F‟- Fixed portion and „lb‟- Labour coefficient shall
add up to one. Further the value of the co-efficients indicating weightage of various materials (a,b,…),
weightage of fixed portion and labour portion (F and lb ), applicable indices, source and their base values
for the purpose of price adjustment under this contract are to be furnished by the contractor in his bid or
Part-I bid in the case of two part tender, as per the following formats:
5.5.7.1 Ex-works/FOB component of the Items (excluding spares, tools and tackles)
Sl. No. Item
Value of Coefficient
Bidders have to restrict each
coefficient within these
bands
Source of
indices
used
Value of base date indices
as prevailing „7‟ days prior
to the date of submission of
Part-I and Part-II Bid.
1
2
3
Fixed portion
Materials
a.
b.
c.
d.
e.
Labour
F : 0.15
a =
b =
c =
d =
e =
lb= Between 0.25 to 0.35.
-- --
Between
0.5 to 0.6
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 22 of 54
5.6 Terms of payment
5.6.1 Items & Materials (including spares) supplied from indigenous sources as well as those supplied from
abroad for delivery to Site directly from Indian Port of Entry
a) 90% of Ex-works / FOB price will be paid on pro-rata basis along with Transportation, Transit
Insurance charges, Price Adjustment amount and Taxes & Duties and levies as applicable, in full, on
receipt of the Stores at Site and against submission original shipping release, proof of receipt by the
consignee and other documents mentioned in the Contract.
b) Balance 10% Ex-works /FOB price will be released on acceptance of the Stores at Site after
inspection and issue of Site Stores Inspection Report / Receipt Voucher by the consignee (GCC Sub
clause 1.1.1 (a)), submission of bank guarantee by the Contractor for 10% of Purchase Order value
towards performance of stores as per GCC Sub clause 3.4.5 and if required under the Contract, and in
case of contract(s) with Free Issue Material (FIM) Certificate of completion of Free Issue Material
accounting by Purchaser‟s representative and receipt of Receipted delivery challan for return of
balance Free Issue Material (FIM) to Purchaser's Stores.
For Supply of plant /equipments/machinery/instruments including erection and commissioning,
balance 10% (ten) percent of the Ex-works / FOB value for supply plus erection and commissioning
charges and taxes in full as applicable thereon will be released on acceptance of the plant/equipment
/machinery/instruments at Site after commissioning and final acceptance (GCC Sub clause 1.1.1 (b)),
and submission of other documentary evidence as mentioned in the first para of this GCC sub-clause
5.6.1 (b).
5.6.2 Ocean Freight and Marine Insurance, Port Clearance/Handling charges in respect of items supplied from
abroad for delivery to Site directly from Indian Port of Entry :
Ocean freight and Marine Insurance, Port Clearance/Handling charges along with applicable taxes and
duties thereon will be released on pro-rata basis against receipt of items at site i.e. along with 5.6.1 (a)
above.
5.6.3 Testing/ Analysis Charges
Testing/ Analysis charges in full along with Indian taxes and duties as applicable shall be paid on pro-rata
basis on successful completion of corresponding Testing/Analysis, submission of report thereof and
acceptance of the same by the Purchaser.
5.6.4 Supervision of Erection and Commissioning Charges:
Service charges for Supervision of erection and commissioning in full along with Indian taxes and duties
as applicable will be released on successful completion of erection and commissioning.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 23 of 54
5.7 Application for Payment
5.7.1 The Contractors shall submit their invoices for various payments due as per Purchase Order payment
terms, along with application for payment in the prescribed proforma to the Paying Authority named in
the Contract. Proforma of application for payment is enclosed as Annexure-D to the GCC.
5.7.2 Each such application for payment shall be accompanied by all required documents as set forth in the
Contract and/or intimated to the Contractor in advance. The application for payment by the Contractor if
found deficient in any respect, shall not be processed and in such an event, the Purchaser shall intimate to
the Contractor in writing within 15 days of receipt of such deficient application indicating the deficiency
for rectification of the same by the Contractor. Payment will be released within 30 days from the date of
receipt of application for payment complete in all respects and acceptable to the Purchaser.
5.8 Mode of Payment
5.8.1 All payments to the Indian Contractors shall be directly made by the Purchaser through Account Payee
cheque and/or through Wire Transfer/ ECS. In the event of payment through Demand Draft/Pay Order, if
requested by the Contractor, charges for the same shall be to the account of the Contractor.
5.8.2 No payment made by the Purchaser herein shall be deemed to constitute acceptance by the Purchaser of
the Facilities or any part(s) thereof.
5.8.3 The Purchaser reserves the right to carry out post payment audit and technical examination of the final bill
including all supporting vouchers, abstracts etc. The Purchaser further reserves the right to enforce
recovery of any overpayment when detected, not withstanding the fact that the amount of the final bill
may have been included by one of the parties as an item of dispute before an arbitrator appointed under
arbitration clause of this Contract and not withstanding the fact that the amount of the final bill figures in
the arbitration award.
5.9 Interest on Delayed Payment
5.9.1 The Purchaser will pay interest for delay in payments for final 10% basic price [GCC sub-clause no. 5.6.1
(b)] payable on acceptance of items at site at the rate shown in clause 5.9.2 below for the period beyond
95 days from the date of receipt of item(s) till the date of payment subject to receipt of invoice and all
supporting documents in acceptable form by the payment due date.
5.9.2 The Purchaser shall pay to the Contractor interest on the amount of such delayed payment at the rate(s)
stated herein below for the period of delay as per GCC sub-clause no. 5.9.1:
a) For payment in Indian Rupees: For delayed payment, applicable interest rate shall be Prime Lending
Rate (PLR) of State Bank of India.
b) For payment in Foreign Currency: For delayed payment, applicable interest rate shall be London Inter
Bank Offer Rate (LIBOR).
5.9.3 The provisions of this clause 5.9 ( Interest on Delayed Payment ) shall not apply in the event the
Contractor fail to deliver the stores or any part thereof Pursuant to GCC sub-clause 6.1
(Completion Time Guarantee ) within the original Contractual Delivery Date prescribed for the same
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 24 of 54
5.10 Recovery of Advance Payments in case of breach of contract
5.10.1 In case the Contractor fails to execute the contract due to reasons not attributable to the Purchaser and
which do not fall under Force Majeure as per the tender conditions, the outstanding advance payments
made shall be recovered, along with the interest at the rate specified herein below. This shall be without
prejudice to the other remedies available to the Purchaser under the Terms and Conditions of the Contract.
5.10.2 Advance Payment in Indian Rupees: Recovery shall be made with Interest at PLR of State Bank of India.
5.10.3 Advance Payment in Foreign Currency: Recovery shall be made with Interest as per LIBOR.
5.11 Recovery of Sums Due
5.11.1 Whenever any claim for the payment of any Liquidated Damages or loss suffered by the Purchaser arises
in terms of money out of the Contract against the Contractor, the Purchaser shall be entitled to recover
such sums from the balance of the total sum, which at any time hereafter may become due to the
Contractor from this Contract or any other Contract with the Purchaser. Should this sum be not sufficient
to cover the amount of damages or loss that may be recoverable, the Contractor shall pay to the Purchaser
on demand the amount due. Purchaser shall also have the right to appropriating, in part or full, the
Security Deposit/Performance Bond submitted by the Contractor to recover any/all of its claims on the
Contractor.
5.11.2 If the Purchaser has made any claim, whether liquidated damages or otherwise against the Contractor
under this Contract or any other Contract with the Purchaser, the payment of all sums payable under the
Contract to the Contractor including the Security Deposit/Performance Bond shall be withheld to the
extent of claims due according to the Purchaser till such claims of the Purchaser are finally paid by the
Contractor, pending which the same will be adjusted. Notwithstanding the provision for recovery through
adjustment, the Purchaser shall be free to recover his claims from the Contractor as per the terms of the
Contract.
5.11.3 All sums payable by way of compensation under any of the conditions of contract shall be considered as
reasonable compensation to be applied to the use of the Purchaser wit++hout reference to the actual loss
or damage sustained; and whether or not any damage shall have been sustained.
5.12 Taxes and Duties
5.12.1 The Contractor shall bear all non-Indian taxes, duties, levies etc. payable upto FOB in respect of sourcing
items from abroad.
5.12.2 Contractor shall be responsible for payment of all Indian Taxes, Duties and all other statutory levies as
applicable in connection with supply of the Stores. This clause shall be read in conjunction with ITT
clause no. 9.0 and contractor can claim reimbursement of Indian Taxes, Duties, Levies paid from the
Purchaser only to the extent provided in the ITT clause no. 9.0. „Price Adjustment‟ (GCC clause nos. 5.4
and 5.5) amounts if any, shall be taken into account in Contract Price on which such Taxes, Duties,
Levies etc. are reimbursable by the Purchaser.
5.12.3 For extension in the contractual delivery period for the reasons attributable to the Purchaser and/or Force
Majeure, increase in existing taxes & duties, if any, and new tax component introduced in the extended
period shall be reimbursed to the Contractor, subject to ITT Clause no. 9.0 and submission of
documentary proof. No increase / new tax shall be payable for the delay period due to reasons attributable
to the Contractor.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 25 of 54
5.12.4 In case of 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. This provision shall not apply to changes in Personal Income tax or Corporate
Income tax or to changes in non-Indian Taxes.
5.12.5 Direct Tax:
a) The Purchaser 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 Purchaser to the respective governmental office of the amount of
money so withheld will relieve the Purchaser from any further obligation to Contractor with respect to
the amount so withheld.
b) The Purchaser 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 Purchaser 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.
c) The Purchaser 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.
d) All taxes levied on Contractor‟s corporate income or profits shall be for the account of Contractor and
shall not be reimbursed by the Purchaser. Contractor shall also be responsible for payment of income
taxes of its personnel levied in India or elsewhere.
5.12.6 Indirect Tax:
a) The Purchaser shall, at the time of its payments due to the Contractor, withhold the necessary tax at
source at such rate as is required under the respective state sales tax / value added tax legislation
unless and to the extent that the Contractor shall produce to the Purchaser 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.
b) The Purchaser 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.
6 GUARANTEES, LIABILITIES AND RISK DISTRIBUTION
6.1 Completion Time Guarantee
6.1.1 The Contractor guarantees that it shall complete the delivery of the Stores covered in the Purchase
Order(or a part for which a separate time is specified in the contract) on or before Contractual Delivery
Date (CDD) specified in the Purchase Order, or within such extended time to which the Contractor shall
be entitled under GCC clause no. 12.1 (Extension of Time for Completion) hereof.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 26 of 54
6.2 Delay in Supply
6.2.1 Should the Contractor fail to deliver the stores or any part thereof Pursuant to GCC sub-clause 6.1.1
within the CDD prescribed for the same, it shall be construed as a breach of the Contract and the
Purchaser shall be entitled at his option to the following:
(a) To receive the facilities after prescribed CDD with the right to recover from the Contractor agreed
Liquidated Damages (LD) at the rate indicated below:
S.
No. Delivery Period
Liquidated Damages,
Rate per Week (1)
Maximum Amount
of L.D. (2)
1. Delivery period
(as originally stipulated) not
exceeding one year.
@ 1% of the value of
delayed/ undelivered
portion of the supplies of
Purchase Order, per
week or part thereof
5% of the value of
delayed/ undelivered
portion of Supplies
of the Purchase
Order.
2. Delivery period
(as originally stipulated)
exceeding one year but not
exceeding two years.
@ 0.5% of the value of
delayed/ undelivered
portion of the supplies of
Purchase Order, per
week or part thereof.
5% of the value of
delayed/ undelivered
portion of Supplies
of the Purchase
Order.
3. Delivery period
(as originally stipulated)
exceeding two years.
@ 0.25% of the value of
delayed/ undelivered
portion of the supplies
Purchase Order, per
week or part thereof.
5% of the value of
delayed/ undelivered
portion of Supplies
of the Purchase
Order.
However, the payment of liquidated damages shall not in any way relieve the Contractor from any of
its obligations and liabilities under the Contract.
(b) To terminate the contract in full or in parts as per GCC sub-clause no. 13.2 (Cancellation /
Termination of Contract in Full or Part).
6.3 Functional Guarantees
6.3.1 The Contractor guarantees that during the Guarantee Test, the Stores and all parts thereof shall attain the
Functional Guarantees specified in the Technical Specification of the Contract, subject to and upon the
conditions therein specified.
6.3.2 If, for reasons attributable to the Contractor, the level of the Functional Guarantees in respect of the
equipment designed and supplied by the Contractor are not met at any time upto expiry of Defect Liability
Period, as per the contract, either in whole or in part, the Contractor shall at his cost and expense make
such changes, modifications and/or additions to the Equipment or any part thereof as may be necessary to
meet level of such Guarantees. The Contractor shall notify the Purchaser upon completion of the
necessary changes, modifications and/or additions, and shall request the Purchaser to repeat the Guarantee
Test until the level of the Guarantees has been met. If the Contractor eventually fails to meet the level of
Functional Guarantees, the Purchaser shall have the right of recourse to levying damages as specified in
the Contract, without prejudice to any other rights of the Purchaser under the contract.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 27 of 54
6.4 Defect Liability
The Contractor shall warrant that the Stores, Plant & Equipments supplied under the Contract shall be
brand new, free from defects, manufactured with the latest state-of-art of manufacture and conform
strictly in accordance with the technical specifications, drawings and data sheets of the Contract. No
deviation from these specifications or alteration shall be made without specific and written accord of the
Purchaser. All Stores shall be guaranteed to be of the best quality of their respective kinds and shall be
free from defects in the design engineering, materials, workmanship, and be of specified size and capacity
so as to fulfil in all respects the requirements of the Purchaser as specified in the Contract.
6.4.1 Defect Liability Period
a) Items / Equipment / System / Spares / Tools / Tackles / Accessories
The defect liability period shall be 18 months from the date of receipt of items at site or 12 months
from the date of acceptance, whichever occurs first.
6.4.2 Contractors Liability for Defective Stores / Facilities
The Purchaser may accept the Store, if it is complete in all respects or alternatively accept the same on
such terms as may be considered appropriate. If the Stores after the acceptance thereof is found to have
defects, latent or otherwise, notwithstanding that such defects could have been discovered at the time of
inspection, or any defects therein are found to have developed during the Defect Liability Period while
under proper use or subsequently it is found that Stores failed to fulfil the requirements or Particulars of
the Contract, the Purchaser shall be entitled to give a notice to the Contractor during Defect Liability
Period and within two (2) months thereafter, setting forth details of such defects or failure and the
Contractor shall forthwith make the defective Stores good or alter the same to make it comply with the
requirements of the Contract at his own cost.
Further if in the opinion of the Purchaser, defects are of such a nature that the same cannot be made good
or repaired without impairing the efficiency or workability of the Stores or if in the opinion of the
Purchaser, such opinion being final, the Stores cannot be repaired or altered to make it comply with the
requirements of the Contract, the Contractor shall remove and replace the same with a Stores conforming
in all respects to the stipulated specifications, at the Contractor's own cost.
If the repair, replacement or making good is of such a character that it may affect the efficiency of the
Stores or any part thereof, the Purchaser may give to the Contractor a notice requiring that certain tests of
the defective part of the Stores shall be made by the Contractor immediately upon completion of such
remedial work, whereupon the Contractor shall carry out such tests at his own cost.
If such part fails the tests, the Contractor shall carry out further repair, replacement or making good (as
the case may be) until that part of the Stores passes such tests. The tests shall be agreed upon by the
Purchaser and the Contractor.
The Contractor shall also be responsible for any loss or damage to the Stores caused by the Contractor or
it‟s Subcontractors in the course of any work carried out, pursuant to GCC Clause 6.4 (Defect Liability).
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 28 of 54
6.4.3 Failure to Remedy Defects
If the Contractor fails to make the desired repairs/replacement within 15 days of issue of notice pursuant
to GCC Sub clause 6.4.2 then such repairs/ replacement at the cost of the Contractor shall be carried out
by the Purchaser, with Stores of the same Particulars or when the Stores conforming to the stipulated
Particulars are not in the opinion of the Purchaser readily procurable, such opinion being final, then the
nearest available substitute thereof.
The Purchaser may reject at the cost of the Contractor the whole or any part of the Stores, as the case may
be, which is defective or fails to fulfil the requirements of the Contract and make the desired
repairs/replacement as stipulated above. In the event of such rejection the Purchaser shall be entitled to
use the rejected Stores in a reasonable and proper manner for such time as sufficient to enable the
Purchaser to obtain replacement, as herein before provided.
6.4.4 Extension of Defects Liability Period
a) If the Stores or any part thereof cannot be used by reason of such defect and/or making good of such
defect, the Defect Liability Period of the Stores or such part, as the case may be, shall be extended by
a period equal to the period during which the Stores or such part cannot be used by the Purchaser
because of any of the aforesaid reasons. Upon correction of the defects in the Stores or any part
thereof by repair/replacement, such repair/replacement shall have the Defects Liability Period for a
period of twelve (12) months from the time such repair/replacement of the Stores or any part thereof
has been completed.
b) In addition, the Contractor shall also provide an extended warranty for any such Stores and during the
period of time as may be specified in the SCC. Such obligation shall be in addition to the defect
liability period specified under GCC sub-clause no. 6.4.1.
6.4.5 Latent Defects Liability
At the end of Defects Liability Period, the Contractor‟s liability ceases except for latent defects. The
Contractor‟s liability for latent defects warranty for the plant and equipments including spares shall be a
limited to a period of five (5) years from the end of Defects Liability Period of the respective plant and
equipment including spares.
In case, there is any dispute between the Purchaser and the Contractor regarding latent defects, any of the
parties listed in the Contract or any other third party as mutually agreed upon by the Purchaser and the
Contractor, shall be engaged by the Purchaser for settling the dispute.
The third party, so engaged by the Purchaser shall be paid fee plus reasonable expenditures incurred in the
execution of its duties as mentioned above. These costs shall be initially paid by the Purchaser. In case
of latent defect being proved, such costs shall be recoverable from the Contractor and the Contractor shall
bear and reimburse such costs to the Purchaser.
If the dispute regarding latent defects can not be settled as above, then the dispute shall be settled as per
provision of GCC Clause 14 (Settlement of Dispute)
6.5 Transfer of Ownership
6.5.1 Ownership of the imported stores (including spare parts) supplied by foreign sub-vendor of the main
Indian contractor to be directly delivered to Site shall be transferred to the Purchaser on the High Seas
Sales basis.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 29 of 54
6.5.2 Ownership of the indigenous stores (including spare parts) excluding items of interstate transaction shall
be transferred to the Purchaser when the Stores are brought on to the Site. The Purchaser will issue the
requisite sales tax declaration form(s) in order to get the benefit of any concession in the rate of sales tax.
6.5.3 Ownership of the indigenous stores (including spare parts) covered under interstate transaction shall be
transferred to the Purchaser on sale in transit basis. The Purchaser will issue the requisite sales tax
declaration form(s) in order to get the benefit of any concession in the rate of sales tax. Further, in case of
all components, equipments and materials identified by the Contractor and the Purchaser to be dispatched
directly from the sub-contractor‟s works to Purchaser‟s site in a State different from the State wherein
sub-contractor‟s works are located, the Contractor shall effect sale in transit.
6.5.4 Transfer of title shall not in any way relieve the Contractor of its responsibilities and liabilities under the
contract. Notwithstanding the transfer of ownership of the Stores, the responsibility for care and custody
thereof together with the risk of loss or damage thereto shall remain with the Contractor until Safe
delivery of the Stores to the Purchaser‟s site.
6.6 Intellectual Property Rights (IPR) Indemnification
6.6.1 The Contractor shall at all times indemnify and hold harmless the Purchaser and its employees and
officers from and against all claims which may be made in respect of Stores covered by this contract
against infringement of any right protected by Patent Registration, Law of Designs, Trade Marks, utility
model, copyright and other intellectual property rights registered or otherwise existing.
6.6.2 Provided that such indemnity shall not apply when such infringement has taken place in complying with
the specific directions issued by the Purchaser but the Contractor shall pay any royalties or other charges
payable in respect of any such use, the amount so paid being reimbursed to the Contractor only if the use
was the result of any drawings and/or specifications issued by the Purchaser after submission of the price
bid or revised price bid, if any.
6.7 Indemnity against Loss / Damage
6.7.1 Contractor shall indemnify the Purchaser against any risk of accidents or damage to the Stores till safe
delivery to the Purchaser‟s site.
6.7.2 Contractor shall indemnify the Purchaser against all latent defects of the stores, for a period of five (05)
years from the end (i.e. satisfactory completion) of the Defect Liability period.
6.7.3 The Contractor shall indemnify the Purchaser and keep the Purchaser indemnified to the extent of full
value of Free Issue Material (FIM) issued by the Purchaser for fabrication of items at Contractor‟s works
outside Purchaser‟s site, till such time the entire contract is executed and proper account for the FIM is
rendered by the former to the latter.
6.7.4 The Contractor shall indemnify and hold harmless the Purchaser and its employees and officers, and their
respective agents, against all claims, demands, damages, losses, costs and expenses of whatsoever nature
(including legal fees and expenses) in respect of :
a) bodily injury, sickness, disease or death, of any person whatsoever
b) damage to or loss of any property, real or personal (other than the facilities whether accepted or not)
arising in connection with design, manufacture, supply and delivery of the stores and remedying of any
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 30 of 54
defects, unless attributable to any negligence, wilful act or breach of the Contract by the Purchaser, its
employees, officers or their respective agents.
6.7.5 (a) The Contractor shall pay and indemnify the Purchaser against any liability in respect of any fees or
charges payable by him under any Act of Parliament, State Laws, any Government instrument, rule or
order and any regulations or by-laws of any Local authority in respect of the Stores prevailing on the date
of submission of tender.
(b) The Contractor shall indemnify and hold the Purchaser harmless from and against all claims, damages
and expenses arising out of his failure to obtain all permit and licenses which he is required to comply
with in respect of Laws, Ordinances, Regulations of the Central or State Government and/or Local/Public
Authorities.
6.7.6 Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011 thereof;
(a) 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, with following limitations, as stipulated in
Rule 24 of the Civil Liability for Nuclear Damage Rules, 2011:
The Contractor‟s liability shall be to the extent of the Operator‟s liability under sub-section(2) of Section
6 of the Act or the value of the contract, whichever is less,
AND
The duration of Contractor‟s liability shall be limited to duration of initial license issued by AERB or the
product liability period, whichever is longer.
(b) The term “supplier” and the duration and extent of supplier‟s liability are explained in Rule 24 of the Civil
Liability for Nuclear Damage (CLND) Rules, 2011. For any questions relating to supplier‟s liability
under section 17 of the Civil Liability for Nuclear Damage (CLND) Act, 2010, Government of India‟s
clarifications dated February 08, 2015 may be referred to. These have been posted at the websites of
Ministry of External Affairs and the Department of Atomic Energy under the title “Frequently Asked
Questions and Answers on Civil Liability for Nuclear Damage Act 2010 and Related Issues”.
(c) In regard to contracts with manufacturers of or vendors for supply of systems, equipment, components, or
building of structures, or provision of services to nuclear installations which are operating or are under
construction or those to be installed in future for which NPCIL is the system designer and technology
owner, being responsible for safety design of such installations, NPCIL shall assume the role of supplier
in accordance with the explanation of the term “supplier” given in Rule 24 of the CLND Rules, 2011 and
in the context of section 17(a) and (b) of the CLND Act, 2010.
(d) Other suppliers can avail the Nuclear Suppliers‟ Special Contingency (Against Right of Recourse)
Insurance Policy provided by the India Nuclear Insurance Pool to cover any liability exposure under
section 17(a) and (b) of the CLND Act, 2010. NPCIL maintains the operator‟s statutory insurance under
the CLND Act, 2010 by subscribing to the Nuclear Operator‟s Liability Policy offered by the India
Nuclear Insurance pool, thereby subrogating to the India Nuclear Insurance pool the operator‟s “right of
recourse” against suppliers under section 17(a) & (b) of the CLND Act, 2010.
6.8 Indemnity for Taxes and Duties
6.8.1 Contractor hereby protects, indemnifies and holds harmless the Purchaser from any and all claims or
liability for income, excess profits, customs duties, royalty or any other taxes, duties, penalties etc.,
assessed or levied by the government of India or by any appropriate authority thereof or by the
government of any other country against Contractor or its Subcontractor or against the Purchaser for or on
account of any payment made to or earned by Contractor or its Subcontractor hereunder.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 31 of 54
Contractor further protects and holds the Purchaser harmless from all taxes assessed or levied against or
on account of wages, salaries or other benefits paid to Contractor‟s employees or employees of its
Subcontractor and all taxes assessed or levied against or on the account of any property or Equipment of
the Contractor.
6.8.2 Contractor shall give prompt notice to the Purchaser of all matters pertaining to non-payments, payment
under protest or claim for immunity or exemption from any taxes and duties.
6.8.3 The Contractor shall be responsible for filing all necessary Tax returns (including, without limitation,
returns for Corporate Income tax, Personal Income tax, Service tax, Sales tax and Excise Duty) 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.
6.8.4 The Contractor shall also ensure that its subcontractors file such returns as stipulated by the relevant
Government Authorities and furnish such information as requested for by the relevant Government
Authorities.
6.8.5 In certain situations, a Government Authority may treat the Purchaser as the representative assessee of the
Contractor and/or its subcontractors and recover the Taxes due to the Government Authority by the
Contractor or its subcontractors from the Purchaser. In such situations, the Purchaser shall have the
following rights:
(a) The Purchaser shall be entitled to recover from the Contractor, the Taxes paid on behalf of the
Contractor or its subcontractors (together with any costs and expenses incurred by the Purchaser in
connection therewith) or to retain the same out of any amounts to be paid to the Contractor or its
subcontractors that may be in its possession (whether due under this Contract or otherwise) and shall
pay only the balance, if any, to the Contractor; and
(b) If the Purchaser is required to furnish any details or documents in such capacity, the Purchaser shall
request the details or documents to be furnished to it by the Contractor and the Contractor shall
immediately furnish the same to the Purchaser. If the Contractor fails to comply with the foregoing,
any penalty/interest levied on the Purchaser for non-filing or late filing of details or documents in this
regard shall be recoverable from the Contractor.
6.9 Limitation of Liability
6.9.1 Except in cases of criminal negligence or wilful misconduct,
(a) the Contractor shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any
indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest
costs, provided that this exclusion shall not apply to any obligation of the Contractor to pay liquidated
damages and/or any other penalties/recovery etc. specifically provided for in the Contract, to the
Purchaser
(b) the aggregate liability of the Contractor to the Purchaser, whether under the Contract, in tort or
otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 32 of 54
cost of repairing or replacing defective equipment, or to any obligation of the Contractor to indemnify
the Purchaser with respect to IPR infringement.
