You are on page 1of 96

N H D C LIMITED

(A JOINT VENTURE OF NHPC LTD. & GOVT. OF MP)

IIN
NDDIIR
RAA S
SAAG
GAAR
R P
POOW
WEER
RSST
TAAT
TIIO
ONN

TENDER DOCUMENT
NIT NO. 03/1070/2017-18 Dated: 26/05/201723/02-

OPERATION AND MAINTENANCE OF HYDRO-MECHANICAL EQUIPMENTS


AT INDIRA SAGAR POWER STATION, NARMADA NAGAR, DISTT. KHANDWA
(M.P).

SR. MANAGER (P & C)


CONTRACTS WING
INDIRA SAGAR POWER STATION
NHDC OFFICE COMPLEX
NARMADA NAGAR
DISTT. KHANDWA 450119

MAY 2017

(i)
,u ,p Mh lh fyfeVsM
,u,pihlh fyfeVsM ,oa e/; izns'k kklu dk la;qDr m|e

NHDC Limited
(A Joint Venture of NHPC Limited & Govt. of M.P.)
,u,pMhlh@2lh@1070@17@1247-1260 517&529 fnukad 26@05@2017
fufonk vkea=.k lwpuk
fu-vk-lw- dz- 03@1070@2017&18
,u,pMhlh fy- dh vksj ls fuEufyf[kr dk;Z gsrq izfrfBr QeksZ ls nks&fyQkQk i)fr ds varxZr vkWu ykbZu fufonk vkeaf=r
dh tkrh gSa A
bafnjk lkxj ikWoj LVsku] ueZnk uxj ftyk [k.Mok e-iz ds ty
1- dk;Z dk uke
;kaf=dh; midj.kksa ds lapkyu ,oa la/kkj.k dk dk;ZA
2- vuqekfur ykxr ` 84.14 yk[k
3- VsaMj Qhl vizfrns; ` 1000/- :i;s ,d gtkj ek=
4- /kjksgj jkfk ` 1,68,000/- :i;s ,d Ykk[k vMlB gtkj ek=
5- dk;Z iw.kZ djus dh vof/k pkSchl 24 ekgA
6- fufonk fodz; fnukad ,oa le; 29-05-2017 10:00 cts iwokZg~u lss 03-07-2017 04:30 cts vijkg~u
7- Li"Vhdj.k fnukad ,oa le; 29-05-2017 10:00 cts iwokZg~u lss 26-06-2017 06:00 cts vijkg~u
8- fufonk tek djus dh frfFk ,oa le; 29-05-2017 10:00 cts iwokZg~u lss 03-07-2017 04:30 cts vijkg~u

9- fufonk [kksyus dh fnukad 04-07-2017 04.30 cts vijkg~u


Vhi % fufonk vkea=.k izkf/kdkjh ds dk;Zky; ea VasMj Qhl fMekaM MkV@ cSadlZ pSd tks fd ^^,u,pMhlh fyfeVsM** ds uke
ij vf/kekur% LVsV cSad vkWQ bf.M;k] 'kk[kk ueZnkuxj dksM 08522 ij ns; gks ,oa bZ,eMh nu ewyr% vFkok oSk
Micro and Small Enterprise registration dh uVjkbTM frfyih fufonk tek djus dh vafre fnukad ,oa le; ij ;k
iwoZ esa tek djuk gksxh vU;Fkk fufonk fujLr dj nh tk,xh A
1- fufonkdkj fufonk izi= gekjh osclkbV http://www.nhdcindia.com ;k dsUnzh; lkoZtfud dz; lhihih iksVZy
http://www.eprocure.gov.in ls Hkh MkmuyksM dj ldrs gSA fcM dsoy vkWu ykbZu
http://www.eprocure.gov.in/eprocure/app vafare frfFk ,oa le; ds iwoZ izLrqr dj ldrs gSA HkkSfrd fufonk
fodz; gsrq miyC/k ugha gSA
2- mRrjO;kih fufonkdkj ds ikl fuEufyf[kr ;ksX;rk ekin.M gksuk pkfg,%&
(i) fufonkdkj dk vkSlr of"kZd VuZvksoj foxr 3 o"kksZ esa 31 ekpZ 2016 dks lekIr gksus okys foRrh; o"kZ ds var rd
de ls de ` 25.24 yk[k :i;s iPphl yk[k pkSchl gtkj ek= gksuk pkfg,A
(ii) fufonkdkj ds ikl leku izd`fr dk;ksZa dk foxr 7 o"kksZ esa fufonk tkjh djus ds ekg ds fiNys ekg dh vafre
fnukad rd lQyrkiwoZd iw.kZ djus dk vuqHko fdlh 'kkldh; foHkkx@lkoZtfud midzeksa esa de ls de ,d 1
dk;Z dk ewY; ` 67.30 yk[k :i;s lMlB yk[k rhl gtkj ek= vFkok nks 2 dk;Z dk ewY; ` 42.06 yk[k
:i;s c;kyhl yk[k N% gtkj ek= izR;sd vFkok rhu 3 dk;Z dk ewY; ` 33.65 yk[k :i;s rsrhl yk[k iSalB
gtkj ek= izR;sd ls de u gksA
leku izd`fr dk eryc eSu ikWoj lfoZlsl vFkok gkbMks ikWoj IykaV esa ty ;kaf=dh midj.kksaZ dk
lapkyu@la/kkj.k dk dk;ZA.
(iii) fufonkdkj dk fdlh 'kkldh; foHkkx tSls dsUnz 'kklu@jkT; 'kklu@lkoZtfud midzeksa vFkok MSMEDA Act
2006/NSIC ds lkFk vFkok nqdku ,oa LFkkiuk vf/kfu;e @dEiuht ,DV ds rgr dk;ksaZ ds laiknu gsrq iath;u
gksuk vko;d gS vFkok QeZ ds ikl ,u,pMhlh esa foxr 7 o"kksZ esa fufonk tkjh djus ds ekg ds fiNys ekg dh
vafre fnukad rd dk;ksaZ ds lQyrkiwoZd iw.kZ djus dk vuqHko gksuk pkfg,A
(iv) fufonkdkj dk bZ-ih-,Q- laxBu esa iath;u gksuk vko;d gSA
(v) fufonkdkj dk bZ-,l-vkbZ-lh- esa iath;u gksuk vko;d gSA
(vi) fufonkdkj dk dsUnzh; mRikn foHkkx] Hkkjr ljdkj esa lfoZl VSDl ds Hkqxrku gsrq iath;u gksuk vko;d gSA
(vii) fufonkdkj ds ikl QeZ@izksizkbVj ds uke ls oS/k ijekusaV vdkmUV uEcj iSu gksuk vko;d gSA
3- vkWuykbZu fufonk ls lacaf/kr fooj.k@tkudkjh tSls lhihih iksVZy ij iathdj.k] fcM cukuk ,oa fcM tek djuk]
fufonk izi= esa miyC/k gSA ,u,pMhlh ds ikl fdlh Hkh ;k lHkh fufonk fujLr djus dk vf/kdkj lqjf{kr gS ,oa bldk
dkj.k crkus ds fy, ck/; ugha gSA
,u,pMhlh fyfe- dh vksj ls
gLrk@&
ofj"B izca/kd ih ,.M lh
lafonk foHkkx

bafnjk lkxj ikoj LVsku


,u ,p Mh lh dk;kZy; ifjlj] ueZnk uxj] ftyk & [k.Mok e-iz-
nwjHkk"k ekad% 07323&284385@284442 QSDl ekad 07323&284442@284086
fuxe igpku la- Corporate Identity No.(CIN): U31200MP2000GOI014337
,u ,p Mh lh fyfeVsM
,u,pihlh fyfeVsM ,oa e/; izns'k kklu dk la;qDr m|e

NHDC Limited
(A Joint Venture of NHPC Limited & Govt. of M.P.)
NHDC/2C/1070/17/1247-1260 Date: 26/05/2017
NOTICE INVITING TENDER
(NIT NO. 03/1070/2017-18)
Online bids under Two-Cover system are invited on behalf of NHDC Ltd. from reputed firms for following
works:
Operation and Maintenance of Hydro-Mechanical Equipments at
1 Name of Work Indira Sagar Power Station, Narmada Nagar, Distt. Khandwa
(M.P).
2 Estimated cost ` 84.14 Lakh
3 Tender Fees (Non-Refundable) ` 1000/- (Rupees One Thousand only)
4 Earnest Money Deposit ` 1,68,000/- (Rupees One Lakh Sixty Eight Thousand only)
5 Contract period Twenty Four (24) Months
Sale/ Document Download
6 29-05-2017 (10:00 AM) to 03-07-2017 (04:30 PM)
period Date & Time
7 Clarification period Date & Time 29-05-2017 (10:00 AM) to 26-06-2017 (06:00 PM)
Bid submission period date and
8 26-05-2017 (10:00 AM) to 03-07-2017 (04:30 PM)
time
9 Date of opening of tender 04-07-2017 (at 4:30 PM)
Note: Tender Fee (in the form of DD/BC in favour of NHDC LIMITED, preferably payable at SBI,
Narmada Nagar (code 08522)) and EMD (both in original) or notarized copy of valid Micro and
Small Enterprise registration should be submitted in the Office of the Tender Inviting Authority
on or before the last date and time of bid submission failing which the tender shall be summarily
rejected.
1. The details of work are available in the tender document which can be downloaded from website
www.nhdcindia.com and Central Public Procurement (CPP) Portal www.eprocure.gov.in/eprocure/app and the
bid is to be submitted online only on www.eprocure.gov.in/eprocure/app upto last date and time of
submission of tender. Sale of physical tender document is not applicable.
2. The prospective bidder shall fulfil the following minimum eligibility criteria:
(i) The Average annual financial turnover of the bidder during the last three (3) financial years, should be at
least ` 25.24 Lakh (Rupees Twenty Five Lakh Twenty Four Thousand only), ending 31-03-2016.
(ii) The bidder should have successfully completed similar nature of works in any Govt. Deptt./ PSU during
last seven years ending last day of month previous to the month of issue of NIT, WITH ATLEAST, One (1)
work of value not less than ` 67.30 Lakh (Rupees Sixty Seven Lakh Thirty Thousand only) OR Two (2)
works of value not less than ` 42.06 Lakh (Rupees Forty Two Lakh Six Thousand only) each OR Three
(3) works of value not less than ` 33.65 Lakh (Rupees Thirty Three Lakh Sixty Five Thousand only) each.
Manpower Services or Operation/ Maintenance of Hydro- Mechanical Equipments.
(iii) The bidder should be registered for execution of work with any Govt. Depts i.e., Central Govt./ State Govt./ PSU
OR MSMED Act 2006/ NSIC or under Shop & Establishment Act/ Companies Act or should have successfully
executed works in NHDC during last seven years as on last date of month previous to the month of issue of NIT.
(iv) The bidder should be registered with EPF organization.
(v) The bidder should be registered with ESIC.
(vi) The bidder should be registered with Central Excise Deptt., GoI for payment of Service Tax.
(vii) The bidder should have a valid Permanent Account Number (PAN) allotted to the firm/proprietor.
3. The details/ information regarding online tendering i.e. Registration on CPP Portal, Preparation of
Bid and Submission of bid are available in the tender document. NHDC reserves the right to reject any
or all tenders and shall not be bound to assign any reason for such rejection.
For and on behalf of N H D C
Sd/-
Sr. Manager (P&C)
Contract Wing

INDIRA SAGAR POWER STATION


N H D C OFFICE COMPLEX, NARMADA NAGAR, DIST. KHANDWA (MP) 450119
TEL: 07323 284385/284442 FAX: 07323 284442/284086
Corporate Identity No.(CIN): U31200MP2000GOI014337
INDEX

Page No.
SL. Total
Description
No. From To Pages

1 Front Cover (i) (i) 1

2 NIT (ii) (iii) 2

3 Index of Tender Document (iv) (iv) 1


Section - 0
4 ITB 0 ITB 15 16
Instructions to Bidder
Section - I
5 IFB 0 IFB 2 3
Information for Bidder
Section - II
6 TCC 0 TCC 17 18
Terms & Conditions of Contract
Section - III
7 SoW 0 SoW 24 25
Scope of Work
Section - IV
8 TF&S 0 TF&S 29 30
Tender Forms and Schedules
Total Pages of Tender Document 96

(iv)
SECTION 0
INSTRUCTIONS TO BIDDER

ITB-Page 0 Instruction to Bidders


Section-0
Instructions to Bidders
A. GENERAL:
1.1 Online bids under two envelope/cover system is hereby invited on behalf of NHDC Ltd. (A Joint
Venture of NHPC Ltd. & GoMP) (hereinafter referred to as Corporation/ Employer) for
Operation and Maintenance of Hydro-Mechanical Equipments at Indira Sagar Power
Station, Narmada Nagar, Distt. Khandwa (M.P). Tender forms can also be downloaded
from www.eprocure.gov.in/eprocure/app.
This section of the bidding documents provides the information necessary for bidders to
prepare online responsive bids, in accordance with the requirements of the Corporation/
Employer. It also provides information on online bid submission, opening, evaluation and
contract award.
Matters governing the performance of the Contractor, payments under the contract or matters
affecting the risks, rights and obligations of the parties under the contract are not normally
included in this section, but instead under Terms and Conditions of Contract.
1.2 INSTRUCTIONS FOR ONLINE BID SUBMISSION:
The bidders are required to submit soft copies of their bids electronically on the Central Public
Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given
below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
1.2.1 REGISTRATION:
(i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal by using the Click here to Enroll option available on the home
page. Enrolment on the CPP Portal is free of charge.
(ii) During enrolment /registration, the bidders should provide the correct/true information
including valid email-id & mobile no. All the correspondence shall be made directly
with the contractors/bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III
Certificates with signing key usage) is mandatory which can be obtained from
SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on
eToken/ SmartCard.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid
Digital Signature Certificate with their profile.
(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure
that they do not lend their DSCs to others which may lead to misuse and should
ensure safety of the same.
(vii) Bidders can than log into the site through the secured login by entering their userID /
password and the password of the DSC / eToken.
1.2.2 PREPARATION OF BIDS
(i) For preparation of bid, Bidders shall search the tender from published tender list
available on site and download the complete tender document and should take into
account corrigendum if any published before submitting their bids.
After selecting the tender document same shall be moved to the My favourite
folder of bidders account from where bidder can view all the details of the tender
document.

ITB-Page 1 Instruction to Bidders


(ii) Bidder shall go through the tender document carefully to understand the documents
required to be submitted as part of the bid. Bidder shall note the number of covers in
which the bid documents have to be submitted, the number of documents - including
the names and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the bid.
(iii) Any clarifications if required then same may be obtained online through the tender
site, or through the contact details given in the tender document.
(iv) Bidders should get ready in advance the bid documents to be submitted as indicated
in the tender document/schedule in PDF/xls/rar/zip/dwf formats. If there is more than
one document, they can be clubbed together using zip format.
(v) Bidders can update well in advance, the documents such as experience certificates,
annual report, PAN, TIN, EPF, ESIC, other details etc., under My Space option,
which can be submitted as per tender requirements. This will facilitate the bid
submission process faster by reducing upload time of bids.
1.2.3 SUBMISSION OF BIDS
(i) Bidder should log into the site well in advance for bid submission so that he/ she
upload the bid in time i.e. on or before the bid submission time.
(ii) Bidder should prepare the Tender Fee and EMD as per the instructions
specified in the NIT/ tender document under Clause No. 13.0 of ITB. The
originals should be submitted to the Tender Inviting Authority, on or before
the last date & time of bid submission. Otherwise the uploaded bid will be
rejected. Bidder should send the EMD & Tender fee through Indian postal Service/
Courier services (at present only Madhur Courier and Reliance Courier services are
available at Narmada Nagar).
Micro and Small Scale Enterprises (MSEs) under their single point Registration
Scheme for the goods/ services at NSIC or District Industries Centre (DIC) or Khadi &
Village Industries Commission (KVIC) or Khadi & Village Industries Board (KVIB) or
Coir Board or Directorate of Handicrafts & Handlooms or any other body specified by
Ministry of MSME or MSEs having Udyog Aadhar Memorandum for
stores/works/services shall be provided benefits as per the Public Procurement Policy
for Micro and Small Scale Enterprises (MSEs) Order 2012.
Eligible MSEs are exempted from furnishing the Bid Security Deposit/ EMD and tender
fee. They should furnish with the bid a notarized copy of valid registration certificate/
Entrepreneurs memorandum (EM-II) details/Udyog Aadhar Memorandum/other
relevant documents issued by above board/body in their favour, for the goods/
services covered under this tender document, in the Office of the tender inviting
authority on or before the due date and time of submission of EMD and tender
fee. No other bidders are exempted from furnishing the Bid Security
Deposit/ EMD and Tender Fee as mentioned above.
Bids received unaccompanied by either an acceptable EMD or a photocopy of valid
certificate of registration under MSME shall be rejected as being non responsive and
returned unopened to the bidders. NHDC shall not be responsible for any delay or
loss due to postal or courier services.
The details of the DD/BC/BG or registration under MSMEDA Act2006/NSIC, physically
sent, should tally with the details available in the scanned copy uploaded during bid
submission time otherwise the uploaded bid will be rejected.
(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP
portal) and accepts the same in order to proceed further to submit their bid.
(iv) Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and
enter details of the DD/BC/BG.
(v) Bidder shall digitally sign and upload the required bid documents one by one as
indicated in the tender document.

ITB-Page 2 Instruction to Bidders


(vi) Bidders shall note that the very act of using DSC for downloading the tender
document and uploading their offers is deemed to be a confirmation that they have
read all sections and pages of the tender document without any exception and have
understood the complete tender document and are clear about the requirements of
the tender document.
(vii) Bidder shall note that each document to be uploaded for the tender should be less
than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and
the same can be uploaded. For the file size of less than 1 MB, the transaction
uploading time will be very fast.
(viii) Utmost care shall be taken for uploading Schedule of quantity & Price and
any change/ modification of the price schedule shall render it unfit for
bidding.
Bidders shall download the Schedule of quantities & Prices i.e. Schedule-A,
in XLS format and save it without changing the name of the file. Bidder
shall quote their rates both in figures and words in white background cells,
thereafter save and upload the file in financial bid cover (Price bid) only. If
the Schedule of Quantity & Price file is found to be modified by the bidder,
the bid will be rejected.
The bidders are cautioned that uploading of financial bid elsewhere i.e.
other than in cover 2 will result in rejection of the tender.
(ix) Bidders shall submit their bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per Server
System Clock). The TIA will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders at the eleventh
hour.
(x) After the bid submission (i.e. after Clicking Freeze Bid Submission in the portal), the
bidders shall take print out of system generated acknowledgement number, and keep
it as a record of evidence for online submission of bid, which will also act as an entry
pass to participate in the bid opening.
(xi) Bidder should follow the server time being displayed on bidders dashboard at the top
of the tender site, which shall be considered valid for all actions of requesting, bid
submission, bid opening etc., in the e-tender system.
(xii) All the documents being submitted by the bidders would be encrypted using PKI
(Public Key Infrastructure) encryption techniques to ensure the secrecy of the data.
The data entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured Socket Layer
128 bit encryption technology.
2.0 QUALIFYING CRITERIA
2.1 The bidders must fulfill the following minimum Qualifying Criteria: -
A. The eligible firms shall have average annual turnover during last three financial years
ending 31st March 2016 not less than ` 25.24 Lakh.
B. The bidder should have experience of having successfully completed similar works in any
Govt. Deptt./ PSU during last seven years ending last day of month previous to the month
of issue of NIT should be either of the following:
a) Three similar completed works costing not less than the amount equal to ` 33.65 Lakh
each.
b) Two similar completed works costing not less than the amount equal to ` 42.06 Lakh
each.
c) One similar completed works costing not less than the amount equal to ` 67.30 Lakh.

ITB-Page 3 Instruction to Bidders


Similar works means Manpower Services or Operation/ Maintenance of Hydro-
Mechanical Equipments.
C. The bidder should be registered with any Govt. Depts i.e., Central Govt./ State Govt./ PSU OR
Registered under MSMED Act 2006/NSIC OR registered under Shop & Establishment Act/
Companies Act OR should have successfully executed works in NHDC during last seven years
ending last day of month previous to the month of issue of NIT.
D. The bidder should be registered with EPF organization.
E. The bidder should be registered with ESIC.
F. The bidder should be registered with Central Excise Deptt., GoI for payment of Service Tax.
G. The bidder should have a valid Permanent Account Number (PAN) allotted to the
firm/proprietor.
2.2 The bidder shall furnish legible Scanned Copies for documentary proof as below for fulfilling
qualifying criteria as above failing which his offer shall be summarily rejected. Illegible documents
shall not be considered for evaluation of bid.
(i) Scanned Copies of Audited Balance Sheet and Profit & loss account/ Certificate from
Chartered Accountant for last three years ending 31st March 2016.
(ii) Scanned Copies of work orders and their successful completion certificate. Following shall
be clearly mentioned in the experience certificate:
(a) Dispatch No. and date.
(b) Name of work.
(c) Name of contractor.
(d) LOA/ Agreement No. and date of issue.
(e) Time period of work/ completion date.
(f) Amount of work.
(g) Seal, sign and designation of issuing authority.
(iii) Scanned Copy of registration certificate with any Govt. Depts i.e., Central Govt./ State
Govt./ PSU OR MSMED Act 2006/ NSIC OR Shop & Establishment Act/ Companies Act OR
completion certificate for successful execution of works in NHDC during last seven years.
(iv) Scanned Copy of registration certificate with EPF organization.
(v) Scanned Copy of registration certificate with ESIC.
(vi) Scanned Copy of registration with Central Excise Deptt., GoI for payment of Service Tax.
(vii) Scanned Copy of Permanent Account Number (PAN).
2.3 In case where audited results for the immediate preceding years are not available, then a
scanned copy of Statement of Account as on the closing date of immediate preceding Financial
Year depicting the Turnover, Net worth & Profitability duly certified by their Chartered
Accountant/ Certified Public Accountant (performing the audit of the company) shall be
submitted. Necessary evidence regarding the appointment of auditors shall also be submitted
alongwith the bid.
2.4 The bidder should not have been banned/ delisted/ blacklisted/ debarred from business by any
PSU/ Govt. department during last 3 years on the grounds mentioned in clause 26.0 of ITB,
self-declaration in this regard is to be provided as per Annexure VI of Section IV, TF&S.
3.0 Offer from Joint Venture firms shall not be considered.
4.0 SITE VISIT:
4.1 The bidders in their own interest at their cost are advised to visit, inspect and examine the
site and its surroundings and satisfy themselves including prevailing rules, regulations/
directions of the local authorities/ State Government, that may be necessary for preparing the
bid and execution of the contract, before submitting their Bids in respect of the Site
Conditions including access to the site, availability of land, water, power and other facilities,
Source and extent of availability of suitable materials including water etc. and labour,
including but not restricted to any other conditions which may influence or affect the work or
cost thereof under the contract. No extra charges consequent upon lack of any information/
knowledge and understanding shall be entertained or payable by the Corporation.

ITB-Page 4 Instruction to Bidders


4.2 The bidders should note that information, if any, with regard to the site and local conditions,
as contained in this Bid document has been given merely to assist the bidders and is not
warranted complete in all respects. The bidder should ascertain all other information
pertaining to and needed for the work including information regarding the risks, contingencies
and other circumstances which may influence or affect the work or the cost thereof under this
contract.
4.3 All the temporary services/arrangements shall be made by Contractor at no extra cost to
Corporation.
4.4 The bidders are advised to contact the Sr. Manager (P&C), ISPS, NHDC for site visit at the
following address:
O/o Sr. Manager (P&C),
NHDC Ltd.,
Indira Sagar Power Station,
Narmada Nagar,
Distt. Khandwa (M.P.)
Phone: 07323-284385, 284442.
5.0 Cost of Bidding:
The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the
Employer will, in no case, be responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
B. BIDDING DOCUMENTS
6. 0 Content of Bidding Documents:
6.1 The set of bidding documents comprises the documents listed below and corrigenda/ addenda
if any, issued in accordance with the tender document.
Section-0 : Instructions to Bidders.
Section-I : Information for Bidders.
Section-II : Terms & Conditions of Contract (TCC).
Section-III : Scope of Work.
Section-IV : Tender Forms and Schedules (TF&S)
6.2 The bidder is expected to examine carefully all instructions, Forms, Schedule of Quantities &
Prices, qualification criterion, information and other schedules, General and Special conditions
of contract, specifications and drawings in the Bid Document. Failure to comply with the
requirements of Bid Documents shall be at the bidders own risk. Pursuant to Clause 20.0
hereof, bids, which are not substantially responsive to the requirements of the Bid Documents,
shall be rejected.
7.0 Clarification of Bidding Documents:
7.1 A prospective Bidder requiring any clarification of the bidding documents may notify the
Employer in writing at least 07 (seven) days before the last date of submission of the tender.
The Corporation will respond in writing to any request for clarification or modification of the
tender document, if considered necessary, at its sole discretion.
7.2 The Corporation shall not be bound to respond to the request from the prospective bidders and
this shall not become the reason for claiming extension of the deadline for the submission of
the tenders.
7.3 Verbal clarification and information given by the Corporation or its any employee(s) or his
representative(s) shall not in any way be binding on Corporation and/ or bidder.
8.0 Amendment of Bidding Documents:

ITB-Page 5 Instruction to Bidders


8.1 Before the deadline for submission of bids, the Employer may for any reason, whether at its
own initiative, or in response to a clarification regulated by a prospective bidder, amend/
modify the bidding documents by issuing addenda/ corrigenda.
8.2 Any addendum/corrigendum thus issued shall be part of the bidding documents and shall be
published on CPP Portal. Bidders are required to acknowledge the receipt of any such
amendment from the CPP Portal/ NHDC website. It will be presumed that the amendment has
been accepted and the information contained therein has been taken into account by the
bidder in the bid.
The bidders are requested to see the website once again before the due date of tender
opening to ensure that they have not missed any corrigendum/ addendum uploaded against
the said tender after downloading the tender document. The responsibility of downloading the
related corrigendum/ addendum, if any, will be of the downloading parties.
No separate intimation in respect of corrigendum/ addendum to this tender, if any, will be sent
to tenderer(s) who have downloaded the documents from website.
8.3 To give prospective bidders reasonable time in which to take an addendum/ corrigendum into
account in preparing the bid, the Corporation may, at its discretion, extend the deadline for the
submission of the tender.
8.4 The Corporation reserves the right to itself to postpone and/ or extend the date of receipt or to
withdraw the bid notice, without assigning any reason thereof entirely at its discretion. In such
an event bidders shall not be entitled to any compensation in any form whatsoever.
C. PREPARATION OF BIDS:
9.0 Language of Bid
9.1 The bid and all documents shall be in English and correspondence relating thereto shall be
written in the English/ Hindi language. Supporting documents and printed literature in any
other language shall be accompanied by an appropriate translation to the English/ Hindi
language.
9.2 For the purpose of interpretation of the tender clauses, the English version shall prevail.
10.0 Document comprising the Bid:
10.1 The tender shall be submitted online in two cover system duly scanned and digitally signed by
the authorized representative of the bidder as follows:
(A) COVER-1 (TECHNO-COMMERCIAL BID)
Online bids should be submitted containing scanned copy of following document in
Cover-1.
i) Tender fee as per Clause No. 13.0 of ITB.
ii) Earnest Money Deposit as per Clause No. 13.0 of ITB.
iii) Pursuant to Clause 17.1.1 to 17.1.4, Authorization/ Power of Attorney in favour of
authorized signatory for signing of documents and online submission of bid having the
following information:
Name & Address of authorized signatory:-
Attested signature of authorized signatory:
Telephone/ Fax No.:-
Mobile No.:-
E-mail ID:-
iv) The bidders or his authorised representative shall sign and upload all the documents,
owning responsibility for their correctness/ authenticity and submit Declaration in respect
of acceptance of terms and conditions of tender document as per Annexure-II of Section-
IV, TF&S.

