Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
Ratnagiri Gas & Power Pvt. Ltd. Page 1 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com ,dipak.patil@site.rgppl.com
NOTICE INVITING TENDER
NO. RGPPL/C&M/CS-2841/OT-122
“Design, supply, erection &
commissioning of 500 KLD
Capacity MBR Technology Based
Sewage Treatment plant at RGPPL
Township”
Domestic Competitive Bidding
Bid Opening Date: 08.05.2020
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 2 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Dear Bidders, 17.04.2020
Please find enclosed one complete set of Tender Document for the work of “Design, supply,
erection & commissioning of 500 KLD Capacity MBR Technology Based Sewage
Treatment plant at RGPPL Township” in the following order, with a request to submit your
Bid after necessary compliance:
Sections Contents No. of Page
General Guidelines 1-5
Section-I Instruction to Bidders 6-17
Section-II Qualifying requirement 18-20
Section-III
Scope of Work, Technical specifications and special
terms & conditions
21-72
Section-IV Forms and Annexures 73-117
Section-V Price schedule/BOQ/SOR 118-120
Bidders are requested to draw special attention to the following clauses; Deviations against
these clauses shall not be acceptable to RGPPL. Offer consisting of any deviations with respect
to these clauses shall be liable to be treated as NON-RESPONSIVE and may be rejected.
a. Firm Price
b. Earnest Money Deposit / Bid Security
c. Tender Fee
d. Specifications & Scope of Work
e. Schedule of Rates / Price Schedule & Price Basis
f. Non-Qualification of qualifying Requirement
g. Duration / Period of Contract/ Completion schedule
h. Period of Validity of Bid
i. Price Reduction Schedule/ Liquidated Damage
j. Contract Performance Security/ Security Deposit
k. Guarantee / Defect Liability Period
l. Arbitration / Resolution of Dispute/Jurisdiction of Court
m. Force Majeure & Applicable Laws
n. Payment Term
o. Any other condition specifically mentioned in the tender document elsewhere that non-
compliance of the clause lead to rejection of bid
This is a NIL Deviation Tender
Your prompt & proper response to our Tender Notice shall be highly appreciated.
Tender Document must be sent through Speed / registered post / In person only. Submission
of tender document in any other shall liable for rejection.
Yours faithfully,
For & on behalf of RGPPL
Encl: As above Mgr. (C&M)
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 3 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
[
[Domestic Competitive Bidding (DCB)]
NIT No.: RGPPL/C&M/CS-2841/OT- 122 Date: 17.04.2020
Tender
Reference
RGPPL/C&M/CS-2841/OT- 122
Name of
work
Design, supply, erection & commissioning of 500 KLD Capacity MBR
Technology Based Sewage Treatment plant at RGPPL Township
Bidding
System
Single Stage Bidding (02 Part Systems)
Tender
Document
fee.
A complete set of Bidding Documents may be purchased by any interested
prospective Bidder on the submission of a written application to the below
mentioned office and upon payment of a non-refundable fee of Rs. 2,520/-
(Rupees Two Thousand Five Hundred Twenty Only) (inclusive of
GST@12%) in the form of a Demand Draft in favour of Ratnagiri Gas and
Power Private Limited” payable at Chiplun or online transfer.
OR
Bidders may also download the tender enquiry documents from the web site
www.rgppl.com/www.ntpctender.com and submit its tender by utilizing the
downloaded document, along with the non-refundable tender fee of Rs. 2,655/-
(Rupees Two Thousand Six Hundred Fifty Five Only) (inclusive of
GST@18%) in the form of a Demand Draft in favour of Ratnagiri Gas and
Power Private Limited” payable at Chiplun or online transfer
The bidders must submit the above-mentioned tender document fee (in separate
envelope with technical bid) along-with its tender failing which the tender
submitted by the bidder is liable to be rejected.
Tender
Opening
details:
Envelope-I (PART-A)
It must consist of 03 envelopes
containing following:
Envelope (i) Tender Fees
(if tender document not purchased
from RGPPL)
Envelope (ii) EMD
Envelope (iii) Shall consist of
supporting documents against the
Qualifying Requirement, Letter of
Undertaking, Certificate on important
conditions of bidding, Technical offer,
duly signed & stamped our tender
document and other necessary
documents as per tender document
etc.
Bids shall be received up to 15.00
hours on 08.05.2020.
Technical Bids shall be Opened on
08.05.2020 at 15.30 hrs.
Place of opening:
C & M Dept, Ratnagiri Gas & Power Pvt.
Ltd., AT & PO: Anjanwel,
Taluka: Guhagar, Dist.: Ratnagiri,
Maharashtra – 415 634
Tender documents, if purchased from
RGPPL are non- transferable.
Envelope-II (PART-B)
Shall consist of Price Bid only
Date of opening of Price Bid shall be
informed separately to qualified bidders
after evaluation of technical bid.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 4 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Envelope &
Dispatch
The outside of the envelope should clearly indicate the Envelope no I or II, Name
of the Bidder and his Address. In addition, the left-hand corner of the envelope
or container should indicate the Name of the work, TENDER NUMBER, BID
OPENING DATE AND TIME.
The Bidder has the option of sending the bid by Speed/Registered Post, in
person only. Bids sent through any other media may not reach us within the
schedule time. RGPPL takes no responsibility for delay, loss or non-receipt of tender
documents within the stipulated date & time. Bids submitted by any other mode may
not be accepted.
Earnest
Money
Deposit
(EMD)
Earnest Money Deposit (EMD): Rs. 5,00,000/- (Rs. Five Lakhs Only)
The EMD shall be made payable without any condition to the owner. EMD of the
Bidder shall stand forfeited if he/she revokes or cancels his tender after
submission or vary any terms thereof without the consent of the owner within
validity period of offer (06 months).
The EMD of the successful Bidder to whom a contract is awarded will be returned
after the said Bidder provides the Contract Performance Guarantee (CPG) (Format
Enclosed) as required in the contract documents. EMD of all other unsuccessful
Bidders will be returned.
Any bid not accompanied by the EMD/Tender Fee (if tender document not
purchased from RGPPL) shall be liable to disqualify.
No interest will be payable by RGPPL on the EMD and CPG as may be applicable
Acceptable
form of EMD
Crossed Demand Draft (preferably from SBI) / Banker’s cheque / Banker’s Pay Order
(from Nationalized Indian Bank, as per list enclosed) drawn in favour of Ratnagiri
Gas and Power Private Limited’, payable at Chiplun (Maharashtra).
OR
Irrevocable Bank Guarantee as per the prescribed format along with check list for BG
(enclosed).
The EMD in the form of BG shall be valid for the period of seven (7) calendar
months from the date set for the opening of the technical bids.
VALUE OF STAMP PAPERS FOR BG’s: The Bank Guarantees shall be on non-
judicial stamp paper as per the Maharashtra Stamp Duty Act (presently 0.5% of
BG value) in the name of issuing bank only. The bidder should check & confirm the
value of stamp paper from the concerned govt. authority before finalization of
bank guarantee.
OR
Bidder may submit EMD amount through E-payment by Credit card / Debit / Net
Banking etc.
Details of account of RGPPL is as follows: -
Name of account Holder: - RATNAGIRI GAS & POWER PVT LTD
Name of Bank: - STATE BANK OF INDIA
Account Number: - 11285480852 (Current Account)
Branch: - Chiplun (Maharashtra)
IFS Code: - SBIN0000350
MICR Code: - 415002865
If EMD amount is paid online then Bidder must sent /submit / copy of documentary
evidence as proof of submission of EMD in the envelope of EMD.
If bidder fails to submit the same his/her offer may not be considered.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 5 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Special
Privileges
for SSI units
NSIC/SSI/MSE units having valid registration under NSIC/SSI/MSE for the
items mentioned in Bill of Quantity shall be exempted from Tender Fees & EMD
up to the monetary limit for which unit is registered with NSIC/SSI.
Such privileges are permissible only for Manufactures of tendered item.
Contract
Period
24 months (details are in bid document)
Defect
Liability
Period
36 months (from the date of commissioning)
Any revision, clarification, addendum, corrigendum, time extension, etc. to the above
tender will be hosted on the above websites only and no separate notification shall be
issued in the press. Bidders are requested to visit the website regularly to keep
themselves updated.
A prospective bidder requiring any clarification(s) of the bidding documents may notify
RGPPL in writing or by fax or email at RGPPL's mailing address indicated in the bid
document no later than 07 (seven) days prior to bid opening date strictly as per
proforma at annexure XXVI attached in Section V. RGPPL reserves the right to
ignore the bidders request for clarification if received after the aforesaid period. RGPPL
may respond in writing to the request for clarification. RGPPL's response including an
explanation of the query, but without identifying the source of the query will be
uploaded on RGPPL’s tendering web site [www.rgppl.com] / communicated to
prospective bidders by e-mail/ fax.
For any queries, bidders may contact following personnel:
i. Shweta Verma, Manager (C&M)
Ph. No.: Ph. No.:02359-241134
e-Mail: shweta.verma@site.rgppl.com
ii. Dipak Patil, Sr. Manager (C&M)
Ph. No.:02359-241134
e-Mail: dipak.patil@site.rgppl.com
Any revision, clarification, addendum, corrigendum, time extension, etc. to the above
tender will be hosted on the above websites only and no separate notification shall be
issued in the press. Bidders are requested to visit the website regularly to keep
themselves updated.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 6 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Section-I
INSTRUCTIONS TO BIDDERS
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 7 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
ABOUT RGPPL:
1) M/s Ratnagiri Gas and Power Pvt. Ltd is a joint venture Company promoted by NTPC Ltd
& GAIL (India) Ltd., 1967 MW gas-based power generation plant. Ratnagiri Gas & Power
Project is situated at village Anjanwel, Taluka Guhagar, Dist. Ratnagiri (Maharashtra).
The project site is located at a distance of approx. 10 KMs North of Guhagar Town & 50
kms from Chiplun City (On Mumbai-Goa highway). The nearest Railway Station is Chiplun
(Mumbai – Madgaon Route, KONKAN Railways).
UNDERSTANDING AND CLARIFICATION ON BID DOCUMENTS:
2) The Bidder is required to carefully examine the bid documents and fully inform him/her
self to all the conditions and matters which in any way affect the scope of the works or
the cost thereof. The bidding documents together with all its attachments thereto, shall
be considered to be read, understood and accepted by the bidder(s). The deviation /
additional conditions mentioned elsewhere in the offer shall not be considered by the
owner and therefore shall have “Null & Void” status. Failure to furnish all information
required by the bidding documents or submission of a bid not substantially responsive to
the bidding documents in every respect will be at bidder’s risk and may result in the
rejection of his bid.
3) If any bidder finds discrepancies or omissions in the bid documents or is in doubt as to
the true meaning of any part, he/she shall request in writing for an interpretation /
clarification to owner. After receipt of such interpretations or clarifications the Bidder shall
submit his bid within the time and date as specified in the bid Notice.
4) All such interpretations and clarifications as are issued by the RGPPL in the form of
amendment to the tender documents shall form a part of the tender documents and
accompany the bid. Verbal clarifications and information given by the owner or its
employees or representatives shall not in any way be binding on owner.
ASSESSMENT OF THE WORK & LOCAL CONDITIONS:
5) It will be imperative on the part of each Bidder to have FIRST HAND ASSESSMENT OF
THE WORK and fully inform himself of all local conditions and factors which may have any
effect on the execution of the works covered under those documents.
6) The bidder shall inspect the site and its surroundings and shall satisfy himself of and all
circumstances affecting the site and the works, the form and nature of the site, the
extent and nature of the work, completion of the works, the means of communication
with and transportation and access to the site, the accommodation it may require and in
general all risks and contingencies influencing or affecting the works. The bidder shall
not, except as expressly provided in these conditions be entitled to any extension to any
guaranteed completion date or to any adjustment of the Contract price on grounds of
misinterpretation or misunderstanding of any such matter, nor shall except as so
provided, it be released from any of the risks accepted or obligations undertaken by it
under the Contract on the ground that it did not or could not reasonably have foreseen
any matter which affects the execution of the works. Site conditions shall not relinquish
the bidder from any of his obligations/responsibilities to be discharged and performed
under the Contract as per schedule within the Contract price. The rates quoted by the
agency shall be all inclusive for provision of all incidental expenses necessary for proper
execution and completion of work in full in accordance with the terms and conditions of
bid documents.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 8 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
LANGUAGE OF THE BID:
7) The bid and all correspondence and documents relating thereto exchanged by the Bidder
and the Employer shall be written in English. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are accompanied by
an appropriate translation of pertinent passages into English, in which case, for the
purpose of interpretation of the bid such translations shall govern.
8) The units of measurement shall be metric system of measures, unless otherwise specified
elsewhere.
BIDDER’S PROFILE:
9) Name and Address (es) of the sole Proprietor/Partners/Board of directors and photocopy
of Affidavit of Proprietorship / Partnership Deed / Memorandum of Articles of Association
to be submitted.
10) Bidder’s name stated on the proposal should be the exact legal name of the Firm.
11) Copies of documents defining the constitution or legal status, place of registration and
principal place of business of the company or firm or partnership to be submitted.
SIGNATURE ON BIDS:
12) The bid must contain the name, residence and place of business of the person or persons
making the bid and each page of the Proposal must be signed and sealed by the Bidder
with his/her usual signature. The names of all persons signing should be typed or printed
below the signature.
13) Bid by the partnership firm must be furnished with all names of the partners and be
signed with the partnership name, followed by the signature(s) and designation(s) of the
authorized partner(s) or other authorized representative(s).
14) Corporation/Company must be signed with legal name of the corporation/company by the
persons authorized to bid on behalf of such corporation/company in the matter.
15) Valid evidence of authority of the person signing on behalf of the agency should
be furnished along with the bid.
16) Erasures or other changes in the bid documents must bear the signature of the persons
signing the bid.
17) Bid not conforming to the above requirements of signing may be disqualified at the
discretion of owner.
PRICE BASIS CURRENCIES & PAYMENTS:
18) The Bidder must quote the rates as required in the Bill of quantities (BOQ) for the entire
scope/description of the work. Rates shall be quoted, in the prescribed BOQ separately
for each item of scope of work. Bids based on a system of pricing other than that
specified may be rejected. Bid Rates should be in INDIAN Rupees only and all the due
payments shall be paid in INDIAN Rupees. The bill of quantities is / are to be read in
conjunction with the form of tender, special conditions of contract, terms & conditions of
contract, general condition of contract & drawing etc. These documents must be jointly
complementary to each other & are explanatory & descriptive of the work involved in the
contract.
19) The rates and amount quoted by the bidder shall remain firm till completion of
contract for all costs, including escalation of labour, material, transport and/or
storage charges, insurance, increase in cost due to government and other
charges, direct and indirect, till the work is completed in accordance with the
scope of the contract.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 9 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
LATE BIDS:
20) Bids submitted after the time and date fixed for the receipt of bids as set out in the
tender document are liable to be rejected. However, owner reserves the right to consider
the delayed bid under certain circumstances.
21) CLARIFICATION OF BIDDING DOCUMENTS: A prospective Bidder requiring any
clarification of the Bidding Documents may notify the Employer in writing at the
Employer’s address indicated in the NIT/Tender Enquiry. The employer will respond in
writing to any request for clarification which he receives by the deadline specified in the
NOT or no later than ten (10) days prior to the deadline for the submission of bid. The
Employer will respond at least seven (7) days prior to the deadline for submission of bid.
22) CONFLICT OF INTEREST:
22.1 Each Bidder shall submit only one bid either by himself, or as a partner in a joint
venture or consortium, if so permitted in the Bidding Documents. A Bidder who
submits or participates in more than one bid in this bidding will be disqualified
from the bidding.
22.2 Bidders should not be associated, or have been associated in the past, directly or
indirectly, with a firm or any of its affiliates that has been engaged by the
Employer to provide consultancy services for the preparation of the design,
specifications, and other documents to be used for the execution of Works under
this Invitation for Bids.
23) SUBMISSION OF BIDS:
23.1 Bid must be received by the Employer at the address referred in the NIT/Tender
Enquiry/SCC, no later than the time and date stated in the NIT/Tender Enquiry.
In the event of the specified last date for submission of bids being declared a
holiday for the Employer, the bids will be received up to the appointed time on
the next working day.
23.2 The Employer may, in exceptional circumstances and at his own discretion,
extend the deadline for submission of bids by issuing an amendment.
23.3 Bidder has to sign all the pages of tender document as a token of
acceptance of all the terms & conditions mentioned in tender document.
Same has to be submitted in Technical Bid (Envelope-iii) as mentioned in
earlier paragraph(s).
Annexures ref no. I to XIV at Section IV of this tender document
must be filled fully duly signed & stamped
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 10 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
24) MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF BID: The Bidder may
modify or withdraw its bid after submission, provided that written notice of the
modification or withdrawal is received by the Employer prior to the deadline prescribed for
bid submission. For both, Bid Modification and Bid Withdrawal, the bid submitted by the
Bidder has to be withdrawn by the Bidder from RGPPL Office by making a written request
to the RGPPL to return the bid submitted. A Bidder wishing to withdraw/modify its bid
shall notify the employer in writing prior to the deadline prescribed for bid submission. A
withdrawal notice may be sent by mail from the registered e-mail id or post or by telefax
so as to be received by the Employer before the deadline for submission of bids. The
notice of withdrawal shall
(a) be addressed to the Employer at the address named in the NIT/SPC, and
(b) bear the NIT/Tender enquiry number, Package name, and the words
“BID WITHDRAWAL NOTICE”.
The Employer shall on receipt of the “BID WITHDRAWAL NOTICE” from the bidder, return the
bids. Bidder in their own interest is advised to follow-up with the Package coordinator through
mobile/phone also so as to have the bid returned before the bid submission deadline. The
bidder can thereafter re-submit its bid within the time line specified for bid submission. RGPPL
shall NOT be responsible for the inability of the bidder to submit its bid again within the time
line specified. Bidders are NOT allowed to submit any modification through any letter/ e-
mail/fax etc. Such communications will not be considered. Bid withdrawal notices received
after the bid submission deadline will be ignored, and the submitted bid will be deemed to be a
validly submitted bid. No bid will be withdrawn in the interval between the bid submission
deadline and the expiration of the bid validity period specified. Withdrawal of a bid during this
interval may result in the Bidder’s forfeiture of its bid security.
OPENING OF BIDS:
25) Bids shall be received and opened at the address given below in the presence of bidder's
representatives available to attend the bid opening. The Bidder’s Representative, who are
present, shall sign the format evidencing their attendance.
DGM (C&M),
RATNAGIRI GAS AND POWER PRIVATE LIMITED,
AT & POST ANJANWEL,
TAL-GUHAGAR,
DIST: RATNAGIRI,
MAHARASHTRA-415634
BID EVALUATION CRITERIA & COMPARISON OF BIDS:
26) Any bid not accompanied with the EMD shall liable to be disqualified.
27) RGPPL shall evaluate the qualifying requirements of each bidder as per NIT after opening
of technical bid and the bids of the bidder who is not meeting the qualifying requirement
shall be treated as non-responsive and the price bid shall be returned to the concerned
bidder without being opened.
28) A non-responsive offer is one which affects in any way the Prices, Quality, Quantity or
Contract Period or which limits in any way the responsibilities or liabilities of the Bidders
or any rights of the owner (RGPPL) as required in these documents. However, the owner
may waive off any minor informalities or irregularities in the bid.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 11 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
29) Bid price shall mean the total price in bid proposal schedule/BOQ for complete scope of
work. The overall cost arrived shall be taken for cost comparison & final evaluation.
30) The evaluation criteria override all other similar related clauses appearing anywhere in
the bid documents & such clauses are deemed to have been modified to the extent
stipulated above.
31) If the rates/prices quoted by the successful bidder for certain items of the bill of
quantities are found to be abnormally high or low in relation to the Engineer’s (RGPPL)
estimate of the cost of work to be performed under the contract, then RGPPL may require
the bidder to produce detailed rate/price analysis for any or all items of the bill of
quantities to demonstrate the internal consistency of those rates/price with the
construction methods’ and schedule proposed. After evaluation of rate/price analysis,
RGPPL may require that the amount of the performance security be increased at the
expense of the successful bidder to a level sufficient to protect RGPPL against any
financial loss in the event to default by the bidder under the contract, if award is placed
on successful bidder.
32) In the event of discrepancy between the rate given in the tender as described in words
and that stated in figures, the description in Words shall prevail.
33) In the event of an error occurring in the amount column of SoR/BOQ as a result of wrong
extension of the unit rate and quantity, the unit rate shall be regarded as firm and
extended Price shall be amended on the basis of the unit rate.
34) Notwithstanding anything above, the owner reserves the right to assess the bidder’s
capability and capacity to perform the contract, should the circumstances warrant such
assessment in the overall interest of RGPPL and decision of RGPPL in this regard shall be
final.
35) CLARIFICATION OF BIDS: Bidder's attention is drawn that during the period, the bids are
under consideration, the Bidder is advised to refrain from contacting by any means, the
Employer and/or his employees/representatives on matters related to the bids under
consideration and that if necessary, the Employer will obtain clarifications from the Bidder in
writing. Any effort by a Bidder to influence the Employer’s processing of bids or award
decisions will result in the rejection of the Bidder’s bid.
During the bid evaluation the Employer may, at its discretion, ask the Bidder for a clarification
of its bid including documentary evidence pertaining to only the Work Orders/Purchase
Orders/Letter of Awards/Contract Agreements declared in the bid for the purpose of meeting
Qualifying Requirement specified in NIT/Bidding Documents. The request for clarification and
the response shall be in writing and no change in the price or substance of the bid including
substitution of reference Work Orders/Purchase Orders/Letter of Awards/Contract Agreements
in the bid by new/additional Work Orders/Purchase Orders/Letter of Awards/Contract
Agreements for conforming to Qualifying Requirement shall be sought, offered or permitted.
POLICY FOR BIDS UNDER CONSIDERATIONS:
36) RGPPL reserves the right to cancel this tender any time either in whole or in parts as the case
may be and reject or accept any tender without assigning any reason thereof.
Bids shall be deemed to be under consideration immediately after they are opened and until
such time official intimation of award/rejection is made by the owner to the Bidders. When the
bids are under consideration, Bidders and/or their representatives, or other interested parties
are advised to refrain from contacting by any means, owner and/or its employees/
representatives on matters related to the bids under consideration. The Bidders will not be
permitted to change the substance of bids, after the bid has been opened formally.
37) Owner is not bound to enter into any correspondence with the Bidders or his representatives
on any matter or to give reason for its decisions other than as specifically stated in this
document.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 12 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
EFFECT & VALIDITY OF BID:
38) The submission of any bid connected with these documents shall institute an agreement
that the Bidder shall have no cause of action of claim, against the owner for rejection of
his bid. The owner shall always be at liberty to reject or accept any bid or bids at his sole
discretion and any such action will not be called into question and the bidder shall have
no claim in that regard against the owner.
39) The submitted bid shall be valid for a period of Six (6) calendar months from the
actual date of opening of technical bid.
40) In exceptional circumstances, prior to the expiry of the original bid validity period, the
Employer may request the Bidders to extend the period of validity for a specified
additional period. The request and the responses thereto shall be made in writing. A
Bidder agreeing to the request will not be permitted to modify his bid, but will be required
to extend the validity of his bid security for the period of the extension.
AWARD OF CONTRACT:
41) The contract will be awarded to the best qualified and responsive Bidder’s offer in the
lowest evaluated bid in conformity with the requirement of these documents. The owner
shall be sole judge in this regard, subject to the provisions of instructions to Bidders and
other terms & conditions detailed in these tender documents.
42) Notification of award of Contract will be made in writing to the successful agency by the
owner.
43) The Bidder shall be responsible and shall be bound to perform the job allocated to him at
awarded rates accepted by the owner.
TAXES, DUTIES & LEVIES ETC.
44) “Goods and Services Tax” or “GST” means taxes or cess levied under the Central Goods
and Services Tax Act, Integrated Goods and Services Tax Act, Goods and Services Tax
(Compensation to States) Act and various State/Union Territory Goods and Services Tax
Laws and applicable cesses, if any under the laws in force (hereinafter referred to as
relevant GST Laws), which shall be fully complied with by the Bidder.
45) The Bidder shall quote the prices giving breakup in the manner specified in the Price
Schedule. The Bidder shall quote the applicable rate of GST in the Price Schedule.
46) For the purpose of Evaluation, GST quoted in the Bid shall only be considered.
47) The Bidder shall indicate the taxes and duties as applicable seven (7) days prior to last
date of Bid Submission.
48) The Bidder is required to quote the rate of GST applicable under GST Law in the Price
Schedule while giving the breakup of prices.
49) In case GST registered Bidder has quoted GST rate as ‘0’ (Zero), the quoted price shall
be considered to be inclusive of GST as applicable.
50) In case of bid received from dealers who have opted for the composition scheme under
GST Law, the Bidder shall specifically mention the same in his Bid. Owner shall not be
liable to pay/reimburse any GST on the supplies made by such dealers under the
Order/Contract.
51) In case of bid received from unregistered dealer, for evaluation their bid shall be cost
compensated as per the GST rate applicable in view of Reverse Charge Mechanism (RCM)
as per GST Law.
52) In case of all materials identified by the Contractor and Owner to be dispatched directly
from the sub-vendor's work to Owner's site, the contractor shall ensure that his sub-
vendors raise Tax invoices as per the provisions of GST Law, billed to the Supplier and
shipped to the Owner’s site. The Contractor shall further ensure that he raises his
corresponding Tax Invoices in the name of Owner during transit of the materials before
the delivery of materials is taken by Owner.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 13 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
53) For items not covered under GST, the Bidder is required to quote Excise Duty/VAT/CST as
applicable in the Price Schedule while giving the breakup of prices.