6.10 Insurance
6.10.1 General Requirements for Insurances
The Contractor shall, “at his own cost”, take out and maintain in effect the following Insurance based on
reinstatement value during the performance of the contract and the Purchaser shall be named as co-
insured under all insurance policies. All Insurer‟s rights of subrogation against co-insured shall be
waived. Deductibles / excesses if any, under the insurance policies shall be borne by the Contractor. The
identity of the insurers and the type of policies shall be subject to the approval of the Purchaser.
Unless otherwise stated, insurances under this sub-clause shall cover all physical loss / damage and third
party liability subject only to minimum compulsory / general exclusions.
Alterations to the terms of insurance shall not be made without the approval of the Purchaser.
The required insurance coverage referred to and set forth in this clause shall in no way affect or limit
Contractor's liability with respect to performance of the work or any obligation under the contract / law.
6.10.2 Insurance of Free Issue Materials
The Contractor shall take out and maintain insurance policy as per GCC Sub-clause No. 9.2.3 (Insurance
of FIM), to cover loss or damage to FIM supplied by the Purchaser.
6.10.3 Cargo Insurance during Transport
During Marine transit (Sea/Air) and Inland transportation, covering loss or damage as per ICC – clause –
„A‟ with War / Strike-Riot-Civil Commotions (SRCC) provisions, for full replacement value of the
consignment/cargo from the Contractor‟s or Sub-contractor‟s works or Stores until arrival at Purchaser‟s
site.
6.10.4 In all insurance policies mentioned in this clause, Purchaser shall be named as “Loss Payee”.
6.10.5 Unless otherwise provided in the contract, the Contractor shall prepare and conduct all and any claims
made under the policies effected by it pursuant to this GCC sub-clause 6.10 and the monies payable by
any insurers to the Purchaser – as „Loss Payee‟ shall in turn be paid to the Contractor as per the procedure
outlined in GCC sub-clause 6.10.6 below. The Purchaser shall give to the Contractor all such reasonable
assistance as may be required by the Contractor in preparation and / or settlement of claims with the
insurers. With respect to insurance claims in which the Purchaser‟s interest is involved, the Contractor
shall not give any release or make any comprise with the insurer without the prior written consent of the
Purchaser.
6.10.6 a) Wherever the total damages / loss of equipment / materials would occur, the Contractor would be
entitled to payment to all amounts received from the insurer(s) except the following amounts :
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 33 of 54
(i) the amount paid to the Contractor under the contract in respect of equipment / materials /
services damaged / lost, excluding pro-rata initial / mobilization advance but including
the entire amount of Price Adjustment, if any, already paid to the Contractor.
(ii) taxes, duties, and other statutory levies, which have already been reimbursed by the
Purchaser.
In the event the claim money settled is less than the total of the amounts in (i) & (ii) above, then
the entire claim money settled will be retained by the Purchaser and the Contractor will forewith
pay the Purchaser the shortfall amount between the claim money received from the insurer(s) and
the total of the amounts as per (i) & (ii) mentioned above.
Subsequent payments, if any, due under the contract shall be regulated by the relevant terms of
payment.
(b) In case of partial damage to any equipment / material during any stage, upon rectification of the
damaged equipment / material to the satisfaction of the Purchaser, the Contractor shall be paid to
the extent of claims settled by the Insurer(s).
(c) In both the scenario‟s (a) & (b) above, any amount(s) disputed by the Insurers and / or not settled
/ paid by them shall be to the Contractor‟s account.
6.10.7 The Contractor shall ensure that, where applicable, its sub-Contractor(s) shall take out and maintain in
effect adequate insurance policies for their personnel and vehicles and for work executed by them under
the contract, unless such sub-Contractors are covered by the insurance policies taken out by the
Contractor
6.11 Force Majeure
6.11.1 Definition of Force Majeure
Force Majeure shall mean any event which is beyond the control of the Contractor or the Purchaser, as the
case may be, which they could not foresee or with a reasonable amount of diligence could not have
foreseen and which substantially affects the performance of the Contract, such as
a) war, hostilities or warlike operations (whether a state of war be declared or not), invasion, act of
foreign enemy and civil war,
b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military government, civil
commotion,
c) embargo, import restriction, confiscation, nationalization, mobilization, commandeering or requisition
by or under the order of Central, State Government or Local Authority in India or any other act or
failure to act, of any local, state or national government in India,
d) riot, State/region/country wide transporters strike,
e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave, typhoon or cyclone,
hurricane, storm, lightning and pressure waves or other natural disaster,
f) nuclear event causing nuclear radiation, radioactive contamination.
6.11.2 Notice of Force Majeure
If either party is prevented, hindered or delayed from or in performing any of its obligations under the
Contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such
event and the circumstances thereof within fourteen (14) days after the occurrence of such event.
A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 34 of 54
6.11.3 Duty to Minimise the effect
The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the
effect thereof upon its or their performance of the Contract and to fulfil its or their obligations under the
Contract.
6.11.4 Consequences of Force Majeure
The party who has given notice of Force Majeure shall be excused from the performance or punctual
performance of its obligations under the Contract for so long as the relevant event of Force Majeure
continues and to the extent that such party‟s performance is prevented, hindered or delayed. The Time for
Completion shall be extended in accordance with GCC clause no. 12.1 (Extension of Time for
Completion), even though such force Majeure event may occur after Contractor‟s performance of his
obligations has been delayed for other cause.
No delay or non-performance by either party hereto caused by the occurrence of any event of Force
Majeure shall
(a) constitute a default or breach of the Contract,
(b) give rise to any claim for damages or additional cost or expense occasioned thereby;
if and to the extent that such delay or non-performance is caused by the occurrence of an event of Force
Majeure.
If the performance of the Contract is substantially prevented, hindered or delayed for a single period of
more than sixty (60) days or an aggregate period of more than one hundred and twenty (120) days on
account of one or more events of Force Majeure during the currency of the Contract, the parties will
attempt to develop a mutually satisfactory solution.
6.11.5 Force Majeure Affecting Sub-Contractor
If any Subcontractor is entitled under any contract or agreement relating to Supply of Stores to relief from
Force Majeure on terms additional to or broader than those specified in this Clause, such additional or
broader Force Majeure events or circumstances shall not excuse the Contractor‟s non-performance or
entitle him to relief under this Clause.
6.11.6 Limitations
Anything in this Contract to the contrary notwithstanding:
a) The affected Party shall not be relieved from obligations under this Contract to the extent any gross
negligence of the affected Party aggravates the Force Majeure Event; and
b) Force Majeure shall not apply to obligations of either Party to make payments to the other Party under
the Contract.
6.12 Liability of the Government of India
6.12.1 The Purchaser is an independent legal entity with power and authority to enter into Contracts solely on its
own behalf under the applicable Laws of India and general principles of Contracts Law.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 35 of 54
6.12.2 It is expressly stated that the Purchaser while entering into an agreement with the Contractor is doing so
solely on its own behalf. The Government of India is not a party to the agreement and has no liability,
obligations or rights in the deal.
6.12.3 It is expressly stated that the Purchaser is not an agent, representative or delegate of the Government of
India and the latter shall not be liable for any act, omission, commission, breaches or other wrongs arising
out of the Contract.
6.12.4 Accordingly, the Purchaser expressly waives releases and forgoes any and all actions or claims, including
cross claims, or counter claims against Government of India arising out of the Contract.
7 WORK PROGRAM
7.1 Contractor’s Organization
7.1.1 The Contractor shall deploy required number of qualified, experienced professionals in design,
engineering, planning, procurement, quality surveillance, etc. as committed under the Schedule of Key
Personnel at the time of submission of tender and shall submit to the Purchaser and Project Manager a
chart showing the proposed organization to be established by the Contractor, for carrying out work at
Contractor‟s / Subcontractors premises. The chart shall include the identities of the key personnel together
with the curricula vitae of such key personnel to be employed within twenty-one (21) days of the
Effective Date. The Contractor shall promptly inform the Purchaser and the Project Manager in writing of
any deletion or alteration of such an organization chart.
7.1.2 The Contractor shall furnish a phase-wise, month-wise detailed organization he proposes to deploy on the
work. The organization set up shall indicate number, category and grade of personnel in different
disciplines, to ensure satisfactory and timely completion of the package contract. Cost and time over runs
arising out of insufficient deployment of manpower and non-supply of materials by contractor will be to
the contractor‟s account.
7.1.3 It is to be noted that time is the essence of contract. In order to achieve the schedules dates and to meet the
targets, the contractor shall plan to carry out all the activities connected with the contract on two shifts or
round the clock shift basis right from the initial stages. Sufficient number of engineering and supervisory
staff and labour force will have to be deployed in each shift to ensure that the schedules/ milestone targets
are met.
7.2 Program of Performance
7.2.1 Within twenty-eight (28) days of the Effective Date, the Contractor shall prepare and submit to the Project
Manager a detailed program of performance of the Contract, made in the form specified in the Contract
or acceptable to the Purchaser and showing the sequence in which it proposes to design, engineering,
procurement, manufacture, inspect test and supply the Stores, as well as the date by which the Contractor
reasonably requires that the Purchaser shall have fulfilled its obligations under the Contract so as to
enable the Contractor to execute the Contract in accordance with the program and to achieve Completion
in accordance with the Contract. The program so submitted by the Contractor shall accord with the Time
Schedule included in the corresponding Section (Time Schedule) of the Contract and any other dates and
periods specified in the Contract.
7.2.2 The Contractor shall update and revise the program as and when appropriate or when required by the
Project Manager, but without modification in the Contractual Delivery Date (CDD) and any extension
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 36 of 54
granted in accordance with GCC clause no. 12.1 (Extension of Time for Completion), and shall submit all
such revisions to the Project Manager with a copy to the Purchaser.
7.3 Work Procedures
7.3.1 The Contract shall be executed in accordance with the Technical Specification and as per provision of the
Contract.
7.3.2 The Contractor may execute the Contract in accordance with its own standard project execution plans and
procedures to the extent that they do not conflict with the provisions contained in the Contract.
7.4 Progress of Performance
7.4.1 A meeting will be held in the office of the Project Manager with the Contractor‟s representative every
month to monitor the progress of work.
7.4.2 If at any time the Contractor‟s actual progress falls behind the program referred to in GCC sub-clause no.
7.2 (Program of Performance), or it becomes apparent that it will so fall behind, the Contractor shall, at
the request of the Purchaser or the Project Manager, prepare and submit to the Project Manager a revised
program, taking into account the prevailing circumstances and shall notify the Project Manager of the
steps being taken to expedite progress so as to deliver the Stores within the Contractual Delivery Date
under GCC sub-clause no. 4.2.2, any extension thereof entitled under GCC sub-clause no. 12.1 (Extension
of Time for Completion), or any extended period as may otherwise be agreed upon between the Purchaser
and the Contractor.
7.5 Progress Report
7.5.1 The Contractor shall monitor progress of all the activities specified in the program referred to in GCC
sub-clause no. 7.2 above, and supply a progress report to the Project Manager every month.
7.5.2 The progress report shall be in a form acceptable to the Project Manager and shall indicate: (a) percentage
completion achieved compared with the planned percentage completion for each activity; and (b) where
any activity is behind the program, giving comments and likely consequences and stating the corrective
action being taken.
7.6 Hindrances
7.6.1 The Contractor is required to maintain Hindrance Register for reporting hindrance if any, while executing
the work, in an approved format. The Contractor shall get record of hindrances in the Hindrance
Register(s) approved / endorsed by the Project Manager. Such hindrance in the work endorsed by the
purchaser‟s authority will only be taken into consideration for granting time extension.
8 DESIGN AND ENGINEERING
8.1 General Design Obligation
8.1.1 The Contractor shall undertake all design and engineering to the extent specified in Technical
Specifications and necessary for manufacturing, supply of the Stores in accordance and conformity with
the provisions of the contract.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 37 of 54
8.1.2 In order to ensure effective interface coordination between various items covered under the contract, the
Contractor shall review and provide for all required interfaces between items and also interfaces between
items covered under the contract with all external interfaces to other items covered by Purchaser/ other
contractors‟ and ensure effective and efficient working of the interconnected systems of Purchaser‟s units.
8.1.3 Preparation of design, engineering drawings and other documents for the Stores by the Contractor shall be
such that the Stores manufactured and supplied by the Contractor are capable of meeting the Performance
Guarantees and will be such as could be legally, safely and reliably placed in commercial operation by the
Purchaser in accordance with prudent engineering practices.
8.1.4 The Contractor shall co-operate with the Purchaser‟s other Contractors and suppliers (if any) in the design
and engineering and otherwise accommodate their reasonable interface and interconnection requirements
within the limitations of Contractor's design and scope of work hereunder, provided that Purchaser's other
Contractors and suppliers shall also similarly co-operate with the Contractor. In case of any non-
agreement between the Contractor and Purchaser‟s other contractors & suppliers in this regard, the
decision of the Purchaser shall be final and bidding on all the parties.
8.2 Codes and Standards
8.2.1 Wherever references are made in the Contract to codes and standards in accordance with which the
Contract shall be executed, the edition or the revised version of such codes and standards current at the
date, one (01) day prior to date of Price bid opening shall apply unless otherwise specified. During the
Contract execution, any changes in such codes and standards shall be applied after approval by the
Purchaser and shall be treated in accordance with GCC clause no. 11 (Changes in the Scope of Work).
8.3 Review / Approval of Contractor’s Documents
8.3.1 The furnishing of engineering drawing/document by the Contractor shall be done in a phased manner in
accordance with the Schedule as specified in the technical specifications and/or as mutually agreed
between the Purchaser and the Contractor. The review of these Drawing/Data by the Purchaser will cover
only general conformance of the Drawing/Data to the specifications and documents. This review and/or
approval by the Purchaser shall not be construed by the Contractor, as limiting any of his responsibilities
and liabilities for mistakes and deviations from the requirements specified under these specifications and
documents. Only deviations accepted by the Purchaser through official letter from Project Manager or
through approved Design Concession Request (DCR) shall be considered as accepted deviations to
Technical Specifications.
8.3.2 The Contractor shall prepare (or cause its Sub-contractors to prepare) and furnish to the Project Manager
the documents after due diligent checking and internal approval of the Contractor, that as per Technical
Specifications require approval or review by the Purchaser. Any part of the Stores covered by or related to
the documents to be approved by the Project Manager shall be executed only after the Project Manager‟s
approval thereof. GCC sub-clauses no. 8.3.3 to 8.3.7 shall apply to those documents requiring the Project
Manager‟s approval, but not to those furnished to the Project manager for its review only.
8.3.3 Within fourteen (14) days of date of receipt by the Project Manager of any document requiring the Project
Manager‟s approval in accordance with GCC Sub-Clause no. 8.3.2 or the agreed date of submission of
such documents as per schedule, whichever is later, the Project Manager shall either return one copy
thereof to the Contractor with its approval endorsed thereon or shall notify the Contractor in writing of its
disapproval thereof and the reasons therefore and the modifications that the Project Manager proposes. If
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 38 of 54
the Project Manager fails to take action within the said fourteen (14) days, then the Contractor shall be
entitled to extension of time in accordance with GCC Clause no. 12.1 (Extension of Time for
Completion). For documents submitted by the Contractor for Project Manager‟s approval, beyond
scheduled/agreed date, the Contractor‟s right to claim time extension as above shall stand extinguished.
8.3.4 The Project Manager shall not disapprove any document, except on the grounds that document does not
comply with Technical Specifications of the Tender or applicable codes/ standards or that it is contrary to
good engineering practice.
8.3.5 If the Project Manager disapproves the document, the Contractor shall modify the document and resubmit
it within seven (7) days for the Project Manager‟s approval in accordance with GCC sub-clause no. 8.3.3.
If the Project Manager approves the document subject to modification(s), the Contractor shall make the
required modification(s), where upon the document shall be deemed to have been approved.
8.3.6 The Project Manager‟s approval, with or without modification of the document furnished by the
Contractor, shall not relieve the Contractor of any responsibility or liability imposed upon it by any
provisions of the Contract except to the extent that any subsequent failure that results from modifications
required in writing by the Purchaser.
8.3.7 All costs due to modifications/revisions to documents, drawings and associated re-engineering etc.
required to be carried out by the Contractor due to Purchaser‟s comments on Contractors documents/
drawings etc, shall be to the account of the Contractor.
8.3.8 The Contractor shall be responsible for making all necessary alterations of the Stores/ Facilities which are
occasioned due to any discrepancies, errors or omission in the drawings or other particulars submitted by
the Contractor irrespective of whether these have been approved by the Purchaser or not provided that
such discrepancies, errors or omissions are not because of inaccurate information furnished in writing to
the Contractor by or on behalf of the Purchaser. If the Contractor fails to make such alterations, the
Purchaser may do so at the risk and cost of Contractor. In addition to above, any and all other expenditure
incurred by the Purchaser in this connection shall also be to the account of the Contractor.
8.3.9 The Contractor shall not depart from any approved document unless the Contractor has first submitted to
the Project Manager an amended document and obtained Project Manager‟s approval thereof, pursuant to
provisions of this GCC clause no. 8.3 (Review / Approval of Contractor‟s Documents). If the Project
Manager requests any change in any already approved document and/or in any document based thereon,
the provisions of GCC clause 11 (Change in the Scope of Work) shall apply to such request.
8.3.10 The Contractor shall submit hard copies, reproducible and soft/scanned copies with passwords of all
drawings / documents including all latest/ as built drawings, to the Purchaser.
9 PROCUREMENT AND SUPPLY
9.1 General Provisions
9.1.1 The Contractor shall manufacture and/or procure and transport all the Stores in an expeditious and orderly
manner to the Site. The Contractor shall complete the process of placement of Purchase Order(s) on its
subcontractors and complete the procurement process in the respective time limits specified for these
activities in Technical Specifications.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 39 of 54
9.1.2 Procurement, Manufacture and Supply of Stores by the Contractor or Sub-contractor(s) shall be subjected
to Purchaser‟s Quality Assurance (QA) requirement as per GCC clause no. 10 (Quality Assurance,
Inspection, Acceptance and Rejections).
9.2 Free Issue Materials (FIM)
9.2.1 For certain fabrication of items under supply portion, if specified in the tender, the Purchaser shall
provide Free Issue Material (FIM) to Contractor, as per quantities/sizes alongwith costs of such material
mentioned in the tender.
9.2.2 The Contractor shall submit cutting diagram or appropriate proposal for optimal utilisation of the FIM.
The cutting diagram or such proposal as approved by the Purchaser's Engineer shall form a part of the
Contract.
9.2.3 Unless otherwise specially mentioned in the Contract, on issue of the Contract, the Contractor shall be
advised to collect the FIM from any of the Purchaser's Stores at various sites/ headquarter and shall take
an Insurance Policy for the value of the FIM. The Insurance Policy shall be valid till the contractual/
actual delivery date or till the execution of the Contract and shall cover the following.
INSURED Name and address of the Contractor
BENEFICIARY Nuclear Power Corporation of India Limited, acting through Executive
Director, Directorate of Contracts and Materials Management or any other
officials authorised by NPCIL, .................. (address)
RISKS COVERED Any loss or damage to the Purchaser‟s material due to fire, riot, burglary,
strike, theft, and any damages arising out of external sources such as damages
due to the materials falling on Purchaser‟s materials.
9.2.4 The Contractor shall be responsible for the safety of the FIM after it is received by him and all through
the period during which the materials will remain in his possession. The Contractor shall take all
necessary precautions against any loss, deterioration or destruction of the FIM from whatever cause
arising whilst the said material remains in his possession and/or his custody or control. The Contractor
shall also not mix-up the material in question with any of his goods and shall render true and proper
account of the material actually used. The decision as to whether the Contractor has occasioned any loss,
deterioration or destruction of the FIM whilst in his possession, custody or control from whatever cause
arising, as also the decision regarding quantum of the damages suffered by the Purchaser shall be final
and binding upon the Contractor.
9.2.5 The Insurance Policy with the details indicated at GCC clause no. 9.2.3 shall be furnished by the
Contractor to the Purchaser for acceptance. On acceptance of the Insurance Policy and Indemnity Bond
submitted as per GCC clause no. 3.4.7, by the Purchaser, the Contractor shall lift the FIM from
Purchaser's Stores at his own cost.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 40 of 54
9.2.6 On completion of fabrication or Foreclosure of Contract (GCC clause no. 13.1) or Termination of
Contract (GCC clause no. 13.2), the Contractor shall prepare a full account of the material used for the
fabrication and the balance available with him for return to the Purchaser. This account of FIM shall be
verified and accepted by the Project Manager before the Contractor is allowed to return the balance
material to Purchaser‟s Stores against such authorisation in writing.
9.2.7 The FIM account, accepted by the Project Manager alongwith proof of receipt of balance material by the
Stores Officer (Consignee), shall be produced by the Contractor for the release of the final payment to the
Contractor.
9.2.8 The Purchaser at all times have the right to enter the Contractor's premises where the free issue materials
are stored or where the free issue materials are under manufacture.
9.2.9 The Purchaser at his discretion may allow the balance material such as scrap, cut bits to be retained by the
Contractor in which event the value to be assigned to the balance material will be mutually agreed
between the Purchaser and the Contractor and the agreed amount shall be debited to the Contractor's
account while settling his final payment.
9.3 Packing and Marking
9.3.1 Packing for Shipment shall be in accordance with the packing specification if any, given in the Tender
Document. The Contractor shall be responsible for the Stores being sufficiently and properly packed and
crated for transport by sea, air, rail or road, so as to ensure that they are free from any loss or damages till
their arrival at destination. The packing and marking of packages shall be done by and at the expense of
the Contractor.
9.3.2 Each package shall contain a Packing Note quoting Contract number and date, copy of Shipping Release
and one set of copy of test certificates. Each package shall be marked with name and address of the
Contractor, Contract No and date, brief description of the Stores and name and address of the Consignee,
dimensions, weight, lifting points and special handling instructions, if any.
9.4 Transportation
9.4.1 Unless otherwise stated the Contractor shall give the Purchaser not less than 14 days‟ notice of the date on
which any major plant and machinery or other major goods will be delivered to the Site stating details
such as the description of the Stores, the point and means of dispatch, and the estimated time of arrival at
the Site.
9.4.2 For Contracts placed on free and safe delivery to Purchaser‟s site basis:
i) The Contractor shall transport at his own risk and expense and deliver the Items at the
destination specified by the Purchaser on free and safe delivery basis, by selecting any safe
mode of transport unless otherwise stated in the contract.
ii) Unless otherwise expressly mentioned in the Contract, the Contractor shall pay and bear all
freights and all costs and expenses for transporting the items to the place of delivery specified
in the Contract and the price specified in the Contract shall be inclusive of all such packing,
handling, forwarding, freight and transit insurance charges. The Contractor shall however,
indicate the break up price towards freight and transit insurance charges.
iii) Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe
mode of transport without any transhipment, to carry the Plant and Equipment.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 41 of 54
iv) The Contractor shall be responsible for obtaining, if necessary, approvals from the authorities
for transportation of the Stores to the Site. The Contractor shall indemnify and hold harmless
the Purchaser from and against any claim for damage to roads, bridges or any other traffic
facilities that may be caused by the transport of the Stores to the Site.
v) The Contractor shall indemnify and hold the Purchaser harmless against and from all
damages, losses and expenses (including legal fees and expenses) resulting from the transport
of Stores and shall negotiate and pay all claims arising from their transport.
vi) In the event any stores or item is damaged, lost, stolen, destroyed or otherwise impaired while
in storage or transit, Contractor shall at its own expense and cost restore or replace such
affected stores or item.
9.4.3 In the case of Contract with Ex-works prices, the Contractor shall arrange transportation of the Stores
after Purchaser‟s prior approval of the selected transporter and transportation charges.
9.4.4 High Seas Sale
All imported capital goods and spares procured by indigenous contractor from foreign sub-contractor, to
be delivered directly to the Purchaser‟s site from the port of import, shall be cleared on High Seas Sale
basis, at the price as shown in the Contract. In the event foreign Sub-contractor‟s invoice values exceeds
the corresponding value shown in the Contract, implication if any towards Customs Duty shall be to the
Contractor‟s account.
The contractor shall furnish all necessary documents for executing the High Seas sale agreement. In case
of delay / failure in submission of documents, the demurrage charges, penalty, sales tax, etc. shall be
borne by the contractor. Not withstanding High Seas sales, the Contractor shall remain responsible for all
work of port handling / clearance, inland transportation to site and till safe delivery of Stores at
Purchaser‟s site.
9.4.5 Documentation for Supply of Imported Items
At least three (3) days prior to the embarkation for India of each shipment of Stores, the Contractor shall
send a tele-fax to Purchaser setting forth the following information concerning each such shipment:
i) A description of the Stores contained in such shipment
ii) The date of embarkation and departure
iii) The port of origin
iv) The means of shipment (air or sea)
v) The estimated date of arrival in India compared with Contract Network Schedule
vi) The port of entry in India
vii) The value of the shipment
viii) The approximate weight and volume (gross and net)
ix) The name, flag and owner of the vessel if shipment is by sea or the designation of aircraft if
shipment is by air and
x) The number and value of bill of lading or airway bill.
Within three (3) days after embarkation for India of each shipment, the Contractor shall send to Purchaser
by courier for information, a copy of each of the following documents:
i) Shipping documents consisting of full set clean bill of lading;
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 42 of 54
ii) Declaration made by Contractor by tele-fax to the insurer and confirmation from the insurer that the
subject cargo is insured under marine cargo insurance;
iii) Invoice with itemised prices duly signed by Contractor;
iv) Copy of packing lists for each separate package;
v) Shipping release issued by Purchaser or his authorized representation;
vi) Certificate of origin;
vii) Any other documents needed for import clearance.
9.4.6 Documentation for Supply of Indigenous Items
On the day of transport, the contractor shall send to the Purchaser by courier for information, a copy of
each of the following documents:
i) Transportation documents like airway bill / lorry receipt / railway receipt / delivery challan, etc.
ii) Certificate of insurance;
iii) Invoice with itemised prices duly signed by Contractor.
iv) Copy of packing lists for each separate package;
v) Any other documents needed for excise / octroi clearance.
vi) Shipping release issued by Purchaser or his authorized representation;
vii) Contractor shall also be responsible for obtaining clearances for all indigenous items from excise,
octroi, entry tax etc. for timely and safe delivery of items to the site.
9.4.7 All demurrage, wharfage and other expenses incurred due to delayed clearance of the material for any
reason, other than those for which the Purchaser is responsible, shall be to the account of the Contractor.
9.5 Custom Clearance (For imported items ordered by indigenous main contractor from foreign sub-
contractor)
9.5.1 The Contractor‟s scope of work shall include obtaining all customs clearance, completing all clearance
formalities and handling at all ports of all equipment and material of non–Indian origin including those
where Purchaser is named importer.
9.5.2 The Contractor shall, at its own expense; handle all imported Stores at the point(s) of import and shall
handle any formalities for customs clearance. This clause shall be read in conjunction with ITT clause no.