ITB-Page 6 Instruction to Bidders


v) All Documents establishing conformity to the Qualifying Criteria as mentioned at Clause
2.0 above.
vi) Partnership deed in case of partnership firm, Memorandum and Articles of Association in
case of limited Company and Power of Attorney in favour of authorized signatory.
vii) Duly filled Warranty Form as per Annexure I Section-IV, TF&S.
viii) Dully filled and signed Electronic Clearing System form along with cancelled cheque as per
Annexure III Section-IV, TF&S.
ix) Dully filled and signed Format for Declaration/Undertaking for Applicability of Provisions of
Micro and Small Enterprises under MSMEDA 2006 as per Annexure IV Section-IV, TF&S.
Note: Please note that without documentary evidence appended with the
Techno-commercial offer (Cover-1), the status of applicability of MSMEDA act
shall be treated as Not Applicable.
x) Duly filled and signed Certificate under Fraud Prevention Policy of NHDC Ltd. as per
Annexure V of Section-IV, TF&S.
xi) Duly filled and signed Declaration by Bidder as per Annexure VI of Section-IV, TF&S.
xii) Experience details and Financial Data as per Annexure VII of Section-IV, TF&S along
with supporting documents establishing fulfillment of qualifying requirement.
xiii) Declarations as per Annexure-VIII of Section-IV, TF&S.
The bidders are cautioned that divulging of any price information in Cover- 1
(Techno commercial Bid) will result in rejection of the tender.
If the Cover 1 i.e. technical bid does not contain any of the above mentioned documents or
does not meet the minimum qualifying criteria as given in clause 2 above, then the offer shall
be deemed liable to rejection/ disqualification. The respective Cover 2, i.e. Price Bid of the
technically disqualified offers shall be rejected without opening.
(B) COVER-2 (PRICE BID):
The Cover-2 i.e. Schedule of price bid (placed at Schedule-A of Section IV) in the form of
BOQ_XXXX .xls should be filled and uploaded to CPP-Portal in conformity with the tender
specification on the portal only. Unit of Measurement (UOM) is indicated in the e-tender form.
Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender form/tender
document.
Bidders shall download the Schedule of quantities & Prices i.e. Schedule-A of Section - IV in
XLS format and save it without changing the name of the file. Bidder shall quote their rates in
figures in green background cells, thereafter save and upload the file in financial bid cover
(Price bid) only. If the Schedule of Quantity & Price file is found to be modified by the bidder,
the bid will be rejected.
10.2 The bidder is advised to avoid offering of rebate/discount. However in case of exceptional
circumstances, the rebate/ discount offered by the bidder should be only in the Price bid i.e.
Schedule of Quantities & Prices itself. The rebate/ discount offered anywhere else shall not be
considered for the purpose of the evaluation of bids. The bidder should offer the rebate on a
percentage basis applied uniformly to all the Unit rate of the Schedule of Quantities & Prices
except those, which have been stipulated by the Corporation.
10.3 The Cover-1 & 2 shall together constitute the Complete Bid.
11.0 Bid Prices:
11.1 The quoted rates in the Schedule of Quantities & Prices Schedule-A shall be inclusive of all
prevalent applicable taxes including Service Tax, licenses, duties, levies, Employees State
Insurance Contribution, charges for materials, labours, transportation of consumables etc. and
other charges as levied by various agencies/ authority of Central Govt./ State Govt./ Local
bodies, as applicable 28 days prior to deadline for submission of bids and any increase thereon
during the currency of the contract. The Corporation shall not provide any declaration form to
the Contractor for availing Concessional Tax etc. The rates shall be quoted accordingly.
Successful bidder is required to obtain Employee State insurance Policy for all
personnel deployed under this contract.

ITB-Page 7 Instruction to Bidders


All applicable taxes/duties including Service Tax as applicable and assessed on the
Employer shall also be included in the prices/ rates, which shall be deducted from
the Contractor and deposited to the concerned authority by the Employer.
11.1.1 However, increase in rate of service tax or introduction of new tax imposed after the above-
stipulated date shall be considered for reimbursement/ recovery against production of
documentary evidence of its payment. Change in nomenclature of any existing taxes, duties,
etc. shall not be construed as a new tax for the purpose of reimbursement. If rate of service
tax or statutory obligations decreases during currency of the contract, then benefit shall accrue
to NHDC.
11.1.2 Bidders are advised to carefully read Scope of Work and Schedule of Quantities &
Prices to ascertain the minimum requirement of manpower, material, machinery etc. for
successful execution of each Item of the work and quote rates accordingly.
11.1.3 The quoted rates shall be inclusive of expenses on account of various tests to be
carried out for maintaining quality at site, mix design concrete, if any and any other
charges.
11.2 The rates shall only be quoted in Indian Currency and if quoted in other currency, the offer will
be liable to be rejected.
12.0 Bid Validity:
12.1 Bids shall remain valid for a period of 180 days from the date of opening of the techno-
commercial bids. A bid valid for a shorter period may be rejected by the Corporation as being
non responsive.
12.2 In exceptional circumstances, prior to expiry of the original tender validity period, the
Corporation may request the bidder, in writing, for a specified extension in the period of the
validity. The bidder may refuse the request without forfeiting its EMD (bid security). The bidder
agreeing to the request will neither be required nor be permitted to modify its bid.
12.3 The provisions regarding discharge and forfeiture of EMD shall continue to apply during the
extended period of tender validity.
13. 0 Tender Fee and Earnest Money:
13.1 TENDER FEE: - The Bidder shall have to deposit Non- Refundable Tender fee of ` 1000.00
(Rupees One Thousand Only) in form of DD/Bankers cheque in favor of NHDC Ltd.
payable at State Bank of India (Code no. 8522), Narmada Nagar, Dist- Khandwa (MP).
Small Scale Units registered under MSMEDA 2006 or with National Small Industries Corporation
(NSIC) under their single point registration scheme for stores/works are exempted from
furnishing tender fee.
13.2 The Bidder shall deposit EMD of ` 1,68,000/- (Rupees One Lakh Sixty Eight Thousand
only) in the form of
Crossed Bank Demand Draft/ Bankers Cheque drawn in favour of NHDC Ltd., preferably
payable at SBI, Branch Narmada Nagar (branch code 08522), OR
BG issued by any Nationalised Bank or Scheduled Bank of India duly endorsed in favour of
NHDC Ltd. in the format prescribed in Section-IV, TF&S.
Earnest money up to Rs 50,000/- shall be deposited in the form of Bankers Cheque/ Crossed
Demand Draft as stipulated above and if EMD is in excess of Rs.50,000.00 it may be deposited
either in the form of Bankers Cheque / Crossed bank draft or in the form of Bank Guarantee
(BG) issued by an Indian nationalized bank or any scheduled bank of India as per format
appended in the Section-IV, Tender Forms & Schedules of Tender Documents.
Earnest money, if submitted by the bidder in the form of Bank Guarantee, the original Bank
Guarantee (valid for at least 11 months) shall be submitted in the office of Tender Inviting
Authority on or before last date of submission of bid. However, the issuing bank shall submit

ITB-Page 8 Instruction to Bidders


an unstamped duplicate copy of Bank Guarantees directly by registered post (A.D.) to the
employer (authority inviting tenders) with a forwarding letter.
Eligible MSEs registered under MSMEDA 2006/ NSIC are exempted from furnishing the EMD
and tender fee. They should furnish with the bid a notarized copy of valid registration
certificate/ Entrepreneurs memorandum (EM-II) details/Udyog Aadhar Memorandum/ other
relevant documents issued by above board/body in their favour for the works/ services covered
under this tender document. No other bidders are exempted from furnishing the Bid
Security Deposit/ EMD and Tender Fee as mentioned above.
It is the sole responsibility of the bidder to ascertain whether registration
certificate issued to him under MSMEDA 2006 is applicable for the works/ services
covered under this tender document.
13.3 Any Bid not accompanied with proper EMD shall be rejected summarily as being non-
responsive and their price bid (Cover - 2) will not be opened.
13.4 Earnest Money of bidders who are not qualified for opening of price bid shall be returned,
without any interest, within 30 days after such notification. The Earnest Money of all the
unsuccessful bidders whose price bid has been opened will be returned, without any interest,
within 30 days of notification of the award of contract to the successful bidder.
13.5 The Bidders shall not be entitled, during the period of validity of their offers without the
consent in writing of the Corporation, to revoke or withdraw their bids or change in any
respect of their offer or any terms and conditions thereof. In case of a Bidder revoking or
withdrawing his Bid or changing any terms and conditions in regard thereto without the
consent of the Corporation in writing during the period of validity of his offer, the Corporation
may at his discretion, forfeit the Bid Security furnished by the Bidder along with his offer.
13.6 The Earnest Money may be forfeited:
a) if the Bidder withdraws the Bid after bid opening (technical bid) during the period of Bid
validity; or
b) If a bidder fails to accept rectification of arithmetical errors noticed by the Corporation or
c) if the Bidder adopts corrupt/ fraudulent /collusive/ coercive practices or
d) in the case of a successful Bidder, if the Bidder fails within the specified time limit to
i. Refuse to accept the LOA or to sign the Agreement; and/or
ii. Furnish the required Performance Security Deposit.
In addition to this the bidder may at the discretion of the Corporation, be debarred from
bidding for a period as may be considered fit by the Corporation, against any bid that might be
invited by the Corporation in future. The Corporation will also be within its rights to circulate
the information at its discretion to other prospective corporations about the bidders conduct.
14.0 Format and Signing of Bid:
14.1 Bidders are advised to fill in the Price Schedules and Annexures, in respect of each and every
item by strictly following the instructions, foot notes etc. to facilitate the Corporation in speedy
evaluation of Bids, failure to do so may prevent the Bid from being considered by the
Corporation.
14.2 The bidders in their own interest are advised to be very careful while mentioning their rates in
price bid in electronic form.
15.0 Any deviation from terms & conditions of the tender document shall not be entertained.
Separate set of commercial conditions (such as Bidders standard printed conditions) enclosed
with the offer and any reference thereto may render the Bid liable to rejection.
D. SUBMISSION OF BIDS
16.1 On-Line Submission:

ITB-Page 9 Instruction to Bidders


The bid-submission would be online through the E-procurement portal
http://eprocure.gov.in/eprocure/app on or before the due date 03/07/2017 and time upto
04:30 PM. The Server Date & Time as appearing on the website
http://eprocure.gov.in/eprocure/app shall only be considered for the cut-off date and time for
submission of bids. Offers sent through post, telegram, fax, telex, e-mail, and courier or by any
other mode will not be considered. In case of date of opening is declared as holiday tender will
be opened on next working day at same time.
The Corporation may, in the exceptional circumstances and at its discretion, extend the
deadline for submission of bids by issuing an amendment, in which case all rights and
obligations of the Corporation and the bidders previously subject to the original deadline will
then be subject to the new deadline.
All documents specified in Clause. No. 2.2 hereinabove should be scanned, uploaded and
attached with the tender before schedule close of Bid Submission time.
16.2 Offline Submissions:
Hard copy of supporting documents in accordance with ITB clause 2 or relevant clause of ITB
forming part of techno-commercial bids viz. DD towards cost of bid document & DD/ BG
towards Bid Security, Power of Attorney etc. shall be submitted offline (i.e. physically) in
separate sealed envelope bearing on the top the reference of the Tender specification to Sr.
Manager (P&C), Indira Sagar Power Station, NHDC Office Complex, Narmada Nagar, Distt.
Khandwa (M.P.) on or before the due date & time of submission as per NIT.
If any discrepancy is found between Hard Copies of the offline document viz. DD towards cost
of bid document & DD/ BG towards Bid Security, Power of Attorney and scanned copy of same
uploaded online then the online bid shall be liable for rejection.
16.3 Special Note on Security of Bids:
The bid submitted by a Bidder is encrypted by a Symmetric Key which is again encrypted by
the public key of the tender opening officers. All such encryptions take place at the Bidders
end.
16.4 Bidders will not be able to submit their bids after the due date and time for submission of bids
has elapsed.
16.5 Modification, Substitution and Withdrawal of Bid:
16.5.1 The Bidder may choose to revise the Bids till the Bid submission deadline. For any Revision of
the Bid, the bidder has to submit it afresh. It should be noted that bid once withdrawn by the
bidder he cannot participate in same tender again.
16.5.2 By withdrawing bid from a tender till bid submission deadline, a bidder requests the Buyer
organization to ignore all his submissions, and to return his earnest Money Deposit (EMD)
forthwith as per the procedure of the organization.
16.6 Deadline for submission of Bids:
16.6.1 Bids must be received by the Employer at the address specified in the Invitation for Bids
(Notice Inviting e-Tender) not later than the time and date stated in the Invitation for Bids. In
the event of the specified date for submission of bids being declared a holiday for the
Employer, the bids will be received upto the appointed time on next working day.
16.6.2 The Employer may, at its discretion, extend this deadline for submission of bids by amending
the bidding documents in accordance with ITB Sub-clause no. 8, in which case all rights and
obligations of Employer and Bidders will thereafter be subject to the deadline as extended.
16.7 Late Bids:
Online submission of the bid will not be permitted on the portal after expiry of submission time
and the bidder shall not be permitted to submit the same by any other mode. Similarly hard
copies of the Offline documents, if received by the Employer after the deadline for submission

ITB-Page 10 Instruction to Bidders


of Bids prescribed in Invitation for Bids (Notice Inviting e-Tender), then it will be considered as
Late Bid notwithstanding the fact that the bidder has uploaded the bid online within the
stipulated deadline. In such a case, the uploaded online bid on the portal shall be considered
as non-responsive and shall not be processed further.
17.1 The Bid shall be submitted in the prescribed form and the same shall be signed properly as laid
down hereunder:
17.1.1 If the Bid is submitted by an individual, it shall be signed by the proprietor above his full name
and full name of his firm with its current business address.
17.1.2 If the Bid is submitted by a proprietary firm, it shall be signed by the proprietor above his full
name and full name of his firm with its current business address.
17.1.3 If the Bid is submitted by a firm in partnership, it shall be signed by all the partners of the firm
above their full names and current business addresses, or by a partner holding the power of
attorney for the firm by signing the Bid in which case a certified copy of the power of attorney
shall accompany the bid. A certified copy of the partnership deed and current business
addresses of all the partners of the firm shall also accompany the bids.
17.1.4 If the Bid is submitted by a Limited Company or a Corporation, it shall be signed by a duly
authorized person holding the power of attorney for signing the Bid in which case a certified
copy of the power of attorney shall accompany the bid. Such limited Company or Corporation
may be required to furnish satisfactory evidence of its existence before the Contract is
awarded.
17.2 All witness and sureties shall be persons of status and their full names, occupations and
addresses shall be stated below their signatures. All signatures affixed on each page in the Bid
will be dated.
E. BID OPENING AND EVALUATION
18.0 Bid Opening
18.1 The Corporation/ Authority inviting Tender will open the online bids received upto last date &
time of submission of bid in the presence of the bidders/ bidders representatives who choose
to attend at the time, date and place specified in the NIT. In the event of the specified date
for the submission of bids being declared a holiday for the Corporation, the Bids will be opened
at the specified time and location on the next working day.
18.2 Initially, the Techno-Commercial Bid shall be opened consisting of online and offline
submissions and the Price Bid of only those bidders whose techno-commercial bid is
acceptable to the Employer shall be opened online subsequently.
The date, time and place of opening of financial bids shall be informed through above
mentioned web site to the bidders whose Techno-commercial bids are found responsive.
Tenderer or their representative may chose to attend opening of online financial bids.
19.0 Process to be Confidential
Information relating to the examination, clarification, evaluation, and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced.
No bidder shall contact any employee of the Corporation, except when requested in writing, on
any matter relating to the tenders, from the time of opening of the tenders till the time the
contract is awarded.
Any attempt by a Bidder to influence the Employers in the process of examination,
clarification, evaluation and comparison of tenders, and in decisions concerning award of
contract, may result in rejection of the bidder's tender.
20.0 Examination of Bids and Determination of Responsiveness

ITB-Page 11 Instruction to Bidders


20.1 During the detailed evaluation of Techno-commercial Bids, the Corporation will determine
whether each Bid:
(a) meets the qualifying criteria;
(b) is accompanied by the required securities; and
(c) is substantially responsive to the requirements of the bidding documents. The Corporations
determination of bids responsiveness shall be based on the contents of the bid itself without
recourse to extrinsic evidence. During the detailed evaluation of the Financial Bids, the
responsiveness of the bids will be further determined with respect to priced schedule of
quantity and price.
20.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and
specifications of the bidding documents, without material deviation or reservation. The bid that
does not meet minimum acceptable standards of completeness, consistency and details will be
rejected for non-responsive.
20.3 If a Bid is not substantially responsive, it will be rejected by the Corporation, and may not
subsequently be made responsive by correction or withdrawal of the nonconforming deviation
or reservation.
20.4 The Corporation may waive any minor informality/non-conformity/irregularity in a bid that does
not constitute material deviation and that does not prejudice or affect the relative ranking of
any bidder as a result of evaluation.
20.5 If the present performance of the bidder in a current contract for any work is unsatisfactory as
certified by the project authority of the relevant project, the offer of the bidder will be
summarily rejected without assigning any reasons thereof.
20.6 Conditional offers are liable for rejection.
21.0 Clarification of Tenders:
21.1 To assist in the examination, evaluation and comparison of tenders, the Corporation may ask
the bidders individually for clarification of their tenders.
21.2 The request for clarification and their response shall be in writing, but no change in the price
or substance of the tender shall be sought, offered or permitted except as required to confirm
the correction of arithmetical errors discovered by the Corporation during the evaluation of the
tenders.
21.3 The bidder shall promptly provide all necessary information and documents to be submitted to
the Corporation during evaluation of its tender. Failure to provide correct and timely
information, concealment of material facts regarding litigation history and arbitration
proceedings etc. having a material bearing on the evaluation process may render its tender
being treated as non-responsive and will be liable to rejected summarily.
22.0 Evaluation and Comparison of Bids
22.1 The Corporation will evaluate and compare only the bids determined to be substantially
responsive to the requirements of the tender document.
22.2 In evaluating the bids, the Corporation will determine for each Bid, the evaluated Bid price by
adjusting the Bid price by making correction, if any. The bidder shall submit rate analysis of
quoted price if so desired by the Corporation.
22.3 The bid(s) shall be evaluated in two stages:
i) Techno-commercial evaluation
ii) Financial evaluation
22.4 Only those bidders shall be considered qualified by the Corporation, who submit requisite EMD
and documents, accept all the terms & conditions of the Tender document unconditionally, and
meet the qualifying requirement stipulated in the Tender document. The decision of the
Corporation shall be final and binding in this regard.

ITB-Page 12 Instruction to Bidders


22.5 The bidders whose bid(s) meets the qualifying criteria and are found to be techno-
commercially acceptable shall be considered for further evaluation. Bid(s) not fulfilling the
techno-commercial requirement of the tender shall be considered non-responsive and rejected
and Cover-2 i.e. Price Bid of such bidder shall not be opened.
22.6 The Price bid(s) of the prospective bidders, who fulfils the techno-commercial requirement of
the bid(s), shall be evaluated further. Evaluation of bid price shall be done on the basis of
quoted total Lump sum cost of the work. The tender shall be awarded on single tender
responsibility basis.
22.7 If the Total Amount of Bid offered is less than the Amount for wages for 24 Months worked
out from the Column No. 8 of Annexure-I of TF&S plus Service Tax, then the bid shall be
treated as non-workable and non-responsive and summarily rejected. Offers of remaining firms
shall be considered for further evaluation.
23.0 Award Criteria
The Corporation will award the Contract to the Bidder whose Bid has been determined to be
substantially responsive to the bidding documents and who has offered the lowest total
evaluated Bid price for the work, provided that such Bidder has been determined to be eligible
and the total evaluated Bid Price is within a reasonable variation of the estimated amount of
Work.
Normally the tender will be accepted of that bidder whose quoted total Bid price is found to be
lowest but NHDC is not bound for such acceptance and reserves the right to accept or reject
any offer without assigning any reason thereof. Bidder shall have no objection to such rights of
NHDC.
24.0 Corporations Right to Accept or Reject Bids
The Corporation reserves the right to accept or reject bid, and to cancel the bidding process
and reject all bids, at any time prior to the award of Contract, without thereby incurring any
liability to the affected bidder or bidders or any obligation to inform the affected bidder or
bidders of the grounds for the Corporations action.
25.0 Notification of Award and Signing of Agreement.
25.1 The bidder whose bid has been accepted will be notified of the award by the Corporation prior
to expiration of the Bid validity period through the Letter of Award, which will state the sum
that the Corporation will pay to the Contractor in consideration of the execution, completion by
the Contractor as prescribed in the Contract.
25.2 The notification of award will constitute the formation of the Contract until the Formal
Agreement is signed.
25.3 Within Thirty (30) days of the issue of Letter / Notification of Award, the successful bidder
shall execute the Agreement on the non- judicial stamp paper of requisite value as per the
format enclosed with this Section. The expenses of completing and stamping the original
agreement and copies shall be borne by the Contractor.
The successful bidder shall attend the office of the Sr. Manager (P&C) for signing of the
contract agreement. The Agreement will incorporate all agreements between the Corporation
and the successful bidder.
Failure to comply with the provisions of signing of contract and furnishing the Initial Security
deposit shall constitute sufficient grounds for annulment of award.
25.4 Upon issuance of LOI/LOA to the successful bidder, the Corporation will return the Earnest
Money of the other Bidders informing that their Bids have been unsuccessful.
26.0 DETECTION & PREVENTION OF FRAUD AND ACTION THEREOF:
It is expected from the bidders that they will observe the highest standard of ethics during the
tendering process and execution of such contract in pursuance of Fraud Prevention policy and
furnish Certificate as per TF&S.
(a) For the purpose of this provision, the terms set forth below shall mean as under:

ITB-Page 13 Instruction to Bidders


(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 the Purchaser,
and includes collusive practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the
Purchaser of the benefits of free and open competition;
(iii) collusive practice means a scheme or arrangement between two or more bidders,
with or without the knowledge of the Purchaser, designed to establish bid prices at
artificial, non competitive levels; and
(iv) coercive practice means harming or threatening to harm, directly or indirectly, person
or their property to influence or affect the execution of a contract;
(b) A Bid may be rejected by the Purchaser if it is determined at any stage that the
respective Bidder has engaged in corrupt, fraudulent practice(s), collusive and coercive
practices in competing for the contract in question.
(c.) The Purchaser may declare a firm ineligible, either indefinitely or for a stated period of
time, if it at any time determines that the firm has engaged in corrupt, fraudulent
practice(s), collusive and coercive practices in competing for, or in executing, a
contract.
27.0 BANNING OF BUSINESS DEALINGS
It is not in the interest of NHDC to deal with Agencies who commit deception, fraud or other
misconduct in the tendering process. The grounds on which Banning of Business Dealings can
be initiated are as follows:
(i) If the security consideration, including questions of loyalty of the Agency to NHDC so
warrants;
(ii) If the director/ owner of the Agency, proprietor or partner of the firm, is convicted by a
court of law for offences involving moral turpitude in relation to its business dealings
with the Government or any other public sector enterprises, during last five years;
(iii) If business dealings with the Agency have been banned by the Department of Power,
Government of India;
(iv) If the Agency has resorted to corrupt, fraudulent practises including misrepresentation of
facts;
(v) If the Agency uses intimidation/ threatening or brings undue outside pressure on NHDC
or its official for acceptance/ performances of the hob under the contract;
(vi) If the Agency misuses the premises or facilities of the NHDC, forcefully occupies or
damages the NHDCs properties including land, water resources, forests/ trees of
tampers with documents/ records etc. (Note: The examples given above are only
illustrative and not exhaustive. The Competent Authority may decide to ban business
dealing for any good and sufficient reason).
The procedure for banning of Business Dealings shall be governed as per NHDCs Policy &
Procedure for Banning of Business Dealings enclosed in TF&S.
28.0 COURT OF COMPETENT JURISDICTION
Any action taken or proceedings initiated on any of the terms of this Agreement shall be only in
the Court of Competent Jurisdiction under the High Court of Madhya Pradesh at Jabalpur.
29.0 Check List

ITB-Page 14 Instruction to Bidders


The check list attached herein as Annexure IX of Section-IV, TF&S under shall be uploaded
only duly filled by bidders. Except the documents as mentioned in the Checklist, bidders shall
not submit any other document.
30. General Instructions:
30.1 The Bidder shall promptly check their e-mailbox registered with CPP Portal for receipt of any
information/clarification/ correspondence in respect of their bid. The Corporation shall not be
responsible for non-receipt/failure of e-mail to the bidders.
30.2 If any of the information furnished by the bidder is found to be incorrect, the Bid/ contract is
liable to be rejected / terminated and the EMD/ Performance Security will be forfeited.
30.3 Conditional offers are liable for rejection, in case the bidder does not withdraw the conditions
on request of the corporation within a reasonable period as decided by the Corporation.
30.4 Tenders from those tenderers who have not submitted their offer as per NIT will not be
considered.
30.5 Provisions of Employees State Insurance Act, 1948 has been brought in to force by Ministry of
Labour & Employment, Government of India from 1st September, 2016 for Khandwa District.
Successful bidder is required to obtain ESI policy for all personnel deployed under this contract.