54) Notwithstanding anything to contrary contained in the Purchase Order/Contract, the
Supplier’s right to payment under the Order/Contract is subject to issuance of valid tax
invoice/bill of supply as the case may be, payment of applicable GST to the credit of
appropriate Government and submission of valid particulars of tax invoice under GST
returns in accordance with GST Law.
55) Owner shall deduct GST at source at the applicable rates in case transactions under the
Order/Contract are liable to GST deduction at source.
56) Unless expressly stated otherwise, a common mechanism for reconciliation of input credit
mismatch, to be followed by both RGPPL and Supplier, shall be mutually agreed so that
both parties follow the same procedure for disclosing the transactions in their respective
returns.
57) Notwithstanding anything in the Order/Contract, penalty / damages shall be recovered in
case the contractor makes a default in following the agreed procedure. The implications
of GST on return of goods will be as per the provisions of the relevant GST Laws.
58) The Contractor shall issue tax invoices/bill of supply as applicable, file appropriate
returns, and deposit the applicable GST to the account of appropriate government within
the time limit prescribed under the GST Law. In the event of any default, Contractor shall
be liable to pay the amount which may be imposed on RGPPL due to such default.
59) Contractor should comply with the provisions of e-way bill notified by appropriate
authorities from time to time. The existing provisions regarding road permit will continue
till such time if applicable.
60) The Owner shall make necessary tax deductions under Income Tax Act or any other laws,
if applicable.
61) Provisions of GST law in respect of Related Persons/Parties may appropriately be taken
into consideration by Bidders while submitting the bid.
62) If any rates of tax are increased or decreased, a new tax is introduced, an existing tax is
abolished, or any change in interpretation or application of any tax occurs in the course of
the performance of Oder/Contract, which was or will be assessed on the Contractor in
connection with performance of the Oder/Contract, an equitable adjustment shall be
made to take into account any such change.
63) The payment/reimbursement of statutory variations in the rates of tax and/or of new tax,
duty or levy imposed under statute or law in India as above would be restricted only to
direct transactions between the Owner and the Bidder.
64) Agency shall clearly mention the taxes, duties & levies applicable over their quoted rates,
in case nothing is mentioned, quoted rates shall be construed as inclusive of all taxes,
duties & levies. No Post BID request shall be entertained.
65) However, during the currency of the contract, due to any new enactment of Law, any tax
and/or duty becomes payable by the owner in respect of the transaction
between the owner and the agency and it is actually paid by the Contractor to the
concerned Government, then it shall be reimbursed by owner at actual cost on production
of the necessary valid documentary evidence.
66) As regard Income-Tax, Surcharge in Income-Tax and any other corporate Taxes as
applicable, RGPPL shall not bear any tax liability in respect of the contract irrespective of
the mode of contracting. The Contractor shall be liable and responsible for payment of
such tax, if attracted, under the provision of the Indian laws, owner shall deduct Income-
Tax at source from all the payments to be made to the Contractor in accordance with the
provisions of Indian Income-Tax law as applicable from time to time and deposit the
same to the concerned Government authorities.
67) Custom duty /clearance from custom dept
Clearance of Custom, stevedoring or any other activities (if required) shall be performed
by Contractor at his sole cost and expenses.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 14 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Laws Governing the Contract:
68) This contract shall be governed by the Indian Laws for time being in force. The court at
Mumbai shall have exclusive jurisdiction in all matters arising under this contract
69) These ‘INSTRUCTIONS TO BIDDERS’ & Special Conditions of Contract shall form
an integral part of the contract. The contract besides shall also be exclusively
governed to the extent applicable by the General Conditions of Contract for O&M
of NTPC available at RGPPL website www.rgppl.com & its subsequent
amendments. In case of any contradiction in the clauses of GCC-Civil & other
tender documents, other tender documents shall prevail. (While referring the
GCC-Civil, the name “M/s Ratnagiri Gas & Power Pvt. Ltd.” shall be read and
understood in place of “NTPC” / “M/s National Thermal Power Corporation”).
70) The Bidder shall comply with all the legal requirements and obtain all necessary
licenses/permissions under various applicable Laws/Acts.
71) Bidders not confirming to these requirements may be rejected and no correspondence
whatsoever thereof shall be entertained.
72) In case of any violation of statutory provision under labour laws/or otherwise on behalf of the
Bidder there will not be any liability on RGPPL.
73) The successful bidder shall at all times during the continuance of the contract comply fully
with all existing Acts, Regulations and bye laws including all statutory amendments and re-
enactment of State or Central Government and other local authorities and any other
enactments and acts that may be passed in future either by the State or Central Government
or local authority including Indian Workmen's Compensation Act, Contract labour (Regulation
and Abolition) Act 1970 and Equal Remuneration Act 1976, Factories Act, Minimum Wages
Act, Provident Fund Regulations, Employees Provident Fund Act etc. in so far as they are
applicable to this contract. The successful bidder shall indemnify and keep RGPPL indemnified
in case any proceedings are taken or commenced by any authority against the RGPPL for any
contravention of any of the laws, bye laws or scheme by the successful bidder. If as a result of
successful contractor's failure, negligence, omission, default or non-observance of any
provisions of any laws, the RGPPL is called upon by any authority to pay or reimburse or
required to pay or reimburse any amount, the RGPPL shall be entitled to deduct the same
from any money due or that may become due to the successful bidder under this contract or
any other contract or otherwise recover from the successful bidder any sum which the RGPPL
is required or called upon to pay or reimburse on behalf of the successful contractor.
74) RGPPL shall not be responsible financially or otherwise for any injury to the contractor’s
personnel in the course of performing the job.
75) The individual signing the quotation tender form or any document forming part of the contract
on behalf of another or on behalf of a firm shall be responsible to produce a proper power of
attorney duly executed in his favour stating that he has authority to sign/ other such person
of the firms as the case may be in all matters pertaining to the contract including the
arbitration clauses. If subsequently the person so signing fails to provide the said power of
attorney within a reasonable time the RGPPL, may without prejudice to other civil and criminal
remedies cancel the contract and hold the signatory liable to all costs and damages. In case of
registered or unregistered Partnership Firm, all the partners should sign the quotations;
alternatively, if a single partner is signing the bids, he shall produce authorization letter /
Power of attorney from all the partners of the firm authorizing him to sign the bids. In case
where any person is signing the agreement on behalf of limited Company or firm, he will
produce letter of authority/resolution passed by the company empowering him to sign the
agreement on behalf of the company or firm.
76) FRAUD PREVENTION POLICY: “The Bidder” along with its associate / collaborator /
subcontractors / sub-vendors / consultants / service providers shall strictly abide by the
provisions of ‘Fraud prevention Policy’ of RGPPL displayed at website http://www.rgppl.com.
An undertaking regarding adherence to the fraud policy shall be submitted by the Bidder along
with the bid as per format provided in Section V of this tender document.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 15 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
77) WORK PERFORMANCE: RGPPL reserves the right to cancel the contract or to withhold the
payment in the event of non-commencement within time or unsatisfactory performance of the
work. In such an event RGPPL further reserves the right to get the work done at the risk and
cost of the Contractor from open market or through some other bidders and the Contractor
will be barred in RGPPL for a period of 2 years from participating in such type of tender in
addition to forfeiture of earnest money/security deposit/contract performance guarantee, if so
warranted.
78) Addenda/Corrigendum /Amendment: Addenda/Corrigendum to the tender documents
may be issued prior to the date of opening of the tender to clarify or effect
modification in specification and/or contract terms included in various tender documents.
The Bidder shall suitably take into consideration such Addenda/Corrigenda while submitting
his tender. All Addenda/Corrigenda shall be signed and stamped on each page by the Bidder
and shall become part of the tender documents. In order to provide reasonable time to
prospective Bidder for taking an Addenda / Corrigenda / Amendment into account for
preparing his bid, the Employer may, at its discretion, extend the deadline for the
submission of bid. Such extension of the deadline for the submission of bid shall be
such that the time between the date of issue of Addenda/Corrigenda/Amendments and
the date of bid opening is at least seven (7) days.
79) Anti-profiteering clause: As per Clause 171 of GST Act it is mandatory to pass on the
benefit due to reduction in rate of tax or from input tax credit to the consumer by way of
commensurate reduction in prices. The Contractor of Goods / Services may note the
above and quote their prices accordingly.
80) In case the GST rating of vendor on the GST portal / Govt. official website is negative / black
listed, then the bids may be rejected by RGPPL. Further, in case rating of bidder is negative /
black listed after award of work for supply of goods / services, then RGPPL shall not be
obligated or liable to pay or reimburse GST to such vendor and shall also be entitled to deduct
/ recover such GST along with all penalties / interest, if any, incurred by RGPPL.
[
81) GST Invoice shall contain the following:
a) Name, address and GSTIN of the supplier.
b) A consecutive serial number containing only alphabets and/or numerals, unique for a
financial year.
c) Date of its issue.
d) Name, address and GSTIN/ Unique ID Number, if registered, of the recipient.
e) Name and address of the recipient and the address of delivery, along with the name of
State and its code, if such recipient is unregistered and where the taxable value of supply
is fifty thousand rupees or more.
f) HSN code of goods or Accounting Code of services.
g) Description of goods or services.
h) Quantity in case of goods and unit or Unique Quantity Code thereof.
i) Total value of goods or services.
j) Taxable value of goods or services taking into account discount or abatement, if any.
rate of tax (CGST, SGST or IGST) amount of tax charged in respect of taxable goods or
services (CGST, SGST or IGST)
k) Place of supply along with the name of State, in case of a supply in the course of inter-
State trade or commerce.
l) Place of delivery where the same is different from the place of supply.
m) Whether the tax is payable on reverse charge.
n) The word “Revised Invoice” or “Supplementary Invoice”, as the case may be, indicated
prominently, where applicable along with the date and invoice number of the original
invoice; and (q) signature or digital signature of the contractor or his authorized
representative.
82) The award of contract shall be on “work contract basis”. The bidder shall be responsible for
payment of GST levied on the work contracts services in accordance with the applicable Act or
Notification(s) by the State or Central Government or other authorities and rules made there
under including amendments, if any. The liability on account of such tax as per the rates of
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 16 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
tax prevailing as on seven (7) days prior to the date of bid opening shall be included in the bid
price. In case of any variation in the rates of the tax after the date seven (7) days prior to
date of bid opening, the same shall be paid/reimbursed to/recovered from the successful
Bidder subject to submission of documentary evidence and proof of having made the payment
at the revised rate and on certification by Engineer-in-charge.
83) It shall be incumbent upon the successful bidder to obtain a registration certificates under
GST law and other law(s) relating to levy of tax, duty, cess etc. and necessary evidence
to this effect shall be furnished by the successful Bidder to the Employer. If the successful
Bidder intends to engage itself in quarrying or miming of soil/earth, sand,
stone/aggregates, metals, minerals or minor minerals required for the Works, as the case
may be, it shall obtain necessary permits under the applicable law for such mining or
quarrying from the State/Central Government authorities and pay the fee or charges
applicable thereto.
84) The bid price shall also be inclusive of Royalties or Seigniorage, Fee or Cess or other
charges payable on the quarried or mined metals, minerals or minor minerals as the case
may be, at the rate(s) prevailing as on seven (7) days prior to the date of Techno-
Commercial bid opening.
85) Bid Security (EMD):
1. The Bidder shall furnish, as part of its Bid, a Bid Security in a separate envelope in the
amount and currency as stipulated in the Bid Data Sheet.
2. The Bid Security shall, at the Bidder's option, be in the form of a crossed Demand Draft/Pay
Order/Banker’s Cheque or a Bank Guarantee from any of the banks specified in the Bid
Documents.
The format of the Bank Guarantee shall be in accordance with the form of bid security
included in the Bidding Documents. Bid Security in the form of BG shall remain valid for a
period of one (1) month beyond the original Bid validity period of six months and beyond
any extension of bid validity subsequently requested. Wherever Bids under Joint Venture
route are permitted as per the Qualifying Requirements in the Bidding Documents, the Bid
Security by the Joint Venture must be on behalf of all the partners of the Joint Venture.
3. In case of Single Stage Single Envelope and Single Stage Two Envelope bidding
process, the Bid Security shall be furnished in a separate sealed envelope.
4. Any bid not accompanied by an acceptable Bid Security in a separate sealed envelope
shall be rejected by the Employer as being non-responsive and returned to the Bidders
without being opened.
5. In case of Single Stage Single Envelope bidding process, the Bid Security/EMD of the
unsuccessful Bidders shall be returned immediately after placement of award on the
successful bidder.
In case of Single Stage Two Envelope and Two Stage bidding process, the Bid Security
of the Bidders whose Technical Bid has not been found acceptable, shall be returned
along with letter communicating rejection of Technical Bid. The Bid Security of the
Bidders who are unsuccessful after opening of Price Bids shall be returned immediately
after placement of award on the successful bidder.
6. The Bid Security of the successful Bidder to whom the Contract is awarded will be returned
when the said Bidder has signed the Contract Agreement and has furnished the required
Performance Securities.
7. The Bid Security may be forfeited.
a. If the Bidder withdraws or varies its Bid during the period of Bid validity;
b. If the Bidder does not accept the correction of its Bid Price.
c. If the Bidder refuses to withdraw, without any cost to the Employer, any deviation,
variation, additional condition or any other mention anywhere in the bid, contrary
to the provisions of bidding documents.
d. In the case of a successful Bidder, if the Bidder fails within the specified time limit
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 17 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
i) to sign the Contract Agreement, in accordance with ITB and/or various clauses
of tender document.
ii) to furnish the required Security Deposit / Bank Guarantee in accordance with
various clauses of tender document.
e. If the bidder/his representatives commit any fraud while competing for this contract
pursuant to Fraud Prevention Policy.
Amount of Bid Security/ (EMD): INR 5,00,000 (Five Lakhs only)
86) Contract Period: 24 (Twenty-Four Months) from the date of issue of LOI/LOA or
from a date as informed by EIC.
a. Design, Supply, Construction & commissioning12 months.
b. Initial Operation of the plant: 12 months
87) Defect Liability Period: 36 months from date of commissioning.
88) Security Deposit (SD): Will be deducted @ 10% from the payments made to the
agency during the course of execution of works. This security deposit amount shall
be released to the agency after commissioning of the plant and on submission of
performance Bank Guarantee.
Alternatively, Vendor may submit Bank Guarantee in lieu of SD for a value of 10% of
contract value. BG to be submitted within 30 days from the date of receipt of LOI / LOA,
whichever is earlier. The same shall be valid for a period 15 months & will be returned
after commissioning of plant & submission of Bank Guarantee towards performance of
plant during defect liability period.
89) Performance bank Guarantee (PBG):
89.1 The Contractor shall provide guarantee for the STP for a period of three years in
the form of performance guarantee for a value of 10 % of contract price. The
period of guarantee shall commence from the date of commissioning of the STP.
The contractor shall attend all defects during the defect liability period.
89.2 The guarantee amount shall be equal to 10% percentage of the Contract price and
it shall guarantee the faithful performance STP in accordance with the terms and
conditions specified in these documents and specifications. The guarantee shall be
valid up to (90) days after the end of Defect Liability Period (i.e. 39 months) The
guarantee amount shall be payable to RGPPL without any condition whatsoever.
89.3 The PBG shall cover additionally the following guarantees to RGPPL:
89.3.1 The successful Bidder further guarantees that the equipment provided
and installed by him shall be free from all defects in design, material and
workmanship and shall upon written notice from RGPPL fully remedy free
of expenses to RGPPL/Owner such defects as developed under the
normal use of the said equipment within the period of guarantee
specified in the relevant clause of the contract.
89.3.2 The Performance Guarantee is intended to secure the performance of the
entire contract. However, it is not to be construed as limiting the
damages under the contract.
89.3.3 The Performance Guarantee will be returned to the Contractor without
any interest at the end of the Defect Liability period.
89.3.4 Above stipulations are non-negotiable.
Failure of the contractor to submit the above-mentioned Performance BG shall constitute
sufficient grounds for the annulment of the award and forfeiture of the EMD.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 18 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
(Section -II)
Pre Qualification
Requirement/Criteria
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 19 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Qualifying Requirements for the Agency:
1. The bidder should be a manufacturer of Membrane Bioreactor (MBR) as specified in bid
document.
OR
The bidder should have an MOU or agreement with manufacturer of Membrane Bioreactor
(MBR).
2. The bidder should have executed the work of design, supply, erection and commissioning of
Membrane Bioreactor (MBR) based Sewage Treatment Plant (STP) with any of the following
criterion during last seven (07) years reckoned on the date of technical bid opening:
a. One (01) plant with at-least 500 KL/day sewage treatment capacity
OR
b. Two (02) plants with at-least 250 KL/day sewage treatment capacity each
The plant(s) should have been in successful operation for at least one (1) year as on the date of
technical bid opening.
3. The average annual turnover of the bidder in the preceding three (03) financial years as on date
of technical bid opening shall not be less than INR 245.00 Lacs.
Note –
Other income shall not be considered while computing annual turnover.
In cases where audited results for the last financial year are not available as on the date
of technical bid opening, the financial results certified by a practicing Chartered
Accountant shall be considered acceptable.
In case, the bidder is not able to submit the Certificate from a practicing Chartered
Accountant certifying its financial parameters, the audited results of three consecutive
financial years preceding the last financial year shall be considered for evaluating the
financial parameters. Further, a certificate would be required from the CEO/CFO as per
the format enclosed in the bidding documents stating that the financial results of the
company are under audit as on the date of technical bid opening and the Certificate
from the practicing Chartered Accountant certifying the financial parameters is not
available.
4. The Net Worth of the bidder as on last date of preceding financial year as on date of technical
bid opening shall not be less than 100% its paid-up share capital. In case the bidder meets the
requirement of Net Worth based on strength of its Subsidiaries and/or Holding Company
wherever applicable, the Net Worth of bidder and its Subsidiaries and/or Holding Company, in
combined manner should not be less than 100% of their paid-up share capital. However
individually, their Net Worth should not be less than 75% of their respective paid-up share
capitals.
Net Worth in combined manner shall be calculated as follows:
Net Worth (Combined) = (X1 + X2 + X3) / (Y1 + Y2 + Y3) * 100
Where X1, X2, X3 are individual Net Worth which should not be less than 75% of their
respective paid-up share capitals and Y1, Y2, Y3 are individual paid-up share capitals.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 20 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
5. The bidder should have valid PAN and GST registration.
6. Notwithstanding anything stated above, RGPPL reserves the right to assess the capabilities and
capacity of the bidder to perform the contract, should the circumstances warrant such
assessment in the overall interest of RGPPL.
DOCUMENTS REQUIRED
A. Documentary evidence as proof of being manufacturer in support of Para 1 above. Copy of
MOU / agreement with manufacturer of MBR shall also be provided wherever applicable.
B. Copies of Letter of Award / Work Order along with Completion Certificate / Performance
Certificate / any other supporting documents, clearly establishing completion period, treatment
technology, plant capacity, and successful operation in support of Para 2 above
C. Copies of audited Balance Sheet and Profit & Loss Account Statement confirming the turnover
for preceding three financial years shall be submitted in support of Para 3 & 4 above. Certificate
from practicing Chartered Accountant or CEO/CFO as described under notes of Para 3 shall also
be provided wherever required.
D. Copy of PAN Card and GST Registration Certificate in support of Para 5.
E.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 21 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Section- III
Scope of Work,
Technical specifications and
special terms & conditions
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 22 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
1.0 Scope of Work:
1.1 The tender is invited on turnkey basis for Design, Engineering, Supply,
Construction, Erection and Commissioning of 500 KLD Sewage Treatment Plant
(STP) based on MBR technology, to provide treated effluent quality as specified
below with performance guarantee for three years.
pH 6.5 – 8.5
BOD (3 days at 270C) mg/l less than 3 mg/l
COD Less than 30 mg/l
Suspended Solids Less than 10 mg/l
Oil & Grease less than 2 mg/l
NH4-N 5
N-total 10
Total Coli form MPN/ 100 ml,
maximum
< 100
Faecal Coli form MPN/ 100 ml,
maximum
< 100
Faecal streptococci MPN/ 100 ml,
maximum
< 100
1.2 The schematic P&ID attached with this document is preliminary.
However, the successful contractor will be required to submit the
Detailed Process, P&ID & Good For Construction (GFC) drawings
incorporating the working details. These detailed drawings shall be
submitted to RGPPL for comments & approval. Vendor has to submit all the
technical details for equipment used for operation of plant to RGPPL for
approval. All the works shall be carried out as per approved "Good for
Construction” drawings only. The project involves Design, Construction,
Supply, Erection, Testing & Commissioning of STP of 500 KLD capacity complete
in all respects including all contingent Civil, Electrical, Mechanical, piping &
instrumentation works and including operation & maintenance of the system for
01 year at RGPPL Township.
1.3 The tender is for turnkey job where it will be the responsibility of the
contractor to hand over a completely functional unit complying with PCB norms
and with all necessary components. The scope of work of quoted price shall
include but not limited to the following major items:
1.3.1 Design and detailed engineering of STP to be operator friendly and for
the operator’s safety, health and hygiene.
1.3.2 Design calculations and drawings shall be submitted to RGPPL for
approval. Construction shall be started only after approval of GFC (Good
for Construction) drawings by RGPPL. The design and drawings of civil
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 23 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
works shall be prepared through or vetted by reputed Structural
Consultants or Govt Engineering Institutions.
1.3.3 Design, procurement & construction of all civil structures for the system
including required suitable foundation. The available nearest
geotechnical data shall be shared by RGPPL. If any geotechnical
investigations required at site for design purpose shall be in the scope of
the agency.
1.3.4 Design, procurement & installation of all mechanical works including
pumps, interconnecting piping between various units as per piping
details including supply of all materials like GI/CPVC/HDPE pipes, fittings,
all valves, gaskets, flanges, nuts and bolts, necessary pipe supports,
etc., complete.
1.3.5 Design, procurement & installation of all electrical works like electrical
panels, lighting etc.
1.3.6 Design, procurement & installation of all control and instrumentation
works like PLC etc
1.3.7 All aspects of quality assurance, including testing of equipment,
procurement of materials from approved agencies/suppliers and other
components of the work.
1.3.8 Testing of all equipment at shop. Pre-dispatch inspection of equipment if
required shall be carried out by RGPPL.
1.3.9 All works required for connecting the raw water sewage of
existing 05 STPs with new MBR-STP. Please refer the schematic
sketch indicating the requirement and scope
1.3.9.1 The agency’s scope starts with providing suitable pumping
arrangements at old STPs including suitable pumps with
automatic level based unmanned operation, for transfer of
sewage to new STP.
1.3.9.2 The agency shall utilize pipelines wherever already available
for this purpose. Wherever not available new HDPE lines need
to be laid. (please refer sketch enclosed)
1.3.9.3 The agency’s scope ends with treated water pumping
system (output line) of new STP shall be connected to the
existing disposal line towards highpoint basin. The presently
running treated water disposal pumps (available at site) shall
be installed at the new STP by the executing agency.
1.3.10 The STP shall be designed to manage additional sewage load
during monsoons. The sewage collection tank has to have a
minimum storage size of 50% of daily sewage
generation/sewage treatment.
1.3.11 Submission of Operator’s Manual and providing operation training to
plant operators.
1.3.12 Operating the plant for 1 year after commissioning including cost of
manpower and consumables. The plant shall be operated in 03 shifts.
The quality of treated water shall be tested every 15 days in MOEF
accredited laboratories during this period for the output parameters
specified in this tender.
1.3.13 Providing performance guarantee of 03 years for the STP system.
1.3.14 Spares for the entire equipment and instruments for three years shall be
provided by the vendor and the same shall be inclusive of the quoted
lump sum price.
1.3.15 Submission of the completion (‘as-built’) drawings and other related
documents along with a soft copy.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 24 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
2.0 Brief Technical specifications:
2.1 TREATMENT SCHEME
The treatment scheme shall be based on Membrane Bioreactor based Biological
Treatment followed by chlorination. The STP will consist of following stages:
Stage 1: Primary Treatment
Pumped manholes with cutter pumps, Screen Chamber, Oil & Grease chamber,
Sewage collection cum equalization tank.
Stage 2: Secondary or biological treatment
Aeration tank equipped with PVDF submerged membranes
Stage 3: Tertiary treatment
Activated Carbon Filters, Chlorine Dosing System, UV treatment
Stage 4: Sludge Treatment
Filter Press
2.2 TREATMENT UNITS
Following are the main units involved in above treatment scheme,
Pumped manholes with cutter pumps for pumping out sewage
Bar screen chamber coarse (an ultrasonic non-contact type open channel
flow measurement meter shall be installed before the bar screen).
Oil and Grease separator
Fine Screen
Coarse bubble diffuser.
Equalization tank
Pump Room
Anoxic tank/ Aeration tank/ MBR tank.
Chemical cleaning of membranes
Activated Carbon Filters
Micron filter
Chlorine dosing
UV treatment
Final tank
Filter Press with screw pump
Sludge holding tank
Piping and cabling
Units designed and proposed for LT panel
PLC Panel
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 25 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
2.3 BRIEF PROCESS DESCRIPTION
2.3.1 Pumping
The inlet sewage coming to pumped manholes is pumped to bar screen
chamber using cutter pumps separately for Soil, grey water and kitchen
waste water.
