You are on page 1of 52

The West Bengal Power Development Corporation Limited

Kolaghat Thermal Power Station

Office of The Sr. Manager

CONTRACT CELL

Tender Document w.r.t. Notice Inviting Tender

Tender Ref. No. GM(K)/CC/EMOPH/3557/733439

NIT NO: WBPDCL/KTPS/NIT/E2611/23-24

Sub:- Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

Page 1 of 52
Contents:
1. Schedule of Dates for e-Tendering 3

2. General Guidance for e-tendering 4


2. Registration of Bidders 4
3. Pre-qualification (PQR) for participation 4
4. Earnest Money 6
5. Collection of Tender Documents 7
6. Cost of Tender 7
7. Submission of Tenders 7
8. Submission of Bid Security/ EMD (To be submitted in Fee/PreQual/Technical 8
Cover) for BG (if any)
9. Performance Security 8
10. Technical Proposal (Statutory Documents) 9
11. Submission/Upload of Non-Statutory Documents 10
12. Signing of Contract Agreement 10
13. Financial Proposal 11
14. Price 11
15. Conditional and Incomplete Tender 11
16. Tender Processing Expenses 12
17. Opening and Evaluation of Tender 12
18. Shortfall Documents 13
19. Job Contractual Period 13
20. Bid Validity 13
21. Acceptance of tender 14
22. Paying Authority 14
23. Controlling Officer 14
24. Cancellation of Tender 14
25. Termination or Cancellation of Contract 14
26. Extension of Tender 15
23. Scope of Work - Annexure – I 16
24. Commercial & Special Terms & Conditions-Annexure - II 19

25. General Terms & Conditions : Annexure - III 24

26. Mandatory Safety Clauses : Annexure IV 29

27. Examining Physican’s Report: Annexure V 34

28. Application For Issuance Of Height Pass: Annexure VI 38

29. Safety Clearance Certificate: Annexure VII 40

30. Particulars of the Contracting Agency : Annexure VIII 42


31. GST information: Annexure IX 44
32. Bank Details Proforma : Annexure X 45

Page 2 of 52
33. Proforma for EMD (Bid Security): Annexure XI 46

34. Proforma for Contract Performance Guarantee: Annexure XII 48


35. Proforma for Contract Agreement: Annexure XIII 51

Schedule of Dates for e-Tendering :-

Sl. Milestone Date


No
1. Publishing Date 26/07/2023

2. Document Download start date 26/07/2023 at 15.00 Hrs

3. Pre-Bid Meeting 02/08/2023 at 15.30 Hrs.

4. Bid submission start date 05/08/2023 at 11.00 Hrs.

5. Bid submission end date 22/08/2023 at 14.00 Hrs.

6. End date & Time of Physical sub- 24/08/2023 up to 14.00 Hrs.


mission of EMD as BG (if any)

7. ‘Fee/PreQual/Technical’ cover 24/08/2023 at 14.30 Hrs.


opening date
8. Uploading of Technical Bid Evalua- To be notified later.
tion sheet
9. Financial Bid opening date To be notified later.

Bidder must fill up & submit BOQ sheet with all cells filled-up. Non-submission of this
sheet will lead to rejection of the bid.

Page 3 of 52
The West Bengal Power Development Corporation Limited
Kolaghat Thermal Power Station
Office of The Sr. Mgr.(CC)
CONTRACT CELL

Notice Inviting Tender

Tender Ref. No. GM(K)/CC/EMOPH/3557/733439

NIT NO: WBPDCL/KTPS/NIT/E2611/23-24

Sub:- Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

Tender is hereby invited by the General Manager (Kolaghat), WBPDCL for the service as
mentioned elsewhere, through electronic tendering (e-tendering) from eligible , resourceful ,
experienced , eligible and experienced contractors/ agency having sufficient credential and fi-
nancial capability for execution of works of similar nature.

1. General Guidance for e-tendering

Interested bidders are requested to log on to the website https://wbtenders.gov.in to partici-


pate in the bid.

2. Registration of Bidders

Bidders willing to take part in the process of e-tendering are required to obtain Digital Signa-
ture Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Govt. of
India. (viz. nCode Solution, Safes crypt, e-Mudhra, TCS, MTNL, IDRBT ) or as mentioned in e-
tendering portal of GOWB https://wbtenders.gov.in. DSC is given as a USB e-Token. After
obtaining the Class 2/3 Digital Signature Certificate (DSC) from the approved CA they are re-
quired to register the Digital Signature Certificates through the registration system available in
the website.

3. Pre-qualification (PQR) for participation:

a. The bidder must submit self attested copies of the document of the followings:

Page 4 of 52
(i) Valid PAN (Income Tax) .
(ii) Valid Provident Fund A/C
(iii) Valid GST registration number with GST registration certificate
(iv) Valid document of Professional Tax (PT) Clearance Certificates/ Latest challan
(v) Valid ESI Code
(vi) IT return certificate for FY 2019-2020, 2020-2021 & 2021-2022.
b. The bidders must have experience in execution of job “successfully completion of the
Erection and Commissioning of Power Transformers (having the Capacity of 16 MVA or
higher and 15.75 KV or greater voltage level)”, directly under the Central/ State
Govt./Central or state Govt. Organization/ undertaking / industrial organization incorpo-
rated under the Indian Companies’ Act. during last seven (07) years ending last day of pre-
vious month from the date of NIT publication and having order values , either in,

(1) A single completed contract with executed job value amounting to Rs. 4,49,280/- or above
excluding taxes,

Or

(2) Two (02) nos. completed contracts with each executed job value amounting Rs. 2,80,800/-
or above excluding taxes,

Or

(3) Three (03) nos completed contracts with each executed job value amounting to Rs.
2,24,640/- or above excluding taxes,

Bidder shall submit order copies & satisfactory completion certificate from the End user
in support of his credential. The supporting documents w.r.t. the completed job value
must be submitted by the party to ensure the job value of having credentials either in.

c. Audited Balance Sheet to satisfy that the annual financial net worth in each of last three fi-
nancial years (2019-2020, 2020-2021 & 2021-2022) of the intending party should be positive. The
bidder must submit self attested copies of the document of three financial years (2019-2020,
2020-2021 & 2021-2022) regarding this.

d. Audited Profit and loss A/C statement to satisfy that the average annual financial
Turn over should be Rs. 1,68,480/- or above excluding taxes in last three financial years
(2019-2020, 2020-2021 & 2021-2022).

Page 5 of 52
4. Earnest Money

i) Bidders must furnish the earnest money of Rs.11,232/- only through Online Mode. In the
payment mode of the portal, online mode is to be selected and against online Banks, both
ICICI Bank and ICICI NEFT/ RTGS modes are to be selected.
N.B : Offline mode of submission of EMD will not be granted (except submission of BG).

ii) Deposition of EMD in the form of BG: Bidders may furnish the earnest money in the form
of BG of Rs. 11,232/- only from any nationalized/scheduled bank authorized to do the business in
India. BG will be in the name of ‘The West Bengal Power Development Corporation Ltd. , and BG
towards EMD to be submitted physically to the office of DGM(M&C) , KTPS, WBPDCL, GM bldg,
KTPS, Mecheda, Purba Medinipur-721137,within the stipulated date as mentioned in the ‘schedule
of dates for e-tender’ .
Payment in any other form e.g. NSC, KVP etc will not be accepted.
iii) EMD submitted as Bank Guarantee should have validity initially for One year from the
date of execution of BG with 03 months claim period. For the extension of the contract, validity
of this BG may be further extended with a claim period of 03 months. This extension of BG is to
be done within 30 days from the date of issuance of extension order. This Bank Guarantee will
be released after successful completion of total contractual period covering guarantee period
with due certification of controlling officer.
N.B: EMD (in the form of BG) must be in the name of “The West Bengal Power Develop-
ment Corporation Ltd.” otherwise EMD will be rejected.

iv) Where Bank guarantee is submitted as EMD, exempted mode of the portal is to be selected
and scanned copy of Bank guarantee is to be uploaded. Original copy of Bank Guarantee is to be
submitted by the bidders by hand or through post 48 hours prior to opening of the bid, failing
which the bid may be rejected.
No EXEMPTION will be considered for EMD.

v) Once Award of Contract (AOC) is uploaded in the portal, EMD of the L-1 bidder will be auto-
matically transferred from the pooling account to the respective ICICI account of KTPS and EMD
submitted by an unsuccessful bidder will be automatically refunded for Online mode of EMD sub-
mission.

vi. In case of cancellation of any tender, EMD of each bidder will be refunded automatically for
online mode of EMD submission and within 30 days from the date of decision of cancellation of
Tender for Bank guarantee.

vii. EMD (in form of BG) furnished by all unsuccessful bidders should be returned without
any interest, after the Letter of Award is placed upon the successful L1, but not later than 30
(thirty) days from the placement of Order / LoA.

viii. EMD of the successful bidder should be returned after receipt of contract performance
guarantee (CPG), if any, as called for in the contract. However instead of returning, it can be
converted into initial CPG provided the balance amount is remitted in the same form.

Page 6 of 52
ix.. EMD will not accrue interest at any stage.

x. WBPDCL reserves the right to forfeit the Earnest Money deposit , if any tenderer , after opening
of tender, withdraws/varies, amends, impairs, revise their offer unilaterally or derogates or re-
vokes his tender , or if any document/statement submitted by the bidder in respect of qualifying
requirement or any other information is found to be untrue, or if successful Bidder fails to ex-
ecute the work order satisfactorily within the stipulated time as mentioned in the work order or
denies to accept the work order within the validity period of their offer, or if the acceptance of
order by successful bidder is not received within the stipulated period or if the bidder does
not accept the arithmetical correction of its bid price , or if the successful bidder fails to sub-
mit contract performance guarantee within stipulated date

5. Collection of Tender Documents:


Tenders are to be submitted online and interested bidders will have to download the tender
documents from the website https://wbtenders.gov.in directly with the help of the e-Token
provided. This is the only mode of collection of tender documents. Details of submission proce-
dure are given below.
6. Cost Of Tender :
Bidders need not to deposit tender fees.

