You are on page 1of 45

NTPC Limited

(A Government of India Enterprise)

TANDA THERMAL POWER PROJECT,


STAGE-II (2X660 MW)

BIDDING DOCUMENTS
FOR
COOLING TOWERS PACKAGE

SECTION - VII
(PART 2 OF 3)

BIDDING DOCUMENT NO. : CS-9562-135-2


NTPC Limited
(A Government of India Enterprise)

TANDA THERMAL POWER PROJECT,


STAGE-II (2X660 MW)

BIDDING DOCUMENTS
FOR
COOLING TOWERS PACKAGE

SECTION - VII
(PART 2 OF 3)

BIDDING DOCUMENT NO. : CS-9562-135-2

(This document is meant for the exclusive purpose of bidding against this Bid
Document No. / Specification and shall not be transferred, reproduced or otherwise
used for purposes other than that for which it is specifically issued).
TABLE OF FORMS AND PROCEDURES

Sl.No. Description

Section-VII (Part 1 of 3)

1a. Techno-Commercial Bid (Envelope-I)


(Bid Form along with Attachments)

Section-VII (Part 2 of 3)

1b. Price Bid (Envelope-II) (Bid Form along


with attachments and Price Schedules)

Section-VII (Part 3 of 3)

2. Bid Security Form - Bank Guarantee

2a. Bid Security Form - Bank Guarantee in case


of Bid From Joint Venture - (NOT APPLICABLE)

2b. Bid Security Form - Letter of Credit

3. (a) Form of Notification by the Employer to the Bidder

(b) Form of Sight Draft

4. Forms of Notification of Award (2 forms)

5. Form of Contract Agreement

6. Performance Security Forms

6a. Performance Security Form in case of


contract awarded to Joint Venture - (NOT APPLICABLE)

7(i). Bank Guarantee Form for Advance Payment


(For Supply - FOB/Ex-Works Portion)

7(ii). Bank Guarantee Form for Advance Payment


for (For Installation Services Portion)

7(iii). Bank Guarantee Form for Advance Payment in


case of contract awarded to Joint Venture - (NOT APPLICABLE)

8. Form of Completion Certificate


Sl.No. Description

9. Form of Operational Acceptance Certificate

10. Form of Trust Receipt

11. Forms of Indemnity Bond (2 Nos.)

12. Form of Authorization Letter

13. Forms of Deed of Joint Undertaking

14. Form of Bank Guarantee by Associate/Collaborator

15. Form of Joint Venture Agreement - (NOT APPLICABLE)

16. Form of Bank Guarantee Verification Check List

17. Form of Validity Extension of Bank Guarantee

18. Forms of Indemnity Bond to be Executed by the Contractor for the Removal/
Disposal of Scrap/Disposal of Surplus Material
1B. BID FORM (PRICE BID),

ATTACHMENTS AND

PRICE SCHEDULES

(ENVELOPE-II : PRICE BID)


BID FORM (PRICE BID)
Page 1 of 8

BID FORM (PRICE BID)

Bidder Proposal Ref. No.:

IFB No.: Date : ......................

Name of Package : Cooling Towers Package for Tanda TPP, Stage-II (2x660MW)

To

NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,
Noida-201301.

Gentlemen and/or Ladies,

1.0 Having examined the Bidding Documents No. CS-9562-135-2, including


subsequent amendments ........................ and clarifications ............................., if
any (Insert Numbers), the receipt of which is hereby acknowledged, we the
undersigned, offer to design, manufacture, test, deliver, install and commission
(including carrying out Guarantee Test) the facilities under the above-named
Package in full conformity with the said Bidding Documents for the sum
(excluding all taxes & duties indicated by us in Schedule-7) as mentioned in
Output Preview of Main Screen of Bid Invitation at NTPC e-tender site or such
other sums as may be determined in accordance with the terms and conditions
of the Contract.

1.1 Further we understand that discount letter separately uploaded online or


submitted in physical form or indicated at location other than Conditions field of
General Data/Item Data in Main Screen of Bid Invitation shall not be considered
for the purpose of evaluation.

2.0 Attachments to the Bid form (Price Bid) :

In line with the requirement of the Bidding Documents we enclose herewith the
following Attachments to the Bid Form (Price Bid):

(a) Attachment 1P: Alternative Bid (if any)


Details regarding Bid Price and corresponding break-up for the Alternative
Bid, if any.
BID FORM (PRICE BID)
Page 2 of 8

(b) Attachment 2P: Remuneration details of local representation as per your


format enclosed in the Bidding Documents.

(c) (i) Attachment 3P: The declaration regarding deemed export benefits as
per your format enclosed in the Bidding Documents.

(ii) Attachment 3PA: The declaration regarding import of Construction


Equipment as per your format enclosed in the Bidding Documents.

(d) (i) Attachment 4P: The Declaration on the Guaranteed Values of


parameters, as per Format enclosed in the Bidding Document. --Not
applicable--

(ii) Attachment 4PA: The Declaration on the Guaranteed Values of


parameters, as per Format enclosed in the Bidding Document for the
Alternative Bid, if any. --Not applicable--

(iii) Attachment 4PB: The Declaration on the Demonstration parameters,


as per Format enclosed in the Bidding Document. --Not applicable--

(e) Attachment 5P: Details as per your format, of bought out items to be
directly despatched by our sub-vendor*/ and our assignee's sub-vendor*
(applicable for foreign bidder) to your site including value of items.

*Strike out whichever is not applicable.

(f) Attachment 6P: Details of Equipment including Type Test & Mandatory
Spares to be imported from Associate/Collaborator by the manufacturer or
the bidder. --Not applicable--

(g) Attachment 7P: Price Adjustment Data.

3.0 PRICE SCHEDULE:

3.1 In line with the requirements of the Bidding Documents, we enclose herewith
the following Price Schedules, duly filled-in as per your proforma:

Schedule No. 1 Plant and Equipment including Type Tests


charges and Mandatory Spares to be supplied
from Abroad.

Schedule No. 2 Plant and Equipment including Type Tests


charges and Mandatory Spares to be supplied/
manufactured within the Employer's Country.