2.3.2 Screening
The Sewage is led into a Bar Screen Chamber provided with MS Bar
Screen. Bar screen shall be provided at inlet point in the bar screen
chamber. Screen with openings generally of uniform size to remove
suspended or floating matters in sewage to be provided. The primary
screen has to have size of 10 - 15 mm and secondary screen has to have
size of 4-5 mm. The velocity shall be maintained so as to avoid settling
of grit or organic matter. Bar screen shall be so designed that it can be
cleaned manually from outside of tank.
2.3.3 Oil & Grease Chamber
The raw sewage after passing through Bar Screen shall be taken into an
oil & grease trap for removal of oil and grease from the effluent.
2.3.4 Raw Sewage Sump (Collecting Tank)/ Equalization tank
This sump is provided to dampen the flow fluctuations and, in order to
keep the solids in suspension, pre-aeration is provided with coarse
bubble tubular diffusers.
The sewage collection tank has to have a storage size of 50% of daily
sewage generation/sewage treatment. The raw sewage from oil & grease
trap is collected in a raw sewage collecting sump. The raw sewage is
pumped using submersible non-clog SS pumps of suitable capacity.
Facility has to be made to purge air in the collection tank to keep its
content homogenous and avoid high anaerobic condition in the tank
2.3.5 Aeration tank with submerged membrane bioreactor
The Sewage will be pumped to aeration tank which comprises fine pore
diffusers and PVDF hollow fiber submerged membrane. The efficiency of
BOD removal is considered as between 90 – 97% in this bioreactor.
The MBR tank contains highly concentrated biomass, so called activated
sludge, which transforms the organic matter of the wastewater into
carbon dioxide, water and biomass. The activated sludge is kept in
aerobic conditions at all times by continuous aeration.
Sludge will be retained in the Aeration tank and excess sludge will be
pumped/ passed to sludge holding tank and then pumped to Filter press
whenever MLSS measured is higher than designed.
2.3.6 PARAMETERS OF DESIGN OF MBR TANK
Process type – Aeration
Flow regime – Completely mixed
MLSS – 6000 - 10000 mg/lit
MLVSS/MLSS – 0.8
F/M Ratio – 0.1 – 0.12
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 26 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
2.3.7 Activated Carbon Filter and micron filter
Permeate from MBR tank is passed through activated carbon filter and
micron filter to remove excess turbidity before chlorine dosing.
2.3.8 Disinfection unit (UV system)
UV system of dosage 60,000 uw-sec/Sq cm
2.3.9 Disinfection unit (Hypo chlorite Dosing)
Permeate of membrane is further treated with chlorinator and stored in
final sump. The Chlorine Solution(hypo) shall be dosed in clear treated
sewage with the help of Dosing pumps as a disinfecting agent and
allowed to react in the tank with adequate retention time. Necessary flow
pattern should be created in the tank for proper mixing and allowing
completion of reaction by providing baffles.
The quantity of disinfecting agent should be sufficient, to achieve the
microbial count as per the Prevailing norms for treated sewage as given
by State Pollution Control Board. The dosing system shall be suitable to
deliver on 24 hours continuous basis.
2.3.10 Sludge Sump
The waste sludge from aeration tank is passed to sludge holding tank
and then pumped through screw pump to filter press and solid cakes
formed are carted out. Excess sludge has to be drained from reactor
drain valve and sent to sludge dewatering press. Leachate from the
press can be sent back to collection tank or final treated water tank.
Sludge cake should be stored in proper place as per the norms and
guidelines.
2.3.11 Solids Handling (Filter Press)
The Sludge from the sludge drying bed shall be pumped for solid- liquid
separation on to Filter Press. The filtrate from the Filter press will be
collected and can be used for horticulture or dispose in solid form.
2.4 MCC/ Plant Room and miscellaneous structures
MCC/ Plant room of required sizing with brick masonry walls, Aluminium doors,
windows & RCC roof and miscellaneous structures like cable trenches with
supports for cable trays, pipe supports, valve pits, inspection chambers and all
interconnecting piping shall be under the scope of contract. Micro grading of site
as per requirement shall be in the scope of Contractor.
2.5 PLC operated control panel
All the pumps have to be controlled with PLC operated control system. Refer
minimum automation requirements listed under cl. 9.3. The plant has to be
equipped with required instrumentation like flow meters, Dissolved oxygen
meters and pH meter for smooth and trouble free operation.
2.6 Sampling Points:
Sampling points/provision shall be provided for treated effluent.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 27 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
2.7 Hydro-test of Sewerage System
Hydro-test of tanks/ Chambers and connected piping as per standard
specifications shall be under the scope of Contract at the quoted rates.
3. SCOPE OF SUPPLY OF EQUIPMENTS
Following equipment of suitable capacity shall be supplied by the
Contractor. Supporting calculations to arrive at the equipment capacities to
handle 500 KLD plant shall also be furnished.
Bar Screens: No. of Units: 2 Nos, Type : Manual , MOC : SS304
Fine Mechanical Screen: No. of Units : 1 No, MOC : SS304
Raw Sewage Transfer Pumps : No. of Units: 2 Nos (1 W + 1S). Head
Type: Submersible Pump, MOC : CI
Oil Skimmer: No. of Units : 1 No. Power Rating : 0.5 HP Type :
Belt Type MOC : SS304 (Wetted Part)
Air Blower for Transferring Air to EQT, Aeration Tank and SHT:
No. of Units : 2 Nos (1 W + 1S). Type : Twin Lobe MOC : CI
Air purging grid: Quantity : Lot Type : Nonclog, segmented MOC :
PVC (Wetted Part)
Air Diffusers: Quantity: Lot , Type: Disc and tubular both , MOC :
EPDM membrane and PP Support
Membrane Module : MOC : PVDF Type : Hollow Fibre Porosity : 0.04 µ
Flux : 2530 LMH .
Membrane Permeate Pump : No. of Units : 2 Nos (1 W + 1S). Head
Type: Horizontal Pump MOC : CI Casing, CI impeller, CS Shaft
Sludge Recycling Pump No. of Units : 2 Nos (1 W + 1S). Head Type :
Centrifugal MOC : CI
Hypo Dosing System: Quantity of Pump : 1 No.(1W) MOC : PP
Dosing Pump HDPE – Dosing Tank Type : Metering
Air Blower for Transferring Air to MBR Tank:No. of Units:
2 Nos. (1 W + 1S). Type : Twin Lobe
Submersible Mixer (For Anoxic Tank): No. of Units : 1 No.
Power Rating : 1.5 HP MOC : SS
Filter Press Feed Pump : No. of Units : 2 Nos (1W + 1S), head Type :
Screw type MOC : CI
Filter Press: No. of Units: 1 No. Size: 24” x 24” Number of plate:
23 Number Type : Manual MOC : PP PLATE AND CI FRAME
Poly Dosing System Quantity of Pump : 2 Nos. MOC : PP –
Dosing Pump HDPE – Dosing Tank Type : Metering
UV system of dosage 60,000 uw-sec/Sq cm
Miscellaneous items like interconnecting Piping with required fittings –
(plant piping shall be CPVC Schedule 40 pipes and raw sewage lines from
old STPs shall be HDPE pipes of PN10, PE 10 grade), Valves, construction
fasteners, chlorine dosing system etc
Chain pulley block- 1 No of adequate capacity MS hoist with galvanised
chain pulley shall be provided over Membrane tank for lifting membrane
cassette.
Electrical and instrumentation items PLC system for MBR operation,
pressure gauges, level indicators, motor control panel etc
Any other equipment required for smooth operation of the plant
(but not specifically mentioned anywhere in tender documents)
shall be under the scope of contractor at no extra cost.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 28 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
4. Civil Works:
Civil works for the following tanks/ structures including the necessary excavation
and backfilling of earth shall be under the scope of Contractor. Please refer detailed
specifications for understanding the civil work requirements of the STP
Equalization Tank cum collection Tank with Oil & Grease Trap & Screen
Chamber Quantity : 1 No, MOC: RCC
Anoxic Tank : 1 No, MOC : RCC
Aeration Tank : 1 No, MOC : RCC
MBR Tank: 1 No, MOC: RCC
CIP Tank : 1 No, MOC : RCC
Sludge Holding Tank :1 No, MOC: RCC
Treated Water Tank : 1 No, MOC : RCC
Ladders, Walkways, Staircases: As per detailed specs
Foundation: RCC
Treated Water Storage Tank – 1 No RCC
Plant cum MCC Room, laterite/brick masonry walls,RCC roof slab etc
Chlorine Dosing facilities
Tank for cleaning membranes- 1 No Sintex /Vectus/ Storewel tank of
required capacity.
Grading/ levelling of site, foundations, pipe and underground cable
trenches, grouting, platforms, pipe supports, inserts, puddle pipes,
structural supports for air grids & pipes
Paving and fencing around(approx. 5 m around STP)
Necessary dewatering required for construction of underground tanks shall
be in the scope of contractor with no extra payment.
Any other structure required for smooth operation of the plant shall
be under the scope of contract at no extra cost.
5. Electrical works
5.1. Battery limit
Separate MCCs shall be provided for STP,415V, 50 Hz, 3 phase and neutral
feeder shall be made available at the incoming terminals of vendor’s MCC.
Termination of incoming cables at vendor’s MCCs shall be done by the
vendor. MCCs for STPs shall be installed at the MCC room in STP area.
Starter feeders for all drive motors, feeder for lighting, welding socket
outlets, feeder for UPS etc. shall be provided in MCC. The downstream
cabling shall be included in vendor’s scope.
5.2 Earthing of individual equipments in the package is also included in the
vendor’s scope. The package shall be completed on a turnkey basis by the
vendor including supply and erection of all electrics required for the STP.
Supply and installation of electrics shall be as per engineering specification
13ES924/14, CEA standards .
5.3 Lighting of the STP using suitable LED type only lighting fixtures is also
included the scope of work.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 29 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
5.4 Motors of suitable rating and protection shall be provided for all motor driven
equipment’s. All motors shall be energy efficient EFF-3 type.
5.5 Local Start/ Stop Push Button(PB) stations shall be provided near the
motors. PB station shall be provided with ammeter (digital type)for all
motors rated 7.5KW and above.
5.6 Cabling inside MCC room /STP building shall be through over head GRP cable
trays. Cabling outside STP building shall be through GRP trays in built-in
cable trenches with RCC slab (to be provided by the vendor) .For details of
cable trench refer civil specifications.
5.7 Cables shall be PVC insulated , armoured FRLSH. Cables of size below 16 sq
mm shall be of Copper. Minimum size of power cable shall be 4 sq mm.
Cables of size 16 sq mm and above shall be Aluminium. Minimum size of
control cable shall be 2.5 sq mm.
5.8 Make of items shall be of reputed make
5.9 Safety items / miscellaneous items including danger notice plate, insulation
mat, welding sockets etc shall be provided by the Vendor.
6. Instrumentation works
The STP plant shall be operated continuously and automatically with
interlocking of tank level and pumps through a micro PLC mounted in a
cubicle in the control centre located beside the MCC room. In line with the
P&ID for the STP plant, field instruments like level, flow, temperature,
pressure and analysers shall be with local digital display. All powering of
field instruments shall be through bulk power supply 110VAC/24VDC
derived through a 110VAC UPS located at the control centre. The micro PLC
shall be interfaced to the MCC relay contacts and also to the level switches
for automatic operation. All the field instruments shall be terminated at
field junction boxes (FJB) (power/signal) through branch cables; and from
the FJB to the control panel multi pair cables shall be used for
interconnection. The RITTAL control panel shall be prewired and installed
with all the necessary receiving instruments for data and interlocking like
multi point scanner/recorder with logging facility, micro PLC etc. as a
package. OPN/INDN of pumps has to be in PLC panel.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 30 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
The following field instruments are covered in the scope of the vendor.
Level Transmitter with trip amplifier and switch for equilisation tank
Level Transmitter with trip amplifier and switch for treated water tank
Pressure gauges at the discharge of membrane filter pump, screw
pump and treated water pump.
Temperature transmitter with local gauge
Flow transmitters with local gauge (magnetic)
Open channel flow meter with local gauge (ultra sonic)
pH meter with display
Pressure switch
Control valve / Trip valve with SOV.
Chlorinator system
Turbidity analyser with display
Dissolved oxygen analyser with display
Total suspended solids (TSS), Range 0-100 mg/l
BOD analyser 3 days 27degree, Range 0-100 mg/l
COD analyser Range 0-200 mg/l
Any other equipment required for smooth operation of the plant
(but not specifically mentioned anywhere in tender documents)
shall be under the scope of contractor at no extra cost.
Online monitoring system for BOD/PH/COD/TSS shall be make hydrocon or approved
equivalent, Measurement technique: UV-VIS, absorbance cell Length range : 0 to 0.1
ABS-0 to 5.0 ABS, repeatability: +/- 2 % of full scale, resolution : 0.0001ABS,
measurement range as required above for BOD,COD,TSS with OPM-orgnaic pollutant
monitor, Display-LCD, output- 4-20M, panel for online BOD/COD/PH/TSS analyser.
All the instruments shall be powered from the control centre and appropriate cabling
for power and signal shall be used. All field instruments shall be mounted on
stanchions and installed as per hook-up drawings to be approved by RGPPL. All cable
glands shall be double compression SS 304. For interfacing the digital signals with the
micro PLC panel (RITTAL) cables shall be used. Appropriate separate instrument
earthing of the PLC panel (RITTAL) shall be carried out. The sub vendor makes of all
field instruments, PLC and panel, power supply (UPS), cables and field erection
accessories shall be as specified herein. The vendor shall furnish the final P&ID with
detailed instrument list, data sheets and catalogues for approval of the RGPPL prior to
placing P.O. Also the QAP/TC of each instrument and functional reports of PLC etc
shall be furnished for review/approval of RGPPL prior to despatch. For the PLC the
logic scheme for the interlock system shall be vetted by RGPPL prior to
implementation, EPROM/memory card back up shall be provided for the PLC. After
site erection and cold loop check the entire instrument system shall be hot loop
checked with interlock system prove out.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 31 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Scanner with logging facility or multipont recorder (12 Point) to be provided on a
RITTAL panel of 800(L) x800(W) x 2100(H) dimensions, to be located at the control
centre. All field instruments shall be powered from the RITTAL panel through fused
terminals for isolation and two wire system shall be followed for transmitters of
24VDC. The control centre shall be enclosed type, dust proof and shall be provided
with 5 star rated split A/c type 2Nos with timer control for redundancy to ensure
performance of instruments. The UPS shall be standalone 110VAC , 5KVA of RGPPL
approved make only. The bulk power supply (BPS) shall be 24VDC ,10A for
instrument loop powering. The control centre shall be adequately lighted with glare
free LED lamps and shall be air conditioned (Split AC of 1Ton capacity) to ensure
proper performance of the instruments. This specification outlines the general
requirements for the instrumentation of the STP plant, however any additional
instruments or accessories required to prove the performance of the plant shall be
supplied/erected / implemented by the vendor.
7. Indicative Layout Plan:
An indicative layout plan is attached herewith. However, the agency may submit his
layout plan for approval of RGPPL before execution.
8. Indicative Process flow diagram:
An indicative process flow diagram is attached herewith. However, the agency may
submit his P & I drawing for approval of RGPPL before execution.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
Ratnagiri Gas & Power Pvt. Ltd. Page 32 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com ,dipak.patil@site.rgppl.com
9. Detailed Technical Specifications: (Civil)
A. NOTE:
The specifications are general in nature and shall be applicable w.r.t the design
and functional requirements arising in fulfilling the scope of the contract.
The detailed specifications given hereinafter are for the items of works described
in the schedule of quantities/scope of work attached herein, and shall be guidance
for proper execution of work to the required standards. It may also be noted that
the specifications are of generalized nature and these shall be read in conjunction
with the description of item in schedule of quantities, drawings, scope of works
etc. The work also includes all minor details of construction which are obviously
and fairly intended and which may not have been referred to in these documents
but are essential for the entire occupation in accordance with standard
Engineering practice.
Unless specifically otherwise mentioned, all the applicable codes and standards
published by the Indian Standard Institution and all other standards which may be
published by them before the date of receipt of tenders, shall govern in all
respects of design, workmanship, quality and properties of materials and methods
of testing, methods of measurements etc. Wherever any reference to any Indian
Standard Specifications occurs in the documents relating to this contract, the
same shall be inclusive of all amendments issued thereto or revision thereof, if
any, up to the date of receipt of tenders.
Wherever brand names and makes are specified in the tender document they shall
be supplied accordingly.
In case there is no I.S.I. specification for the particular work, such work shall be
carried out in accordance with the instructions in all respects, and requirements of
the Engineer-in-Charge.
Samples of various materials, fittings, etc. proposed to be incorporated in the
work shall be submitted by the contractor for approval of the Engineer-in-charge
before order for bulk supply is placed. The contractor shall take instructions from
the Engineer-in-charge regarding collection and stacking of materials in any place.
No excavated earth or building materials shall be stacked on areas where
buildings, roads, compound wall etc. are to be constructed.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 33 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
The contractor shall maintain in perfect condition all works executed till the
completion of the entire work allotted to him. Where phased delivery is
contemplated, this provision shall apply to each phase.
B. GENERAL
This specification covers the design criteria and materials to be used and the
standards to be followed for the construction and commissioning of all civil and
structural works.
C. DESIGN CRITERIA
The design of all civil and structural work such as buildings, structures,
equipment foundations and pipe supports, platforms, walkways, ladders,
staircases etc. shall be carried out as per the design specifications and relevant
latest Indian Standard Codes of Practice. Items not covered in the IS codes
shall be designed based on accepted engineering practices.
D. In designing buildings and structures, all relevant regulations, statutory
building laws and factory acts shall be followed in respect of ventilation,
lighting, clearances, staircases, walkways, handrails, emergency exits,
firefighting, sanitation etc.
E. DESIGN CODES AND STANDARDS
The design of structures, foundations, water retaining structures etc. shall be as
per latest relevant Indian Standard codes. The design & construction shall
conform to the following codes:
Structural safety of buildings- Loading standards, IS 875 (Part I to V)
Earthquake resistant design of buildings, IS 1893
Plain and reinforced concrete, IS 456
Handbook on Concrete Reinforcement and Detailing, SP 34
Code of Practice for Design and Construction of Pile Foundations, IS 2911 (Part 1 /
Sec 2)
Load Test on Piles, IS 2911 (Part 1V)
Code of Practice for General Construction in Steel, IS 800
Concrete structures for storage of liquids, IS 3370 (Part I to
Design and construction of machine foundations, IS 2974 (Part 1 to 4
Code of Practice for Structural safety of Masonry walls, IS 1905
Code of Practice for design & construction of foundations in Soils, IS1904
Design and construction of shallow foundation, IS 1080
Ductile Detailing of RCC Structures Subjected to Seismic Forces IS 13920
Earth quake resistant construction of building, IS 4326
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 34 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
The materials used, construction practices etc., shall conform to relevant IS
codes. Only tested quality Material shall be used. Some of the relevant codes for
commonly used materials and construction practices are listed below.
High Strength Deformed Bars, IS 1786
Mild steel and medium steel bars for reinforcement, IS 432 (Part I)
Specification for Portland pozzolana Cement, IS 1489 Part 1
Specification for Sulphate Resistant Portland Cement, IS 12330
Specification for Coarse and Fine Aggregates from Natural Resources for Concrete,
IS 383
Handbook on Concrete Mixes, SP 23
Methods of Sampling and Analysis of Concrete, IS 1199
Methods of Test for Strength of Concrete, IS 516
Structural steel, IS 2062
Burnt clay building bricks, IS 1077
Construction of stone masonry, IS 1597 (Part I & II)
Brick work, IS 2212
Preparation and use of masonry mortars, IS 2250
Unplasticised PVC pipe for potable water supply, IS 4985
Cement and cement lime plaster finishes, IS 1661
Painting concrete, masonry and plaster surfaces, IS 2395 (Part I & II)
Painting of ferrous metals in buildings, IS 1477 (Part I & II)
White washing & colour washing, IS 6278
Laying in situ concrete flooring, IS 2571
Specification for Integral Cement Water proofing Compounds, IS 2645
Aluminum doors, windows and ventilators, IS 1948/ IS1949
Steel doors, windows and ventilators, IS 1038
Steel windows for industrial building, IS 1361
Measurement of Works, IS 1200
The list of codes given is not conclusive and the design, materials & Construction
shall conform to relevant codes published by the Bureau of Indian Standards or
other statutory bodies.
F. Minimum Grade of concrete for all structural RCC elements shall be M30
(Design mix concrete as per IS 456) with a cement content of 400 Kg/M3.
G. Concrete curing: Shall be done with curing compound of make Fosroc/ Sika/
Dr.Fixit / STP/Krishna Conchem
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 35 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
H. MINIMUM SIZE REQUIREMENTS OF RCC ELEMENTS
Minimum thickness of various RCC components of the structure
shall be as given below.
a)
Floor slabs 120mm
b)
Column footing 200mm
c)
Pile cap 500mm
d)
Under ground pit slab /walls 180mm
e)
Minimum dimension of beam /
column
250mm
f)
Cable/Pipe Trench/Launder walls
& base slab
100mm
g) Parapet/ Chajja 75mm
h)
Louver/fin 50mm
i)
Precast Trench cover slab 80mm
j)
Precast louver/slab in contact
with liquid
100mm
k)
Liquid retaining/ leak proof
structure walls & base slab
150mm
I) Ground floor slab 150mm
I. Minimum cover for reinforcement shall be as per the provisions of IS 456 & IS 3370 for
liquid retaining structures. The following values of nominal cover to steel
reinforcements including link shall be provided for general structures.
Foundations 75mm
Columns 50mm
Beams 30mm
Slab/Walls 20mm
J. REINFORCEMENT STEEL
The reinforcement rods for concrete shall be min Fe 415 HYSD as per IS 1786
K. SOIL INVESTIGATIONS:
Soil investigation report of a nearby area enclosed for reference (not of
proposed plant site but around 350-400m away). Any site investigations
required for designing the foundation structures shall be in the scope of the
agency.
L. FOUNDATIONS
Machine/ Equipment foundations
Depending on the type of machine/equipment, suitable foundation
shall be designed as per IS 2974. All the machine/equipment
foundations shall preferably be separated out from the building
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 36 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
structures. The minimum cover of 75mm shall be provided for
foundation pockets from the edge of foundation
Provision for isolation pads, vibration dampeners, bearing pads, springs
etc. if required shall be provided as per equipment manufactures
specification.
Grouting of foundation bolts below base plates for equipments shall be
done with approved grouting material of Fosroc/Dr.Fixit/STP/Krishna
Conchem
All under ground pits, sumps, etc. shall be designed to take care of the
uplift forces due to buoyancy if required.
PCC 1:4:8 is proposed for levelling course, except for liquid retaining
structures. The thickness of levelling course shall be 80mm and
when used as a structural element, the minimum thickness shall be
150mm. Levelling course below liquid retaining structures shall be of
CC 1:3:6 mix
Concrete surfaces below GL shall be provided with 2 coats of
anticorrosive bituminous coating
M. MINIMUM HEIGHT OF PLINTH /PEDESTAL
The minimum height of plinth/pedestal above finished yard or floor level
shall be as follows.
1. Building plinth
a) General buildings: 450mm above finished yard level around building.
2. Pedestal / encasements of structural columns
Open area 300mm
Covered area 150mm
3. Pedestal for all equipments
Open area as required but not less than 300mm
Covered area as required but not less than 150mm
4. Stair pedestal 150mm
5. Ladder pedestal 150mm
Finished yard level around buildings shall be 150mm above FGL
N. PAVING AREA 5(five) METERES AROUND STP:
Providing and laying factory made chamfered edge Cement Concrete paver
blocks in required colour & pattern over 50mm thick compacted bed of course
crusher sand, compacting and proper embedding/laying of inter locking paver
blocks into the bedding layer through vibratory compaction by using plate
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 37 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
vibrator, filling the joints with sand and cutting of paver blocks as per required
size and pattern, finishing and sweeping extra sand, finishing edges with
cement mortar etc all complete as per manufacturer's specifications & direction
of Engineer-in- Charge. 60mm thick Cement concrete paver block with
approved colour, design & pattern.
O. Fencing work around:
Fencing shall be provided around the STP covering the paving area
Vertical posts & cross bracings: ISA 75 X 75
Max spacing of vertical posts: 3 meters
Vertical posts shall be fixed with 300 mm X 300mm X 600mm size PCC
1:3:6 beneath ground.
3mm PVC coated chain-link fence suitably fixed to vertical posts
Suitable gate as approved by EIC
P. LIQUID RETAINING STRUCTURES
Design shall conform to IS 3370 Part I to IV. All elements of water
retaining structures or similar structures in contact with water shall be
designed as uncracked section.
M30 grade concrete with minimum cement content of 400 kg/m3 shall be
used with integral water proofing compound of make Sika/ Fosroc /
Dr.Fixit /STP(usage as per manufacturers recommendation).
For tanks resting on grounds cement concrete 1:3:6 mix levelling course
shall be provided.
The provisions regarding expansion joints, contraction joints, construction
joints, bitumen sliding layer above levelling course, etc. shall be provided
as recommended in the standards.
Acrylic swellable water stops shall be provided at construction
joints/movement joints of water retaining structures to make it leak proof.