7. Submission of Tenders

7.1 General process of submission

7.1.1 Tenders are to be submitted online through the website https://wbtenders.gov.in. All
the documents uploaded by the Tender Inviting Authority form an integral part of the bid
documents. Bidders are required to upload all the tender documents along with the other
documents, as asked for in the tender, through the above website within the stipulated date
and time as given in the Tender.
7.1.2 Bidders must submit the Tenders in two covers i.e. (1)‘Fee/PreQual/Technical’ &(2) ‘Fi-
nancial’. Bidders must download tender specific documents (NIT/SBD, BOQ etc) from
https://wbtenders.gov.in , prepare the required documents and upload the scanned docu-
ments in Portable Document Format (PDF) to the portal in the designated locations.
7.1.3 Bidders need to fill up the rates of items in the BOQ, downloaded for the service, in the
designated cell of the BOQ spreadsheet and upload the same in designated location of
‘Finance’ cover.

Page 7 of 52
7.2 The documents uploaded must be scanned against any virus and digitally signed using the
Digital Signature Certificate (DSC). Bidders should specially take note of all the adden-
dum/corrigendum related to the tender and upload the latest documents as part of the tender.

8. Submission of Bid Security/ EMD

(To be submitted in ‘Fee/PreQual/Technical’ COVER(1))


i.Deposition of Bid Security/Earnest Money Deposit (EMD) in the form of BG - Scanned copy
of BG towards EMD to be uploaded in ‘Fee/PreQual/Technical’ Cover as prescribed in the NIT,
in favour of ‘The West Bengal Power Development Corporation Limited’ on any nationa-
lized/scheduled bank .
N.B. The original copies of BG towards EMD must be submitted physically in the office of
DGM(M&C) , KTPS as per date & time schedule furnished in NIT ,page no 13,otherwise respec-
tive tender will be considered as invalid. If the bidder fails to submit the original copies within
the due time his tender will not be opened and his bid will stand rejected.
ii. Online Deposition of Bid Security/Earnest Money Deposit (EMD) : Scanned copy of UTR
no. /online fund transfer receipt copy received by bidder from Bank towards Online Deposition
of EMD to be uploaded in ‘Fee/PreQual/Technical’ Cover for verification by WBPDCL .
Note: Any tender without physical submission of EMD in the form of BG as uploaded in
‘Fee/PreQual/Technical’ cover(1), will be considered as invalid.
Any tender without uploading Online Deposition receipt copy/ UTR copy of EMD in
‘Fee/PreQual/Technical’ cover(1), will be considered as invalid .
No EXEMPTION will be considered for EMD.
Note: Any tender without EMD, as uploaded in ‘Fee/PreQual/Technical’ cover(1), will be con-
sidered as invalid .
9. Performance Security
i. Contract Performance Guarantee (CPG):-
Contract Performance Guarantee (CPG) is sought towards guarantee for satisfactory
execution of order/contract and fulfillment of terms and conditions contained therein.
Wherever applicable, it shall be made clear to the bidder through relevant condition of
the contract that the amount of CPG shall be forfeited if the contractor fails to execute
the order and fulfill the terms and conditions. The CPG can be set off by the Procuring
Entity against its claims on the contractor on the said order/contract or any other or-
der/ contract(s).
The validity period of CPG should cover the entire period of supply/execution of job
and where there is a defect liability period, till expiry of such period plus 3 months claim
period thereafter.
i. The successful Tenderer will have to deposit CPG as security, in the form of Demand
Draft/ Pay Order/ Banker’s Cheque /Bank Guarantee for satisfactory execution of
the order, and for guaranteed performance of the supplied item/ executed works or

Page 8 of 52
services. The amount shall be equivalent to 10% of the ordered value and it shall be
deposited within 30 (thirty) days from the date of issuance of Purchase Order/ Work
Order, or within the offer validity period, whichever is earlier. In case the guarantee
is given in the form of Bank Guarantee (BG), then it should be issued from any
Scheduled Bank.
ii. EMD of successful bidder may be converted into initial CPG provided the balance
amount is remitted in the same form.
iii. No CPG shall be required for individual supplier/contractor having order value upto
Rs. 100,000/-.
iv. CPG may also be insisted in case of single tender and waiver will be given only in ex-
ceptional cases with the approval of Competent Authority. When the ordered value is
above Rs. 50 lakh, CPG in the form of Bank Guarantee only shall be acceptable.
v. Even SSI units are not exempted from submitting the CPG for the materials /
works/services to be supplied/to be executed as per terms specified in N.I.T.
vi. Contract Performance Guarantee (CPG) can be released after successful execution of
PG Test / completion of supply or works or after expiry of defect liability period in line
with explicit provision in this regard under the Contract.

ii. Additional Performance Security:-


Additional Performance Security @10% of the tendered amount will be obtained from the suc-
cessful bidder if the accepted Bid value is 80% or less of the estimated value. The Additional
Performance Security shall be submitted in form of Bank Guarantee in the name of ‘The West
Bengal Power Development Corporation Ltd.’ from any nationalized / scheduled bank. If the bid-
der fails to submit the Additional Performance Security within Seven Working days from the
date of issuance of LOA/ Contract, his earnest money will be forfeited and other necessary ac-
tions may be taken as penalty. The Bank Guarantee shall have to be valid upto the end of the
contract period and shall be renewed accordingly, if required.

The Bank Guarantee shall be returned on successful completion of the contract. If the bidder fails
to complete the work successfully, the Additional Performance Security shall be forfeited at any
time during the pendency of the contract period after serving proper notice to the contractor.

10. Technical Proposal (Statutory Documents)

[To b submitted in ‘Fee/PreQual/Technical’ COVER(1)]


The following documents in standard formats should be uploaded in Fee & Technical
cover:
i. Notice Inviting Tender (NIT)/ Standard Bid Document (SBD) – The NIT /SBD as pub-
lished is to be downloaded, then digitally signed and uploaded.
ii. PQR documents in support of Bidders’ qualification (as per clause no. 3(a),(b),(c),(d)).
Technical Offer /Technical Doc along with Technical compliance & BOQ sheet in un-
priced format as mentioned below.
Note: Tenders will be summarily rejected if any of the above items in the statutory cover

Page 9 of 52
is missing in the uploaded documents.

11. Submission / Upload of Non-Statutory Documents

Following instructions / documents are to be uploaded along with the Bid.


i. Name of Contract Person, Postal Address, Contract No. & E-mail ID for Communication i.r.to
this tender and Contract.
ii. Company Details:
a) Valid Registered Deed for the Firm / Consortiums from Registrar of Assurances is to be sub-
mitted. Application for registration will not be considered. Any change in the constituents of the
consortium/ firm should also be registered from the Registrar of Assurances prior to the date of
application of tender otherwise his bid will be rejected.

b) Company registration certificate as per Company’s act for Limited Company. Memorandum
of articles for Limited Companies is to be submitted on demand.

c) Society Registration, Audit report, ARCS Certificate and Bye-Laws for Cooperative Societies.

iii. Agency should not have been debarred/ blacklisted by any of the Government organiza-
tion/Enterprise, Quasi Govt. organization / Autonomous body under any Government. Bidder
should submit a “Declaration” in this regard. If any agency is debarred/blacklisted during the
process of the bidding as above, his bid will be considered as invalid.
iv. The bidder will submit the “Declaration of Labour licence” that the labour licence for this
job as per requirement, will be submitted.

v. Addenda/Corrigenda: if published.

Note: Bidders are to keep track of all the Addendum/Corrigendum issued with a particu-
lar NIT and upload the download copies of the above documents and merge the Adden-
da/Corrigenda with respective NIT/SBD in the NIT/SBD cover . Tenders submitted without the
Addendum /Corrigendum may be rejected as per discretion of tender evaluation authority.
vi. Deviation: Bidders are not allowed to take any deviation from the principal requirement of
the specifications. Any deviations, if taken by the bidder, shall run the risk of being the tender
declared as non responsive by the owner.

12. Signing of Contract Agreement:-

I. In respect of a turnkey contract / W.O. / LoA / LoI / AMC for any project / works/ services
including any civil works of contract value in excess of Rs. 50,00,000/- (Rupees Fifty lakhs only),
the concerned vendor/contractor must submit contract agreement (as per attached annexure
XIII ) in non-judicial stamp paper of appropriate value duly filled in all respect to the order is-

Page 10 of 52
suing authority for acceptance before commencement of works / Services and claiming advance
amount, if any, as per provisions of the contract but not later than 30 (Thirty) days from the date
of issuance of LoA.

II. The said agreement (to be submitted in duplicate) will be duly signed by both authorized
representative of WBPDCL (Engineer-in-Charge of the job contract or any other officer autho-
rized by the competent authority) and vendor/authorized representative of vendor.

III. One such copy of agreement, on acceptance should be invariably be given to respective head
of Accounts department of plant/ Corporate offices and Legal Department at Corporate Office.

13. Financial Proposal

(To be uploaded in ‘FINANCE’ COVER (2))


The financial proposal should contain the following document in one cover.
Bill of Quantities (BOQ): The bidder is to quote the rate in the space /cell marked for quoting
rate in the BOQ. (Only downloaded copies of the above documents are to be uploaded, virus
scanned and digitally signed by the bidder) EVALUATION WILL BE MADE ON THE BASIS OF
QUOTED RATE (excluding taxes) & in totality basis.

14. Price:-

The contractor should quote rate considering Scope of Work, Commercial & special Terms &
Conditions, General Terms & Conditions and Mandatory Safety clauses & upload the same for
this tender.
Before quoting the rates, Tenderers must consider all the aspects of expenditures of the
enclosed Annexure-I (Scope of Work). For any other information / clarifications the Sr.Manager
(EMOPH), KTPS, (Contact No. 8336903794 e-mail: s.patra@wbpdcl.co.in) may be contacted.

15. Conditional and Incomplete Tender

i) Conditional and incomplete tenders are liable to summary rejection as per discretion of
tender evaluation authority.
ii) Conditional & incomplete price bid (BOQ) of this tender will not be accepted. Bidders
must quote for all items mentioned in BOQ .BOQ sheet, with all cells in filled up condition, must
be submitted in “Finance” cover. Non-submission of this sheet in ‘Finance’ cover & partial quot-
ing will lead to rejection of the bid.
iii) All the uploaded documents will have to be attested by the bidder with official seal of the
agency/company and digitally signed.

Page 11 of 52
16. Tender Processing Expenses
All the cost and expenses incidental to the submission of the tender, cost of Technical Survey,
discussions, conferences if any shall be to the account of the tenderer irrespective of whether the
tender is accepted or not and the KTPS shall bear no liability whatsoever on such cost and ex-
penses incurred by participant.