9.0 for the purpose of Customs Duty. The Purchaser will make available to the Contractor all documents /
applications that are required to be made in the name of the Purchaser as per applicable laws or
regulations including requisite documents or certifications as per the extant rules and procedures for
availing the exemptions/concessions in Customs Duty, if any. However, it is the responsibility of the
Contractor to approach the Purchaser and obtain necessary documents / certificates from the Purchaser
well in advance.
9.5.3 The Contractor shall be responsible for the timely clearance of Stores through customs and for all
necessary documentation and procedural matters associated there with. The Contractor shall be
responsible for meeting the agreed contractual dates notwithstanding any customs delays and will not be
entitled to extension of time for completion of supply, it being the Contractor‟s responsibility to allow
sufficient time for clearance through customs.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 43 of 54
9.6 Training
9.6.1 The Contractor shall, if required by the Purchaser, provide facilities for the practical training of
Purchaser‟s engineering or technical personnel for operation and maintenance of the Stores. The
Purchaser shall bear boarding, lodging and travelling expenses of its personnel deputed for such training.
9.7 Manuals
Contractor shall submit to Purchaser, the manuals required for the Stores as listed in the technical
specification including but not limited to:
9.7.1 Quality Control Manual:
Quality assurance for material, procurement, manufacturing, packing and forwarding, preservation at site,
erection / Construction including field quality plan etc. shall be furnished with the bid by the Contractor
conforming to the standards to be employed by Contractor under the contract
9.7.2 Instruction manuals for equipments / systems:
Contractor shall forward Instruction Manuals, for operation and maintenance along with dispatch of
respective equipments/systems required for the plant, as provided by manufacturer / suppliers of
equipments / systems.
9.7.3 Operating Manual (Comprehensive & Integrated):
Contractor shall prepare and deliver to Purchaser, the Operating Manual having, but not limited to
complete equipment and system instructions for the start-up, operation and maintenance of the plant.
Contractor shall consult with Purchaser in the preparation of the Operating Manual and Purchaser will be
permitted to make recommendations as to the final form and substance of the Operating Manual. The
Operation Manual shall be consistent with Prudent Utility Practices, such that the various operations
under anticipated operating conditions, result in operation of the Stores at the capacity, efficiency,
reliability, safety and maintainability levels contemplated in the contract and shall in no way impair any
warranty or guarantee on equipment, materials or services relating to the Stores supplied by Contractor
under the contract.
10 QUALITY ASSURANCE, INSPECTION, ACCEPTANCE AND REJECTIONS
10.1 Quality Assurance Program
10.1.1 The Stores under the scope of this Contract whether manufactured or performed within the Contractor‟s
Facilities or at his Sub-contractor‟s premises or at the Purchaser‟s site or at any other place of work shall
be subjected to quality surveillance commensurate with Purchaser‟s QA programme to control such
activities at all stages necessary, and inspection by the Purchaser‟s authorised Quality Surveillance
Engineer.
10.1.2 Quality Management System of Contractor: In order to provide assurance to the purchaser, the contractor
shall, based on the Purchaser's QA Programme, prepare a QA manual, which shall be finally accepted by
the Purchaser after discussions before commencement of work. The Quality Management System of the
contractor shall generally cover, but not limited to the following:
a) His organization structure for the management and implementation of the proposed quality
management system including interfaces.
b) Design capabilities & control.
c) Documentation control system.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 44 of 54
d) Qualification data for Contractor‟s key personnel.
e) The procedure for purchase or materials, parts, components and selection of Sub-contractor‟s services
including vendor analysis, source inspection, incoming raw material inspection, verification of
materials purchased etc.
f) Traceability of material used in production.
g) System for shop manufacturing and construction/fabrication controls through QA plans.
h) Control of non-conforming items and system for corrective and preventive actions, including disposal
of non-conforming items.
i) Inspection and test procedures for manufacturing activities.
j) Control of calibration and testing of inspection, measuring and testing equipment
k) System of indication and appraisal of inspection status.
l) System of quality audits.
m) Training, certification and authorization of personnel.
n) System for authorizing release of manufactured product to the Purchaser. System of intimation by the
contractor, and approval by the Purchaser of stages of completion of Stores.
o) System for maintenance of records.
p) System for handling, storage, preservation and delivery of items.
10.1.3 In addition, the contractor shall establish a quality plan detailing out the specific quality control procedure
to be adopted for controlling the quality characteristics relevant to each item of Stores which are to be
supplied as per the contract, in consultation with the Project Manager and have it approved by him before
start of the work. The contractor shall also submit a list of all key persons to be engaged in the contract,
along with their qualification, experience, organizational position etc.
10.1.4 It is to be understood that the role of NPCIL QA is mainly to ensure that proper QA System, as agreed
upon mutually between Purchaser and Contractor, is being implemented by contractor and his sub-
contractor, and not inspection. NPCIL QA will carry out random quality check, for which certain
tests/inspections may be required to be repeated, as stipulated in approved QAP. For compliance with
above requirements, “Quality Assurance in Supply contracts” attached in the tender document shall be
followed.
10.1.5 The Contractor shall be required to submit the relevant Quality Assurance document within three weeks
of completion, which shall include relevant test reports connected with all engineering controls adopted
by him during manufacture/construction. The Project Manager/ Purchaser or his duly authorized
representative reserves the right to carry out Quality Audit and Quality Surveillance of the systems and
procedures of the Quality Management and Control Activities of the Contractor/ his vender.
10.2 Inspection, Testing and Rejection
10.2.1 The Project Manager, his duly authorised representative and/or an outside inspection agency acting on
behalf of the Purchaser shall have at all reasonable times access to the Contractor‟s premises or facilities
and shall have the power at all reasonable times to inspect and examine the materials and workmanship
during manufacture and if part of the Stores is being manufactured or assembled at other premises or
works, the Contractor shall obtain for the Project Manager and for his duly authorised representative
permission to inspect as if the Stores were manufactured or assembled on the Contractor‟s own premises.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 45 of 54
10.2.2 The Contractor shall give the Purchaser‟s Personnel full opportunity to carry out these activities,
including providing access, facilities, permissions and safety equipment. No such activity shall relieve the
Contractor from any obligation or responsibility.
10.2.3 The Stores (in part or full) shall be offered by the Contractor for inspection at place of manufacture and/or
on the site or at such places as may be specified by the Inspector at the Contractor's risk, expense and
cost. The Contractor shall give notice of readiness of Stores for inspection to the Inspector and shall
perform all tests and inspection in presence of the Inspector as per the terms of the Purchase specifications
and approved inspection plan. In default of such notice, the Project Manager/ Purchaser shall be entitled
to appraise the quality and extent thereof.
10.2.4 Test Certificates and Guarantee Certificates if required by the Inspector shall be obtained and furnished to
him free of cost by the Contractor and/or from the specified agency.
10.2.5 The Contractor shall promptly forward to the Purchaser duly certified reports of the tests. When the
specified tests have been passed, the Purchaser shall endorse the Contractor‟s test certificate, or issue a
certificate to him, to that effect.
10.2.6 Where consignments are required to be delivered / despatched after inspection by the Inspector as per the
Contract, a "Shipping Release" issued by the Inspector shall be enclosed along with the delivery challan
or other shipping documents viz. (Lorry Receipt, Railway Receipt) accompanying the consignments.
10.2.7 The Contractor agrees that neither the execution of a test and/or inspection of Stores or any part of the
Stores, nor the attendance by the Purchaser, nor the issue of any test certificate, shall release the
Contractor from any other responsibilities under the Contract.
10.2.8 If any dispute or difference of opinion shall arise between the parties in connection with or arising out of
the test and/or inspection of the Stores that cannot be settled between the parties within a reasonable
period of time, it may be referred to Arbitration for determination in accordance with GCC clause no. 14
(Settlement of Disputes).
10.2.9 Except as otherwise specified in the Contract, the Contractor shall provide all apparatus, assistance,
documents and other information, electricity, equipment, fuel, consumables, instruments, labour,
materials, and suitably qualified and experienced staff, as are necessary to carry out the specified tests
efficiently. The Contractor shall agree, with the Purchaser the time and place for the specified testing of
any Stores.
10.2.10 The Purchaser may require the Contractor to carry out any test and/or inspection not covered by the
Contract, provided that the Contractor‟s reasonable costs and expenses along with taxes & duties as
applicable, incurred in the carrying out of such test and/or inspection shall be payable extra by the
Purchaser. Further, if such test and/or inspection impedes the progress of work on the Stores and/or the
Contractor‟s performance of its other obligations under the Contract, due allowance will be made in
respect of the Time for Completion and the other obligations so affected.
10.2.11 The stores received by the Purchaser will also be subject to inspection and test as may be considered
necessary by the Quality Surveillance Engineer / Purchaser and his decision as regards rejection of Stores
shall be final and binding on the Contractor. If any stores are rejected as aforesaid, without prejudice to
the foregoing provision, the Purchaser shall be at liberty to:
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 46 of 54
a) Allow the Contractor to resubmit without prejudice to the Purchaser‟s right to claim and recover
Liquidated Damages as provided in GCC clause no.6.2 (Delay in Supply), Stores in replacement of
those rejected within a time specified by Purchaser, the contractor bearing the cost of freight for such
replacement without being entitled to any extra payment thereof.
b) Buy the quantity of Stores rejected or other items of similar nature from elsewhere at the risk and cost
of the Contractor in accordance with the provisions contained in GCC clause no. 13.2 (Cancellation /
Termination of Contract in Full or Part).
10.2.12 Any Stores submitted for inspection and rejected by the Inspector must be removed by the Contractor
within fourteen days from the date of receipt of intimation of rejection provided that in case of dangerous,
infected or perishable Stores, the Inspector (whose decision shall be final) shall notify the Contractor to
remove such Stores within 48 hours of receipt of intimation of rejection and it shall be the duty of the
Contractor to remove such rejected Stores and the same shall lie at the Contractor's risk from the time of
such rejection and if not removed within the aforementioned time, the Purchaser shall have the right either
to return the rejected Stores to the Contractor at the Contractor's risk by such mode of transport as
Purchaser may select, dispose off or segregate such Stores as he thinks fit at the Contractor's risk and on
his account and appropriate such portion of the proceeds as may be necessary and recover any damages or
expenses incurred by the Purchaser in connection with said sale and storage, if any. Freight paid by the
Purchaser on Stores received and rejected after examination at destination shall be recoverable from the
Contractor.
10.3 Supervision of Erection & Commissioning:
10.3.1 The Contractor shall depute qualified personnel to Purchaser‟s site during erection and commissioning of
the Stores as specified in SCC/ Contract.
11 CHANGE IN THE SCOPE OF WORK
11.1 Right to vary
11.1.1 Purchaser shall have the right to propose, and order the Contractor from time to time during the
performance of the Contract to make any change, modification, addition or deletion to, in or from the
Stores (hereinafter called “Change”), provided that such Change falls within the general scope of the
work and does not constitute unrelated work and that it is technically practicable, taking into account both
the state of advancement of the work and the technical compatibility of the Change envisaged with the
nature of the Stores as specified in the Contract.
11.1.2 The Contractor may from time to time during its performance of the Contract propose to the Purchaser
(with a copy to the Project Manager) any Change that the Contractor considers necessary or desirable.
The Purchaser may at its discretion approve or reject any Change proposed by the Contractor.
11.1.3 Notwithstanding GCC sub-clauses no. 11.1.1 and 11.1.2, no change made necessary because of any
default of the Contractor in the performance of its obligations under the Contract and/or for Contractor‟s
convenience, shall be deemed to be a Change, and such change shall not result in any adjustment of the
Contract Price or the Time for Completion.
11.2 Changes Originating from Purchaser
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 47 of 54
11.2.1 If the Purchaser proposes a Change pursuant to GCC sub-clause no.11.1.1, it shall send to the Contractor
a “Request for Change Proposal,” requiring the Contractor to prepare and furnish to the Project Manager
as soon as reasonably practicable a “Change Proposal,” which shall include the following:
(a) brief description of the Change
(b) effect on the Time for Completion
(b) estimated cost of the Change
(c) effect on Functional Guarantees (if any)
(d) effect on any other provisions of the Contract.
11.2.2 Upon receipt of the Change Proposal, the Purchaser and the Contractor shall mutually agree upon all
matters therein contained. Within thirty (30) days after such agreement, the Purchaser shall, if it intends to
proceed with the Change, issue the Contractor with a Change Order.
If the Purchaser is unable to reach a decision within thirty (30) days, it shall notify the Contractor with
details of when the Contractor can expect a decision.
If the Purchaser decides not to proceed with the Change for whatever reason, it shall, within the said
period of thirty (30) days, notify the Contractor accordingly.
11.2.3 If the Purchaser and the Contractor cannot reach agreement on the price for the Change, an equitable
adjustment to the Time for Completion, or any other matters identified in the Change Proposal, the
Purchaser may nevertheless instruct the Contractor to proceed with the Change by issue of a “Pending
Agreement Change Order.”
Upon receipt of a Pending Agreement Change Order, the Contractor shall immediately proceed with
effecting the Changes covered by such Order. The parties shall thereafter attempt to reach agreement on
the outstanding issues under the Change Proposal.
If the parties cannot reach agreement within ninety (90) days from the date of issue of the Pending
Agreement Change Order, then the matter may be resolved in accordance with the provisions of GCC
clause no. 14 (Settlement of Disputes).
11.3 Changes Originating from Contractor
11.3.1 If the Contractor proposes a Change pursuant to GCC sub-clause no. 11.1.2, the Contractor shall submit
to the Project Manager a written Change Proposal giving reasons for the proposed Change and including
the information specified in GCC sub-clause no. 11.2.1. Upon receipt of the Change Proposal, the parties
shall mutually agree on cost implications thereof.
12 TIME EXTENSION
12.1 Extension of Time for Completion
12.1.1 The Time(s) for Completion specified in the Contract pursuant to GCC sub-clause no. 4.2.2 shall be
extended if the Contractor is delayed or impeded in the performance of any of its obligations under the
Contract by reason of any of the following:
(a) any Change in the Scope of Work as provided in GCC clause no. 11.
(b) any occurrence of Force Majeure as provided in GCC clause no. 6.11,
(c) any delay in approval of drawing / document by the Purchaser, under GCC Sub-clause no. 8.3.3.
(d) any default or breach of the Contract by the Purchaser, specifically including failure to supply the
items listed in the Contract, or any activity, act or omission of any other contractors employed by
the Purchaser.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 48 of 54
(e) delays attributable to the Purchaser and included in Hindrance Register pursuant to GCC clause no.
7.6 (Hindrances)
(f) any other matter specifically mentioned in the Contract
by such period as shall be fair and reasonable in all the circumstances and as shall fairly reflect the delay
or impediment sustained by the Contractor
12.1.2 Except where otherwise specifically provided in the Contract, the Contractor shall submit to the Purchaser
a request for an extension of the Time for Completion, together with particulars of the event or
circumstance justifying such extension as soon as reasonably practicable after the commencement of such
event or circumstance. As soon as reasonably practicable after receipt of such request and supporting
particulars, the Purchaser shall intimate the Contractor the period of such extension. In the event that the
Contractor does not accept the Purchaser‟s estimate of a fair and reasonable time extension, the
Contractor shall be entitled to refer the matter for resolution, pursuant to GCC clause no. 14 (Settlement
of Disputes).
12.1.3 The Contractor shall at all times use its reasonable efforts to minimize any delay in the performance of its
obligations under the Contract.
12.1.4 The Purchaser shall extend the time(s) for completion as agreed between the parties pursuant to GCC sub-
clause no. 12.1.2 without levy of Liquidated Damages. In the event of grant of such extension of time, the
Purchaser shall also reimburse the contractor increase in Statutory levies, if any, in the extended delivery
period.
12.1.5 In the event of grant of extension of time as per this GCC clause no. 12.1 (Extension of Time for
Completion), the provisions of price adjustment as per GCC clause no. 5.4 (Price Adjustment) shall also
be applicable in this extended time for completion subject to overall ceiling of price adjustment as per
GCC sub-clause no. 5.4.3 (a) and (b) and as per provision of GCC sub-clause no. 5.5.6.
12.1.6 In the event of extension of time for delays due to reasons attributable to the Contractor, the provisions of
this GCC clause no. 12.1 (Extension of Time for Completion) shall not be applicable and provisions of
GCC clause no. 6.2 (Delay in Supply) and/or GCC clause no. 13.2 (Cancellation / Termination of
Contract in Full or Part) shall be applicable in such cases.
13 FORECLOSURE AND TERMINATION
13.1 Foreclosure of Contract
13.1.1 If at any time after acceptance of the tender / during execution of work the Purchaser shall decide to
abandon or reduce the scope of the work for any reason whatsoever and hence not require the whole or
any part of the work to be carried out, the Purchaser shall give notice in writing to that effect to the
Contractor and the Contractor shall have no claim to any payment of compensation or otherwise
whatsoever, on account of any profit or advantage which he might have derived from the execution of the
work in full but which he did not derive in consequence of the foreclosure of the whole or part of the
Contract.
13.1.2 Upon receipt of the notice of foreclosure under GCC sub-clause no. 13.1.1, the Contractor shall either
immediately or upon the date specified in the notice of foreclosure
a) Cease all further work, except for such work as may be specified in the notice of termination for the
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 49 of 54
sole purpose of protecting that part of the Stores already executed.
b) Terminate all subcontracts, except those to be assigned to the Purchaser pursuant to paragraph „d (ii)‟
below
c) Stop all further purchasing and/ or subcontracting activities related to work foreclosed.
d) In addition, the Contractor, subject to the payment specified in GCC sub-clause 13.1.4, shall
i) deliver to the Purchaser the parts of the Stores executed by the Contractor up to the date of
foreclosure
ii) to the extent legally possible, assign to the Purchaser all right, title and benefit of the Contractor
to Stores as of the date of foreclosure, and, as may be required by the Purchaser, in any
subcontracts concluded between the Contractor and its Subcontractors.
iii) deliver to the Purchaser all non-proprietary drawings, specifications and other documents
prepared by the Contractor or its Subcontractors as at the date of foreclosure in connection with
the stores.
13.1.3 The Purchaser shall have the option to take over Contractors materials or any part thereof of which the
Contractor is legally bound to accept delivery from supplier (for incorporation in or incidental to Stores)
provided, however, the Purchaser shall be bound to take over the materials or such portions thereof as the
Contractor does not desire to retain.
13.1.4 In the event of Foreclosure of the Contract under GCC sub-clause no. 13.1.1, the Purchaser shall pay to
the Contractor the full amount at contract rates, properly attributable to supplies completed and/or the
parts of the Stores executed by the Contractor as of the date of foreclosure. In addition the Purchaser shall
also pay a further reasonable amount as certified by the Project Manager but not more than the amount
proportionate to the value of balance work, for the items hereunder mentioned which could not be utilized
on the work to the full extent because of the foreclosure:
a) For contractors materials taken over or to be taken over by the Purchaser pursuant GCC clause no.
13.1.3, cost of such materials as detailed by the Purchaser. The cost shall however take into account
purchase price, cost of transportation and deterioration or damage which may have been caused to
materials whilst in the custody of the Contractor, provided that the value so arrived should not be
more than the proportionate rate of item of the Contract.
b) If any Free Issue Materials are supplied by the Purchaser the contractor shall furnish a full account
of the same pursuant to GCC sub-clause no. 9.2.6 and balance FIM, shall be returned by the
Contractor to the Purchaser at rates not exceeding those at which these were originally issued. Any
deterioration or damage which may have been caused whilst the Free Issue Materials were in the
custody of the Contractor shall be to the account of the Contractor. In addition, cost of
transportation of such Free Issue Materials from Contractor‟s works/stores to the stores of the
Purchaser, if so required by the Purchaser, shall be paid to the Contractor.
The Contractor shall, as required by the Purchaser, furnish to him books of account, wage books, time
sheets and other relevant documents as may be necessary to enable him to certify the reasonable amount
payable under this clause
13.2 Cancellation / Termination of Contract in Full or Part
13.2.1 The Purchaser, without prejudice to any other rights or remedies it may possess, may terminate the
Contract forthwith as a whole or only such items of work in default, in the following circumstances by
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 50 of 54
giving a notice of termination and its reasons thereof to the Contractor, referring to this GCC sub-clause
13.2.1:
If the Contractor;
a) shall offer, or give or agree to give to any person in the Purchaser‟s service or to any other person on
his behalf any gift or consideration of any kind as an inducement or reward for doing-or forbearing to
do or having done or forborne to do any act in relation to the obtaining or execution of this or any
other Contract for the Purchaser; or
b) shall enter into a contract with the Purchaser in connection with which commission has been paid or
agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the
terms of payment thereof have previously been disclosed in writing to the Purchaser; or
c) Shall obtain a Contract with the Purchaser as a result of wrong tendering or other non-bonafide
methods of competitive tendering; or
d) Adopts or has engaged in “fraudulent practice” like misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Purchaser, collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial
non-competitive levels and to deprive the Purchaser of the benefits of free and open competition.
e) Adopts or has engaged in “coercive practice” like harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in the procurement process or
affect the execution of a contract.
f) being an Individual, or if a firm, any partner thereof, shall at any time be adjudged insolvent or have a
receiving order or order for administration of his estate made against him or shall take any
proceedings for liquidation or composition (other than a voluntary-liquidation for purpose of
amalgamation or reconstruction) under any insolvency Act for the time being in force or make any
conveyance or assignment of his effects or composition or arrangement for the benefit of his
creditors or purport so to do, or if any application be made under any insolvency-Act for the time
being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his
creditors; or
g) Being a company, shall pass a resolution or the Court shall make an order for the liquidation of its
affairs, or a receiver or manager on behalf of the debenture holders shall be appointed or
circumstances shall arise which entitle the Court or debenture holders to appoint a receiver or
manager; or
h) Shall suffer an execution being levied on his goods and allow it to be continued for a period of 21
days; or
i) assigns, transfers, subcontracts (engagement of labour on a piece-work basis or of labour with
materials not to be incorporated in the work shall not be deemed to be subletting) or attempts to
assign, transfer or subcontract the entire work or any portion thereof without the prior written
approval of the Purchaser.
13.2.2 In the event of default by the Contractor in the following circumstances, the Purchaser may, without
prejudice to any other rights it may possess under the Contract, give a notice to the Contractor stating the
nature of the default and requiring the Contractor to remedy the same. If the Contractor fails to remedy or
to take steps to remedy the same within fourteen (14) days of its receipt of such notice, then the Purchaser
may terminate the Contract as a whole or only such items of work in default, by giving a notice of
termination and its reasons thereof to the Contractor referring to this GCC sub-clause no. 13.2.2.
If the Contractor
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 51 of 54
(a) has abandoned or repudiated the Contract or otherwise plainly demonstrates the intention not to
continue performance of his obligation under the contract, or
(b) has without valid reason failed to commence work on the Stores promptly or has suspended the
progress of Contract performance for more than twenty-eight (28) days after receiving a written
instruction from the Purchaser to proceed, or
(c) persistently fails to execute the Contract in accordance with the Contract or persistently neglects to
carry out its obligations under the Contract without just cause, or
(d) refuses or is unable to provide sufficient materials, services or labour to execute and complete the
supply of Stores in the manner specified in the program furnished under GCC clause 7.2 at rates of
progress that give reasonable assurance to the Purchaser that the Contractor can attain Completion of
the supply of Stores by the Time for Completion as extended, or
(e) at any time makes default in proceeding with the work with due diligence and continues to do so after
a notice in writing of 7 days from the Purchaser, or
(f) commits default in complying with any of the terms and conditions of the Contract and does not
remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in
that behalf by the Purchaser, or
(g) fails to deliver the Stores or any part thereof on or before the Contractual Delivery Date(s), and does
not complete them within the period specified in a notice given in writing in that behalf by the
Purchaser.
13.2.3 In case the Contract is terminated under GCC sub-clause no. 13.2.1 or 13.2.2 above the Contractor shall
not be entitled to recover or be paid any sum for any work thereof or actually performed under this
Contract unless and until the Project Manager has certified in writing the performance of such work and
the value payable in respect thereof and he shall only be entitled to be paid so certified.
13.2.4 In case the Contract is terminated under GCC sub-clause 13.2.1 or 13.2.2 above, the Purchaser shall on
such termination have powers to purchase from elsewhere, at the risk and cost of the Contractor, the
Stores or part thereof, not delivered and contract for which is terminated, or other items of similar
description when such Stores exactly complying with the Particulars are not in the opinion (such opinion
being final) of the Purchaser readily procurable.
13.2.5 In the event of action being taken under GCC clause no. 13.2.4, the Contractor shall also be liable for
Liquidated Damages for delay in deliveries, which the Purchaser is entitled to recover as per GCC clause
no. 6.2 (Delay in Supply) on that account provided an agreement for such alternate purchase from
elsewhere, is made within (six) 6 months of the letter of cancellation sent to the Contractor. The
Contractor shall not be entitled to any gain on such purchase made on account of default. The manner and
method of such alternate purchase shall be at the entire discretion of the Purchaser, whose decision shall
be final. This right shall be without prejudice to the right of the Purchaser, to recover the damages for
breach of Contract by the Contractor as provided in the Contract or under the general law.
13.2.6 The termination of the Contract under this clause shall not entitle the Contractor to reduce the value of the
Performance Security Bond Guarantee nor the time thereof. The Performance Security Bond Guarantee
shall be valid for the full value and for the full period as per the Contract.
13.2.7 In the event of anyone or more of the above courses under this GCC clause no. 13.2 being adopted by the
Purchaser, the Contractor shall have no claim to compensation for any loss sustained by him by reasons of
his having purchased or procured any materials or entered into any engagements or made any advances on
account or with a view to the execution of the work or the performance of the Contract.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 52 of 54
13.2.8 In any case in which any of the powers conferred upon the Purchaser by this clause, shall have become
exercisable and the same are not exercised, the non-exercise thereof shall not constitute a waiver of any of
the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case
of default by the Contractor and the liability of the Contractor for compensation shall remain unaffected.
13.3 Termination of Contract on Death
13.3.1 If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies or if the
Contractor is a partnership concern and one of the partners dies then unless the Purchaser is satisfied that
the legal representatives of the individual Contractor or of the proprietor of the proprietary concern and in
the case of partnership, the surviving partners, are capable of carrying out and completing the Contract,
the Purchaser shall be entitled to cancel the Contract as to its incomplete part without the Purchaser being
in any way liable to pay any compensation to the estate, of the deceased Contractor and/or the surviving
partners of the Contractor's firm on account of the cancellation of the contract The decision of the
Purchaser that the legal representatives of the deceased Contractor or the surviving partners of the
Contractor's firm cannot carry out and complete the Contract shall be final and binding oh the parties. In
the event of such cancellation, the Purchaser shall not hold the estate of the deceased Contractor and/or
the surviving partners of the Contractor's firm liable for damages for not completing the Contract.