For underground storage tanks, pits, trenches etc. where protection
against uplift due to buoyancy from subsoil water is to be considered, a
min. factor of safety of 1.2 shall be ensured. For purpose of calculating
downward load due to overburden, only the mass located vertically over
the projected area of the base shall be taken into account.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 38 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
All liquid retaining/ storage structures shall be designed assuming liquid up
to the full height of wall irrespective of provision of any overflow
arrangement.
The walls and base slab of liquid retaining/ storage structure shall be
provided with reinforcement on both faces irrespective of any thickness.
All embedded parts such as nozzles, pipes, bolts, etc. shall be provided at
the time of concreting.
All internal surfaces of RCC liquid retaining structures shall be
coated with approx. 1.5 mm thick seamless pure polyuria coating.
Surface preparations and base coat shall be as per manufacturers
requirement.
Hydrotest of all liquid retaining structures shall be conducted as per
stipulations in IS 3370. All leaks or wetting noticed during hydro tests,
shall be rectified as per approved methods, using approved materials.
Q. REINFORCEMENT DETAILING
All requirements governing quantum of reinforcement and detailing of
reinforcement as per clause 26 of IS 456 and as detailed in SP 34 for
detailing of reinforcement shall be adhered to while preparing the
construction drawings.
The recommendations for detailing for earthquake resistant construction
given in IS 13920 shall also be followed.
R. EXPANSION JOINTS
Expansion joints in concrete structures shall be provided as per IS 456 / IS
3414 Code provisions.
Bitumen impregnated fibreboards of approved manufacture as per IS 1838
Part 1 shall be used as fillers for expansion joints.
The gap between the expansion joints shall be thoroughly cleaned and the
bitumen fibreboards placed in position as per manufacturer’s specification
and the surface shall be sealed with elastomeric silicone rubber sealants.
All expansion/ separation joints in ground floor slabs shall be filled with
sand for the full depth of the slab except top 25 mm, which shall be filled
with approved mastic sealing compound.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 39 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
S. STEEL STRUCTURES
Basic consideration of structural framework shall primarily be strength to
withstand the various loads. Ease of fabrication, erection and overall economy
satisfying IS stipulations shall also be a criteria for design. Design shall be done
in working stress method based on allowable stresses given in IS 800.The
deflection limits specified in IS 800 shall also be complied with.
MINIMUM THICKNESS OF STEEL
Trusses, Purlins, side girts & bracings 6mm
Columns & beams 7mm
For gussets, stiffeners, plate guides, etc. 8mm
For base plates 10mm
Chequered plates 6mm (on Plain)
Grating 5mm
However the minimum thickness of structural components (except
gratings & chequered plates) those are directly exposed to weather and
inaccessible for repainting shall be 8mm.
The minimum thickness of tubes shall be as specified in IS 1161 for
medium class tubes.
The min. thickness for rolled beams and channels shall be mean flange
thickness regardless of web thickness.
MATERIAL
9.S..1. Unless otherwise specified, steel for hot rolled structural shapes and
plates shall conform to IS 2062.
9.S..2. Steel tubes for structural purpose shall conform to IS 1161.
9.S..3. Bolts shall conform to IS1367.
T. Brick work /Laterite works : Wherever required Brick works/ laterite works shall be
with good quality locally available bricks/ laterites with cement mortar 1 : 4 ( 1 part
cement & 4 parts coarse river sand)
U. INTERNAL PLASTERING WORKS : Providing and applying internal plaster 12 mm
thick in cement mortar 1:6 (1: cement 6: coarse sand) at all heights & locations for
walls, columns, beams etc. including hacking concrete surface, finishing, scaffolding,
providing grooves, bands, carvings, mouldings, curing etc complete as directed By
Engineer In Charge.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 40 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
V. CEILING PLASTERING WORK : Providing and applying 6 mm thick plain faced
cement plaster in cement mortar 1:4 (1: cement 4: coarse sand) at all heights for
underside of ceilings, slabs, soffits, including hacking concrete surface, finishing,
scaffolding, providing grooves, bands, carvings, mouldings, curing etc complete as
directed By Engineer In Charge.
W. EXTERNAL PLASTERING WORK: Providing and applying 12mm thick cement plaster
in cement mortar 1:3 (1: cement 3: coarse sand) for all heights of external surfaces of
the building including hacking concrete surface, providing, bands, drip moulds,
grooves etc. finishing, curing, scaffolding, waterproofing compound 200 ml per bag of
cement (Fosroc Conplast X4211C/ Dr. Fixit LW+ /Sika) complete as directed by
Engineer In Charge.
X. EXTERIOR MASONRY SURFACE PAINTING : Providing and applying two or more
coats(until even & complete coverage) of acrylic smooth exterior paint of make apex
of asian/excel of nerolac/weather coat of berger/ weather shield max of Dulux of
approved colour and shade on new exterior surfaces as per manufacturers
specification over a base coat of approved matching & compatible primer including
scaffolding, cleaning and preparing surfaces, All material, tools & tackles, labour etc
for height upto 09 m in new work all complete as per manufacturer's data sheet and
as per directions of engineer In charge
Y. INTERIOR MASONRY SURFACE PAINTING : Providing and applying two coats of
white colour exterior emulsion primer( exterior wall primer of Asian/ Nerolac exterior
primer/ weathercoat exterior primer of Berger/ Weathershield exterior primer of
Dulux) over one under coat of 1mm average thick WHITE CEMENT wall putty (Asian
paints/Berger/Nerolac/Birla) applied over one under coat of white cement primer, for
all heights in new work, in all interior surfaces including scaffolding, cleaning and
preparing surfaces, All material, tools & tackles, labour etc all complete as per
directions of engineer In charge
Z. PLANT CONTROL ROOM FLOORING : Providing and fixing vitrified tiles of premium
quality of minimum 8mm thick and size 600mm X 600mm of approved make Kajaria/
Somany/ Johnson and Johnson/NITCO/VARMORA of required colour, light shade and
size in desired pattern in floors & skirtings on cement mortar 1:5 (1: cement 4: coarse
sand) bedding of 25mm thickness with neat cement slurry, joint filling with desired
pigment& white cement, including pointing, curing etc complete as directed By
Engineer In Charge.
AA. PLANT ROOM DOORS & WINDOWS : Aluminium doors and windows with glazed
shutters.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 41 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
BB. WALK WAY FLOOR COVERING
Pultruded FRP gratings made of Isopthalic polyester resin containing glass fibre
content not less than 60% and having fire retardant characteristics, suitable for
imposed load of 400kg/sqm of colour yellow/grey and designed for a max support
span of 1000mm with bonded grit antiskid surface including fixing to structural steel
frames already provided by means of SS hold down clamps, locking arrangement etc.
complete shall be provided for floor covering. Grid size of grating shall be max 40mm
x 40mm and height 38 mm.
CC. All steel stairways shall have a minimum clear width of 1000mm. All steel staircases
shall have channels provided as stringers with a min. size of ISMC 150. Stairways
flight shall not exceed 3m between platform landings, stairways tread shall be with
gratings on load-bearing bars.
DD. Ladders shall be provided for access to platforms. However, stairways shall be
provided if the service requires frequent attention of operational personnel. Ladders
shall be tied to a firm structure at intermediate points when top of ladder is more than
4.5m above landing level. Ladders with more than 2400 height shall be provided with
safety cages. Access opening shall be provided at intermediate platform landings of
continuous ladders. Minimum width of ladder shall be 450 mm with 20mm dia rungs
spaced at 300mm(max). Ladder shall preferably be vertical and shall in any case not
exceed 5degree slope.
EE. GRP heavy duty Handrails shall be provided with minimum height of 1000mm with 50
mm square/round GRP pultruded pipe post of 5 mm thickness at 1.50 mtr spacing
with pre drilled holes, with top rail, mid rail and Kick Plate of colour yellow with all
required stainless steel fasteners, clamps, specials, mounting hardware for fixing post
etc complete at all levels as per manufactures specifications.
FF. Fabrication drawings of all major steel structures shall be prepared and got approved
before starting up the work.
GG. All structural steel work shall be shot blasted and painted with epoxy paint as per the
following specifications
Preparation of Surface: Shot blasting to near white metal grade SA 2.5
As per IS 9954
Primer P1 - One coat of Ethyl silicate inorganic zinc primer having DFT of
70 micron per coat.
Intermediate coat IP1- One coat of Epoxy MIO having DFT of 70 micron
per coat.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 42 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Finish coat FP-1 One coat of finish epoxy paint using two pack polyamide
cured epoxy having DFT of 40 microns per coat.
FP-2 One coat of Aliphatic Acrylic Polyurethane paint having DFT of 40
micron per coat.
One coat of primer before erection of structure (shop coat)
Intermediate coat & finish paint After erection and final setting out of
structure
HH. Grouting of foundation bolts below base plates for structural columns shall be provided
using SHRINKKOMP-10 or equivalent. Minimum thickness for grouting shall be 25mm.
II. Expansion joints in steel structures shall be provided as per the guidelines in IS 800.
JJ. Roofing over steel trusses shall be with colour coated Zincalume steel sheets with min.
yield stress of 550Mpa and having min. Base metal thickness of 0.45mm. The sheets
shall have a hot dip zinc aluminium alloy coating consisting of 45% zinc and 55%
aluminium with total coating mass of 200gm/sqm. The total colour coating thickness
of 40 microns shall be provided with super polyester XRW paint system comprising of
20 microns coat on exterior surface and 10 microns on underside of sheet over 5
microns primer coat on both sides. The total thickness of coated sheet shall be
0.5mm. The sheets shall be fixed with hot dip galvanized self-drilling fasteners
specified by sheet manufacturer. The manufacturer’s instructions regarding spacing of
supports, laps, bolts etc. for the roofing shall be followed. All accessories like flashing,
capping, valley gutters etc shall be made of the above specified material.
KK. Roofs shall have a slope of 1:3. Rainwater gutters and pipes shall be provided for
proper roof drainage and collection of rainwater.
LL. Acrylic Swellable Water Stops
Acrylic swellable water stops shall be provided at construction joints of liquid
retaining tanks.
General:
The Acrylic sealing profiles which swell in contact with water “SikaSwell®
S-2 “or equivalent of specified width to be used at leak resistant
construction joints, shall be of approved manufacture and shall satisfy all
the normal test parameters such as tensile strength, longation etc.
Sample:
A sample of Water swellable Profile water stop shall be got approved
from the Engineer-in- charge before procurement of bulk quantity.
MM. Anchor bolts, openings, sleeves, conduits
Inserts & other Built-in-Fixtures
The Contractor shall provide openings, sleeves, conduits and chases etc.
in concrete work as required for erection of equipment and structures in
steel. The material shall be of best quality available of approved
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 43 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
manufacturer and shall be upto satisfaction of the Owner/Consultant.
Exposed surfaces of the embedded materials are to be painted with one
coat of approved anti-corrosive paint and/or bituminous paint without
any extra cost to the Owner/Consultant.
NN. Material to be embedded
Anchor bolts and plates for machinery equipment and structural steel
work / pre-cast elements etc.
Inserts, hangers, anchors, opening frames, manhole cover frames, floor
clips, sleeves and conduits.
Dowel bars etc. for concrete work.
Flashing and jointing in concrete work.
Conduits for electrical work
Any other built-in-fixtures as may be required.
Correct location, exact alignment etc. of all these shall be entirely the
responsibility of the Contractor
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 44 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
10. Detailed Specifications (Mechanical)
A. Scope of work for mechanical work shall be complete in all respects and shall include
necessary equipment like pumps, blowers, different valves, isolation valves, NRV,
relief valves etc. All pipelines from terminal points (at present STPs) will be in
agencies scope along with proper support.
B. Each pump and blower should be provided with inlet and outlet valves. Recirculation
line to be provided in each pump.
C. Proper approach and platforms to be provided for operation of valves and equipment
as specified in clause 13.28.
D. All plant piping, fittings, valves, flanges, adhesives etc. shall be CPVC Schedule-40.
E. All valves and piping shall be provided with material test certificate (Physical &
Chemical)
F. All equipment’s should be provided with canopy for external environmental protection
above.
G. END SUCTION PUMPS:
End suction pumps shall be horizontally mounted complete with drive motor on a
common base plate. The pump / drive coupling shall be of the spacer type to
facilitate removal of the pump rotating element and bearing housing without
dismantling the pump casing, adjoining pipe work or drive motor. Major
components of the body/casing, impeller, shaft shall be SS minimum 5mm
thickness.
The base plate shall be of fabricated steel construction (FRP coated 5mm
thickness) with floor fixing bolt holes ready drilled. All holding down bolts etc.
shall be supplied with the units. Anchor fasteners shall be SS 316.
Expansion joints shall be provided in blowers and pumps. MOC preferably NBR.
Impellers shall be provided with means to prevent abrasive matter reaching the
glands and with fully shrouded impellers, to prevent the trapping of matter
between the impeller vanes and the casing.
The speed of any pump shall not exceed 1,500 rpm.
Glands may be fitted with suitable mechanical seals or conventional soft Teflon
packing. The gland arrangement shall be designed for ease of adjustment or
removal of the seal or packing material. Shafts shall be sleeved around the area
of the gland when soft pack glands are used.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 45 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Flushing facilities shall be provided for mechanical seals or packed glands, where
pump fluid may be contaminated with abrasive material. Where soft packed
glands are used, means shall be provided for collection of the gland leakage
water, which shall be piped into the drainage system through adequately sized
ports.
Lubrication arrangements shall be so designed that there is no contamination of
the pumped fluid.
The pumps and associated pipe work shall be, wherever possible, arranged so that
air can be completely expelled during priming. Where this is not possible, facilities
shall be provided for the removal of the trapped air. Adequate facilities shall be
provided for drainage of the pumps for inspection purposes.
Tapping shall be provided at both the suction and discharge flanges for pressure
gauge equipment. Valves shall be CPVC Sch-40
H. SUBMERSIBLE PUMPS:
Submersible pumps shall be of the totally submersible centrifugal or mixed flow
type capable of operating below a 15m water head . The pumping unit shall be
suitable for continuous operation, designed to meet the desired performance and
capable of handling the pumped medium without undue wear and tear.
The motor shall be direct coupled to its pump and rated for continuous full load
operation above or under water.
The insulation rating of the motor shall be Class F rated, but at full load the
temperature rise shall restrict to temperature limits of Class B insulation. Supply
rated output at deviations of up to + 10% of the rated voltage and + 3%
frequency. The motor shall be toIP68 BS 5490.
The cable termination shall be water tight and provided with a cable sleeve and
strain relief.
The motor shall have ball type bearings permanently greased & maintenance free.
The pump and motor shall be separated by two mechanical face seals. The lower
seal shall rotate in the water medium and the upper seal shall rotate in an oil bath
medium.
The pump shall have a non-overloading performance characteristic and its
efficiency shall be high at the duty point and remain at a reasonably high level
over the duty range of the pumping system.
Floats/dry run protection should be provided with each pump.
Rotating assemblies of pumps shall be statically and dynamically balanced.
The pump wear rings shall be easily replaceable.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 46 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
I. Dosing pumps:
All dosing pumps shall be non-metallic with automatic stroke controller.
J. INDUCTION MOTOR:
The motors shall generally conform to IS: 325 or relevant, equivalent
internationally approved standards.
K. VALVES:
General:
Valves shall be CPVC Schedule-40. However, if CPVC is not possible SS valves
shall be provided, double flanged type and the face shall be parallel to each other
and flange face should be at right angles to the valve centerline.
Valve buried or installed in underground chamber, access shall be provided above
ground for operation by means of extension spindle. FRP grating to be provided
above chamber.
Valve shall be suitable for frequent operation as well as operation after long
periods of idleness in either open or closed position.
The valve stem, thrust washers, screws, nuts and all other components exposed
to the water shall be of a corrosion resistant grade of stainless steel/CPVC.
Valves shall be free from sharp projections.
L. Butterfly Valves:
Butterfly valve shall be as per IS 13095 / BS 5155. Valve shall suitable for
mounting in any position.
The valve seat shall be secured to the valve body. When the valve is fully closed,
a seal shall seat firmly so as to prevent leakage. The seat surfaces shall be
machined smooth to provide a long life for the seal.
The valve seal shall be replaceable and securely clamped to the edge of the disc
by stainless steel seal retention members, or equivalent so as to prevent leakage
and to hold the seal securely during operation. The seal retention member shall be
securely clamped with stainless steel fasteners. All fasteners shall be set flush so
as to offer the least resistance possible to the flow through the valve.
Valve shall be suitable for throttling purpose.
All valve spindles and hand wheels shall be positioned to give good access for
operational personnel.
Valve of diameter 450 mm. and above shall be provided with enclosed gear
arrangement for ease of operation. The operation gear shall be such that they can
be opened and closed by one man against an unbalanced
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 47 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
head 15% in excess of the maximum specified rating. Valve and any gearing shall
be such as to permit manual operation in a reasonable time and not exceed a
required rim pull of 400 N.
All hand wheels shall be arranged to turn in a clockwise direction to close the
valve, the direction of rotation for opening and closing being indicated on the
hand wheels.
M. Sluice Valves:
Sluice valve shall conform to IS 780 and IS 2906 or relevant internationally
recognised standards.
They shall be of rising or non-rising spindle type depending on application. The
valve shall be furnished with a bushing arrangement for replacement of packing
without leakage. They shall also have renewable channel and shoe linings. The
gap between the shoe and channel shall be limited to 1.5 mm.
The gate face rings shall be screwed into the gate or alternatively securely pegged
over the full circumference.
Valves of 450 mm. and above shall be provided with thrust bearing arrangement
for ease of operation.
Valve of diameter 450 mm. and above shall be provided with enclosed gear
arrangement for ease of operation. The operation gear shall be such that they can
be opened and closed by one man against an unbalanced head 15% in excess of
the maximum specified rating. Valve and any gearing shall be such as to permit
manual operation in a reasonable time and not exceed a required rim pull of 400
N.
All valves, spindles and hand wheels shall be positioned to give good access for
operational personnel.
All hand wheels shall be arranged to turn in a clockwise direction to close the
valve, the direction to close the valve, the direction of rotation for opening and
closing being indicated on the hand wheels.
N. Non-Return Valves:
The valve shall be suitable for mounting on a horizontal pipeline and flow direction
shall be clearly embossed on the valve body.
The valves shall possess high speed closing characteristics and be designed for
minimum slam condition when closing.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 48 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
In case of multi-door swing type check valve, the non-slam characteristic shall be
achieved by providing suitable combination of door and hydraulic passages
without any external damping arrangements or passages. The angle of sealing
and door weight shall be designed to provide the most efficient working with least
restriction to flow.
Valve of diameter greater than 450 mm. shall be provided, in addition to others,
feet and jacking screws. Hinge pins / shaft shall preferably be square in section to
ensure positive location of flaps and provide for secure fixing.
O. Air Relief Valves:
The valve shall be capable of exhausting air form pipe work automatically when
being filled. The air shall be released at a sufficiently high rate to prevent the
restriction of the inflow rate. Similarly the valve shall be capable of ventilating
pipe work automatically when being emptied, the air inflow rate being sufficiently
high to prevent the development of a vacuum in the pipelines. The valve shall also
automatically release air accumulating in pipe work during normal working
conditions.
Air valve shall be of the double orifice type with a large orifice for ventilation or
exhaust of the pipeline and smaller orifice for automatic release of air under
normal working pressure.
Air valve shall be designed to prevent premature closure prior to all air having
been discharged from the line. The orifice shall be positively sealed in the closed
position but the float (ball) shall only be raised by the liquid and not by a mixture
of air and liquid spray. The seating shall be designed to prevent the floats sticking
after long periods in the closed position.
P. Pressure Relief Valves:
Pressure relief valves shall be capable of relieving pressure in the system to
prevent the system being pressurised in excess of a pre-set maximum allowable
pressure. The valves shall be drop tight under normal operating conditions.
The valve operation shall be achieved by the interaction of the inlet pressure and
an intermediate pressure produced by a pilot valve or relay system acting on the
upper side of the main valves.
The pilot valve or relay system shall be actuated by a diaphragm connected to the
inlet pressure on its underside and a constant pressure on its upper side derived
either from weight or from a spring.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 49 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Q. Pipe Work:
All pipes, fittings, bolts, nuts, jointing materials and appurtenances for piping
required for execution of the Works shall be manufactured and erected in
accordance with the erection plans, specifications and directives of the Engineer.
All pipe work and fittings shall be to a class in excess of the maximum pressure
attained in service including any surge pressure.
All piping shall be provided with drain and vent lines along with SS ball valves.
The pipe work installation shall be so arranged to offer ease of dismantling and
removal of pumps or other major items of equipment. Flanged adapter shall be
included in the suction and delivery pipe work of all pumps as well as on delivery
header for easy dismantling, and provision shall be made for a flexible joint
arrangement to building structures. All loose flanges shall be secured to fixed
flanges by suitable tie-bolts. All pipe work shall be adequately supported with
purpose-made fittings. When passing through walls, pipe work shall incorporate a
puddle flange or other suitable sealing device. Flange adapters and unions shall
be supplied and fitted in pipe work runs, wherever necessary, to permit the
simple disconnection of flanges, valves and equipment. The final outlet
connection of the pipe work shall match the connecting point of the transmission
main.
Flanged joints shall be made with minimum 3 mm thick full face, neoprene rubber
gaskets/teflon, pierced to take the bolts, and the face of all flanges shall be
machined to give a true angle of 90o to the centre line of the pipe or fittings. All
necessary supports, saddles, slings, fixing bolts and foundation bolts shall be
supplied to support the pipe work and its associated equipment in an approved
manner. Valves, meters and other devices mounted in the pipe work shall be
supported independently of the pipes to which they are connected.
The jointing work and materials necessary to fix and connect the pipes, including
adequate and efficient pipe support shall be in the scope of the agency.The
Contractor shall be responsible for ensuring that the internal surface of all pipe
work is thoroughly clean before and during erection and before commissioning.
Cleaning shall include removal of all dirt, rust, scale and welding slag due to site
welding. Before dispatch from the manufacturer’s works, the ends of the pipes,
branch pipes, etc., shall be suitably capped and covered to prevent any
accumulation of dirt or damage. This protection shall not be removed until
immediately prior to connecting adjacent pipes, valves or pumps. All small bore
pipes shall be blown through with compressed air before connection is made to
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 50 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
instruments and other equipment. No point of passage of pipes through floors or
walls shall be used as a point of support, except with the approval of the
Engineer-in-charge.
At road crossing locations, all pipes shall be undergrounded and encased with hot
dip galvanized iron pipes (medium duty).
R. NOISE AND VIBRATION
Noise level produced by any rotating equipment individually or collectively shall
not exceed 65 dB (A) measured at a distance of 1.5 meters from the source in
any direction.
The overall vibration level shall be as per zones A and B of ISO 10816-1. Balance
quality requirement shall be G 6.3 conforming to ISO 1940/1.
S. MOC
All fasteners (including anchor fasteners): SS 316
All gaskets: Teflon/neoprene rubber.
Plant piping: CPVC Schedule 40. However, wherever this MOC is not
possible then MS pipe (with FRP coating) as per IS 1239/IS 3589 shall be used.
Cross country piping (for pumping raw sewage to new STP from old STPs): HDPE
PN 10, PE 80 grade (supports shall be provided if only necessary as per site
conditions)
T. Spares
[
Any other equipment required for smooth operation of the plant (but not
specifically mentioned anywhere in tender documents) shall be under the scope
of contractor at no extra cost.
Sl.
No.
Item Numbers/Lot
1. Bearings for each Motor 1 Set
2. Bearings for each Pump 1 Set
3. Gland Packing for Pumps 1 Set
4.
Consumable such as Gaskets, Gland
Packing, Seals, etc.
For Three Year operation of the Plant
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 51 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
11.0 Detailed Specifications (Electrical)
11.1 The scope of work for electrical work shall be complete in all respects and shall include necessary
switchboards / Motor Control Centres, Motors, Local Control Stations, Cables, Earthing Materials, Safety items
and interlocks, Cabling, Earthing, Lighting, etc. required for the installation.
11.2 The Purchaser will be providing adequate power supply at 415 Volts, 50 Hz, 3 phase and neutral A.C. to
the Motor control centres provided by the vendor. The incoming cables shall be connected to the MCC by the
purchaser. Voltage and frequency variation shall be +10%and +5.
11.3 MOTORS.
11.3.1 All drive motors required for the system shall be included in the scope of the vendor.
11.3.2 Motors provided shall have adequate performance characteristics such as starting torque pull out
torque, etc. and rating for meeting the driving and starting duty of the driven equipment.
11.3.3 All motors shall qualify general technical specification satisfying the national / international standards
as per attached annexure-A.
11.3.4 Motors shall be provided with terminal boxes (where in all six winding ends are brought out), cable
glands, etc. suitable for the type and sizes of cables selected by vendor. In addition, the motor shall
have the largest terminal box possible in the frame size.
11.3.5 All motors are envisaged to be started on Direct-On-Line unless otherwise specified in the Data Sheet.
11.3.6 Motor frame sizes shall be in accordance with IEC recommendations / relevant Indian Standards.
11.3.7 For unidirectional motors, the direction of rotation shall be clearly marked on the body of the motor.
11.3.8 Motors shall be suitable for starting at 80% of the rated voltage against torque speed characteristics
of the driven equipment.
11.4 MOTOR CONTROL CENTRES (M.C.C.)
11.4.1 The control gear for all Medium Voltage loads shall be housed in centralized MCC's installed in a
suitably located electrical room.