17. Opening and Evaluation of Tender:-

17.1 Opening of Technical Proposal:-

i) Technical proposals will be opened by Sr.Mgr.(CC), KTPS or his authorized representa-


tive electronically from the website stated in Clause 1, using their Digital Signature Certificate,
on the date of opening as mentioned in the ‘schedule of dates’ in this tender. In case, if the sche-
dule date of opening of the tender is declared as ‘Holiday’ in KTPS due to any reason, then tender
opening will be done on next working day.
ii) Technical proposals for those tenders whose original copies of DD/Pay Order / Bank-
ers Cheque / Demand Pay towards EMD have been received will only be opened. Proposals
corresponding to which EMD have not been received will not be opened and will stand re-
jected.
iii) Interested bidders may remain present if they so desire.
iv) Technical Cover (comprising of Statutory Documents as per sl. 10 and Non-statutory
Documents as per sl.no 11) will be open ed. If there is any deficiency in the Statutory Doc-
uments, the tender will summarily be rejected.
v) Decrypted (Transformed into readable formats) documents of the Statutory (as per sl. 10)
& Non-statutory Cover (sl . No. 1 1) will be downloaded, and handed over to the Tender Evalu-
ation authority.
vi) Technical Proposal will be evaluated depending upon submission of original copies of
EMD, PQR documents, OID (other important document) etc. While evaluation, the Committee
may summon the bidders and seek clarification / information or additional documents in
support of uploaded document as per discretion of tender evaluation authority or original hard
copy of any of the documents already uploaded and if these cannot be produced within the
stipulated timeframe, their proposals will be liable for rejection.
vii) During technical evaluation process, if any tender is observed to be associated with any
false statement/documents, that tender will be summarily rejected and EMD will be forfeited.

17.2 Uploading of Summary List of Technically Qualified Bidders

i) Pursuant to scrutiny and decision of the Technical Evaluation authority, the sum-
mary list of eligible bidders for which their Financial Proposals will be considered will be

Page 12 of 52
uploaded in the web portals.

17.3 Opening and evaluation of Financial Proposal

i) Financial proposals of the Bidders declared technically eligible by the Tender Evalua-
tion authority will be opened electronically from the web portal on the prescribed date, nor-
mally after two working days after the date of publication of final summary list of the Bid-
ders.
ii) The encrypted copies will be decrypted and the rates will be read out to the
bidders, present at that time of bid opening.
iii) Tender evaluation (price Bid) will be done on the basis of lowest quoted landed
cost/rate/price in the price bid (BOQ) .
iv) After evaluation of Financial Proposal, by Tender Evaluation authority, the final
summary result, name of bidder and the rates quoted by the bidders against service will be
uploaded.
v) The Tender Accepting Authority may ask any of the Bidders to submit analysis to jus-
tify the rate quoted by that Tenderer and to submit or produce any document in original for
verification/clarification
vi) Overall lowest bidder will be first considered for placement of order and Tender Eval-
uation authority may ask the party to submit the price break up.
vii) The Corporation reserves the right to accept or reject any tender or entire tenders.
viii) No complaints shall be entertained after opening the price bids.

18. Shortfall Documents : Any requisite document not uploaded by the bidder or any additional
document which may be required by the Tender Committee for technical evaluation can be
asked for by the procuring entity for submission of the same by the bidder offline within shortest
time but before 48 hours of Price Bid opening time. However, such opportunity, shall not be
extended in case the Tender Committee otherwise considers the bid as non- responsive. If the
bidder fails to submit required documents within stipulated time, WBPDCL reserves the right to
cancel that bid unilaterally.
19. Contractual Period:-
a) The contract will remain valid for 01 (one) year from the date of issue of contract.
b) However, during this tenure, contract may be short closed (one months notice will be served
by WBPDCL in advance) at the discretion of the WBPDCL authority.

20. Bid Validity:-

The Bid shall remain valid for six (06) months from the date of opening of tender (Part-I), or until
the contract is finalized, whichever is earlier.

Page 13 of 52
21. Acceptance of Tender:-

Bidders must quote for all items mentioned in BOQ sheet. Bids with Lowest valid rate should
normally be accepted. However, the Tender Accepting Authority does not bind himself to do
so and reserves the right to reject any or all the tenders, for valid reasons and also reserves the
right to split the order, alter the quantity of any or all Bidders.

22. Paying Authority :-

The Dy. G.M. (F&A)/ GM (F & A), Corporate Office, Kolkata, WBPDCL.

23. Controlling Officer :-

The Sr.Manager (PS), EMOPH, KTPS

24. Cancellation of tender:


The tender may be cancelled, as per discretion of WBPDCL authority.

25. Termination or Cancellation of Contract: The Competent Authority may terminate a con-
tract in the following cases.

a. Cancellation of contract for default on the part of Contractor

a) If the contractor fails to execute whole or part of the works within the time period(s) speci-
fied in the contract, or any extension thereof granted; and/or

b) If the contractor fails to perform any other obligation under the contract within the period
specified in the contract or any extension thereof granted.

b. Termination of contract for insolvency

If the contractor (or any Member of the JV, consortium/collaborator if applicable) becomes
bankrupt or becomes otherwise insolvent or undergoes liquidation or loses substantially the
technical or financial capability (based on which he was selected for award of contract), the
contract may be terminated without compensation to the contractor, provided that such ter-
mination will not prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to Procuring Entity.

c. Termination of contract for Procuring Entity’s failure/convenience

After placement of the contract, there may be an unforeseen situation compelling Procuring
Entity to cancel the contract. In such a case, a suitable notice has to be sent to the contractor for
cancellation of the contract, in whole or in part. The notice shall also indicate the date from
which the termination will become effective. This is not Procuring Entity’s legal right – the con-
tractor has to be persuaded to acquiesce. Depending on the merits of the case, the contractor
may have to be suitably compensated on mutually agreed terms for terminating the contract.

Page 14 of 52
Suitable provisions to this effect should be incorporated in the Tender document as well as in
the resultant contract.

26. Extension of tender:


This tender may be extended depending on the number of adequate bidders or any other reason
whatsoever as per discretion of the KTPS, WBPDCL authority.

Page 15 of 52
ANNEXURE- I
Scope of work

Sub: - Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

Dragging and Erection & Commissioning of 35 MVA new Unit Auxiliary Transformer at KTPS
under (CAPEX 2022-2023).

Erection & commissioning


Site preparation:

Total erection activity will be done in presence of the Service Engineer/Representative of the
manufacturer. Before commencement of erection, testing & commissioning job; following ar-
rangements should be done by the party:
1. All other accessories required for lifting (sufficient numbers of slings & shackles, lifting jacks,
chain pulley block) should be arranged by the party.
2. Oil purification plant. The purifier shall be of minimum capacity of 4000 LPH for obtaining
BDV of >80kv at 2.5mm gap & water content of <5ppm. The purifier shall contain instruments
for measuring BDV& water content.
3. Oil sampling bottles, pipe for draining oil from drums & consumable items.
4. Electric arc welding set of required capacity, gas cutting set, crimping tools & any other spe-
cial machines required to complete the job.
5. All materials required for scaffolding & covering of the transformer.
6. Vinyl pipe for temporary oil level indication of transformer tank during oil filling & draining.
7. Electric supply of 3Ø, 415 V, 50 Hz will available at site at free of cost. However, necessary
cables, main switches with ELCB, etc may be arranged by the party.

UNLOADING &DRAGGING:

1. Transformer Unloading by using wooden platforms is under party scope.


2. Dragging of new transformer from unloading point to plinth of SAT where the new transfor-
mer will be commissioned. Approximate Dragging Distance 100m on Road without rail track.
3. The party has to do all required actions to bring the transformer from unloading point to erec-
tion point like change 90 degree direction (2 numbers approx) and lifting of transformer etc..
4. The Party also has to arrange all materials & machineries of sufficient capacity required with
skilled workers for complete the unloading & dragging jobs. All machinery to be used shall have
valid Fit Certificate.
5. Placement should be done in such a manner that all connection points (HV side pipe bus, LV
side bus duct& Neutral cable) are matched with existingSAT plinth where the transformer will be
erected.
6. Transformer unloading &dragging should be done in such a way that there is no damage to the
transformer.
7. All necessary tools, tackles & machineries are to be arranged by the party.

Erection of transformer:
1. Checking of all connection points for matching with existing bus duct,pipe bus and cable ter-
minals.
2. When the transformer is in final position, the wheels shall be locked to prevent accidental
movement of the transformer.

Page 16 of 52
3. Outer assembly shall be done referring to the outline general arrangement drawing & part
identification drawings. If any tit-bit modification is required during erection job, that will be
done by party as per instruction.
4. All mountings & accessories fixing should be done as per design.
5. All equipment cabling i.e. from transformer body mounted instruments to transformer MB
from cooling bank to fan/pump MB, erection of the drive mechanism box, marshalling box at site
with equipment & RTCC panel in the control room after removing the existing panel if any, is
also scope of work of party. Any cutting, welding, Aluminum welding etc, minor modification
shall be party’s Scope.
6. All joints between flanges are to be made leak-proof by using gaskets. Special quality granu-
lated cork bonded with medium nitrile butadiene rubber gaskets are to be used except for butterf-
ly valves where pure nitrile rubber gaskets are to be used. The gaskets are to be stuck on the men-
tal parts using gasket paste. All Gaskets will be supplied by KTPS.
7. Fixing of radiator banks with valves, conservator for main tank &OLTC at specified places on
transformer tank. Erection of drive control panel for OLTC.
8. Fixing of conservator of main tank with magnetic oil gauge, breather & breather line etc.
9. Fixing of pressure relief valve, buchholz relay & oil surge relay(s) with cabling work.
10. During E&C works if transformer becomes empty then it should be filled dry air or N2 gas
with having dew point -50 to -60 deg. C.
11. Earthing at all relevant points with proper size of GI flats.
12. All welding works shall be done by the qualified welder. Welding will be checked at as per
specified norms to ensure the quality of the welding.
13. All jobs must be done in accordance with safety rules and regulations that have to be fol-
lowed to do this kind of work.
14. After completion of all jobs site cleaning must be done by party.

Erection of other accessories:


1. Erection of remote tap changer control panel at specified unit control room.
2. LV Hood fixing and Placement of neoprene rubber bellows at LV side (if required)
3. Earthing of RTCC panel &NGR box with proper size of GI flats.
4. Before transformer charging all connection shall be done by party.