ITB-Page 15 Instruction to Bidders


SECTION I
INFORMATION FOR BIDDER

IFB 0
SECTION - I
INFORMATION FOR BIDDER

1.0 INTRODUCTION

1.1 Location and Communication

1.1.1 The Indira Sagar Power Station is a multipurpose river valley project on the west flowing river
Narmada in Madhya Pradesh State. The Project is located at Narmada Nagar, which is about 10
km. from Punasa village situated in Khandwa district of Madhya Pradesh. The dam site lies on
longitude 76028 E and latitude 22017 N.

1.1.2 Indira Sagar Power Station is connected by all weather road from Dist. Headquarters at Khandwa
as well as other places like Indore and state capital Bhopal. The nearest railhead for Project is
Khandwa Railway Station, which lies between Bhusawal Itarsi broad gauge section of Central
Railway. The details of the places of importance in the vicinity of Project and its distance by road
are as under: -

SL. PLACE IMPORTANCE DISTANCE


1. KHANDWA DIST. HEADQUARTERS 65 KMS.
2. SANAWAD NEAREST RAIL HEAD (METER GAUGE) 50 KMS.
3. INDORE NEAREST AIRPORT 130 KMS.
4. BHOPAL STATE CAPITAL 200 KMS.
1.2 Project Background

1.2.1 The Indira Sagar Power Station is a multipurpose scheme on the Narmada River. The project is
providing irrigation benefits to the gross area of about 1.23 Lac hectares and has installed
capacity of 1000 MW electricity generation.

1.2.2 The Government of Madhya Pradesh had completed development of infrastructure facilities,
diversion of the river, part construction of the dam and powerhouse etc. for the Project. The
balance construction works of the power generation components viz. dam, power house and
water conductor system was transferred to N H D C Ltd., which is a Joint Venture of N H P C Ltd.
(A Govt. of India Enterprise) as a lead partner and Government of Madhya Pradesh as the other
partner. All construction works have been completed and power generation is in operation.

1.3 Project layout

The project mainly comprises of:

(i) A solid gravity concrete dam 653 m long and 92 m high, with gross storage capacity of
12.22 billion cubic meters, The dam axis is curved with radius of 880m.
(ii) A sub-surface power house on the right bank with installed capacity of 8 units of 125 MW
each.
(iii) Main irrigation canal 249 km. Long and having 160 cumecs capacity; and
(iv) Lift canals 83 Km long and having 31 cumecs capacity.

All the eight units of 125MW capacity each have been commissioned and are in operation. The
work of construction of canals is in progress under control of NVDA (GoMP).

2.0 HYDROLOGY

2.1 The catchments area of Narmada River up to Indira Sagar Power Station dam site is 61,642 Sq
km. The catchment area comprises of 23 sub basins covering the Narmada River and its 41
tributaries. The monsoon from June to September reportedly accounts for about 85 to 93
percent of the annual rainfall in different parts of the basin.

IFB 1
3.0 SEISMICITY

3.1 The Project falls in Zone-III of seismic zoning map of India as per IS: 1893-1975. The peak
horizontal and vertical ground acceleration due to earthquake will be considered as 0.12 g and 0.08
g respectively.

4.0 INFRASTRUCTURAL FACILITIES

4.1 All necessary approach roads to the dam site, colony internal roads residential buildings, office
buildings, rest houses, ITI building & hostels, welfare center, community hall, hospital building,
school buildings, transit hostels, shopping complexes etc. have been constructed at Narmada
Nagar. The works of Power Supply, water supply and other preferential works have been
completed.

5.0 PROJECT STAGE

The project is in the operation & maintenance stage and all the construction activities have been
completed.

6.0 CLIMATIC CONDITIONS

6.1 The project site is situated at an elevation of about 200 m above mean sea level. The power
house Equipment shall be housed in a sub surface power house with its bottom most point at an
elevation of 172.5 m. The weather conditions as existing at the site are given below: -
i) Maximum temperature of air (in shade) 480 C.
ii) Minimum temperature of air 90 C.
iii) Maximum temperature of river Water 360 C.
(for cooling purposes)
iv) Relative humidity a) minimum 19.5%
b) maximum 87.5%
v) Rainfall Data
Number of rainy days per year (ave) 47 Days
Average annual rainfall 1288.5 mm
Maximum rainfall 1878.8 mm
Minimum rainfall 603 mm
vi) Maximum wind speed 60 km/hr
vii) Terrain Plain
viii) Snow Incidence No snowfall at site
ix) Height above mean sea level 200-300 m

7.0 BIDDER TO GET THE DETAILS OF THE SITE

7.1 The Bidder shall make independent inquiry as to acquaint himself about the conditions and
circumstances affecting his bid estimate of executing the works as described. In assessing the
Bid, it will be deemed that the Bidder has inspected and examined the site, its surroundings and
has satisfied himself as far as practicable to the form and nature of the site, the means of
transport and access to the site, the accommodation he may require, the general labour position
at the site.

7.2 Failure by the Bidder to have done all the things, which in accordance with his condition he is
deemed to have done shall not relieve the successful Bidder of the responsibility for satisfactory
completion of the work as, required.

7.3 Access to the site will be granted, if necessary, to the intending Bidder by prior permission of the
Project.

IFB 2
SECTION II
TERMS AND CONDITIONS OF CONTRACT

TCC 0
TERMS & CONDITIONS OF CONTRACT

CLAUSE-1: DEFINITIONS
In the contract, the following expression shall, unless the context otherwise requires, have the meanings
thereby respectively assigned to them:
(i) Contract: means the document forming the tender, acceptance thereof and the formal agreement
executed between the NHDC Limited and the Contractor, together with documents referred to
therein.
(ii) Contract Price: means the amount arrived at by multiplying the quantities shown in the Bill of
Quantities by the respective item rates as allowed and included in the Letter of Acceptance.
(iii) Contractor: means the successful tenderer who is awarded contract to perform the work covered
under these tender documents and shall be deemed to include the contractor's successors,
executors, representatives or assigns.
(iv) Corporation or Employer: means the NHDC Limited having its registered office at NHDC Parisar,
Shyamla Hills, Bhopal (M.P.)-462013 and includes therein legal representatives, successors and
assigns.
(v) Day: means a calendar day beginning and ending at midnight.
(vi) Engineer-in-Charge/Engineer: means the Engineering Officer nominated by the Employer or its
duly authorised representative to direct, supervise and be incharge of the works for the purpose of
this contract.
(vii) General Manager or Chief Engineer: means the General Manager or the Chief Engineer of the
Employer, as the case may be.
(viii) Letter of Award or Acceptance: means a letter from the Employer/Engineer-in-Charge conveying
the acceptance of the tender/offer subject to such reservations as may have been stated therein.
(ix) Specifications: means the Technical specification of the Works included in the Contract and any
modification thereof or addition thereto made or submitted by the Contractor and approved by the
Engineer.
(x) Sub-contractor: means any person named in the Contract as a Subcontractor for a part of the
Works or any person to whom a part of the Works has been subcontracted with the consent of the
Employer and the legal successors in title to such person, but not any assignee of any such person.
(xi) Cost : means all expenditure properly incurred or to be incurred, whether on or off the Site,
including overhead and other charges properly allocable thereto but does not include any allowance
for profit.
(xii) Bill of Quantities or Schedule of Quantities & Prices: means the priced and completed bill of
quantities forming part of the Contract.
(xiii) Time for Completion: means the time for completing the execution of the Works or any Section
or part thereof as stated in the Contract calculated from the Commencement Date.
(xiv) Site: means the land and/or other places, on or through which the works are to be executed
including any other lands or places which may be allotted for the purpose of the contract.
(xv) Week: means seven consecutive calendar days.
(xvi) Work or Works: means Permanent Works and/or Temporary Works to be executed in accordance
with the Contract.
(xvii) Plant: means machinery, apparatus and like intended to form or forming part of Works.
CLAUSE-2: INTERPRETATIONS
2.1 Words imparting the singular only shall also include the plural; he includes she and vice versa unless
this is repugnant to the context. Unless specifically defined, words shall have normal meaning under
the language of Contract.

TCC 1
2.2 Heading and marginal notes in these Terms & Conditions shall not be deemed to form part thereof or
be taken into consideration in the interpretation thereof of the Contract.
2.3 Any error in description, quantity or price in Bill of Quantities or any omission there from shall not
vitiate the Contract or release the Contractor from execution of the whole or any part of the Works
comprised therein according to Scope of works & Specifications or from any of his obligations under the
Contract.
2.4 In the case of discrepancy between the Letter of acceptance issued by Employer, Terms & Conditions
of Contract, Technical Specifications, Scope of works and/or Bill of Quantities and other documents of
Contract the following order of precedence shall prevail:
a) Agreement
b) Letter of Acceptance/LOA issued by Employer;
c) Terms & Conditions of Contract;
d) Scope of Works;
e) Bill of Quantities;
f) Contractors Bid;
g) Any other document forming part of the Contract;
3. SECURITY DEPOSIT FOR PERFORMANCE
3.1 The contractor has to submit Security Deposit for Performance for an amount equal to Five (05)
percent of the contract value, within Thirty (30) days from the date of issue of Letter of
intent/award, in any one of the following forms:
(i) In the form of Crossed Bank Demand Draft/ Bankers Cheque drawn in favour of NHDC Ltd.,
preferably payable at SBI, Branch Narmada Nagar (branch code 08522), OR
(ii) In the form of Bank guarantee, from an Indian Nationalized Bank, or, State Bank of India, or, any
Scheduled Bank (provided such scheduled Bank certifies that the guarantees given are within the limits
prescribed by the Reserve Bank of India) as per the format prescribed, by way of guarantee, for the
due and faithful performance of the agreement and Letter of Intent/ Letter of Award along with the
other terms and conditions as mutually agreed to. Such guarantees shall be valid and binding,
notwithstanding such variations, alternations, or extensions of time as may be made, given, conceded
or agreed under these conditions, during the Ninety (90) days beyond the defect liability period of the
work. The Contractor shall, at his own cost, get the validity period of bank guarantee furnished by him,
extended from time to time, till extended defect liability period, if any, and shall furnish the
extended/revised Bank Guarantee to the Purchaser, one month before the expiry date of the original
bank guarantee, or any extension thereof. In case the Purchaser does not receive the extended/revised
Bank Guarantee within the specified period of one month, the Purchaser entirely at his discretion shall
be at liberty to encash the aforesaid bank guarantee. Bank Guarantee or extension thereof should reach
to the Engineer-in-Charge directly from issuing bank.
3.2 In case of non-submission of Security Deposit for Performance, same shall be deducted by the
Engineer-in-charge from the first account bill of the contractor @ Five (05) percent of the contract
value.
EMD shall be returned on submission of Security Deposit for Performance within Thirty (30) days
from the date of submission of Security Deposit for Performance.
3.3 Failure of the Contractor to submit Security Deposit for Performance shall constitute sufficient grounds
for cancellation of the award and forfeiture of the Earnest Money. He will also be debarred from
participating in bids invited by the Project for one year.
3.4 All compensation or other sums of money payable by the contractor under the terms of this contract or
any other contract or on any other account whatsoever may be deducted from and paid by NHDC out

TCC 2
of his security deposit. Also in the event of contractors security deposit being reduced by reasons of
such deductions, the Contractor shall, within 14 days of receipt of notice of demand from the Engineer-
in-charge, make good the deficit in the security deposit or it will be made good by deductions from his
subsequent RA bills /due payments.
3.5 In case the contract period is further extended resulting in increase in contract sum, the additional
security deposit @ 5% shall be deducted from subsequent RA bills during extended period. This
security amount deduction shall be in addition to the Performance Security Deposit furnished by the
contractor in accordance with the relevant clause.
4. REFUND OF SECURITY DEPOSIT
The security deposit shall be returned to the Contractor within 30 days after expiry of defect liability
period, provided the Engineer-in-charge is satisfied that there is no demand outstanding against the
Contractor, & fulfillment of all statutory liabilities by the Contractor. No interest shall be paid to the
Contractor on Security Deposit.
5. SUFFICIENCY OF TENDER: The Contractor shall be deemed to have satisfied himself before
tendering as to, the correctness and sufficiency of his tender for the works and of the rates quoted in
the schedule of Quantities and prices which shall (except as otherwise provided in the contract), cover
all his obligations under the contract and all matters and things necessary for the proper execution and
completion of the work in accordance with the provisions of the contract.
6. CONTRACT DOCUMENTS : The language(s) in which the contract documents shall be drawn up shall
be English and if the said documents are written in more than one language, the language according to
which the contract is to be construed and interpreted shall be English and designated as the 'Ruling
Language.'
The contractor shall be furnished; free of charge, certified true copies of the contract Documents. The
Contractor shall use none of these Documents for any purpose other than that of this contract.
7. TENDER PRICES
7.1 The prices as quoted in the Schedule of Quantities & Prices shall be inclusive of all prevalent
applicable taxes including Service Tax, licenses, duties, levies, Employees State Insurance
Contribution, charges for materials, labours, transportation of consumables etc. and other charges as
levied by various authorities and any increase thereon during the currency of the contract. The prices
shall be firm & fixed and no price variation or escalation shall be admissible under any circumstances.
However, if rate of service tax increases or a new tax or duty or levy (other than that existing on the
day 28 days preceding the stipulated last date for receipt of tenders) is imposed under a statute or law
during the currency of contract and the Contractor becomes liable to and actually pays the same, then
the Contractor shall immediately notify the Engineer-in-charge in this regard. The corporation will
reimburse the same to the Contractor on production of satisfactory proof of payment. If rate of service
tax or statutory obligations decreases during currency of the contract, then benefit shall accrue to
NHDC.
While quoting the rates, present market trend must be taken into consideration so as to ensure quality
rendering of services.
7.2.1 All applicable taxes/ duties including Service Tax as assessed on the Employer/
Corporation shall also be included in the prices/rates, which, shall be deducted from the
Contractor and deposited to the concerned authority by the Employer.
7.2.2 The contractor shall pay to the deployed personnel during the currency of contract at least minimum
wages as notified by the Chief Labour Commissioner (C.), Ministry of Labour & Employment, New Delhi
for Narmada Nagar region (Area - C) or by the Labour Commissioner, Indore whichever is higher, and
other statutory payments including Bonus plus additional compensation as given in Annexure-I. Same

TCC 3
shall continue to be in force till the additional compensation of individual person gets neutralized with
the increase in Minimum Wages.
Whenever there is an increase in Minimum Wages till neutralization of additional compensation, the
Employers Contribution to PF @ 13.36 % and ESIC @ 3.0% of increase in Minimum Wages w.r.t the
minimum wages mentioned in Annexure-I, shall only be reimbursed to the contractor.
Further, whenever there is an increase in Minimum Wages and/or Bonus, beyond the neutralization of
additional compensation, the same along with corresponding overhead @5% on increased minimum
wages only, employers contribution to PF @ 13.36% and ESIC @ 3.0% towards increased wages shall
be reimbursed to the contractor.
Vide the notification dated 06/10/2016 the Rule 51 of ESI (Central) Rules, 1950 has been amended by
inserting Rule51B whereby the rate of Employees contribution has been reduced to 1% and the
Employers contribution has been reduced to 3% of the wages in the first time implemented areas. If
the Contractor does not come under the purview of above amendment or after the completion of
period allowed for reduced rates of ESI contribution, he shall intimate the Corporation about deposition
of ESI contribution at normal rate and on production of documentary proof Corporation shall reimburse
the balance portion of Employers contribution towards ESIC.
7.2.3 The invoice/bill submitted by the contractor shall be serially machine numbered. The invoice shall
clearly mention the description of service and value of taxable service and service tax payable thereon.
Service tax registration number shall be clearly mentioned in the invoice/bill.
8 PAYMENT TERMS
8.1.1 Manager (Finance), ISPS shall be the paying authority for this contract.
8.1.2 The contractor shall submit interim monthly bills to the Engineer-In-Charge in the first week of every
month for the work done/ services provided by him during the preceding month under this contract
along with following documents-
8.1.3 Self attested copies of challans for the PF and ESI contributions deposited by him in respect of the
personnels deployed during preceding month, which should be matching with disbursement of wages
and copy of ECR duly verified by Engineer-in-Charge.
8.1.4 Attendance sheet of the personnel deployed for execution of work under this contract during the
preceding month duly signed and verified by the contractor.
8.1.5 Proof of disbursement of wages to the personnel deployed for execution of work under this contract
corresponding to the bill and in accordance with the Annexure I (Schedule of payment of Wages) of
Section IV schedule of works/ terms & conditions of contract.
8.1.6 A declaration in the prescribed format in respect of disbursement of wages duly signed by the
contractor.
8.2 The Engineer-In-Charge shall certify the amount to which the contractor is considered entitled by way
of interim payment for the services provided under this contract and process the same for release of
monthly payment to the contractor.
8.3 Payment against the interim bills shall be released to the contractor within 15 days from the date of
submission of interim bill along with all the requisite documents.
8.4 All payment will be made in Indian Rupees, unless otherwise specified in the contract. All payments
shall be made through ECS/ RTGS/ NEFT/ Net Banking. Bank charges shall be borne by the contractor.
Subject to any deduction, which the Corporation may be authorized, to make under the contract,
and/or any additions or deductions provided for in this contract, the contractor shall be entitled to
payment as per the Schedule of Quantities and Prices.
8.5 The final bill shall be submitted by the Contractor within one month of the date fixed for completion of
the Work or of the date the Certificate of Completion furnished by the Engineer-in-Charge. No further
claim in this regard unless as specified herein under shall be entertained. Payment shall be made within 6
months, of the submission of Final bill. If there shall be any dispute about any item or items of the work
then the undisputed item or items only shall be paid within the said period of six months. The Contractor

TCC 4
shall submit a list of the disputed items within thirty days from the disallowance thereof and if he fails to
do so, his claim shall be deemed to have been fully waived and absolutely extinguished. Provided further
the Employer shall not be liable to the Contractor for any matter or thing arising out of or in connection
with the Contract or execution of the Works, unless the Contractor shall have included a claim in
respect thereof in his Final Bill.
8.6 INCOME TAX: - Income tax as applicable shall be deducted at source as per prevalent rates in force
and will have to be borne by the Contractor. TDS Certificate will be issued as per the prevalent norms
of the Corporation/Government.
8.7 COMMERCIAL TAX: Commercial Tax/ Work contract tax if applicable shall be deducted at source as
per prevalent rates in force and will have to be borne by the Contractor. TDS Certificate will be issued
as per the prevalent norms of the Corporation/Government.
9. DUTIES AND POWERS OF ENGINEER-IN-CHARGES REPRESENTATIVE
9.1 The Engineer-in-Charge may, from time to time, in writing, delegate to his representative any of the
power and authorities, vested in the Engineer-in-Charge and shall furnish to the contractor a copy of all
such written delegation of powers and authorities. Any written instruction or written approval given by
the representative of the Engineer-in-charge to the contractor within the terms of such delegation shall
bind the contractor and the Corporation as though it has been given by the Engineer-in-Charge.
9.2 If the contractor is dissatisfied with any decision of the representative of the Engineer-in Charge he will
be entitled to refer the matter to the Engineer-in-Charge, who shall thereupon confirm reverse or vary
such decision and the decision of the Engineer-in-Charge in this regard shall be final and binding on the
contractor.
10.1 The Contractor shall employ labour in sufficient numbers to maintain the required rate of progress and
quality to ensure workmanship of the degree specified in the Contract. The Contractor shall not employ
in connection with the works any person who has not completed Fourteen years of age in terms of
Child labour (Prohibition and Regulation) Act 1986. The Contractor is encouraged, to the extent
practicable and reasonable, to employ staff and labour with appropriate qualifications and experience
from the region of the project. Unskilled labour shall be recruited preferably from local region only.
10.2.1 The contractor shall furnish the details of the accidents that occurred during the said fortnight showing
the circumstances under which they happened and the extent of damage and injury caused by them;
10.2.2 The contractor shall furnish the number of female workers who have been allowed maternity benefit as
provided in the Maternity Benefit Act, 1961 or Rules made thereunder.
10.3 The Contractor shall ensure to obtain the EPF code number and Employees State Insurance from the
concerned authorities before start of work.
10.4 During continuance of the Contract, the Contractor shall abide at all times by all existing labour
enactments and rules made thereunder, regulations, notifications and bye laws of State or Central
Government or local authority and any other labour law (including rules), regulations, bye laws that
may be passed or notification that may be issued under any labour law in future either by the State or
the Central Government or the local authority. The contractor shall also comply with the laws relating
to their employment, health, safety, welfare, immigration and shall allow them all their legal rights. The
Contractor shall keep the Principal Employer indemnified in case any action is taken against the
Principal Employer by the competent authority on account of contravention by the Contractor of any of
the provisions of any Act or rules made thereunder, regulations or notifications including amendments.
If the Principal Employer is caused to pay or reimburse, such amounts as may be necessary to cause or
observe, or for non-observance of the provisions stipulated in the notifications/bye
laws/Acts/rules/regulations including amendments, if any, on the part of the Contractor, the Principal
Employer shall also have right to recover from the Contractor any sum required or estimated to be
required for making good the loss or damage suffered by the Principal Employer.
The employees of the Contractor and his sub-contractor in no case shall be treated as the employees of
the Principal Employer at any point of time.

TCC 5
Salient features of some of the major labour laws that are applicable to construction industry are given
below.
(i) Employee Compensation Act 1923 as amended
The Act provides for compensation in case of injury or death by accident arising out of and during the
course of employment.
(ii) Payment of Gratuity Act 1972
Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if
an employee has completed 5 years service or more or on death or on retirement or superannuation
at the rate of 15 days wages for every completed year of service. The Act is applicable to all
establishments employing 10 or more employees.
(iii) Employees PF and Miscellaneous Provision Act 1952 including FPS-71/EPS-95
The Contractor is required to possess PF Code from the concerned Regional Provident Fund Commission.
The benefits payable under the Act are:
(a) Pension or family pension on retirement or death as the case may be.
(b) Deposit linked insurance on the death in harness of the worker.
(c) Payment of PF accumulation on retirement/death etc.
(iv) Maternity Benefit Act 1961 (Amended)
The Act provides for leave and some other benefits to women employees in case of confinement or
miscarriage etc.
(v) Contract Labour (Regulation and Abolition) Act 1970 with Rules framed there under as
amended
The Act provides for certain welfare measures and wages to be provided by the Contractor to
contract labour and in case the Contractor fails to provide, the same are required to be provided by
the Principal Employer (the Employer) by Law and recover the same from the Contractor from any
amount/monies due to him. The principal employer (the Employer) is required to take Certificate of
Registration and the Contractor is required to take a License from the designated Officer. The Act
is applicable to the establishments or contractor or Principal employer (the Employer) if they
employ 20 or more contract labour.
(vi) Minimum Wages Act 1948 (Amended)
The Contractor is to pay not less than the Minimum Wages fixed by appropriate Government as per
provisions of the Act.
(vii) Payment of Wages Act 1936 (Amended)
It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can
be made from the wages of the workers.
(viii) Equal Remuneration Act 1979
The Act provides for payment of equal wages for work of equal nature to male and female workers and
not for making discrimination against Female employees in the matters of transfers, training and
promotions etc.
(ix) Payment of Bonus Act 1965 and any further amendments thereof.
The Act is applicable to all establishments employing 20 and more workmen. The Act provides for
payments of annual bonus subject to a minimum of 8.33 % of wages and maximum of 20 % of wages
to employees drawing Rs. 21000/- P.M. or less. The bonus to be paid to employees getting Rs. 7000/-
P.M. or above upto Rs. 21000 P.M. shall be worked out by taking wages as Rs. 7000/- P.M. or the
minimum wages for the scheduled employments as fixed by the appropriate Govt. whichever is higher.
All amounts of Bonus are required to be paid within eight months of closing of financial year. The
newly setup establishments are exempted for five years in certain circumstances.
(x) Industrial Disputes Act 1947(Amended)
The Act lays down the machinery and procedure for resolution of industrial disputes, in what situations
a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the
employees or closing down the establishment.
(xi) Industrial Employment (Standing Orders) Act 1946 (Amended)
It is applicable to all establishments employing 100 or more workmen (employment size reduced by
some of the States and Central Government to 50). The Act provides for laying down rules governing

TCC 6
the conditions of employment by the Employer on matters provided in the Act and get the same
certified by the designated Authority.
(xii) Trade Unions Act 1926
The Act lays down the procedure for registration of trade unions of workmen and employers. The
trade unions registered under the Act have been given certain immunities from civil and criminal
liabilities.
(xiii) Child Labour (Prohibition and Regulation) Act 1986
The Act prohibits employment of children below 14 years of age in certain occupations and processes
and provides for regulation of employment of children in all other occupations and processes.
Employment of child labour is prohibited in Building and Construction Industry.
(xiv) Inter-State Migrant Workmen's (Regulation of Employment and Conditions of Service) Act
1979
The Act is applicable to an establishment, which employs 5 or more inter-state migrant workmen
through an intermediary (who has recruited workmen in one state for employment in the establishment
situated in another state). The inter-state migrant workmen, in an establishment to which this Act
becomes applicable, are required to be provided certain facilities such as housing, medical aid, traveling
expenses from home upto the establishment and back, etc.
(xv) The Building and Other Construction Workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996
All the establishments who carry on any building or other construction work and employ 10 or more
workers are covered under this Act. All such establishments are required to pay cess @ 1% of the cost
of construction as may be notified by the Government. The employer (the Contractor) to whom the
Act applies has to obtain a registration certificate from the Registering Officer appointed by the
Government.
(xvi) The Factories Act 1948
The Act lays down the procedure for approval of plans before setting up a factory, health and safety
provisions, welfare provisions, working hours, annual earned leave and rendering information regarding
accidents or dangerous occurrences to designated authorities. It is applicable to premises employing
10 persons or more with aid of power or 20 or more persons without the aid of power engaged in
manufacturing process.
(xvii) The Personal Injuries (Compensation Insurance) Act, 1963 and any modifications thereof and rules
made there under from time to time.
(xviii) Employees State Insurance Act, 1948
The Act provides for certain benefits to employees in case of sickness, Maternity and Employment injury
and for certain other matter in relation thereto.
The definition of Principal employer for above clauses shall be as per Contract labour (Regulation and
Abolition) Act 1970.
10.5 The Engineer-in-Charge shall on a report having been made by an authorised Inspecting Officer as
defined in the Contract Labour (Regulation and Abolition) Act and Rules or on his own in his capacity as
Principal Employer, have the power to deduct from the amount due to the Contractor any sum required
or estimated to be required for making good the loss suffered by worker(s) by reasons of
non-fulfillment of the conditions of the Contract for the benefit of workers, non-payment of wages or of
deductions made by him from wages which are not justified by the terms of the contract or
non-observance of the relevant Acts and Rules with amendments made from time to time. If the
Employer makes payment to Contractors labour due to non-payment of wages to labour by the
Contractor, the Employer shall recover the amount thus paid plus 15% towards interest and
administration charges from the next Interim Bill of the Contractor.
10.6 The Contractor shall indemnify the Employer against any payments to be made under and for
observance of the Regulations, Laws, Rules as stipulated in clause 10.4 above without prejudice to his
right to claim indemnity from his sub-contractors. In the event of the Contractor's failure to comply
with the provisions of sub-clause 10.4 or in the event of decree or award or order against the
Contractor having been received from the competent authority on account of any default or breach or
in connection with any of the provisions of sub-clause 10.4 above, the Engineer-in-Charge, without