11.4.2 MCC's shall be rated for minimum 25 MVA symmetrical fault level with switch fuse/ MCCB incomers.
11.4.3 MCC shall be of self-standing, dust, damp and vermin proof construction in fully compartmentalized
cubicle type execution. The enclosure shall be of folded sheet steel construction. Thickness of sheet
steel shall not be less than 2 mm except for certain non load bearing members like instrument
mounting plates, partitions, doors, etc. for which a minimum thickness of 1.6 mm shall be ensured.
11.4.4 The construction of MCC shall be in such a way that each vertical row of modules shall have separate
vertical bus bars, vertical bus bar chamber and cable alleys. The width of the cable alley shall be
sufficient to accommodate all the cables and shall have free access for cable terminations and in any
case shall not be less than 150 mm.
11.4.5 The bus bar supports shall be of non-hygroscopic glass reinforced plastic material with anti-tracking
features.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 52 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
11.4.6 Bus bars shall be provided with insulating sleeves and bus bar joints shall be shrouded.
11.4.7 MCC including dropper bus bars to each module shall be rated for the minimum symmetrical short
circuit level of 25 MVA at 415V.
11.4.8 MCC shall be provided with incoming feeders comprising of suitably rated AC 22 duty switch fuse
units/ Moulded Case Circuit Breakers, voltmeter with 3 way and off selector switch & fuses
(connected on the incoming cable side) , CT fed ammeter with necessary CTs & 3 way and off selector
switch and CT operated KWh meter. CTs & meters shall be of accuracy class 1.5 and meters shall be of
size 96mm x 96mm.
11.4.9 Outgoing motor starter feeders shall comprise of suitably rated AC 23 duty load break
switches/MCCBs, HRC fuses, 100% capacity AC 3 category Air break contactors and bimetal overload
relays. Feeder switches shall have AC 23 rating corresponding to the full load current of the motors
connected. Rating of load break switch shall not be less than the rating of the HRC fuses.
11.4.10 Ammeters shall be provided for outgoing feeders,
11.4.11 For control voltages less than 240 volts separate control transformers (cast resin insulated type) for
each module or common for each bus section shall be provided. It shall be ensured that control
supply of each feeder gets isolated automatically when power supply to that particular feeder is
switched off.
11.4.12 All power and control fuses shall be of the HRC link type, with operation indicators.
11.4.13 In each motor feeder module, at least one Normally Open and one Normally Closed auxiliary contact
shall be wired up to the terminal block as spare. The terminal block shall have at least 10% spare
terminals, subject to a minimum of two.
11.4.14 All feeders controlled by contactors shall be provided with OFF buttons. Indicating lamps and Reset
button shall be provided,
11.4.15 In MCCs having two incomers each shall be of 100% capacity. Interlocks shall be provided between
incomers / bus coupler to prevent paralleling.
11.4.16 Facility shall be provided for padlocking feeder switches in the OFF position.
11.4.17 Space heater/ anti condensation heaters (suitable for 240 V, single phase AC) shall be provided for
each vertical panel Space heaters shall be controlled through isolator with HRC fuse protection /
MCB, thermostat etc.
11.4.18 Continuous earth bus of minimum 70 sq. mm. bare Copper Conductor, or 120 sq. mm. bare
Aluminium conductor or 240 sq. mm. GI strip shall be provided for the entire length of the MCC.
Duplicate earth terminals shall be provided for external connection.
11.4.19 Horizontal busbars shall be of uniform cross section throughout the length of the switchboard.
Vertical busbars of all vertical panels of the switchboard shall also be of uniform cross section.
11.4.20 Power wiring shall be carried out with PVC insulated, stranded copper / aluminium conductors of 650
Volts grade having adequate current carrying capacity. Minimum size of conductor for power wiring
shall be 4 Sq.mm copper. Control wiring shall be carried out with 650 V grade, PVC insulated, copper
conductor of size not less than 2.5 Sq.mm.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 53 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
11.5 MOULDED CASE CIRCUIT BREAKERS
11.5.1 Where moulded case circuit breakers are used for feeder circuit protection, rating and characteristics
shall be chosen in such a way as to ensure proper discrimination with other upstream and downstream
protective devices within the assembly.
11.5.2 The MCCB should be current limiting type with trip time of less than 10 milli second under short circuit
conditions. The MCCB should be either 3 or 4 poles as specified in data sheet.
11.5.3 MCCB shall comply with the requirements of the relevant standards IS13947 – Part 2
11.5.4 MCCB shall comprise of Quick Make -break switching mechanism, arc extinguishing device and the
tripping unit shall be contained in a compact, high strength, heat resistant, flame retardant, insulating
moulded case with high withstand capability against thermal and mechanical stresses
11.6 CABLES AND CABLING.
11.6.1 All power cables shall be PVC insulated, armoured and PVC sheathed
11.6.2 All control cables shall be PVC insulated, armoured and PVC sheathed with Copper conductor .The
control cable shall be laid segregated from the power cables.
11.6.3 The sizes of cables shall be so chosen that they are rated to carry the full load current continuously
after allowing for necessary derating factors for the service conditions of installation, and also that the
voltage drop in cables does not exceed 3% for full load running. For motor starting, voltage drop up to
15% shall be permitted.
11.6.4 Cables shall be clamped at every 1500 mm interval on the horizontal trays / racks and at 750 mm
interval on the vertical trays / risers, at 400 mm interval for cables laid on walls, columns and other
structural works, and at bends and take off points.
11.6.5 A clearance equal to one diameter of the bigger cable shall be maintained between two adjacent
power cables buried underground and no such clearance need be provided for control and lighting
cables.
11.6.6 All fixing materials shall be given coatings of anticorrosive paint. Cable tags made of Aluminium sheet
shall be provided at every 10M interval. The purchaser will furnish the identity numbers of cables after
submission of the cable schedule by the supplier. All the cable racks in trenches and overhead structure
shall be bonded for continuity.
11.6.7 After drawing the cables in GI / PVC pipes, the ends shall be sealed with cable compounds.
11.6.8 Type of cabling shall be overhead / buried in ground / through pipes / through permanently
constructed trenches with RCC / CI chequered plate covers.
11.7 EARTHING.
11.7.1 All electrical equipment shall be provided with duplicate earthing in conformity with relevant standards /
regulations applicable. The main earth bus shall be of bare / insulated aluminium or copper or galvanized
iron strip.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 54 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
11.7.2 Earthing cables / strips shall be taken along with the power cables on the cable trays / racks / risers /
GI pipes / non-metallic pipes or buried. Earthing cables shall be clamped at intervals same as that of
power cables. Bare earthing strips shall be clamped at 3000 mm interval on horizontal trays / racks,
1500 mm interval on vertical trays / risers, 800 mm interval on walls, columns, and at bends / take off
points.
11.7.3 Metallic cable trays / risers shall be earthed at both ends. Electrical continuity of earthing throughout
the tray shall be ensured.
11.7.4 Earthing of equipment, vessels, pipe lines etc. if required towards protection against static electricity,
shall be done in conformity with relevant standards / regulations applicable.
11.7.5 All medium voltage equipment shall be earthed by two separate and distinct connections with earth.
The designing of earthing pit to be done as per IS 3043 to provide current carrying capability, both in
magnitude and duration, adequate to accept the ground fault current permitted by the overcurrent
protective system without creating a fire or explosive hazard to system.
11.8 ERECTION, TESTING AND COMMISSIONING.
11.8.1 Supply of all erection materials required for the erection of electrical equipment supplied by vendor
shall be the responsibility of the vendor. These items shall include all accessories for cable-jointing,
cable terminations/ cable tray/ racks, supporting steel structures, pipes, clamps, bricks, sand, cement,
rubble, compression type cable glands, insulating materials etc. Necessary grouting, fixing etc. also
shall be arranged by the vendor.
11.8.2 It shall be the responsibility of the vendor to supply and install all items that are incidental and
necessary for the completion of the installation, whether specifically mentioned or not, so that the
installation complies with relevant standards and regulations, at no extra cost to the purchaser.
11.8.3 Commissioning works includes all pre-commissioning tests, checking of all power, control & earthing
connections, testing and commissioning of all equipment / system supplied, erected and / connected
by the vendor, as per relevant standards and as directed by purchaser.
11.8.4 All necessary statutory requirement for erection and commissioning of electrical equipment to be
ensured by vendor.
11.8.5 All equipments which do not come under a roof shall be provided with weather proof features, and
be suitably protected using hoods /canopies
11.8.6 All material supplied by vendor shall be of reputed make confirming the technical
specifications.
Any other equipment required for smooth operation of the plant (but not
specifically mentioned anywhere in tender documents) shall be under the
scope of contractor at no extra cost.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 55 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
11.8.7 Special Terms & Conditions(STC):
1.0 Payment Terms:
i. MILESTONE PAYMENT shall be released as follows based on the progress of the
works, against invoice, on recommendation by the Engineer in-Charge. No advance
or mobilization payment will be made.
5% after approval of detailed design and drawings
5% after completion of site-levelling, excavation, PCC and RCC base slab of
tanks and civil structures.
10% after completion of all RCC collection tanks, treatment tanks, cover
slabs & plant room civil structures.
5% after completion of waterproofing of all water retaining structures, pump
foundations, walkways and access platforms.
5% after completion of finishing works like plastering, painting, flooring etc.
5% after completion of fencing and paving of area around.
25 % after supply of all electro-mechanical and instrumentation equipment
and piping materials as per scope.
35 % after installation, erection and commissioning of the plant
5 % after 12 months of successful operation of the plant
ii. The contractor shall raise bills for the actual work done along with certified copies of
work reports and calculation sheet in duplicate. Soft copies also shall be produced if
requested by EIC.
iii. In cases where the items of works are not accepted as so completed, the Owner may
certify payment on account of such items at such reduced rates as he may consider
reasonable in the preparation of final or on account bills.
iv. In normal circumstances the bill claims may be settled within 21 days of submission
of bills. However, the contractor shall not be entitled to make any extra claims for
any delay in bill settlement.
v. TAX DEDUCTION AT SOURCE: Indian Income Tax, Works Contracts Tax and any
other statutory taxes/duties/levies as applicable from time to time shall be deducted
as per rules in force.
vi. Security Deposit (SD): Will be deducted @ 10% from the payments made to the
agency during the course of execution of works. This security deposit amount
shall be released to the agency after commissioning of the plant and on
submission of Performance Bank Guarantee.
Alternatively, Vendor may submit Bank Guarantee in lieu of SD for a value of 10%
of contract value. BG to be submitted within 30 days from the date of receipt of LOI
/ LOA, whichever is earlier. The same shall be valid for a period 15 months & will be
returned after commissioning of plant & submission of Bank Guarantee towards
performance of plant during defect liability period.
2.0 Contract Period:24 (Twenty-Four Months) from the date of issue of LOI/LOA or
from a date as informed by EIC.
a. Design, Supply, construction & commissioning -12 months
b. Initial operation of the plant- 12 months.
3.0 Defect Liability period: 36 months (from the date of commissioning)
4.0 Performance Bank Guarantee: The Contractor shall provide guarantee for the STP
for a period of three years in the form of performance guarantee for a value of 10 % of
contract price. The period of guarantee shall commence from the date of
commissioning of the STP. The contractor shall attend all defects during the defect
liability period.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 56 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
4.1 The guarantee amount shall be equal to 10% percentage of the Contract price and
it shall guarantee the faithful performance STP in accordance with the terms and
conditions specified in these documents and specifications. The guarantee shall be
valid up to (90) days after the end of Defect Liability Period (i.e. 39 months) The
guarantee amount shall be payable to RGPPL without any condition whatsoever.
4.2 The PBG shall cover additionally the following guarantees to RGPPL:
4.2.1 The successful Bidder further guarantees that the equipment provided and
installed by him shall be free from all defects in design, material and
workmanship and shall upon written notice from RGPPL fully remedy free of
expenses to RGPPL/Owner such defects as developed under the normal use
of the said equipment within the period of guarantee specified in the relevant
clause of the contract.
4.2.2 The Contract Performance Guarantee is intended to secure the performance
of the entire contract. However, it is not to be construed as limiting the
damages under the contract.
4.2.3 The Performance Guarantee will be returned to the Contractor without any
interest at the end of the Defect Liability period.
4.2.4 Above stipulations are non-negotiable.
5.0 Failure of the contractor to submit the above-mentioned Performance BG shall constitute
sufficient grounds for the annulment of the award and forfeiture of the EMD.
6.0 LD Clause for Delay: LD would be levied @ 0.50% per week or part thereof for the
portion of works carried out beyond agreed completion date, without proper reason for
the delay, subject to a maximum of 5 % of Contract value.
7.0 Variation limits of the contract during execution: Not applicable
8.0 Other Special Terms & Conditions(STC):
a. Note: The Special Terms & conditions (STC) shall override General Terms &
Conditions in case of non-agreement in any clause.
b. Make of MBR Modules: GE/Kubota/Ovivo/Huber/Hydranautics/Bio-
Microbics
c. The agency shall make own arrangement for residential accommodation of their
workers/supervisory staff for carrying out the work. However, if
accommodations are available in premises, RGPPL may provide accommodation
on payment basis.
d. All materials as per BOQ, specifications, scope of work, Terms and conditions
etc as required at site for performance of the contract shall be arranged by the
contractor at his cost. The contractor shall make arrangements for necessary
equipment, tools, tackles and labour on his own. He shall not depend on RGPPL
for any activity/ equipment or tools and tackles for performance of the contract.
e. The agency should provide PF & Insurance coverage to all regular workers
deployed under the contract.
f. The agency shall pay to its workers, not less than the minimum wages as
notified time-to-time by Govt. of Maharashtra or as notified by RGPPL. The
contractor shall not be entitled for any extra claims in case of increase in
minimum wages during the course of contract
g. The contractor shall be directly responsible and indemnify the company
against all charges, dues, claims etc. arising out of the disputes relating to
the dues and employment of personnel deployed by him
h. The awarded rates are inclusive of service charges, overheads, profits, site
establishment expenses, PPEs to the workers, salary & other statutory benefits
of the workers and supervisors deployed. The awarded rates shall remain firm
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 57 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
throughout the contract and no escalation will be provided in any case
whatsoever.
i. In case of delay in any activity, RGPPL also reserves the right to get it done by
other means and recovers the expenses from the agency.
j. The agency shall visit the site and study the volume and nature of work
involved before quoting for the job.
k. The agency shall assist in taking measurements and upkeep of records.
l. The contractor shall have primary responsibility towards health & safety of
workers deployed by him. The contractor shall ensure all his employees receive
safety training before commencement of work. The contractor shall assess the
work & workplace with regard to health and safety on a regular basis.
Immediate steps shall be taken to notify RGPPL of any such potentially harmful/
dangerous/ undesirable condition at the workplace and to liquidate the same
m. The agency shall provide all sorts of PPEs like, gumboots, safety shoes, dust
masks, gloves etc as required for the job.
n. The contractor shall strictly abide by all statutory requirements of the Govt as
amended time-to-time.
General Terms & conditions(GTC):
i) COMPLIANCE OF LABOUR LAWS:
The Contractor shall be liable to make payment to all the employees / personnel working
for the contract and make compliance with prevailing provisions of labour laws. If the
OWNER, is held liable as ‘PRINCIPAL EMPLOYER’ to pay contribution etc. under ESI Act or
any other legislation of Government or Court decision, in respect of the employees /
manpower engaged by the Contractor, then the latter would reimburse, the amounts of
such payments so paid by Owner.
ii) CO-OPERATION WITH OTHER AGENCIES: The Contractor & its personnel shall fully
cooperate with other contractor’s person working at the owner’s site to avoid any
hindrance to the smooth progress of ongoing works.
iii) Gate Pass/Identity Cards: The contractor shall issue photo entry pass for their
personnel to be deployed inside plant/colony, which they shall be required to display
prominently during the period of their stay within the premises. The contractor shall
obtain proper gate pass for entries and exists of all materials and equipment inside the
plant/colony. For gate pass ‘Non Criminal Certificate’ along with photo id proof may be
required.
iv) SUSPENSION & TERMINATION OF WORK: In the event that the progress of
execution is found below acceptable time schedule and the contractor is not able to
improve despite the three repeated notice, the owner shall have the right to suspend /
terminate the order by giving a notice of 15 days. Suspension of work shall be governed
as per Clause 12 of General Condition of contract (NTPC/RGPPL) & cancellation of
contract in Part or Full shall be governed as per Clause 41 of General Condition of
contract (NTPC/RGPPL).
v) FORCE MAJEURE: Either party is prevented from the performance of its obligations in
whole or in part for reasons of force majeure viz. Acts of God, acts of Government, acts
of public enemy, war, hostility, civil commotion, sabotages, fire, floods, explosions,
epidemics; lawful strikes and lock outs, then provided notice of happening of any such
eventuality is given by the affected party to the other party within 15 days from the date
of occurrence and cessation of the force majeure, the period of force majeure shall be
excluded from the time specified for fulfillment of obligation of the party prevented by
force majeure. If any of the events specified in this clause lasts for a continuous period
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 58 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
of less than seven days, such events shall not be construed to be force majeure events.
If force majeure event continues beyond a period of six months, the parties shall
mutually decide further course of action. Neither party can claim any compensation from
the other party on account of force majeure event.
vi) Safety Obligations: Agency shall STRICTLY follow and FULLY comply with the RGPPL’s
safety norms enclosed as per Annexure-F, in addition to the “SAFETY CODEof NTPC
displayed at RGPPL website www.rgppl.com (while referring the SAFETY CODE, the
names NTPC Ltd/National Thermal Power Power Corporation shall be replaced & read by
name Ratnagiri Gas & Power Pvt Ltd) & specific instructions of RGPPL Safety-in-Charge.
vii) General Environmental obligations: Agency shall STRICTLY follow and FULLY comply
with the RGPPL’s General Environmental Guidelines as per Annexure- G.
viii) SUB-LETTING OF CONTRACT: No part of this contract nor any share or interest therein
in any manner or extent, will be transferred or assigned or sub-let, directly or indirectly
to any person/firm or organization.
ix) RIGHT TO GET SERVICES CARRIED OUT THROUGH OTHER SERVICES: Nothing
contained herein shall restrict OWNER from accepting similar service from other
agencies, at its discretion and at risk and cost of the CONTRACTOR, if the CONTRACTOR
fails to provide the said services any time.
x) DISCIPLINE: The contractor shall be responsible for the proper behavior of the
persons employed by him and exercise control over them. He shall also bound to
prohibit and prevents his employees from taking any direct or indirect interest and/
or support assist maintain or employees from taking any direct or indirect interest
and/ or support assist maintain or help any person or persons engaged in any
antisocial activities, demonstration, riots or agitation, which may in any way be
detrimental or prejudicial to the interest of the Company or of the proprietors or
occupiers of land/ properties in the neighborhood. In the event of any such action by
his person or persons, Contractor shall be fully and exclusively responsible therefore
and shall keep the company harmless and indemnified from any consequential claims
actions, suits, proceedings, loses or damages on any ground whatsoever.
In any case the company considers presence of any of the persons of the contractor
undesirable for whatever reasons including integrity, conduct, competence, 24 hours
notice in writing will be given by the Company to the Contractor and such persons
shall be necessarily removed from the site by the Contractor on receipt of said
notice. Such a person will not be re-employed without the express and written
authorization of Engineer In-Charge of the Company. Suitable replacement/
arrangement to be made by the contractor to ensure uninterrupted services under
above circumstances as per the instruction of the Company representative.
xi) Rate Validity: The rates agreed to herein shall remain fixed till the expiry of the
contract and the contractor shall not be entitled to any increase or any other right or
claim whatsoever by way of representation, explanation or statement or alleged
representation or any understanding or assurance given or alleged to have been by
any employee of the company or due to, contractor own ignorance or on account of
any difficulties or hardships faced by him.
xii) HANDING OVER OF SITE: Efforts will be made by the Owner to hand over the site
to the Contractor free of encumbrance. However, in case of any delay in handing over
of the site to the Contractor, the Owner shall only consider suitable extension of time
for the execution of the work. It should be clearly understood that the Owner shall not
consider any other compensation whatsoever. The Owner reserves the right to hand
over the site in parts progressively to the Contractor. The Contractor will be required
to do work on such released fronts in parts without any reservation whatsoever.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 59 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
xiii) Damage: Company shall not be liable for or in any respect of any damages or
compensation for any injury or for any occupational disease peculiar to the
employment to any person engaged through the Contractor and the contractor shall
keep the Company indemnified.
In case of damage by contractor or his men, the same shall be replaceable on the
risk and cost of contractor. Also the contractor shall be liable for making good all
damages/losses arising out of theft, breakage, pilferage of any furniture,
equipments, fittings and fixtures as may be caused directly or indirectly by the
persons engaged through him/ work carried out by them.
xiv) Contractors Responsibility:
1. The contractor and its working personnel have to observe safety rules existing
in RGPPL.
2. The contractor has to provide the necessary PPEs to its workers to the
satisfaction of the EIC.
3. All materials, consumables, tools & tackles, equipment & machineries and
Manpower required for the work is in the scope of Contractor.
4. The contractor shall ensure regular and effective supervision and control of the
personnel deployed by him and gives suitable direction for undertaking the
contractual obligations.
5. The contractor shall indemnify the company against all losses or damages, if
any, caused to it on account of acts of the personnel deployed by him.
6. The contractor shall be solely responsible for the payment of wages and other
dues to the personnel deployed by him latest by 7
th
of the subsequent month.
The contractor shall be directly responsible and indemnify the company against
all charges, dues, claims etc. arising out of the disputes relating to the dues
and employment of personnel deployed by him.
7. The contractor shall be responsible for required contributions towards P.F,
pension, ESI workmen compensation or any other statutory payments to be
made in respect of the Contract
8. Contractor shall exclusively be liable for non-compliance of the provision of any
act, laws, rules and regulations having bearing over engagement of workers
directly or indirectly for execution of work and contractor hereby undertakes to
indemnify the Company against all actions, suits, proceedings, claims damages
etc. which may arise under the Minimum Wages act payment of wages Act.
Employees Provident Fund Act or statutes not herein specifically mentioned but
having direct or indirect application for the persons engaged under this
Contract.
xv) Power Supply: RGPPL will provide free of cost at one location if required.
xvi) Water Supply: RGPPL will provide free of cost at one location if required.
xvii) Accommodation: RGPPL will not provide the accommodation and it will be in the
contractors scope. However, RGPPL may consider providing accommodation to the
workers/supervisor subject to availability on payment basis, otherwise it is the
contractors scope to provide accommodation.
xviii) LOCAL TRANSPORTATION: The contractor has to arrange their own transportation for
materials and workers.
xix) The contractor shall not engage any person less than 18 years of age.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 60 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
xx) General Conditions of Contract (GCC): The contract shall also be governed as per
GCC-Civil(NTPC), displayed at RGPPL website (www.rgppl.com) to the extent applicable. In
case of any contradiction between GCC and LOA, LOA shall prevail. (While referring the
GCC, the names NTPC Ltd / National Thermal Power Corporation Ltd shall be replaced &
read by the name M/s Ratnagiri Gas & Power Pvt. Ltd.).
xxi) The contractor shall visit the work premises and inspect the location before quoting for
the job. The agency shall make themselves well aware of site conditions and suit-at- site
requirements of this job before quoting.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 61 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
ANNEXURE-A
Location, Tentative Layout Plan & Tentative Flow Diagram
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology Based Sewage Treatment plant at RGPPL
Township
Ratnagiri Gas & Power Pvt. Ltd. Page 62 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com ,dipak.patil@site.rgppl.com
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology Based Sewage Treatment plant at RGPPL
Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 63 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com;dipak.patil@site.rgppl.com;
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
Ratnagiri Gas & Power Pvt. Ltd. Page 64 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-B
Soil report of Similar Topography
Note: Soil report of a similar topography nearby shared only for reference.
However, this does not relieve the agency from studying site specific
conditions for design of foundations.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 65 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Note: Soil report of a similar topography nearby shared only for reference.
However, this does not relieve the agency from studying site specific
conditions for design of foundations
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 66 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Note: Soil report of a similar topography nearby shared only for reference.
However, this does not relieve the agency from studying site specific
conditions for design of foundations
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 67 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure
-
C
Make list
S.No.
Prodoct Name
Approved MFG./Supplier Name
1
MBR Module
GE/Kubota/Ovivo/Huber/Hydranautics/Bio
-
Microbics
2
Screen / Fine Screen
Jash/Ecologi
x/wastech/Huber
3
Equalization Transfer Pump
Wilo/ITT/Kirloskar/Ebara
4
Plant Room Drainage Pump
Kirloskar/Grundfos/KSB/John
5
Air Blower
Atlas Copco / Wastech/Kay/Kulkarni
6
Diffuser
OTT/EDI/Premier tech
8
Piping
Tata/Jindal
-
Hisar/APL
-
Apollo
9
Au
tomation for MBR system
GE /Siemens/Premier
-
Tech/Allen Bradley
10
UV System
Alfa/Pentair
11
MBR Permeate Pump
Kirloskar/Johnson/Ebara/KSB
12
Sludge Recycling Pump
Kirloskar/Johnson/Ebara/KSB
13
Sludge feed pump
Roto/Kirloskar/KSB
14
Centrifuge Feed p
ump
Kirloskar/Johnson/ ITT/KSB
15
Electromagnetic Flow Meter
Krohnel/E&H/Forbe Marshal/Cirrus/Rosemount/ABB
16
PH Meter
Hanna / Sylem/Rosemount
17
Differential Pressure Switch
Viga/Swizer/Danfoss
18
Online Rotameter
Impell/Pure n Cure/Flowstar
19
Air
Rota meter
Vekseller/Flowstar/Impell/Puren
20
Butterfly Valve & NRV
Zoloto / Sant/Bray/BDK
21
Turbidity Metre
Hanna/Hach/Honeywell
22
Cable
Finolex/Polycab/Havells
23
Chlorine Dosing Pump
Asia LMI/Prominent/Toshcon/Milton Roy/Anticio
24
Pressure Gu
age
H
-
Fiebig/Guru/Wika
25
Dosing system storage Tank
Sintex/vectus/Gopani
26
Electronic ozonator
Creative/Ozonics/ORAIPL, Irolitron
27
Water Level Indicators
Cirrus Engineering/Techtrol
28
TDS Meter.