Schedule No. 3 Local Transportation including Port handling, Port


clearance, Port charges, Inland insurance and
other local costs incidental to delivery of Plant &
Equipment and Mandatory Spares.
BID FORM (PRICE BID)
Page 3 of 8

Schedule No. 4 Installation Services including Erection and Civil/


Structural W orks (as applicable), Insurance
covers other than inland transit insurance and
other services as specified in the bidding
documents.

Schedule No. 5 NOT USED

Schedule No. 6 Recommended Spare Parts.

Schedule No. 7 Taxes and Duties applicable on Ex-works (India)


price component (Schedule-2), not included in bid
price.

Schedule No. 8A Break up of Type Tests charges quoted in


Schedule-1.

Schedule No. 8B Break up of Type Tests charges quoted in


Schedule-2.

3.2 We are aware that the Price Schedules do not generally give a full description
of the work to be performed under each item and we shall be deemed to have
read the Technical Specifications, Drawings and other sections of the Bidding
Documents to ascertain the full scope of work included in each item while filling
in the rates and prices. We agree that the entered rates and prices shall be
deemed to include the full scope as aforesaid, including overheads and profit.

3.2.1 Pursuant to ITB clause 10.4(a), 10.4(b) & 10.4(c), and 27.3, we confirm that the
price for mandatory spares quoted by us are in compliance with the
requirements as per the list of mandatory spares specified in the Technical
Specification and in Price Schedule-1, Schedule-2 & Schedule-3 of the Bidding
Documents and in case, any deviations, variations and additional conditions are
found in the Price Schedule-1, Schedule-2 & Schedule-3 of the Price Bid in
respect of mandatory spares, which are contrary to the requirements of the
Bidding Documents, the same shall not be given effect to in the evaluation and
it should be considered that the bids are in compliance with the requirements of
the Bidding Documents. In such cases, it is binding on us to supply such
mandatory spares, as per detailed engineering without any extra cost implication
to you.

3.3 We declare that as specified in the General Conditions of Contract (Clause


11.2), prices quoted by us in the Price Schedules shall be subject to adjustment
in accordance with Appendix-2 (Price Adjustment) to the Contract Agreement.

3.4 We understand that in the price schedule, where there are discrepancy between
the unit price and the total price, which is obtained by multiplying the unit price
and quantity, or between sub totals and the total price, (even in case of carry
forward of prices) the unit or subtotal price shall prevail and the total price shall
BID FORM (PRICE BID)
Page 4 of 8

be corrected accordingly. We further understand that where there is discrepancy


between amounts stated in figures and amounts stated in words, the amount
stated in words shall prevail. Similarly, in case of any discrepancies between
the total bid price and the summation of Schedule prices (price indicated in a
Schedule indicating the total of that Schedule), the total bid price shall be
corrected to reflect the actual summation of the Schedule prices.

3.5 We declare that prices left blank in the Schedules will be deemed to have been
included in the prices of other items. The TOTAL for each Schedule and the
TOTAL as mentioned in Output Preview in Main screen Bid Invitation at NTPC
e tender site shall be deemed to be the total price for executing the Facilities in
complete accordance with the Contract, whether or not each individual item has
been priced.

4.0 We confirm that except as otherwise specifically provided, our Bid Prices include
all taxes, including service tax (excluding Entry Tax if any), duties, levies and
charges as may be assessed on us, our Sub-Contractor / Sub-Vendor, our
assignee and our assignee's sub-contractor/sub-vendor (if applicable, in case of
foreign bidders) or their employees by all municipal, state or national government
authorities in connection with the Facilities, in and outside of India.

4.1 We understand that notwithstanding 4.0 above, you shall bear and promptly pay/
reimburse all custom and import duty, if imposed in future, on the Plant and
Equipment including Mandatory Spares to be supplied from abroad and specified
in Schedule No.1 (and on recommended spare parts to be supplied from abroad
and specified in Schedule No. 6, if awarded) to be incorporated into the
Facilities, by the Indian Laws. However, we understand that if we choose to
ship the equipment in Shipper's Containers, then the custom duty levied on the
cost of such empty Containers shall not be borne by you and shall be borne
and payable / reimburseable by us.

4.2 We further understand that notwithstanding 4.0 above, you shall also bear and
pay/reimburse to us/our Assignee (if applicable, in case of foreign bidder) Sales
Tax (but not the surcharge in lieu of Sales Tax), Local Tax, Octroi (if
applicable) and other levies, if imposed on the Plant and Equipment including
Mandatory Spares supplied / manufactured within the Employer's country and
specified in Schedule No.2 (and also on locally supplied recommended spares
quoted in Schedule No. 6, if awarded) to be incorporated in to the Facilities, by
the Indian Laws.

100% of applicable Taxes and Duties (other than the custom duty payable as in
4.1 above) which are payable by the Employer under the Contract shall be
reimbursed by the Employer to the Contractor after receipt of equipment/spares
at site and on production of satisfactory documentary evidence by the
Contractor.
BID FORM (PRICE BID)
Page 5 of 8

4.3 We confirm that we (or our Assignee, if applicable in case of Foreign Bidders
as per para on Construction of Contract in Bid Form for Techno-Commercial
Bid) shall get registered with the concerned Sales Tax Authorities in the State
where the project is located.

4.4 We confirm that all taxes, duties & levies including service tax & cess on
service tax in respect of local transportation & insurance, port clearance, port
charges, & other local cost incidental to delivery of plant and equipment including
mandatory spares, erection & commissioning and taxes, duties & levies
including entry tax as may be applicable on materials used for such erection &
commissioning shall be to our account and no separate claim in this regard will
be entertained by the Employer. We confirm our taxes and levies on works
contract, if any, shall be to our account and no claim in this regard will be
entertained by the Employer. Further, we confirm that incidence of service tax &
cess, as applicable as on seven(7) days prior to the last date of Bid
Submission on any component of bid price shall be to our account and
included in our contract price. However, any change in the rate of service tax or
cess on service tax as applicable for direct transaction between the employer
and the contractor shall be to Employers account in line with the provision of
GCC Clause No. 14.4.

4.5 We further understand that notwithstanding 4.0 above, the applicable Entry Tax
on Plant & Equipment including Mandatory Spares supplied from abroad and
from within the Employer's country (as specified in Price Schedule No. 1 and
Price Schedule No. 2 respectively) and Recommended Spares (if ordered) shall
be paid directly by the Employer to the concerned State Tax Authorities.