TCC 7
prejudice to any other right or remedy under the Contract, shall be empowered to deduct such sum or
sums from the bills of the Contractor or from his Security Deposit or from other payments due under
this contract or any other Contract to satisfy within a reasonable time the provisions of the various
Acts/Laws/Rules/Codes as mentioned under sub-clause 10.4 above, on the part of the Contractor under
the Contract on behalf of and at the expenses of the Contractor and make payment and/or provide
amenities/facilities/services accordingly. In this regard, the decision of the Engineer-in-Charge shall be
conclusive and binding on the contractor.
10.7 In the event of any injury, disability or death of any workmen in or about the work employed by the
Contractor either directly or through his sub-contractor, Contractor shall at all times indemnify and save
harmless the Employer against all claims, damages and compensation under the Workmen
Compensation Act, 1923 as amended from time to time or in other law for the time being in force and
rules there under from time to time and also against all costs, charges and expenses of any smooth
action by proceedings arising out of such accidents or injury, disability or death of a workmen and
against all sum or sums which may with the consent of the Contractor be paid to compromise or
compound any claim in this regard. If any award, decree or order is passed against the Contractor for
recovery of any compensation under the Workmen Compensation Act, 1923, for any injury, disability or
death of a workman by any competent court, the said sum or sums shall be deducted by the
Engineer-in- charge from any sum then due or that may become due to the Contractor or from his
Security Deposit or sale thereof in full or part under the Contract or any other contract with the
Employer towards fulfillment of the said decree, award or orders.
10.8 Provided always that the Contractor shall have no right to demand payments/claims whatsoever on
account of his compliance with his obligations under this clause and Labour Regulation.
11. DISCIPLINE, DEPLOYMENT & ELIGIBILITY OF PERSONNEL
11.1 Before deployment of personnel, contractor shall check and verify the antecedents of the personnel
deputed on duty, and the liability of the conduct & discipline of the personnel shall rest with the
contractor. All the persons deployed under this contract shall be of good character, well-behaved,
disciplined and shall not be allowed to come for duty under the influence of alcohol or prohibited drugs.
11.2 The contractor shall employ only such persons as are skilled for carrying out the assigned jobs as
detailed in the Scope of Work. The contractor shall submit the particulars of all personnel deployed
such as Name, Father's name, Present address, Permanent address, & Educational Qualification along
with 2 photos, with the Engineer-in-charge of this contract. It is mandatory on the part of contractor to
get the police verification of the employed personnel done and give one copy of police verification so
carried out to the Engineer-in-charge.
11.3 The Contractor shall submit fitness certificate as per the Form 32 of the Madhya Pradesh
Factories Rules, 1962 in respect of each & every personnel deployed by them under this
contract. Further, a health register as per Form 21 of The Madhya Pradesh Factories Rules,
1962 shall have to be maintained by the Contractor.
11.4 The Engineer-in-Charge shall be at liberty to object to and require the contractor to remove from the
work, any person(s) employed by the contractor who in the opinion of the Engineer-in-Charge,
misconducts himself or is incompetent or negligent in the proper performance of his duties. The
contractor shall forthwith comply with such requisition and such person shall not be deployed again
without prior permission of the Engineerin- Charge. Any person so removed shall be replaced
immediately. Selection of suitable manpower and then relevant education discipline, relevant
experience etc. will be the discretion of Engineer-in-Charge.
11.5 In the event of change/transfer of personnel, contractor shall immediately intimate the Engineer-in-
charge about the same & the particulars regarding person being deployed against replacement shall
also be submitted upon replacement of personnel.

TCC 8
11.6 The deployment of personnel under the contract shall be done at the designated locations in the
manner as called for under the scope of work of this tender and in accordance with the directions of
Engineer-in-charge. For this purpose, necessary entry passes shall be issued as per procedure.
11.7 The eligibility requirements in respect of personnel to be deployed under this contract are as follows:-
The contractor shall deploy only such personnel having adequate qualification and experience as
detailed in Scope of Work and fluency in Hindi. The contractor shall submit the copy of experience
certificate of deployed personnel for the evidence of proof of experience.
The personnel so deployed must be mentally and physically fit.
12. EMPLOYEES STATE INSURANCE
The contractor, within 30 days from the date of issue of LOA shall obtain certificate of registration under
Employees state Insurance and submit to the Engineer-in-charge along with documentary proof of
incorporation of all personnel deployed under this contract in ESI for the contract period to cover the
risk of damage, accident/ death etc. effective from the date of start of work as mentioned in the Letter
of Award failing which monthly payment will not be released to the contractor. Quoted rates mentioned
in BOQ shall deemed to be inclusive of contribution for ESIC.
Whenever, the contract period is extended, the contractor shall keep deployed manpower covered
under ESI and corporation shall reimburse employers contribution towards ESI along with other
statutory payment as stipulated in Annexure-I on production of documentary evidence.
13. LABOUR SAFETY
It shall be the duty of the contractor to observe all safety precautions for the workmen as may be
required. Contactor shall solely be responsible for liabilities on account of accidents/mishaps (if any). All
Security norms are to be followed as the work is to be carried out in prohibited area.
14. ACCOMMODATION
The necessary arrangement for accommodation of the personnel deployed shall have to be arranged by
the Contractor & no extra payment on such account shall be made by NHDC. However,
accommodation, if available, will be provided by NHDC on Contractors request on chargeable basis, in
accordance with the rates as decided by the Corporation.
The above accommodation shall be with the Electric Connection and the Contractor shall have to pay
for Electric consumption for the accommodation so provided to them as per prevailing rate of NHDC/
MPSEB, as applicable.
To and fro travelling expenses of Contractor/ deployed personnel upto Narmada Nagar for work
purpose shall be deemed to be included in the quoted prices and no extra payment whatsoever in this
regard paid by the Corporation.
15. DISBURSEMENT OF WAGES TO PERSONNEL DEPLOYED
The contractor shall disburse the monthly salary/wages to the personnels deployed under this contract
as per provisions of contract, on or before 7th day of every month through any Nationalized Bank at
Narmada Nagar by depositing salary in to individual account or as directed by the Engineer-in-charge
and issue wage slip.
16. CONTRACT PERIOD AND EXTENSION THEREOF
The contractor shall be required to consistently execute, in a successful and professional manner, the
jobs assigned under this contract, to the satisfaction of and as directed by the Engineer-in-charge up to
a period mentioned in Schedule-D of Section-IV, TF&S from the date as notified in the Letter of Award
and the contract may be extended for further period by Engineer-in-charge on satisfactory performance
by the contractor. In case extension is required, the contractor is to execute the work on the same
terms and conditions of the contract as the work is essential in nature.
17. OVER PAYMENTS AND UNDER PAYMENTS
Whenever any claim whatsoever for the payment of sum of money to the Corporation arises out of or
under this contract against the contractor, the same may be deducted by the Corporation from any

TCC 9
sum then due or which at any time thereafter may become due to the contractor under this contract
and failing that under any other contract with the Corporation or from any other sum whatsoever due
to the contractor from the Corporation or from his security deposit, or he shall pay the claim on
demand. Any sum of money due and payable to the contractor (Including the security deposit
returnable to him) under the contract may be withheld or retained by way of lien by the Engineer-in-
Charge or Corporation against any claim of the Corporation or such other person or persons in respect
of payments of a sum of money arising out of or under any other contract made by the contractor with
the Engineer-in-Charge or Corporation or with such other person or persons.
The sum of money so withheld or retained under this clause by the Engineer-in-Charge or
Corporation will be kept withheld or retained as such by the Engineer-in-Charge or Corporation or till
his claim arising out of in the same contract or any other contract is either mutually settled or
determined by the arbitrator.
18. DEVIATIONS
The Engineer-in-charge shall have powers to make any deviations in the quantities of Schedule of
Quantities & Prices. Such deviation in the schedule of quantities and prices shall in no way vitiate or
invalidate the contract and any such deviations, which the contractor may be directed to do, shall form
integral part of the contract as if originally provided therein and the contractor shall carry out the work,
on the same terms & conditions.
19. ASSIGNMENT & SUBLETTING
The contractor shall not sub-let, transfer or assign the whole or any part of the work under the
contract.
20. AGREEMENT
Within Thirty (30) days from the date of issue of Letter of Award of the work, the contractor shall
execute the deed of agreement on stamp paper of requisite value as per prescribed format. The
contractor shall be furnished with a copy of executed agreement duly signed by the authorized officer
of the Corporation and contractor.
21. LIQUIDATED DAMAGES
21.1 In case of failure on part of the contractor to provide/arrange manpower services for execution of job
assigned and directed by the Engineer-in-charge, liquidated damages @ 5% (five percent) of the value
of such manpower services including contractors overhead & profit (shall be considered @ 10%),
which has not been executed/provided, shall be recovered not by the way of penalty, by the
Corporation from the monthly bills of the contractor, in addition to the non-payment of value of such
manpower services including contractors overhead & profit (i.e. contractors profit & overhead @
10%).
21.2 In addition to above, if the contractor fails to provide Consumables, Safety Shoes and Uniform to all the
personnel deployed by them for execution of this work within one month of award / start of the work,
Contractor shall be liable to pay Compensation @ ` 1000/- per month, for each completed month
delay. Maximum allowed time period (for supply with compensation) shall be 2 months from the due
date and after which the item shall be considered as non-supplied. Thereafter, these non-supplied
items will be procured by Corporation from the market at risk & cost of the contractor and the amount
@ 1.1 times of the expenditure incurred shall be recovered from the amount due to the contractor for
any/ all unsupplied items as the case may be.
21.3 In addition to above, if the contractor fails to make payment of wages to the labourer deployed by
him for execution of work upto 7th of every month, he shall be liable to pay compensation @ 0.25% of
monthly wages (NON DISBURSED PORTION) per day delay.
21.4 Service Tax, as applicable on liquidated damages as above shall also be deducted/recovered from the
contractor.
21.5 The amount of compensation may be adjusted/withheld/deducted or set off against any sum due or
payable to the contractor under this or any other contract with the Corporation.

TCC 10
22. TERMINATION OF CONTRACT ON DEFAULT BY THE CONTRACTOR
If the contractor commits default in complying with or commits breach of any of the terms and
conditions of the contract and does not remedy it or take effective steps to remedy it immediately and
not later than 10 days in any case after a notice in writing is given to him by the Engineer-in-Charge,
the Engineer-In-Charge shall have power to terminate the contract by giving 15 days notice and
carryout the balance services by any means or through any other agency at the risk and cost of the
contractor till completion period of the contract.
23. COMPLIANCE OF PROJECT SECURITY RELATED ISSUES
The contractor shall have to ensure issuance of entry passes/ badges/ tokens in respect of the
workmen and the material/equipment intended for bonafide usage under this contract, for access to
project site during the stipulated period of contract. He shall be required to furnish to the Engineer-in-
Charge, the antecedent particulars of their supervisor, workmen along with their recent photographs
and other relevant particulars, as deemed necessary for getting the entry passes/ badges/ tokens
issued from the concerned authority. The contractor shall also mention in their application for issuance
of passes, the likely site areas he needs to access for execution of works.
The contractor shall also be required to furnish complete particulars of the material/ equipment taken
to the site and assist the security personnel in physical verification of the same during
unloading/loading inside the site premises. The contractor shall be allowed to takeover any scrap
material or his equipment from the project site during execution and after completion of works, subject
to certification by the concerned Engineer-in-Charge or his authorized representative.
The contractor shall also be liable for getting the validity period of such entry passes/badges/tokens
issued in r/o their workmen/material/equipment, duly extended from time to time, in case of
contractual extension beyond the stipulated period.
In case of mutilation/ damage of the entry passes/ badges/ tokens, the contractor shall have to
surrender the same and apply in writing, for re-issuance of the same by the concerned authority.
It shall also be mandatory on part of the Contractor to surrender of all such entry passes/ badges/
tokens to the concerned authority, issued in their favour, after completion of the contractual works,
failing which the Engineer in Charge shall be at the liberty to withheld any outstanding payments due
to the contractor and/ or refund of security deposit/ PBG furnished by the Contractor under this
contract, or, for that matter any other contract awarded in his favour at Indira Sagar Power Station.
Further, in case of loss/ theft of such badges/ tokens/ passes the contractor shall be required to
formally lodge FIR intimating such loss to local Police and enclose self attested copy of FIR with his
application for re-issuance of passes/badges by the concerned authority. The Contractor shall be fully
responsible for any liability arising henceforth from misuse of the lost passes/badges/tokens.
24. COMMENCEMENT OF WORK
The Contractor shall commence the Work(s) from the date of start as mentioned in Letter of Award and
shall proceed with the same with the expedition and without delay as may be expressly sanctioned or
ordered by the Engineer-in- charge. If the Contractor commits default in the commencement of work
within 30 days of issue of Letter of Acceptance, the Engineer-in-Charge shall without prejudice to any
other right or remedy be at liberty to cancel the Contract and forfeit the earnest money.
25. CONTRACTOR'S SUPERVISION
The contractor or his authorized representatives present at the site(s) shall superintend the execution
of the works with such additional assistance in each trade, as the work involved shall require and
considered reasonable by the Engineer-in-Charge. Directions/instructions given by the Engineer-in-
Charge to the Contractor's authorized representatives shall be considered to have the same force as if
these had been given to the Contractor himself.
26. INSTRUCTIONS AND NOTICES

TCC 11
26.1 Except as otherwise provided in this Contract, all notices to be given on behalf of the Employer and all
other actions to be taken on its behalf may be given or taken by the Engineer-in-Charge or any officer
for the time being entrusted with the functions, duties and powers of the Engineer-in-Charge.
26.2 All instructions, notices and communications etc. under the contract shall be given in writing and any
such oral orders/instructions given shall be confirmed in writing and no such communication which is
not given or confirmed in writing shall be valid. The contractor shall provide working fax no. and valid
e-mail id of himself and its authorized representative for the prompt and effective communication.
26.3 Either party may change a nominated address to another address by prior notice to the other party.
26.4 The Engineer-in-Charge shall communicate or confirm the instructions to the Contractor in respect of
the execution of work in a `Work Site Order Book' maintained in the office of the Engineer-in-Charge or
his representative and the Contractor or his authorised representative shall confirm receipt of such
instructions by signing the relevant entries in this book. If required by the Contractor, he shall be
furnished a certified true copy of such instruction(s).
27. PATENT RIGHTS
The Contractor shall indemnify the Employer, its representatives or its employees against any action,
claim or proceedings relating to infringement or use of any patent or design or any alleged patent or
design rights and shall pay any royalties or other charges which may be payable in respect of any
article or material or part thereof included in the Contract. In the event of any claim being made or
action being brought against the Employer or any agent, servant or employee of the Employer in
respect of any such matters as aforesaid, the Contractor shall immediately be notified thereof.
Provided that such indemnity shall not apply when such infringement has taken place in complying with
the specific directions issued by the Employer, 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 after submission of the
tender.
28. TERMINATION OF CONTRACT ON DEATH
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 Engineer-in-
Charge 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 Engineer-in-Charge shall be entitled to terminate the Contract as to its
uncompleted part without the Employer being in any way liable to payment of any compensation
whatsoever on any account to the estate of the deceased Contractor and/or to the surviving partners of
the Contractor's firm on account of termination of the Contract. The decision of the Engineer-in-Charge
that the legal representatives of the deceased Contractor or the surviving partners of the Contractor's
firm cannot carry out and complete the Works under the Contract shall be final and binding on the
parties. In the event of such termination, the Corporation shall not hold the estate of the deceased
Contractor and/or the surviving partners of the Contractors firm liable for damages for not completing
the Contract. Provided that the power of the Engineer-in- charge of such termination of contract shall
be without prejudice to any other right or remedy, which shall have accrued or shall accrue to him
under the Contract.
29. CONTRACT MATTERS TO BE TREATED AS CONFIDENTIAL
29.1 All documents, correspondence, decisions and orders concerning the Contract shall be considered as
confidential and/or restricted in nature by the Contractor and he shall not divulge or allow access to
them by any unauthorised person.
29.2 The Contractor shall take necessary steps to ensure that all persons employed on any work in
connection with this Contract have noted that the Indian Official Secret Act, 1923 (XIX of 1923) applies
to them and shall continue so to apply even after the execution of such Works under the Contract.
30. CONTRACTOR'S LIABILITY:

TCC 12
30.1 From commencement to completion of the Work(s) as a whole, the Contractor shall take full responsibility
for the care thereof and for taking precautions to prevent loss or damage. He shall be liable for any
damage or loss that may happen to the Employers Plant, Equipment and Material (hired or issued to the
Contractor). Any such loss or damage shall be restored in good order and condition and in conformity in
every respect with the requirements of the Contract and instructions of the Engineer-in-Charge.
30.2 i) Neither party to the Contract shall be liable to the other in respect of any loss or damage which
may occur or arise out of "Force Majeure" to the Works or any part thereof or to any material or article at
site but not incorporated in the Works or to any person or anything or material whatsoever of either party
provided such a loss or damage could not have been foreseen or avoided by a prudent person and the
either party shall bear losses and damages in respect of their respective men and materials. As such
liability of either parties shall include claims/compensation of the third party also.
ii) Provided, however, in an eventuality as mentioned in sub-clause 30.2 (i) above, the following
provisions shall also have effect:
(a) The Contractor shall, as may be directed in writing by the Engineer-in-Charge proceed with the
execution of the works under and in accordance with the Contract; and
(b) The Contractor shall, at his own cost, repair and make good so much of the loss or damage as has
been by any failure on his part to perform his obligations under the Contract or not taking precautions
to prevent loss or damage or minimize the amount of such loss or damage.
30.3 The Contractor shall indemnify and keep indemnified the Employer against all losses and claims for
death, injuries or damage to any person or any property whatsoever which may arise out of or in
consequence of the execution of works during the contract period and also against all claims, demands,
proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto, and
such liabilities shall include claims/compensations of the third party.
30.4 The term "Force Majeure" shall herein mean riots (other than among the contractor's employees), Civil
Commotion (to the extent not insurable), war (whether declared or not), invasion, act of foreign enemies,
hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, damage from aircraft,
nuclear fission, acts of God, such as earthquake (above 7 magnitude on Richter Scale), lightning,
unprecedented floods, fires not caused by Contractor's negligence and other such causes over which the
Contractor has no control and are accepted as such by the Engineer-in-Charge, whose decision shall be
final and binding. In the event of either party being rendered unable by force Majeure to perform any
obligation required to be performed by them under this contract, the relative obligation of the party
affected by such Force Majeure shall be treated as suspended for the period during which such Force
Majeure cause lasts, provided the party alleging that it has been rendered unable as aforesaid, thereby
shall notify within 10 days of the alleged beginning and ending thereof giving full particulars and
satisfactory evidence in support of such cause.
30.5 On occurrence of Force Majeure, the liability of either party shall be dealt with, in accordance with the
provisions of sub-clause 30.2
30.6 Should there be a request for extension of time arising out of "Force Majeure" the same shall be
considered in accordance with clause 16.
31. LAWS GOVERNING THE CONTRACT
Unless otherwise hereinafter provided, this Contract shall be construed, interpreted and governed by
laws of India.
32. COURT OF COMPETENT JURISDICTION
Any action taken or proceedings initiated on any of the terms of this Agreement shall be only in the Court
of Competent Jurisdiction under the High Court of Madhya Pradesh at Jabalpur.
33. PROCEDURE FOR CLAIMS
33.1 Except as otherwise provided in any other provision of the Contract, if the Contractor intends to claim
any additional payment pursuant to any Clause of these Conditions or otherwise, he shall give notice of
his intention to the Engineer, within 28 days after the event giving rise to the claim has first arisen.

TCC 13
33.2 Upon the happening of the event referred to in Sub-Clause 33.1, the Contractor shall keep such
contemporary records as may reasonably be necessary to support any claim he may subsequently wish
to make. Without necessarily admitting the Employer's liability, the Engineer-in-Charge shall, on receipt
of a notice under Sub-Clause 33.1, inspect such contemporary records and may instruct the Contractor
to keep any further contemporary records as are reasonable and may be material to the claim of which
notice has been given. The Contractor shall permit the Engineer-in-Charge to inspect all records kept
pursuant to this Sub-Clause and shall supply him with copies thereof as and when the Engineer so
instructs.
33.3 Within 28 days, or such other reasonable time as may be agreed by the Engineer-in-Charge, of giving
notice under Sub-Clause 33.1, the Contractor shall send to the Engineer-in-Charge an account giving
detailed particulars of the amount claimed and the grounds upon which the claim is based. Where the
event giving rise to the claim has a continuing effect, such account shall be considered to be an interim
account and the Contractor shall, at such intervals as the Engineer-in-Charge may reasonably require,
send further interim accounts giving the accumulated amount of the claim and any further grounds
upon which it is based. In cases where interim accounts are sent to the Engineer-in-Charge, the
Contractor shall send a final 'account within 28 days of the end of the effects resulting from the event.
The Contractor shall, if required by the Engineer-in-Charge so to do, copy to the Employer all accounts
sent to the Engineer-in-Charge pursuant to this Sub-Clause.
33.4 The Contractor shall be entitled to have included in any interim payment certified by the Engineer-in-
Charge pursuant to Clause 8 such amount in respect of any claim as the Engineer-in-Charge, after due
approval of the Employer , may consider due to the Contractor provided that the Contractor has
supplied sufficient particulars to enable the Engineer-in-Charge to determine the amount due. If such
particulars are insufficient to substantiate the whole of the claim, the Contractor shall be entitled to
payment in respect of such part of the claim as such particulars may substantiate to the satisfaction of
the Engineer-in-Charge. The Engineer-in-Charge shall notify the Contractor of any determination made
under this Sub-Clause.
34.0 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS REASONABLE
WITHOUT REFERENCE TO ACTUAL LOSS
All sums payable by way of compensation to the Employer under any of these conditions shall be
considered as reasonable compensation without reference to the actual loss or damage sustained and
whether or not damage shall have been sustained.
35.0 ARBITRATION
35.1 Except as otherwise provided in clause-32 above, all questions, dispute or difference in relation to or in
connection with the Contract shall be referred for arbitration in the manner provided as under:
(a) Either of the parties may give to the other a notice in writing of the existence of such question, dispute
or difference,
(b) In case of dispute or difference, such dispute or difference shall be settled in accordance with the
Arbitration and conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be
appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two
Arbitrators so appointed by the Parties and shall act as presiding arbitrator. In case of failure of the
two arbitrators appointed by the parties to reach upon a consensus in choosing the presiding Arbitrator
within a period of 30 days from the appointment of the arbitrators, the Presiding Arbitrator shall be
nominated by the president of the Institution of Engineers (India).
(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (b) above within 30 days
after receipt of the notice of the appointment of its arbitrator by the other party, then in the first
instance the Presiding arbitrator shall be nominated by President of the Institution of Engineers (India).
A certified copy of the order of the President of the Institution of Engineers (India), making such
nomination shall be furnished to each of the parties. This presiding Arbitrator shall then call upon the

TCC 14
defaulting party to nominate its arbitrator within 30 days and on his failure to do so shall appoint the
Arbitrator since left to be appointed.
35.2 Arbitration proceedings shall be held at Bhopal and the language of the arbitration proceedings and
that of all documents and communications between the parties shall be English. The arbitrators award
shall be written speaking award.
35.3 The decision of the majority of arbitrators shall prevail. The cost and expenses of Arbitration
proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by
each party in connection with the preparation, presentation etc. of its proceedings as also the fees and
expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party
itself.
35.4 Performance under the Contract shall continue during the arbitration proceedings and payments due to
the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration
proceedings.
Note: In case of contract with another Public Sector Undertaking/Govt. Department, the above
said clause shall stand deleted and the following Arbitration clause shall apply:
35.5 All questions, disputes or differences arising between the Contractor and the Corporation, in relation to
or in connection with the Contract shall be referred to arbitration in the manner provided as under:
In the event of any dispute or difference relating to the interpretation and application of the provisions
of the Contract, such dispute or difference shall be referred by either party to the Arbitration of one of
the Arbitrators in the Department of Public Enterprises to be nominated by the Secretary to the
Government of India in charge of the Bureau of Public Enterprises. The Arbitration and Conciliation Act
1996 shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall be
binding upon the parties to the dispute, provided, however, any party aggrieved by such award may
make a further reference for setting aside or revision of the award to the Law Secretary, Department of
Legal Affairs, Ministry of Law and Justice, Government of India. Upon such reference the dispute shall
be decided by the Law Secretary or the Special Secretary/Additional Secretary when so authorised by
the Law Secretary whose decision shall bind the parties finally and conclusively. The parties to the
dispute will share equally the cost of arbitration as intimated by the Arbitrator.
35.6 A notice in writing of the existence of question, dispute or difference in relation to, or in connection
with the contract shall be served by either party within 90 (Ninety) days of the first occurrence of any
event upon which the said question, dispute or difference is based, failing which all rights and claims of
the parties under this contract in relation to or in connection with such question, dispute or difference
shall be deemed to have been waived off and thus, forfeited and absolutely barred. The decision of
the Engineer-in-Charge with regard to the first occurrence of such event for the purpose of reckoning
the said period of limitation shall be final and binding.
35.7 The arbitrator shall make a speaking award.
35.8 The work under this contract shall continue during Arbitration proceedings and no payments due from
or payment by the Corporation shall be withheld on account of such proceedings except to the extent
which may be in dispute."
36.0 DETECTION & PREVENTION OF FRAUD AND ACTION THEREOF:
It is expected from the bidders that they will observe the highest standard of ethics during the
tendering process and execution of such contract in pursuance of Fraud Prevention policy and furnish
Certificate as per TF&S.
(a) For the purpose of this provision, the terms set forth below shall mean as under:
(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 the Purchaser, and includes collusive practice among
Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the Purchaser of the benefits of free and open competition;

TCC 15
(iii) collusive practice means a scheme or arrangement between two or more bidders, with or without the
knowledge of the Purchaser, designed to establish bid prices at artificial, non-competitive levels; and
(iv) coercive practice means harming or threatening to harm, directly or indirectly, person or their
property to influence or affect the execution of a contract;

(b) A Bid may be rejected by the Purchaser if it is determined at any stage that the respective Bidder has
engaged in corrupt, fraudulent practice(s), collusive and coercive practices in competing for the
contract in question.
(c.) The Purchaser may declare a firm ineligible, either indefinitely or for a stated period of time, if it at any
time determines that the firm has engaged in corrupt, fraudulent practice(s), collusive and coercive
practices in competing for, or in executing, a contract.
37. BANNING OF BUSINESS DEALINGS
It is not in the interest of NHDC to deal with Agencies who commit deception, fraud or other misconduct
in the tendering process. The grounds on which Banning of Business Dealings can be initiated are as
follows:
(i) If the security consideration, including questions of loyalty of the Agency to NHDC so warrants;
(ii) If the director/ owner of the Agency, proprietor or partner of the firm, is convicted by a court of law for
offences involving moral turpitude in relation to its business dealings with the Government or any other
public sector enterprises, during last five years;
(iii) If business dealings with the Agency have been banned by the Department of Power, Government of
India;
(iv) If the Agency has resorted to corrupt, fraudulent practises including misrepresentation of facts;
(v) If the Agency uses intimidation/ threatening or brings undue outside pressure on NHDC or its official
for acceptance/ performances of the hob under the contract;
(vi) If the Agency misuses the premises or facilities of the NHDC, forcefully occupies or damages the
NHDCs properties including land, water resources, forests/ trees of tampers with documents/ records
etc. (Note: The examples given above are only illustrative and not exhaustive. The Competent Authority
may decide to ban business dealing for any good and sufficient reason).
The procedure for banning of Business Dealings shall be governed as per NHDCs Policy & Procedure
for Banning of Business Dealings enclosed in TF&S.
38. OTHER CONDITIONS
38.1 The contractor shall ensure deployment of minimum One ( 01) no. Highly skilled Grade-I, three (03)
nos. Skilled Grade-A, Twelve (12) nos. Skilled Grade-B, Four (04) nos. Skilled Grade-C , One (01) no.
unskilled Grade-A, Two(02) nos. unskilled Grade-B and One (01) no. unskilled Grade-C each day for the
execution of works in accordance to the Scope of work - section III.
38.2 The contractor shall provide two sets of Uniform and shoes to the each personnel deployed by them as
per scope of work Section-III , one set at the start of work and other set after completion of one year
or, as per the directions of Engineer-in-Charge. One set consists of one pair of shoe and two pairs of
Uniform. One pair of uniform consists of one Half Sleeves shirt and one full pant. The personnel
deployed by the contractor should always be in proper uniform at the work place as per the directions
of Engineer-in-Charge. The delivery schedule of consumables, mentioned at Sl. No. 3 to 30 in
Annexure-1 of Scope of work - section III, shall be as per the direction of Engineer-in-charge.
38.3 The contractor shall submit qualification documents if desired by the Engineer-in-charge of the
personnel to be deployed, before deployment, for approval.
38.4 The contractor shall submit declaration form in respect of the disbursement of wages as per the
direction of Engineer-in-Charge duly filled up and signed and sealed along with RA bills and final bill.
38.5 The contractor shall maintain register of personnel employed, employment card, muster roll, wage
register, deduction register etc.
38.6 The contractor shall deposit EPF amount of every work and accordingly issue EPF slip to individual.
38.7 The contractor shall deposit ECR slip in every month as a proof of deposited ECR amount.