Transformer oil filling & filtration:


1. After the completion of the erection, transformer will be filled with the insulating oil. The oil
drum shifting to site and empty drum shifting from transformer site to specified place shall be
done by the party. Oil storage tank at erection site and oil filtration machine shall be in contrac-
tor’s scope. The filter machine should have high vacuum pump.
2. Before oil purification work, the oil hoses, oil tanks, etc. & the top of oil drums should be
cleaned well & washed with transformer oil, if necessary. Oil purifier should be cleaned by oil
circulation using an empty drum.
3. The heater temperature in the filter machine shall never be kept above 75 deg. C during any
stage of filtration.
4. Before filling in the transformer, the oil must be of BDV>80kv & water content <5ppm.
5. After oil filling, Transformer proper venting has to be done in several times.

Testing:
After completion of the erection, all electrical testing of the transformer will be done by KTPS
Testing department. The party should provide necessary manpower assistance required for the
testing job.

Page 17 of 52
COMMISSIONING:
If all the pre-Commissioning tests/checks are found satisfactory, the transformer will be charged
at no-load for checking and during that time all data should be noted.
In case of any fault/failure during no-load charging condition due to E&C, same has to be recti-
fied by the party.

WBPDCL Scope:-

1. Testing equipment for transformer testing shall be arranged by the WBPDCL.


2. Hydraulic operated cranes (8T/14T) will be provided by KTPS at free of cost with prior inti-
mation of requirement schedule.
3. Oil storage tank for minimum storage capacity of transformer oil capacity + 20% extra.
4. Dry Air Generator, if required, will be provided by KTPS.
5. Vacuum pump with suitable hoses & adaptors if required.
6. Electric supply of 3Ø, 415V, 50Hz will available at site at free of cost.

SAFETY:

1. The Contractor has to arrange for necessary safety measures as per relevant regulations of
WBPDCL. If any untoward accident happens during execution of the job, WBPDCL should not
be held responsible any way.
2. The Contractor has to arrange all skilled, unskilled personnel, supervisors, erection & commis-
sioning engineer(s) at his own cost & responsibility. Before the onset of work, the contractor has
to take necessary safety clearance from concerned safety department of WBPDCL. All personnel
engaged by the contractor must be covered under ESI/medical insurance schemes & must use
requisite personal protective equipments (PPE) while on job.
3. If the contractor wishes to engage any other agency on subcontract for the said job, it has to
take prior approval of WBPDCL for same.
4. The contractor shall provide guards & prominently display notices, if access to any equip-
ment/area is considered unsafe & hazardous.

Page 18 of 52
ANNEXURE - II
COMMERCIAL & SPECIAL TERMS & CONDITIONS

Sub: Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

1. PRICE:-- Rate should be quoted in BOQ for one year contract. For considering L1
party, total amount summed up for the comprehensive medical check-up will be consi-
dered. The quoted rates in the offer will include total man-visits to the KTPS medical
unit for comprehensive medical check-up and all other incidental charges for the smooth
execution of job. The offered price does not include GST. Taxes with SAC code will be
mentioned separately. The offered price will remain firm till completion of the work.
Actual job value will be computed on the basis of actual execution of the job and pay-
ment will be made accordingly, within maximum Order value.

2. TAXES & DUTIES: GST will be paid extra as per GST council and as per SAC. Beside this,
any other new imposition of statutory expenses made by Govt. of India (as applicable) will be
paid extra on production of documentary evidence. Any amendment or modification on Govt.
taxes & duties w.e.f. 01.07.17 will be considered at the time of billing subject to documentary
evidence.
Taxes as applicable in post-GST scenario. Any changes in provision of GST including applica-
bility of certain provisions which for the time being is deferred is deemed to be applicable in this
Order.
The bidder has to mention GST rate against each item in BOQ.

3. Quantum of job may vary as per requirement and as per discretion of the Controlling Officer
and payment will be done within the maximum order value.

4. MODE OF BILLING:- On the basis of contract, all bills (along with GSTIN & SAC against
each job / respective service) are to be submitted in triplicate to the controlling officers in
triplicate at the end of each month , along with job completion /inspection & other reports as
relevant duly certified & signed by the contractor and WBPDCL for necessary certification in
favour of completion of job.

5. PAYMENT TERMS :-
The terms for full payment will be related to the stage wise performance and successful
completion of work of the controlling officer.100% payment shall be made after successful
completion of the job against your bill to be submitted in triplicate to the Controlling Of-
ficer / the authorized representative of concerned dept for certification & he will process
for payment as per procedure(SOP) in SAP on completion of job in all respect . Payment will
be made from the Office of the The Dy. G.M. (F&A)/ GM (F & A), Corporate Office, Kol-
kata, WBPDCL on submission of the following documents (as applicable). a) Permanent
Account No., b) GSTIN, (C) GST registration certificate/GST Provisional registration

Page 19 of 52
certificate, (D) SAC (against job / respective service) (d) Professional Tax No., etc..
However, part payment for partly completed job may be done as per discretion of the con-
trolling officer.
All billing and payment will be done as per SOP (Standard operating Procedure) in
SAP system.
6. GUARANTEE: - The contractor will be held responsible to produce quality job during
entire period of the contract and failure of any equipment due to bad workmanship
may attract penalty. In case of failure of any equipment attended by the contractor
and if it is due to bad workmanship, then the contractor will be liable to rectify the
same at his own cost within gurantee period.
7. GPA premium reimbursement: The contractor has to obtain Group Personal Accident
Insurance Policy i.r.o. all workers from the designated Insurance Company". To claim
reimbursement of the premium, the agency in required to submit money receipt, list of
covered workers and health cover note.

8. ESI PREMIUM DEPOSITION :-The subject matter is as follows:


"The Contractor has to comply with ESI provisions under ESI Act, 1948 i.r.o
deployed workmen under this order. Towards release of monthly RA bills, the
contractor has to submit ESI challan & payment confirmation slip for previous
month, which will be paid on the basis of actual attendance / payment to the
ESI authority".
9. SITE CLEANING & REMOVING OF SCRAPS: - Site cleaning for safety as well as for
convenience of the maintenance & operation activities must be done by you up to the
satisfaction of the Controlling Officer after completion of the job. All scrap materials
should be removed to the place specified by the Controlling Officer after completion of
job within seven days, otherwise, the job should not be treated as 'COMPLETE' and pe-
nalty will be imposed as mentioned in clause of (LIQUIDATED DAMAGES - L.D.).

10.i) LIQUIDATED DAMAGES (L.D) for Delay: In the event of any delay in the supplies of or-
dered materials/execution of works beyond the stipulated delivery/completion schedule in-
cluding any extension permitted in writing, the Corporation reserves the right to recover
from the contractor a sum equivalent to 0.5% of the value of delayed supply/work for each
week of delay and part thereof subject to a maximum of 10% of the total value of order.

ii) Performance LD: In the event of non attainment of functional parameters/ guarantees stipu-
lated in the NIT, the contractor shall be liable to levy of liquidated damage. The quantum of
such performance LD along with LD for delay shall not exceed 10(ten) percent of the contract
price.

11. FAILURE OF UNDERTAKING THE JOB: - If the party fails to undertake the job as a
whole, WBPDCL will take necessary action against the party and any security depo-
sit/EMD may be forfeited as per discretion of the WBPDCL authority.
12. NON-COMPLIANCE: In case of failure to attend any assigned job on the part of contractor, the
work may be got done by any other agency in the interest of the corporation. In case of any assigned

Page 20 of 52
job in the scope of the contract is to be done by any other agency due to non-compliance on your
part within the contractual period, the cost of job incurred by WBPDCL will be deducted from your
total pending bill amount which are pending for payment to you from WBPDCL or from the securi-
ty deposit at the discretion of the Controlling Officer.

13.
NEGLIGENCE:-

WBPDCL shall be at liberty to take the work wholly or in part out of the scope of con-
sultants and assign the same to other party or parties at the risk, cost and responsibili-
ty of the consultants, under the following circumstances:
i)Professional neglect in rendering services within the scope of contract.
ii)Non-compliance to the orders, given in writing by WBPDCL to comply with cer-
tain provisions of the contract of the Project by delaying various inputs data and
comments, etc.
Non-co-operation on the part of the consultants for expeditious execution of the Project
by delaying the various inputs data and comments etc.

14. FORCE MAJEURE:-

 Force Majeure shall mean any event beyond the reasonable control of the Employer
or of the Consultant/consultancy firm, as the case may be, and which is unavoidable
notwithstanding the reasonable care of the party affected.

 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, relative obli-
gation of the party affected by such Force Majeure shall be treated as suspended
during which the Force Majeure clause last.

 During the pendency of the execution of this contract if the performance in whole /
part by either or any obligation there under, is prevented/ delayed by causes aris-
ing out of:
i) War (whether declared or not).
ii) Hostility.
iii) Civil commotion.
iv) Acts of public enmity.
v) Sabotage.
vi) Fire.
vii) Floods.
viii) Explosions.
ix) Epidemics.
x) Embargo acts of Civil/Military Authorities.
xi) Causes beyond the control of either party.

 Then, neither of the two parties shall be made liable for loss or damage due to de-
lay or failure to perform the contract during the period notified in writing within
 10 days of the occurrence of any one or more of the above mentioned causes
(Clause 10.03.00), there of giving full particulars and satisfactory evidence in sup-
port of its claim.
 The burden of proof as to occurrence of the event of Force Majeure and its effect
shall be upon the party claiming the Force majeure event and such claim shall be

Page 21 of 52
supported by documentary evidence in the form of a Certificate issued by any lo-
cal, state or national authority.

 The work shall be resumed under the contract as practicable as soon as event /
events cease to exist. Time for Performance of the relative obligation suspended
by the event of force majeure shall stand extended by the period for which such
clause lasts.

If works are suspended by Force Majeure conditions lasting for more than two months
leading to prolonged force majeure, the parties shall hold consultation to find a solu-
tion/resolve the problem satisfactorily - Provided, the Employer shall reserve the right to
cancel the Order/contract, wholly or partly, in order to meet the overall project schedule
and make alternative arrangement for completion of delivery and other schedules.
15.
CONFIDENTIALITY: The consultants shall hold in strict confidence all data, information
and records received by him from WBPDCL and shall not surrender the same to third par-
ties without prior written approval of the WBPDCL.
16. SURVIVING OBLIGATION:-
The Clauses Settlement of Disputes and Confidentiality shall survive the termination or
completion of this contract.
17.
BLACKLISTING:-
Blacklisting of the vendor, in case such situation arises, then the standard policy of
WBPDCL shall be followed.
18. SOLVENCY: - Contractor will have sufficient fund to pay their worker even if the bills are
not passed for any reason for at least two months.
19. SAFETY MEASURES :-
The workman under your control will be working in the vicinity of running equipment
and thus proper instruction should be given to all workmen under your control to be care-
ful and strict supervision to maintain to avoid any accident, loss of life or damage to the
WBPDCL property. Same guide line for action in respect to safety measures to be taken by
you for the job are specified hereunder :-

(a). You are to ensure safety of your worker at site , while working and you are to pro-
vide all kinds of safety equipments required for the job like safety belts / safety ladder /
safety net , personal protective devices etc. to your workers.