5.0 COMPLIANCE TO THE PROVISIONS OF THE BIDDING DOCUMENTS

5.1 We have read all the provisions of the Bidding Documents and confirm that
notwithstanding anything stated elsewhere in our bid to the contrary, the
provisions of the Bidding Documents, are acceptable to us and we further
confirm that we have not taken any deviation to the provisions of the Bidding
Documents anywhere in our bid.

We have furnished our compliance to the provisions of the Bidding Documents


and its subsequent Amendment(s)/Clarification(s)/Addenda/Errata by accepting the
following attribute in Main Screen of Bid Invitation at NTPC e-tender site:

"Do you certify full compliance to all provisions of Bid Doc?"

Acceptance of above attribute shall be considered as our confirmation that any


deviation, variation or additional condition etc or any mention, contrary to the
provisions of Bidding Documents and its subsequent Amendment(s)/
Clarification(s)/Addenda/Errata(if any) found anywhere in our Bid Proposal,
implicit or explicit, shall stand unconditionally withdrawn, without any cost
implication whatsoever to the Employer, failing which our bid security shall be
forfeited.
BID FORM (PRICE BID)
Page 6 of 8

5.2 We further declare that additional conditions, variations, deviations, if any,


found in the Price Bid, save those pertaining to any rebates offered, shall
not be given effect to.

6.0 We declare that we have quoted the Plant & Equipment including the spares to
be supplied from abroad on CIF basis.

7.0# We confirm that we are seeking qualification on the basis of association/


collaboration with the manufacturer(s) of particular equipment(s).

We further confirm that the plant and equipment including mandatory spares,
which shall be imported from the associate's/collaborator's country by the
manufacturer or by us, have been listed in relevant attachment to Bid Form
and the price of these equipment and mandatory spares have been included in
the total CIF price quoted by us in Schedule-1.

#
Applicable if Bidder is seeking qualification on the basis of association/
collaboration.

8.0 We confirm that for payments related to Erection/ Civil/ Structural works

(i) We shall maintain a separate account with a Scheduled Bank at Site for the
purpose of receiving all the payments under the Contract(s) and for utilization of
payments received from the Employer for disbursement to sub-contractors, sub-
vendors, PRW's etc., of the Contractor. We shall maintain separate books of
accounts for all payments under this Contract and the Project Manager shall
have access to these at all times.

(ii) Account Tracking Mechanism


We understand that in case we withdraw funds from the above bank account for
any purposes other than the Contract, we shall be required to submit an
undertaking to the Project Manager certifying that all due statutory payments,
labour payments and payments to all our sub-contractors have been disbursed
corresponding to the total payment received by us under the Contract.

For tracking of payments received from the Employer, we shall also submit a
monthly statement by 7th of every month certifying the transactions pertaining to
the above account along with the purpose of such transactions. In case we
transfer funds for any purposes other than the Contract, without prior consent of
the Employer, it will constitute a breach of Contract by us.

(iii) We understand that in case we violate the above provisions, NTPC will have the
right to give suitable instructions to the Bank to regulate/ freeze the account.

9.0 We undertake, if our bid is accepted, to commence work on the facilities


immediately upon your Notification of Award to us and to achieve Completion of
BID FORM (PRICE BID)
Page 7 of 8

Facilities and Conduct Guarantee Tests within the time specified in the Bidding
Documents.

10.0 We hereby confirm that the rates/prices quoted by us in Schedule-11 (Schedule


of Unit Rates), if applicable, are consistent with the lumpsum bid price and that
we shall furnish all necessary justification to establish the reasonableness of
these rates/prices, if required by you. However, we clearly understand that the
acceptance of our proposal for the subject package shall not mean automatic
reasonableness of quoted rates, unless these have been established by us and
accepted by you. --Not applicable--

10.1 If our bid is accepted, we undertake to provide an Advance Payment Security,


Contract Performance Securities including that from our Collaborator(s)/
Associate(s) (if applicable), and Securities for Deed(s) of Joint Undertaking (as
applicable) in the form and amounts and within the times specified in the
Bidding Documents.

11.0 We agree to abide by this Price Bid for a period 180 days from the date of
opening of Techno-Commercial Bid as stipulated in the Bidding Documents and
it shall remain binding upon us and may be accepted by you at any time before
the expiration of that period. Further, the prices of recommended spares
contained in our Price Bid shall remain valid for a period of 6 months after
placement of Notification of Award for main equipment and mandatory spares.

12.0 Commissions or gratuities, if any, paid or to be paid by us to agents relating to


this Bid, and to contract execution if we are awarded the contract, are listed
below:
--------------------------------------------------------------------------------------------------------------
Name and Amount and Purpose of Commission
address of agent Currency or gratuity
--------------------------------------------------------------------------------------------------------------

--------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------

--------------------------------------------------------------------------------------------------------------
(if none, state "none")

13.0 Until a formal Contract is prepared and executed between us, both bids
(Techno-Commercial Bid and Price Bid), together with your written acceptance
thereof in the form of your Notification of Award shall constitute a binding
contract between us.
BID FORM (PRICE BID)
Page 8 of 8

14.0 We understand that you are not bound to accept the lowest or any other bid
you may receive.

15.0 We confirm that the cost of Special Tools & Tackles furnished by us in relevant
attachment of our Techno-Commercial Bid is included in the lumpsum price
quoted in this Price Bid.

16.0 We, hereby, declare that only the persons or firms interested in this proposal as
principals are named here and that no other persons or firms other than those
mentioned herein have any interest in this proposal or in the Contract to be
entered into, if the award is made on us, that this proposal is made without any
connection with any other person, firm or party likewise submitting a proposal, is
in all respects for and in good faith, without collusion or fraud.

Dated this...........................day of..........................20..................

Thanking you, we remain,


Yours faithfully,

Date : (Signature).........................................

Place : (Printed Name)..................................

(Designation).....................................

(Company Seal).................................
Business Address :

Country of Incorporation (Province also to be indicated) :

Fax No. :

Phone No. :

Note : 1. Bidders may note that no prescribed proforma has been enclosed for
Attachment 1P (Bid Price for Alternate Bid) and Attachment 4PA
(Guarantee Declaration for alternate Bid).