TCC 16
38.8 The Contractor shall observe all provisions of labour laws/ Acts & rules made there under enacted
either by Central Govt. and / or State Govt. or as applicable to these works and safety rules and
regulations of the project and enforce the same. He shall also be responsible for the good conduct of
his workers.
38.9 The Contractor shall ensure compliance with the provisions (including the latest provisions) of the
Employees Provident Funds Act, Employees State Insurance Act and other such statutory
schemes/acts/rules.
38.10 Police verification of engage manpower including supervisor is to be submitted to Engineer-in-Charge
within 01 month of commencement of work.
38.11 Complete bio-data of all the engaged manpower should be submitted to Engineer-in-Charge within 15
days of issue of LOA.
38.12 If any urgent work (in respect whereof the decision of the Engineer-in-Charge shall be final and
binding) becomes necessary, the contractor shall execute the same as may be directed.
38.13 The contractor shall ensure that there is no loss or damage to the property of Corporation while
executing the contract. In case, it is found that there is any such loss/damage due to direct
negligence/non performance of duty by any personnel, the amount of loss/damage so fixed by the
Corporation shall be recovered from any dues of the contractor.
38.14 The Contractor shall, in accordance with the requirements of the work as decided by the Engineer-in-
Charge, afford all reasonable facilities to other contractors engaged contemporaneously on separate
contracts and for departmental labour and labour of any other properly authorised authority or
statutory body which may be employed at the site for execution of any work not included in the
Contract or of any contract which the Employer may enter into in connection with or ancillary to the
works. In all matters of conflict of interest, the Engineer-in-Charge shall direct what compromise should
be made and his decision shall be final and binding on the parties.
38.15 The scope of work under this contract shall also include all such items/works which are not specifically
mentioned but are necessary for the successful, efficient, safe and reliable execution of the work unless
otherwise specially excluded.
38.16 Defect liability period for the entire work shall be one (01) month from the certified date of completion.

TCC 17
SECTION III

SCOPE OF WORK

SOW 0
SCOPE OF WORK
All works shall be performed and completed in a through workman like manner as per the best modern
practice in the manufacture and fabrication of the types covered by these specifications. The services
provided shall in all cases be of high grade and carefully performed to the satisfaction of authorize
representative of the corporation. The Contractor shall warrant all material and workmanship furnished by
him to be free from injurious and defective materials or workmanship and shall bear all cost of the repair in
case of any error for responsible workmanship shall conform to the latest standards laid down in Indian
Standard specifications or approved equivalent. For maintenance and operation of HM equipments,the
contractor has to engage minimum 23 persons and 1 No supervisor. The details of deployed person shall be
as follows:
Sr. Experience required
Description Designation Qty.
No.
1 Highly Skilled(Grade-I) More than 10 years Supervisor 1
2 Skilled(Grade-A) More than 04 years Fitter 2
3 Skilled(Grade-A) More than 04 years Electrician 1
4 Skilled(Grade-B) Between 02 to 04 years Fitter 4
5 Skilled(Grade-B) Between 02 to 04 years Rigger 3
6 Skilled(Grade-B) Between 02 to 04 years Mechanic 2
7 Skilled(Grade-B) Between 02 to 04 years Operator 2
8 Skilled(Grade-B) Between 02 to 04 years Electrician 1
9 Skilled(Grade-C) Upto 02 years Rigger 4
10 Unskilled(Grade-A) More than 04 years Helper 1
11 Unskilled(Grade-B) Between 02 to 04 years Helper 2
12 Unskilled(Grade-C) Upto 02 years Helper 1
Total Manpower =24
This contract shall not include repairing of hydraulic cylinder and major repairing of other equipments. The
above manpower is minimum which may increase as per job requirement and as per the direction of
Engineer-in-charge.
Note: This contract does not include specific work like repairing of hydraulic cylinder and other
specific equipments.
1. The tentative scope of work for maintenance and operation of Hydro mechanical Equipments
would include the following:
Daily/ routine inspection of electrical and mechanical equipment viz. power packs, local control panels of
Intake gates, Radial gates, remote control panels, gantry crane panels, EOT crane and emergency power
packs.
Daily/ routine inspection of all the fasteners of hydraulic pipelines, gantry cranes etc.
Periodic inspection of rubber seals, Radial Gate stoplog elements & its roller assembly from time to time.
Preventive checks of all the Hydro-mechanical equipment as per MAINTENANCE SCHEDULE.
Periodic preventive maintenance as per MAINTENANCE SCHEDULE.
During each routine inspection and periodic maintenance, if any component is found defective or damaged,
it should be serviced or if necessary, it should be replaced as directed by the Engineer-in-Charge.
If the component is not serviceable, replacement of defective component with new one including rubber
seals etc. In that case component will be supplied by the Corporation.
Greasing and lubrication as required (Lubricants to be supplied by the Corporation).
Touch up painting of the equipment as per requirement (Paint & primer shall be supplied by the
Corporation).
The contractor shall also provide dress to their workers.
Filtration of the hydraulic oil. However machine for the filtration shall be provided by the Corporation.
Daily routine inspection and maintenance, if any component is found defective and required welding/cutting
etc., it shall be carried out. However welding/cutting machine shall be provided by the Corporation.

SOW 1
Preparing daily/ weekly/ monthly/ annual inspection reports/ records sheets on the various aspects
mentioned above.
Submission of reports including above record sheets to the Corporation on monthly basis.
2.0 MAINTENANCE SCHEDULE
Daily maintenance and routine inspection are not only important for safe operation but also govern the
efficiency, service and life of the equipment. There are many periodic checks points required for preventive
maintenance of the equipment, which are given below:
2.1 GENERAL
Daily/ routine inspection of the operation of the hydro-mechanical equipment.
Daily/ routine inspection of electrical equipment and hydraulic equipments viz. power packs, local control
panels, remote control panels, gantry crane panels, emergency power pack etc.
Routine inspection of all the fasteners of hydraulic pipelines, gantry cranes etc.
Periodic inspection of all joints of gate elements, rubber seals, roller assembly of stoplog gates, sliding
arrangements of stoplog gates, correctness of embedded parts etc. from time to time.
Cleaning of the control panels, power packs, emergency power pack, gantry crane mechanism & platforms
etc.
During each routine inspection and periodic maintenance, if any component is found defective or damaged,
it should be serviced or if necessary, it should be replaced as directed by the Engineer-in-Charge.
If the component is not serviceable, replacement of defective component with new one including rubber
seals etc. In that case the component will be supplied by the Corporation.However,the major
overhauling/replacement has not been comes under this contract.
Greasing and lubrication as required.
Touch up painting of the equipment as per requirement.
Material management regarding tools & tackles, spares of equipment and maintaining site store and records
of maintenance works.
Preparing daily/ weekly/ monthly/ annual inspection reports/ records sheets on the various aspects
mentioned above.
Submission of reports including above record sheets to the Corporation on monthly basis.
2.2 WEEKLY/ FORTNIGHTLY
Inspection of the operation of the hydro-mechanical equipment.
Inspection of electrical equipment viz. power packs, local control panels, remote control panels etc.
Cleaning of the electrical equipment viz. control panels etc.
Check pilot lamps, fuses, fuse switches etc. for correctness and rectify, if required.
Check conditions of contact points in contactors & controllers and rectify, if required.
Check the settings of relays and limit switches and adjust, if required.
2.3 MONTHLY
2.3.1 Hydraulic System:
Check the electrical control panels for faulty MCCB, contactor points, overload relays, control relays, fuses,
push button elements, timers, solenoid coils of valves rectify if required.
Check up and ensure that all the electrical connections are tight and in order.
Check the oil levels of power packs and replenish wherever required.
Check all the hydraulic pipelines, pipe fittings, flanges, welds etc. for leakages and rectify if required.
Check proper tightening of all fasteners of hydraulic pipeline and make it proper if required.
2.3.2 Gantry Cranes:
Cleaning of the long travel and hoist machineries covers, hoist platforms and electrical panels etc.
Check brake drum and brake liner condition.
Check up and ensure that all the electrical connections are tight and in order.
Check and ensure that all the electrical cables are in order.

SOW 2
Cleaning of the Starter of the main switch from moisture and dust.
Cleaning of the magnet faces of the E&M brakes in case of contact humming.
Ensure that the contact tips of E&M Brakes are free from burns and pits.
2.4 Quarterly
The quarterly maintenance would preferably be carried out once in three months with one of the Monthly
Maintenance but not less than thrice in a year including pre-monsoon and post-monsoon maintenance.
2.4.1 Hydraulic System:
Carryout all the works, which are listed for monthly maintenance.
Check & clean return line filter elements once in three months of operation. If it is worn out replace filter
element.
Check all the fasteners of frame holding the hydraulic cylinders, hoist supporting structures, hydraulic
pipeline layout clamps, power packs etc. for tightness.
Check all the welds of hydraulic pipelines for soundness.
Check-up the insulation resistance of the main cables through Megger test and electrical system.
Test the electrical insulation of motors with Megger of 500 V. If reading is less than required valve, motors
should be dried out by one of the approved method.
Check the earthing of equipment.
2.4.2 Gantry Cranes:
Carryout all the works, which are listed for monthly maintenance.
Check up the cleanliness between the plunger and coil of the Electro Magnetic Brake.
Check the effectiveness of the brake by stopping the Gate in intermediate operation for all motions.
Check up the effectiveness & cleanliness of limit switches, push buttons, circuit breakers, contactors tip etc.
Greasing with grease of suitable grade.
Lubrication of all the bearings, bushing, pins etc.
Drain sample gear oil from each of worm reducers, if foreign particles of sludge is found, the oil shall be
drained, flushed and filled with new oil.
Check proper tightening of the base bolts of Motor, Worm reducer; Brake and Base frames of Central drive
units, Gearboxes and Plumber block holding bolts.
Check-up and tighten the wire rope clamp bolts holding the ropes.
Check-up the guide rollers and engaging/ disengaging arrangement of lifting beam for its correctness.
Check for smooth and trouble free operation of the gantry crane without excessive vibration/ sound during
motions. Rectify, if defects are found.
Check the electrical connection and wiring from supply point to main switch, main switch to starter, starter
to motor, contact point of starter and rectify, if any damages are found.
Check up rubber bushes provided in couplings, gearbox, and Central drive units for wear etc.
Check-up the wire rope for any cut, corrosion, abrasion etc. and rectify the defects, if any.
Check-up the alignment of motors etc.
Check the earthing of equipment.
2.5 ANNUALLY (Preferably before monsoon in the month of April- May)
The annual maintenance shall be combined with one of the Quarterly Maintenance preferably before the
commencement of monsoon season. The following checks or maintenance shall be carried out in addition to
the checks mentioned under Quarterly Maintenance.
2.5.1 Gates:
Touch up Painting on gate and embedded parts is to be checked and if any damages are found during visual
inspection, painting is to be carried out as per painting schedule.
Check the fasteners of splice joints, rubber seals and rollers for tightness.

SOW 3
Check the rubber for any leakages and adjustment of the rubber seals to curtail the leakage upto permissible
limit.
Check the conditions of the rubber seals for wear & deformation, if damaged, replace the seals.
Lubrication of Guide rollers, sliding tracks of stoplog & draft tube gates, wheel rollers of intake gates.
Check the seal/ sliding path and guide shoe/ roller path of gates.
Check visually for cracks in structural members, striking with a bench hammer.
Check gates welding joint for cracks/defects, if require necessary welding shall be done.
Check all the steel structures for any corrosion, rusting etc. and corrective measures should be taken to
rectify it.
Check the U/s face of skin plate for pitting, scaling and corrosion. Scale formation shall be removed if such
have formed and pitting shall be filled with weld and grounded if there is any pitting. Corroded surface shall
be cleaned and painted.
Check the embedded parts for its correctness.
2.5.2 Hydraulic System:
Cleaning of power pack tank once in a year.
Pressure test of all the hydraulic pipelines for any leakages as per direction of Engineer In charge
Checking and adjustment of operational pressure.
Greasing of motors bearing once a year.
Check the alignment of hydraulic piston, corrosion, abrasion etc.
Check the functioning of valves mounted on the cylinders and leakages from cylinder etc.
Check the paintings on hydraulic cylinders, supporting structures and intermediate links and if any damages
are found, touch up painting is to be carried out as per painting schedule.
Check all the welds of hydraulic pipelines, supporting structures. Check all the steel structures properly for
any corrosion, rusting etc.
Cleaning of Piston rod & Seal beam before monsoon.
2.5.3 Gantry Cranes and EOT
Check-up condition of all the cables.
Check-up the insulation resistance of the main cables through Megger test.
Test the electrical insulation of motors with Megger. If reading is less than required valve, motors should be
dried out by one of the approved method.
Check track wheel condition.
Check alignment of all drive mechanism.
Check all gears, pinions, and reducers, plummer blocks etc. for wear and tear.
Check the proper functioning of thrustor brake.
Check-up the condition of wire rope pulley and rope grooves.
Check painting on crane structure and if any damages are found during visual inspection, painting is to be
carried out as per painting schedule.
Apply lubricants for wire ropes.
Check up the soundness of joint welds made in the crane structure etc.
Check up lifting arrangement for the correctness.
Check all the wire ropes for wear and tear and if broken wires are more than permissible or marked
corrosion is noticed, the rope shall be replaced.
Check the alignment of gantry crane rail track.
PTPS System: Although the work of PTPS system shall be carried out by external contractor, however the
assistance for this work shall be under this contract.
2.6 GENERAL INSTRUCTIONS

SOW 4
Once in a week operate the gate for five minutes. If it is not possible just switch ON the pump and motor
unit for five minutes. Before operation check oil level. Always maintain minimum oil level.
Inspect and clean return line filter elements once in three months or 200 hours of operation. If it is worn out
replace filter elements.
Inspect and clean suction strainers inside the tanks once in six months. If it is worn out replace filter
elements.
Motors should be kept clean and free from oil, dust & moisture. Care should be taken to see that ventilation
passes are not blocked. The earthing conductors should be regularly inspected and checked for continuity.
The insulation resistance of stator and rotor windings should be checked regularly between respective
terminals and the frame.
Inspect hydraulic oil once in a year. Take samples and check the oil contamination level from a reputed lab
once in a year. If contamination is more replace the oil otherwise clean the oil by filtering it through mobile
filtration units and reuse it.
Use mobile filtration unit (to be supplied by the corporation) for oil filling also because sealed oil drum may
have contaminations.
Check the hydraulic hosepipes to their texture. As and when rubber becomes brittle and cracked, replace
immediately otherwise replace all the hydraulic hoses once in five years, which shall be intimated by
Engineer-in-Charge (to be supplied by the corporation).
Once in five years or 2000 hours of operation, which shall be intimated by Engineer-in-Charge, inspect,
clean, & replace all the worn out parts of hydraulic components, pipes, fittings, tank accessories and oil tank,
through the hydraulic hoist manufacturer or authorized servicing agency, which shall be arranged by the
corporation but necessary assistance shall be provided by the Contractor.
Once in seven years or 5000 cycles of operation, which shall be intimated by Engineer-in-Charge, inspect the
hydraulic cylinder seals, bearings and gland bushes. Check the oil leakage through seals by pressurizing the
cylinder rod side. If the oil leaks out from the piston side of cylinder, replace the seals through the hydraulic
hoist manufacturer or authorized service agency, which shall be arranged by the corporation but necessary
assistance shall be provided by the Contractor.
Before carrying out the insulation resistance test, disconnect the supply leads at the motor terminal box so
that motor winding are tested. Reconnect the motor supply leads exactly as before the test.
Maintain gate maintenance logbook and record of all maintenance activities done for each gate power pack
and cylinder.
Maintain gate operation logbook and record with time of opening & closing and hydraulic pressure at start
and end. If gate opening is not possible for water storage reasons, just run each pump for five minutes and
record remarks.
3.0 SYSTEM DETAILS
The Indira Sagar Power Station has installed capacity of 1000 MW (8 units of 125 MW each). All 8 units of
the Project have been commissioned and presently power is being generated from all units.
Each generating unit has 1 No. Intake gate of size 5792mm(W) X 8871mm(H) for regulating the water
coming through penstock and 3 No. Draft tube gates each of size 6030mm(W) X 6420mm(H) for separating
the generating turbines from tailrace pool during maintenance period. There are total 8 No. Intake gates and
21No. Draft tube gates for eight generating units. Intake gates are operatable with 210T capacity hydraulic
cylinder, mounted on the top of the respective gate grooves at Intake structure and driven by power packs,
its control panel placed in a nearby gallery of intake structure. The intake gates could also be operated from
powerhouse through remote control panel.
Besides above, one set of stoplog element having six elements of size 1770mm(H) X 7485mm(W), consisting
one top element, one bottom element & remaining 4 elements, which are interchangeable. These stoplogs
are provided for general-purpose maintenance of intake gates and penstocks.
There is a 25T capacity cantilever type gantry crane at Intake structure for operation of stoplog elements
and for handling the hydraulic cylinders during repair. The gantry crane has all the motions viz. long travel,

SOW 5
cross travel & hoist motion. For operation of draft tube gates, there is 60T capacity fixed type gantry crane
with long travel & hoist motion only.
The intake gates are assembled unit of four elements; the size of each element is as under:
1. Bottom Element : 2000mm (H) X 6812mm (W)
2. Middle Element : 2200mm (H) X 6812mm (W)
3. Middle Element : 2350mm (H) X 6812mm (W)
4. Top Element : 2500mm (H) X 6812mm (W).
Similarly the draft tube gate is integrated from the following three elements:
1. Bottom Element : 2064mm (H) X 6480mm (W)
2. Middle Element : 2153mm (H) X 6480mm (W)
3. Top Element : 2279mm (H) X 6480mm (W)
The weight of each gate element is approx. 15T and the approx. weight of each stoplog element is 10T.

4.0 DESIGN AND OPERATING CRITERIA OF EQUIPMENT


4.1 INTAKE GATE
No. of gate : 8 No.
Type of gate : Fixed wheel type
Design Head : 40.788 M
Size of gate : 6812mm (W) X 9050mm (H)
Size of opening : 5792mm (W) X 8871mm (H)
Weight of gate : 62 MT
Gate opening height : 8938mm
No. of rollers : 16 No. (4 No. Per element)
No. of guide shoe : 8 No.
Bottom Sill Level : EL 222.562 M.
Top Seal Level : EL 231.508 M.
Roller Track Top Level : EL 244.000M.
Side Guide Top Level : EL 265.800M.
Type of Rubber Seal : Top Seal: Double Stem Type (Teflon cladded)
Side Seal: Musical Note Type (Teflon cladded)
Bottom Seal: Wedge Type
Type of operation
(a) Opening: : Balanced condition (by crack opening)
(b) Closing: : Unbalanced condition

4.2 INTAKE HYDRAULIC HOIST SYSTEM


Hydraulic Cylinder:
Hoist Capacity : 210T
Hoist Type : Single Acting Tensile Cylinder
No. of Hoist : 8 No. (1 No. per gate)
Cylinder Bore : 420mm
Dia of Piston Rod : 160mm
Cylinder Stroke : 9050mm
Operating Pressure : 200Kg./Cm2
Test Pressure : 300 Kg./cm2
Design Pressure : 250 Kg/Cm2
Crack opening of Gate . 150mm

SOW 6
Gate Lifting speed : 1.0 M/ min.
Gate Lowering: speed : 6.035 M/ Min
Emergency closing : 90 Sec.
Type of Mounting : Top flange mounted
Max. Weight without oil : 7100 kg
Volume Capacity : 2592 Litres
(Full Bore side)

Hydraulic Power Pack with accessories:


No. of power pack : 4 No. (1 No. for 2 gate)
Tank capacity : 4000 Ltrs.
Electric Motor : 22 KW, 1440 rpm, Continuous duty (S1- Duty) and Class F
Insulation, Protection degree IP55, 2 No., Make Bharat

No. of motor per gate : 2 No.


Hydraulic Pump : Vane Pump; PV2R2 (Yuken Make)
Max. Flow @ 1440 RPM : 62 lpm
Power Supply : 415 V (+/- 10%), 50Hz (+/- 5%)
Hydraulic Fluid : Anti Wear Type, Grade 46

4.3 STOPLOGS
Total set of stoplog : 1 Set
No. of stoplog element : 6 No. (1 No. Bottom & Top Non-Interchangeable Element + 4 No.
Intermediate Interchangeable Elements)
Type of gate : Sliding type
Weight of Stoplog element : Top: 11 MT
Intermediate: 9.5 MT
Bottom: 9.5 MT
Design Head : 40.305 M

Size of gate : 7485mm (W) X 106200mm (H)


Size of opening : 6535mm (W) X 10200mm (H)
Support stool : Bottom Level: EL 221.100 M.
Top Level: EL 221.690 M.
Bottom Seal Level : EL 221.825 M
Top Seal Level : EL 232.175M
Sliding Track Top Level : EL 233.900 M
Side Guide Top Level : EL 267.000 M.
Type of Rubber Seal : Side Seal: Musical Note Type (Teflon cladded)
Bottom Seal: Wedge Type
Operating mechanism : Through Lifting Beam
Lifting force of operating : 25 T
mechanism
Lifting beam hook C/C : 4800mm
Stoplog Handling
(a) Lifting of top element : Balanced head condition (achieved through valve opening)
(b) Lifting of the other : Balanced head condition

SOW 7
elements
(c) Lowering of Stoplog : Balanced head condition
elements
4.4 DRAFT TUBE GATES
No. of gate : 21 No.
Type of gate : Sliding type
Design Head : 53.15 M
Size of gate : 6480mm (W) X 6500mm (H)
Size of opening : 6030mm (W) X 6420mm (H)
Weight of gate : 45 MT
Gate opening height : 8938mm
Bottom Sill Level : EL 176.850 M.
Top Seal level : EL 183.320 M.
Sliding Track Top Level : EL 189.850 M
Side Guide Liner Top Seal : EL 230.000 M
Type of Rubber Seal : Top Seal: Musical Note Type, Side Seal: Musical Note Type
Bottom Seal: Wedge Type
Operating mechanism : Through Lifting Beam
Lifting force of operating : 60 T
mechanism
Lifting beam hook C/C : 3850mm
Type of operation
(a) Opening: : Balanced condition
(Achieved through valve opening)
(b) Closing: : Balanced condition

4.5 INTAKE STOPLOG GANTRY CRANE


Operation Operation of Intake Stoplog gate element and handling the hoist during repair.
Capacity 25MT
Class & Duty Class-II Out door duty as per IS: 807-1976.
Total Lift 55 Meters.
Type of Hoist Rope Drum
Speed Hoist 1.8 Mtr. /Min.
Cross Travel 4.0 Mtr/Min.
Long Travel 6.0 Mtr/Min.
Wire Rope 28mm dia 6/37 construction, Right hand lay, Ungalvanised Fibre Main core, UTS 180 Kg/
MM2 having min braking load capacity of 41.692 tonnes and confirming to IS: 2266
latest Length 230M (In one length).
Motor Hoist: 17.5 HP, 975 RPM 40% CDF, 150 Starts/hour, Class B insulation, TEFC Crane
duty, Slipring induction Motor having minimum torque 225% of running torque & pullout
torque limited to 250% of the running torque. Shaft extended on both sides, confirming
to IS 325, Frame size AMK 180 LGR make: NGEF -1 No.
Cross Travel: 1.7 H.P. 700 RPM, Squirrel cage, 40% CDF, 150 starts/hour, Class B
insulation, Make: NGEF 1 No.
Long Travel: 3 H.P. 720 RPM, squirrel cage 40% CDF, 150 starts/hour, class 'B'
insulation TEFC crane duty, Starting torque shaft 225% of running torque the pullout
torque be limited to 250% of running torque, confirming to IS 325 latest, Frame size
AMK 132 SB, output sides, Make: NGEF 2 Nos.
Brakes Hoist: 250 dia Electro Magnetic Brake, Single Phase 100% coil rating, class 'B' insulation,

SOW 8
Ambient temperature 45 degree C. working on 400/440 V. single phase A.C. having min.
braking torque of 19.3 Kg. M, Make: Elektromag -1 No.
Cross Travel: 150 dia E.M. Brake working on 400/440V. Single phase, 100% Coil rating.
Class B insulation having min. braking torque cap. of 5 Kg. M, Make: Elektromag -1 No.
Long Travel: 200 dia EM Brake working on 400/440 V. single phase, 100% coil rating,
class B insulation having min. braking torque capacity of 10 Kg. M, Make: Elektromag -2
No
Long Travel: 200 dia Foot operated brake, Hydraulically actuated type, braking torque 10
Kg.m. with piping (to be operated from cabin) working on 400/440 V, Make: Elektromag
-2 No
Reducer Hoist: Worm reducer size 1000 Type 'O' Ratio 50:1 Input H.P. 17.5, Input RPM 575, Out
put torque 673 KgM Output shaft extended on both sides, Make: Elecon 1 No.
Cross Travel: Worm reducer size 500, Type 'O' Ratio 70:1, Input H.P.1.70 Input RPM
torque 110 KgM. out put shaft extended on both sides, Make: Elecon 1 No.
Long Travel: Worm reducer size 600, Type 'O' Ratio 60:1 Input H.P. 3.0, Input RPM 720,
Output torque 150 KgM., Input shaft extended on both sides, Shaft handing Make:
Elecon 2 No.
Gantry C/C of 7000 3mm
Runway Rails
Crab Rail C/C 8500 3mm.
Wheels Crab Travel 400 dia.
Long Travel 630 dia.
Rails Crab Travel 90 Lbs
Long Travel CR-80
Power supply 415V 5%, 3 Phase
The power supply shall be made available from plug receptacles located at 25m C/C
along the Crane runway.
Control Operation from cabin through master controllers.