14 SETTLEMENT OF DISPUTE
14.1 Settlement by Mutual Consultation:
14.1.1 If any dispute of any kind whatsoever shall arise between the Purchaser and the Contractor in
connection with or arising out of matters covered in the Contract, including without prejudice to
the generality of the foregoing, any question regarding its existence, validity or termination, or
execution of the facilities whether during the progress of the facilities or after their completion
and whether before or after the termination, abandonment or breach of the Contract, the parties
shall seek to resolve any such dispute or difference by mutual consultation. Efforts shall be made first to
resolve such dispute or difference at the level of Sr. GM (C&MM)/ Project Manager/ Engineer-in-charge
level, failing which the matters in dispute shall be discussed for settlement at Corporate Level of the
Purchaser and the Contractor. If the parties fail to resolve such dispute or difference by all such mutual
consultation(s), then the either party may give a thirty (30) days notice to the other party conveying its
intention to commence Arbitration as hereinafter provided as to the matter in dispute, and no Arbitration
in respect of this matter may be commenced unless such notice is given.
14.2 Arbitration
14.2.1 Any dispute in respect of which notice of intention to commence Arbitration has been given, shall be
finally settled by Arbitration. The Arbitration may be concluded prior to or after completion of the
facilities. Arbitration proceedings shall be conducted in the manner as herein below provided.
14.2.2 Consequent to issue of notice of intention to commence Arbitration by either party, both the Purchaser
and the Contractor shall appoint one Arbitrator each. These two Arbitrators shall agree between
themselves and shall appoint a third Arbitrator. The issue in dispute shall then be referred to these
Arbitrators. In any Arbitration invoked at the instance of either party to the Contract, the Arbitrator(s)
would be free to consider the counter claim of the other party even though they are not mentioned in the
reference to Arbitration. The decision either by consensus or by majority of these three Arbitrators shall
be final and binding on both the parties and shall be implemented by the parties forthwith.
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 53 of 54
14.2.3 For Contract issued to an Indian Contractor or to a Consortium in which the Indian Contractor is the lead
partner, the provisions of the Arbitration & Conciliation Act, 1996, and Rules made there under and/or
any statutory modifications or re-enactment thereof for the time being in force shall apply to such
Arbitration proceedings. The Arbitrator may, from time to time, with the consent of the parties, enlarge
the time for making and publishing the award.
14.2.4 For Contract awarded to a foreign Contractor or to a consortium in which the Foreign Contractor is the
lead partner, Rules of Conciliation and Arbitration of the International Chamber of Commerce shall apply
to such Arbitration proceedings. The Arbitrator may, from time to time, with the consent of the parties,
enlarge the time for making and publishing the award.
14.2.5 For Contract awarded to a Public Sector Enterprise, all matters in dispute to be settled through arbitration
shall be referred to the Permanent Arbitration Mechanism (PAM) of the Department of Public Enterprise,
Government of India.
14.3 General
14.3.1 Notwithstanding any reference to Arbitration as herein before provided – (a) the Parties shall continue to
perform their respective obligations under the Contract with due diligence, unless they otherwise agree,
(b) the Purchaser shall continue to pay to the Contractor any moneys due and undisputed to the
Contractor.
------------------x------------------
NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores
GCC/SUPPLY-1/R-4 (28.12.2016) 54 of 54
15. ABBREVIATIONS USED
BHP Brake Horse Power
BOQ Bill of Quantity
C&MM Contracts and Materials Management Department
ECC Erection Completion Certificate
EPC Engineering, Procurement and Construction Contract
CDD Contractual Delivery Date
CENVAT Centralised Value Added Tax
CMRCIV Contractor‟s Material Receipt Cum Issue Voucher
DCR Design Concession Request
DRB Dispute Resolution Board
ECS Electronic Clearance System
FIM Free Issue Material
FOB Free on Board
GCC General Conditions of Contract
GR Good Receipt
IPR Intellectual Property Rights
ITT Invitation to Tender
INR Indian Rupees
kW Kilo Watt
kWh Kilo Watt Hour
L/C Letter of Credit
LD Liquidated Damages
LIBOR London Inter Bank Offer Rate
LR Lorry Receipt
MRICAR Material Receipt Intimation Cum Acceptance Report
NDT Non Destructive Testing
NPCIL Nuclear Power Corporation of India Limited
PLR Prime Lending Rate
PO Purchase Order
QA Quality Assurance
Rs. Indian Rupees
RR Railway Receipt
SCC Special Conditions of Contract
Sq. Square
T&P Tools, Plants and Equipments
USD US Dollar
UKP UK Pound
VAT Value Added Tax
WCT Works Contract Tax
(To be submitted in Non-judicial Stamp Paper of appropriate value) Annexure-A
ADVANCE PAYMENT
NUCLEAR POWER CORPORATION OF INDIA LIMITED
(Acting through) Executive Director, Directorate Of Contracts & Materials Management NUB, Anushaktinagar, Mumbai-400094.
1. WHEREAS on or about the __________________day of 201_
M/s.________________________________________ a Company registered
under the Companies Act 1956 and having its registered office at
_____________________________________________________________
(hereinafter referred to as „The Contractor‟) entered into an agreement bearing
No.________________________ (hereinafter referred to as „The Contract‟),
with Nuclear Power Corporation of India Limited (A Government of India
Enterprise) acting through Executive Director, Contracts & Material
Management (hereinafter referred to as (Purchaser) for _____________
_____________ (hereinafter referred to as „The Equipment‟).
2. AND WHEREAS under the terms & conditions of the contract an amount of Rs.
___________(Rupees _______________________________ only) representing
____ per cent advance payment out of a contract value of Rs______ (Rupees
____________________________ only ) is to be paid by the Purchaser to the
contractor.
3. AND WHEREAS the Purchaser has agreed in pursuance of the said terms and
conditions of the contract to make an advance payment of Rs. _________ ( Rupees
________________________ only) to the Contractor on the Contractor furnishing a
Bank Guarantee in the manner herein contained.
Page 1 of 4
4. NOW WE, the _______________________________________________(Bank) in
consideration of the purchaser having agreed to pay to the contractor an advance
payment of Rs, ________ ( Rupees ____________ only) do hereby agree and
undertake to indemnify the Purchaser and keep the Purchaser indemnified to the
extent of a sum not exceeding the said sum of Rs.________ ( Rupees
______________ only ) against any damage or loss that may be suffered by the
Purchaser by reason of non-fulfilment of any of the terms and conditions of the
contract by the contractor.
5. WE, _________________________________________ ( Bank ) do hereby
undertake to pay the amount due and payable under this guarantee without any
demur merely on a demand from on behalf of Messrs NUCLEAR POWER
CORPORATION OF INDIA LTD stating that the amount claimed is due by way of
loss or damage caused to or would be caused to or suffered by the Purchaser by
reason of breach by the said Contractor (s) of any of the terms and conditions
contained in the said agreement or by reason of the Contractor(s) „s failure to perform
the said agreement. Any such demand made on the bank shall be conclusive as
regards the amount due and payable by Bank under this guarantee. However, our
liability under this guarantee, shall be restricted to an amount not exceeding Rs.
______ ( Rupees _____________________________________ only ).
6. We undertake to pay to the Purchaser any money so demanded not withstanding any
dispute or disputes raised by the Contractor (s) in any suit or proceeding pending
before any Court or Tribunal relating thereto our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment thereunder and the Contractor (s) shall have no
claim against us for making such payment.
Page 2 of 4
7. AND WE _____________________________________________( Bank ) hereby
further agree that the decision of the said NUCLEAR POWER CORPORATION OF
INDIA LTD., as to whether the Contractor has committed breach of any such terms
and conditions of the contract or not and as to the amount of damages or loss
assessed by the said NUCLEAR POWER CORPORATION OF INDIA LTD., as
damage or loss suffered by the Purchaser on account of such breach would be final
and binding on us.
8. AND WE ______________________________________________( Bank ) further
agree with the Purchaser that the Purchaser shall have the fullest liberty without our
consent and without affection in any manner our obligations hereunder to vary any of
the terms and conditions of the said agreement or to extent time of performance by
the said Contractor (s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Purchaser against the said Contractor (s)
and to forbear or enforce any of the terms and conditions relating the said agreement
and we shall not be relieved form our liability by reason of any such variation or
extension being granted to the said contractor (s) or for any forbearance, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the said
contractor (s ) or by any such matter or thing whatsoever which under the law relating
to sureties would, but for this provision, have effect of relieving us.
9. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor (s ).
Page 3 of 4
10. Our guarantee shall remain in force until
_____________________________________ and unless a claim under the
guarantee is lodged with us within three months from that date all rights of the
Purchaser under the guarantee shall be forfeited and we shall be relieved and
discharged from all liabilities, thereunder.
11. Notwithstanding anything contrary contained in any law for the time being in
force or banking practice, this guarantee shall not be assignable or
transferable by the beneficiary. Notice or invocation by any person such as
assignee, transferee or agent of beneficiary shall not be entertained by the
bank. Any invocation of the guarantee can be made only by the beneficiary
directly.
Dated the __________________ day of _______________________201_
For_________________________________________ ( Indicate the name of the bank )
Page 4 of 4
(To be submitted in Non-judicial Stamp Paper of Appropriate Value) Annexure - B
SECURITY DEPOSIT NUCLEAR POWER CORPORATION OF INDIA LIMITED (Acting through) Executive Director, Directorate of Contracts and Materials Management, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai 400 094. Sir,
1. In consideration of the NUCLEAR POWER CORPORATION OF INDIA LIMITED
(herein after called „The Purchaser‟) having agreed to
exempt_____________________________________________________________________________________________________(herein after called „The said
Contractor(s)) from the demand, under the terms and conditions of an agreement
no.________ dated ___________ made between ________________________ and ______________________for________________(herein after called “The
said Agreement”) of security deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said agreement on
production of a Bank Guarantee for Rs.__________________
(Rupees_______________________only). We, ____________________________ (indicate name of bank) at the request of____________________________ contractor(s) do hereby undertake to pay to
the Purchaser an amount not exceeding Rs.____________ (Rupees_________________________________________) against any loss or
damage caused to or suffered or would be caused to or suffered by the Purchaser
by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the said agreement.
2. We, ____________________________________________________(Bank) do
hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the Purchaser stating that the
amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of breach by the said Contractor(s) of
any of the terms and conditions contained in the said agreement or by reason of
the Contractor(s)‟s failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by Bank
under this guarantee. However, our liability under this guarantee, shall be restricted to an amount not exceeding Rs.__________
(Rupees___________________________________only) 3. We undertake to pay to the Purchaser any money so demanded not withstanding
any dispute or disputes raised by the Contractor(s)/supplier(s) in any suit or
proceeding pending before any Court or Tribunal relating thereto our liability
under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder
and the Contractor(s)/Supplier(s) shall have no claim against us for making such payment.
1
4. We, _______________________________________(indicate the name of Bank) further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Purchaser under or by virtue of the said agreement have been fully paid and its claims, satisfied or discharged or till the NUCLEAR POWER CORPORATION OF INDIA LTD certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly
discharges this guarantee. The guarantee is valid until ________ and unless a demand or a claim under this guarantee is made on us in writing on or before the ________________ (i.e. including claim period of three months) we shall be discharged from all liability under this guarantee thereafter.
5. We, _________________________________________(indicate the name of
bank) further agree with the purchaser that the Purchaser shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said agreement, to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s)/Supplier(s). 7. We,_____________________________________________________(indicate
the name of the bank) lastly undertake not to revoke this guarantee during its
currency except with the previous consent of Purchaser in writing. 8. Notwithstanding what is stated in the above paragraphs, our liability under this
guarantee will be restricted to Rs._______________
(Rupees__________________________only). 9. Notwithstanding anything contrary contained in any law for the time being in force
or banking practice, this guarantee shall not be assignable or transferable by the beneficiary. Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the bank. Any invocation of the guarantee can be made only by the beneficiary directly.
Dated the_______________day of________________201___
For____________________________ (indicate the name of the Bank)
* * *
2
(To be submitted in Non-judicial Stamp Paper of Appropriate Value) Annexure - C
PERFORMANCE BOND
NUCLEAR POWER CORPORATION OF INDIA LTD.
(Acting through) Executive Director, Directorate of Contracts and Materials Management, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai 400094.
(Date of purchase order) 1. WHEREAS on or about the _________________day of _________201_
M/s____________________________________ a Company under the Companies
Act 1956 and having its registered office at
_________________________________________________________________
(hereinafter referred to as 'The Contractor') entered into an agreement bearing
No.___________________________ dated __________ (hereinafter referred to as
'The Contract), with Nuclear Power Corporation of India Ltd ( A Government of India
Enterprise) acting through Executive Director, Directorate of Contracts & Materials
Management (hereinafter referred to as „Purchaser‟) for supply
of________________________(hereinafter referred to as 'The Equipment'). 2. AND WHEREAS under the terms and conditions of the contract an amount of
Rs._____________________(Rupees_______________________________only)
representing balance_____________per cent payment out of the total value of the
contract i.e Rs.___________________(Rupees___________________only) is to be
paid to the contractor on the final acceptance of the equipment and on the Contractor
furnishing a Bank Guarantee in a manner herein contained duly executed by a
Scheduled/Nationalised Bank towards satisfactory performance of the equipment
during warranty period, viz _______________months from date of receipt &
acceptance of the equipment/material at Purchaser‟s Site, as defined in the conditions
of the Contract.
3. NOW WE, the___________________________________(Bank) in consideration of the promises and the payment of the said sum of Rs.__________(Rupees_________________________________only) by the Purchaser to the Contractor do hereby agree and undertake to pay to the Nuclear Power Corporation of India Limited, on behalf of the Contractor, the amount due and payable under the guarantee without any demur, merely on a demand from the Nuclear Power Corporation of India Limited, stating that the amount claimed is due by way of loss or damage caused to, or suffered by, the Purchaser by reason of unsatisfactory performance of the equipment during the warranty period. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________________ (Rupees__________________________________________only.)
1
4. We undertake to pay to the Purchaser any money demanded notwithstanding any
dispute or disputes raised by the Contractors, in any suit proceedings pending before
any court or tribunal relating thereto, our liability under this present being absolute and
unequivocal. The payment so made by us under the bond shall be a valid discharge of
our liability for payment thereunder and the Contractor(s) shall have no claim against
us for making such payment. 5. WE HEREBY further agree that the decision of the Nuclear Power Corporation of India
Limited as to whether the said equipment is giving satisfactory performance or not
during the warranty period and as to the amount of damages suffered by the Purchaser
on account of unsatisfactory performance of the said equipment shall be final and
binding on us. 6. AND WE, the__________________________________(Bank) do hereby agree that
our liability hereinunder shall not be discharged by virtue of any agreement between
the Purchaser and the Contractor whether with or without our knowledge and/or
consent or by reason of the Purchaser showing any indulgence or forbearance to the Contractor whether as to payment, time for performance, or any other matter
whatsoever relating to the contract, which but for this provision, would amount to discharge of the surety under the law.
7. THIS guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s). 8. OUR Guarantee shall remain in force until______________and unless a claim under
the guarantee is lodged with us within three months from that date, all rights of the
Purchaser under the guarantee shall be forfeited and we shall be relieved and
discharged from all our liabilities hereunder.
9. Notwithstanding anything contrary contained in any law for the time being in force or
banking practice, this guarantee shall not be assignable or transferable by the
beneficiary. Notice or invocation by any person such as assignee, transferee or agent
of beneficiary shall not be entertained by the bank. Any invocation of the guarantee
can be made only by the beneficiary directly.
Dated the _______________ day of_____________ 201_
For__________________________ (indicate the Name of the bank)
* * *
2
Annexure - E
FORMAT OF INDEMNITY BOND AGAINST FREE ISSUE MATERIALS (FIM) TO BE
EXECUTED ON A NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE.
INDEMNITY BOND
This Indemnity Bond made this_____ day of______ between
M/s_________________________ having its registered office at______________
hereinafter referred to as “The Contractor” which expression shall include its successors
and assigns on one part and Nuclear Power Corporation of India Limited (A Govt. of
India Enterprise), acting through Executive Director, CMM or other Officers)
________________________________________ hereinafter referred to as “The
Purchaser”, which expression shall include its successors and assigns, on other part.
Whereas the Nuclear Power Corporation of India Limited has placed a Purchase
Order/Contract No.__________________________________________ dated ________
hereinafter referred to as “Purchase Order” on the Contractor and the Contractor has
accepted to execute the Purchase Order.
And whereas, the Purchaser has agreed to supply the Free Issue Materials referred to in
the Contract/Purchase Order for the purpose of fabrication, machining and supply of the
equipment and stores as referred to in the Contract/Purchase Order.
And whereas, the Contractor has agreed to furnish an Indemnity Bond for a sum of
Rs.______________________________________(Rupees________________________
__________) being amount equivalent to the value of the free issue materials to be
supplied by the Purchaser.
Whereas it is explicitly understood that the materials to be supplied is held by the
Contractor for and on behalf of Nuclear Power Corporation of India Limited and that
ownership of the materials used for fabrication/machining etc. rests with Nuclear Power
Corporation of India Limited, till the fabricated/machined equipment/components are
delivered to the Purchaser and balance and left over materials as per free issue material
account as approved by the Purchaser’s engineer is/are returned to the Purchaser.
NOW THIS DEED WITNESSETH THAT IN CONSIDERATION OF THE FREE
ISSUE MATERIALS SUPPLIED BY THE NUCLEAR POWER CORPORATION OF
INDIA LIMITED.
1. The Contractor hereby undertake to pay to the Nuclear Power Corporation of
India Limited on demand the said sum of
Rs.______________(Rupees_______________________________) in the event
of any breach of the conditions of the Purchase Order, loss and damage of the
material and balance material not being returned on or
before________________________or any other date mutually agreed.
2. The Contractor shall be totally responsible for safety of the material during
which it remains in their custody/control and adequate care for preservation of
the item.
3. The Contractor shall undertake to preserve the material with due and proper care
and to keep it insured for the period during which it remains in their
custody/control.
4. The Contractor shall be responsible for safe return of the balance materials off
cuts, scraps to the final destination.
5. This bond shall remain in force and effect so long as the full account of free
issue materials is settled to the satisfaction of the Purchaser and balance material
is returned to the Purchaser.
6. The Contractor shall not stand discharged or released from the Indemnity Bond
given by them under this bond on account of any alteration in the obligation of
the parties to the Contract or on account of any indulgence or forbearance as to
the payment, time, performance, or otherwise granted by Nuclear Power
Corporation of India Limited to the Contractor in relation to the Purchase Order.
It witness whereof the parties hereto have caused the bond to be duly executed on the day
and the year first above written.
For (Contractor’s Name)
* * *
ANNEXURE-F
The Supplier/Contractors while submitting their bill to the Paying Authority shall furnish the following certificates:
Certified that:
1. Excise Duty claimed in this/these bill/bills is/are not more than what is / are payable under the provisions of the relevant act or the rules made there under.
2. The amount of Rs____________________ claimed as Excise Duty in this bill has been/will be paid to the Excise Authorities in respect of stores covered by the bill as per the procedure laid down by the Excise Authorities.
3. No refund of Excise Duty for the goods covered under the bill/bills has/have been received from the Central Excise Authorities nor our appeal for refund of Excise Duty for the goods covered under the bills are pending with the Central Excise Authorities.
4. In the event of any refund of Excise Duty being received, we undertake to promptly pass on the same to NPCIL. In addition, we also authorise the paying authority in NPCIL to recover such amount from our outstanding bills against the present or future contracts.
--------------------------------------------------------------------------------------------------------------------------
ANNEXURE-G
Certificate to be furnished by the Contractor along with the invoice/bills when sales/ Central Sales Tax as extra is claimed.
Certified that:
1) Goods and packing charges on which sales tax (Central or State)/ VAT claimed are not exempted from payment of Sales Tax (Central or State)/ VAT under the Provisions of Sales Tax Act or Rules.
2) We, as a registered dealer, are being assessed to Sales Tax.
3) In the event of our getting refund in whole or part of Sales Tax already paid from Sales Tax Authorities, we shall promptly pass on the same to the Purchaser. In additions we also authorise the paying authority in NPCIL to recover such amount from our outstanding bills against the present or future contracts.
4) We are registered as dealers in the State of _________________ and our local/Central Sales Tax Registration No. is __________________________.
ANNEXURE-H Certificate to be furnished by the contractor along with the Invoice/Bills when service tax is claimed. Certified that: 1. Services on which service tax claimed are not exempted from payment of
service tax under the provisions of Extant Rules. 2. We are registered with Central Excise Department for service tax and our
Registration number is _____________________. 3. We undertake to pursue the matter for refund in case the exemption is
received by NPCIL from the Govt. of India for payment of service tax. In the event of our getting refund in whole or part of Service Tax already paid to Service Tax Authorities, we shall promptly pass on the same to the purchaser. In addition we also authorise the paying authority in NPCIL to recover such amount from our outstanding bills against the present or future contracts.
4. We hereby confirm that Service Tax has been remitted/will be remitted in accordance with the Service Tax Rules.
Signature of Contractor or their Authorised Representative.
SCC: Page 1 of 14
NUCLEAR POWER CORPORATION OF INDIA LIMITED
SUPPLY CONTRACTS SPECIAL CONDITIONS OF CONTRACT (SCC)
The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of Contract (GCC) – Form No.GCC/Supply-1/Rev.4. Wherever there is a conflict between the two, the provisions in SCC shall prevail over those in the GCC. SCC No.
ITT/GCC Clause
Reference
Clause Description /
Content
Special Conditions
1 ITT cl. 9.0 Taxes and Duties
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 Purchaser. 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
SCC: Page 2 of 14
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. 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 Purchaser and/or Force Majeure, increase in 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 relevant SGST act of the State Government, 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 all input tax credits and the exemptions available therein while furnishing their bids.
1.1.8. GST as applicable or quoted, whichever is
lower will be reimbursed by Purchaser
SCC: Page 3 of 14
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 as 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 Purchaser immediately along with a certificate from bidder’s Director/Manager/Proprietor/Accountant that the credit so passed on relates to the GST originally paid for the stores supplied under the contract.
1.1.13. When GST is claimed by the Contractor /
supplier in general the certificate as per Annexure F should be submitted to the paying authority with their invoices.
1.2. Direct Tax: - Tax Deduction at Source
1.2.1. The Purchaser 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
SCC: Page 4 of 14
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 Purchaser to the respective governmental office of the amount of money so withheld will relieve the Purchaser from any further obligation to Contractor with respect to the amount so withheld.
1.2.2. The Purchaser 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 Purchaser 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 Purchaser 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 Purchaser. Contractor shall also be responsible for payment of income taxes of its personnel levied in India or elsewhere.
1.3. Indirect Tax-Tax deduction at source
1.3.1. The Purchaser shall, at the time of its
payments due to the Contractor, withhold the necessary tax at source at such rate if
SCC: Page 5 of 14
required under the legislation unless and to the extent that the Contractor shall produce to the Purchaser 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 Purchaser 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.
1.4. Fiscal Concessions for Nuclear Power
Projects(NPPs)
1.4.1. Nuclear Power Project of capacity 440 MW or more have been 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 authorisation and 7.03 (b) relating to deemed export draw back of the Policy and paragraphs 7.02(d), 7.03(g) and 7.05(b) of Hand Book of Procedures) issued by the
SCC: Page 6 of 14
Director General of Foreign Trade, Department of Commerce, Ministry of Commerce and Industry, Government of India(DGFT Trade Notice Number – 11/2018 dated 30.06.2017). In consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor.
1.4.2. 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.
1.4.3. In the event of subsequent denial of the above benefits prevailing as on the last date of submission of the 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 or extended Contractual Delivery Dates due to reason attributable to the Purchaser/Force Majeure. And for the supplies that are made beyond the Contractual Delivery Date due to reasons attributable to Contractor, the reimbursement of taxes shall be made by the Purchaser limiting to the rates prevailing on the Contractual Delivery Date.
2 GCC Cl.
No 5.2 5.2 Price Basis
5.2 Price Basis The Contract prices of all items and spares
covered under the contract shall be on safe delivery basis to the Purchaser’s site as under:
SCC: Page 7 of 14
5.2.1 Price break-ups of indigenous items and
spares shall be indicated as follows:
i) FOR Purchaser’s Site price, including but not limited to CIF value of imported raw material / component required for indigenous manufacture.
The prices of indigenous supply items and spares shall be inclusive of GST and all other indirect taxes and duties. 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. All Input Tax Credit benefits (ITC) available to Indian manufacturers / dealers / contractors, etc, shall, be set off against the GST payable on the final product/services and the Contractor shall not load such ITC in the quoted price. CIF value of the imported raw materials/ components included in the FOR prices of indigenously manufactured items shall be shown separately for the purposes of 15% price preference loading vis-à-vis domestically manufactured goods for availing Deemed Export benefits, if any. 5.2.2 Price break-ups of imported items and spares delivered directly to the Site from Indian port of entry shall be indicated as follows:
i) FOB prices, ii) Ocean/Air freight & Marine insurance, iii) Port handling/clearance, inland
transportation and inland transit insurance. FOB prices shall be inclusive of all taxes, duties, levies, inland transportation up to the port of shipment and export licensing charges. Other than FOB prices, remaining price elements shall be inclusive of taxes and duties applicable in India. Further IGST applicable on Imported finished goods shall also be indicated separately to be paid by contractor for reimbursement by NPCIL.
3 GCC Cl. No 5.3
5.3 Currency of Payment
b) For Supply of equipment, spares and other materials from indigenous sources, FOR price of such items inclusive of CIF value of imported raw material / component, shall be in Indian Rupees
SCC: Page 8 of 14
(INR). 4 GCC Cl.
No 5.4 5.4 Price adjustment.
5.4.3 FOR price (inclusive of taxes and duties) of indigenous plant and equipment excluding spares and value of free issue materials (if any) to be supplied by the Purchaser. The price adjustment will be allowed up-to a ceiling of +/- twenty percent (20%) of the total FOR price (inclusive of taxes and duties) component. Price adjustment of individual items will be allowed to such an extent that net price adjustment of all the items in a given currency does not exceed this 20% ceiling and shall be payable/ recoverable accordingly.
5 GCC Cl. No 5.5
5.5 Price Adjustment Formula for Supply Portion
The word ex-works is replaced by FOR price (inclusive of taxes and duties)
6 GCC Cl. No 5.5.7.1
5.5.7.1 The word ex-works is replaced by FOR price (inclusive of taxes and duties)
7 GCC Cl. No 5.6
5.6 Terms of Payment.
5.6 Terms of payment 5.6.1 Items & Materials (including spares)
supplied from indigenous sources as well as those supplied from abroad for delivery to Site directly from Indian Port of Entry
90% of FOR (inclusive of taxes and duties) along with 100% of Seismic Test and Acceptance Test charges (inclusive of GST)/ FOB (along with applicable taxes and duties) and 100 % Price Adjustment (inclusive of taxes and duties) on pro-rata basis on receipt of the Stores at Site and against submission original shipping release, proof of receipt by the consignee successful completion of corresponding Testing/Analysis, submission of report thereof and acceptance of the same by the Purchaser.and other documents mentioned in the Contract.
a) Balance 10% FOR (inclusive of taxes and duties)/ FOB (along with applicable taxes and duties), on acceptance of the Stores at Site after inspection and issue of Site Stores Inspection Report / Receipt Voucher by the consignee (GCC Sub clause 1.1.1 (a)), submission of bank guarantee by the Contractor for 10% of
SCC: Page 9 of 14
Purchase Order value towards performance of stores as per GCC Sub clause 3.4.5 and if required under the Contract, and in case of contract(s) with Free Issue Material (FIM) Certificate of completion of Free Issue Material accounting by Purchaser’s representative and receipt of Receipted delivery challan for return of balance Free Issue Material (FIM) to Purchaser's Stores.