2. For above attachments Bidders may use their own proforma for
furnishing the required information with the Bid.
ATTACHMENT-1P
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

(Information related to Alternative Bid)

BIDDER TO USE THEIR OW N PROFORMA FOR FURNISHING THE REQUIRED


INFORMATION WITH THE BID FOR THE ALTERNATIVE BID PROPOSED BY HIM,
IN ACCORDANCE WITH CLAUSE NO. 2.0 (g) OF BID FORM (TECHNO-COMMERCIAL
BID) & 2.0 (a) OF BID FORM (PRICE BID).

BID PRICE FOR ALTERNATIVE BID IS AS PER BREAK-UP ATTACHED TO


ANNEXURE-........... TO THIS ATTACHMENT.

---------------------------------------------------------------------------------------------------- -----------------

Date : (Signature) ................................................


Place : (Printed Name) .........................................
(Designation) ............................................
(Company Seal) ........................................
ATTACHMENT-2P
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details in respect of Local Agent)

Bidder's Name and Address : To


NTPC Limited
Contract Services-II,
6th Floor, Engg. Office Complex,
Sector-24, Noida - 201301.
1.0 We understand the following :

a) In a tender, either the Indian Agent on behalf of the Principal/OEM or


Principal/OEM itself can bid but both cannot bid simultaneously for the
same item/product in the same tender.

b) If an agent submits bid on behalf of the Principal/OEM, the same agent


shall not submit a bid on behalf of another Principal/OEM in the same
tender for the same item/product

Further, we furnish below the following information in respect of our local agent:

(i) Name and address of the local agent

....................................................................................................................................

....................................................................................................................................

(ii) Services to be rendered by the local agent

....................................................................................................................................

....................................................................................................................................

(iii) Amount ......................................................................................................................

2.0 We confirm the aforesaid clause 1.0 and submit our bid conforming the same.

---------------------------------------------------------------------------------------------------- -----------------

Date : (Signature) ................................................


Place : (Printed Name) .........................................
(Designation) ............................................
(Company Seal) ........................................
BID FORM (PRICE BID)
Page 11 of 8

ATTACHMENT-3P
Page 1 of 2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Declaration regarding Deemed Export Benefits)

Bidder's Name and Address : To


NTPC Limited
Contract Services-II,
6th Floor, Engg. Office Complex,
Sector-24, Noida - 201301.

Dear Sir,
1. We confirm that we are solely responsible for obtaining the deemed export benefits
which we have considered in our bid in respect of Ex-works (India) price quoted in
Schedule-2 and in case of failure to receive such benefits, Employer will not
compensate us in any manner whatsoever.
2. The information required by the Employer for issue of relevant Certificates in terms
of the Foreign Trade Policy of the Govt. of India i.e. CIF value of import content in
the Ex-works (India) price quoted in Schedule-2 pertaining to supplies to be made by
the Bidder/Assignee (if applicable in case of foreign bidder) including sub-contractors/
sub-vendor(s) of the Bidder/Assignee in bid currency has been furnished in the
Attribute Field in Main Screen of Bid Invitation.
[To be filled up in the specified attribute field in General Data of process/
display bid screen at NTPC e-tender website which shall only be considered
for evaluation of bid and contract purposes.]
3. We understand that in case space (Attribute Field in Main Screen of e-tender
website) for indicating the CIF value of import content is left blank or statement/any
declaration like 'later', 'to be furnished later', 'NA' etc. are indicated by us, in such
cases our CIF value of import content in the bid shall be considered as 'NIL' for
the purpose of evaluation of bids and issuance of relevant certificate for claiming the
deemed export/custom duty benefits. We further understand that no claim in this
regard shall be entertained by the Employer.

Date : (Signature)..............................................

Place : (Printed Name)......................................

(Designation)..........................................

(Company Seal)...................................
BID FORM (PRICE BID)
Page 12 of 8

ATTACHMENT-3P
Page 2 of 2

Note:

(i) Bidders to note that any value/figures indicated in this format shall not be considered
for the purpose of evaluation of bid and contract purposes.

(ii) Bidders to note that the Plant & Equipment including mandatory spares quoted on
CIF basis under Schedule-1, which are to be imported by the Employer directly,
should not be included in the value of import content indicated in Attribute Field. The
value of import content to be indicated in Attribute Field shall be only in respect of
Ex-works (India) price quoted in Schedule-2.

(iii) The CIF price of construction equipment shall not be included in this Attachment, it
shall be quoted separately in Attachment-3PA.
BID FORM (PRICE BID)
Page 13 of 8

ATTACHMENT-3PA
Page 1 of 2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Declaration regarding Customs Duty Benefits


for Import of Construction Equipment)

Bidder's Name and Address : To


NTPC Limited
Contract Services-II,
6th Floor, Engg. Office Complex,
Sector-24, Noida - 201301.
Dear Sir,

1. We confirm that we are solely responsible for obtaining the Customs Duty Benefits
for import of Construction Equipment which we have considered in our bid and in
respect of Ex-Works (India) price quoted in Schedule-2 and in case of failure to
receive such benefits, Employer will not compensate us in any manner whatsoever.

2. We further confirm that we will not claim for adjustment in Contract Price on
account of variation in or withdrawal of Custom Duty Benefits for Import of
Construction Equipment.

3. We are furnishing below the information required by the Employer for issue of
relevant Certificates in terms of the Customs Act & Notification of the Govt. of India:

(A) *CIF Value of Construction Equipment to be imported by the Bidder/Assignee (if


applicable in case of foreign bidder) including its sub-contractor(s) of the Bidder/
Assignee.
................................................................................................................................................

................................................................................................................................................
................................................................................................................................................
(* Please state the currency and fill in the amount in figures and words)

We further confirm that aforesaid CIF value has not been included in Attachment-
3P.
BID FORM (PRICE BID)
Page 14 of 8

ATTACHMENT-3PA
Page 2 of 2

B. Description and quantities of the Construction Equipment to be im-


ported by the Bidder /Assignee (if applicable) / sub-contractor(s) for
deployment to site under the package.

----------------------------------------------------------------------------------------------------------
Sl. To be imported by Description of Quantity
No. item to be
imported
----------------------------------------------------------------------------------------------------------

(i) Bidder

(ii) Assignee (if applicable)

(iii) Sub-contractor(s)
----------------------------------------------------------------------------------------------------------

4. We confirm that the Construction Equipment being imported as per 'B' above shall
be deployed at the Project Site for the purpose of execution of Package as per
BIDDING DOCUMENT NO. CS-9562-135-2.