4.6 DRAFT TUBE GANTRY CRANE


Type Gantry Crane (Fixed Hoist)
Operation Operating Draft Tube Gate
Capacity 60MT
Class & Duty Class-II Out door Duty as per IS 807-1976
Total Lift 61 Meters
Speed Hoist: 1.5 Meters/Min
Long Travel: 6.0 Meters/min.
Motor Hoist: 34 HP, 983 RPM, 40% CDF, 150 Starts/ hr. Class B insulation, TEFC Crane Duty,
Slipring induction Motor, having pull out torque 3.5 as per manufacturer catalogue.
Output shaft extended on both sides, frame size AMK 225 M6, Conforming to IS; 325,
Make: Kirloskar 1 No.
Long Travel: 5.7 HP, 705RPM, Squirrel, cage, 40% CDF 150 Starts per hour, Class- B
insulation, TEFC crane duty, pull out torque conforming to IS 325, frame size AMK 160
MKB, output shaft extended on both sides, Make: Kirloskar 2 No.
E.M. Brake Hoist: Dia. 300 Electromagnetic Brake, Single Phase working on 400 /440V, 50 HZ, Class
B Insulation, 100% Coil Rating, Having Min Braking torque 38 KGM, Make: Elektromag
1 No.
Long Travel: 200 dia. EM Brake, Single Phase, 100% Coil Rating, Class- B Insulation,
having minimum braking torque capacity of 10 KgM, Make: Elektromag 2 No.
200 dia. foot operated EM brake, Hydraulically actuated type, braking torque 10 Kg. with
piping (to be operated from cabin) working on 400/440V, Make: Elektromag 2 No..
Reducer Hoist: Worm Reducer size 1400 U Type Ratio 60:1 Input speed 983, Input H.P 34
Output torque 1053 KgM. Out put shaft extended on Both sides, Make: Elecon 1 No.

SOW 9
Long Travel: Worm reducer size 700 Type O Ratio 60:1 Input H.P. 5.2 Input RAM 705,
Output torque 919 Kg. M. Input shaft extended on both sides, Make: Elecon-2 No.
Gantry C/C of 4500 2mm.
Runway Rails
Wheel Long Travel 630 dia.
Rails Long Travel 105 Lb (In place of CR-80)
Power Supply 415 V 5% 3 Phase, 50 Cycles, AC & Power Supply shall be made available from Plug
receptacles located at 25m C/C along the crane runway.
Wire rope 40 dia wire rope 6x36 Construction, right hand lay ungalvanised fibre Main core, UTS
200 Kg./mm2 Having minimum breaking load capacity 105500 Kgs and conforming to
IS: 2266 latest. Length 270 M (in one Length).
Control Operation from cabin through master controllers.
Thrustor 300 dia Electro Hydraulic Thrustor Brake having braking torque cap. of 55 KG M. The
thrustor shell mounted on special lug allowing it to tilt up to 100 on either side of
brake
vertical, Make: Elektromag 1 No.

4.7 TECHNICAL SPECIFICATIONS FOR HYDRAULIC SYSTEM OF RADIAL GATES


1. Hydraulic Power Pack
Type Vane Pump PVR150-FF-110 (YUKEN Make)
Max. flow @ 1480 RPM 106 lpm
Max. Working pressure 210 kg/cm2
Type Electric Motor Continuous Duty (S1 Duty) and Class F
Insulation (Temp Rise restricted to Class B),
Foot Cum Flange Mounted,
Protection degree IP 55
Power, Speed, Voltage, Cycle 45 kw, 1480 RPM, 415 V (10%), 50 Hz (5%)
Hydraulic Fluid: Anti Wear type ISO/VG 46 (Eg. HLP 46)
Max. Operating Pressure Set at 186 bar
Solenoid Valves Supply voltage 220 V AC with LED Indication
Electric connection All Electrical appliances to be wired up to a common Junction box
Sealing material Compatible with the Hydraulic Fluid
Flexible Hoses Conforms to SAE/DIN Standards
Piping Seamless stainless steel tubes of material SS316
Tube Fittings Equivalent to Ermato Standard fittings
2. Hydraulic Cylinder

Model/Lifting Capacity Single Acting Tensile Cylinder


Pull Force 2250 kN (at 149 bar)
Cylinder Bore Dia 500 mm
Piston Rod Dia 240 mm
Cylinder Stroke 13200 mm
Max. Operating pressure (Rod Side) 165 bar
Type of Mounting Male Trunnion in Cylinder & Rod Eye
Type of Seal V-Packing

SOW 10
Male Trunnion Size Dia 240 mm
Rod Eye Spherical Bearing Size Dia 240 mm
Max. Weight including oil 16000 kg
Cushioning in Rod Side 250 mm
Operating temperature 20 Deg. C to 70 Deg. C
Volume capacity (Full Bore side) 2592 litres
3. Local Electrical Control Panel
Push buttons: Selector Switch:
Control ON (White illuminated) Mains ON/OFF
Lamps Test (Yellow) Panel Heater ON/OFF
Motor Off (Red) Motor Space Heater ON/OFF
Motor ON (Green) Motor Selector (Motor 1/Motor 2)
Intermediate Stop (Black) Open/Close
Hooter Reset (Black-Mush room head) Self Gate/Adjacent Gate
Emergency Stop Mains/Battery Select
(Red-Mush room head)
Indicating Lamps: Fault Indicating Lamps with Alarm
Mains ON (Red, Yellow, Blue) Oil Level Low (Red)
Motor-1 ON (Amber) Oil Temperature High (Red)
Motor-2 ON (Amber) Gate Jammed (Red)
Gate Open Low Pressure (Red)
(Red, During Opening Flickers)
Gate Close Motor-1 Trip (Red)
(Green, During Opening Flickers)
Gate Intermediate (Blue) Motor-2 Trip (Red)
Gate Transit (Amber) Creep Failure (Red)
Pressure Filter Clogged (Red)
Return Filter Clogged (Red)
Local Mode
Remote Mode
Auto Mode
Adjacent Gate
Self Gate
4.8 80T EOT CRANE (Crane performance)
TECHNICAL DATA
a) Operating speeds (loaded) in meters per minute
i) Main hoist 1.5 to 3.0 meters per minute
ii) Long travel 5 to 8 meters per minute
b) Type of control required Pendant switch

SOW 11
c) Power supply A.C supply
i) No. of phases 440 volts
ii) Frequency 50 cycles
iii) No. of wires As per Indian standard
iv) Neutrals Earthed
v) Main hoist Ram shorn (Swivel) Type
If safety latch required Yes
If hook swivelling lock required No
d) Distance (Span) in meters between 10800 mm
Centre line of rails
e) Side clearance Distance from centres of track rails to nearest side obstruction
i) Left end 300 mm
ii) Right end 300 mm
f) Distance from top rail to
i) Lowest over head obstruction 4.5 Meters
ii) Floor level El 267.00 meters
g) Track rail
i) Size & Weight/unit length ISCR 80 as per IS: 3443-1980
ii) Width of head Standard
h) Lift of hook above floor level
i) Main hook EL.274.97 m
i) Drop of hook below floor level
i) Main hook EL.197.00 m
j) Nearest position of hook to centre line of rail
i) Left end 2.49 meters (Tentative)
ii) Right end 2.49 meters (Tentative)
h) Vertical Clearance to under side 11.0 meters of bridge
i) Any other restriction

4.9 Goose Neck Tunnel Gates


Technical Data
1. No. of Gates 2 ( One Service Gate and One Emergency gate)
2. Weight of Emergency gate 62MT(Approx)
3. Weight of Service gate 62MT
4. Size of Emergency Gate 8000 x 6500mm
5. Size of Service gate- 8000 x 6500 MT
6. Capacity of Power Pack (Emergency gate)- 2000 lit
7. Capacity of power pack (Service gate) - 4000 lit.
8. Hoist Capacity of Hydraulic Cylinder(Emergency gate)- 125T
9. Hoist capacity of Hydraulic Cylinder(Service gate)- 280T
10. Motor Capacity for Emergency gate- 11 KW
11. Motor Capacity for Service Gate- 22 KW.
4.10 2X400 KN GANTRY CRANE
TECHNICAL SPECIFICATION
Lifting capacity : 2 x 400 KN
Height of full lift : 27.0 Metre
Crane gauge (C.L to C.L of rail) : 6.0 Metre
Crane base : 12.0 Metre
Lifting speed : 2.0 Metre / min
Travelling Speed : 8.0 Metre / min
Suspension point to point distance : 8.0 Metre
Type of crane rail : CR 100
Mounting of hoist : Stationary

SOW 12
CLASSIFICATION OF CRANE
a) Structural position : Class 2 of IS 807: 1976
b) Hoist mechanism : M 3 of IS 3177: 1999
c) Long Travel Mechanism : M 2 of IS 3177: 1999
5.0 LUBRICATION SCHEDULE

The following Lubrication Schedule is provided for general instruction purpose only:
Sl. No. Description of Location of Lubricant Frequency
Parts Lubrication
1 Power packs Oil inlet HLP 46/ Equivalent Check oil level once in a
month & top-up, if necessary.
Re-filtering/ centrifuging the
oil at least once in a year &
replenish.
2 Wheel rollers of Inspection Cover Servo Gem 2 or 3/ Re- pack once in a year.
stop log gate Equivalent
3 Guide Shoe/ Rollers Grease nipple Servo Gem 2 or 3/ Re- pack once in a year.
of stop log gate Equivalent
4 Bush Bearings Grease nipple Servo Gem 2 or 3/ Re- pack once in 3 months.
Equivalent
5 Gear box Inspection Cover Servomesh 68/ Check oil level once in a 3
(Reducer) Equivalent months & top up, if necessary.
6 Plummer blocks Grease nipple Servo grease MP/ Re- pack once in 3 months.
Equivalent
7 LT wheel Grease nipple Servo grease MP/ Re- pack once in 3 months.
assemblies Equivalent
8 Gear Wheels Greasing by hand Servo grease MP/ Re- pack once in 3 months.
Equivalent
9 Top Block assly. & Grease nipple Servo grease MP/ Re- pack once in 3 months.
Bottom Block assly Equivalent
10 Geared Couplings Grease nipple Servo grease MP/ Re- pack once in 3 months.
Equivalent
11 Motors Oil plug Servo Gem 2 or 3/ Re- pack once in a year.
Equivalent
12 Brake Lever Pin Greasing by hand Servo grease MP/ Re- pack once in 3 months.
Equivalent
13 Cable Trolley Grease nipple Servo Gem 2 or 3/ Re- pack once in 3 months.
Bearings Equivalent
14 Rope Sheaves Grease nipple Servo Gem 2 or 3/ Re- pack once in 3 months.
Equivalent
15 Wire ropes Greasing by hand Servo coat 120/ Re- pack once in 3 months.
Equivalent
16 Thrustor Greasing by oil plug BS 148, Grade B30 Re- pack once in 3 months.
(transformer oil) /
Equivalent

The repacking of lubricants, if required, would preferably be carried out once in three months but
not less than thrice in a year including pre-monsoon and post-monsoon during Quarterly
Maintenance. The re-filtering/ centrifuging of oil for power packs, if required, would be carried out
during pre-monsoon Annual Maintenance.

6.0 TROUBLESHOOTING CHART


The Troubleshooting chart of the Hydro-mechanical equipment is provided for general guidelines only.
6.1 GANTRY CRANES

SOW 13
Sl. Problem Cause Remedy
No.
A BRAKES
1 Ineffective braking 1 Leakage of oil from Thrustor 1 Check for the leakage, replace the
Brake damaged oil seals/ O rings &
replenish the oil.
2 Brake drum surface is oily 1 Check the drum surface is free
from oil/ grease.
3 Loose adjusting screws. 1 The brake is to be readjusted to
the original setting by tightening
the screws.
4 Wear & tear of brake lining. 1 Lining should be replaced when
the thickness of the lining is lining
is 50% of original.
5 Wear & tear of brake drum 1 Replace the brake drum when the
diameter is reduced by 2mm from
the original diameter.
2 Improper operation 1 Excessive wear of hinge pins 1 Enlarge holes and put over size
pins.
3 Heating of drum 1 Improper brake setting 1 Check brake release and set
proper.
4 Frequent burning of brake 1 Excessive spring tension 1 Check for excessive spring tension
coil
2 Improper magnetic gap 1 Check & correct magnetic gap.
B GEAR BOX
1 Overheating 1 Low oil level 1 Examine oil level & top-up as
specified.
2 Oil Leakage 1 Loose bolts, damaged oil-seals 1 Tighten clamping bolts.
2 Replace worn-out/ broken oil-
seals.
3 Avoid overfilling of lubricants.
3 Abnormal sound/ Vibration 1 Improper alignment & loose 1 Tighten bolts and check alignment
in gear box bolts of bearing etc.
4 Jerky start & stop 1 Excesssive backlash 2 Check wear of gear teeth and
replace if backlash is more than
0.5mm
2 Gear teeth pitting & scoring 1 Check quality and cleanliness of
lubricant.
3 Breakage of tooth 1 Replace gear or repair if breakage
is small.
C GEAR COUPLINGS
1 Jerky start 1 Bolt holes wear out 1 Enlarge holes & use oversize bolts

2 Loose bolts 1 Tighten bolts. Use lock washer.


3 Key damage 1 Replace key and repair key, if
damaged.
3 Misalignment of coupling 1 Misalignment of flexible coupling
at input should be within 0.2mm.
2 Misalignment of flexible coupling
at output should be within
1.5mm.
2 Surface crack 1 Excessive load 1 Replace coupling

SOW 14
3 Noise during start & stop 1 Loose bolts 1 Tighten bolts. Use lock washer.
2 Teeth wear 1 Check the gear teeth for wear and
rectify it.
2 Check lubrication.
4 Lubricant leakages 1 Loose bolts, damaged oil-seals 1 Tighten clamping bolts.
2 Replace worn-out/ broken oil-
seals.
3 Check coupling alignment.
D BEARINGS
1 Sound & Heating 1 Misalignment of bearing 1 Check alignment
2 Less lubrication 1 Check lubrication 7 its cleanliness.
3 Damaged bearing 1 Check bearing and replace it, if
necessary.
1 Jerky running 1 Failure of bearing 1 Replace bearing.
2 Holding bolts get loose 1 Tighten the bolts.
E WHEELS
1 Hair craks in wheel tread 1 Excessive loads 1 Observe size & its growth.
Replace the wheel, if necessary.
2 Difference in diameter of 1 Non-uniform wear of wheel 1 The difference in diameter should
wheels be < = 0.2% of wheel diameter
subject to 0.4mm max.
2 Turn wheel to uniform size and
surface. Wear of wheel tread < =
10mm or 90% of original size,
whichever is less, is acceptable.
2 Misalignment of wheel 1 Check wheel alignment
3 Damaged bearing 1 Check bearing and replace it, if
necessary.
3 Wear of wheel flange 1 Misalignment of wheel & rail 1 Check wheel & rail joints
alignment.
2 Replace wheel, if flange thickness
is less than 10mm.
F ROPE DRUM & ROPE
1 Rapid wear of rope 1 Uneven wear of sheaves 1 If non-uniformity of wear is over
groove 2mm, replace pulley otherwise
correct surface by matching.
2 Rope & sheave do not rotate 1 Check sheave bearing.
uniformaly
3 Excessive scoring on drum 1 If any, eliminate by grinding.
sheaves
4 Sharpe edge on the drum 1 Inspect the crest between the
grooves drum groovs, if sharpe edge is
formed, grind to give smooth
radii.
5 Twisting of rope 1 Eliminate reason for twist.
2 Wear out of rope drum 1 Long use/ Excessive loads 1 Check the drum thickness at the
bottom of groove; it should be
minimum 80% of the original
thickness.

SOW 15
3 Wear at the bottom of rope 1 Long use/ Excessive loads 1 Check the sheave diameter,
sheaves groove change the sheave if the diameter
is < = 25% of diameter of the
rope or 30% of original thickness
of sheave flange, whichever is
smaller.
4 Defects in wire rope 1 Defects in strands & wires 1 Check tightness of rope clamp.
2 Replace the wire rope if the outer
wire of of the rope has become
loose.
3 Replace the wire rope if the
reduction in rope diameter is
more than 5%.
4 Replace the rope if it is subjected
to severe overload or shock load.
5 Replace the wire rope when the
total number of visible broken
wires exceeds 10% of total
number of wires in the rope ant
any place, in a length of eight
times the rope diameter.
4 Defectes in wire rope 1 Defects in strands & wires Replace the wire rope when the
cross section of one strand is
reduced by 40% over length
equal to the pitch.
6 Replace the wire rope when there
is evidence of severe corrosion or
if the core of the wire rope has
collapsed.
7 Replace the wire rope when it has
been subjected to localised
distortion, damage, or kinks.

6.2 ELECTRICAL SYSTEM


Sl. Problem Cause Remedy
No.
A MOTORS
1 Bearing vibration/ abnormal 1 Accumulation of dust 1 Clean or replace the bearing, if
noise necessary.
2 Bearing damaged. 1 Check with a listening stick, if
confirmed; try to rotate the outer
face of bearing by 1800. if still,
unsatisfactory, fit new bearing.
3 Coupling out of line. 1 Check coupling gap & realign.
2 Pulsating electrical hum. 1 Defective rotor 1 Check speed at full load. If it is
low & if there is a periodic swing
of current when running &
running defective rotor is
indicated, the matter should be
referred to the manufacturer.
2 Defective wound rotor, loose 1 On a wound rotor machine, check
connection, partial short should be make of rotor
circuit etc. resistance & open circuit voltage
between slip rings.

SOW 16
3 Steady electrical hum 1 Running single phase 1 Check that all supply lines are
alive with balanced voltage.
2 Excessive load 1 Compare line current with that
give on motor nameplate.
3 Reversed phase 1 Check connection in turn &
correct the phase order.
4 Uneven air gap 1 Check with feelers. If due to worn
bearings, fit new one.
4 No Rotation 1 Supply failure either complete 1 Disconnect motor immediately
or single phase. with a single phase fault.
2 Serious overloading & burn out
may rapidly occur.
3 Ensure that correct supply is
restored to motor terminals.
2 Reversed phase. 1 Check connections in turn &
correct the phase order.
3 Non-operation of protective 1 Check the condition of protective
devices devices.
5 Reverse Rotation 1 Reversed phase 1 Interchange supply phase &
recheck limit switch operation.
6 Bearing Heating 1 Too much grease 1 Remove surplus grease
2 Too little grease 1 Wash bearings & replenish with
grease.
3 Incorrect assembly 1 Ensure bearing assembled
squarely on shaft.
6 Bearing Heating 4 Bearing overloaded. 1 This may be due to misalignment
of the drive, excessive & thrust
imposed on motor or too much
belt tension. Take appropriate
steps to reduce the load on the
bearings.
7 Motors Heating 1 Short circuit in winding/ one 1 Check phase & correct short
phase open circuit
2 Over loading 1 Check line current and if
excessive, find out the reasons
and rectify.
2 Avoid excessive jogging.
3 Low Voltage 1 Check voltage and do not operate
below recommended voltage
4 Foreign material in the air gap 1 Remove the foreign material
8 Brushes Heating 1 Excessive load 1 Compare line current with that
given on motor nameplates.
2 Brushes not bedding or 1 Carefully re-bed or clean brushes
sticking in holders. & adjust pressure.
9 Motor is not picking up the 1 Defective concerned devices 1 Check the resistance is opened/
full speed. closed.
2 Check the rotor contactor is
energized or not.
3 Check the timers for its operation.
10 Mechanism (HT / LT) 1 Limit switch contact not 1 Check & repair the limit switch.
operates in one direction closing
only
B CONTACTORS

SOW 17
1 Excessive pitting and 1 Chattering of contactors 1 Tighten the terminals.
welding of contacts
2 Check & prevent over voltage
2 Frequent Burning 1 Excessive over voltage 1 Check & prevent over voltage
2 Under voltage and associated 1 Check and correct the incoming
chattering. supply voltage.
3 Any obstruction in operation. 1 Check contactor & remove the
obstruction.
3 Contacts not working 1 Wear of Contacts 1 Examine wear of contacts
periodically.
2 Replace contact when 30% of
original contact tip remains
balance
3 Check grease or petroleum jelly
on contacts, if found claen it.
4 Contactors not energising 1 Check for loose connection.
2 Check for contactor coils
3 Check for voltage terminals
4 Check for contacted jam.
C GENERAL
1 No power supply 1 Check for all the fuses/ MCBs .
2 Check for incoming supply at
terminals.
3 Check for loose connection near
main isolator
4 Check for the primary and
secondary fuses of control
transformer. Check the status of
limit switches.
5 Check for the portion of the
stators contactor.
6 Check for all the master
controllers are in the neutral
position.
2 Motor not starting 1 Check for loose connection.
2 Check for MCB tripping off.
3 Check for Overload relay tripping.
4 Check for voltage at motor
terminal
5 Check for oil level low.
6 Check for oil temperature high.
7 Check for high pressure.
8 Check for low pressure.
9 Check for motor contactor.
10 Check for motor winding.
3 Solenoid not operating 1 Check for loose connection
2 Check for voltage at terminals.
3 Check for corresponding
contractor fuses.
4 Check for corresponding
transformer output.
4 Contactors not energising 1 Check for loose connection.
2 Check for contactor coils.

SOW 18
3 Check for voltage at terminals.
4 Check for contact jammed.
5 Over hoisting (or) over 1 Failure of limit switch. 1 Check for the spring action, if
traveling of gantry crane necessary replace it.
2 Check for the contact, if damaged
replace with a new one.

6.3 HYDRAULIC SYSTEM

Sl. Problem Cause Remedy


No.
1 Pressure too low 1 Relief valve partly open 1 Relief pressure setting too low.
(or drop in pressure below 2 Worn seal seats.
the level prescribed for the 3 Contaminant lodged under seats.
circuit) 4 Failure of springs.
2 Pump faulty See Point "Pump Faulty"
3 Excessive internal leakage 1 Worn cylinder seals.
2 Worn valves & solenoid valves.
3 Oil of insufficient viscosity.
4 Excessive pressure losses 1 Worn cylinder seals.
2 Worn valves & solenoid valves.
3 Oil of insufficient viscosity.
2 Pump Faulty 1 Intel restricted 1 Suction filter too small or blocked.
(no flow or low compared 2 Inlet line blocked.
to normal values)
2 Air in pump 1 Entering via tank inlet port.
2 Entering via inlet fittings.
3 Entering via pump shaft seals.
4 Entering with oil as foam.
3 Pump drive motor turning in 1 Reverse the phase of supply.
wrong direction
4 Relief valve partly open 1 See Point "Relief Valve partly
open"
5 Flow control valve set high 1 Adjust for correct speed of
cylinder
6 Oil viscosity too high 1 Refer to pump specification
7 Pump fault internally 1 Failure of internal oil seals
2 Vanes, plates or piston binding
may be damaged.
8 Excessive wear on pump 1 Replace the pump.
3 Pump Noisy 1 Cavitation 1 See point "Inlet Restriction"
2 See point "Oil viscosity high"
2 Air in pump 1 See point "Air in pump"
3 Internal wear 1 Excessive play in bearings
4 Vibration in the system 1 Resonance etc.
4 Over heating 1 Excessive internal leakages 1 See point "Excessive internal
leakage"
2 Excessive pressure losses 1 See point "Excessive pressure
loss"
3 System pressure too high 1 Unloaded relief valve set at high.
2 Cylinder overloaded.
4 Insufficient oil in the system 1 tank require topping up.

SOW 19
5 Erratic operation of system 1 Air in the system 1 System requires bleeding from
top.
(Hydraulic service do not 2 Infiltration; See point "Air in
respond as expected) pump"
2 Sticking valves 1 Valve held open by foreign
matters.
3 Excessive pressure losses 1 See point "Pressure too low"
6 Excessive Wear 1 Oil containing abrasive matter 1 Change oil, if due.
2 Inefficient filtration.
2 Poor lubrication 1 Better quality oil required.
2 Oil too thin at operation
temperature.
3 High operation pressure 1 Abnormally high loads on shaft/
rods.
4 Defective mounting or 1 Abnormally high loads on shaft/
coupling rods.