For Supply of plant /equipments/machinery/ instruments including erection and commissioning, balance 10% (ten) percent of the FOR (inclusive of taxes and duties)/ FOB (along with applicable taxes and duties) value for supply plus erection and commissioning charges (inclusive of applicable taxes), as applicable, thereon will be released on acceptance of the plant/equipment/machinery/ instruments at Site after commissioning and final acceptance (GCC Sub clause 1.1.1 (b)), and submission of other documentary evidence as mentioned in the first para of this GCC sub-clause 5.6.1 (b).
5.6.2 Ocean Freight and Marine Insurance/Air
freight, Port Clearance/Handling charges in respect of items supplied from abroad for delivery to Site directly from Indian Port of Entry :
Ocean freight and Marine Insurance/Air freight, Port Clearance/Handling charges inclusive of taxes and duties thereon will be released on pro-rata basis against receipt of items at site i.e. along with 5.6.1 (a) above.
5.6.3 Testing/ Analysis Charges
Testing/ Analysis charges in full inclusive of applicable Indian taxes and duties as applicable shall be paid on pro-rata basis on successful completion of corresponding Testing/Analysis, submission of report thereof and acceptance of the same by the Purchaser.
5.6.4 Supervision of Erection and Commissioning Charges:
SCC: Page 10 of 14
Service charges, if any, for Supervision of erection and commissioning in full inclusive of applicable taxes and duties as applicable will be released on successful completion of erection and commissioning.
8 GCC Cl. No. 5.12
5.12 Taxes and Duties
Please refer cl. No. 1.0 of SCC.
9 GCC Cl. No. 6.5.2
6.5.2 (sub-clause of 6.5 Transfer of Ownership)
6.5.2 Ownership of the indigenous stores (including spare parts) shall be transferred to the Purchaser when the Stores are brought on to the Site.
10 GCC Cl.
No. 6.5.3
Cl. 6.5.3 This clause is deleted.
11 GCC Cl. No. 6.8.3
Cl. No. 6.8.3 (sub-clause of Cl. No 6.8) Indemnity for Taxes and Duties
6.8.3 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.
12 GCC Cl. No 9.4.2
9.4.2 9.4.2 i) The Contractor shall transport at his own risk and expense and deliver the Items at the destination specified by the Purchaser on free and safe delivery basis, by selecting any safe mode of transport unless otherwise stated in the contract. ii) Unless otherwise expressly mentioned in the Contract, the Contractor shall pay and bear all freights and all costs and expenses for transporting the items to the place of delivery specified in the Contract and the price specified in the Contract shall be inclusive of all such packing, handling, forwarding, freight and transit insurance charges. iii) Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe mode of transport without any transhipment, to carry the Plant and Equipment. iv) The Contractor shall be responsible for obtaining, if necessary, approvals from the authorities for transportation of the stores to Site. The Contractor shall indemnify and hold harmless
SCC: Page 11 of 14
the Purchaser from and against any claim for damage to roads, bridges or any other traffic facilities that may be caused by the transport of the Stores to the Site. v) The Contractor shall indemnify and hold the Purchaser harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from the transport of Stores and shall negotiate and pay all claims arising from their transport. vi) In the event any stores or item is damaged , lost, stolen, destroyed or otherwise impaired while in storage or transit, Contractor shall at its own expenses and cost restore or replace such affected stores or item.
13 GCC Cl. No 9.4.3
9.4.3 The clause is deleted.
14 GCC Cl. No. 9.4.6
Cl. No. 9.4.6( sub-clause of 9.4 Transportation)
9.4.6 Documentation for Supply of Indigenous Items
On the day of transport, the contractor shall send to the Purchaser by courier for information, a copy of each of the following documents:
i) Transportation documents like airway bill / lorry receipt / railway receipt / delivery challan/ e way bill, etc. ii) Certificate of insurance; iii) Invoice with itemised prices duly signed by Contractor. iv) Copy of packing lists for each separate package; v) Shipping release issued by Purchaser or his authorized representation; vi) Contractor shall also be responsible for obtaining clearances, if any for timely and safe delivery of items to the site.
15 GCC Cl.
No. 15 GCC Cl. No. 15. ABBREVIATIONS USED
15. ABBREVIATIONS USED BHP Brake Horse Power BOQ Bill of Quantity C&MM Contracts and Materials Management
Department ECC Erection Completion Certificate EPC Engineering, Procurement and
Construction Contract CDD Contractual Delivery Date Central Goods and Services Tax (CGST)
SCC: Page 12 of 14
CMRCIV Contractor’s Material Receipt Cum Issue Voucher
DCR Design Concession Request DRB Dispute Resolution Board ECS Electronic Clearance System FIM Free Issue Material FOB Free on Board Goods and Services Tax (GST) GCC General Conditions of Contract GR Good Receipt Integrated Goods and Services Tax (IGST) IPR Intellectual Property Rights ITT Invitation to Tender INR Indian Rupees kW Kilo Watt kWh Kilo Watt Hour L/C Letter of Credit LD Liquidated Damages LIBOR London Inter Bank Offer Rate LR Lorry Receipt MRICAR Material Receipt Intimation Cum
Acceptance Report NDT Non Destructive Testing NPCIL Nuclear Power Corporation of India
Limited PLR Prime Lending Rate PO Purchase Order QA Quality Assurance Rs. Indian Rupees RR Railway Receipt SCC Special Conditions of Contract State Goods and Services Tax (SGST) Sq. Square T&P Tools, Plants and Equipments Union Territory Goods and Services Tax
(UTGST) USD US Dollar UKP UK Pound
16 GCC Annexures of GCC Annexure-F : Format for “Certificate towards Excise Duty” Annexure-G : Format for “Certificate towards Sales Tax” Annexure-H : Format for
Annexure F: ‘Certificate towards Excise Duty’is substituted with Annexure-F : Format for “Goods and Services Tax” Annexure G and Annexure H are deleted.
SCC: Page 13 of 14
“Certificate towards Service Tax”
17 GCC Cl. No 1.11
Formation of Consortium/ Joint Ventures Partnership.
Not Applicable
18 GCC Cl. No 6.7.6
Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011 thereof
Since, Requirement is for PHWR,NPCIL is the system designer and technology owner, being responsible for safety design of such installations in the this tender, NPCIL shall assume the role of supplier in accordance with the explanation of the term “supplier” given in Rule 24 of the CLND Rules, 2011 and in the context of section 17(a) and (b) of the CLND Act, 2010.
19 GCC Cl. No 6.2.1(a)
Delay in Supply In case of delay in completion of total scope under the contract, Liquidated Damages shall be recovered on complete contract value.
20 GCC Cl. No 6.4.1
Defect Liability Period
The defect liability period shall be 12 months from date of commissioning of last Battery Bank at Site
SCC: Page 14 of 14
Annexure-F
Declaration Form for GST
The Supplier/Contractors while submitting their bill to the Paying Authority shall furnish the following certificates: Certified that: (Please Tick all appropriate boxes)
(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 Authorised Representative with company seal.
NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)
2 X 235 MWe NARORA ATOMIC POWER STATION UNITS-1&2
TECHNICAL SPECIFICATION FOR
250V DC POWER AND CONTROL BATTERIES
(This PPE-2405 is the technical specification for 250V DC power and control batteries both. Hence specification related with 250 V DC Power battery bank will be
only applicable as procurement process is only for 250 V DC Power battery bank)
SPECIFICATION No.: PP-E- 2405 June, 2009
Nuclear Power Corporation of India Limited Narora Atomic Power Station -1&2
Technical Specification for 250V DC Power and Control Batteries Section: Contents Page 1 of 1 Rev-0 CONTENTS
SPECIFICATION No.: PP-E-2405 June, 2009
SECTION TITLE NO.OF SHEETS CC-1 Scope of Supply/Work/Services 2 CC-2 Applicable Codes, Standards and Specifications 2 CC-3 Specification of Main Equipment and Accessories 4 CC-4 Equipment Construction & Design Details 9 CC-5 Inspection & Testing 4 CC-6 Quality Surveillance 8 CC-7 Tests at Site 2 CC-8 Special Tools & Tackles for Erection & Maintenance 1
CC-9 List of Drawings enclosed 1 D. FORMAT FOR SUBMISSION OF PART I (TECHNICAL)
OF THE TENDER D1.0 Technical Data 8 D2.1 Schedule of proposed equipment manufacturer’s 1
General Particulars D2.2 Schedule of Tenderer’s Experience 1 D2.3 Drawings to be submitted along with the Tender 1 D2.4 Performance Data, including performance curves, etc. to be 1 Submitted along with the tender
D2.5 Schedule of submission of drawings, data, instruction manuals, 1 Test reports etc. D2.6 Schedule of Deviations Technical 1 D2.7 Schedule of Manufacturing, delivery and other related activities 1 D2.8 Schedule of Personnel for Erection, Testing & Commissioning 1
Nuclear Power Corporation Of India Limited Narora Atomic Power Station-&2
Technical Specification for 250V DC Power and Control Batteries Section : CC-1 Page 1 of 2 Rev-0 Scope of Supply / Works /Services
SPECIFICATION No.: PP-E-2405 June, 2009
1.0 This specification covers the design, material, construction features, manufacture,
inspection and testing at the CONTRACTOR's/his SUB-CONTRACTOR's works, packing, transportation and delivery at site, removal of old battery bank with its stand, transportation to store & erection, commissioning & performance testing of batteries at site listed below with all accessories, spares complete in all respects as described in this specification for Narora Atomic Power Station -1 & 2.
Battery Designation Ampere Hour
Capacity (min) Location
250V DC POWER BATTERIES 2200AH Turbine Building 1&2
250V DC CONTROL BATTERIES 400AH
1.1 Two lead acid (tubular type) power batteries of 2200AH (10 Hr rating) capacity and
two lead acid (tubular type) control batteries of 400AH (10Hr rating) capacity in each unit are already provided. The bidder should visit the site and ensure that the indented batteries can be supplied by him before quoting. The batteries are mounted on a seismically qualified wooden stand at present. The batteries with insulation cover on live parts to be supplied against this specification will have steel racks for mounting and the same will be qualified for specified seismic duty.
2.0 The CONTRACTOR shall offer tubular type lead acid batteries. 3.0 Battery designations and their typical room layouts are shown in drawings listed in
Section CC-10. Proposed battery bank shall be accommodated in existing room layout. 4.0 The batteries shall be shipped dry uncharged with transit cap along with electrolyte in
separate, sturdy, non-returnable containers. 5.0 The battery cells should be firmly supported and mounted on the steel racks to be
supplied by CONTRACTOR with all interconnections between cells, considering the seismic withstand requirements. All live parts of batteries are to be insulated.
6.0 The batteries shall be complete in all respect with required inter-cell, inter-stand, inter-
row connectors, end take off connections and shall be suitable for PURCHASER's external connections.
7.0 Spares, accessories and maintenance tools as described in Sections CC-3 shall be
supplied by the CONTRACTOR.
Nuclear Power Corporation Of India Limited Narora Atomic Power Station-&2
Technical Specification for 250V DC Power and Control Batteries Section : CC-1 Page 2 of 2 Rev-0 Scope of Supply / Works /Services
SPECIFICATION No.: PP-E-2405 June, 2009
8.0 Erection, Installation, commissioning, testing of battery bank at NAPS site. This
includes :-(i)dismantling of existing battery bank . (ii) Removal of old battery bank with its rack from location. (iii) Shifting of removed battery bank, rack & associated material to CMM sore. (iv) Shifting of new battery bank material from CMM store to location where battery bank is to be installed. (v) Installation & erection of new power battery bank with its rack & all associated items to make complete power battery bank (vi) commissioning & testing of new power battery bank.
Anchoring of metallic stand / rack is in scope of bidder. Flooring & floor painting will be in scope of NAPS.
9.0 Whether called for specifically or not all, accessories required for normal operation of
equipment are deemed to be considered as a part of the CONTRACTOR's scope of supply.
10.0 It is not the intent to specify completely herein all details of design and construction of
the batteries to be supplied, along with mounting structure etc. However, the batteries along with mounting structure etc. shall conform in all respects to high standards of engineering, design and workmanship and be capable of performing in continuous commercial operation up to the CONTRACTOR's guarantees in a manner acceptable to the PURCHASER, who will interpret the meaning of drawings and specifications and shall be entitled to reject any work or material which, in his judgement, is not in full accordance therewith.
11.0 The number of cells indicated for power battery is tentative. The number of cells required to be provided for the batteries shall be properly matched with the capacity requirement of the Power and Control batteries. The minimum requirement stated in the data section –CC3 shall however be met.
12.0 CONTRACTOR shall coordinate and match the requirements of batteries with the existing battery chargers so as to ensure that the functioning of the two as a system is mutually satisfactory. However, the minimum requirements stated in Section CC-3 shall be complied. Batteries shall be suitable for operation even when the output filter circuitry of the associated charger is faulty.
Nuclear Power Corporation of India Limited
Narora Atomic Power Station - 1&2 Technical Specification for 250V DC Power and Control Batteries
Section: CC-2 Page 1 of 2 Rev-0 Applicable Codes, Standards and Specifications
SPECIFICATION No.: PP-E-2405 June, 2009
1.0 The design, material, construction, manufacture, inspection, testing and
performance of batteries and associated accessories supplied shall comply with all currently applicable statutes, regulations and safety codes in the locality where the equipment will be installed. Nothing in this specification shall be construed to relieve the CONTRACTOR of his responsibility. Where no standards are available, the supply items shall be of good quality and workmanship and backed by test results. Items which are bought out by the CONTRACTOR shall be procured from MANUFACTURERS approved by the PURCHASER.
2.0 Equipment shall conform to the latest applicable standards and codes of
practices. In case of conflict between the standards and this specification, requirements of this specification shall govern.
3.0 Other National Standards are acceptable if they are established to be equivalent
to or superior to the listed standards subject to approval by the PURCHASER and the CONTRACTOR shall provide English version of standards and codes applicable.
4.0 The batteries, accessories and battery rack installation shall conform to the
currently applicable standards and codes of practice and reports as listed below. The electrical installation shall meet the requirements of Indian Electricity Rules as amended upto date and relevant IS/IEEE/IEC codes of practices. Some of the applicable codes and standards are listed below.
CODE TITLE
1) IS: 266 Sulphuric Acid.
2) IS: 1069 Quality tolerances for water for storage batteries.
3) IS: 1146 Rubber and plastic containers for lead-acid storage batteries.
4) IS: 1651 Stationary cells and batteries, lead-acid type with
Tubular positive plates.
5) IS: 1885 Electro-technical vocabulary: (Part VIII) Secondary cells and batteries.
6) IS: 3116 Sealing compound for lead-acid
batteries.
7) IS: 4905 Methods for random sampling.
8) IS: 6071 Synthetic separators for lead-acid batteries.
Nuclear Power Corporation of India Limited
Narora Atomic Power Station - 1&2 Technical Specification for 250V DC Power and Control Batteries
Section: CC-2 Page 2 of 2 Rev-0 Applicable Codes, Standards and Specifications
SPECIFICATION No.: PP-E-2405 June, 2009
9) IS: 8320 General requirements and methods of test for lead-
acid storage batteries.
10) IEEE: 450 Recommended practices for maintenance, testing
and replacement of large lead storage batteries for generating stations and sub- stations.
11) IEEE: 484 Recommended practices for installation design and
installation of large lead storage batteries for generating stations and sub- stations.
12) IEEE: 485 Recommended practices for sizing large lead
storage batteries for generating stations and sub-stations.
13) IEEE: 535 Standard for qualification of Class-1E lead storage
batteries for Nuclear power generating stations.
14) ASME B&PVC Code for welding and welding specifications. Section-IX 15) IS: 5 Colours for ready mixed paints and enamels 16) IS: 800 General Construction in steel - Code of Practice. 17) IS: 808 Dimensions for hot rolled steel beams, columns,
channels and angle sections 18) IEEE: 344 Recommended practice for seismic qualification of
class IE equipment for NPPs.
Nuclear Power Corporation of India Limited Narora Atomic Power Station - 1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-3 Page 1 of 4 Rev-0 Specification for Main Equipment and Accessories
SPECIFICATION No.: PP-E-2405 June, 2009
This section covers the specific requirements for power and control lead acid batteries:
DATA SHEETS
Sl. No. Description 250V DC Power
Batteries
250V DC Control Batteries
1.1.0 Application
Back up to Power MG set & Inverters
Back up to Inverters, Switchgear and Control Purposes.
1.2.0 Type of cells Lead Acid tubular type(HDP) 1.3.0 DC System Voltage
1.3.1 Nominal Voltage
250V DC
250V DC
1.4.0 Cell voltages
2.06 VPC (Open circuit
voltage)
2.06 VPC (Open circuit
voltage) 1.4.1 Float voltage
2.18 V PC 2.18 V PC
1.4.2 Equalising voltage
2.40V PC (off line)
2.40V PC (off line)
1.4.3 Maximum Boost voltage
2.75V PC (off line)
2.75V PC (off line)
1.4.4 End of duty cycle discharge voltage
1.70 V PC (2250 A for 30
Minutes )
1.70 V PC (345A for 30
Minutes) 1.5.0 Load current to be supplied by battery till
its end of life considering a guaranteed life of 10yrs. (Inclusive of ageing margin, design margin and Temp correction factors)
2250A (30 Minutes)
at 270C 2500A (22Minutes)
345A (1/2 hr ) at
270C 245A (1 hr)
1.6.0 Expected number of Cells in Battery Bank
120 or to meet the specified
requirement
120
At NAPS , 2 tiers of 120 cells of 1100 AH capacity are installed to achieve 2200AH capacity .
Nuclear Power Corporation of India Limited Narora Atomic Power Station - 1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-3 Page 2 of 4 Rev-0 Specification for Main Equipment and Accessories
SPECIFICATION No.: PP-E-2405 June, 2009
1.7.0 Other factors to be considered, if any. The vendor shall review and state if
any other factors are required to be considered for selecting proper AH capacity of the battery in order to meet the intent of specification as defined by the duty cycle throughout its design life when operated in float mode as detailed in the specification & called upon to discharge at any instant.
1.8.0 Reference room ambient temperature for design of battery
Minimum temp is 50 C. Maximum temp is 50 0C.
1.9.0 Minimum AH capacity of the battery banks with tubular positive Plate at the end life.
2200AH 400AH
1.10.0 Charger details
1.10.1 Type of charger
Automatic constant voltage rectifier with current limit.
1.10.2 Charger DC voltage steady state stability +1%
1.10.3 Ripple voltage Limited to 1% of voltage without battery connected. (Also see clause 11 of section CC1).
1.10.4 Ripple current
Limited to 1% of C10 discharge current (Also see clause 11 of section CC1).
1.10.5 Current limit during charging
300A for power battery & 100 A for control battery
1.10.6 Maximum time the battery can take for recharging (with maximum charging voltage limited to 2.40 VPC) after a duty cycle so that it is again ready for a second duty cycle discharge.
8 Hrs.
1.11.0 Preferred layout for battery banks Battery banks are to be accommodated in given room layout.
1.12.0 Type of stands Steel stands painted with two coats of black acid resistant paint.
1.13.0 Arrangement of battery cells in stands Cells shall be arranged such that the condition of all cells can be monitored-and maintenance on each cell shall also possible.
1.14.0 Inter cell connector Minimum three parallel paths shall be provided for power batteries.
Nuclear Power Corporation of India Limited Narora Atomic Power Station - 1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-3 Page 3 of 4 Rev-0 Specification for Main Equipment and Accessories
SPECIFICATION No.: PP-E-2405 June, 2009
2.0 The batteries are normally in float charge condition and are very infrequently
subjected to full capacity discharges. Typically, batteries will be subjected to a full capacity C10 rate test discharge once in every 2 years. The type of batteries offered, the float voltage settings, periodicity of boost/equalising charge etc shall take this into account. Considering the service conditions and the overall operating regime, the batteries shall have a minimum guaranteed life of 10 years. During operation of the batteries, development of large amounts of sediment, which may create short circuits between the plates and, thereby reducing the cell capacity, shall be avoided. Measures taken in the design and manufacturing of cells to ensure the above shall be stated in the technical offer. Maintenance manuals shall take these factors in to account and specific recommendations shall be brought out.
3.0 List of Essential Spares to be supplied
Sl. No.
Item Description Quantity
1 Inter-cell connectors. 10 % of quantity installed in one battery bank
2 Battery stands insulators and cell insulators. (if applicable)
3 Nuts, bolts, washers, etc.
4 Vent plugs.
5 Complete set of spare cell without electrolyte.
6 Battery inter-row connector and inter stand connector
7 End take off connector / terminal take off connector (if applicable)
8 Spill Tray (if applicable)
9 Cell containers with lids
10 Insulated shrouds over bare connections and terminals(if applicable)
11 Petroleum Jelly for Terminals
12 Other than above spares, recommended by Manufacturer
Above list is tentative only, actual spares may vary as per design of battery bank. Hence list submitted by OEM for requirement of essential spares will be final.
4.0 The spares listed above shall be exclusively for PURCHASER's use and they shall not be utilized during installation and commissioning.
5.0 Accessories and Maintenance Tools
Nuclear Power Corporation of India Limited Narora Atomic Power Station - 1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-3 Page 4 of 4 Rev-0 Specification for Main Equipment and Accessories
SPECIFICATION No.: PP-E-2405 June, 2009
Following accessories for testing and maintenance of all lead-acid battery banks covered in this tender shall be supplied. Items supplied shall be exclusively for the use of PURCHASER's personnel and CONTRACTOR shall provide required safety protective gear for personnel deployed for installation and commissioning of battery banks.
Sl. No Description of the item Quantity
1. Syringe type hydrometer for measuring specific gravity of electrolyte
10 No.
2. Thermometer suitable for batteries 5 No. 3. Laminated wall mounting type Instruction
cards indicating safety, operation & maintenance instructions.
4 No.
4. Record books for noting down periodic surveillance data on batteries.
2 set
5. Acid resisting funnels of adequate capacity 4 No.
6. Acid resisting jugs of adequate capacity
4 No.
7. Acid resisting rubber aprons
10 No.
8. Acid resisting rubber gloves (pair)
10 No.
9. PVC cover shoes (acid resistant) pair
10 No.
10. Cell lifting straps
2 No.
11. Face mask/shield 10 No.
12. Safety Goggles 10No.
13. Insulated tools for terminal connections 2 sets 14. Portable trolley to carry at least 2 nos of
battery cells. 02 nos.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 1 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
1.0 Scope 1.1 This section covers the technical requirements for power and control batteries
complete with steel battery racks, inter-cell connectors and all other accessories. Equipment offered shall strictly be designed for site ambient conditions described in project data.
2.0 General 2.1 The equipment offered shall be complete with all parts that are necessary or
usual for the efficient operation and maintenance of the equipment, whether specifically mentioned or not.
2.2 There shall be no impurities, harmful to the performance or life of the cells. 2.3 The battery offered shall be of lead acid type, with tubular positive plates.
The battery shall be suitable for indoor installation in a clean and tropical atmosphere.
2.4 The battery shall be designed to meet load requirements and other parameters
indicated in the Data Sheets of Section: CC-3, till the end of life is reached. 3.0 Charging 3.1 Battery chargers are already available at site. The bidder will ensure that the
respective existing chargers will suitable for charging of the batteries to be supplied. It must be ensured by the bidder that the existing respective chargers will be capable of producing an output voltage which is suitably controllable for float, equalize and boost charging operation of battery with current limit provision, as stated in Section CC-3.
3.1.1 Float Charge Mode: During normal course of operation, battery and the charger will both be
connected to the load bus. The battery will receive a continuous charging current at constant voltage from the output of the charger at a low rate sufficient to compensate for internal losses during floating. Battery in this condition shall remain in a fully charged state.
3.1.2 Equalising Charge Mode: The battery will be given an equalising charge at regular intervals as
recommended by the manufacturer, during its life span, at constant voltage and current limit to correct any inequalities among cells of the battery that may develop during service. The equalising charge will be given with the battery disconnected from the load.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 2 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
The TENDERER shall specify in his offer the recommended criteria for equalising charge and recommended equalising voltage, frequency and its duration.
3.1.3 Boost Charging of the Battery: The boost charging will be carried out with the battery isolated from the bus
and the battery will be boost charged by the battery boost charger. The boost charging cycle of battery may comprise of two stages:
a) Initial charging: The charging of battery will be carried out at a voltage
governed by the specified current limit. If the current drawn by the battery exceeds the set values of the current limit, the output voltage of the charger automatically reduces to ensure that the current limit is not exceeded.
b) Final Charging: When the battery gets charged upto certain voltage, further
charging may be carried out at reduced current set value for current limit. Subsequently charging of the battery would be at constant voltage.
c) The intent of boost charging is that completely discharged battery after a C10
discharge capacity test shall be capable of being fully charged with current limited at values indicated in Section CC-3. The batteries offered shall meet these requirements.
d) Further, the battery after a duty cycle discharge shall be capable of being
recharged in 8 hours (with the voltage per cell limited to 2.4 V DC) such that it is once again in a position to deliver specified currents due to second duty cycle discharge.
The TENDERER shall specify in his offer the recommended duration of boost charging, method of boost charging, current limit etc
3.1.4 The values for battery charging voltage (per cell) indicated in this document
are tentative. It is the responsibility of the TENDERER to furnish the voltages to be adopted for equalizing, and boost charging for PURCHASER`s consideration. The TENDERER shall give recommendations for charging requirements after duty cycle discharge and also, the charging requirements after C10 discharge.
4.0 Capacity 4.1 The standard ampere-hour capacity of the battery bank shall be determined
based on the latest edition of IEEE: 485 (or any other relevant standard acceptable to Purchaser) considering the requirement of duty cycle furnished in section CC-3 of this specification. The battery shall be capable of meeting its specified load cycle with additional 10% as design margin even at the end of
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 3 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
life under the lowest specified site ambient conditions. Voltage drops across inter cell connectors, inter row terminals etc. shall be considered and the specified end of discharge voltage of the cell suitably increased so that bank voltages do not reach specified end of discharge voltage earlier.
4.2 TENDERER shall guarantee that the capacity of the battery offered by him is
adequate for the duty specified. It may be assumed that the battery is charged to a state prior to the start of a fresh duty cycle as per charging requirement of Section: CC-3 and is discharged to an end cell voltage specified in Data Sheet of Section: CC-3, at the end of cycle.