Date : (Signature).................................................

Place : (Printed Name).........................................

(Designation).............................................

(Company Seal)........................................

Note : (i) Continuation sheets of like size and format may be used as per Bidders
requirements and shall be annexed to this Attachment.
ATTACHMENT-4P
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Guarantee Power Consumption Declaration)

---Not Applicable---
ATTACHMENT-4PA
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

(Guarantee Declaration for Alternative Bid)

---Not Applicable---
ATTACHMENT-4PB
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Demonstration Parameter)

---Not Applicable---
BID FORM (PRICE BID)
Page 18 of 8

ATTACHMENT-5P
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Bought out items to be directly despatched by Sub-Vendors to site)

Bidder's Name and Address : To


NTPC Limited
Contract Services-II,
6th Floor, Engg. Office Complex,
Sector-24, Noida - 201301.
Dear Sirs

We declare that the following are the details of equipment & materials including
mandatory spares to be directly despatched from the works of our sub-contractors/sub-
ve ndors @ and from the works of sub-contractors/sub-vendors of our Assignee
(applicable for foreign bidder) to Project Site.
---------------------------------------------------------------------------------------------------- -----------------
Sl. Description W eight / Qty. Ex-works price of
No. of Equipment/ (Tonnes) / (Nos.) Bought Out Items
Material
---------------------------------------------------------------------------------------------------- -----------------
(1) (2) (3) (4)
---------------------------------------------------------------------------------------------------- -----------------

...................... ................... .................. ....... .......... .......................

...................... ................... .................. ....... .......... .......................

---------------------------------------------------------------------------------------------------- -----------------
Date : (Signature) ................................................

Place : (Printed Name) .........................................

(Designation) ............................................

(Company Seal) ........................................

Note : 1. Continuation sheets of like size and format, may be used as per Bidder's require-
ment and shall be annexed to this Attachment.

2. @ to be striked out, if not applicable.

3. The above is applicable for supply of plant and equipment including spares on Ex-
works (India) Basis.
BID FORM (PRICE BID)
Page 19 of 8

ATTACHMENT-6P
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Details of Equipment and Mandatory Spares including Type Tests to be


imported from Associate/Collaborator by manufacturer or bidder)

---Not Applicable---
ATTACHMENT - 7P
Page 1 of 3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Price Adjustment Data)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.
Dear Sirs,

We hereby furnish the relevant details pertaining to the price adjustment provisions in
your specifications and documents.

1. Ex-works/FOB@ Price Component of Plant and Equipment (Excluding Spares


and Type Test charges)

Bidder is required to indicate separate indices for each currency.

*Name of Currency of Bid Price :.............................................


---------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 30 days prior to
index and date set for Opening
its origin of Techno-Commercial
bids.
----------------------------------------------------------------------------------------------------------------------------
1. Fixed Portion F = 0.20 ...................... .....................................

2. Steel Material a = 0.15 to 0.25 ...................... .....................................

3. Fill Materials b = 0.15 to 0.20 ...................... .....................................

4. Any other major c = 0.10 to 0.15 ...................... .....................................


item
(to be specified by Bidder)

5. Labour Lb = 0.20 to 0.30 ...................... .....................................

---------------------------------------------------------------------------------------------------------------------------
@
Use separate sheet for Ex-Works / FOB Price Components.
ATTACHMENT - 7P
Page 2 of 3
B. Installation Price Component *

NAME OF CURRENCY ** : ..........................................


-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Published Value of Indices as
No. Co-efficient index and its origin on 30 days prior to
date set for Opening
of Techno-
Commercial bids.
-----------------------------------------------------------------------------------------------------------------------------
1. Fixed Portion F = 0.25 ------------- -------------

2. Expatriate 0.75 ------------- -------------


Labour (EF) :

Indian Field 0.75 All India Consumer -------------


Labour (F) : Price Index for
Industrial workers
(All Indian average)
published by Labour
Bureau, Shimla,
Govt. of India.
---------------------------------------------------------------------------------------------------- ----------------

C. Civil & Allied Work Component*


-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Published Value of Indices as
No. Co-efficient index and its origin on 7 days prior to
date set for Opening
of Techno-
Commercial bids.
-----------------------------------------------------------------------------------------------------------------------------
1. Fixed Portion 0.20

2. Material 0.15 Index No. of wholesale price


under group 'All Commodities'
as published by the Office of
the Economic Adviser, Govt.
of India / RBI.

3. High Speed 0.05 Price of High Speed Diesel


Diesel Oil Oil per litre at the Indian Oil
Corpn. outlet nearest to the
Project (selling price inclusive
of taxes & duties if any)
ATTACHMENT - 7P
Page 3 of 3

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Published Value of Indices as
No. Co-efficient index and its origin on 7 days prior to
date set for Opening
of Techno-
Commercial bids
-----------------------------------------------------------------------------------------------------------------------------
4. Steel 0.25 Index for subgroup "Ferrous
Metals" under the group of
"Basic Metals, Alloys & Metal
Products" as published
by Office of the Economic
Adviser, Govt. of India / RBI

5. Cement 0.10 Index for "Cement & Lime"


as published by Office of
the Economic Adviser, Govt.
of India / RBI, under the
group of "Non Metallic Mineral
Products":

6. Labour 0.25 Consumer price index


for Industrial workers
(All India General) as
published by Labour
Bureau, Shimla.
-----------------------------------------------------------------------------------------------------------------------------

4. The exchange rate between the Bid currency and the currency of corresponding
indices as on 30 days prior to the date set for Techno-Commercial Bid Opening shall
be as per Bills Selling Exhange Rate established by State Bank of India.

We agree to provide you with a complete break-up of our Bid Price to enable operation of
Price Adjustment Clause for FOB/Ex-works & Erection Price Component.

* To be specified by the bidder.