6.4 GATES
Sl. Problem Cause Remedy
No.
A Embedded parts
1 Cracks in parent metals and 1 Improper operation 1 Defective area to be cut out,
in welds of structural ground to bright metal and refilled
member by welding.
2 Scores on the exposed face 1 Improper movement of the 1 Check the position of gate surface
gate by opening or closing. with respect to embedded parts
and bring it in due
correspondence. Defective surface
to be grounded.
2 Foreign particles between the 1 Remove the foreign particle and
gate sliding or rolling surface clean the surface.
and sealing surface of
embedded parts.
B Gate parts
1 Cracks in parent metals and 1 Improper operation 1 Defective area to be cut out,
in welds of structural ground to bright metal and refilled
member by welding.
2 Cracks in mechanical parts 1 Improper operation 1 Replace defective parts.
(hooks, pins etc.)
3 Corrosion protection paint 1 Excessive use in adverse 1 Grind damaged surface, clean it
damaged condition of grease and repaint.
4 Leakage through a seal 1 Seal bolt connection relaxed 1 Tighten the seal bolts.
bolted connection
5 Relaxation and leakages 1 Bolted connection relaxed 1 Re-tighten or replace bolted
through splice joints of connections.
gates
6 Debries in holes of 1 Draining holes clogged. 1 Clean the gate steel structure of
horizontal stiffeners of gates debris and drain accumulated
as well as water logging in water.
space formed by these
stiffeners

SOW 20
7 Bumps, offsets and 1 Impact of floating debris 1 Foreign bodies inserted between
corrosion damage on the against the skin plate, foreign gate and embedded parts to be
upstream face of skin plate bodies between gate and eliminated, bumps and stepped
embedded parts, corrosion damages are required to grind,
protective coating damaged repaired by welding and
protective coating to be restored.
8 Increased leakages through 1 Seal damaged. Foreign bodies 1 Open the gate in position for
seals inserted between seal and repair. Replace the damaged
seal seat. Designed rubber portion of the seals. Eliminated
seal tension not ensured. Seal the foreign particle. Replace the
clamps damaged. damaged seal clamps. Adjust the
rubber seal tension.
9 Difficult extension of 1 lack of lubrication 1 Fill with grease.
dogging beam pin and
opening of filling valve.
10 Scores on the sliding shoe 1 Foreign particles inserted 1 Damaged surface to be ground.
faces between the guide shoe and
embedded parts.
11 Cracks in guide rails 1 Operation rules misused 1 Rectify or replace damaged guide
rails.

7.0 DRAWINGS
The general arrangements of gates and hoists have been shown in general installation drawing. The above
drawing gives the general layout of the location, where the works to be carried out at Site. For this purpose
the Contractor is expected to visit the Site and make himself fully aware and conversant with the Site and
the scope of the works. The Contractor should study the above drawing and understand the installed

equipment (Gates, Hydraulic Hoists, Power Packs, Gantry Cranes etc.) and the services to be provided and
works to be carried out. The other related drawings and technical literatures of the Hydro-mechanical
equipment are available with Corporation. The Bidder may inspect them to have a proper assessment of the
nature and scope of the work, before quoting the prices. The photocopy of the relevant set of drawings and
technical literatures available with Corporation may be provided to the successful Bidder after award of work
at his own cost.
However, the Bidder in their own interest, are advised to fully acquaint, himself with nature and location of
works, local conditions and other aspects which are relevant to the works and inspect, examine the site and

SOW 21
its surrounding and satisfy themselves, before submitting their tenders, in respect of the site conditions,
approach, availability of resources for execution of work etc.
Other Conditions:
1. Before deployment of above Manpower, Contractor has to submit certificate for staff qualification &
experience for approval of Engineer-in- charge. Selection of suitable manpower & their relevant
education discipline, relevant experience etc. will be the discretion of Engineer in charge. During the
Contract Period, if any of the staff found not suitable for performing his duties or due to any other
reason, Contractor has to replace that staff immediately, for which Engineer-In-Charge decision will be
final & binding.
2. As reflected in Annexure I of Section IV TF&S, Minimum payable amount per month to the Manpower
deployed in the respective category (subject to full month attendance) is inclusive of Central Minimum
Wages for 'C' Class City or Minimum Wages notified by MP Govt., whichever is higher, employees
contribution towards EPF & ESI and Additional compensation. However Contractor has to submit his bid
considering the other expenditure over & above Minimum payable amount, such as expenditure on
consumable items (enclosed as per Annexure1),Proper uniform and shoes, accommodations,
Employers PF,ESI, Administrative charges, Group insurance, Contractors Profit, Applicable Taxes &
Duties and other overhead charges / incidentals etc.

3. Contractors are required to adhere with all statuary laws and Labour laws. For which, Contractor will
have to obtain labour licenses from respective enforcement govt. agencies such as regional labour
commissioner, for the fulfillment of rules and laws. For all these compliance, Contractor is responsible for
fulfillment of all these Statuary laws. Any expenditure in this account has to consider by bidders.

SOW 22
Annexure-1

Details of Consumable Items to be provided by the Contractor in 2 Years


Sl.
Description of Items Unit Qty.
No.
Providing electrical low ankle safety shoes with steel toe having upper genuine
leather with cambrell lining with antique brass star shape eyelests, PU sole with
1 cleated design & tunnel system, PU blend sole which offers protection against Pair 48
electrical shock upto 15 KV, broad toe for extra comfort, alloy steel toe cap, 200
joules as per EN 15298 & ISI mark. (Make Liberty Warrior)
2 Providing cotton uniform having half sleeve shirt and pant of reputed make cloth. Set 48
3 Welding electrodes 3.15 mm (O&H, ADOR) Packet 20
4 Safety belt (full body) Nos. 10
5 Cotton waste Kg 400
6 Cotton chindi (fresh) minimum size 8 inch x 8 inch Kg 400
7 Hexa blades (1/2 " x 12 ") Nos. 100
8 Cutting wheel 4" Nos. 75
9 Torch cell Nos. 12
10 Emery paper No. 0 Nos. 100
11 Emery paper No. 60 Nos. 100
12 Emery paper No. 100 Nos. 100
13 Grinding wheel 4" Nos. 50
14 Buffing wheel 4" Nos. 24
15 M seal 50 gm Nos. 50
16 Feviquick Nos. 100
17 Soap (Rin 300 gm pack) Nos. 100
18 Welding Hand Gloves Pair 24
19 Cotton hand gloves Pair 40
20 Wire brush Nos. 50
21 Painting brush 2" Nos. 50
22 Painting brush 4" Nos. 100
23 PVC tape Nos. 200
24 Measuring tape 50 m Nos. 2
25 Measuring tape 5 m Nos. 5
26 Welding helmet Nos. 5
27 Grinding goggles Nos. 5
28 Gasket 1.5 mm Kg 10
29 Welding glass Nos. 50
30 Gasket 2 mm Kg 10
Note:-
1. Items at Sl. No. 1 & 2 mentioned above shall be provided in accordance to the clause 38.2 of TCC, Section-II.

SOW 23
2. Delivery Schedule of consumables, mentioned at Sl. No. 3 to 30 above shall be as per the directions of Engineer-
in-Charge.

SOW 24
SECTION IV
TENDER FORMS & SCHEDULES

TF&S 0
TENDER FORM & SCHEDULE: INDEX

1 SCHEDULE-A: SCHEDULE OF QUANTITIES AND PRICES.


2 ANNEXURE I: SCHEDULE OF PAYMENT OF WAGES.
3 SCHEDULE-B: MATERIAL FOR ISSUE TO THE CONTRACTOR.
4 SCHEDULE-C: SCHEDULE FOR LIQUIDATED DAMAGES.
5 SCHEDULE-D: REFERENCE TO TERMS AND CONDITIONS OF CONTRACT.
6 FORM OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT.
7 FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY DEPOSIT.
8 AGREEMENT FORM
9 FORMAT FOR OBTAINING DECLARATION REGARDING APPLICABILITY OF
MICRO, SMALL & MEDIUM ENTERPRISES UNDER MSMEDA 2006.
10 FRAUD PREVENTION POLICY OF NHDC.
11 POLICY AND PROCEDURE FOR BANNING BUSINESS DEALINGS
12 WARRANTY FORM
13 TENDER ACCEPTANCE LETTER

14 FORMAT FOR INFORMATION SYSTEM ON ELECTRONIC CLEARING SERVICE.

15 DECLARATION/UNDERTAKING FOR APPLICABILITY OF PROVISIONS OF


MICRO AND SMALL ENTERPRISES UNDER MSMEDA 2006.
16 CERTIFICATE OF FRAUD PREVENTION POLICY
17 DECLARATION BY BIDDER.
18 EXPERIENCE & FINANCIAL DETAILS
19 DECLARAIONS
20 CHECK LIST

TF&S 1
Schedule A

Item Rate BoQ

Tender Inviting Authority: Sr Manager (P&C)


Name of Work: Operation and Maintenance of Hydro-Mechanical Equipments at Indira Sagar Power Station, Narmada Nagar, Distt. Khandwa
(M.P).
Contract No: NIT No. 03 /1070/2017-18 dated 26/05/2017
Bidder
Name :

SCHEDULE OF QUANTITIES AND PRICES


(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the
bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
Sl. Item Description Quantity Units RATE including TOTAL TOTAL AMOUNT
No. Service Tax, AMOUNT In Words
EPF, ESIC, Cess
etc. In Figures
To be entered by
the Bidder
Rs. P

1.00 Operation and Maintenance of Hydro-Mechanical Equipments 24.00 Job per 0.00 INR Zero Only
at Indira Sagar Power Station, Narmada Nagar, Distt. Month
Khandwa (M.P) in all respect as per scope of works.
Total in 0.00 INR Zero Only
Figures
Quoted INR Zero Only
Rate in
Words

TF&S 2
Annexure- I

Detail of Payment Schedule for Manpower


Based on Central Minimum Wages for 'C' Class City or Minimum Wages notified by MP Govt., whichever is more, w.e.f. 01/10/2016
Categories of Minimum Wage Bonus and Additional Total Employers Employers Total per Total Amount
Manpower (Basic Wage + compensation Amount Per PF ' State month per Payable to the
VDA) Per Month (`) Month contribution Insurance Unit Labour Per Month
as per M.P. Govt. Bonus @8.33% Additional (`) + Admin Contributi ` (`)
(w.e.f of (2) or of Rs compensation Charge on @ 3.0
01.10.2016) 7000/- @13.36% % of Basic
(`) whichever is Wages
higher

5= 6 = (2) X 7 = (2) X 8= 9 = (5)- (PF@12%


1 2 3 4 (2)+(3)+(4) 0.1336 0.03 (5)+(6)+(7) +ESI@1.0%) of (2)

Highly skilled Grade-I 10764.00 896.64 6134.86 17795.00 1438.07 322.92 19555.99 16395.68

Skilled Grade-A 9185.00 765.11 539.89 10490.00 1227.12 275.55 11992.67 9295.95

Skilled Grade-B 9185.00 765.11 0.00 9950.11 1227.12 275.55 11452.78 8756.06

Skilled Grade-C 9185.00 765.11 0.00 9950.11 1227.12 275.55 11452.78 8756.06

Unskilled Grade-A 6950.00 583.10 726.90 8260.00 928.52 208.50 9397.02 7356.50

Unskilled Grade-B 6950.00 583.10 34.90 7568.00 928.52 208.50 8705.02 6664.50

Unskilled Grade-C 6950.00 583.10 0.00 7533.10 928.52 208.50 8670.12 6629.60

Note:

1. Bidder shall quote rate including all expenses in lieu of service charges, uniform, shoe, accommodation, transportation etc., EPF, ESIC, contractor's overhead and profit,
all taxes and duties including service tax.
2. As and when minimum wages (Basic wage + DA) are revised by either Central Govt. or Madhya Pradesh Govt., revised minimum wages of either of the two whichever
is higher, shall be paid to the workmen. The increased minimum wages and bonus shall be adjusted by reducing Additional Compensation (Column 4) and total amount
per month (column 5) shall remain unchanged, till additional compensation gets reduced to zero; after that the increment in minimum wages, Bonus, employer's
contribution towards PF & Employees' State Insurance Contribution shall be regularised and reimbursed to the contractor.

TF&S 3
Schedule B

MATERIAL FOR ISSUE TO THE CONTRACTOR

(To be read in conjunction with clauses of Scope of Works)

Approximate Place
All inclusive recovery rate at
SL. Particulars Quantity to be Unit of
which materials will be issued
issued Issue

NIL.

TF&S 4
Schedule - C

SCHEDULE FOR LIQUIDATED DAMAGES


(To be read in conjunction with Clause 21 of Terms and Conditions of Contract)

Sl Description of works Liquidated Damages

1. In case of failure on part of the contractor to


provide/arrange manpower services for execution of job
assigned and directed by the Engineer-in-charge,
liquidated damages @ 5% of the value of such
manpower services including contractors overhead &
profit (shall be considered @ 10%), which has not been
executed/provided, shall be recovered not by the way of
penalty, by the Corporation from the monthly bills of the
contractor, in addition to the non-payment of value of
such manpower services including contractors overhead
& profit (i.e. contractors profit & overhead @ 10%).

2. In addition to above, if the contractor fails to provide


Consumables, Safety Shoes and Uniform to all the
personnel deployed by them for execution of this work
within one month of award/ start of the work, Contractor
shall be liable to pay Compensation @ ` 1000/- per
Operation and Maintenance of
month, for each completed month delay. Maximum
Hydro-Mechanical Equipments at
allowed time period (for supply with compensation) shall
1 Indira Sagar Power Station,
be 2 months from the due date and after which the item
Narmada Nagar, Distt. Khandwa shall be considered as non-supplied. Thereafter, these
(M.P). non-supplied items will be procured by Corporation from
the market at risk & cost of the contractor and the
amount @ 1.1 times of the expenditure incurred shall be
recovered from the amount due to the contractor for
any/ all unsupplied items as the case may be.
3. In addition to above, if the contractor fails to make
payment of wages to the labourer deployed by him for
execution of work upto 7th of every month, he shall be
liable to pay compensation @ 0.25% of monthly wages
(NON DISBURSED PORTION) per day delay.
4. Service Tax as applicable on liquidated damages as
above shall also be deducted/recovered from the
contractor.
5. The amount of compensation may be
adjusted/withheld/deducted or set off against any sum
due or payable to the contractor under this or any other
contract with the Corporation.

TF&S 5
Schedule D

REFERENCE TO TERMS AND CONDITIONS OF CONTRACT

Sl. Clause reference Clause particulars Stipulations

Twenty Four (24) Months reckoned from


1 Clause 16 of TCC Contract period
the date mentioned in LOA

TF&S 6
BANK GURANTEE IN LIEU OF EARNEST MONEY DEPOSIT
Bank Guarantee
[On non-judicial stamp paper of 0.25% of the amount, subject to a minimum of 250 Rupees
and maximum of 25000 Rupees]

Bank Guarantee No.


Date ..

[Name of Contract]

To: [Name and Address of Employer]

WHEREAS [Name of Bidder] (hereinafter called the Bidder) has submitted its Bid dated [date
of bid] for the performance of the above-named contract (hereinafter called the Bid).

KNOW ALL PERSONS by these present that WE [Name of Bank] of [Address of Bank]
(hereinafter called the Bank), are bound to [Name of Employer] (hereinafter called the Employer) in
the sum of: [amount], for which payment well and truly to be made to the said Employer, the Bank
binds itself, its successors and assigns by these presents.

Sealed with the Common Seals of the said Bank this . Day of 20.... THE
CONDITIONS of this obligation are the following:

1. If the Bidder (a) withdraws its Bid during the period of bid validity specified by the Bidder in the
Bid Form, or (b) adopts corrupt or fraudulent or collusive or coercive practices, or

2. If the Bidder, having been notified of the acceptance of its Bid by the Employer during the
period of bid validity

(a) Fails or refuses to sign the Contract Agreement when required or

(b) Fails or refuses to issue the performance security in accordance with the bidding
documents.

(c) Refuses to accept the arithmetical corrections made in accordance with the bidding
documents.

(d) adopts corrupt or fraudulent or collusive or coercive practice(s).

WE undertake to pay to the Employer up to the above amount upon receipt of its first written
demand without the Employer having to substantiate its demand, provided that in its demand the
Employer will note that the amount claimed by it is due to it, owing to the occurrence of one or both of
the two above-named conditions and specifying the occurred condition or conditions.

TF&S 7
Notwithstanding anything contained herein above our liability under this Guarantee is limited to
Rs. (Rupees only) and our Guarantee shall remain in force up to and including (date
90 days after the period of bid validity) . . Day of .. ,20 unless a claim or
demand under this Guarantee is made on us in writing, on or before . We shall be discharged of
all liabilities under this Guarantee thereafter.

WITNESS

.. .

(Signature) (Signature)

.. .

(Name) (Name)

...

(Official Address) (Designation with Bank Stamp)

Attorney as per Power

of Attorney No.

Dated

NOTE:
The issuing bank shall write the name of banks controlling branch/ office alongwith contact details of
issuing authority like telephone/ fax and full correspondence address, in order to get the confirmation
of BG from that branch/ office if so required.

TF&S 8
BANK GURANTEE FOR CONTRACT PERFORMANCE
Bank Guarantee
[On non-judicial stamp paper of 0.25% of the amount, subject to a minimum of 250 Rupees and
maximum of 25000 Rupees]

Bank Guarantee No.


Date ..
To,
[Employers Name & Address]

Dear Sir,
In consideration of the .. [Employers Name] .. (hereinafter referred to as
the Employer which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators and assigns) having to M/s . [Contractors Name]
with its Registered/Head Office at .. (hereinafter referred to as the
Contractor , which expression shall unless repugnant to the context or meaning thereof,
include its successors administrators, executors and assigns), a Contract by issue of
Employers Notification of Award No. . Dated and the same having been
unequivocally accepted by the contractor, resulting into a Contact bearing No. . Dated
.. valued at . For . And the Contractor having agreed to provide a
Contract Performance Guarantee to the Employer for the faithful performance of the entire
Contract equivalent to .(*) % (percent) of the said value of the Contract.

We .[Name & Address of the Bank] having its Head Office at .


(hereinafter referred to as the Bank, which expression shall, unless repugnant to the context
of meaning thereof, include its successors, administrators, executors and assigns) do
hereby guarantee and undertake to pay the Employer, on demand any and all monies
payable by the Contractor to the extent of . (*) .. as aforesaid at any time upto
.. (@) .. [days/month/year] without any demur, reservation, contest, recourse
or protest and/or without any reference to the Contractor. Any such demand made by the
Employer on the Bank shall be conclusive and binding notwithstanding any difference
between the Employer and the Contractor or any dispute pending before any Court, Tribunal,
Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its
currency without pervious consent of the Employer and further agrees that the guarantees
herein contained shall continue to be enforceable till the Employer discharge this guarantee.

The Employer shall have the fullest liberty, without affecting in any way the liability of
the Bank under this guarantee, from time to time to extend the time for performance of the
Contract by the Contractor. The Employer shall have the fullest liberty, without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the Contractor, and to exercise the same at any time in
any manner, and either to enforce or to forbear to enforce any covenants, contained or
implied, in the Contract between the Employer and the Contractor or any other course or
remedy or security available to the Employer. The Bank shall not be released of its obligations
under these presents by any exercise by the Employer of its liberty with reference to the
matters aforesaid or any of them or by reason of any other act or forbearance or other acts of
omission or commission on the part of the Employer or any other indulgence shown by the
Employer or by any other matter or thing whatsoever which under law would, but for this
provision have the effect of relieving the Bank.

The Bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the contractor and notwithstanding any security or other guarantee the Employer may
have in relation to the Contractors liabilities.

TF&S 9
Notwithstanding anything contained herein above our liability under this Guarantee is
limited to . (*) .. (Rupees only) and our Guarantee shall remain in
force until . (@) . Day of .. , 20 unless a claim or demand under this
Guarantee is made on us in writing, on or before . We shall be discharged of all
liabilities under this Guarantee thereafter.

Dated this ..day of 20 at

WITNESS

.. .

(Signature) (Signature)

.. .

(Name) (Name)

...

(Official Address) (Designation with Bank Stamp)

Attorney as per Power

of Attorney No.

Dated

Notes: 1. (*) This sum shall be five percent (5%) of the Contract Price (@) This date will
be sixty (60) days beyond the Defects liability period as specified in the
Contract.

2. The stamp papers of appropriate value shall be purchased in the name of


guarantee issuing Bank.

TF&S 10
AGREEMENT FORM
(On Non-Judicial stamp paper of Requisite Value i.e. ` 500/-)

This Agreement made on this _____ day of _____________ 2016 between NHDC Limited, a company
wholly owned by NHPC Ltd., A Government of India Enterprise and Government of Madhya Pradesh,
and registered under the Companies Act, 1956 having its registered office at NHDC office complex,
near hotel Ashoka Lake View, Shyamala Hills, Bhopal (M.P) (hereinafter called the " Corporation")
which expression shall include its successors and assignees, represented by
___________________________________ (the 'CONTRACTOR"), which expression shall include their
successors & assignees of the OTHER PART.
Whereas the Corporation has invited Bids for the work of ----------------------------------------------
-----------------------------------------------------------------------------------------------------" at
NHDC (hereinafter called the "work") and the contractor has furnished his Bid and other conditions in
response to the invitation of Bids.
Whereas the Corporation has accepted the Bid submitted by the Contractor for the execution of the
works covered under and required to be done under this Agreement upon the terms and subject to the
conditions as mentioned herein below and in this Agreement.
The contract comprises the following component parts, all of which shall form an integral part of this
contract as if herein set out verbatim or if not attached, as if hereto attached.
1 Document No. I : LETTER OF AWARD AND LETTER OF ACCEPTANCE
: CORRESPONDENCE WITH THE CONTRACTOR
2. Document No. II : NOTICE INVITING TENDER
Section I : INFORMATION FOR BIDDERS
Section - II : SCOPE OF WORK
Section - III : TERMS & CONDITIONS OF CONTRACT
Section IV : TENDER FORMS & SCHEDULES

NOW THESE PRESENT WITNESS and the parties hereto hereby agree and declare as follows; that is to
say in consideration of the payments to be made and the departmental materials to be issued to the
contractor by the Corporation, the Contractor shall execute the said works in the manner as prescribed
in the Agreement or which are implied or may be reasonably necessarily for the completion of the said
work on the terms and conditions mentioned in the contract.
IN WITNESSETH WHEREOF THE PARTIES hereto have signed this agreement hereunder on the date
respectively mentioned against the signature of each at ____________.
For and on behalf of Contractor For and on behalf of N H D C Limited.

Signature Signature
(Designation) (Designation)
Place: ________________ Place: ____________________
Witnessed by: Witnessed by:

1. ______________________ 1. __________________________

2. __________________ 2. _____________________ _

TF&S 11
Format for obtaining declaration regarding applicability of Micro, Small & Medium
Enterprise under MSMED Act, 2006
To,

Subject: Declaration as regard to applicability of Micro, Small & Medium Enterprise Development
Act, 2006.

Micro, Small and Medium Enterprises Development Act, 2006 has been introduced w. e. f.
02.10.2006. Following are the relevant provisions of the Act as regard to registration of
enterprise:-

8 (1) Any person who intends to establish,-

a) a micro or small enterprise, may, at his discretion ; or


b) a medium enterprise engaged in providing or rendering of services may, at his discretion;
or
c) a medium enterprise engaged in the manufacture or production of goods pertaining to any
industry specified in the First Schedule to the Industries (Development and Regulation)
Act, 1951, shall file the memorandum of micro, small or as the case may be, of medium
enterprise with such authority as may be specified by the State Government under sub-
section (4) or the Central Government under sub-section (3):

Provided that any person who, before the commencement of this Act, established

a) a small scale industry obtained a registration certificate, may, at his discretion; and
b) an industry engaged in the manufacture or production of goods pertaining to any industry
specified in the First Schedule to the Industries (Development and Regulation)Act, 1951,
having investment in plant and machinery of more than one crore rupees but not
exceeding ten crore rupees and, in pursuance of the notification of the Government of
India in the erstwhile Ministry of Industry (Development of Industrial Development)
number S.O.477 (E), dated the 25TH July, 1991 file an Industrial Entrepreneurs
Memorandum, shall within one hundred and eighty days from the commencement of this
Act, file the memorandum, in accordance with the provisions of this Act.
2.0 Authority as referred to in aforesaid section is the General Manager, District Industries
Centre/ District Level Officer in Directorate dealing with such Enterprises of State Government.

3.0 The definition of the enterprises as specified by the Act is as follows:-

Type of Enterprise Manufacturing Industry*- Service Industry- Investment


Investment in plant & in equipments
Machinery
Micro Enterprise Not exceeding Rs.25 lacs Not exceeding Rs. 10 lacs
Small Enterprise More than Rs.25 lacs & upto More than Rs. 10 lacs & upto
Rs.5 Rs. 2 Crore
Crore
Medium Enterprise More than Rs.5 Crore & upto More than Rs. 2 Crore & upto
Rs.10 Crore Rs. 5 Crore

TF&S 12
*engaged in the manufacture of production of goods, in any manner, pertaining to any
industry specified in the First Schedule to the Industries (Development and Regulation) Act,
1951.

4.0 As such, it is requested to provide the confirmation as regard to applicability of Micro,


Small & Medium Enterprise Development Act, 2006 to your firm by submitting the
declaration/undertaking by..(date to be mentioned for obtaining declaration from
existing suppliers/service providers):-

(Authorized Representative of Concerned


Contract & Procurement Division)

TF&S 13
FRAUD PREVENTION POLICY OF NHDC

1. BACKGROUND

The Corporate Governance guideline-2010 to be followed by CPSE describes certain requirements.


These requirements inter alias include "Whistle Blower Policy". This policy envisages the companies
to put in place a mechanism for employees to report to the Management about unethical behaviour,
actual or suspected fraud or violation of conduct or ethics policy.

Further, statutory auditors of the company are required to comment on the fraud prevention policy of
the company in their report to the Comptroller and Auditor General of India (C&AG) on the annual
accounts of the company given in compliance of the provisions of Section 619(3) of the Companies
Act, 1956.
In the light of the foregoing and keeping in view the approach of NHDC Ltd. in following Corporate
Governance principles proactively, it is appropriate that a fraud prevention policy is formulated and
implemented.

The policy statement is given below for implementation with immediate effect:

2. POLICY OBJECTIVES:

The "Fraud prevention policy" has been framed to provide a system for detection and prevention of
fraud, reporting of any fraud that is detected or suspected and fair dealing of matters pertaining to
fraud.