Forbess Marshal/Honywell
29
Electronic Water Meter
Actaris/Forbes Marshal/Honywell
30
Butterfly Valve
Danfoss/Zoloto/L&T
31
Cable Tray
Slotco/MEM/National
32
SS Tanks
Beltechno/Bluestar/Wastech/Voltas
33
Automatic Valves for Filter
Pentair/Siemens/Rotex
34
Centrifuge
Apollo/Hiller/Humbolt/Wastech
35
Alum/Line/Poly Dosing Pump
Asia LMI/Prominent/Grundfos
36
Submersible Mixer/Agitator
ABB/Grundfos/Wastech
37
HDPE Pipe
Supreme / Finolex / Jain Irrigation / Kisan
38
CPVC Pipes
Supreme / Finolex / Prince / Astral / Kisan
39
Paints
Asian Paints / Be
rger / Shalimar / Nerolac / Nippon / Akzo Nobel
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 68 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-D
Motor General Specification:
Sl No Description Our Requirement
1 Efficiency IE3/Premium Efficiency
2 Degree Of protection IP 55
3 Type of Cooling IC 411
4 Voltage rating 415 ± 10%
5 Mounting As per Mounting
Arrangement
6 Insulation Class Class F
7 Temperature rise Class B
8 Frame Construction Cast Iron
9 Surface treatment C4 or Higher
10 Frequency 50 ± 5
11 Anticondensation Heater Required 110 V/220 V
rating
12 Grease Plug Outlet plug
13 Earthing Double Earthing
National/International Standards
Sl No IS/IEC code Description
1 IS : 325 Three Phase Induction motors specifications.
2 IS/IEC 60034-1 Rotating electric machines: Part 1 Rating and Performance
3 IS : 900 Code of practice for installation & maintenance of induction motors.
4 IS : 1231 Dimensions of foot mounted A.C Induction motors
5 IS : 2223 Dimensions of Flange mounted
A.C Induction motors
6 IS 15999 part 2
section 1
/IEC 60034-2-1
Rotating Electrical Machines - Standard Methods for determining losses and
efficiency from tests
7 IS /IEC 60034-5 Degree of protection provided by the integral design of Rotating Electrical
Machines (IP code) : classification
8 IS : 6362 / IEC
60034-6
Designation of methods of cooling for Rotating Electrical Machines
9 IS : 12065 / IEC
60034-14
Permissible Limits of noise level for Rotating Electrical Machines
10 IS : 12075 Mechanical Vibration of Rotating Electrical Machines
11 IS : 12615:2011 Energy Efficient Induction Motors Three phase Squirrel Cage.
12 IEC 60072 Dimension & Output rating of Rotating Electrical machines.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 69 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Other Terms & conditions:
i) COMPLIANCE OF LABOUR LAWS:
The Contractor shall be liable to make payment to all the employees / personnel working
for the contract and make compliance with prevailing provisions of labour laws. If the
OWNER, is held liable as ‘PRINCIPAL EMPLOYER’ to pay contribution etc. under ESI Act
or any other legislation of Government or Court decision, in respect of the employees /
manpower engaged by the Contractor, then the latter would reimburse, the amounts of
such payments so paid by Owner.
ii) CO-OPERATION WITH OTHER AGENCIES: The Contractor & its personnel shall fully
cooperate with other contractor’s person working at the owner’s site to avoid any
hindrance to the smooth progress of ongoing works.
iii) Gate Pass/Identity Cards: The contractor shall issue photo entry pass for their
personnel to be deployed inside plant, which they shall be required to display
prominently during the period of their stay within the company premises. The contractor
shall obtain proper gate pass for entries and exists of all materials and equipments
inside the plant. For gate pass ‘Non-Criminal Certificate’ along with photo id
proof may be required.
iv) SUSPENSION & TERMINATION OF WORK: In the event that the progress of
execution is found below acceptable time schedule and the contractor is not able to
improve despite the three-repeated notices, the owner shall have the right to suspend /
terminate the order by giving a notice of 15 days. Suspension of work shall be governed
as per Clause 12 of General Condition of contract (NTPC/RGPPL) & cancellation of
contract in Part or Full shall be governed as per Clause 41 of General Condition of
contract (NTPC/RGPPL).
v) FORCE MAJEURE: Either party is prevented from the performance of its obligations in
whole or in part for reasons of force majeure viz. Acts of God, acts of Government, acts
of public enemy, war, hostility, civil commotion, sabotages, fire, floods, explosions,
epidemics; lawful strikes and lock outs, then provided notice of happening of any such
eventuality is given by the affected party to the other party within 15 days from the date
of occurrence and cessation of the force majeure, the period of force majeure shall be
excluded from the time specified for fulfillment of obligation of the party prevented by
force majeure. If any of the events specified in this clause lasts for a continuous period
of less than seven days, such events shall not be construed to be force majeure events.
If force majeure event continues beyond a period of six months, the parties shall
mutually decide further course of action. Neither party can claim any compensation from
the other party on account of force majeure event.
vi) Safety Obligations: Agency shall STRICTLY follow and FULLY comply with the RGPPL’s
safety norms enclosed at Section V, in addition to the “SAFETY CODE” of NTPC displayed
at RGPPL website www.rgppl.com (while referring the SAFETY CODE, the names NTPC
Ltd/National Thermal Power Corporation shall be replaced & read by name Ratnagiri Gas
& Power Pvt. Ltd) & specific instructions of RGPPL Safety-in-Charge.
vii) General Environmental obligations: Agency shall STRICTLY follow and FULLY comply
with the RGPPL’s General Environmental Guidelines as per Section V.
viii) Rate Validity: The rates agreed to herein shall remain fixed till the expiry of the
contract and the contractor shall not be entitled to any increase or any other right
or claim whatsoever by way of representation, explanation or statement or alleged
representation or any understanding or assurance given or alleged to have been by
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 70 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
any employee of the company or due to, contractor own ignorance or on account of
any difficulties or hardships faced by him.
ix) Discipline: The contractor shall be responsible for the proper behavior of the persons
employed by him and exercise control over them. He shall also bound to prohibit
and prevents his employees from taking any direct or indirect interest and/ or
support assist maintain or employees from taking any direct or indirect interest and/
or support assist maintain or help any person or persons engaged in any antisocial
activities, demonstration, riots or agitation, which may in any way be detrimental or
prejudicial to the interest of the Company or of the proprietors or occupiers of land/
properties in the neighborhood. In the event of any such action by his person or
persons, Contractor shall be fully and exclusively responsible therefore and shall
keep the company harmless and indemnified from any consequential claims actions,
suits, proceedings, loses or damages on any ground whatsoever.
In any case the company considers presence of any of the persons of the contractor
undesirable for whatever reasons including integrity, conduct, competence, 24
hours notice in writing will be given by the Company to the Contractor and such
persons shall be necessarily removed from the site by the Contractor on receipt of
said notice. Such a person will not be re-employed without the express and written
authorization of Engineer In-Charge of the Company. Suitable replacement/
arrangement to be made by the contractor to ensure uninterrupted services under
above circumstances as per the instruction of the Company representative.
x) Handing over of site: Efforts will be made by the Owner to hand over the site to
the Contractor free of encumbrance. However, in case of any delay in handing over of
the site to the Contractor, the Owner shall only consider suitable extension of time for
the execution of the work. It should be clearly understood that the Owner shall not
consider any other compensation whatsoever. The Owner reserves the right to hand
over the site in parts progressively to the Contractor. The Contractor will be required
to do work on such released fronts in parts without any reservation whatsoever.
xi) Damage: Company shall not be liable for or in any respect of any damages or
compensation for any injury or for any occupational disease peculiar to the
employment to any person engaged through the Contractor and the contractor shall
keep the Company indemnified.
While execution of work, the agency should not cause any damage to the available
structures around. In case of damage by contractor or his men, the same shall be
replaceable on the risk and cost of contractor. Also the contractor shall be liable for
making good all damages/losses arising out of theft, breakage, pilferage of any
furniture, equipments, fittings and fixtures as may be caused directly or indirectly
by the persons engaged through him/ work carried out by them.
xii) Contractors Responsibility:
a) The contractor and its working personnel have to observe safety rules existing
in RGPPL.
b) The contractor has to provide the necessary PPEs to its workers to the
satisfaction of the EIC.
c) All the persons engaged by the Contractor shall be on his established pay roll
and be paid by him and company has to no liability whatsoever in this regard.
The contractor shall make regular and full payment of wages & salaries to the
persons engaged by him as required under relevant Labour laws and submit one
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 71 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
copy of the payment sheet/ register to the company as a proof there of for its
record.
d) The contractor shall ensure regular and effective supervision and control of the
personnel deployed by him and gives suitable direction for undertaking the
contractual obligations.
e) The contractor shall indemnify RGPPL against all losses or damages, if any,
caused to it on account of acts of the personnel deployed by him.
f) The contractor shall be solely responsible for the payment of wages and other
dues to the personnel deployed by him latest by 7
th
of the subsequent month.
The contractor shall be directly responsible and indemnify the company against
all charges, dues, claims etc. arising out of the disputes relating to the dues and
employment of personnel deployed by him.
g) The contractor shall be responsible for required contributions towards P.F,
pension, ESI workmen compensation or any other statutory payments to be
made in respect of the Contract and the personnel employed for rendering
service to RGPPL & shall deposit these amounts on or before the prescribed
dates. Every contractor shall submit the proof of depositing the employee and
employers contributions. The contractor shall also be responsible to pay any
administrative/ inspection charges thereof, wherever applicable, in respect of
the personnel employed by him for the work of RGPPL.
h) Contractor shall exclusively be liable for non-compliance of the provision of any
act, laws, rules and regulations having bearing over engagement of workers
directly or indirectly for execution of work and contractor hereby undertakes to
indemnify the Company against all actions, suits, proceedings, claims damages
etc. which may arise under the Minimum Wages act payment of wages Act.
Employees Provident Fund Act or statutes not herein specifically mentioned but
having direct or indirect application for the persons engaged under this
Contract.
xiii) The contractor shall not engage any person less than 18 years of age.
xiv) The consumables brought by the agency shall be in good condition and of good quality
and brand.
xv) General Conditions of Contract (GCC-Civil): The contract shall also be governed as
per GCC-Civil (NTPC), displayed at RGPPL website (www.rgppl.com) to the extent
applicable. In case of any contradiction between GCC and LOA, LOA shall prevail. (While
referring the GCC-O&M, the names NTPC Ltd / National Thermal Power Corporation Ltd
shall be replaced & read by the name M/s Ratnagiri Gas & Power Pvt. Ltd.). If there is
any ambiguity in tender Document and that in GCC-O&M then Conditions mentioned in
Tender Document will prevail.
xvi) All payments to the employee are to be done through online payment only.
xvii) Dispute and Arbitration: The agencies hereto shall endeavor to settle all disputes
and differences relating to and/or arising out of the Contract amicably. The decision of
the Officer-In-Charge shall be binding on the agency. In case of any dispute or
difference it shall be resolved through arbitration for which Head of RGPPL site shall be
the arbitrator. However, in the event of non-acceptance by the agency, any third-party
arbitrator shall be appointed by mutual agreement. In the event of litigation, the court
at Mumbai shall have the jurisdiction over the same.
a) In case of any violation of statutory provision under labour laws/or otherwise on
behalf of the agency there will not be any liability on RGPPL.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 72 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
b) In case of breach of any of the terms of agreement, the security deposit of the
agency is liable to be forfeited. Any sum of money due, is payable to the agency
including the security deposits refundable to him under the contract, can be
appropriated by RGPPL against any amount which the agency may owe to RGPPL.
In the event of a dispute arising out in connection with the interpretation of any clause
in the terms and condition of the contract, agreement, or otherwise the decision of
GM, RGPPL will be final and binding.
SPECIAL CONDITIONS ON COVERAGE OF EMPLOYEES PROVIDENT FUND
1.0 The agency shall be liable to extend Provident Fund benefits as provided under
Employee’s Provident Fund Scheme to all employees from the date of their joining in the
establishment as provided under para 26 of Employee’s Provident Fund Scheme - 1952.
2.0 The agency shall get their establishment covered under the Employee’s Provident Fund &
Miscellaneous Provisions Act, 1952 and obtain independent PF Code No. directly from the
appropriate Regional Provident Fund Commissioner.
3.0 The agency shall be liable to deduct the PF contribution from his Employee and deposit
the contribution (Employees & Employers both) to the concerned Regional Provident Fund
Commissioner before 15
th
day of every calendar month failing which RGPPL will take
necessary action as deemed fit.
4.0 After disbursement of wages (preferably through bank payment), the agency shall submit
certified copy of the wage sheet bank payment schedule to Officer-in-Charge latest by
15
th
day of every calendar month for determination of Provident Fund Liability and other
statutory obligations.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 73 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
[
SECTION-IV
FORMS & ANNEXURES
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 74 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure
Description
I
BIDDER ’S PROPOSAL
II
PROFORMA OF LETTER OF UNDERTAKINGS
III
Certificate of Acceptance of Important Conditions of Bidding
IV
PROFORMA of Letter of Authority for Attending the Bid Opening
V
FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY
VI
RTGS Format
VII
Vendor Information Form:
VIII
PROFORMA OF CERTIFICATE FROM THE CEO/CFO OF THE COMPANY
IX
AGREED TERMS & CONDITIONS
X
BIDDER’S EXPERIENCE
XI
Format for chartered accountant certificate for financial capability of
the bidder
XII
BANK GUARANTEE CHECKLIST
XIII
Certificate of Nil Deviation
XIV
FINAL CHECK LIST
XV
Proforma for Bank Guarantee for "EMD"
XVI
Form of Extension of Bank Guarantee
XVII
Proforma Bank Guarantee In Lieu Of Security Deposit
XVIII
Proforma for Performance Bank Guarantee
XIX
List of Banks acceptable for Bank Guarantee
XX
FRAUD PREVENTION POLICY
XXI
PERFORMANCE CERTIFICATE REGARDING LABOUR PAYMENT AND
STATUTORY REQUIREMENTS
XXII
“NO DEMAND CERTIFICATE”
XXIII
FORM OF DEED OF JOINT UNDERTAKING
XXIV
PROFORMA BANK GUARANTEE FOR ADVANCE
XXV
GENERAL SAFETY OBLIGATION TO AGENCIES
XXVI
GENERAL ENVIRONMENTAL OBLIGATIONS TO AGENCIES
XXVII
BIDDER'S QUERIES
XXVIII
Form of Indemnity Bond to be executed by the contractor for the
equipment handed over by the employer for the performance of its
contract (Entire Equipment consignment in one Lot) – If applicable
XXIX
Form of Indemnity Bond to be executed by the contractor for the
equipment handed over in installments by the employer for the
performance of its contract – If applicable
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 75 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-I
BIDDER ’S PROPOSAL
(On Company’s Letter Head)
Date:
BIDDER ’s Proposal Ref.:
BIDDER’s Name and Address
Phone No._________________________
Mobile No.___________________________
Fax_____________________________
To,
DGM (C&M)
Ratnagiri Gas & Power Pvt. Ltd.,
Ratnagiri Gas & Power Project,
At: Anjawel, Tal. Guhagar,
Dist.: Ratnagiri – 415 703.
Dear Sir,
Sub.: Proposal for the Work of ________________________________________________
___________________________________________________________________
Due for opening on ____________________________________against your tender
No. _______________
We the undersigned Bidder having read and examined in detail the tender documents for the
subject work to be carried out against your above referred tender enquiry do hereby submit
this proposal. We declare that the letter of award if awarded to us shall be strictly executed in
accordance with your tender documents except for the variations and deviations all of which
have been detailed out exhaustively in the deviation statement and attached to the proposal.
We agree that any additional conditions if found in the proposal other than those stated in
deviations schedule except those pertaining to any rebate offered shall not be given effect to.
We also confirm that our offer shall remain valid for a period of 180 days from the date of
opening of the tender.
We further confirm that the price schedule has been fully filled, signed and stamped and has
been enclosed with this proposal. We also confirm compliance with the completion period
indicated in the tender documents.
Thanking you,
Yours faithfully,
(SIGNATURE OF THE BIDDER)
Name
Designation
Company Seal
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 76 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
(Annexure-II)
PROFORMA OF LETTER OF UNDERTAKINGS
(To be submitted by the Bidder along with his Bid)
(To be executed on non-judicial paper of requisite value)
Ref.:……………… Dated:………………
To
Ratnagiri Gas and Power Pvt. Ltd.,
At/ PO: Anjanwel,
Tal. Guhaghar, Dist. Ratnagiri-415634,
Maharashtra, India
Phone: 02359 – 241 134, Fax: 02359 – 241 093
Dear Sirs,
a. I*/We* have read, examined & understood the complete bid documents relating to
the work of Design, supply, erection & commissioning of 500 KLD Capacity MBR
Technology Based Sewage Treatment plant at RGPPL Township
b. */We* hereby submit our Bid and undertake to keep our Bid valid for a period of six
(6) months from the date of opening of bid i.e. upto …………..
I*/We*..............................................hereby further undertake that during the said
period I*/We* shall not vary/alter or revoke my*/our* Bid.
c. This undertaking is in consideration of RGPPL agreeing to open my/our Bid and
consider and evaluate the same for the purposes of award of Work in terms of
provisions of clause entitled "Award of Contract" section in the Bid Documents.
Should this Bid be accepted, I*/We* also agree to abide by and fulfill all the terms,
conditions and provisions of the above mentioned bid documents.
Signature along with Seal of Company
..............................................
(Duly authorized to sign the Tender on behalf of the BIDDER ).
Name .........................................
Designation .................................
Name of Co ...................................
Witness (in block letters)
Signature ................................. Date & Postal Address
Date ......................................... ...............................
Name & Address ..............................
Telephone.No......................Fax. No……………………
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 77 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-III
Certificate of Acceptance of Important Conditions of Bidding
(To be submitted on BIDDER’s Letter Head)
With reference to the Tender No.: RGPPL/C&M/CS-2841/OT-122 for the work of Design,
supply, erection & commissioning of 500 KLD Capacity MBR Technology Based
Sewage Treatment plant at RGPPL Township”, I/we hereby confirm that I/we have read
the provisions of the following clauses and further confirm that notwithstanding anything
stated elsewhere to the contrary, the stipulation of the clauses are acceptable to me/us, and
we have not taken any deviation to these clauses:
a) Bid Guarantee (EMD).
b) Terms of Payment.
c) Penalty & Liquidated damages Clauses.
d) Performance Bank Guarantee.
e) Contract Termination Clause.
f) Fraud Prevention Policy.
g) Safety norms & General Environmental guidelines of RGPPL.
We hereby declare that only the persons or firms interested in this proposal as principal or
principals are named herein and that no other persons or firms other than those mentioned
herein, have any interest in this proposal or in the Contract to be entered into, if we are
awarded the contract, that this proposal is made without any connection with any other
person, firm or party likewise submitting a proposal, and that this proposal is in all respects for
and in good faith, without collusions or fraud.
Date this ______________ Day of ________________ 20 ___________
Thanking you, we remain
Yours faithfully:
For on behalf of...
Date : Signature :
Place : Printed Name :
Designation :
Common Seal :
Strike out whichever is not applicable.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 78 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-IV
PROFORMA of Letter of Authority for Attending the Bid Opening
(To be submitted on BIDDER’s Letter Head)
Ref. No.: Date:
To,
RATNAGIRI GAS AND POWER PRIVATE LIMITED,
AT & POST: ANJANWEL, TAL: GUHAGAR,
DISTT: RATNAGIRI, MAHARSHTRA.
PIN 415 634
Atten:………………………..
Dear Sirs,
We …………………………………………… hereby authorize following representative(s) to attend the
technical bid opening and priced bid opening against your Bid No. ………………………………. for
…………………………………………………………………………… (item name)…………………………………
S.NO NAME DESIGNATION SIGNATORE
1.
2.
We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.
Yours Faithfully,
Signature………………………………
Name…………………………………..
Designation………………………….
For & on behalf of……………….
Seal………………………………………
Note: This Letter of Authority should be signed by a person competent and having the power
of attorney.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 79 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-V
FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY
Name of Contract: “Design, supply, erection & commissioning of 500 KLD Capacity
MBR Technology Based Sewage Treatment plant at RGPPL Township”
To,
RATNAGIRI GAS AND POWER PRIVATE LIMITED,
At & Post: Anjanwel,
Tal.: Guhagar,
Dist.: Ratnagiri,
Maharshtra, India – PIN 415 634
Phone: 02359 – 241 134, Fax: 02359 – 241 093
Ladies and Gentlemen:
We have read & understood the contents of the Fraud Prevention Policy and undertake that we
along with our associates/collaborator/subcontractor/sub-vendors/consultants/ service
providers/personnel shall strictly abide by the provision of the Fraud Prevention Policy of
RGPPL.
Yours faithfully,
Date: (Signature) ………………………………….
Place: (Printed Name)……………………………..
(Designation)…………………………………
(Common Seal)…………………………….
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 80 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure- VI
RTGS Format
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 81 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-VII
Vendor Information Form
Bidders are requested to furnish the following information & enclose the valid documentary
evidence against the same:
Name & Address of the
Company:
Order to be issued at :
Registered / Head office :
Agency must clearly mention,
whether they fall under
medium /small /micro
enterprise (MSME). If No
please mentioned clearly.
Medium Small Micro Other
Name & Designation of
the key person authorized
for this tender work.
Contact information:
Mobile no:
Telephone No : Fax No: Email :
Status of the Company
(Please mark tick as √) :
Proprietary Partnership Private Ltd
Public
Ltd
Central/State
Govt./PSU’s
Others (Please
Specify)
Registration no. of the
Company / Firm:
*PAN No:
*PF / *ESI / *WCP nos :
Provident Fund no :
Employees State Insurance no : Workmen’s
Compensation policy
no :
*GST Number:
Association with RGPPL:
(Please mark tick as √)
No existing relation : 1- 2 years : Over 2 years:
ISO & Other Certification:
Average annual Turnover
of Last Three FY:
(Please mark tick as √)
Upto 5 Cr : 5 Cr to 10 Cr : Above 10 Cr :
Line Business (Please mark
tick as √) :
Manufacturer: Auth Dealer : General trader : Importer : Others
(Please
specify) :
Nature of
Product/Services dealt in :
Bidders are requested to enclose the copy of supporting document along with the bid for
verification.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 82 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-VIII
PROFORMA OF CERTIFICATE FROM THE CEO/CFO
OF THE COMPANY
(To be submitted by bidder along with the bid)
1.0 I, Mr/Ms ________________________ (*CEO of company/*CFO of the company),
confirm that this certificate is submitted on behalf of our company M/s
_____________________ (Name of the Bidder) and we are responsible for the
declaration(s) mentioned herein.
2.0 I certify that the financial results of the Company for the preceding financial year are
under audit as on the date of Techno-commercial bid opening and the certificate from the
practicing Chartered Accountant certifying the financial parameters is not available.
Yours faithfully,
(Signature)
Date: Name & Designation:
Place: Name of the Company:
Seal of the Company:
*Strike off whichever is not applicable
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 83 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-IX
AGREED TERMS & CONDITIONS
To,
M/s RGPPL
TENDER NO: RGPPL/C&M/CS-2841/OT-122
This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should
be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the
Bid.
Sl
No.
DESCRIPTION BIDDER'S
CONFIRMATION
1 Bidder's name and address
2
Please confirm the currency of quoted prices is in Indian
Rupees.
3
Confirm quoted prices will remain firm and fixed till complete
execution of the order.
4 Rate of applicable of GST mentioned in BoQ / SoR
5
Whether in the instant tender GST is covered in reverse
charge rule of GST
Yes/ No
In case of Yes, please
specify GST payable by:
RGPPL:………….%
Bidder:…………..%
6
Confirm acceptance of relevant Terms of Payment specified
in the Bid Document.
7
Confirm that Contract Performance Guarantee/ Security
Deposit will be furnished as per Bid Document.
8
Confirm that Contract Performance Guarantee/ Security
Deposit shall be from any Indian scheduled bank or a branch
of an International bank situated in India and registered with
Reserve bank of India as scheduled foreign bank (as per list
provided).
9
Confirm compliance to Completion Schedule as specified in
Bid document. Confirm contract period shall be reckoned
from the date of LoA/LoI.
10
Confirm acceptance of Price Reduction Schedule/ Liquidated
damage for delay in completion schedule specified in Bid
document.
11
a) Confirm acceptance of all terms and conditions of Bid
Document (all sections including GCC hosted on portal).
b) Confirm that printed terms and conditions of bidder are
not applicable.
12
Confirm your offer is valid for period specified in Bid
Document from Final/Extended due date of opening of
Techno-commercial Bids.
13
Please furnish EMD/Bid Security details:
a) EMD/ Bid Security No. & date
b) Value
c) Validity
14
Confirm acceptance to all provisions of Information To Bidder
read in conjunction with all parts of Bid Documents
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 84 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
15
Confirm that Annual Reports for the last three financial years
are furnished along with the Un-priced Bid.