Note : 1. Bidders shall note that it is mandatory to furnish the values of various
coefficients and name, source & origin of the published indices, wherever
called for in the Bidding Document, in this Attachment-13 to Bid. Bidders are
also required to mention whether the indices are monthly average, weekly
average or as applicable.
2. Continuation Sheets of like size & format may be used if required if any of
currencies are more than one.
3. Continuation sheets of like size & format may be used if countries of origin
of Expatriate Labour are more than one.
BID FORM (PRICE BID)
Page 23 of 8
ATTACHMENT - 8P
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(CHECKLIST FOR PRICE BID)

Bidder's Name and Address : To


NTPC Limited
Contract Services-II,
6th Floor, Engg. Office Complex,
Sector-24, Noida - 201301.

Check List of documents to be submitted for Price Bid


-----------------------------------------------------------------------------------------------------------------------------
Sl. Details of Checks Enclosed: Yes / No
No.
-----------------------------------------------------------------------------------------------------------------------------
1. Bid Form (Price Bid) .......................................
2. Attachment-1P ........................................
3. Attachment-2P .......................................
4. Attachment-3P .......................................
5. Attachment-3PA .......................................

6. Attachment-4P .......................................
7. Attachment-4PA .......Not Applicable.........

8. Attachment-4PB .......Not Applicable.........

9. Attachment-5P ........................................

10. Attachment-6P .......Not Applicable.........

11. Attachment-7P .......................................


-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature).....................................

Place : (Printed Name)...............................

(Designation)..................................

(Company Seal) ...........................


PRICE SCHEDULE
Schedule-1
Page 1 of 4

COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.:

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

SCHEDULE OF RATES AND PRICES

Schedule No. 1 : Plant and Equipment including Type Test charges and Mandatory Spares to be supplied from Abroad

Unit price* Total Price*


FOB CIF (Indian FOB CIF (Indian
Item Description Code** Unit Quantity
port of entry) port of entry)

1 2 3 4 5 6 7 8=5X6 9=5X7
(I) MAIN EQUIPMENT

(A) Mechanical Items


(B) Electrical Items
(C) Control & Instrumenation Items
(D) Any Other Items not covered above
Sub-Total (I) Main Equipment
(II) Mandatory Spares
(A) Control & Instrumentation
Measuring Instruments
1.0 All Type of local Indicators etc Lot 10% of each type
and model
2.0 Anemometer No 1
(B) Mechnaical Items
(B-1) Spares for Butterfly Valves for each
size
(a) Shaft Nos. 1
(b) Bearing Bushes Set 1
(c) Seals Set 1
Schedule-1
Page 2 of 4

Unit price* Total Price*


FOB CIF (Indian FOB CIF (Indian
Item Description Code** Unit Quantity
port of entry) port of entry)

1 2 3 4 5 6 7 8=5X6 9=5X7
(d) Gear Box Unit for Valves Set 1
(e) Gear Box Internals with Shaft Set 1
(f) Bearing & "O" rings for Gear Box Unit of Set 1
Valves
(B-2) Tower Internals
(a) Water Spray Nozzles Lot 5% of Total
Population of one
Tower
(b) Fills (other than Concrete Fills) Lot 5% of Total
Population of one
Tower
(c) Drift Eliminators Lot 5% of Total
Population of one
Tower
(d) Internal Distribution pipes, End Caps, Lot 5% of Total
Couplings and reducers Population of one
Tower
(e) Expansion Bellow Lot 1 nos. of each Size
(B-2) Sludge Pumps
(a) Impeller with Key & Nut Set 1
(b) Oil Seals Set 2
(c) Pump Shaft Nos. 1
(d) Shaft Sleeve Nos. 2
(e) Bearing Bushes Nos. 2
(f) Set of Bearings Set 1
(g) Motor Nos. 1
(C) Electrical Items
(C-1) Aviation Warning Lighting System
(a) Aviation Warning Lighting Assembly Lot 10 % of Total
Population
(Minimum 1 Unit)
SUB-TOTAL (II) [MANDATORY SPARES]
SUB-TOTAL (III) OF TYPE TEST CHARGES (AS
PER FURTHER BREAK-UP OF TYPE TEST
CHARGES GIVEN IN SCHEDULE-8A)
Schedule-1
Page 3 of 4

Unit price* Total Price*


FOB CIF (Indian FOB CIF (Indian
Item Description Code** Unit Quantity
port of entry) port of entry)

1 2 3 4 5 6 7 8=5X6 9=5X7
GRAND TOTAL (TOTAL I + II + III)
(The total amount of this Schedule is to be filled
up in Basic Price Conditions field in Item Data
for this schedule at Main Screen of Bid
Invitation)

LOCAL AGENT’S COMMISSION (IF ANY) :


(included in FOB prices indicated above)
* Please state the currency and fill in the amount.
Bidder is required to quote the unit rate along with Currency and calculate the sub-total and Total.
** Bidders shall enter a code representing the country of origin of all imported plant and equipment.

Sl No Code Country

1
2
3
4
5

Note :
1 Items listed above but priced in Schedule 2 will be struck off by the Bidders in this Schedule 1.

2 Unless stated otherwise a ‘set’ means items or sub-items required for each type/size range of the assembly/sub-assembly, required for
complete replacement in one unit. It is further, intended that the assembly/sub-assembly which have different orientation (like left hand or right
hand, top or bottom), different direction of mirror image positioning or any other reasons which result in maintaining two different sets of the
spares to be used for the subject assembly/sub-assembly, these shall be considered as different types of assembly/sub-assembly.

3 Wherever quantity has been specified as percentage (%) the quantity of mandatory spares to be provided by the Contractor shall be the
specified percentage (%) of the total population required to meet the specification requirements. In case the quantity of Mandatory Spares so
calculated to be fraction, the same shall be rounded off to next higher whole number.
Schedule-1
Page 4 of 4

Unit price* Total Price*


FOB CIF (Indian FOB CIF (Indian
Item Description Code** Unit Quantity
port of entry) port of entry)

1 2 3 4 5 6 7 8=5X6 9=5X7
4 Wherever the quantities have been indicated for each type, size, thickness, materials, radius, range etc. these shall cover all the items supplied
and installed and the breakup for these shall be furnished in the bid.
5 In case spares indicated in the list are not applicable to the particular design offered by the bidder, the bidder should offer spares applicable to
offered design with quantities generally in line with approach followed in the above list.
6 Price of each and every item is to be given separately. In case, bidder mentions 'Not Applicable' against an item in the bid and later on the same
spare is found to be applicable during detailed engineering, the vendor shall supply such spares free of cost.
7 Bidders are required to indicate the break-up of type test charges as per Schedule-8A.