(b). You will be liable to pay compensation , if any , to your worker for accident `Arising
out and in course of employment, under the Workmens Compensation Act , 1923.

(c). Before execution of the job at site you are to take clearance from our safety depart-
ment. This is mandatory.

(d). Safe scaffolding as certified by Safety Department is required to be done before start
of work. WBPDCL in no way shall be responsible for safety of your workmen and for any
untoward incident WBPDCL will bear no responsibility.
(e). Yearly Load Testing certificate of the Lifting Tools and Tackles is to be submitted to
the Controlling Officer and Safety Department.

Page 22 of 52
(f). You are to abide by Mandatory Safety Clauses enclosed herewith as Annexure- IV

WBPDCL in no way shall be responsible for safety of your workmen and for any
untoward incident WBPDCL will bear no responsibility.

(g) SAFETY CLEARANCE CERTIFICATE: Successful bidder should have to take safety clear-
ance certificate from Fire & Safety deptt. of KTPS,WBPDCL in prescribed format as per Annexure
V of the tender document , after completion of job. In this regard, our safety department may be
contacted.

20. MEDICAL FACILITY: - The Contractor must have to arrange Medical facilities to their
workers at their own cost. Only first Aid facility will be extend to worker at KTPP Hospit-
al. In case of any accident, other cost will be borne by the contractor.
21. DOCUMENTATION:
a) WORK PLAN: You have to submit work plan in form of Bar-chart/Network etc to the Sr.Mgr
(PS),EMOPH, KTPS in duplicate before start of work.
b) MANPOWER: The party has to document details of manpower engaged daily against each occupa-
tional health test & a summery thereon and submit along with the bills
c) JOB REPORT: The party has to document the details work carried out, number of patients , time
spent, manpower etc. countersigned by WBPDCL & submit in duplicate with the bills

d) PROGRESS REPORT: The party has to report daily work progress along with next day plan to
the Controlling Officer.
e) JOB COMPLETION: After the completion of job , you should submit a final job completion cer-
tificate as per actual job done in a day. The job completion certificate from the respective dept.
along with Work Permit no. must be written before leaving the site after completion of the work..
22. MISCELLANEOUS:
a) BOARDING /ACCOMMODATION: Under bidder’s scope.
b) Electricity, compressed air & water shall be available free of cost. The contractor have to draw the
same to the worksite at their own arrangement. Electricity arrangement (by DG Set, if required )
shall have to be done by the contractor at their own cost .
c) General terms and conditions - As per enclosed Annexure-III of the Tender
d) All legal matters will be dealt under Kolkata jurisdiction only.
e) All other terms & conditions not specified in this order will be guided by Tender Specification

Page 23 of 52
ANNEXURE- III General Terms & Conditions

Sub:- Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

STATUS OF THE MANPOWER OF THE CONTRACTOR OR ITS SUB-CONTRACTOR


DULY APPROVED BY THE AUTHORITY:-

Contractor has to mobilise its manpower for accomplishment of the contractor’s assignment in
respect of the relevant Work Order. It may please be understood that the none of the employees of
the contractor and/or its Sub-contractor (s) shall have any relationship whatsoever with KTPS, The
WBPDCL under this contract. KTPS, The WBPDCL’s relationship with the contractor is on a
Principal-to-Principal basis. KTPS, The WBPDCL authority shall not be liable or responsible for
any other obligations and/or liabilities of any kind vis-à-vis the concerned (M/S. …………..) and
the employees of the contractor and/or its sub-contractor(s). Contractor shall indemnify and
always keep KTPS, The WBPDCL indemnified for in the event of having to suffer any loss and/or
damage on the part of the KTPS, The WBPDCL which is attributable to any Act and/or omission on
the part of contractor and /or on the part of its sub-contractor (s).

01. ENGAGEMENT OF SUB-CONTRACTORS : Without prejudice to the any/or all


contents stated at Cl. No. 1 above, no sub-contractor can be engaged by the contractor for accom-
plishment / carrying out full or part of any job under the contract. However, if The WBPDCL
specially approve, sub-contractors can be engaged for providing skilled and semi-skilled manpow-
er (i.e. below the supervisory level) for their utilization in connection with this contract. However,
before engaging sub-contractor, the main/principal contractor should indemnify KTPS, The
WBPDCL from any legal/financial or any other loss, as the case may be arising out of the work
performed by the concerned sub-contractor. (Principal Employer’s Certificate in Form-V for obtain-
ing the Labour Licence under Contract Labour (Regulations & Abolition’s) Act, 1970 and the rules
framed thereunder, will be issued in favour of the Main Contractor i.e. to whom Work Order has
been awarded by KTPS. No Form-V will be issued to any sub-contractor.)

02. COMPLIANCE WITH STATUTORY REQUIREMENTS AS REGARDS WORKMEN


TO BE ENGAGED BY THE CONTRACTOR :
a) i) Rate of Wages: The contractor is to pay wages to all workmen to be engaged
by him under this work order as per the wages pattern in vogue applicable for contractor’s work-
ers at KTPS at the relevant point of time.

ii) Witness of the Payment of Wages: The KTPS, being the Principal Employer,
shall ensure the presence of his authorized representative (s) at the place and time of disbursement
of wages by the contractor to its workmen and it shall be the duty of the contractor to ensure the
disbursement of wages in the presence of such authorize representative (s) of KTPS.

b) Norms of payment of wages and deductions from wages: Statutory provisions


in terms of the Payment of Wages Act are to be strictly adhered to.

c) Rate of Wages, wage period and date of disbursement of wages shall be suitably
notified by the contractor for information of all the workmen to be engaged by the said contractor.
KTPS P&A wing should be informed well in advance of the above particulars, thus enabling the
said department to witness the above payment of wages. Records of wages disbursed to the
workmen must be submitted to KTPS P&A Dept., otherwise, the next month’s payment by KTPS,
The WBPDCL to the contractor will be withheld.
d) Inspection of records and registers under the various Labour Laws : Pertinent

Page 24 of 52
records are to be made available at the site office of the contractor for inspection by the KTPS P&A
Department as well as by duly authorize inspectors to be deputed by Govt. of West Bengal Labour
Department from time to time.

03. Provident Fund : (a) From the first day of engagement of any workman/employee by
the contractor under the instant Work Order, the said workman/employee shall be the member of
the Provident Fund of the said contractor’s firm. It is the incumbent on the successful tenderer /
bidder to deposit both sides’ of share (Employers & Employees) of P.F., E.P.F. etc contributions
(monthly) with the E.P.F.O. within the prescribed time limit. Whilst the employees’ share of
contribution is recoverable from the employees’ wages for the concerned month, the said bidder is
to pay employers share of contribution and administrative charges, as applicable from his own.
The rate of quotation should be inclusive of such cost. A copy of the Membership details is to be
sent to the Regional Provident Fund Commissioner and a copy of the same shall be furnished to
KTPP P&A Wing for information and records.

(b) Before claiming periodically / monthly bill, three copies of P.F. contribution deposition chal-
lans, copies of Form 12 A® duly received by P.F. authority and a statement showing individual
contribution as per enclosed Format-I required under Para-36B of E.P.F. Scheme-1952, within 7th
day of next month together with a list of workmen/employee in respect of whom P.F. contribution
deposited with the appropriate authority is to be submitted for verification & certification of P&A
Dept. for releasing the monthly bill.

(c) All relevant records pertaining of deposit of P.F. Contribution etc. shall be made available at
the contractor’s site office for inspection by P.F. Inspector as well as by the KTPS P&A Wing as and
when required.

(d) Contractor has to submit all relevant documents & papers to P&A Wing as required for IR
clearance for release of final bills & security deposit after completion of contractual period.

04. Compliance of the provisions under the different statutes as applicable: The contrac-
tor is to comply with the statutory provisions under the different Acts as applicable. The contrac-
tor must obtain license under the Contract Labour (R&A) Act, 1970 and for further information
and guidance, the contractor may contact KTPS P&A Wing. The successful bidder is also liable to
indemnify KTPS, The WBPDCL under Section 12 (2) of The Workmen Compensation Act, 1923
before commencement of the work.

05. Safety of workmen to be engaged by the contractor: Safety precautions are to be strictly
adhered to by the contractor as per clauses detailed in the Annexure-V.

a) Employment Injury: In the event of employment injury in respect of any workman to be en-
gaged by the contractor, the said contractor at the first instance should arrange First Aid Treatment
for the injured workman at his own cost. However, depending upon the nature of injury, treat-
ment shall be arranged in all respect of such workman at KTPS Hospital, based upon the available
facilities. However, further treatment, if required, shall be arranged by the contractor at his cost.

06. Insurance for workmen’s compensation: The contractor shall take insurance policies to
cover the said risks and all administrative arrangements and incidental jobs thereto are to be under-
taken by the contractor. In the event of furnishing of incorrect and incomplete, non-furnishing of
information, on the part of the contractor, resulting in non-admission of claim to the Insurance
Company, the contractor shall be liable to pay the compensation to the concerned parties at his own
risk and peril. The WBPDCL shall not be liable for in respect of any damage for which compensa-
tion payable in consequence of any accident or injury to any workman due to the aforesaid act on

Page 25 of 52
the part of the contractor. The contractor is to indemnify The WBPDCL against the payment of
above Workmen Compensation. As regards the rate of Insurance Premium and other administra-
tive formalities, KTPS P&A Wing may be contacted. For the purpose of Administrative conveni-
ence, Insurance Policy preferably be taken from any of the Nationalised Insurance Companies.

07. Insurance for Public Liability and Property Damage: The contractor shall have to abide
by the Rules & Regulations framed by KTPS authority which may change from time to time in the
interest of the Project/Power Station i.r.o. Public Liability Insurance Act, 1991.