16
Confirm that, in case of contradiction between the
confirmations provided in this format and terms & conditions
mentioned elsewhere in the offer, the confirmations given in
this format shall prevail.
17 All correspondence must be in ENGLISH language only.
18
Owner reserves the right to make any change in the terms &
conditions of the TENDER/BIDDING DOCUMENT and to reject
any or all bids.
19
Confirm that all Bank charges associated with Bidder’s Bank
shall be borne by Bidder.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 85 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-X
BIDDER’S EXPERIENCE
To,
M/s RGPPL
TENDER NO: RGPPL/C&M/CS-2841/OT-122
Sl.
No
Descript
ion of
the
Services
LOA
/WO
No. and
date
Full Postal
Address &
phone nos. of
Client. Name,
designation
and address of
Engineer/
Officer-in-
Charge (for
cases other
than purchase)
Value of
Contract
/Order
(Specify
Currency
Amount)
Date of
Commenc
ement of
Services
Scheduled
Completion
Time
(Months)
Date of
Actual
Comple
tion
Reasons
for delay
in
executio
n, if any
(1) (2) (3) (5) (6) (7) (8) (9) (10)
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 86 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XI
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FOR FINANCIAL
CAPABILITY OF THE BIDDER
We have verified the Annual Accounts and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following
ANNUAL TURNOVER OF LAST 3 YEARS:
Year Amount (Currency)
Year 1:
Year 2:
Year 3:
Name of Audit Firm: [Signature of Authorized Signatory]
Chartered Accountant Name:
Date: Designation:
Seal:
Membership no.
Instructions:
1. The financial year would be the same as one normally followed by the bidder for its
Annual Report.
2. In case where audited results for the last financial year as on the date of bid opening are
not available, the financial results certified by a practicing Chartered Accountant shall
be considered acceptable. In case, Bidder is not able to submit the certificate from
practicing Chartered Accountant certifying its financial parameters, the audited results
of three consecutive financial years preceding the last financial year shall be considered
for evaluating the financial parameters. Further, a Certificate would be required from
the CEO/CFO stating that the financial result of the Company are under audit as on the
date of Techno-commercial bid opening and the Certificate from the practicing
Chartered Accountant certifying the financial parameters is not available.
3. For the purpose of this Tender document, Annual Turnover shall be “Sale value/
Operating Income”.
4. This certificate is to be submitted on the letter head of Chartered Accountant.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 87 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XII
BANK GUARANTEE CHECKLIST
Sr.
No.
DETAILS OF CHECKS YES / NO
1
Is the BG on non-judicial stamp paper/e-stamp paper of appropriate
value, as per Stamp Act?
2
Whether date, purpose of purchase and name of the purchaser are
indicated on the stamp paper? (The date of purchase of stamp paper
should be of any date on or before the date of execution of BG and
the stamp paper should be purchased either in the name of the
executing Bank or the party on whose behalf the BG has been issued.
The stamp papers (other than e-stamp paper) should be duly signed
by the stamp vendor.)
3
In case of BGs from Banks abroad, has the BG been executed on
Letter Head of the Bank?
4
Has the executing Officer of BG indicated his name, designation and
Power of Attorney No. / Signing Power no. etc., on the BG?
5
Is each page of BG duly signed /initialed by executant and whether
stamp of Bank is affixed thereon? Whether the last page is signed
with full particulars under seal of Bank as required in the prescribed
proforma?
6
Does the Bank Guarantees compare verbatim with the Proforma
prescribed in the Bid Documents?
7
Are the factual details such as Bidding Document No./Specification
No., Amount of BG and Validity of BG correctly mentioned in the BG?
8
Whether overwriting/cutting if any on the BG have been properly
authenticated under signature & seal of executant?
9
Whether the BG has been issued by a Bank in line with the provisions
of Bidding documents?
10
In case BG has been issued by a Bank other than those specified in
Bidding Document, is the BG confirmed by a Bank in India acceptable
as per Bidding documents?
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 88 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XIII
CERTIFICATE OF NIL DEVIATIONS
(To be submitted by the Bidder along with his Bid)
Ref.:……………… Dated:………………
Sub work: Design, supply, erection & commissioning of 500 KLD Capacity MBR
Technology Based Sewage Treatment plant at RGPPL Township
To
Ratnagiri Gas and Power Pvt. Ltd.,
At/ PO: Anjanwel,
Tal. Guhaghar, Dist. Ratnagiri-415634,
Maharashtra, India
Phone: 02359 – 241 134, Fax: 02359 – 241 093
Dear Sir,
d. With reference to our Bid submitted against the tender, we hereby confirm that we
comply with all terms, conditions and specifications of the Bidding Documents read in
conjunction with Amendment(s) / Clarification(s) / Addenda/Errata (if any) issued by the
Employer prior to opening of TechnoCommercial Bids and the same has been taken into
consideration while making our TechnoCommercial Bid & Price Bid and we declare that
we have not taken any deviation in this regard.
e. We understand that in case the Products and/or Services offered do not meet the
Technical requirements, then our bid shall be rejected as Technically nonresponsive
We also confirm that in case we refuse to withdraw additional
conditions/deviations/variations/exception, implicit or explicit, found anywhere in the
technocommercial bid, our bid shall be rejected as Technically nonresponsive.
We further confirm that if any deviation/variation in any form is found in our Price Bid,
the EMD shall be forfeited.
Signature along with Seal of Company
..............................................
Name ........................... ………….
Designation ................... .…………..
Name of Company ............ ………..
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 89 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XIV
FINAL CHECK LIST
Sr.
No.
DESCRIPTION
BIDDERS
CONFIRMATION
1. Bidder’s Details:
a) Name
b) Full address
c) Tel No.
d) Fax No.
e) Email
f) Name & designation of the person signing the bid
2. QR has been carefully examined & QR CHECKLIST filled in totality (All
reference documents also enclosed)
3.
Documentary proof for
Power of Authority of the person signing the bid.
4. Validity:
Bid: Valid minimum for Six (6) months from the date set for opening of
technical bid.
EMD: Minimum for Seven (7) months from the date set for opening of
technical bid.
5.
a) The scope has been quoted as per tender requirement.
b) If reply to 5(a) is ‘No’, All the ‘Exception & Deviation’ have been furnished
in the format ‘Deviation Statement by Bidder’ along with the bid document.
c)
There are no ‘Exception & Deviation’ other than those indicated as (b) above
and if indicated in offer elsewhere same shall be considered ‘NULL & VOID”.
6. Currency of offer:
a) The currency once quoted shall not be permitted to be changed.
b) All the correspondences will be in English language only.
7. Price:
a) A copy of price format / BOQ (without price) but duly filled in with
Quoted/Unquoted word in each cell format duly signed and stamped to be
submitted with un-priced part of bid.
b) Confirm that the prices quoted are as per ‘Price Format’ given in tender
document without any change and submitted with the Price Part of the BID.
b) Quoted prices will remain firm and fixed till complete execution of the order.
c) The tender document is carefully studied & understood and quoted price are
inclusive of all as per requirements of tender documents.
8. Terms and Conditions
a) Acceptance of ‘Terms & Conditions’ as Contained in Bid Document and GCC-
Civil to the extent applicable.
b) In case of reservations, confirm that clause wise comments have been
specified in ‘Deviation Statement by Bidder’ format.
9. Acceptance to the following:
a) Payment Terms.
b) Penalty Clause for non-performance.
10. Signed & stamped all pages of tender Document as acceptance of Tender
Conditions
11.
Dul
y filled
,
signed and stamped
annexures from I to XIV
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 90 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XV
Proforma for Bank Guarantee for "EMD"
(To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing bank)
Bank Guarantee No. ………………
Date………………………………………….
To,
Ratnagiri Gas and Power Pvt. Ltd.,
At & Post: Anjanwel,
Taluka: Guhagar,
District: Ratnagiri
Maharashtra-415634
Dear Sirs,
In accordance with Invitation for Bids under your Bid Document No.……………………..………….,
M/s…………………………………(***)…………………………………………… having its registered/Head Office at
…………………………………………………………. (hereafter called the ‘Bidder’) wish to participate in the
said Bid for (Name of package)……………………………………………………………………………………………..
As an irrevocable Bank Guarantee against Bid Security for an amount of
……………….……………………..(*) ………………………………valid for …………….……………………….. days from
………………………………….(**) ……………….…………………. required to be submitted by the Bidder as a
condition precedent for participation in the said bid which amount is liable to be forfeited on the
happening of any contingencies mentioned in the Bidding Documents.
We, the ……………………………………… [Name and address of the Bank]…………………………………………
having our head office at ……………………………..(#)……………………………………. guarantee and
undertake to pay immediately on demand by …….……………………….. (Name of the
Employer)……………………., (hereinafter called the ‘Employer’)……………………………………… the
amount of ………………………….(*)……………………………… without any reservation, protest, demand
and recourse. Any such demand made by the Employer shall be conclusive and binding on us
irrespective of any dispute or difference raised by the Bidder.
This guarantee shall be irrevocable and shall remain valid up to ………………….. (@)………………... If
any further extension of this guarantee is required, the same shall be extended to such
required period (not exceeding one year) on receiving instructions from
M/s ……………………………………….[Bidders name]……………………………………… on whose behalf this
guarantee is issued.
In witness whereof the Bank, through its authorized officer has set its hand and stamp on this
……………………………… Day of …………….20……… at ………….
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 91 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
……………………………………………….
(Signature)
……………………………………………
(Name)
………………………………………………….
(Designation with Bank Stamp)
Vide authorized
Power of Attorney No.…………………………..
Date ……………………………………………………….
NOTE:
i) (*) The amount shall be as specified in the bidding documents.
(**) This shall be the date of opening of bids.
(#) Complete mailing address of the Head Office of the Bank to be given.
(@) This date shall be forty-five (45) days beyond the validity of bid.
(***) Write the name and addresses of all the Joint Venture partners, in case the bid is
submitted by a Joint Venture in terms of Qualifying Requirements.
ii) The Bank Guarantee (BG) shall be from a Bank as per provisions of the bidding
documents.
iii) The BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate value as per
Stamp Act prevailing in the State(s) where the BG is submitted or is to be acted upon or
the rate prevailing in the State where the BG is executed, whichever is higher. The Stamp
Paper/e-Stamp paper shall be purchased in the name of Bidder/Bank issuing the
guarantee.
iv) While getting the Bank Guarantee issued, Bidders are required to ensure compliance to the
points mentioned in Bank Guarantee Verification Check List in the bidding documents.
Bidders are required to fill up this Check List and enclose the same along with the Bank
Guarantee.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 92 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XVI
Form of Extension of Bank Guarantee
Ref. No.: Date:
@ _________________
Dear Sirs,
Subject: Extension of Bank Guarantee No. ………………………………………..dated …………………….for
………………[indicate value of bank guarantee]……………………favouring yourselves expiring on
…………………… on account of M/s…………………(Name of Bidder)…………… in respect of Contract for
(Insert Package name)………………………………..(Insert Project Name) ……………….…………….project,
Contract No. ………………………… dated …………………………….
(hereinafter called original Bank Guarantee)
At the request of M/s……………………………………………………… we ………………………………… Bank branch
office at ……………………………………. and having its Head office at ……………………………………………. do
hereby extend our liability under the above mentioned guarantee No…………………… dated….…..
for a further period of ……………… year/months from ………………………to expire on……………………..
Except as provided above, all other terms and conditions of
original
Bank Guarantee No. ……………………………… dated…………………hall remain unaltered and binding.
Please treat this as an integral part of the original guarantee to which it would be deemed to
have been attached.
………………………………………………...
(Signature)
…………..…………………..……………….
(Name)
…………………………..………..……………..
(Designation with Bank Stamp)
Authorised vide
Power of Attorney No…..
Date……………………
Dated …………………………..
SEAL OF BANK
Note:
a) @ The extension of the Bank Guarantee should be forwarded to the Unit/Project/Corporate
Centre, from where the extension has been sought.
b) The extension of BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate
value as per Stamp Act prevailing in the State(s) where the BG is submitted or is to be
acted upon or the rate prevailing in the State where the BG is executed, whichever is
higher. The Stamp Paper/e-Stamp paper shall be purchased in the name of
Bidder/ Bank issuing the guarantee.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 93 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XVII
BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT
To,
Ratnagiri Gas and Power Private Limited,
At & Post: Anjanvel,
Taluka: Guhagar,
Dist.: Ratnagiri – 415703
Maharashtra.
In consideration of the Ratnagiri Gas and Power Private Limited having its Registered office at
NTPC Bhawan, SCOPE Complex, 7, Industrial Area, Lodi Road, New Delhi 110 003
(hereinafter called the "Company" which expression shall unless repugnant to the subject or
context include its administrators, successors and assigns) having agreed under the terms and
conditions of the Award Letter No.: dated: --/--/----
issued by Ratnagiri Gas and Power Private Limited, which has been unequivocally accepted by
the Contractor: M/s ______ and having its Registered Office at: for the Work:
(hereinafter called the said Contract) to accept a Deed of Guarantee as herein provided for Rs.
________ (Rupees _____ Only) valid upto --/--/---- from a Scheduled Commercial Bank in
lieu of the security deposit to be made by the Contractor or in lieu of the deduction to be made
from the Contractor's bills, for the due fulfillment by the said Contractor of the terms and
conditions contained in the said Contract. We, ______ (hereinafter referred to as "the said
Bank" and having Registered office at: and branch office at: do hereby undertake and
agree to indemnify and keep indemnified the Company from time to time to the extent of Rs.
_______ (Rupees ______ Only) against any loss or damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Company by reason of any
breach or breaches by the said Contractor of any of the terms and conditions contained in the
said Contract and to unconditionally pay the amount claimed by the Company on demand and
without demur to the extent aforesaid.
2. We, the said bank further agree that the Company shall be the sole judge of and as to
whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said Contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Company on account
thereof and the decision of the Company that the said Contractor has committed such beach
or breaches and as to the amount or amounts of loss, damage, costs charges and expenses
caused to or suffered by or that may be caused to or suffered by the Company from time to
time shall be final and binding on us.
3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said
Contract and till all the dues of the Company under the said Contract or by virtue of any of
the terms and conditions governing the said Contract have been fully paid and its claims
satisfied or discharged and till the owner certifies that the terms and conditions of the said
Contract have been fully and properly carried out by the said Contractor and accordingly
discharges this Guarantee subject, however, that the Company shall have no claim under
the Guarantee after XX days from the date of expiry of the Contract Period as provided in
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 94 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
the said Contract, i.e. XX.XX.XXXX or from the date of cancellation of the said contract, as
the case may be, unless a notice of the claim under this Guarantee has been served on the
Bank before the expiry of the said period in which case the same shall be enforceable
against the Bank notwithstanding the fact, that the same is enforced after the expiry of the
said period.
4. The Company shall have the fullest liberty without affecting in any way the liability of the
Bank under this Guarantee or indemnity, from time to time to vary any of the terms and
conditions of the said Contract or to extend time of performance by the said Contractor or
to postpone for any time and from time to time any of the powers exercisable by it against
the said Contractor and either to enforce or forbear from enforcing any of the terms and
conditions governing the said Contract or securities available to Company and the said Bank
shall not be released from its liability under these presents by any exercise by the Company
of the liberty with reference to the matters aforesaid or by reason of time being given to the
said Contractor or any other forbearance, act or omission on the part of the Company or
any indulgence by the Company to the said Contractor or any other matter or thing
whatsoever which under the law relating to sureties would but for this provision have effect
of so releasing the Bank from its such liability.
5. It shall not be necessary for the Company to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable
against the Bank, notwithstanding any security which the Company may have obtained or
obtain from the Contractor shall at the time when proceedings are taken against the Bank
hereunder be outstanding or unrealised.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the Company in writing and agree that any change in the
Constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder. If any further extension of this Guarantee is required, the same shall be
extended to such required periods on receiving instructions from M/s. ________ on whose
behalf this guarantee is issued.
In presence of WITNESS
1…………………………..
For and on behalf of (the Bank)
Signature
Name & Designation……………………
2………………………….. Authorization No………………………..
Date and Place………………………….
Bank’s Seal
NOTE:
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 95 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
a) *This sum shall be ten percent (10%) of the Contract Value.
b) Bank Guarantee to be submitted within 30 days from date of issue of
LOA/LOI whichever is earlier.
c) Validity of bank guarantee shall be 12+3 months i.e. 15 months from the
date of issue of LOA / LOI.
d) Value of Stamp Paper to be 0.5% of value of BG amount as per
Maharashtra Stamp Act
d) List of acceptable scheduled commercial banks is given in the tender
document.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 96 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XVIII
PROFORMA FOR PERFORMANCE BANK GUARANTEE
{To be stamped in accordance with Maharashtra Stamp Act (Stamp value 0.5% of
Value of BG as per present MSA)}
The non-judicial stamp paper should be in the name of issuing bank
Ref Bank Guarantee No.
Date ---------
To
Ratnagiri Gas and Power Pvt. Ltd.,
At/ PO: Anjanwel,
Tal. Guhaghar, Dist. Ratnagiri- 415634,
Maharashtra, India
Dear Sirs,
1. In consideration of the Ratnagiri Gas and Power Pvt. Ltd., (hereinafter referred to
as the 'Owner', which expression shall unless repugnant to the context or meaning
thereof include its successors, administrators and assigns) having awarded to M/s
------------------------------------ with its Registered / Head Office at ----------------
--------------- (hereinafter referred to as the 'Contractor', which expression shall
unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns), a Award Letter by issue of Owner's LOA
No. ---------------- dated ------ for a value of Rs.----------------(Rs.-----------------
------only) for --------(scope of supply) and the same having been unequivocally
accepted by the Contractor, and the Contractor having agreed to supply a
Performance Guarantee for the faithful performance of the said work during defect
liability period, equivalent to* 10% of the said value of the award letter to the
Owner.
The guarantee shall also cover the following: -
i. The successful Bidder further guarantees that the equipment provided and installed
by him shall be free from all defects in design, material and workmanship and shall
upon written notice from RGPPL fully remedy free of expenses to RGPPL/Owner such
defects as developed under the normal use of the said equipment within the period
of guarantee specified in the relevant clause of the contract.
ii. The Performance Guarantee is intended to secure the performance of the entire
work as stated in award letter. However, it is not to be construed as limiting the
damages under the contract.
2. We-----------, having its Head office (Name & address)------------------------------
----(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 owner, on
demand any and all monies payable by the Contractor to the extent of as
aforesaid at any time upto -----------------** (days/month/year) without any
demur, reservation, contest, recourse or protest and/or without any reference to
the Contractor. Any such demand made by the owner on the bank shall be
conclusive and binding not withstanding any difference between the owner and
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 97 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Contractor or any dispute pending before any court, tribunal or any other
authority. The bank undertakes not to revoke this guarantee during its currency
without previous consent of the owner and further agrees that the guarantee
herein contained shall continue to be enforceable till the owner discharges this
guarantee.
3. The owner 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 purchase order by the Contractor. The owner 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 purchase order between the owner and the Contractor or any other course of
or remedy or security available to the owner. The bank shall not be released of its
obligations under these presents by any exercise by the owner of its liberty with
reference to the matters aforesaid or any of them or by reason of any other acts
of omission or commission on the part of the owner or any other indulgence shown
by the owner or by any other matters or thing whatsoever which under law would,
but for this provision, have the effect of reliving the bank. The bank also agrees
that the owner 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 not withstanding any security or other guarantee that the owner
may have in relation to the Contractors liability.
4. Notwithstanding anything contained herein above our liability under this guarantee
is restricted to------------and it shall remain in force upto--------------------------
** (days/month/year) and including all shall be extended from time to time for
such period (not exceeding one year), as may be desired by M/s--------------
(Contractor) on whose behalf this guarantee has been given.
Dated this------------------day of----------20--------- at---------------
Witness:
(Signature) (Signature)
(Bank's Rubber Stamp)
(Name)
(Name)
(Designation with Bank Stamp)
(Official Address)
Attorney as per Power of Attorney
No.-------------Dated---------
NOTES:
*This sum shall be ten percent (10%) of the total amount mentioned in award letter.
**The date will be ninety (90) days after the end of Defect Liability Period (as specified
in the contract. i.e. total 39 months from date of commissioning of STP)
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 98 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XIX
LIST OF SCHEDULED COMMERCIAL BANKS
A.
State Bank of India
B.
NATIONALISED BANKS
1 ALLAHABAD BANK 11 ORIENTAL BANK OF COMMERCE
2 ANDHRA BANK 12 PUNJAB NATIONAL BANK
3 BANK OF INDIA 13 PUNJAB & SIND BANK
4 BANK OF MAHARASHTRA 14 SYNDICATE BANK
5 CANARA BANK 15 UNION BANK OF INDIA
6 CENTRAL BANK OF INDIA 16 UNITED BANK OF INDIA
7 CORPORATION BANK 17 UCO BANK
8 DENA BANK 18 VIJAYA BANK
9 INDIAN BANK 19 BANK OF BARODA
10 INDIAN OVERSEAS BANK
C. SCHEDULED PRIVATE BANKS (INDIAN BANKS)
1 CATHOLIC SYRIAN BANK 12 SOUTH INDIAN BANK LTD
2 CITY UNION BANK 13 TAMILNAD MERCANTILE BANK LTD
3 DHANLAXMI BANK LTD 14 ING VYSYA BANK LTD
4 FEDERAL BANK LTD 15 AXIS BANK LTD
5 JAMMU & KASHMIR BANK LTD 16 INDUSIND BANK LTD
6 KARNATAKA BANK LTD 17 ICICI BANK
7 KARUR VVSYA BANK LTD 18 HDFC BANK LTD
8 LAKSHMI VILAS BANK LTD 19 DCB BANK LTD
9 NAINITAL BANK LTD 20 YES BANK LTD
10 KOTAK MAHINDRA BANK 21 IDFC YES BANK
11 RBL BANK LTD 22 BANDHAN BANK LTD
D. SCHEDULED PRIVATE BANKS (FOREIGN BANKS)
1
ABU BHABI COMMERCIAL BANK LTD,
PJSC
24
KRUNG THAI BANK PUBLIC COMPANY
LTD
2 BANK OF AMERICA NA 25
The Bank of Tokyo
-
Mitsubishi UFJ
Li
mited
3 BANK OF BAHRAIN & KUWAIT B.S.C 26
Australia & Newzealand Banking Group
Limited
4 Mashreq Bank p.s.c 27 Sumitomo Mitsui Banking Corporation
5 BANK OF NOVA SCOTIA 28 American Express Banking Corporation
6
CREDIT AGRICOLE CORPORATE AND
INVESTMENT
BANK
29 CommonWealth Bank of Australia
7 BNP PARIBAS 30 Credit Suisse A.G.
8 BARCLAYS BANK 31 FirstRand Bank Ltd.
9 CITI BANK N.A 32
Industrial & Commercial Bank of China
Ltd.
10 DEUTSCHE BANK A.G 33 JSC VTB Bank
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 99 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
11
THE HONGKONG SHANGAI BANKING
CORPORATION LTD
34 National Australia Bank
12 SOCIETE GENERALE 35 Cooperatieve Rabobank U.A.
13 SONALI BANK LTD 36 Sberbank
14 STANDARD CHARTERED BANK 37
United Overseas Bank Ltd.
15
J.P. Morgan Chase Bank, National
38
Westpac Banking Corporati
on
16 STATE BANK OF MAURITIUS LTD 39 Woori Bank
17 DBS BANK LTD 40 The Royal Bank of Scotland plc
18 BANK OF CEVLON 41
Doha Bank Qsc
19 PT Bank Maybank Indonesia TBK 42 Industrial Bank of Korea
20 A B BANK 43 KEB Hana Bank
21 SHINHAN BANK 44 National Bank of Abu Dhabi PJSC
22 CTBC BANK CO. LTD
23 MIZUHO BANK LTD
E. OTHER PUBLIC SECTOR BANKS
1 IDBI BANK LTD
NOTE:
GUARANTEE FROM ANY FOREIGN BANK SHALL BE CONFIRMED
BY A SCHEDULED/NATIONALISED BANK IN INDIA.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 100 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
(Annexure-XX)
FRAUD PREVENTION POLICY
1.0 POLICY OBJECTIVES: The “Fraud Prevention Policy” has been framed to provide a
system for detection and prevention of fraud, reporting of any fraud that is detected or
suspected and fair dealing of matters pertaining to fraud. The policy will ensure and
provide for the following: -
a. To ensure that management is aware of its responsibilities for detection and
prevention of fraud and for establishing procedures for preventing fraud and/or
detecting fraud when it occurs.
b. To provide a clear guidance to employees and others dealing with RGPPL forbidding
them from involvement in any fraudulent activity and the action to be taken by them
where they suspect any fraudulent activity.
c. To conduct investigations into fraudulent activities.
d. To provide assurances that any and all suspected fraudulent activity will be fully
investigated.
2.0 SCOPE OF POLICY: The policy applies to any fraud, or suspected fraud involving
employees of RGPPL (all full time, part time or employees appointed on
adhoc/temporary/contract basis) as well as representatives of vendors, suppliers,
bidder’s, consultants, service providers or any outside agency(ies) doing any type of
business with RGPPL.
3.0 DEFINITION OF FRAUD: "Fraud" is a willful act intentionally committed by an
individual(s) - by deception, suppression, cheating or any other fraudulent or any other
illegal means, thereby, causing wrongful gain(s) to self or any other individual(s) and
wrongful loss to other(s). Many a times such acts are undertaken with a view to
deceive/mislead others leading them to do or prohibiting them from doing a bonafide act
or take bonafide decision which is not based on material facts."