8 In case the description/quantity for any item mentioned in this Schedule is at variance from what has been stated in the Technical Specifications
and it’s subsequent amendment and clarifications, the stipulations of the technical specifications and its subsequent amendment and
clarifications shall prevail.
9 The BOQ shall be read in conjunction with Part-A, Part-B, Part-C, Part-D, Part-E, Part-F & Part-G of Section-VI, Technical Specification.

10 Wherever under “Unit Price” Column, “LOT” has been mentioned, Bidder has to furnish the “Total Price” only.
COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.:

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

SCHEDULE OF RATES AND PRICES

Schedule No. 2: Plant & Equipment including Type Test Charges and Mandatory Spares to be manufactured/supplied from within the
Employer's Country

Unit price* Total Price*


FOB CIF (Indian FOB CIF (Indian
Item Description Code** Unit Quantity
port of entry) port of entry)

1 2 3 4 5 6 7 8=5X6 9=5X7
(I) MAIN EQUIPMENT

(A) Mechanical Items


(B) Electrical Items
(C) Control & Instrumenation Items
(D) Any Other Items not covered above

Sub-Total (I) Main Equipment

(II) Mandatory Spares


(A) Control & Instrumentation
Measuring Instruments
1.0 All Type of local Indicators etc Lot 10% of each type
and model
2.0 Anemometer No 1
(B) Mechnaical Items
(B-1) Spares for Butterfly Valves for each
size
(a)Shaft Nos. 1
(b)Bearing Bushes Set 1
(c) Seals Set 1
(d)Gear Box Unit for Valves Set 1
(e)Gear Box Internals with Shaft Set 1
(f)
Bearing & "O" rings for Gear Box Unit of Set 1
Valves
(B-2) Tower Internals
(a) Water Spray Nozzles Lot 5% of Total
Population of one
Tower
(b) Fills (other than Concrete Fills) Lot 5% of Total
Population of one
Tower
(c) Drift Eliminators Lot 5% of Total
Population of one
Tower
(d) Internal Distribution pipes, End Caps, Lot 5% of Total
Couplings and reducers Population of one
Tower
(e) Expansion Bellow Lot 1 nos. of each Size
(B-2) Sludge Pumps
(a) Impeller with Key & Nut Set 1
(b) Oil Seals Set 2
(c) Pump Shaft Nos. 1
(d) Shaft Sleeve Nos. 2
(e) Bearing Bushes Nos. 2
(f) Set of Bearings Set 1
(g) Motor Nos. 1
(C) Electrical Items
(C-1) Aviation Warning Lighting System
(a) Aviation Warning Lighting Assembly Lot 10 % of Total
Population
(Minimum 1 Unit)
SUB-TOTAL (II) [MANDATORY SPARES]
SUB-TOTAL (III) OF TYPE TEST CHARGES (AS
PER FURTHER BREAK-UP OF TYPE TEST
CHARGES GIVEN IN SCHEDULE-8B)
GRAND TOTAL (TOTAL I + II + III)
(The total amount of this Schedule is to be filled
up in Basic Price Conditions field in Item Data
for this schedule at Main Screen of Bid
Invitation)

LOCAL AGENT’S COMMISSION (IF ANY) :


(included in EX-works prices indicated above)
* Please state the currency and fill in the amount.
Bidder is required to quote the unit rate along with Currency and calculate the sub-total and Total.
** Bidders shall enter a code representing the country of origin of all imported plant and equipment.

Sl No Code Country

1
2
3
4
5

Note :
1 Items listed above but priced in Schedule 1 will be struck off by the Bidders in this Schedule 2.

2 Unless stated otherwise a ‘set’ means items or sub-items required for each type/size range of the assembly/sub-assembly, required for
complete replacement in one unit. It is further, intended that the assembly/sub-assembly which have different orientation (like left hand or right
hand, top or bottom), different direction of mirror image positioning or any other reasons which result in maintaining two different sets of the
spares to be used for the subject assembly/sub-assembly, these shall be considered as different types of assembly/sub-assembly.

3 Wherever quantity has been specified as percentage (%) the quantity of mandatory spares to be provided by the Contractor shall be the
specified percentage (%) of the total population required to meet the specification requirements. In case the quantity of Mandatory Spares so
calculated to be fraction, the same shall be rounded off to next higher whole number.

4 Wherever the quantities have been indicated for each type, size, thickness, materials, radius, range etc. these shall cover all the items supplied
and installed and the breakup for these shall be furnished in the bid.
5 In case spares indicated in the list are not applicable to the particular design offered by the bidder, the bidder should offer spares applicable to
offered design with quantities generally in line with approach followed in the above list.
6 Price of each and every item is to be given separately. In case, bidder mentions 'Not Applicable' against an item in the bid and later on the same
spare is found to be applicable during detailed engineering, the vendor shall supply such spares free of cost.
7 Bidders are required to indicate the break-up of type test charges as per Schedule-8B.

8 In case the description/quantity for any item mentioned in this Schedule is at variance from what has been stated in the Technical Specifications
and it’s subsequent amendment and clarifications, the stipulations of the technical specifications and its subsequent amendment and
clarifications shall prevail.
9 The BOQ shall be read in conjunction with Part-A, Part-B, Part-C, Part-D, Part-E, Part-F & Part-G of Section-VI, Technical Specification.

10 Wherever under “Unit Price” Column, “LOT” has been mentioned, Bidder has to furnish the “Total Price” only.
Schedule-3
Page 1 of 1

COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.:

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

SCHEDULE OF RATES AND PRICES

Schedule No. 3 : Local Transportation Including Port Handling, Port Clearance & Port Charges, Inland Transit Insurance and other
Local costs incidental to delivery of Plant & Equipment including Mandatory Spares.