4.3 Calculation and methodology adopt for arriving at the relevant C-10 capacity
should be furnished along with the offer. In case of high rate discharge, a current vs discharge duration graph shall be enclosed so that battery may be high rate discharged at any other value for corresponding duration. The curve shall be validated to check its applicability.
4.4 The battery shall operate satisfactorily over the entire range of temperature
mentioned in this specification. The TENDERER shall however, indicate, the percentage variation in battery capacity at 30 min. rate for power battery and one hour rate of discharge for control batteries with variation in temperature from 5°C to 50°C with reference to the standard temperature of 27°C.
4.5 The battery shall be capable of duty cycle discharge at any time even after
being kept under float charge for many months while the battery bank is provided with equalizing charge as recommended by the manufacturer.
5.0 Battery Layout 5.1 Battery shall be complete with steel battery racks and furnish dimensional
drawings showing the proposed battery layout within the PURCHASER’s battery rooms. Battery room dimensions are shown in the enclosed sketches as indicated in section CC-9 of this specification. However, the bidder should check the respective battery rooms’ layouts at NAPS site before quoting. The battery layout should provide sufficient clearances from the walls and columns of the room. Each cell and connection of the battery bank shall be easily accessible for replacement/maintenance purposes. It shall be possible to easily carry out routine check for electrolyte level, specific gravity of electrolyte, temperature, terminal connections and measurement of individual battery terminal voltage.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 4 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
5.2 The PURCHASER envisages use of portable trolley for removal of individual
cells. Sufficient space shall also be provided in between the rows to remove any cell using trolley. The installation shall conform to the requirement of the latest edition IEEE: 484.
5.3 The orientation of cells in stands shall ensure that all plates in a cell are visible
to the maintenance personnel for periodic observations of their condition. 6.0 Life
The CONTRACTOR shall state in his offer the expected design life of the battery in terms of: a) Number of calendar years from the date of commissioning. b) No. of charge, full C10 capacity discharges and duty cycle discharges under
the maximum and minimum ambient conditions specified.
7.0 Ventilation and Room Layout 7.1 The following ventilation arrangement is provided by the PURCHASER. 7.1.1 Battery rooms are provided with exhaust fans to limit the hydrogen
concentration to less than 1% by volume. Battery room temperature can be conservatively considered same as outside ambient. The life expected from the batteries shall consider these provisions.
7.1.2 Bidder shall carefully study the battery room layout and indicate the number of
air changes required in the battery room per hour so as to limit the amount of hydrogen in the battery room within permissible limit under severe condition of hydrogen emission. Bidder should indicate if the existing ventilation arrangement in each room will be suitable for the batteries to be supplied or not. If not, the alternate suitable arrangement will be specified.
7.2 Corrosion resistant lighting fixtures are provided in battery rooms. The
TENDERER shall indicate special requirements (if any) for lighting. 7.3 Bidder shall clearly indicate any other special measures to be taken care of in
the battery layout while submitting the technical offers. 8.0 Interchangeability
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 5 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
8.1 All identical components and corresponding parts shall be fully interchangeable without having to carry out any modifications.
8.2 Components and parts that are not fully interchangeable are liable for rejection.
CONTRACTOR shall replace all such equipment by fully interchangeable equipment at his cost
9.0 Constructional Features 9.1 Plates 9.1.1 Tubular Positive Plates for Lead Acid Batteries Tubular positive plates shall consist of suitable Gauntlet tubes with spines cast
of suitable alloy of lead to give adequate mechanical strength suitable for prolonged float application, low electrical resistance, resistant to acid and oxidation. Acid resistant tubes (like terelene etc.) shall be inserted over each spine. After insertion, tubes shall be filled with adequate quantity of active material before their top ends are closed by a common bar. The construction and material of the tube shall be such that loss of active material is minimized during its service life and shall be able to withstand internal stresses developed during service. In case of antimonial alloy, percentage of antimony added shall be indicated. Grid shall be casted under pressure.
9.1.2 Pasted Negative Plates for Lead Acid Batteries. The negative plates shall be of interlocking pasted grid design. The grids shall
be cast with low antimony lead alloy and shall normally be of the box type. End negative plates shall be fully / half pasted type. Pasted plates shall have adequate mechanical strength and shall be so designed that the active material is maintained in intimate contact with the grid under normal working conditions throughout the life of the battery.
9.2 Containers 9.2.1 Containers of battery cells shall be robust, heat resistant, shock absorbing and
shall have adequate mechanical strength to prevent bulging, cracking etc., during the life span of battery when operating under the specified temperature range including during boost charge at maximum site ambient temperature and due to static and dynamic loads and the action of the electrolyte. The container should be of adequate size to have a large electrolyte reserve to give a topping up frequency of many months. The containers should safely withstand the effects of the specified seismic acceleration.
9.2.2 The containers should be of Styrene Acryl nitrite (SAN) plastic, transparent
and stress relieved with electrolyte level marking. The lids shall be moulded from SAN. The lid shall be properly bonded to the container. Supplier shall
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 6 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
specify the relevant standards adopted for design and the test procedures for qualification for such type of container, in detail.
9.2.3 In order to prevent short circuiting of the plates, the container shall have
adequate space at the bottom of the cell for collection of any sediment that might be shed from the plates during the life of the cell.
9.3 Vent Plugs 9.3.1 The vent plugs shall be of the micro porous anti splash, flame arrestor type,
preferably with more than one exit hole, and shall allow the gases to escape freely but shall effectively prevent electrolyte particles or spray from coming out even during boost changing. On removal, it shall permit drawing of the electrolyte samples. There shall be two vent holes, to permit drawing of electrolyte samples, checking of specific gravity etc.
9.4 Electrolyte Level Indicators 9.4.1 The maximum and minimum electrolyte levels shall be clearly marked on the
outer portion of container on all four sides of transparent containers 9.4.2 The marking shall be in red colour and shall be oxidation proof and free from
the action of electrolyte. 9.5 Separators 9.5.1 Separators shall be of acid resistant micro porous PVC or any other plastic
suitably recognised and covered by internationally acceptable standard/IS and shall have maximum electrolyte utilization and minimum internal resistance. Separator shall maintain the electrical insulation between the plates and shall allow the electrolyte to permeate freely. The separator shall be dimensionally stable without deformation at operating temperatures during full discharge. The separators shall be dimensionally stable without deformation at operating temperature during boost charging and shall possess chemical stability against electrolyte action. Separators shall comply with the relevant standards mentioned in Section: CC-2.
9.5.2 Separator design and its assembly during cell manufacture shall ensure
availability of sufficient space for passage of material shed by positive and negative plates.
9.6 Connectors 9.6.1 The inter cell, inter row, interbank connectors, complete with nuts, locknuts,
bolts and washers shall be adequately designed to carry maximum short time duty cycle current and the steady state (charging) currents as specified and shall offer minimum impedance and low temperature rise during high rate of discharge. While considering the terminal voltage of the cell at the time of testing for discharge, the voltage drops due to interbank, inter-row and inter-
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 7 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
cell connectors shall be considered. Connectors shall be of lead plated/ nickel plated electrolytic grade copper. The lead coating shall be adequate and tenacious. Minimum thickness of lead coating shall be 75 microns. Connectors shall be adequately designed to withstand various stresses due to temperature changes, attack of electrolyte and dynamic forces including seismic forces that could occur during the operation of the battery. Connectors shall be provided with insulated covers. The coating shall be tenacious and shall not peel off or wear out due to opening and closing of connections.
9.6.2 Stranded flexible copper conductor (Class-V as per IS: 8130) cable insulated
with unvarnished fibreglass sleeves (or equivalent insulation) shall be provided for all interconnections between cells of adjacent stands where flexibility is required. Insulation shall withstand a power frequency voltage of 2.0 kV for 1 min. The flexible connections shall be of sufficient length and shall take into account the minimum bending radius and distance available between the connections as per the finalised layout.
9.7 Terminal Posts 9.7.1 Positive and negative terminal posts of the cells shall be clearly and
unmistakably identified. Terminal posts shall be designed to accommodate external bolted connection conveniently and positively and cause minimum voltage drop and minimum temperature rise even during high rate of discharge of the battery. Adequacy of standard cell terminals for specified high rate of discharge shall be checked and confirmed. Bolt-heads and nuts, except seal nuts, shall be hexagonal and shall be lead covered. The junction between terminal posts and cover shall be so sealed as to prevent any seepage of electrolyte. All the cells shall be pressure tested to check the seal. Terminal posts shall be adequately fixed to prevent its turning or twisting when the connections are being fixed or removed. Suitable plastic covers shall be provided over the terminal posts and inter-cell connectors.
9.7.2 If required, terminal posts with copper or brass insert / fillers shall be
provided. Copper inserts shall be properly centered and adequately covered with lead so as to avoid its direct contact with acid.
9.8 Group Bars 9.8.1 The group bars shall be made of fully paralleling bars on the positive and
negative groups, ensuring that the plate lugs are firmly burnt into the group bars. The manufacturing process shall be controlled to achieve minimum voltage drop, adequate mechanical strength throughout their life and shall be performed by qualified workmen based on a qualified procedure.
9.9 Electrolyte 9.9.1 The electrolyte for lead acid cells shall be battery grade sulphuric acid
conforming to latest editions of IS-266. Required quantity of electrolyte for
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 8 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
first filling with 10% extra shall be supplied in non- returnable, acid resistant containers. Specific gravity of the electrolyte shall be indicated on the container.
9.10 Water 9.10.1 Water used for preparation of electrolyte and also to bring the level of
electrolyte to approximately correct height during operation/testing shall conform to the latest edition of IS: 1069.
9.11 Termination Facility for PURCHASER's Connections. 9.11.1 The battery terminals shall be brought upto a flat terminal plate. Insulated
barriers shall be placed between the positive and negative terminals. PURCHASER's cable or bus duct for positive and negative terminals will be terminated with lugs. Size of cables or bus bars will be communicated successful to bidder. The terminal plate shall be suitable for operating in acidic atmospheres and shall be lead coated. Suitable supporting insulators shall be provided for the terminal plates. The supporting arrangement should safely withstand short circuit forces and seismic forces. Bolts with nuts, check nuts and spring washers shall be provided for connecting to PURCHASER’s cable lugs or flexible copper terminals.
10.0 Accessories for Testing & Maintenance 10.1 Each lead-acid battery bank shall be complete with all accessories and devices,
including, insulating pads between battery racks and cells. 10.2 Each cell should have a permanent label indicating the cell number. 10.3 Suitable set of insulated spanners. 10.4 A portable trolley with swivel type wheels of adequate size for the installation
and removal of individual cells. If required, to suit the layout, the platform of the trolley should be adjustable
10.5 Cable clamps with hardware for supporting outgoing cables on battery. 11.0 Battery Racks 11.1 a) Battery racks for lead acid cells shall be constructed from good quality MS
structural sections and painted with two coats of approved acid resisting paint. The racks shall be rigid, freestanding type and free from warp and twist. The completed racks shall be suitable for bolting end to end to form a continuous row.
b) Battery rack shall be of adequate strength to meet all static and dynamic
loading.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-4 Page 9 of 9 Rev-0 Equipment Construction and Design Details
SPECIFICATION NO.: PP-E-2405 June, 2009
c) Steel stands shall undergo suitable pre-treatment process before application of paint or shall be subjected to approved shot blasting techniques to remove rust before painting.
d) Provision shall be made to connect the metal racks to the Purchaser's earthing
system. 11.2 Welding associated with battery stand fabrication shall be carried out as per
approved welding specification and performed by qualified welders. Welding shall be subjected NDT examination.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-5 Page 1 of 4 Rev-0 Inspection & Testing
SPECIFICATION NO.: PP-E-2405 June, 2009
1.0 General
1.1 The overall requirements for in-stage inspection and testing, material tests etc. in respect of equipment covered in this contract. The routine tests, acceptance tests, special tests and type tests are covered in this section. Inspections and tests at raw material stage, semi finished or module level are detailed in the typical QAP given in section CC-6.
1.2 Offered equipment should have been successfully type tested as per the relevant standards, amended up to date. If offered equipment has already been type tested, bidder shall furnish type test reports before proceeding with manufacture. Type tests must not have been conducted earlier than five years from the date of opening of bids. In case the type tests were conducted earlier than five years, such type tests shall be repeated by the successful bidder free of cost before commencement of supply. The undertaking to this effect shall be furnished along with the offer without which the offer shall be liable for rejection. As a part of technical offer, bidder shall include a tabulation detailing various type tests on each type of equipment along with applicable type test certificate number, details of the equipment subjected to type test, place of testing and final results.
1.3 If there are changes in the components or in the design/type already type tested and the design/type offered against this specification, the purchaser reserves the right to demand repetition of tests without any extra cost before commencement of supply.
1.4 The cells used for acceptance and type tests etc shall not be supplied to purchaser.
1.5 Type Tests 1.5.1 Type tests on Containers
1.5.1.1.1 The following type tests shall be carried on containers in accordance with IS:
1146 and containers used for type tests should not be included in the supply.
1.5.1.1.2 Verification of constructional requirements. 1.5.1.1.3 Verification of marking and packing. 1.5.1.1.4 High voltage test. 1.5.1.1.5 Drop ball test. 1.5.1.1.6 Plastic yield test. 1.5.1.1.7 Hydraulic thrust endurance test as per IS.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-5 Page 2 of 4 Rev-0 Inspection & Testing
SPECIFICATION NO.: PP-E-2405 June, 2009
1.5.1.1.8 Acid resistance test.
1.5.2 Type Tests on Separators
1.5.2.1 Tests on separators shall be carried out as per IS: 6071. In case of other plastic like PE any internationally acceptable standard recognizing such material shall be followed.
1.5.3 Type Test on Completed Cells
1.5.3.1 Following type tests specified in IS: 1651 shall be carried out on three cells of
each rating of battery:
1.5.3.1.1 Verification of constructional requirements.
1.5.3.1.2 Verification of marking. 1.5.3.1.3 Verification of dimensions. 1.5.3.1.4 Test for capacities (C10, C1 and high rate specified) as per guaranteed technical
particulars furnished along with the bid. 1.5.3.1.5 Test for voltage during discharge. 1.5.3.1.6 Ampere-hour and watt-hour efficiency tests. 1.5.3.1.7 Test for retention of charge. 1.5.3.1.8 Life cycle endurance tests.
1.6 Acceptance Tests
1.6.1 Acceptance Tests for Containers 1.6.1.1 Acceptance tests as per IS: 1146 shall be carried out on the containers for lead
acid cells.
1.6.2 Acceptance tests on Separators
1.6.2.1 Acceptance tests on separators shall be carried out as per IS: 6071. In case of other plastic like PE any internationally acceptable standard recognizing such material shall be followed.
1.6.3 Acceptance Tests on Completed Cells 1.6.3.1 Acceptance tests as per IS: 1651 shall be performed at least on two samples
drawn from each lot of batteries comprising one battery bank.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-5 Page 3 of 4 Rev-0 Inspection & Testing
SPECIFICATION NO.: PP-E-2405 June, 2009
1.7 Routine Tests 1.7.1 Routine Tests on Containers 1.7.1.1 Containers for all lead acid cells shall be tested in accordance with IS: 1146. 1.7.2 Routine Tests on Separators 1.7.2.1 Routine tests shall be carried out as specified in applicable standards. 2 Special Tests
2.1 Seismic qualification
The battery system shall be designed to meet the specified seismic requirements and same shall be demonstrated by qualifying the battery by following :- Qualification by testing two cells (with all accessories) along with dummy cells accommodated in single battery rack on shake table as per IEEE-344 & procedure to be submitted by vendor in a format provided by NPCIL and subsequently approval of NPCIL. The applicable floor response spectra for the three principle directions (horizontal and vertical) will be forwarded to the successful bidder. If the TENDERER has already carried out tests on similar batteries with racks, and accessories, to meet the specified response spectra or for a more severe condition, the type test certificates for the same should be furnished for review and acceptance by the PURCHASER. Tests must have been conducted within five years from the date of opening of bids. If the equipment fails to pass the seismic test due to deficiencies in design or manufacture or malfunctioning of test set up, the CONTRACTOR shall bear such testing charges payable to test facility.
Safe transportation of the equipment to and from the Supplier's works to the testing laboratory, engineering and supply of materials required (for making base plates, base frames etc.) for mounting the equipment on shake table and required man-power are to be provided by the CONTRACTOR. The CONTRACTOR shall also arrange for various testing and measuring instruments (such as battery load bank, fast Analogue recorder, megger, DC power supply rectifiers, storage oscilloscope etc.) required for these tests.
In consultation with the PURCHASER and the testing agency, the CONTRACTOR shall prepare a detailed testing procedure including the list of parameters to be monitored during the testing as well as the tests to be carried
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-5 Page 4 of 4 Rev-0 Inspection & Testing
SPECIFICATION NO.: PP-E-2405 June, 2009
out on the batteries before, during and after the seismic test. The seismic testing procedure and acceptance criteria will be finalized after placement of P.O. As a minimum requirement, the following tests shall be included for the battery, battery racks. Cells & battery stand used for seismic tests shall not be supplied to purchaser.
a) Visual inspection. b) Monitoring of current and voltage. c) Performance of C10 capacity test before and after the seismic test. d) Seismically qualified cells and stands shall not be supplied as a part of the supplies
against this tender.
7 Nuclear Power Corporation of India Limited
Narora Atomic Power Station-1&2 Technical Specification for 250V DC Power and Control Batteries
Section: CC-6 Page 1 of 8 Rev-0 Quality Surveillance
SPECIFICATION NO..: PP-E-2405 June, 2009
1.0 General 1.1 The general requirements regarding quality assurance, organizational set up
for quality surveillance, qualification and experience details of personnel of quality Assurance department, QA Manual, Mock up test procedures etc. are covered in GCC.
2.0 Quality Control Plan Applicable quality plan for various equipments covered in this specification
are given in the annexure to this Section. Any deviations to the enclosed quality plan shall be brought out in the offer clearly. BIDDER has to indicate the sampling plan, Reference document and acceptance norms and testing agency etc.
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 2 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
Q UALITY CONTROL PLAN FOR CONTROL BATTERIES Scope and Pur pose: This document indicates the requirements expected from the contractor/manufacturer of the Batteries. Subsequent to the placement of Purchase Order, contractor/manufacturer shall submit for purchaser’s approval a quality assurance plan in line with this document incorporating specific document numbers for “format of records”, “acceptance norms” and “reference documents Abbreviati ons: V - Ver i fied by P - Per formed by W - Witnessed by (Aft er lapse of due not ice to NPCIL, manufacturer may proceed with manufacture) H - Hold (Unless a wr i t ten clearance is obta ined from NPCIL, manufacturer shal l not proceed to next stag e)
1 - NPC QS 2 - Pr ime suppl ier / EPC con tractor 3 - Approved External Laboratory or Sub Vendor QC(if vendor QC / faci l i ty not avai lable. ) AD - NPC Approved Document such as Tender Document , Purchase order , Drawings & Test Procedures TR - Test Repor t PS - Plant Standard CHP/ H - Customer Hold Poin t IS - Indian Standards Notes : Wherever V & W are both indicated, NPC QS to witness test or review TRs. TRs not more than five year old from date of purchase order shal l be r evi ewed for acceptance. Otherwise test shal l be car r ied out . Minor: The characteristic of a component, process or operation whose failure neither materially reduce the usability of the product in operation, nor does it affect the aesthetic aspects. Major: The characteristic of a component, process or operation whose failure may cause operation failure which cannot be readily corrected at site or cause substandard performance, increased erection and maintenance cost, reduced life or seriously affect aesthetics or ergonomics. Critical: The characteristics of a component, process or operation failure of which will surely cause operating failure or intermittent troubles which is difficult to rectify at site or render the unit unfit for use or safety hazards. “Fai lure” of a character ist ic means fa i lure to meet the ‘acceptance norms ‘ . Sampling: General ly in accordance with IS:2500 If 100%”Witness” is carr ied out by “Pr ime con tractor” . NPCIL wil l wi tness on sample basis, or i f 100% “Witness” of test s is carr ied out by “Sub con tractor”, “Pr ime con tractor” wil l wi tness on sample basis.
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 3 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
Any deviation to this Q AP has to be specif ical ly mentioned in the remarks column.
Sl . No. COMPONENT
CHARACTERISTIC CHECKED
CATEGORY
METHOD OF CHECK
EXTENT OF CHECK
REFERENCE DOCUMENT
ACCEPTANCE NORMS
FORMAT OF RECORD
V P W
H
REMARK
1.0 Incoming Mater ial
1A Posi t ive Pla tes
1. Chemical analysi s of materia l
2. Dimensions 3. Sur face fin ish 4. Physical
Proper t ies 5. Process
con trol dur ing plate forming.
6. Plate capaci t y tests
Cr it . Major Major Major Cr it ica l Major
Chem. Meas. Visual Physical Physical Meas.
1 No. Sample/batch Sample 100% Sample 100% Sample
PS
PS PS
PS
PS
PS
PS
PS PS
PS
PS
PS
TR TR TR TR TR TR
1,2 1,2 1,2 1,2 1,2 1 ,2
3 3 3 3 3 3
1 1
On Sample basis -Do-
1B Negat ive Pla tes
1. Chemical analysi s of materia l.
2 Dimensions 3. Sur face fin ish 4. Physi cal
Proper t ies
Cr it . Major Major Major
Chem. Meas. Visual Physical
1 No. Sample/batch Sample Sample 100%
PS
PS PS
PS
PS
PS PS
PS
TR TR TR TR
1,2 1,2 1,2 1,2
3 3 3 3
A G EN C Y
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 4 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
Sl . No. COMPONENT
CHARACTERISTIC CHECKED
CATEGORY
METHOD OF CHECK
EXTENT OF CHECK
REFERENCE DOCUMENT
ACCEPTANCE NORMS
FORMAT OF RECORD
V P W
H
REMARK
1C Gr id 1. Chemical analysi s
2 Dimensions 3. Sur face fin ish 4. Physi cal
Proper t ies
Cr it . Cr it . Major Cr it .
Chem. Meas. Visual Physical
Lot Sample Sample 100% Sample
PS
PS PS
PS
PS
PS PS
PS
TR TR TR TR
1,2 1,2 1,2 1,2
3 3 3 3
1D
Separator
T ype Test s 1.Chemicl Analysis 2. Dimensions 3.Sur face fin ish 4.Physi cal
Major Major
Physical / chemical Physical
Sample Sample
PS / IS PS/IS
PS / IS
PS/IS
TR TR
1,2 1,2
3 3
1E
Con tainer
1 . T ype Test s 2 . Routine Tests 3. Acceptance
Tests* 4. Chemical
analysi s
Cr it . Major Cr it .
Physical /chemical Physical Physical
Sample 100% Samples
PS / IS
PS / IS
PS / IS
PS / IS
PS / IS
PS / IS
TR TR TR
3 3 3
2 2 1,2
H H
A G EN C Y
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 5 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
Sl . No. COMPONENT
CHARACTERISTIC CHECKED
CATEGORY
METHOD OF CHECK
EXTENT OF CHECK
REFERENCE DOCUMENT
ACCEPTANCE NORMS
FORMAT OF RECORD
V P W
H
REMARK
1F Terminal Post 1. Chemical Analysis
2. Conduct ivi t y 3. Coat ing
Thickness* 4. Coat ing
Adhesion 5. Dimension 6. Sur face
Fin ish 7. Eccen tr ici ty
of copper /brass inser t in cel l ( i f provided)
Cr it . Cr it . Cr it . Cr it . Major Major Cr it .
Chem. Elect . Meas. Physical Meas. Visual Destruct ive
Sample
100%
Sample
Sample
Sample 100%
Sample
5%
PS
PS
AD
PS
PS PS
PS
PS
PS
AD
PS
PS PS
PS
TR TR TR TR TR TR TR
1,2 1,2 1 ,2 1,2 1,2
3 3 3 3 3 3 3
1 ,2 1 ,2
H
1G
Inter Cel l Connector
1. Chemical Analysis
2. Conduct ivi ty * 3. Coat ing
Thickness* 4. Coat ing Adhesion 5. Dimension 5. Sur face
Fin ish
Cr it . Cr it . Cr it . Cr it . Major Major
Chem. Elect . Meas. Physical Meas. Visual
Sample
100% 100%
Sample
100% 100%
PS
PS PS
PS
PS PS
PS
PS PS
PS
PS PS
TR TR TR TR TR TR
1,2 1 1,2 1,2 1,2
3 3 3 3 3 3
2 1,2
1H Spi l l - Trays ( i f appl icable)
1. Dimension 2. Sur face
Fin ish
Major Major
Meas. Visual
Sample Sample
PS PS
PS PS
TR TR
1,2 1,2
3 3
A G EN C Y
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 6 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
Sl . No. COMPONENT
CHARACTERISTIC CHECKED
CATEGORY
METHOD OF CHECK
EXTENT OF CHECK
REFERENCE DOCUMENT
ACCEPTANCE NORMS
FORMAT OF RECORD
V P W
H
REMARK
1I Bat ter y Stand
1. Mater ial tests 2. Dimension 3. Sur face
Fin ish* 4. Tests on
Paint ing* 5. Hard ware 6. Welder
Qual i ficat ion 7. NDT on load
bear ing Welding
Major Cr it . . Major Major Major Cr it . Major
Chem/ physi cal . Meas. Visual Physical Visual Physical MP/LP
Sample
100%
100%
Sample Sample (10%)
100% Sample (10%)
PS / IS
PS
PS
PS / IS PS / IS
PS / IS
PS / IS
PS / IS
PS
PS
PS / IS PS / IS
PS/ IS
PS / IS
TR TR TR TR TR TR TR
1,2 1 1 ,2
3 3 3 3 3 3 3
2 1,2 2 2 2
H H H
1J Stand Insula tor ( i f appl icable)
1. Sur face Fin ish
2. Dimension 3. HV test
Major Major Major
Visual Meas. Elect
100% Sample 100%
PS PS PS
PS PS PS
TR TR TR
1,2 1,2 1,2
3 3 3
1K Ven t Plug & Level indicator
1. Sur face fin ish 2. Dimension
Major Major
Visual Meas.
100% Sample
PS
PS
PS
PS
TR TR
1,2 1,2
3 3
1L Acid for Electrol yt e
1. Chemical Analysis
Cr it . Chem.
Lot sample
PS/IS
PS/IS
TR
1 3
2
1M Water for Electrol yt e
1. Chemcial Analysis
Cr it . Chem. Lot sample
PS/IS
PS/IS
TR
1
3
2
1N In terconnect ing cables
1. Routine test for cables
Major
Elect .
100%
PS / IS
PS / IS
TR
1,2
3
A G EN C Y
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 7 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
Sl . No. COMPONENT
CHARACTERISTIC CHECKED
CATEGORY
METHOD OF CHECK
EXTENT OF CHECK
REFERENCE DOCUMENT
ACCEPTANCE NORMS
FORMAT OF RECORD
V P W
H
REMARK
2 . Test on
insulat ion
Cr it .