The policy will ensure and provide for the following:


(i) To ensure that management is aware of its responsibilities for detection and prevention of fraud
and for establishing procedures for preventing fraud and/or detecting fraud when it occurs.
(ii) To provide a clear guidance to employees and others dealing with NHDC Ltd. forbidding them
from involvement in any fraudulent activity and the action to be taken by them where they
suspect any fraudulent activity.
(iii) To conduct investigations into fraudulent activities.

(iv) To provide assurances that any and all suspected fraudulent activity will be fully
investigated.

3. SCOPE OF POLICY:

The policy applies to any fraud, or suspected fraud involving employees of NHDC Ltd. (all full time,
part time or employees appointed on adhoc/temporary/contract basis) as- well as representatives of
vendors, suppliers, contractors, consultants, service providers or any outside agency (ies) doing any
type of business with NHDC Ltd.

4. DEFINITION OF FRAUD:

"Fraud" is a willful act intentionally committed by an individual(s) -by deception, suppression, cheating
or any other fraudulent or any other illegal means, thereby, causing wrongful gain(s) to self or any
other individual(s) and wrongful loss to other(s). Many a times such acts are undertaken with a view
to deceive/mislead others leading them to do or prohibiting them from doing a bonafide act or take
bonafide decision which is not based on material facts."

5. ACTIONS CONSTITUTING FRAUD:

While fraudulent activity could have a very wide range of coverage, the following are some of the

act(s), which constitute fraud.

TF&S 14
(i) Forgery or alteration of any document or account belonging to the Company.
(ii) Forgery or alteration of cheque, bank draft or any other financial instrument etc.
(iii) Misappropriation of funds, securities, supplies or others assets by fraudulent means etc.
(iv) Falsifying records such as pay-rolls, removing the documents from files and /or replacing it by
a fraudulent note etc.
(v) Willful suppression of facts/deception in matters of appointment, placements, submission of
reports, tender committee recommendations etc. as a result of which a wrongful gain(s) is
made to one and wrongful loss(s) is caused to the others.
(vi) Utilizing Company funds for personal purposes.
(vii) Authorizing or receiving payments for goods not supplied or services not rendered.
(viii) Destruction, disposition, removal of records or any other assets of the Company with an ulterior
motive to manipulate and misrepresent the facts so as to create suspicion/suppression/cheating
as a result of which objective assessment/decision would not be arrived at.

(ix) Any other act that falls under the gamut of fraudulent activity.

6. REPORTING OF FRAUD:

Any employee (full time, part time or employees appointed on adhoc /temporary/contract basis),
representative of vendors, suppliers, contractors, consultants, service providers or any other agency
(ies) doing any type of business with NHDC Ltd. as soon as he / she comes to know of any fraud or
suspected fraud or any other fraudulent activity must report such incident(s). Such reporting shall be
made to the designated Nodal Officer(s), nominated in every project/unit/Corporate Centre. If,
however, there is shortage of time such report should be made to the immediate controlling officer
whose duty shall be to ensure that input received is immediately communicated to the Nodal Officer.

The reporting of the fraud normally should be in writing. In case the reporter is not willing to furnish a
written statement of fraud but is in a position to give sequential and specific transaction of
fraud/suspected fraud, then the officer receiving the information/Nodal Officer should record such
details in writing as narrated by the reporter and also maintain the details about the identity of the
official/ employee / other person reporting such incident. Reports can be made in confidence and the
person to whom the fraud or suspected fraud has been reported must maintain the confidentiality
with respect to the reporter and such matter should under no circumstances be discussed with any
unauthorized person.
(i) All reports of fraud or suspected fraud shall be handled with utmost speed and shall be
coordinated by Nodal Officer(s) to be nominated.

(ii) Officer receiving input about any suspected fraud/nodal officer(s) shall ensure that all relevant
records documents and other evidence is being immediately taken into custody and being
protected from being tampered with, destroyed or removed by suspected perpetrators of fraud
or by any other official under his influence.

7. INVESTIGATION PROCEDURE:

(i) The "Nodal Officer" shall, refer the details of the Fraud/suspected fraud to the Vigilance
Department of NHDC Ltd. for further appropriate investigation and needful action.

(ii) This input would be in addition to the intelligence, information and investigation of cases of
fraud being investigated by the Vigilance Dept. of their own as part of their day-to-day
functioning.
(iii) After completion of the investigation, due & appropriate action, which could include
administrative action, disciplinary action, civil or criminal action or closure of the matter if it is

TF&S 15
proved that fraud is not committed etc. depending upon the outcome of the investigation shall
be undertaken.
(iv) Vigilance Department shall apprise "Nodal Officer" of the results of the investigation undertaken
by them. There shall be constant coordination maintained between the two.
8. RESPONSIBILITY FOR FRAUD PREVENTION:

(i) Every employee (full time, part time, ad hoc, temporary, contract), representative of vendors,
suppliers, contractors, consultants, service providers or any other agency (ies) doing any type of
business with NHDC Ltd. is expected and shall be responsible to ensure that there is no
fraudulent act being committed in their areas of responsibility/control. As soon as it is learnt
that a fraud or suspected fraud has taken or is likely to take place they should immediately
apprise the same to the concerned as per the procedure.

(ii) All controlling officers shall share the responsibility of prevention and detection of fraud and for
implementing the fraud prevention policy of the Company. It is the responsibility of all
controlling officers to ensure that there are mechanisms in place within their area of control to:
a. Familiarize each employee with the types of improprieties that might occur in their area.
b. Educate employees about fraud prevention and detection.
c. Create a culture whereby employees are encouraged to report any fraud or suspected fraud,
which comes to their knowledge, without any fear of victimization.
d. Promote employee awareness of ethical principles subscribed to by the Company through
CDA Rules;
(iii) Due amendments shall be made in the general conditions of contracts of the organization
wherein all bidders/service providers/ vendors/ consultants etc. shall be required to certify that
they would adhere to the fraud prevention policy of and not indulge or allow anybody else
working in their organization to indulge in fraudulent activities and would immediately apprise
the organization of the fraud/suspected fraud as soon as it comes to their notice.

These conditions shall form part of documents both at the time of submission of bid and agreement of
execution of contract.

9. ADMINISTRATION AND REVIEW OF THE POLICY:

The Managing Director/CED/CEO shall be responsible for the administration, interpretation, application
and revision of this policy. The policy will be reviewed and revised as and when needed.

TF&S 16
Policy and Procedure for Banning Business Dealings

1.0 Introduction
1.1 NHDC Ltd. deals with Agencies viz. parties/ contractors/ suppliers/ bidders, who are
expected to adopt ethics of highest standards and a very high degree of integrity,
commitments and sincerity towards the work undertaken. It is not in the interest of
NHDC to deal with Agencies who commit deception, fraud or other misconduct in
tendering process.
1.2 Since banning of business dealings involves civil consequences for an Agency
concerned, it is incumbent that adequate opportunity of hearing is provided and the
explanation, if tendered, is considered before passing any order in this regard keeping
in view the facts and circumstances of the case.
2.0 Scope
2.1 The Information for Bidders/ Instruction of Bidders and even the General Conditions of
Contract (GCC) of NHDC generally provide that NHDC shall have the rights to remove
from list of approved suppliers/ contractors or to ban business dealings if any Agency
has been found to have committed misconduct or fraud or anything unethical not
expected from a reputed contractor.
2.2 The procedure of (i) Removal of Agency from the List of approved suppliers/
contractors; (ii) Suspension and (iii) Banning of Business Dealing with Agencies, has
been laid down in these guidelines.
2.3 These guidelines shall apply to all the Projects/ Power Stations/ Regional Offices/
Liaison Offices and Corporate Office, Bhopal of NHDC.
2.4 It is clarified that these guidelines do not deal with the poor performance of the
Contractors/ Agencies.
2.5 The banning shall be with prospective effect, i.e. future business dealings.
3.0 Definitions
In these Guidelines, unless the context otherwise requires:
i) Party/ Contractor/ Supplier/ Bidders shall mean and include a public limited company or a
private limited company, a joint venture consortium, HUF, a firm whether registered or not,
an individual, cooperative society or an association or a group of persons engaged in any
commerce, trade, industry etc. Party/ Contractor/ Supplier/ Bidder in the context of these
guidelines is indicated as Agency.
ii) Unit shall mean the Project/ Power Station/ Regional Office/ Liaison Office.
iii) Competent Authority and Appellate Authority shall mean the following:
a) For NHDC Wide Banning
The Chief Executive Director shall be the Competent Authority for the purpose of these
guidelines. CMD shall be the Appellate in respect of such cases.
b) For Projects/ Power Stations/ Regional Offices/ Liaison Offices.
Head of the Unit not below the rank of Chief Engineer/ Chief shall be the Competent Authority
for the purpose of these guidelines. The Chief Executive Director shall be the Appellate
Authority in all such cases.
iv) Investigating Committee shall mean any Officer/ Committee appointed by Competent
Authority to conduct investigation.
v) List of approved Agencies viz. Parties/ Contractors/ Suppliers/ Bidders shall mean
and include list of Parties/ Contractors/ Suppliers/ Bidders etc. if registered with NHDC.
4.0 Initiation of Banning/ Suspension

TF&S 17
Action for banning/ suspension business dealings with any Agency shall be initiated by the
department responsible for invitation of bids after noticing the irregularities or misconduct on
the part of Agency concerned. Besides the concerned department, Vigilance Department of
each Unit/ Corporate Vigilance may also be competent to initiate such action.
5.0 Suspension of Business Dealings.
5.1 If the conduct of any Agency dealing with NHDC is under investigation, the Competent
Authority may consider whether the allegations (under investigation) are of a serious nature
and whether pending investigation, it would be advisable to continue business dealing with the
Agency. If the Competent Authority, after consideration of the matter including the
recommendation of the Investigating Committee, if any, decides that it would not be in the
interest to continue business dealings pending investigation, it may suspend business dealings
with the Agency. The order of suspension would operate for a period not more than six months
and may be communicated to the Agency as also to the Investigating Committee. The
Investigating Committee may ensure that their investigation is completed and whole process of
final order is over within such period. However, if investigations are not completed in six
months time, the Competent Authority may extend the period of suspension by another three
months, during which period the investigations must be completed.
5.2 The order of suspension shall be communicated to all Departmental Heads of NHDC and Heads
of the Units. During the period of suspension, no business dealing may be held with the
Agency.
5.3 As far as possible, the existing contract(s) with the Agency may continue unless the Competent
Authority, having regard to the circumstances of the case, decides otherwise.
5.4 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed
that its conduct is under investigation. It is not necessary to enter into correspondence or
argument with the Agency at this stage.
5.5 It is not necessary to give any show-cause notice or personal hearing to the Agency before
issuing the order of suspension.
6.0 Ground on which Banning of Business Dealings can be initiated
6.1 If the security consideration, including questions of loyalty of the Agency to NHDC so warrants;
6.2 If the director/ owner of the Agency, proprietor or partner of the firm, is convicted by a Court
of Law for offences involving moral turpitude in relation to its business dealings with the
Government or any other public sector enterprises, during the last five year;
6.3 If business dealings with the Agency have been banned by the Department of Power,
Government of India;
6.4 If the Agency has resorted to corrupt, fraudulent practices including misrepresentation of facts;
6.5 If the Agency uses intimidation/ threatening or brings undue outside pressure on NHDC or its
official for acceptance/ performances of the job under the contract;
6.6 If the Agency misuses the premises or facilities of the NHDC, forcefully occupies or damages
the NHDCs properties including land, water resources, forests/ trees or tampers with
documents/ records etc. (Note: The examples given above are only illustrative and not
exhaustive. The Competent Authority may decide to ban business dealing for any good and
sufficient reason).
7.0 Banning of Business Dealings
7.1 A decision to ban business dealings with any Agency shall normally apply throughout NHDC.
However, the Competent Authority of the Unit can impose such ban unit-wise only if in the
particular case banning of business dealings by respective Unit will serve the purpose and
achieve its objective and banning throughout the company is not required in view of the local
conditions and impact of the misconduct/ default to beyond the Unit. Any ban imposed by
Corporate Office shall be applicable across all Units of NHDC.

TF&S 18
7.2 There will be an Investigating Committee in each unit to be appointed by Head of the Unit for
processing the cases of Banning of Business Dealings. However, for procurement of items/
award of contracts at Corporate Office, the committee shall consist of officers not below the
rank of Chief Engineer/ Chief from Indenting Division, Finance, Law and Contracts. Member
from department responsible for invitation of bids shall be the convener of the committee. The
functions of the committee shall, inter-alia include;
i) To study the report of the department responsible for invitation of bids and decide if a
prima-facie case for banning exists, if not, send back the case to the Competent Authority.
ii) To recommend for issue of show-cause notice to the Agency by the concerned department
as per clause 9.1.
iii) To examine the reply to show-cause notice and call the Agency for personal hearing, if
required.
iv) To submit final recommendations to the Competent Authority for banning or otherwise.
8.0 Removal from List of Approved Agencies Supplier/ Contractors, etc.
8.1 If the Competent Authority decides that the charge against the Agency is of a minor nature, it
may issue show-cause notice as to why the name of the Agency should not be removed from
the list of approved Agencies - Suppliers/ Contractors, etc.
8.2 The effect of such an order would be that the Agency would not be qualified for competing in
Open Tender Enquiries or Limited Tender Enquiries till the period mentioned in the order.
8.3 Past performance of the Agency may be taken into account while processing for approval of the
Competent Authority for awarding the contract.
9.0 Show-cause Notice
9.1 In case where the Competent Authority decides that action against an Agency is called for, a
show-cause notice has to be issued to the Agency, Statement containing the imputation of
misconduct or misbehavior may be appended to the show-cause notice and the Agency should
be asked to submit within 15 days a written statement in its defence.
9.2 If the Agency requests for inspection of any relevant document in possession of NHDC,
necessary facility for inspection of documents may be provided.
9.3 The Competent Authority may consider and pass an appropriate speaking order:
a) For exonerating the Agency if the charges are not established;
b) For removing the Agency from the list of approved Suppliers/ Contractors, etc.
c) For banning the business dealing with the Agency.
9.4 If it decides to ban business dealings, the period for which the ban would be operative may be
mentioned.
10.0 Appeal against the Decision of the Competent Authority
10.1 The Agency may file an appeal against the order of the Competent Authority banning business
dealing etc. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred
within one month from the date of receipt of the order banning business dealing, etc.
10.2 Appellate Authority would consider the appeal and pass appropriate order which shall be
communicated to the Agency as well as the Competent Authority.
11.0 Circulation of the names of Agencies with whom Business Dealings have been
banned
The concerned unit shall forward the name and details of the Agency(ies) banned to IT&C
Division of Corporate Office for displaying the same on the NHDC website.

TF&S 19
ANNEXURE I

WARRANTY FORM

(To be enclosed with Envelope No. 1 i.e. Techno-commercial bid)

I/ We (hereinafter referred to as the Contractor) having carefully studied all the documents,
specifications, drawings, etc. pertaining to the Contract for works, required for the work of Operation
and Maintenance of Hydro-Mechanical Equipments at Indira Sagar Power Station,
Narmada Nagar, Distt. Khandwa (M.P) (hereinafter called the Works) and the local and site
conditions and having undertaken to execute the said works.

I do hereby warrant that:

1 The Contractor is familiar with all the requirements of the Contract.


2 The Contractor has investigated the site and satisfied himself regarding the character of the
work and local conditions that may affect the work or its performance.
3 The Contractor is satisfied that the work can be performed and completed as required in the
Contract.
4 The Contractor accepts all risk directly or indirectly connected with the performance of the
Contract.
5 The Contractor has had no collusion with other Contractors, with any of the men of the
Engineer-in-Charge or with any other person in Corporation to execute the said works
according to the terms and conditions of the said contract.
6 The Contractor has not been influenced by any statement or promise of the Corporation or
Engineer-in-Charge but only by the Contract Documents.
7 The Contractor is financially solvent.
8 The Contractor is experienced and competent to perform the Contract to the satisfaction of the
Engineer-in-Charge.
9 The statements submitted by the Contractor are true.
10 The Contractor is familiar with all general and special Laws, Acts, Ordinances, Rules and
Regulations of the Municipals, Districts, State and Central Government of India that may affect
the work, its performance or personnel employed therein.

For and on behalf of the Contractor


Date:

(Seal and Sign of the Bidder or


Duly authorized Representative)

TF&S 20
ANNEXURE II
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)

Ref No. 12/09/2012 Date: 10/10/2012


To,
Sr. Manager (P&C)
NHDC Ltd., ISPS,
Narmada Nagar, Distt. Khandwa (M.P.)
Sub: Acceptance in respect of Terms & Conditions of Tender document.
Ref:- NIT No. 03/1070/2017-18 dated 26/05/2017
Name of Work: Operation and Maintenance of Hydro-Mechanical Equipments at Indira
Sagar Power Station, Narmada Nagar, Distt. Khandwa (M.P).
Sir,
1. I/We have downloaded/ obtained the tender document(s) for the above mentioned Tender/Work
from the web site(s) www.nhdcindia.com/ www.eprocure.gov.in.
2. I/We hereby certify that I/we have read the complete tender document which shall form part of the
contract agreement and I/we shall abide hereby by the content contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too has also been
taken into consideration, while submitting this acceptance letter.
4. I/We hereby certify that I/we have carefully read Scope of Work and Schedule of Quantities &
Prices and ascertained the minimum requirement of manpower, material, machinery etc. for successful
execution of the work.
5. I/ We hereby unconditionally accept all the terms and conditions of above mentioned tender
document and corrigendum(s) as applicable.
6. In case any provisions of this tender are found violated, then your department/ organisation shall
without prejudice to any other right or remedy be at liberty to reject my bid including the forfeiture of
earnest money deposit.
7. I/ We confirm that before submitting this Bid, I/ We have visited the Project site and fully acquainted
ourselves with the site conditions and local situation regarding materials, required for inspection and
rectification, labour and all other factors pertaining to the work under this Bid.
8. I/ We confirm that our bid shall be valid upto 180 days from the date of opening of Cover-1,
Techno-commercial Bid.
9. I/ We hereby certify that all the statements made and information supplied in the enclosed
Annexures and Forms and additional data etc. furnished herewith are true and correct.
10. I/ We have furnished all information and details necessary for demonstrating our qualification and
have no further prominent information to supply.
11. Until a formal contract is prepared and executed, this bid, together with your notification of award,
will constitute a binding contract between us
12. I/ We confirm that it is my/our sole responsibility to ensure that registration certificate under
MSMEDA Act 2006/ NSIC submitted in lieu of EMD & Tender Fee, is applicable for the works/ services
covered under this tender document and if Bid not found accompanied with proper EMD or registration
under MSMEDA Act 2006/ NSIC shall be rejected summarily as being non-responsive and my/our price
bid (Cover - 2) will not be opened.
13. I/ We understand that you are not bound to accept the lowest or any bid you may receive.
14. I/ We certify / confirm that we comply with the eligibility requirements as per Bid documents
Seal and Sign of Bidder
Name:
Address:

TF&S 21
ANNEXURE III

INFORMATION SYSTEM ON ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)

(Payment to parties through ECS/RTGS/NEFT/Net banking)


1. PARTYS NAME : .

Address : .

E-mail ID : .

Phone/ Mobile No. :

2. PARTICULARS OF BANK ACCOUNT:

A. BANK NAME : ..

B. BRANCH NAME : .

Branch Code : .

Address : ..

Telephone No. : .
C. 9-DIGIT CODE NUMBER : ..
OF THE BANK & BRANCH (MICR Code)
(Pl. enclose a copy of cancelled
cheque for record & correctness
of code number)
D. IFSC Code of the Beneficiary Bank :

E. ACCOUNT Type :
(S.B. Account/Current Account or Cash Credit)
F. BANK ACCOUNT NO. OF THE PARTY :

I hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect
information, I would not hold the user Company responsible.
I agree to bear bank charges for transaction through ECS/NEFT/RTGS.

( )
Date: Seal and Sign of the Bidder or
Duly authorized Representative

Certified that the particulars furnished above are correct as per our records.

(Banks Stamp)

( )

Signature of the Authorized Official from the bank

TF&S 22
ANNEXURE IV

DECLARATION/UNDERTAKING

A) I/We confirm that the provisions of Micro, Small & Medium Enterprise are applicable/ not
applicable to us and our organization falls under the definition of:

(i) [ ] - Micro Enterprise

(ii) [ ] - Small Enterprise

(iii) [ ] - Medium Enterprise.

(iv) Whether belongs to SC/ST [Yes/No]

Please tick in the appropriate option box [ ] and attach documents/ certificate, if any.

B) I/We also undertake to inform the change in this status as aforesaid during the currency of
the contract, if any.

(Seal and Sign of the Bidder or

Duly authorized Representative)

TF&S 23
ANNEXURE V

CERTIFICATE

This is to certify that I/We would adhere to the Fraud Prevention Policy of NHDC Ltd., and not
indulge or allow anybody else working in our organisation to indulge in fraudulent activities and
would immediately apprise the organisation of the fraud/ suspected fraud as soon as it comes
to our notice.

(..)
Seal and Sign of the Bidder or
Duly authorized Representative

TF&S 24
Annexure VI

DECLARATION BY BIDDER

I/ We, M/s ________________________________________ (Name of bidder) hereby certify that

I/ We have not been banned / delisted/ blacklisted/ debarred from business by any PSU/ Govt.

Department during last 03 (Three) years.

(Seal and Sign of the Bidder or


Duly authorized Representative)

TF&S 25
ANNEXURE-VII
EXPERIENCE & FINANCIAL DETAILS

1. EXPERIENCE (SIMILAR NATURE OF WORKS)

S. Detail of similar works No. & Date Value of Actual date of Name &
No. carried out of Work work Order/ completion complete
Order/ contract (Month & year) address of
Contract the customer

2. Annual Turnover

The information supplied should be the annual turnover of the Bidder in terms of the amounts
billed to clients for each year for work in progress or completed, in the last Three (03) financial
years

S. Financial year Turnover (Rs. in Lacs)


No.
1. 2013-2014

2. 2014-2015

3. 2015-2016

Date ______________ 2017 Seal and Sign of the Bidder or


Duly authorized representative

TF&S 26
ANNEXURE-VIII
DECLARATIONS

I/ We, M/s (Name of bidder) hereby declare the following:

Sl. Declaration Type Declaration Acceptance


No.
A Declaration for De- We hereby declare that, we have not been Agree Only
Listing banned/de-listed/black listed/ debarred from
business by any PSU or Govt Department during
the last three years

B Undertaking We hereby undertake that we have studied Agree Only


and understood all the terms and conditions as
mentioned in tender document (including ITB,
Terms & Conditions of Contract and Scope of
Work) and we agree to abide by the same
unconditionally.

C Declaration regarding 1. All applicable taxes & duties including Service Agree Only
taxes & duties Tax, Any other taxes etc. on items against
tender specification have been included in the
price bid.
2. All applicable taxes/duties including Service Tax
as applicable and assessed on the Employer
have been also included in the prices/ rates,
which shall be deducted from the Contractor
and deposited to the concerned authority by
the Employer.
3. The taxes and duties shall be dealt as per
Section- 0 ITB Clause No. 11 and clause no.
7.0 of Section II TCC.

D Corrupt, Fraudulent, We hereby declare that we are not engaged Agree Only
Collusive or Coercive in any Corrupt, Fraudulent, Collusive or
Practices Coercive Practices as mentioned in Clause No.
26 of Section- 0 ITB.

E Correctness of bid We hereby declare that information furnished with Agree Only
Bid is correct in all respect

(Seal and Sign of the Bidder or


Duly authorized Representative)

TF&S 27
ANNEXURE X
CHECK LIST (To be uploaded online)
S. Document Required Clause Action Submitted
No. Reference Required (Yes/ No)

1. Information of Bidder (on letter Scanned copy to be uploaded


head):
(Bidder should provide correct
Name: address and other details for
correspondence. NHDC shall not be
Correspondence Address: responsible for any kind of
communication failure.)
Mobile No.
Email:
Fax:
2. Type of the Firm/Company
i) Proprietary:
ii) Partnership:
iii) Private Ltd. Co.
iv) Public Ltd. Co.
3. Copy of registration of ITB Clause 2.2 Scanned copy to be
PAN uploaded

EPF
ESIC
Service Tax
4. For qualification criteria of Past
Experience
(i) Purchase order/ Work order/ Letter ITB Clause 2.2 Scanned copy to be
of Award with BOQ uploaded
a)
b)
c)
(ii) Completion/ Installation certificate of
respective Purchase order/ Work
orders issued by the respective
purchaser/ owner
a)
b)
c)
5. Copy of Annual Report and Audited ITB Clause 2.2 Scanned copy to be
Balance sheet & Profit & loss account/ uploaded
Copy of Certificate from Chartered
Account in respect of annual turnover
along with ITR for
(i) 2013-14
(ii) 2014-15

TF&S 28
(iii) 2015-16
6. Tender Document Fee in any one ITB Clause 1.2.3 Scanned copy to be
form and 13.1 uploaded and
(i) DD/BC amounting to ` 1000/- submitted in original in
the Office of Tender
(ii) Notarized copy of valid MSMEDA/
Inviting Authority.
NSIC certificate
7. EMD in any one form ITB Clause 1.2.3 Scanned copy to be
(i) DD/BC amounting to ` 1,68,000/- and 13.2 uploaded and
submitted in original in
(ii)In case of Bank Guarantee, strictly in
the Office of Tender
the format provided in TF&S, Amount for
Inviting Authority.
` 1,68,000/- validity 11 months

(iii) Notarized copy of valid MSMEDA


/NSIC certificate
8. Authorization/Power of attorney in ITB Clause 10.1 Scanned copy to be
respect of person for signing of (A) and 17.1.1 to uploaded and original
documents & for online submission of 17.1.5 Authorization/Power of
Bid along with Partnership deed in case attorney to be
of partnership firm or memorandum and submitted in the Office
articles of association and certificate of of Tender Inviting
incorporation in case of Pvt. Company/ Authority.
Partnership firm.
9. Warranty Form Annexure-I of
Section IV TF&S
10. Tender Acceptance Letter Annexure-II of
(on companys letterhead) Section IV TF&S

11. ECS Form Annexure-III of


Section IV TF&S
12. MSMEDA declaration as per Performa. Annexure IV of
Scanned copy of duly
Section IV TF&S
filled in, signed &
13. Fraud Prevention Policy Certificate Annexure V of stamped formats to be
Section IV TF&S uploaded.
14. Declaration by Bidder Annexure VI of
Section IV TF&S
15. Details of Past Experience & Financial Annexure-VII of
Data Section IV TF&S
16. Declarations Annexure VIII
of Section IV
TF&S

(Seal and Sign of the Bidder or


Duly authorized Representative)

TF&S 29

You might also like