08. Security Checking Pass : (i) For issuance of Individual Security Checking Pass in the
name of Manpower to be deployed by the contractor, under-noted points are to be mentioned in the
said Checking Pass :
(a) Labour Licence Number,
(b) Company’s P.F. Code No.,
(c) Individual P.F. A/c. No.,
(d) Workmen Compensatory Insurance Policy Number with validity date.
(ii) All the Tools-Tackles required for execution of the job under this contract are to be supplied by
the Main Contractor.
The contractor shall have to arrange the above, to get Security Checking Pass for his workmen and
tools-tackles from the Security Department and the Rules and Regulations related to the subject
shall be binding on him.
09. Identity Card: The contractor must issue Identity Card (in Form 14 under the West
Bengal Contract Labour (Regulations & Abolition) Rules, 1972) to each of his workmen to be dep-
loyed at KTPS and the said Identity Card shall be in possession of the concerned workmen while on
duty at KTPS.

10. Withdrawal of workmen: In case of any workman is found hampering the interest of the
Project / Power Station in any way, The WBPDCL reserves the right to take appropriate action. In
such case, the contractor shall have to replace such workman within 24 hours notice from the KTPS
authority.

11. Discontinuation of job: In case the job is found discontinued by the contractor within the
contractual period, KTPS, The WBPDCL shall have the right to award part or full job to any outside
agency, and in such case his security deposit will be forfeited.

12. The contractor will have to quit with all his man and materials after ex-
piry/completion/cancellation of work order.
13. Canteen: Departmental Canteen facility of KTPS will not be extended to the contractors’
personnel. However, contractor should arrange canteen facility for his personnel at his own cost in
other canteen (meant for contractor’s worker) at KTPS site.

14. Controlling Officer or Safety Officer at his discretion may check/examine any of contrac-
tors’ tools/scaffolding/working condition etc. and if unsatisfied, he may suspend the job tempora-
rily till the contractor takes proper measure.

15. Labour Licence: The Principal Employer’s Certificate will be issued by WBPDCL for the
purpose of obtaining Labour Licence from the concerned registering officer under Contract Labour
(Regulations & Abolition) Act, 1970 and rules framed there-under, as may be applicable.

16. Prosecution: Any person under contractor’s Payroll is liable to be prosecuted if found

Page 26 of 52
entangled to any miscreant activities in damaging of The WBPDCL vis-à-vis Public within the
jurisdiction of KTPS.

17. The contractor should follow all statutory requirements under the Factories Act, 1948/
The Building & Other Construction workers (Regulation of Employment & Conditions of Service)
Act, 1996.

18. Pollution Control & Occupational Healthcare : The contractor shall take all steps to
follow : (I) The Water (Prevention and Control of Pollution) Act, 1974, (ii) The Air ((Prevention and
Control of Pollution) Act, 1981; (iii) The Environment (Protection) Act, 1986; (iv) Manufacture,
storage and Import of Hazardous Chemical Rules, 1989; (v) Hazardous Wastes (Management and
Handling) Rules, 1989; (vi) The National Environmental Tribunal Act, 1995; (vii) Compliance with
batteries (Management & Handling) Rules, 2001 as amended and rules and orders made there-
under and all other Acts & Rules in connection with Pollution Control in the relevant work area.
19. Contractor shall be duty bound to take all necessary steps towards ensuring Occupation-
al Health Care of his workmen working at KTPS as required under West Bengal Factories Rules,
1958/ The West Bengal Building & Other Construction workers (Regulation of Employment &
Conditions of Service) Rules, 2005, as may be applicable.

20. Settlement of Disputes:- All disputes concerning question of fact arising under this agreed
work order shall be decided by the controlling officer. The said controlling officer subject to a
written appeal by the consultant to the controlling officer shall decide upon the disputed facts
and circumstances. The decision of the controlling officer shall be final and binding on both the
parties hereto.
Any disputes or differences including those considered as such by only one of the
parties hereto arising out of or in connection with this agreed work order shall be to the extent
possible settled amicably between parties hereto.

21. Agreement: An agreement on non-judicial stamp paper for Rs. 100.00 (Rupees one
hundred) only shall have to be executed by you within 10 days from the date of placement of
LOA.

22. Force Majeure:- This tender shall attract ‘force majeure’ clause for any cause which is
beyond the control of you or WBPDCL as the case may be a natural phenomena including but
not limited to floods, draughts, earthquakes, epidermics, war, lawful strikes, fires, explosions etc.
for which you shall serve a notice within ten (10) days from the date of occurrence of such cause
for consideration by WBPDCL.

23. Arbitration:- If any dispute or differences of any kind whatsoever shall arise between the
Owner and the Contractor, arising out of the Contract for the performance of the work whether
during the progress of the Work or after its completion or whether before or after the ter-

mination, abandonment or breach of the Contract, shall be settled amicably. If, however,
the parties are not able to resolve the disputes amicably, shall be settled by Arbitration

Page 27 of 52
under sole Arbitrator in accordance with the Rules of Arbitration of the Indian Council of
Arbitration and the conciliation & Arbitration Act 1996 and the award in pursuance the-
reof shall be binding on the parties. The venue of arbitration shall be in Kolkata

Page 28 of 52
ANNEXURE IV Mandatory Safety Clauses

Sub:- Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.
(FOR NIT & SERVICE / WORK ORDER)

SAFETY PROVISION RELATING TO CONTRACTOR:-

1. The Contractor shall be vigilant to ensure provisions of Factories Act, 1948 and other sta-
tutory provisions as applicable in respective Power Station / Project.

2. The Contractor shall be vigilant to ensure provisions of Building and other Construction
workers (BOCW) Act, 1996 and also The West Bengal Building and other Construction
workers (Regulation of Employment and condition of service) Rules, 2004 in respective
area. FORM-II (Certification of Registration) is to be taken by the contractor before start-
ing the job.

3. If shall be the responsibility of main contractor to ensure that all safety requirements are
followed by the employee and staff of the sub-contractor.

4. The Contractor shall be responsible for non-compliance of the safety measures, implica-
tions, injuries, fatality and compensation arising out of such situation or incidents.

5. In case of any accident/incident/injury/fatality the contractor shall immediately submit


a statement of the same to the owner/head of the concerned Department and Safety Of-
fice, containing the details of the accident, any injury or casualties, extent of property
damage and remedial action taken to prevent recurrence and in addition the contractor
shall submit a monthly statement of the accident at the end of each month.

6. Engagement of Safety personnel :- Contractor who have 200 or more worker must en-
gage qualified Safety personnel in order to ensure the implementation of safety re-
quirement of the work area and the contractor who have less than 200 worker must en-
gage one of his qualified employee as a safety co-ordinator who shall liaise with the
WBPDCL safety officer on matter relating to safety and his name shall be displayed on
the notice board at prominent place at the work side.

7. Contractor must ensure use of Personal Protective Equipment by its workers in line of their
allotted job tabulated below. The Personal Protective Equipment to b supplied by the con-
tractor to their worker must be in line with IS/CE/or equipment approve standards before
commencement of the work. The contractor shall also replace all damaged PPEs” during
the contract at his own cost. If any contractor fails to supply the PPEs to his workers, he
shall be penalized according the Clause 32 of this document.

PROTECTION OF JOB APPROPRIATE PPE

1. Working at Height. Full Body Harness, Safety Net, Life line,


Helmet, Safety Shoe, leather/cotton
(above 1.8 meter from immediate floor)
Hand gloves etc.

Page 29 of 52
2. Chipping, Grinding, drilling, powered Goggles & Face Shield, Helmet, Safety
fasteners Shoe, leather/cotton Hand gloves etc.

3. Chemical (Liquid & Solid) Handling, Chemical Goggles Safety Glasses, Face
Degreasing, Spraying, Splashing. Shield, Nose Guard, Helmet, Safety Shoe,
Rubber Hand gloves, Chemical suits etc.

4. Woodworking, Sweeping, Dusting. Safety Glasses, Face Shield, Nose Guard,


Helmet, Safety Shoe, leather/cotton ,
Hand gloves etc.

5. Welding job. Cutting, Brazing, Solder- Welding helmets / welding shields used
ing, to avoid injury due to flashing. over primary eye protection, Helmet,
Safety Shoe, leather/cotton , Hand
gloves etc.

6. Working at High Temperature. Safety Glasses, Helmet, Safety Shoe,


Heat Resistant hand Gloves etc.

7. Metal Handling (sharps) Safety Glasses, Helmet, Safety Shoe, Cut


Resistant , Hand Gloves etc.

8. Impact, operation of Overhead Crane Safety Goggles, Helmet, Safety Shoe,


Hand Gloves etc.

9. Electrical work Safety Goggles, Helmet, Non steel toed


Safety Shoe, Insulated, Hand Gloves ,
Fire retardant clothing etc.

10. Chemical like particulates, gas, vapour Safety Goggles, Helmet, Safety Shoe,
fumes Air purifying respirator with appropriate
cartridge etc.

11. Oxygen deficiency work (Confined Safety Goggles, Helmet, Safety Shoe,
space job etc.) Supplied Air Respirator (BA set) etc.

12. Fire fighting job and Rescue work. Safety Goggles, Helmet, Safety Shoe,
High Visibility fire resistance suits, leath-
er/cotton , Hand gloves etc.

13. Working at Noisy Area. Safety Goggles, Helmet, Safety Shoe

 85 dB to less than 100 dB required Air


Pugs.
 100 dB or greater required Air Muffs.

8. The contractor will ensure medical examination for its workers before commencement of any
work and once in every year by qualified medical doctor as per provision in the Factories Act,
1947 and W.B. Factories rule, and maintain a register for the same for inspection by Respective

Page 30 of 52
Department and Safety Department on demand. The Factory Medical Officer shall check the
certificate and sent to HR Dept. for issuance of Gate Pass.

9. Examination of eye sight of certain worker:- No person shall be allowed to operate a crane, lo-
comotive, fork lift and (dumper, dozor, lorry, tractor etc.) or to give signals to a crane or lo-
comotive operator unless his eye sight and colour vision have been examined and declared fit
by qualified ophthalmologist to work whether with or without the use of corrective glasses.
The eye-sight and colour vision of the person as referred shall be re-examinated at least once
in every period 12 months up to the age of 45 years and once in every 6 months beyond that
age.

10. The worker employed by the contractor should be suitable for the respective job requirement
otherwise head of the concerned Department shall have right to disallow the unsuitable
worker (.g. a vertigo patient can’t be allotted a job at height).

11. In case of injury, the contractor will send the injured person to Hospital / Dispensary / First
Aid centre with statement to head of the concerned department under whom he work as well
as Safety Officer. The contractor shall submit periodical progress report about the treatment
till the injured worker is certified fit by Govt. / Govt. registered Doctor and the said certificate
will be submitted to the safety department and HR&A Department before resumption of
work by the said injured worker. The contractor will maintain an arrangement at his own cost
to administer first aid in case of minor injury to any working personnel.