Item Description Total Price (INR)

1 2 3
I. MAIN EQUIPMENT

II. MANDATORY SPARES

GRAND TOTAL (TOTAL I + II)


(The total amount of this Schedule is to be filled up in Basic
Price Conditions field in Item Data for this schedule at Main
Screen of Bid Invitation)
Schedule-4
Page 1 of 1

COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.: 40026972

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

SCHEDULE OF RATES AND PRICES

Schedule No. 4 : Installation Services including Insurance (other than Inland Transit Insurance and other services) as specified
in Bidding Documents including associated Civil Works

Unit Price* Total Price*


Foreign Indian Foreign Indian
Item Description Unit Quantity
Currency Currency Currency Currency
Portion Portion Portion Portion
1 2 3 4 5 6 7=4x5 8=4x6
(I) MAIN EQUIPMENT

(A) Mechanical Items Lot 1


(B) Electrical Items Lot 1
(C) Control & Instrumenation Items Lot 1
(D) For all Associated Civil & Allied Works Lot 1
(E) Any Other Items not covered above Lot 1
TOTAL (I+II) (To Schedule-5 Grand Summary)

* Please state the currency and fill in the amount.


Bidder is required to calculate the sub-total and Total.

Note : The rates quoted by the bidder in Schedule-4 will be inclusive of all taxes, duties & levies including service tax payable in the
Employer's Country, as of Seven (7) days prior to the dead line for submission of bids.
Schedule-5
Page 1 of 1
COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

Schedule No. 5 : Grand Summary -NOT USED-


Schedule-6
Page1 of 1
COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.:

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301
SCHEDULE OF RATES AND PRICES
Schedule No. 6 : Recommended Spare Parts

Unit Price Total Price *Local *Total price (as delivered at Project)
transportation
*CIF (Indian *Ex-Works *CIF (Indian *Ex-Works charges FOR ( for spares to FOR ( for
Port of (India) [For Port of Entry) (India) (including inland be supplied from domestically
Item Description Qty entry) [For domestically insurance, port abroad) manufactured
spares to be manufactured handling, port spares)
supplied spares] clearance & port
from charges)
abroad]
1 2 3 4 5 6=3x4 7=3x5 8 9=6+8 10=7+8

TOTAL PRICE

We also confirm that the items of Recommended spares with same specification having same identification number but with different item code have
been quoted by us at the same price. Further all such items of spares have been clubbed together and enlosed separately at Annexure-............... to our
offer
Note:
1 *Bidders shall state the currency and fill in the amount in figures.
2 Domestically manufactured spares shall be quoted on Ex-Works (India) basis and the spares to be supplied from abroad (applicable for foreign bidders
shall be quoted on CIF/(Indian Port of entry) basis.
Schedule-7
Page 1 of 2

COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.:

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

Schedule No. 7 : Taxes and Duties


The details of above Taxes and Duties applicable as on seven (7) days prior to the last date for submission of bid, which may be payable by
Employer in accordance with the provision of Bidding Documents, are as under:

A. Taxes and Duties applicable on Ex-works (India) price component (Schedule-2) in respect of direct transactions between Bidder and
Employer, not included in the Bid Price.

*Amount (in bid currency) on


which Taxes/Duties/Levies *Taxes/Duties/Levies payable
are applicable
Description of Rate of Total
Item No. Taxes/Duties/ Levies Taxes/Duties/Levies Main Main Taxes/Duties/
Mandatory Mandatory
etc. applicable (%) Equipments Equipments Levies payable
Spares (Under Spares (Under
(Under (Under
Schedule No. Schedule No.
Schedule No. Schedule No.
2) 2)
2) 2)
1 2 3 4 5 6=3x4 7=3x5 8=6+7
1 Central Sales Tax
2 Local Sales Tax
3 Octroi
Any other taxes / duties/
4 octroi (to be specified by
the Bidder)
*Total Taxes & Duties
Schedule-7
Page 2 of 2

B. Taxes and Duties applicable on Ex-works (India) price component (Schedule-2) in respect of Bought Out Items (to be dispatched
directly from Sub-vendor’s works to NTPC Site), not included in the Bid Price.

*Amount (in bid currency) on


which Taxes/Duties/Levies *Taxes/Duties/Levies payable
are applicable
Description of Rate of Total
Item No. Taxes/Duties/ Levies Taxes/Duties/Levies Main Main Taxes/Duties/
Mandatory Mandatory
etc. applicble (%) Equipments Equipments Levies payable
Spares (Under Spares (Under
(Under (Under
Schedule No. Schedule No.
Schedule No. Schedule No.
2) 2)
2) 2)
1 2 3 4 5 6=3x4 7=3x5 8=6+7
1 Central Sales Tax
2 Local Sales Tax
3 Octroi
Any other taxes / duties/
4 octroi (to be specified by
the Bidder)
*Total Taxes & Duties

* Bidder shall state the currency and fill in the amount.

Note:
1 For availing concessional rate of sales taxes, the Employer will issue requisite declaration forms.
2 Bidder shall quote the taxes, duties and levies as applicable in the Employer's country as on seven (7) days prior to the
last date for submission of bids.
3 Taxes, duties & levies applicable on transportation and Installation services & allied works inlcuding the materials
incorporated in such works shall not be indicated in this schedule, but the same shall be included in the prices quoted for
such works in Schedule-3 and Schedule-4.
Schedule-8A
Page 1 of 1

COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.:

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

Schedule No. 8A : Break-up of Type Test Charges priced in Schedule-1.

Unit Price* Total Price*


Foreign Foreign
Item Description Unit Quantity
Currency Currency
Portion Portion
1 2 3 4 5 6 = 4x5
1 Butterfly Valves Proof of design (POD) Tests
Valve Size Group (mm)
a) above 1800
2 GRP Pipes (if applicable) a) Hydrostatic Design Basis Test

b) Long Term Ring Bending Test

Total to Schedule-1

The currency of charges for type tests shall be same as the currency in which the corresponding equipment is
being offered in Schedule-1.
Schedule-8B
Page 1 of 1
COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. : CS-9562-135-2

IFB No.

Bidder's Name and Address : To


Contract Services-II
NTPC Limited
Noida - 201301

Schedule No. 8B : Break-up of Type Test Charges priced in Schedule-2.

Unit Price* Total Price*


Indian Indian
Item Description Unit Quantity
Currency Currency
Portion Portion
1 2 3 4 5 6 = 4x5
1 Butterfly Valves Proof of design (POD) Tests
Valve Size Group (mm)
a) above 1800
2 GRP Pipes (if applicable) a) Hydrostatic Design Basis Test

b) Long Term Ring Bending Test

Total to Schedule-2

The currency of charges for type tests shall be same as the currency in which the corresponding equipment is
being offered in Schedule-2.

You might also like