Physical
100%
PS / IS
PS / IS
TR
1,2
3
2 .0 In process inspect ion
2A Assembl y of pla tes and separator s
1. Solder ing of pla tes wi th group bar*
2. Clearance bet ween pla tes & separator
3. Tigh tness of
cel l assem bl y st r ap
4. Placing of pla te assem bl y in con tainer cor rect l y
Cr it . Cr it . Cr it . Major
Visual Visual Physical Physical
100%
100%
100%
100%
PS
PS
PS
PS
PS
PS
PS
PS
TR TR TR TR
1 ,2 1 ,2 1,2
3 3 3 3
2
H
3.0 Final in spect ion
3A Final test ing on complet e cel l & stands
1.Rout ine tests 1 . T ype tests 2. Acceptance
tests 3. Seismic
qual i ficat ion
Cr it Cr it . Cr it . Cr it
Elect . Elect . Elect . Elect .
Sample
Sample
Sample
Sample
IS IS IS AD
AD AD AD AD
TR TR TR TR
3 3 3 3
1,2 1,2 1,2 1,2
H H H
A G EN C Y
Nuclear Power Corporat ion of India Limit ed Narora Atomic Power Stat ion-1&2
250V DC Power and Control Bat teries Sect ion: CC-6 Page 8 of 8 Rev-0 Qualit y Surveillance
S PEC IF IC AT I ON NO. PP- E- 24 0 5 ANNEX URE T O SE C.: CC -6
QAP for Bat ter y Syst em * NPC represen tat ive wil l wi tness tests on these i tems on sample ba sis, H- Customer HOLD Poin t .
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-7 Page 1 of 2 Rev-0 Tests at Site
SPECIFICATION NO.: PP-E-2405 June, 2009
1.0 The following tests shall be conducted at site on station batteries and
accessories as per standards specified. These are however, not intended to form a comprehensive commissioning checklist as it shall be the CONTRACTOR's responsibility to draw up and carry out such a program duly approved by the PURCHASER. Typical checks to be carried out at site are listed in item 2.0 below:
2.0 Typical Checks The CONTRACTOR shall arrange for necessary equipment for carrying out
these tests at site.
2.1 Preliminary checks a) Check nameplate details of each associated equipment according to
specification.
b) Check for physical damage.
c) Check for tightness of all bolts, clamps and connecting terminals.
d) Check cleanliness of cells, stands, and battery installation.
e) Check for correct electrolyte level.
f) Check for electrolyte specific gravity.
g) Check for electrolyte leakage.
h) Check for chemical analysis of acid and water for mixing with electrolyte and topping up.
i) Check for any cell container crack.
j) Verification of dimensions.
k) Verification of stands and cell mounting etc.
l) Verification of battery installation and terminations as per drawings.
m) Verification of inter-cell, inter-stand, inter- row connection and
measurement of their resistance. 2.2 Acceptance Tests (Lead Acid Battery)
a) Visual inspection. b) Verification of markings. c) Tests for capacity (for duty cycle and C-10 discharge) and capability to
recharge. During any of the following discharge tests, cell voltage shall not fall below specified end of discharge voltage. If any cell reaches its end of
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-7 Page 2 of 2 Rev-0 Tests at Site
SPECIFICATION NO.: PP-E-2405 June, 2009
discharge voltage before specified discharge time, the same shall be repaired/replaced.
NOTE: The battery shall initially on first charging be charged as per manufacturer’s recommendation and subjected to few charge- discharge cycles till 100% rated capacity assigned by manufacturer is obtained.
1. Initial C10 discharge tests.
2. Test C10 discharge upto specified end of discharge voltage as
per standards and recharge the battery as per manufacturer’s recommendations.
3. Test for 30 minutes at discharge current of 2250 A for power
battery and 60minutes at discharge current of 245A for control battery till the specified end of discharge voltage and charge as per manufacturer's procedure. ( Charging period 8 hrs)
4. Completely recharge the battery and keep on float after
adjusting electrolyte level in all cells to maximum position.
d) Polarity and absence of short circuit.
e) Insulation resistance test.
Note: (i) The contractor shall prepare and submit separate procedures for (1)
Erection & Installation of Battery banks and (2) Initial Charging & Commissioning of Battery banks, as per applicable standards, for approval by the Purchaser. All activities of Erection & Commissioning shall be carried out as per the approved procedures only.
(ii) Load bank will be provided by NAPS for conducting performance, duty / load cycle test at site.
.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-8 Page 1 of 1 Rev-0 Special Tools & Tackles for Erection and Maintenance
SPECIFICATION NO.: PP-E-2405 June, 2009
All tools and tackles as specified in Section CC-3 shall be included in the offer. List of items and quantities offered, their technical details shall be attached with the technical offer
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: CC-9 Page 1 of 1 Rev-1 List of Drawings attached
SPECIFICATION NO.: PP-E-2405 June, 2009
Room Layout of battery bank is attached herewith. Proposed battery bank is to be accommodated in this room.
16000 DOOR dorr 2000
2000
7500
Ref.(NAPP/52324/2547/GA) Note- Dimensions are in mm
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 1 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Following guaranteed technical particulars shall be furnished by the TENDERER along with his offer for the batteries covered by this specification:
Sl. No. Description Control
Batteries Power
Batteries 250V DC
1.0 Make
2.0 Type No./designation
3.0 Type of cells offered
4.0 AH Capacity of the battery & of the cells required to meet the requirements of, this specification |(In terms of C10 rating for lead acid cells).
5.0 Number of cells in each bank
6.0 Correction factors considered while calculating the AH rating of cells
6.1 Correction factor for ambient temp of 5°C
6.2 Correction factor for end of life of the cells
6.3 Design margin
6.4 Correction factor for float charging
6.5 Any other factor that needs to be considered for properly sizing the battery to meet the intent of specification?
7.0 Design calculation for arriving at AH rating of battery is enclosed? Yes/No
8.0 Duration of High rate discharge for new battery while subjected to loading as per duty cycle & as per EOD voltage specified in Section CC-3 in hrs:
9.0 Magnitude of current new cell is rated to discharge for 30 minutes/22 minutes for power battery and 60 minutes/30 minutes for control battery before reaching specified end of discharge voltage (EOD).
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 2 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No. Description Control
Batteries Power Batteries
250V DC 10.0 Short circuit current from battery at battery terminals:
a) Momentary short circuit current (A) b) Steady state short circuit current (A) c) Time constant: (Furnish the graph showing the S.C current vs time)
11.0 Charging Requirements
11.1 Float Charging
11.1.1 Voltage (V)
11.1.2 Current (A)
11.1.3 Variation of float voltage with cell temperature. 11.1.4 H2 liberation rate (m3/hr)/A per cell
11.2 Equalizing Charging
11.2.1 Voltage (V)
11.2.2 Current (A)
11.2.3 H2 liberation rate (m3/hr)/A per cell
11.2.4 Recommended Duration of equalizing charge (hrs)
11.2.5 Recommended interval at which equalizing charging is required (months)
11.2.6 Current limit at which equalizing charge should be carried out (A)
11.3 Boost Charging
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 3 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No. Description Control
Batteries Power
Batteries 250V DC
11.3.1 Recommended values for boost charging voltage & associated current limit in charger to ensure that battery is fully charged in 8 hrs after the following types of discharges: a) High rate of discharge at specified duty cycle 1. Voltage limit (V) 2. Current limit (A): Starting rate 3. Current limit (A): Finishing rate b) C10 discharge (for lead acid batteries). 1.Voltage limit (V) 2.Current limit (A): Starting rate 3.Current limit (A): Finishing rate
11.3.2 H2 liberated (m3/hr)
11.3.3 Duration of boost charging (hrs)
11.3.3 Duration of boost charging (hrs)
11.4.0 Maximum Permissible steady state battery charger voltage variation 11.5.0 Maximum Permissible ripple voltage in Charger out put 11.6.0 Maximum Permissible ripple current in charger out put current 12.0 Internal resistances of cell (ohms)
a) One typical cell (ohms) b) Complete battery (ohms)
13.0 Terminal voltage of the battery bank after considering voltage drops due to internal cell resistances and inter cell and inter row connectors resistances at the end of following types of discharges at 27°C (V) a) Duty cycle discharge b) C10 discharge for Lead Acid batteries.
14.1 Heat liberated into the room during boost rate of charging
14.2 Heat liberated into the room at specified high rate of discharge.
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 4 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No. Description Control
Batteries Power
Batteries 250V DC
15.0 Dimension and weights
15.1 Dimension of each cell (mm x mm x mm):
15.2 Distance between cell centers when erected (mm)
15.3 Weight of each cell i) With electrolyte (kg): ii) Without electrolyte (kg):
15.4 Overall dimensions of battery bank (mm x mm x mm)
15.5 Overall weight of complete battery bank (kg) 15.6 Whether the space provided for batteries is adequate keeping in to
account space for maintenance and cell replacement?
16.0
Racks
16.1 Dimensions of each rack (mm x mm x mm)
16.2 Weight of each rack (kg)
16.3 Drawing showing layout of battery & all dimensions enclosed? (Yes / No)
16.4 Whether cells in racks are insulated from ground? (Yes / No)
16.5 Material of construction
16.6
Number of tiers
16.7 Number of cells per rack
16.8 Number of racks in each bank:
16.9 Whether the arrangement of cells in racks permits clear visual examination of all plates in a cell?
16.10 Whether battery banks along with the racks are qualified for the specified seismic duty? (If yes, type test report to be furnished along with the response spectra).
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 5 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No. Description Control
Batteries Power
Batteries 250V DC
17.0 Interval between topping up of cells with distilled water(months):
18.0 AH efficiency (%)
19.0 Watt hour efficiency (%)
20.0 Whether the cells are dispatched without electrolyte and max. period of storage under this condition
21.0 Positive plate
21.1 Type of construction
21.2 Material composition
21.3 Dimensions
21.4 Number of plates /cell and AH capacity per Plate
21.5 Thickness of positive plates before forming (mm) 21.6 Weight of positive plate before forming (kg) 21.7 Maximum permissible batch-to-batch variation in the capacity of
plates during the manufacture of plates.
21.8 Sampling plan for capacity tests on plates
22.0 Negative plate
22.1 Type of construction
22.2 Dimensions
22.3 Material composition
22.4 Number of plates /cell
22.5 Thickness of negative plates before forming (mm)
22.6 Weight of negative plate before forming (kg)
22.7 Maximum permissible batch-to-batch variation in the capacity of plates during the manufacture of plates.
22.8 Sampling plan for capacity tests on plates 23.0 Grid
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 6 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No.
Description Control Batteries
Power Batteries
250V DC 23.1 Material composition
23.2 Type of construction 23.3 Weight 24.0 Terminal Posts
24.1 Material composition
24.2 Thickness of lead coating (mm):
24.3 Cross sectional area (maximum)
25.0 Inter cell Connectors
25.1 Material
25.2 Thickness of lead coating (mm)
25.3 Cross section area (maximum)
25.4 Resistance of the inter cell connector at 270C 25.5 Whether connectors are designed considering high discharge currents?
25.6 Maximum temperature of connector or joints permissible during high rate of discharge.
26.0 Inter stand Connectors
26.1 Conductor Material
26.2 Insulation material 26.3 Thickness of lead coating on connectors (mm)
26.4 Cross section area (maximum)
26.5 Resistance of the inter stand connector at 270C 26.6 Whether connectors are designed considering high discharge currents? 26.7 Maximum temperature of connector or joints permissible during high
rate of discharge.
27.0 Containers
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 7 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No. Description Control
Batteries Power
Batteries 250V DC
27.2 Whether transparent (Yes / No)
27.3 Container lid a) Material b) Method of fixing to the container
27.4 Height of sediment space provided
27.5 Applicable Standards 28.0 Separator
28.1 Material
28.2 Type of separators
28.3 Amount of separator over lap provided
28.4 Applicable standards
28.5 Number of separators per cell 29.0 Electrolyte
29.1 Amount of electrolyte for first filling (litre)
29.1 Amount of electrolyte per cell (litre)
29.3 Applicable standard for electrolyte
29.4 Height of electrolyte above the plates and below the min level indicated
30.0 Battery terminal voltage on sudden disconnection of float charger with load connected (V)
31.0 Life of battery
31.1 Guaranteed life span of battery under site condition i) 27°C (yrs) ii) 45°C (yrs)
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-1.0 Page 8 of 8 Rev-0 Guaranteed Technical Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
Sl. No. Description Control
Batteries Power
Batteries 250V DC
31.2 Life of battery in terms of no. of discharge and charge cycles as given below: i) discharge at C10 rate followed by boost charging ii) discharge as per PURCHASER's duty cycle diagram followed
by boost charging:
32.0 Recommended minimum no. of air changes to be provided in battery room per hour:
33.0 Specific gravity of electrolyte at 27 deg.C. and with cell completely charged
34.0 Specific gravity of electrolyte at 27 deg.C. after duty cycle discharge
35.0 Specific gravity of electrolyte at 27 deg.C. after C10 discharge
36.0 Specific gravity of electrolyte 27 Deg.C. after 8 hr. of charging subsequent to a duty cycle discharge.
37.0 Specific gravity of electrolyte at 27 Deg.C. after 12 hrs. of charging subsequent to a C10 capacity discharge.
38.0 Whether all spares as specified included in the scope? List of spares considered is attached?
39.0 Whether all maintenance accessories as specified included in the scope? List of maintenance accessories considered is attached?
40.0 Recommended interval for periodic discharges and rate of recommended discharges.
41.0 Whether the batteries offered are suitable for continued float operation with periodic on-line equalizing operation at recommended interval and C10 discharges only at once in a 3-year interval.
42.0 For lead acid batteries, state whether "ECO-mark" has been allotted by Bureau of Indian Standards (Yes / No):
43.0 Applicable standards for the type of cells offered 44.0 Maximum Discharge Current Capacity , if one of the parallel path is
not connected between cells
Nuclear Power Corporation of India Limited Narora Atomic Power Station -1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.1 Page 1 of 1 Rev-0 Schedule Of Proposed Equipment Manufacturer’s
General Particulars
SPECIFICATION NO.: PP-E-2405 June, 2009
The TENDERER shall furnish here the following general particulars:
1.0 Name of the TENDERER/ MANUFACTURER :
2.0 Address of the TENDERER / /MANUFACTURER :
3.0 Telegraphic and telex addresses of the
TENDERER / / MANUFACTURER :
4.0 Name and designation of the Officer of the TENDERER / MANUFACTURER / to whom all reference shall be made for expeditious technical co-ordination :
5.0 If equipment is manufactured in foreign
collaboration please furnish necessary details :
6.0 Place of manufacture & assembly :
7.0 Current registration number with DGS & D :
8.0 Whether service facilities available, if so details :
9.0 Whether sufficient spares are available in stock : SIGNATURE ------------------___________ DESIGNATION ------------------____________ COMPANY ------------------____________ DATE ------------------____________ SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station - 1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.2 Page 1 of 1 Rev-0 Schedule of TENDERER’s / MANUFACTURER’S Experience
SPECIFICATION N.: PP-E-2405 June, 2009
The TENDERER / MANUFACTURER shall furnish here a list of all similar jobs executed by him to whom a reference may be made by the PURCHASER in case the PURCHASER considers such a reference necessary.
Sr. No.
Description Of work Including Qty. of Items
Work Order Or P.O. No. & Date
Value Of work
Delivery Date as Per P.O.
Actual Date of Delivery
Contact Address Of Purchaser
SIGNATURE _________________ DESIGNATION _________________ COMPANY _________________ DATE _________________ SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.3 Page 1 of 1 Rev-0 Drawings to be submitted alongwith the Tender
SPECIFICATION NO.: PP-E-2405 June, 2009
As part of the proposal the TENDERER shall furnish the following for preliminary study:
a) Detailed literature/catalogues for all equipment being offered under this contract.
b) Arrangement showing proposed arrangement of cells in the racks. c) Any other drawings necessary for the correct and complete understanding of
the proposal. NOTE All drawings and data shall be annotated in English. SIGNATURE _________________ DESIGNATION _________________ COMPANY _________________ DATE _________________ SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D- 2.4 Page 1 of 1 Rev-0 Performance Data including Performance curves etc to be submitted
along with the Tender
SPECIFICATION NO.: PP-E-2405 June, 2009
As a part of technical offer the Tenderer shall enclose the following data, curves etc:
1. Design calculations for sizing of the battery banks for the specified duty.
2. Curves showing specific gravity, cell voltage during charge and discharge at
specified rates.
3. Catalogues of the cells proposed.
4. Drawing showing lay out of the proposed batteries.
5. Curves indicating KT factors required for calculating battery capacity for a given
duty cycle.
DESIGNATION _________________ COMPANY _________________ DATE _________________ SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.5 Page 1 of 1 Rev-0 Schedule for Submission of drawings, data, instruction manuals, test
reports etc.
SPECIFICATION NO.: PP-E- 2405 June, 2009
The time schedule given below is indicative, however, the actual schedule shall be drawn up by the contractor in consultation with the purchaser.
Sl. No
Particulars Time
1.1 Engineering schedule indicating a list of all drawings related to constructional details of cell & battery bank, documents, data, performance curves, test certificates, manuals, quality assurance plan, etc. to be submitted by contractor for approval.
01 months from issue of LOI/PO
1.2 General arrangement/layout for battery bank installation
01 Months form drawing approval
1.3 Seismic qualification procedure for approval 01 Months form drawing approval 1.4 Submission of commissioning procedure for
battery installation at site
One month before dispatch of material at site
1.5 Submission of test certificates, Instruction manuals performance curves.
Along with supply of battery bank
1.6 Submission of commissioning report and end documents.
Within one month of battery commissioning
1.7 Delivery of complete battery banks, stand along with all accessories at site. And subsequently erection & commissioning of new battery banks along with removal and shifting of old battery banks.
24 months from issue of LOI/PO
SIGNATURE
DESIGNATION
COMPANY
DATE SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.6 Page 1 of 1 Rev-0 Schedule of Deviations
SPECIFICATION NO.: PP-E-2405 June, 2009
All deviations from the technical specification shall be filled in by the TENDERER clause by clause in this schedule.
Section Clause No Deviation
The TENDERER hereby certifies that the above mentioned are the only deviations from the technical specification of the enquiry.
SIGNATURE ________________ DESIGNATION ________________ COMPANY ________________ DATE ________________ SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.7 Page 1 of 1 Rev-0 Schedule of Manufacturing, delivery and other related activities
SPECIFICATION NO.: PP-E-2405 June, 2009
The TENDERER shall indicate the time for manufacture, delivery and other activities in table given below:- Equipment Time for
readiness of battery bank from date of PO
Time required for shipment to site
Total time from date of order to receipt at site
Time required for erection, installation, commissioning & testing at site
(Months) (Months) (Months) (Months) First battery bank
Second battery bank
Third battery bank
Fourth battery bank
Note- All four battery banks with complete accessories shall be delivered within 12 months (around) from date of PO placement.
We, the undersigned hereby undertake to meet the above time schedule from the date of order. SIGNATURE _____________ DESIGNATION _____________ COMPANY _____________ DATE _____________ SEAL OF COMPANY
Nuclear Power Corporation of India Limited Narora Atomic Power Station-1&2
Technical Specification for 250V DC Power and Control Batteries Section: D-2.8 Page 1 of 1 Rev-0 Schedule of Personnel for Erection, Testing & Commissioning
SPECIFICATION NO.: PP-E-2405 June, 2009
The Tenderer shall indicate below the number and category of personnel required for erection, start-up and performance testing and commissioning. Category Erection Testing & Commissioning
Number Number Expatriate Personnel
Local Recruitment
Expatriate Personnel
Local Recruitment
The Tenderer shall also indicate here those section of works or items for which specialist services on site are required. SIGNATURE _____________ DESIGNATION _____________ COMPANY _____________ DATE _____________ SEAL OF COMPANY
TPT/SUPPLY-1
SECTION – D
FORMAT FOR SUBMISSION OF PART-I
TECHNICAL AND COMMERCIAL BID (EXCEPT PRICE) OF THE TENDER
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 1.0 TENDER FORM - PART - I
TENDER FORM - PART - I (Technical and Commercial Bid except Price) for Indigenous Bidders
FORM No. CMM - 44A/Rev. 2
DescriptionRemarks/BiddersCompliance
Tenderer's Bid No.
Dated
1. I/We have read the 'Invitation to Tender & Tendering Conditions' and the 'Conditions ofContract' as set out in Section-‘B’ of the tender document.2. I/We have thoroughly examined the specifications, drawings and/or patterns quoted orreferred to herein and/or fully aware of the nature of the stores required and my/our bid is tosupply the stores strictly in accordance with the requirements under this tender as detailed inSection-'C' of the tender document.3. I/We hereby agree to supply the stores, strictly adhering to the Conditions of the Contractas set out in Section-B of the tender document.4. You will be at liberty to accept any one or more of the items of stores offered by us andI/We shall be bound to supply you the stores as may be specified in the purchaseorder/contract.5. I/We hereby agree to keep the prices and our bid valid for your acceptance for a period of120 (one hundred and twenty) days from the date of actual opening of Part-II (Price Bid) ofthis tender.6. Deviations to technical specifications contained in Section-'C' of the tender documents aredetailed in Annexure-'A' to the Tender Form and compliance proposed to Conditions ofContract contained in Section-'B' of the tender documents are detailed in Annexure-'B' to thetender form.7. I/We hereby authorize you to conduct any enquiry to verify the statement/documents andinformation submitted in connection with this tender form and to seek clarifications from ourbankers and clients regarding any financial and technical aspects.8. I/We are also enclosing herewith all the leaflets/catalogues etc. pertaining to the storesoffered.
**Deviations to Technical Specifications - Annexure 'A' (Bidders to indicate Yes/ No/ N.A. andremarks, if any)
TPT /Supply - 1
NOTES :
** Please fill as “NO" in field "Confirmation of attachment" against
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 2 26-10-2017 11:13
Annexure - A if not applicable.
Encl:
(1) Deviation to technical specifications - Annexure 'A', if any.(2) Leaflets/Catalogue.
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
2 of 2 26-10-2017 11:13
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 2.0 ANNEXURE- 'A' - Deviation to TechnicalSpecifications
ANNEXURE- 'A' - Deviation to Technical Specifications for Indigenous Bidders
Deviations to Technical Specification (if any) Confirmation of attachment(YES /NO)
Deviations to technical specifications (if any) are uploaded in PDF format(Form No. Annexure-A)
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 1 26-10-2017 11:12
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 3.0 ANNEXURE B - I - TERMS OF BID
ANNEXURE B - I - TERMS OF BID FOR INDIGENOUS BIDDERS
1.0 Format for submission of Commercial Terms and Conditions of Tender bid
Sr.No. Item/DescriptionBidder’sResponse/Confirmation asthe case may be
1Price Basis: For Supply - On Free and Safe (FOR) delivery basis atPurchaser’s site inclusive of Packing, Forwarding,Transportation andTransit Insurance Charges and including GST and all other indirect Taxes.
2
Condition of Price: Specify whether they are firm or variable.I) For Supply of Items
a)If desired delivery is more than twelve months, the prices can bevariable as per GCC clause No. 5.4 (Price Adjustment) and clause nos. 5.5(Price Adjustment Formula ). The tenderers can also quote the firm pricesin this case. Please confirm accordingly the price basis quoted.
b) Kindly furnish the following : ( as per clauses 5.5.1 & 5.5.7.1 of GCC)1. Value of Coefficient for material and labour component (a,b,c,d,e,………lb)2. Value of Indices of material and labour component ( M,N,O,P,Q,……..L)3. Sources of Indices used (Enclose copies of Indices chosen as per theTender indicating the values -In case the copies of indices are notpublished then,the latest available indice copies identifying the indicevalues may be furnished for reference purpose clearly mentioning thatthe requisite indice copies shall be furnished immediately after theiravailability)
II) For Supply of Sparesa) Please confirm that the prices quoted in Section – E for spares i.e. ‘Setof Spares’ are on firm price basis.
3 Any Other Tax / Duty, If applicable. Please indicate along with rate.
4 HSN Code (For all Goods / Items covered under the scope of the tender)
5 SA Code(For all Services covered under the scope of tender)
6 Evidence to indicate financial capacity to under take the proposed work (ifentrusted) and Names (with address of the Bankers)
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 2 26-10-2017 11:14
7If registered with NPCIL, please mention registration No. Also ifregistered with DGS&D, DPS/DAE, copy of the valid registrationcertificates to be furnished.
8 Please confirm Delivery Schedule as per Tender, Upload milestone chart,if any
9 Validity of offer (120 days from the date of actual opening of Part - II(Price Bid) of this tender) Please confirm.
TPT/Supply-1
NOTES :
1.0 Terms which are not applicable shall be filled as "NA".
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
2 of 2 26-10-2017 11:14
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 4.0 ANNEXURE B-II-(GCC/SUPPLY-1/R-4)
ANNEXURE B-II-(GCC/SUPPLY-1/R-4) FOR INDIGENOUS BIDDERS
1.0 Format for submission of Compliance to the Conditions of Contract contained inSection-B of the tender1.1 The tenderer shall note that any deviation to above mentioned terms and conditions ofour tender may lead to disqualification of their Bid.
1.2 The compliance/confirmation to the specific clauses may please be furnished as perthe format below:
Sr.No. Item / Description Bidder’sCompliance/Confirmation
I
Acceptance of "Security Deposit" as per Clause No. 3.4.2 and“Performance Bond” as per Clause No.3.4.5 under GCC/SUPPLY-1/R-4 and"Integrity Pact Bank Guarantee" as per Clause No. 2.7 of Invitation toTender and Tendering Conditions of Section - A.
II Acceptance of “Subletting / Assignment of Contract” as per Clause No.3.7under GCC/SUPPLY-1/R-4.
III Acceptance of “Defect Liability” as per Clause No.6.4 underGCC/SUPPLY-1/R-4 and SCC
IV Acceptance of “Liquidated Damages” as per Clause No.6.2 underGCC/SUPPLY-1/R-4 and SCC
V Acceptance of “Quality Surveillance, Inspection, Acceptance andRejection” as per Clause No.10 under GCC/SUPPLY-1/R-4.
VI Acceptance of “Terms of Payment” as per Clause No.5.6 underGCC/SUPPLY-1/R-4.and SCC
VII Acceptance of “Settlement of Dispute” as per Clause No. 14 underGCC/SUPPLY-1/R-4.
VIII Acceptance of “Confidentiality” as per Clause No. 1.10 underGCC/SUPPLY-1/R-4.
IX
Compliance to INTEGRITY PACT as per clause No. 2.6 of Invitation totender & tendering conditions and Confirm that Bidder’s AuthorizeSignatory has signed the ‘PRE CONTRACT INTEGRITY PACT’ as perAppendix – ‘Z’ of Invitation to tender & tendering conditions of Section –‘A’.