12. The “Colour code of Helmet’ of WBPDCL is to be maintained by the contractor and Special
Overhauling sticker shall be affixed in the helmet of the worker (Contractual) engaged in
overhauling jobs.

13. Only metallic Scaffolding with proper locking system is to be used for working height job.
Proper metallic Scaffoldings are to b constructed as per IS 4041 & 3696 guideline. No make
shift or bamboo-made scaffolding are allowed.

14. Ladders, Crawler and hoisting equipment should be properly checked for level, support and
other safety aspects before use.

15. Proper working platforms with hand railing and toe guard (150 mm) are to be constructed.

16. Vehicle speed inside plant and Back horn for heavy vehicle :- Back horn is to be installed in
all the heavy vehicle and the speed limit of the vehicle inside plant must be 20 km/hr.

17. Special Safety requirement, if any, is to be discussed in Pre-bid in presence of personnel of


Fire & Safety Dept. & MOM to be made.

18. All electrical connection is to be done through RCCB/ELCB with proper plug top. No dam-
aged, jointed or twisted cables shall be used for electrical connections. Plug tops shall be
mandatorily used for connections from designated plug points.

19. Proper illumination level is to be arranged (working light).

20. All gas cutting equipment is to be connected through flash back arrester.

Page 31 of 52
21. Practice of shifting of gas cylinder by rolling on the ground is now allowed. Cage/Trolley is
to be used for shifting Gas cylinder. All Cylinders must be with cap on head. All cylinder
used at site must be tied properly to avoid falling hazards.

22. Portable cutting & grinding machine should b made of plastic body with proper guard.

23. Hand lamp bulb must be guarded with proper glass and cage.

24. 24 volt power supply is to be used inside every confined space job.

25. First Aid Box should be mandatorily available at the job site.

26. Barricading is also mandatory for heavy lifting zone and Radiation zone. The contractor is
also responsible for cordoning / barricading any other area, which may be affected by the
job and which controlling officer / safety officer feels necessary. Grating and handrail
removed for materials movement must be barricaded. Same must be restored back once
job is over.

27. EQUIPMENT QUALITY :-

a) Following equipment or tools shall not be allowed inside plant premises without va-
lid certificate and gate pass. Contractor shall submit relevant valid test certificate of
equipment to controlling officer beforehand towards timely issuance of gate pass for
the equipment.

*welding Machine.

* Lifting & Pulling equipment.

b) Contractor shall provide good condition equipment for job.

c) Equipment shall operate only by trained / competent and designated employee.

d) Contractor shall provide relevant certifications of the equipment before putting in


service.

e) Electrical Maintenance or repair (including min or) shall only be performed by ap-
proved competent person related to electrical work.

f) The contractor shall ensure periodic testing/Examination of equipment as well as


safety tools and tackles used by them as per provision of The Factories Act, 1948 and
The West Bengal Factories Rules, 1958 and maintain a register for the same for in-
spection by respective dept./Fire & Safety Dept. on demand.

28. READINESS OF THE JOB OF THE AREA :-

Before execution of the job readiness of the job area is to be done following above guide-
lines with permission of the user department.

29. READINESS OF THE WORKERS :-

Page 32 of 52
a) The safety related actions to be taken regarding workers before starting the job.

b The worker should attend safety training and competent supervisor of contractor
) should mandatorily deliver tools box talk before taking up any job.

30. Job execution is to be started after getting clearance from user department.

31. After completion of work, the Scraps & debris created from the work should be cleared im-
mediately by the Contractor at his own cost.

32. Without prejudice to the right conferred by the clause as mention before for stoppage of
work for violation of Statutory rules and regulations requirement, contractor shall be liable
for penalties as mentioned below :-

i) Upto Rs. 5000/- DGM (Env. & Safety) / Head of Env. & Safety/Head of the Dept. where
work is being done for 1 st violation of safety norm, non use of PP like Safety Shoes,
Hand Gloves, Safety Helmet, Goggles etc. as per work requirement of contractor and
their worker.

ii) Fine upto Rs. 20,000/- on 2nd violation as mentioned in clause (i) above.

iii) Repeated Safety violation may result in debarment of vender for future contract.

iv) Fine upto Rs. 10,000/- for violation of non use of Full Body Harness by contractor and
contractor worker for working height job.

v) Fine upto Rs. 25,000/- (Min) to Rs. 50,000/- (Max) for serious injury caused by viola-
tion as mentioned in clause no. (i) to (iv)

vi) Independent of the above, contractor shall be fined Rs. 1,00,000/- (One lakh) or more
and debarred / deregistered from taking ujp further contractual work in WBPDCL
from the date of issue of debarring / deregistering order in case any fat6al accident oc-
curs due to violation as mentioned clause (i) and (iv) above.

33. Submission of Duty filled & signed “Safety Clearance Certificate” as per attachment is
mandatory for final clearance of payment.

Page 33 of 52
THE WEST BENGAL POWER DEVELOPMENT CORPORATION LIMITED
KOLAGHAT THERMAL POWER STATION

OFFICE OF THE GENERAL MANAGER

CONTRACT CELL: KTPS:


ANNEXURE-V

(FOR NIT & SERVICE / WORK ORDER)

FORM
EXAMINING PHYSICAN’S REPORT

1. PERSONAL DETAILS :

Name :
_____________________________________________________________________________________

Sex : Male / Female

Date of Birth :
________________________________________________________________________________

Marital Status : Married / Unmarried

Designation : Division & Section : _________________________________________________________

Nature of Job :
________________________________________________________________________________

General Appearance :
__________________________________________________________________________

Present Posting :

Type of job ______________________________________ (occupational hazard, if any) __________________

Page 34 of 52
Marks of Identification :

I.

II.

Signature of Signature of

Medical Officer: ________________________________ Candidate : __________________________________

2. HISTORY :

a) Personal :
__________________________________________________________________________________

b) Family :
____________________________________________________________________________________

c) Past History : Major Illness/Operations/Injuries with date

_____________________________________________________________________________________

_____________________________________________________________________________________

d) Occupational : Previous ___________________________ Duration with year _____________________

Type of work done


__________________________________________________________________________

(Details of past exposure to any significant occupational hazards)

e) Female Candidate :

Menstrual History : i) Age at menarche :_______________ ii) LMP : _________________________

iii) History of miscarriages / abortions / still births / congenital malformation etc.

Page 35 of 52
3. General Examination :

o
a) Temperature ______________ C b) Pulse : ________________ / min

c) Height5 : _________________ cm d)

e) Blood Pressure : __________________

f) Acuity of Vision :

Without glasses With Strength of glasses


glasses
Sph Cyl Axis

RE

Distant Vision

LE

RE

Near Vision

LE

Note :- Detailed visual acuity test to be performed specifically for personnel to be posted as Drivers,

Crane operators, Fork-lift operators, Locomotive operators, Firemen, Security personnel.

 Night Blindness _______________________________________________________________________________________________

 Colour Vision : ________________________________________________________________________________________________

Page 36 of 52
 Depth of Vision : ______________________________________________________________________________________________

 Fundus Examination : ________________________________________________________________________________________

g) Skin condition : Normal / Abnormal Comment, if any _____________________________________________________

h) Teeth : Normal / Abnormal Comment, if any ______________________________________________________________

i) Lymph nodes : Normal / Abnormal Comment, if any ______________________________________________________

j) ENT : Normal / Abnormal Comment, if any _________________________________________________________________

4. SYSTEMIC EXAMINATION :

a) Respiratory system : __________________________________________________________________

Signature of Medical Officer

Page 37 of 52
THE WEST BENGAL POWER DEVELOPMENT CORPORATION LIMITED

KOLAGHAT THERMAL POWER STATION

OFFICE OF THE GENERAL MANAGER

CONTRACT CELL: KTPS:


ANNEXURE-VI

(FOR NIT & SERVICE / WORK ORDER)

APPLICATION FOR ISSUANCE OF HEIGHT PASS

Valid for 1 year / 365 days from the date of issue unless cancelled / withdrawn earlier by the issuing authority. It
should be revalidated free of cost on due application to Industrial Safety Section. In case of loss, applicant must ap-
ply and appear for the practical tests.

1. Full Name of applicant (Block Letters) :-

2. Present Address :

3. Permanent Address :-

4. Age : ___________________ 5. Sex : _____________________ 6. Height : __________________

7. Gate Pass No. : ______________________________________________________________________

8. Date of issue of Gate Pass : ____________________________________________________________

9. Name of Contractor with whom engaged at present : _________________________________________

10. Ref. Work Order No. : _________________________________________________________________

11. Description of present job : _____________________________________________________________

Page 38 of 52
___________________________________________________________________________________

12. Previous experience of working at heights :

Sl. Name of Employer Duration of employment work experience

No.

13. Do you suffer from any of these ailmens : (Write YES / NO against each)

a) Blood Pressure : b) Epilepsy

c) Frequent headache or reeling sensation d) Flat foot

e) Mental depression f) Limping gait

g) History of Vertigo

Declaration :

I hereby declare that the above information furnished by me is true and correct. I shall always wear the
safety Harness with double layer and the lifeline whenever working at heights or in depths of about 10 ft. I shall not mi-
suse the height pass issued to me or transfer it to any other person. I shall never come to duty or work at height / depth
under influence of alcohol.

Date :- Name :-

Signature :

Page 39 of 52
(FOR NIT & SERVICE / WORK ORDER)

SAFETY CLEARANCE CERTIFICATE


Annexure- VII

To

The Safety Officer,

Dy. G.M. (E&S),

Kolaghat Thermal Power Station,

West Bengal Power Development Corporation Ltd.,

Mecheda,

Purba Medinipur-721137.

Sub:- Clearance regarding fulfillment of Safety requirements as per Annexure-“Safety”.

Name of Agency:_______________________________________________

Work Order: __________________________________________________

Dear Sir,

With reference to above may please confirm whether relevant safety requirements, terms and conditions as
mentioned Annexure-“Safety” attached with the work order has been fulfilled by us during the execution period or
any accident occurred due to willful/non-fulfillment of condition of safety rules in spite of caution letter by Fire and
Safety Department.

Party Signature with stamp :-

_____________________________________________________________________________________

(For use of WBPDCL authority only)

Page 40 of 52
Remarks :-

1. Total removal of Scrap & Debris by Contractor :- Done / Not Done


2. Accident happened during contract period :-
(if not nil, please attach details)

Officer Signature with Name Remarks (if Any)

Controlling Officer of respective order


(Dept.), WBPDCL

Safety Officer /

Head of Env. & Safety /

Dy. General Manager (E&S

Page 41 of 52
ANNEXURE-VIII

PARTICULARS OF THE CONTRACTING AGENCY


(To be filled by the Contractor)
(To be submitted in Step-I)
Sub Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

Sl no Description Particulars of Put Tick (√) Mark if submitted

Contracting Agency Supporting documents

With specific page no.

1. Name , address of Contracting


Agency (as per clause 11(i))

2. Name , Mobile No,& E-Mail id Of


Contact Person(as per clause 11(i))

3. Whether Proprietorship/ Partner-


ship/ Limited company/

Co-Operative Societies

4. Name & Age of the Proprietor/


Partners

5. Name of the Directors in case of


Limited Company/

Co-Operative Societies

6. Whether the Contracting Agency is


Registered, if so with whom? &
Registration No

7. Approx. date of first commence-


ment of Business

8. Credential within a period of last


seven years ending 31.10.2022 (as
per clause 3(b))

Page 42 of 52
9. Average financial Net worth
(Please submit copy of the balance
sheet for last three years) in last
three financial years (2019-2020,
2020-2021 & 2021-2022 ) (as per
clause 3(c))

10. Average annual financial Turn


over in last three financial years
(2019-2020, 2020-2021 & 2021-2022)
(as per clause 3(d))

(Please submit copy of the P&L


A/C for last three years)

11. Name of the Banker/s

12. Particulars of EMD

13. Nos. and details of permanent em-


ployees

14. Income tax P.A.N No

15. Employees Provident Fund

A/c No

16. Professional Tax Regd. No

17. GST Registration No

18. Labour license No.

19. Trade Licence No.

20. ESI Code

21. Declaration as per clause 13(vii)

23. Declaration as per clause 13(viii)

------------------------------------------------ x -------------------------------------------------

Page 43 of 52
ANNEXURE IX

GST INFORMATION

Sub: Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

PARTICULARS

NAME

CIN

PAN

Constitution

Address of Princip-
al Place of Business

Address of Addi-
tional Place of Busi-
ness

Provisional ID

Application Refer-
ence No. (ARN).

Contact Person

Contact Number

E-mail ID

GST Registration
No.

SAC

Page 44 of 52
ANNEXURE X

Bank Details Proforma

Sub: Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

NIT NO: WBPDCL/KTPS/NIT/E2611/23-24

We hereby furnish our Bank Account details for payment through E-transfer /RTGS/NEFT as follows:

1. Name of the firm : ……………………………………………………………….

2. Name of bank : ……………………………………………………………….

3. Name of branch : ……………………………………………………………….

4. Account No. : ……………………………………………………………….

5. IFSC No. of the Bank : ……………………………………………………………….

Thanking you,

Yours faithfully,

Date: ……/……/………..

Signature of the Tenderer with Seal.

Page 45 of 52
ANNEXURE XI

Proforma for EMD (Bid Security)


Sub: Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

PROFORMA FOR BANK GUARANTEE

(To be stamped in accordance with Stamp Act, if any, of the Country of the issuing Bank)

Bank Guarantee No.: Date:

To,
West Bengal Power Development Corporation Limited Bidyut Unnayan Bhaban, Block– LA,
Plot No. 3/C, Sector–III, Salt Lake City, Kolkata– 700106, West Bengal, India.

Dear Sir,

In accordance with your RFP No. M/s XXX (Name of Participating Con-
tractor) having its Registered Head Office at (hereinafter called the Bidder)
wish to participate in the said RFP/Tender for (Name of Job).

As an irrevocable Bank Guarantee against Bid Security for an amount of is required to be


submitted by the Bidder as a condition precedent for participation in the said Tender, which
amount is liable to be forfeited on the happening of any contingencies mentioned in the Tender
Document, we, the Bank at having our
Head Office / Registered Office at (Address of Bank)
guarantee and undertake to pay immediately on demand by the West Bengal Power Develop-
ment Corporation Limited the amount of (in words and figures)
without any reservation, protest, demur and recourse. Any such demand made by said Procur-
ing Entity shall be conclusive and binding on us irrespective of any dispute of difference raised
by the Bidder.

This Guarantee shall be irrevocable and shall remain valid up to @ (six)


months from the Closing date of submission of bid) with a claim period of another 3(three)
months. If any further extension of this guarantee is required, the same shall be extended to
such required period on receiving instructions from M/s XXX (Participating Bidder) on whose
behalf this Guarantee is issued.

All rights of the West Bengal Power Development Corporation Limited under this Guarantee
shall be forfeited and the Bank shall be relieved and discharged from all liabilities thereunder
unless the WBPDCL brings any suit or action to enforce a claim under this Guarantee

Page 46 of 52
against the Bank within ninety (90) calendar days from the above mentioned expiry date of
validity or, from that of the extended date.

In witness whereof the Bank, through its authorised Officer, has set its hand and stamp on
this day of Year ................ at .

WITNESS:

(Signature and Name) (Signature and Name)

(Engineer / Officer address) (Designation with Bank


Stamp)

Attorney as per Power of Attorney No.

Date:

@ This date should be initially for One hundred and twenty (120) calendar days from the next
day of the last date of Bid submission and may be extended from time to time

Page 47 of 52
ANNEXURE XII

Proforma for Contract Performance Guarantee

Sub: Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

PROFORMA FOR BANK GUARANTEE (FOR CONTRACT PERFORMANCE GUARANTEE)

(To be stamped in accordance with Stamp Act, if any, of the Country of the issuing Bank)

Bank Guarantee No.: Date: ___________________

To,
[Procuring Entity’s Name & Address]

Dear Sir,
In consideration of the.... [Procuring Entity’s Name]........ (Hereinafter referred to as the ‘Procur-
ing Entity’ which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators and assigns) having awarded to M/s..... [Contractor’s 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 succes-
sors administrators, executors and assigns), a Contract by issue of Procuring Entity’s Letter of
Acceptance No. ................ dated .................. and the same having been acknowledged by the Con-
tractor, for …………… [Contract sum in figures and words] for ………. [Name of the work] and the
Contractor having agreed to provide a Contract Performance Guarantee for the faithful perfor-
mance of the entire Contract equivalent to …… (*)……….. of the said value of the aforesaid work
under the Contract to the Procuring Entity.

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 Procuring Entity on demand any and all monies payable by the Contrac-
tor 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 Procuring Entity on the Bank shall be conclusive and binding notwithstanding any dif-
ference between the Procuring Entity 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 previous consent of the Procuring Entity and further

Page 48 of 52
agrees that the guarantees herein contained shall continue to be enforceable till the Procuring
Entity discharges this guarantee or till ……………[days/month/year] whichever is earlier.

The Procuring Entity 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 Procuring Entity 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 Procuring Entity and the Contractor or any other course or remedy
or security available to the Procuring Entity. The Bank shall not be released of its obligations
under these presents by any exercise by the Procuring Entity 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 Procuring Entity or any other indulgence shown by
the Procuring Entity 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 Procuring Entity 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 Procuring Enti-
ty may have in relation to the Contractor’s liabilities.

Our liability under this Bank Guarantee shall not exceed ………………….. This Bank Guarantee shall
be valid up to and including ………………………

We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only
and only if Procuring Entity serve upon Bank a written claim or demand on or before

……………..@…………..
Dated this.................... Day of ...................(Month)..................... (Year)…......... at..............
WITNESS
.................................... ...............................
(Signature) (Signature)

..................................... ....................................
(Name) (Name)
................................... .................................................
(Engineer / Officer Address) (Designation with Bank Stamp)

Page 49 of 52
Notes:
.................................................
Attorney as per Power of Attorney No................ . . Dated............................ ..

1. (*) This sum shall be 10% (ten percent) of the Contract Price.
2. (@) This date will be Ninety (90) calendar days beyond the defects liability period
as specified in the Contract.
3. The stamp papers of appropriate value shall be purchased in the name of guarantee
issuing Bank

Page 50 of 52
ANNEXURE XIII

Proforma for Contract Agreement

Sub: Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23.

CONTRACT AGREEMENT

THIS AGREEMENT made at this _____________ day of __________________, _____, between


_____________________________ of ____________________ (hereinafter called “the Procuring
Entity”), of the one part, and ____________________________________of

______________________________ (hereinafter “the Contractor”), of the other part:

WHEREAS the Procuring Entity invited bids “Erection & commissioning of new 35 MVA Sta-
tion Auxiliary Transformer (SAT) with Dragging under EMOPH in Additional CAPEX 2022 -
23” and has accepted the Bid offered by the Bidder/Contractor for the same in the sum of
___________________________________________ (hereinafter “the Contract Price”). After due
consideration, the procuring entity has decided to entrust to the contractor with the job of
“Erection & commissioning of new 35 MVA Station Auxiliary Transformer (SAT) with
Dragging under EMOPH in Additional CAPEX 2022 -23’’

FOR THE CONSIDERATION payable under this agreement, the contractor hereby agrees to
complete the execution of job in a satisfactory manner following scope of Work within the
specified period.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Procuring Entity’s Notification (LoA) to the Contractor of Award of Contract;

(b) the Bid Forms(including Price Bid) submitted by the Contractor;

(c) the Special Conditions of Contract;

(d) the General Conditions of Contract;

Page 51 of 52
(f) ____________________________

(g) ____________________________

This Contract shall prevail over all other Contract documents which are not covered under
Clause 2 above. In the event of any discrepancy or inconsistency within the Contract documents
referred under Clause 2, then the contract shall be governed by the documents in the order
listed above.

3. In consideration of the payments to be made by the Procuring Entity to the Contractor as in-
dicated in this Agreement, the Contractor hereby covenants with the Procuring Entity to pro-
vide the goods and services / to execute works and to remedy defects therein in conformity
with the provisions of the Contract in all respects.

4. The Procuring Entity hereby covenants to pay the Contractor in consideration of the provision
of the goods and services / execution of works and the remedying of defects therein, the Con-
tract Price or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with the applicable laws of the land of the Procuring Entity on the day, month and
year indicated above.

Signed by ________________________________ (for the Procuring Entity)

Signed by ________________________________ (for the Contractor/ Lead Member)

Signature Not Verified


Digitally signed by MONALISA SENGUPTA
Page 52 of 52 GHOSH
Date: 2023.07.21 11:29:41 IST
Location: West Bengal-WB

You might also like