X Compliance to the remaining clauses of GCC/SUPPLY-1/R-4 and SCC
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 2 31-10-2017 16:13
TPT/Supply-1
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
2 of 2 31-10-2017 16:13
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 5.0 ANNEXURE-C-CHECKLIST
Sr.No.
Bidder please check your quotation for following items, fill in this Check List in Yes /No and submit along with the bid. Yes/NO Remarks
1 Have studied and understood the tender requirements clearly.
2 Are the supporting documents uploaded in e-bid?
3Are there deviations from tender specifications (If yes, these should be clearly listedout in a separate annexure to this quotation. The Annexure number to be indicatedin remarks column).
4 List of likely items / jobs proposed to be sub-contracted and extent ofsub-contracting.
5.0 Information regarding manufacturer.
5.1 Proposed Manufacturing and shipment plan.
5.2 List of recommended spares .
6 Quality Surveillance shall be carried out by the Purchaser. The Manufacturer / Bidderagrees to quality surveillance as per Tender document.
7 Delivery schedule has been clearly indicated in the bid.
8 Validity date for the quotation has been clearly indicated in the bid.
9 Any specific point / detail Bidder desires to highlight. If yes, indicate in remarkscolumn where the point / detail has been highlighted.
10 Price Bid has been submitted for various options as per tender document.
11Submit time schedule for placement of purchase order on sub-contractors andcompletion of procurement process in Part-I bid, for approval of the Purchaser (asper GCC Clause No.9.1)
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 1 26-10-2017 11:32
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 6.0 ANNEXURE-'D' GENERAL INFORMATION
ANNEXURE- 'D' - GENERAL INFORMATION FOR INDIGENOUS BIDDERS
You are requested to furnish following details for our reference:
Sr.no Description Bidder'sResponse
1 Name of the Company
2 Address of the Company
33.1
Contact Person DetailsName of Contact Person
3.2 E-mail ID
3.3 Phone Nos. - Office
3.4 Fax Nos.
3.5 Phone Nos. - Mobile
44.1
MSE Details as per MSMED Act 2006 (If Applicable)Mention Category - Micro/Small Enterprise
4.2
MSE Sub Classification with respect to above category:(i) Enterprises owned by Scheduled Castes.(ii) Enterprises owned by Scheduled Tribes.(iii) Enterprise owned by other than above two categories.
4.3MSE Registration details with any of the agencies mentioned under Clause No. 12.5 of ITT.(Upload relevant documentary proof. If relevant documentary evidence is notsubmitted,Purchase Preference, if any, as per Cl. No. 12.5 of ITT will not be applicable.)
4.4 Terminal validity date of MSE registration.
55.1
Registration Numbers:GSTIN Number
5.2 PAN Number
NOTES :
If not applicable fill as 'NA'
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 1 26-10-2017 11:37
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 7.0 Annexure –E
Sr.No. Description Remark
1.0 Country of Origin of material
1.1 Level of USA made components in the equipment is below the de-minimis level as per theU.S. Law. Please confirm.
1.2 NPCIL do not agree for ‘End Use Verification’. Please confirm.
Note:
1. Biddder has to mention country of origin in remarks column for 1.0 above.
2. Bidders has to submit the response in Yes/No under the remarks column for 1.1 and 1.2 above
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 1 26-10-2017 11:38
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 8.0 ANNEXURE - F - Confirmation towards PreQualifying Criteria-Financial
Sr.No. Description Value inINR
Supporting DocumentsSubmitted (Yes/No)
1 Financial Turnover during year 2016-17
2 Financial Turnover during year 2015-16
3 Financial Turnover during year 2014-15
4Value of lead acid tubular battery bank in Single Ordercompleted during ten years preceding from the date of Bidsubmission
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 1 20-11-2017 12:45
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 9.0 ANNEXURE - G - Confirmation towards PreQualifying Criteria-Technical
Sr.No. Specification Parameter NPCIL'sRequirement
BidderCompliance
1 Blank formats D 2.1 to D 2.8 of PPE-2405 has been filled.
Bidder shall fillblank format orprovide requiredinformation /data in separatesheet.
2Bidder has supplied lead acid tubular battery banks of 48V DC orhigher, 2200AH or higher capacity in last 10 years from date of bidsubmission.
Purchase ordershall besubmitted fordocumentaryproof.
3 Bidder has supplied seismically qualified lead acid tubular batterybank consisting battery cells of 1100 AH or higher.
Certificate fromCPRI / Govt.approved lab shallbe submittedfor documentaryproof.
4Battery sizing calculation establishing that offered battery bankwill ful-fill specified duty / load cycle ( 2250 A for 30 min & 2500Afor 22min) as mentioned at 1.5.0 for CC-3 of PPE-2405
Bidder shall submitbatterysizing calculationsheet.
5 Offered power battery bank is complying CC-1 to CC-9 ofPPE-2405
Bidder has gonethrough PPE-2405 & offeredpower batterybank is complyingCC-1 to CC-9of PPE-2405.
6 Technical data for offered battery bank as per (10.0 Technical datasheet) mentioned in section D 1.0 of PP-E 2405.
Bidder shall furnishrequireddata alongwith bidor confirmthat these will beprovidedduring detailedengineering withdrawing / QAPapporval.
- -
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 2 20-11-2017 12:54
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- 10.0 Technical data sheet
Sl. No. DescriptionPowerBatteries(250 V DC)
1 Make
2 Type No./designation
3 Type of cells offered
4 AH Capacity of the battery & of the cells required to meet the requirements of, thisspecification |(In terms of C10 rating for lead acid cells).
5 Number of cells in each bank
6 Correction factors considered while calculating the AH rating of cells -
6.1 Correction factor for ambient temp of 5°C
6.2 Correction factor for end of life of the cells
6.3 Design margin
6.4 Correction factor for float charging
6.5 Any other factor that needs to be considered for properly sizing the battery to meetthe intent of specification?
7 Design calculation for arriving at AH rating of battery is enclosed? Yes/No
8 Duration of High rate discharge for new battery while subjected to loading as perduty cycle & as per EOD voltage specified in Section CC-3 in hrs:
9Magnitude of current new cell is rated to discharge for 30 minutes/22 minutes forpower battery and 60 minutes/30 minutes for control battery before reachingspecified end of discharge voltage (EOD).
10 Short circuit current from battery at battery terminals: -
10.1 a) Momentary short circuit current (A)
10.2 b) Steady state short circuit current (A)
10.3 c) Time constant:
10.4 (Furnish the graph showing the S.C current vs time)
11 Charging Requirements -
11.1 Float Charging -
11.1.1 Voltage (V)
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
1 of 5 18-12-2017 15:40
11.1.2 Current (A)
11.1.3 Variation of float voltage with cell temperature.
11.1.4 H2 liberation rate (m3/hr)/A per cell
11.2 Equalizing Charging -
11.2.1 Voltage (V)
11.2.2 Current (A)
11.2.3 H2 liberation rate (m3/hr)/A per cell
11.2.4 Recommended Duration of equalizing charge (hrs)
11.2.5 Recommended interval at which equalizing charging is required (months)
11.2.6 Current limit at which equalizing charge should be carried out (A)
11.3 Boost Charging -
11.3.1Recommended values for boost charging voltage & associated current limit incharger to ensure that battery is fully charged in 8 hrs after the following types ofdischarges:
-
11.3.1.1 High rate of discharge at specified duty cycle
11.3.1.1.1 Voltage limit (V)
11.3.1.1.2 Current limit (A): Starting rate
11.3.1.1.3 Current limit (A): Finishing rate
11.3.1.2 C10 discharge (for lead acid batteries).
11.3.1.2.1 Voltage limit (V)
11.3.1.2.2 Current limit (A): Starting rate
11.3.1.2.3 Current limit (A): Finishing rate
11.3.2 H2 liberated (m3/hr)
11.3.3 Duration of boost charging (hrs)
11.4 Maximum Permissible steady state battery charger voltage variation
11.5 Maximum Permissible ripple voltage in Charger out put
11.6 Maximum Permissible ripple current in charger out put current
12 Internal resistances of cell (ohms) -
12.1 One typical cell (ohms)
12.2 Complete battery (ohms)
13Terminal voltage of the battery bank after considering voltage drops due to internalcell resistances and inter cell and inter row connectors resistances at the end offollowing types of discharges at 27°C (V)
-
13.1 Duty cycle discharge
13.2 C10 discharge for Lead Acid batteries.
14.1 Heat liberated into the room during boost rate of charging
14.2 Heat liberated into the room at specified high rate of discharge.
15 Dimension and weights -
15.1 Dimension of each cell (mm x mm x mm):
15.2 Distance between cell centers when erected (mm)
15.3 Weight of each cell -
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
2 of 5 18-12-2017 15:40
15.3.1 With electrolyte (kg):
15.3.2 Without electrolyte (kg):
15.4 Overall dimensions of battery bank (mm x mm x mm)
15.5 Overall weight of complete battery bank (kg)
15.6 Whether the space provided for batteries is adequate keeping in to account space formaintenance and cell replacement?
16 Racks -
16.1 Dimensions of each rack (mm x mm x mm)
16.2 Weight of each rack (kg)
16.3 Drawing showing layout of battery & all dimensions enclosed? (Yes / No)
16.4 Whether cells in racks are insulated from ground?(Yes / No)
16.5 Material of construction
16.6 Number of tiers
16.7 Number of cells per rack
16.8 Number of racks in each bank:
16.9 Whether the arrangement of cells in racks permits clear visual examination of allplates in a cell?
16.10 Whether battery banks along with the racks are qualified for the specified seismicduty? (If yes, type test report to be furnished along with the response spectra).
17 Interval between topping up of cells with distilled water(months):
18 AH efficiency (%)
19 Watt hour efficiency (%)
20 Whether the cells are dispatched without electrolyte and max. period of storageunder this condition
21 Positive plate -
21.1 Type of construction
21.2 Material composition
21.3 Dimensions
21.4 Number of plates /cell and AH capacity per Plate
21.5 Thickness of positive plates before forming (mm)
21.6 Weight of positive plate before forming (kg)
21.7 Maximum permissible batch-to-batch variation in the capacity of plates during themanufacture of plates.
21.8 Sampling plan for capacity tests on plates
22 Negative plate -
22.1 Type of construction
22.2 Dimensions
22.3 Material composition
22.4 Number of plates /cell
22.5 Thickness of negative plates before forming (mm)
22.6 Weight of negative plate before forming (kg)
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
3 of 5 18-12-2017 15:40
22.7 Maximum permissible batch-to-batch variation in the capacity of plates during themanufacture of plates.
22.8 Sampling plan for capacity tests on plates
23 Grid -
23.1 Material composition
23.2 Type of construction
23.3 Weight
24 Terminal Posts -
24.1 Material composition
24.2 Thickness of lead coating (mm):
24.3 Cross sectional area (maximum)
25 Inter cell Connectors -
25.1 Material
25.2 Thickness of lead coating (mm)
25.3 Cross section area (maximum)
25.4 Resistance of the inter cell connector at 270C
25.5 Whether connectors are designed considering high discharge currents?
25.6 Maximum temperature of connector or joints permissible during high rate ofdischarge.
26 Inter stand Connectors -
26.1 Conductor Material
26.2 Insulation material
26.3 Thickness of lead coating on connectors (mm)
26.4 Cross section area (maximum)
26.5 Resistance of the inter stand connector at 270C
26.6 Whether connectors are designed considering high discharge currents?
26.7 Maximum temperature of connector or joints permissible during high rate ofdischarge.
27 Containers -
27.2 Whether transparent (Yes / No)
27.3 Container lid -
27.3.1 Material
27.3.2 Method of fixing to the container
27.4 Height of sediment space provided
27.5 Applicable Standards
28 Separator -
28.1 Material
28.2 Type of separators
28.3 Amount of separator over lap provided
28.4 Applicable standards
28.5 Number of separators per cell
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
4 of 5 18-12-2017 15:40
29 Electrolyte -
29.1 Amount of electrolyte for first filling (litre)
29.1 Amount of electrolyte per cell (litre)
29.3 Applicable standard for electrolyte
29.4 Height of electrolyte above the plates and below the min level indicated
30 Battery terminal voltage on sudden disconnection of float charger with loadconnected (V)
31 Life of battery -
31.1 Guaranteed life span of battery under site condition -
31.1.1 27°C (yrs)
31.1.2 45°C (yrs)
31.2 Life of battery in terms of no. of discharge and charge cycles as given below: -
31.2.1 discharge at C10 rate followed by boost charging
31.2.2 discharge as per PURCHASER's duty cycle diagram followed by boost charging:
32 Recommended minimum no. of air changes to be provided in battery room per hour:
33 Specific gravity of electrolyte at 27 deg.C. and with cell completely charged
34 Specific gravity of electrolyte at 27 deg.C. after duty cycle discharge
35 Specific gravity of electrolyte at 27 deg.C. after C10 discharge
36 Specific gravity of electrolyte 27 Deg.C. after 8 hr. of charging subsequent to a dutycycle discharge.
37 Specific gravity of electrolyte at 27 Deg.C. after 12 hrs. of charging subsequent to aC10 capacity discharge.
38 Whether all spares as specified included in the scope? List of spares considered isattached?
39 Whether all maintenance accessories as specified included in the scope?
39.1 List of maintenance accessories considered is attached?
40 Recommended interval for periodic discharges and rate of recommended discharges.
41Whether the batteries offered are suitable for continued float operation with periodicon-line equalizing operation at recommended interval and C10 discharges only atonce in a 3-year interval.
42 For lead acid batteries, state whether "ECO-mark" has been allotted by Bureau ofIndian Standards (Yes / No):
43 Applicable standards for the type of cells offered
44 Maximum Discharge Current Capacity , if one of the parallel path is not connectedbetween cells
https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZXJ...
5 of 5 18-12-2017 15:40
TPT/SUPPLY-1
SECTION – E CONSISTS OF THE FOLLOWING SUBSECTIONS
TENDER FORM NOTES FORMAT FOR SUBMISSION OF PRICE BID OF
THE TENDER
TPT/SUPPLY-1 Page 1 of 1
SECTION – E - Notes
Tender No. CMM/OPS/54-52-09-3150
1. Bidder shall quote for supply of all main items along with its Testing, Dismantling, Erection, Installation and Commissioning of main items. In case bidder have quoted for some of the main item and not quoted for Erection, Installation & Commissioning of main item or Dismantling etc. such bids shall summarily be rejected & no correspondence in this respect shall be entertained. Purchaser’s decision in this respect shall remain final and binding. Further bidders are required to quote for main item (i.e. Item No. 1.0 of Section-E-I) along with Section-E-II, Section-E-III, Section-E-IV, Section-E-V In case the supply of main item as per Section – E- I is quoted but Section-E-II, Section-E-III, Section-E-IV, Section-E-V are not quoted bid for such item will not be considered, and vice versa.
2. Schedules / Bill of Quantities are to be read for the purpose of pricing in conjunction with the General Conditions of Contract, Special Conditions of Contract, Technical Specifications and Drawings, Special Instructions to the Tenderer, etc. as contained in the Tender Document. Prices are to be quoted in accordance with GCC Clause no. 5 (contract price and payment) and corresponding SCC.
3. The bidders are required to take note of the testing requirements of the items being quoted under this tender as per clause no. 10 of “Invitation to Tender and Tendering Conditions” and “Technical Specification” – Section – ‘C’ of Tender Document.
4. Price Bid evaluation shall be based on Total price as per “Landed Price” as per
Clause No. 15.0. of ITT and Bid evaluation will be done on basis of total sum of landed price of Section-E-I ,Section-E-II, Section-E-III , Section-E-IV & Section-E-V
5. No free issue items will be issued to supplier either during manufacturer or
erection & commissioning.
6. Imported raw materials / components, required for indigenous manufacture of items covered in this tender, will attract concessional customs duty as applicable as per sr. no. 414 of custom notification No. 50/2017 dated 30th June 2017.Necessary recommendatory letter will be provided by the Purchaser, however the bidder shall be responsible for timely submitting request for issue of the recommendatory letter well in advance. In view of this, the bidder shall submit their price bid based on this assumption. Further, the bidder shall avail Input tax Credit against IGST component of imported raw materials meant for manufacture of indigenous item and pass on the benefits to NPCIL.
-----x-----x-----
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- TENDER FORM - PART II (PRICE BID)
FORMAT FOR SUBMISSION OF PART - II BID
TENDER FORM: PART - II (PRICE BID)
Description Remarks
Tenderer's Bid No. (Bidders Reference No.)
Dated
1. In response to your invitation to the tender and as per you tendering conditions, the price andquantity schedule of items applicable for the scope of supply (and other commercial terms andconditions) contained in Part-I (Technical and commercial bid except price) are indicated in theformat as Annexure to this tender form.
2. We hereby agree to keep the price and other commercial terms and conditions valid for youracceptance for a period of 120 (one hundred and twenty) days from the date of actual opening ofPart-II (price bid) of the tender.
NOTE :
Instructions for filling above Declaration:
a) Bidder's reference number to be indicated against " Tenderer's Bid No.
b) Confirmation to be provided against Sr. NO. 1&2 above.
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2Fk...
1 of 1 30-10-2017 12:28
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- SECTION - E - I - Price Format for Supply of BatteryBanks,Battery Stands
SECTION - E - I
CMM/OPS/54-52-09-3150
Price Format for Supply of Battery Banks, Battery Stands and Spares
(For NAPS - 1&2 )
Sr.No.C0
Item DescriptionC1
QuantityC2
UnitsC3
Unit All Inclusive Prices in INR i.e FORPurchaser's Site Price includingPacking,Forwarding,Transportation andTransit Insurance Charges and includingGST and all other indirect Taxes(C4)
Total All Inclusive Prices in INR i.e FORPurchaser's Site Price includingPacking,Forwarding,Transportation andTransit Insurance Charges and includingGST and all other indirect Taxes(C5=C2*C4)
GST Rateincluded inC4 inPercentage(C6)
1
Design manufacture inspectiontesting at the contractor's works,packing transportation and deliveryof 250 V DC (120 no. cells /240no.Cells) tubular HDP type in SAN
4 set
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5M...
1 of 2 03-11-2017 15:31
container)power battery bank as perload cycle (2250 A for 30 mins and2500 A for 22 mins) as specified inPPE-2405, details are mentioned inSection 'C ' of the Tender Document.
2
Steel Stand/Rack for above powerbattery bank as per technicalspecification PPE-2405 in Section Cof the tender document
4 Set
1.0 INR - Indian Rupees
2.0 Bidder shall take note of SECTION - E - NOTES while quoting
3.0 Place of Delivery :- Narora Atomic Power Station-1&2, NPCIL Narora,Bulandshahar, Uttarpradesh, Pin - 203399
4.0 Provisional GSTIN:NAPS-09AAACN3154F1ZO
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5M...
2 of 2 03-11-2017 15:31
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- SECTION - E - II - Price Format for Seismic TestingQualification and Type testing of Battery Banks
SECTION - E - II
CMM/OPS/54-52-09-3150
Price Format for Seismic Qualification along with Type Test of Battery Banks.
(For NAPS 1&2)
Sr.No.C0
Item DescriptionC1
QuantityC2
UnitsC3
Lumpsum Charges in INR (IncludingGST and all other Indirect Taxes).C4
GST rate in %included in C4.C5
1 Seismic Testing Qualification charges as per CC-5 of Technical Specification-PPE-2405, Section - C attached with Tender Document. 1 No.
2 Cost of Acceptance Test as per CC-5 of Technical Specification-PPE-2405,Section - C attached with Tender Document. 1 Lumpsum
3Cost of Type Test as per CC-5 of Technical Specification-PPE-2405, Section - Cattached with Tender Document. included in E-I to be indicated hereseparately.
1 Lumpsum
4Cost of Routine Test as per CC-5 of Technical Specification-PPE-2405, Section -C attached with Tender Document. included in E-I to be indicated hereseparately.
1 Lumpsum
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5M...
1 of 2 20-11-2017 15:04
NOTES :
1.0 Bidder shall take note of SECTION - E - NOTES while quoting.
2.0 Place of Delivery :- Narora Atomic Power Station-1&2,Bulandshahar,Uttarpradesh
3.0 Provisional GSTIN: NAPS-09AAACN3154F1ZO
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5M...
2 of 2 20-11-2017 15:04
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- Section - E - III - Price Format for Erection andCommissioning of Battery Banks
SECTION - E - III
CMM/OPS/54-52-09-3150
Price Format for Erection,Installation, Commissioning of Battery Banks
(For Narora Atomic Power Station - 1&2)
Sr.No.C0
Item DescriptionC1
QuantityC2
UnitsC3
Unit Charges in INR (IncludingGST and all other IndirectTaxes).C4
Total Charges in INR (IncludingGST and all other IndirectTaxes).C5
GST ratein%includedin C4.C6
1
Erection, Installation, Commissioning and testing of batterybanks at NAPS site. This includes1)Dismantling of existing battery bank2)Removal old battery bank with its rack from location3)Shifting of removed battery bank ,rack & associatedmaterial to CMM store.4)Shifting of new battery bank material from CMM store tolocation where battery bank is to be installed.5)Installation and erection of new power battery bank with its
4 Set
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5...
1 of 2 20-11-2017 15:08
rack & all associated items to make complete power batterybank6)Commissioning and testing of new power battery bank.
NOTES :
1.0 INR - Indian Rupees
2.0 Bidder shall take note of SECTION - E - NOTES while quoting.
3.0 Place of Delivery :Place of Delivery :- Narora Atomic Power Station-1&2, NPCIL Narora,Bulandshahar, Uttarpradesh, Pin - 203399
4.0 Provisional GSTIN : 09AAACN3154F1ZO
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5...
2 of 2 20-11-2017 15:08
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- SECTION - E - IV - Price Format for Supply of Essential(Mandatory) spares
SECTION - E - IV
CMM/OPS/54-52-09-3150Price Format for Supply of Essential(Mandatory) Spares (Refer CC-3 ofspecification PPE-2405 in Section C of the tender Document for furtherdetails)(For NAPS - 1&2 )
Sr.No.C0
Item DescriptionC1
QuantityC2
UnitsC3
Total All Inclusive Prices in INR i.e FOR Purchaser's Site Price includingPacking,Forwarding,Transportation and Transit Insurance Charges and includingGST and all other indirect TaxesC4
GST Rateincluded inC4 inPercentageC5
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5N...
1 of 3 18-12-2017 15:51
1 Inter-cell connectors.10 % of quantityinstalled in onebattery bank
Set
2 Battery stands insulators andcell insulators (if applicable)
10 % of quantityinstalled in onebattery bank
Set
3 Nuts, bolts, washers, etc.10 % of quantityinstalled in onebattery bank
Set
4 Vent plugs.10 % of quantityinstalled in onebattery bank
Set
5 Complete set of spare cellwithout electrolyte.
10 % of quantityinstalled in onebattery bank
Set
6 Battery inter-row connectorand inter stand connector
10 % of quantityinstalled in onebattery bank
Set
7End take off connector /terminal take off connector (ifapplicable)
10 % of quantityinstalled in onebattery bank
Set
8 Spill Tray (if applicable)10 % of quantityinstalled in onebattery bank
Set
9 Cell containers with lids10 % of quantityinstalled in onebattery bank
Set
10Insulated shrouds over bareconnections and terminals(ifapplicable)
10 % of quantityinstalled in onebattery bank
Set
11 Petroleum Jelly for Terminals10 % of quantityinstalled in onebattery bank
Set
12 Other than above spares,recommended by Manufacturer
10 % of quantityinstalled in onebattery bank
Set
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5N...
2 of 3 18-12-2017 15:51
1.0 INR - Indian Rupees2.0 Bidder shall take note of SECTION - E - NOTES while quoting3.0 Place of Delivery :- Narora Atomic Power Station-1&2, NPCIL Narora,Bulandshahar, Uttarpradesh, Pin - 2033994.0 Provisional GSTIN:NAPS-09AAACN3154F1ZO
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5N...
3 of 3 18-12-2017 15:51
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- SECTION - E - V - Price Format for Supply ofMaintenance tools and other Accessories
SECTION - E - VCMM/OPS/54-52-09-3150Price Format for Supply of Maintenance tools and other accessories (ReferCC-3of Specification PPE-2405 in Section C of the tender Document forfurther details)(For NAPS - 1&2 )
Sr.No.C0
Description of the itemC1
QuantityC2
UnitsC3
Unit All Inclusive Prices in INR i.eFORPurchaser's Site Price includingPacking,Forwarding,TransportationandTransit Insurance Charges andincludingGST and all other indirect TaxesC4
Total All Inclusive Prices in INR i.eFORPurchaser's Site Price includingPacking,Forwarding,TransportationandTransit Insurance Charges andincludingGST and all other indirect Taxes(C5=C2*C4)
GST Rateincluded inC4 inPercentage(C6)
1 Syringe type hydrometer for measuring specificgravity of electrolyte 10 No.
2 Thermometer suitable for batteries 5 No.
3 Laminated wall mounting type Instruction cardsindicating safety, operation & maintenance 4 No.
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5N...
1 of 2 31-10-2017 15:31
instructions.
4 Record books for noting down periodic surveillancedata on batteries. 2 Sets
5 Acid resisting funnels of adequate capacity 4 No.
6 Acid resisting jugs of adequate capacity 4 No.
7 Acid resisting rubber aprons 10 No.
8 Acid resisting rubber gloves (pair) 10 No.
9 PVC cover shoes (acid resistant) pair 10 No.
10 Cell lifting straps 2 No.
11. Face mask/shield 10 No.
12. Safety Goggles 10 No.
13. Insulated tools for terminal connections 2 Sets
14. Portable trolley to carry at least 2 nos of batterycells. 2 No.
1.0 INR - Indian Rupees2.0 Bidder shall take note of SECTION - E - NOTES while quoting3.0 Place of Delivery :- Narora Atomic Power Station-1&2, NPCIL Narora,Bulandshahar, Uttarpradesh, Pin - 2033994.0 Provisional GSTIN:NAPS-09AAACN3154F1ZO
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5N...
2 of 2 31-10-2017 15:31
Tender No :- 32037
Tender Reference No :- OPS/54/52/09/3150
Template Name :- SECTION - E - VI - Concessional Custom Duty Format
SECTION - E - VI - CONCESSIONAL CUSTOM DUTY FORMAT
1.0 - Imported raw materials meant for manufacturing of indigenous supply for thistender will attract concessional Custom Duty as per Sr.No. 414 of custom notificationno.50/2017 dated 30th June 2017. Necessary Recommendatory Letter will be providedby the Purchaser. In view of this, the bidder shall submit their price bid based on thisassumption. Further, the bidder shall avail Input Tax Credit against IGST component ofImported raw materials meant for manufacturing of Indigenous supply and pass on thebenefits to NPCIL.
Description Value in figures in Rupees, ifapplicable
Limiting CIF Value (in Figures) of Imported raw materials in rupees meant for manufacturing of Indigenous Supply in Column 'C5'of SECTION - E - I.
https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2FkX2V4Y2VsLzMzNDMyLzM5M...
1 of 1 31-10-2017 15:35