4.0 ACTIONS CONSTITUTING FRAUD: While fraudulent activity could have a very wide
range of coverage, the following are some of the act(s) which constitute fraud.
The list given below is only illustrative and not exhaustive: -
a. Forgery or alteration of any document or account belonging to the Company.
b. Forgery or alteration of cheque, bank draft or any other financial instrument etc.
c. Misappropriation of funds, securities, supplies or others assets by fraudulent means
etc.
d. Falsifying records such as pay-rolls, removing the documents from files and /or
replacing it by a fraudulent note etc. Willful suppression of facts/deception in matters
of appointment, placements, submission of reports, tender committee
recommendations etc. as a result of which a wrongful gain(s) is made to one and
wrongful loss(s) is caused to the others.
e. Utilizing Company funds for personal purposes.
f. Authorizing or receiving payments for goods not supplied or services not rendered.
g. Destruction, disposition, removal of records or any other assets of the Company with
an ulterior motive to manipulate and misrepresent the facts so as to create
suspicion/suppression/cheating as a result of which objective assessment/decision
would not be arrived at.
h. Any other act that falls under the gamut of fraudulent activity.
5.0 REPORTING OF FRAUD:
a. Any employee (full time, part time or employees appointed on
adhoc/temporary/contract basis), representative of vendors, suppliers, bidders,
consultants, service providers or any other agency(ies) doing any type of business
with RGPPL as soon as he / she comes to know of any fraud or suspected fraud or any
other fraudulent activity must report such incident(s). Such reporting shall be made to
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 101 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
the designated Nodal Officer(s), nominated in every project/ HQ. If, however, there is
shortage of time such report should be made to the immediate controlling officer
whose duty shall be to ensure that input received is immediately communicated to the
Nodal Officer. The reporting of the fraud normally should be in writing. In case the
reporter is not willing to furnish a written statement of fraud but is in a position to
give sequential and specific transaction of fraud/suspected fraud, then the officer
receiving the information/Nodal Officer should record such details in writing as
narrated by the reporter and also maintain the details about the identity of the official
/ employee / other person reporting such incident. Reports can be made in confidence
and the person to whom the fraud or suspected fraud has been reported must
maintain the confidentiality with respect to the reporter and such matter should under
no circumstances be discussed with any unauthorized person.
b. All reports of fraud or suspected fraud shall be handled with utmost speed and shall
be coordinated by Nodal Officer(s) to be nominated.
c. Officer receiving input about any suspected fraud/nodal officer(s) shall ensure that all
relevant records documents and other evidence is being immediately taken into
custody and being protected from being tampered with, destroyed or removed by
suspected perpetrators of fraud or by any other official under his influence.
6.0 INVESTIGATION PROCEDURE:
a. The "Nodal Officer" shall, refer the details of the Fraud/suspected fraud to the HR
Department of RGPPL, for further appropriate investigation and needful action.
b. This input would be in addition to the intelligence, information and investigation of
cases of fraud being investigated by the HR of their own as part of their day to day
functioning.
c. After completion of the investigation, due & appropriate action, which could include
administrative action, disciplinary action, civil or criminal action or closure of the
matter if it is proved that fraud is not committed etc. depending upon the outcome of
the investigation shall be undertaken.
d. HR shall apprise "Nodal Officer" of the results of the investigation undertaken by
them. There shall be constant coordination maintained between the two.
7.0 RESPONSIBILITY FOR FRAUD PREVENTION:
a. Every employee (full time, part time, adhoc, temporary, contract), representative of
vendors, suppliers, bidders, consultants, service providers or any other agency(ies)
doing any type of business with RGPPL, is expected and shall be responsible to ensure
that there is no fraudulent act being committed in their areas of responsibility/control.
As soon as it is learnt that a fraud or suspected fraud has taken or is likely to take
place they should immediately apprise the same to the concerned as per the
procedure.
b. All controlling officers shall share the responsibility of prevention and detection of
fraud and for implementing the Fraud Prevention Policy of the Company. It is the
responsibility of all controlling officers to ensure that there are mechanisms in place
within their area of control to:
Familiarize each employee with the types of improprieties that might occur in their
area.
Educate employees about fraud prevention and detection.
Create a culture whereby employees are encouraged to report any fraud or
suspected fraud which comes to their knowledge, without any fear of victimization.
Promote employee awareness of ethical principles subscribed to by the Company
through CDA Rules.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 102 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXI
PERFORMANCE CERTIFICATE REGARDING LABOUR PAYMENT AND STATUTORY
REQUIREMENTS.
CERTIFICATE NO – CCP – 9
(TO BE ISSUED BY THE CONTRACTOR)
Name of the Package :
Letter of Award / Contract No:
Name of the Contractor :
Project : RGPPL, PO. Anjanvel, Guhagar, Dist. Ratnagiri, MS.
This is to certify that we have made all labour payment including PF liabilities in
respect of the above-mentioned LOA/Contract ……………………………………… & no other
payment in this regard is pending from us. Further we confirm that all statutory
requirements have been complied with by us & in case any default is reported against
us, we shall be solely responsible for the same.
FOR & BEHALF of
Place Signature
Date Name:-
Designation:-
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 103 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXII
“NO DEMAND CERTIFICATE”
CERTIFICATE -CCP-10
(TO BE ISSUED BY THE CONTRACTOR)
Name of the Package :
Letter of Award / Contract No :
Name of the Contractor :
Project :RGPPL, PO.Anjanvel, Guhagar, Dist.Ratnagiri, MS
We____________________________________________________________________
do hereby acknowledge and confirm that we have received the full and final payment due and
payable to us from Ratnagiri Gas & Power Project Pvt. Ltd In respect of the aforesaid LOA No -
Dated including amendments, if any, issued by Ratnagiri Gas & Power
Project Pvt. Ltd., to our entire satisfaction and we further confirm that we have no claim
whatsoever pending with Ratnagiri Gas & Power Project Pvt. Ltd., under the said contract.
Notwithstanding any protest recorded by us in any correspondence, documents, measurement
books and / or final bill etc. we waive all our rights to lodge our claim or protest in future under
this contract.
We are issuing this “NO DEMAND CERTIFICATE” in favour of Ratnagiri Gas & Power Project Pvt.
Ltd., with full knowledge and with our free consent without any undue influence,
misrepresentation, coercion, etc.
FOR & BEHALF of
Place Signature
Date Name:-
Designation:-
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 104 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXIII
FORM OF DEED OF JOINT UNDERTAKING
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE
ASSOCIATE ALONGWITH THE CONTRACTOR FOR
---------------------------------- PACKAGE FOR
RGPPL (AS PER CLAUSE ------ OF ITEM ------ OF BDS)
This DEED of UNDERTAKING executed this...................................................... day of
........................ Two thousand ............................by M/s......................................a
Company incorporated under ......................................... having its Registered Office at
..................................... …………………... (hereinafter called the ‘‘Associate’’, which expression
shall include its successors, administrators, executors and permitted assigns) and M/s
……................... a company registered under the ........................................………….having its
registered office at ................................................. (hereinafter called the
Bidder/Contractor, which expression shall include its successors, administrators, executors and
permitted assigns) in favour of RGPPL, incorporated under the Companies Act, 1956, having its
Registered Office at Core-7 Scope Complex, Institutional Area, Lodi Road, New Delhi- 110 003,
INDIA (hereinafter called ‘‘RGPPL’’ or ‘‘Employer’’ which expression shall include its successors,
administrators, executors and assigns).
WHEREAS, the Employer invited Bids for ------------------------------ (hereinafter referred to as
“Plant”) as specified in its Bidding Document No.CS-2841/ OT-122
AND WHEREAS Clause ---------of Item ----- of Bid Data Sheets of Bidding Documents stipulates
that bidding is open to a bidder who meets the requirements stipulated in Clauses --------------
-------------------of Item ----- of Bid Data Sheet and Associates with a firm who in turn fully
meets the stipulated requirements as per Clause -------------------------------------- of Item --
----------- of Bid Data Sheets of Bidding Documents.
AND WHEREAS M/s................................................................. (Bidder) himself does not
meet
the requirements of clause no. ----------------------------------, item ------------ of Bid Data
Sheets of Bidding Documents and hence desires to associate with M/s ...............………………..
(hereinafter referred to as Associate).
A) who has executed the following works within the preceding seven (7) years as on the date
of bid opening:
i) a) -----------------------------------------------------------------------
b) ------------------------------------------------------------------------------------
ii) -----------------------------------------------------------------------------------.
B. Who has achieved minimum average annual turnover in the preceding three
financial years as on date of bid opening of Rs. ______________or above in case
of---------/Rs.----------------- or above in case of --------------------------- / Rs. ----
---------------------- or above in case of ----------------- of BDS.
And whereas a pre condition for submitting the bid, the bidder and the Associate are required
to jointly execute and furnish along with the bid an irrevocable Deed of Joint Undertaking that
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 105 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
they shall be held jointly and severally responsible and bound unto the Employer for successful
design, execution & completion of the ----------------------------------------works under the --
---------------------------------------Package for its fully meeting the parameters guaranteed as
per the Bidding Documents, in the event the Bid is accepted by the Employer resulting in a
Contract (hereinafter called the “Contract”).
WHEREAS M/s ...................................................... is submitting its proposal in response to
the aforesaid Invitation for Bid by the Employer bearing proposal No...............................…
dated ....................... for ---------------- against the Employer’s Bidding Documents.
NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER :
1. That in consideration of the Award of the Contract by the Employer to the Contractor, we,
the aforesaid Associate and the Contractor, do hereby declare and undertake that we shall
be jointly and severally responsible to the Employer for successful design, execution &
completion of the --------------------- works and perform all the contractual obligations
including the technical guarantees for the ----------------------------------------------
works.
2. In case of any breach of the Contract committed by the Contractor, we, the Associate, do
hereby undertake, declare and confirm that we shall be fully responsible for the successful
design, execution & completion of the ------------------------------------------------- works
and undertake to carry out all the obligations and responsibilities under the contract in
order to discharge the Contractor’s obligations and responsibilities stipulated in the
Contract. Further if the Employer sustains any loss or damage on account of any breach of
the Contract, we, the Collaborator/Associate and Contractor, jointly and severally undertake
to promptly indemnify, and pay such losses/damages caused to the Employer on its written
demand without any demur, reservation, contest or protest in any manner whatsoever. This
is without prejudice to any rights of the Employer against the Contractor under the Contract
and/or guarantees. It shall not be necessary or obligatory for the Employer to first proceed
against the Contractor before proceeding against the Associate, nor any extension of time
or any relaxation given by the Employer to the Contractor would prejudice to any rights of
the Employer under this Deed of Joint Undertaking to proceed against the Associate.
3. Without prejudice to the generality of the undertaking in paragraph 1 above, the manner of
achieving the objectives set forth in paragraph 1 above shall be as follows:
(a) The Associate will be fully responsible for design, engineering, execution, and
successful completion of the -------------------------------------------------------
works for the Plant as per the satisfaction of the Employer.
Further, the Associate shall depute their technical experts from time to time to the
Contractor’s works/Employer’s project site as required by Employer and agreed to by
the Contractor/Collaborator to facilitate the successful design, execution & completion
of the --------------------------------------------------------------works as stipulated
in the aforesaid Contract.
Further the Associate shall ensure proper design, engineering, execution, testing and
successful completion of the ----------------------------------------works in
accordance with the specifications and stipulations of the Bidding Documents and if
necessary the Associate shall advise the Contractor suitable modifications of design
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 106 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
and implement necessary corrective measures to discharge the obligations under the
Contract.
(b) In the event the Contractor fails to demonstrate successful performance of the Plant as
set forth in paragraph 1 above, the Associate and the Contractor shall promptly carry
out all the measures at their own expense and shall promptly provide corrected
designs to the Employer.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications for ----------------------------------------
works and payments of financial liabilities, penalties and fulfillment of all other
obligations as provided under the Contract shall be the joint and several
responsibilities of the Contractor and Associate.
4. We, the Contractor and Associate do hereby undertake and confirm that the Undertaking
shall be irrevocable and shall not be revoked till the expiry of defect liability period of the
Plant under the Contract and further stipulate that the Undertaking herein contained shall
terminate after 90 days of satisfactory completion of such defect liability period. In case of
delay in completion of defect liability period, the validity of this Deed of Joint Undertaking
shall be extended by such period of delay. We further agree that this undertaking shall be
without any prejudice to the various liabilities of the Contractor, including the Contract
Performance Security as well as other obligations of the Contractor in terms of the Contract.
5. The Contractor and Associate will be fully responsible for the quality of all --------------------
--------------------------- works including the materials incorporated in such works
whether fabricated at their works or at their Vendor’s works or fabricated/constructed at
site, and their repairs or replacement, if necessary, for timely delivery/execution thereof to
meet the work schedule under the Contract.
6. In case of Award, in addition to the Contract Performance Security furnished by the Bidder,
the Associate shall furnish “as Security” an on demand Performance Bank Guarantee in
favour of the Employer in a form acceptable to Employer as per provisions of the Bidding
Documents. The value of such Bank Guarantee shall be equal to one and a quarter percent
(1.25%) of the total contract price of the Contract awarded by the Employer to the
Contractor and it shall be guarantee towards the faithful performance/compliance of this
Deed of Joint Undertaking in accordance with the terms and conditions specified herein. The
Bank Guarantee shall be unconditional, irrevocable and valid for entire period of Contract,
i.e. till ninety (90) days beyond the end of the Defect Liability period of the Coal Handling
Plant Package under the Contract. In case of delay in completion of the defect liability
period, the validity of this Bank Guarantee shall be extended by the period of such delay.
The Bank Guarantee amount shall be promptly paid to the Employer on demand without any
demur, reservation, protest or contest.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall be settled
as per arbitration procedure/rules mentioned in the Contract Document. This Deed of
Undertaking shall be construed and interpreted in accordance with the Laws of India and the
Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate and the Contractor agree that this Undertaking shall be irrevocable and
shall form an integral part of the Contract. We further agree that this Undertaking shall
continue to be enforceable till the successful completion of Contract and till the Employer
discharge it.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 107 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
9. That this Deed shall be operative from the effective date of the Contract.
IN WITNESS WHEREOF, the Associate and the Contractor, through their authorized
representatives, have executed these present and affixed common seals of their respective
companies on the Day, Month and Year first mentioned above.
For M/s …….....................................
(Collaborator/Associate)
Witness:
1. ............................................. .................................................
(Signatures) (Signature of the authorized
representative)
................................................. Name:........................................ .
(Name & Official Address)
Designation ................................
Common Seal of the Company
.......................................………....
For M/s.........…….............................
(Contractor)
Witness:
1. .............................................. …...............................................
(Signatures) (Signature of the authorized
representative)
................................................. Name: ........................................
(Name & Official Address)
Designation: .................................
Common Seal of the Company
.....................................................
Note: * Bidder and his Collaborator / Associate to strike out whichever is not
applicable.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 108 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXIV
The non-judicial stamp paper should be in the name of issuing Bank
PROFORMA BANK GUARANTEE FOR ADVANCE
(To be stamped in accordance with stamp Act)
(Applicable only when Condition of Advance Payment is mentioned in Tender Document)
Ref ……………………………………. Bank Guarantee No………………….
Date…………………………………
To
Ratnagiri Gas and Power Private Limited (RGPPL)
At & Post Anjanwel, Tal-Guhagar
Dist.: Ratnagiri
Maharashtra-415634
Dear sirs,
In the consideration of the RGPPL (hereinafter referred to as the 'Owner', which expression shall
unless repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to M/s ……………………………with its Registered / Head Office
at………………………….hereinafter referred to as 'Contractor' which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators, executors, and
assigns) a contract by issue of Owner's Purchase Order No………..dated……………and the same
having been unequivocally accepted by the Contractor, resulting into a Contract bearing
No…………….dated………….valued at………..for…………..(scope of work) contract (hereinafter
called the "Contract') and the owner having agreed to make an advance payment to the Contractor
for performance of the above Contract amounting to………………………….(in words and figures)
as an Advance against Bank Guarantee to be furnished by the Contractor.
We………………………..(name of the bank) having its head office at………………………..(address)
(hereinafter referred to as the 'Bank' which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators, executors and assigns) do hereby
guarantee and undertake to pay the Owner immediately on demand any or all money payable by
the Contractor to the extent of ……………………(in words and figures) at any time
upto……………without any demur, reservation, recourse, contest or protest and or without any
reference to the Contractor. Any such demand made by the owner on the Bank shall be conclusive
and binding not withstanding any difference between the owner and the Contractor or any dispute
pending before any court, Tribunal, arbitrator or any other authority. We agree that the Guarantee
herein contained shall be irrevocable and shall continue to be enforceable till the owner discharges
this Guarantee.
The owner shall give the fullest liberty without affecting in any way the liability of the Bank under this
Guarantee from time to time to vary the advance or to extend the time for performance of the
Contract by the Contractor. The owner 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 forebear to enforce any covenants contained or implied in the Contract
between the Owner and the Contractor or any other course or remedy or security available to the
Owner. The Bank shall not be released of its obligations under these presents by any exercise by
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 109 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
the Owner of its liberty with reference to 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 Owner or any other
indulgence shown by the Owner 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 on certification of the Owner the amount of the bank guarantee shall
stand reduced to the extent so notified by the Owner semi annual. It is further agreed that the
reduction so notified by the Owner shall be conclusive and binding on the bank without any
reservation.
The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee
against Bank as a principal debtor in first instance without proceeding against the Contractor and
notwithstanding any security or other Guarantee that the Owner may have in relation to the
Contractor's liabilities.
Notwithstanding anything contained hereinabove, our liability under this guarantee is limited to
……………………….and it shall remain in force upto and
including…………………..@...............................and shall be extended from time to time for such
period (not exceeding one year) as may be desired by M/s…………………………..on whose behalf
this Guarantee has been given.
Dated this……………….day of…………….20…………….at……………….
Witness
_____________________ (Signature)
Signature Name
Designation with Bank Stamp
____________________
Name
____________________ Attorney as per Power of Attorney
Office address
No.
____________________ Dated_____________________
*Strike out whichever is not applicable.
@ the date will be 90 days after the date of completion of the contract.
Note :
a) Please mention the full address of project / office where the Bank Guarantee is to be submitted.
b) Value of Stamp Paper Shall be 0.5% of value of BG amount as per Maharashtra Stamp Act
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 110 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXV
GENERAL SAFETY OBLIGATION TO AGENCIES
1. Contractor has to arrange for all the safety equipments like safety shoes, Helmets, goggles, gloves,
safety belts etc required for safety of their workers working at site.
2. The contractor shall issue photo entry pass for their personnel to be deployed inside plant, which they
shall be required to display prominently during the period of their stay within the company premises.
3. The contractor shall obtain proper gate pass for entries and exists of all materials and equipments inside
the plant.
4. Liabilities for Safety at site shall be strict in the observance of the existing safety and accident
prevention regulations of RGPPL.
5. Contractor has to take special precaution to ensure that the personnel under his
control do not carry any combustible materials such as matchbox, cigarettes, etc.
Smoking is strictly prohibited inside plant premises.
6. The Contractor shall have the group insurance/Workman’s compensation policy for the working
manpower at site looking the scope of work and as per the statutory rules for the complete period of
contract.
7. The Contractor shall ensure proper safety to all the workman, materials, plant and equipments belonging
either to him or to other agencies or to RGPPL at the Site.
8. The Contractor will notify well in advance to the Engineer-in-charge of his intention to bring to the site any
container filled with liquid or fuel or gas or explosive or petroleum substance which may involve chemical
hazards, The Engineer-in-Charge shall have the right to prescribe the terms and conditions under which such
container is to be handled and used during the performance of the works and the Contractor shall strictly adhere
to and comply with such instructions. The Engineer-in-Charge shall have the right at his sole discretion to inspect
any such container or such construction plant for which material in the container is required to be used and if in
his opinion, its use is not safe, he may forbid its use,
9. All equipments used in construction and direction by Contractor shall meet Indian/International
standards and where such standards do not exist, the Contractor shall ensure these to be absolutely safe. All
equipments shall be strictly operated and maintained in accordance with manufacturer's operation manual
and safety instructions and as per guidelines of RGPPL in this regard.
10. Periodical examinations and all tests for lifting/hoisting equipments and tackles shall be carried out in
accordance with the relevant provisions of factories Act. 1948, Indian Electricity Act. 1910 and other
applicable laws/rules in force from time to time. A register of examinations and tests shall be properly maintained
and will be promptly produced as and when desired by Engineer - in -Charge or by the person authorized by him.
11. The Contractor shall fully responsible for the safe storage of his and his sub-Contractor's radio-active source
in accordance with BAFO/DAE in connection with use storage and will be promptly taken by Contractor.
12. The Contractor shall provide suitable safety equipments of prescribed standard to all employees and workman
according to the need or as may be directed by Engineer-in-Charge who will also have right to examine these
safety equipments and determine their suitability, reliability, acceptability and adaptability.
13. Where explosives are to be used, the same shall be used under the direct control and supervision of an
expert, experienced, qualified and competent person strictly in accordance with the code or practices/rules
framed under Indian Explosives Act, pertaining to handling, storage and use of the explosives.
14. The Contractor shall provide safe working conditions to all workman and employees at the site including safe
means of access railing, stairs, ladders, scaffoldings, etc. The scaffoldings shall be erected under the control and
supervision of an experienced and competent person. For erection, good and standard quality of material shall
be used by the Contractor.
15. The Contractor shall not interfere or disturb electric, fuses, cables and other electrical equipments belonging to
the owner or other Contractor under any circumstances, whatsoever unless expressly permitted in writing by
RGPPL to handle such fuses, cables or electrical equipment.
16. No weight of any description will be imposed on any cable and no ladder or similar equipment shall rest against
or attached to it unless expressly permitted to do so by RGPPL.
17. No repair work shall be carried out on any live equipment. The equipment must be declared safer by engineer -
in- charge and a permit to work shall be issued by Engineer-in-Charge before any repair work is carried out.
While working on electric line/equipments whether alive or dead, suitable type and sufficient quantity of tools
will have to be provided by Contractor to electricians/workmen/officers.
18. The Contractor shall employ necessary number of qualified, full time electricians/ Electrical. Supervisors to
maintain his temporary electrical installations.
19. The Contractor employing more than 250 workmen, whether temporary, casual, probationer regular or
permanent or on contract, shall employ at least one full time exclusively as safety officer to supervise safety
aspects of the equipments and workman who will coordinate with the project safety officer. In case of work
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 111 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
being carried out through Sub-Contractor the sub-Contractor's workman/employees will also be taken in to
account as for the Contractors workman/employees, purpose of observing safety precautions and appointing
safety officer. The name and address of such safety officer or Contractor will be promptly informed in writing to
Engineer - in - Charge with a copy to project safety officer-in-Charge
20. In case of any accident occurs during the construction/erection or associated activities undertaken by the
Contractor thereby causing any minor or major or fatal injury to his employees due to any reason, whatsoever,
it shall be the responsibility of the Contractor to promptly inform the same to RGPPL's Engineer - in - Charge in
prescribed form and also to all the authorized envisaged under the applicable laws.
21. The Engineer -in - charge shall have the right at his sole discretion to stop the work, if in his opinion the work is
being carried out in such a way that it may cause accidents and endanger the safety of the workmen and
equipments. In such cases, the Contractor shall be informed about the nature of hazards and possible
injury/accident and he shall comply to remove shortcomings promptly. The Contractor shall stopping the specific
work, can, if felt necessary, appeal against the order or stoppage the specific work to the General Manager of
the project within 15 days of such stoppage of work and his decision in this respect shall be conclusive and
binding on the Contractor.
22. The Contractor shall not have any right to claim any damages/compensations for stoppage of work due to safety
reasons as provided in para 21.0 above and the period of such stoppage of work will not be taken as an
extension of time for completion of work and will not be exempted for purpose of levy of liquidated damages.
23. The Contractor shall follow and comply all RGPPL safety instructions and codes, relevant provisions of applicable
laws pertaining to the safety of workmen, employees, plant and equipment as may be applicable from time to
time without any demur, protest or contest or reservation. In case of conflict, the statutory provision shall over
ride RGPPL instructions on any particular safety measure.
24. If the Contractor fails in providing safe working environment as per the safety instructions/ codes etc. or
continues the work even after being instructed to stop work by Engineer-in -charge as provided in para 21.0
above, the Contractor shall be liable to promptly pay on demand by the owner such compensation amount per
day or there of as may be determined by the Engineer-in-charge, which shall not exceed Rs. 5,000/- per day or
the actual loss suffered by the owner whichever is more. However, in case of accident taking place causing
injury in any individual their provision contained in para 26.0 shall also apply in addition to the compensation
mentioned in this para.
25. In case of continued violation of RGPPL safety instructions and codes and applicable laws which are prepared to
ensure safety to men and material and plant and equipment or Contractor's will failure to comply with
instructions of Engineer-in-Charge as aforesaid RGPPL shall have the right at its sole discretion of debar such
Contractor’s for award of any contract in future, Further RGPPL shall not permit its Contractor’s also to award
any of their sub-Contractor’s to any such defaulting Contractors under any circumstances, whatsoever.
26. If the Contractor does not take all safety precautions and/or fails to comply with the safety instructions as
prescribed by RGPPL or under the applicable law for the safety of the equipment and plant and for the safety of
its workmen and the Contractor does not prevent hazardous conditions which cause injury to his own employees
who are working at site or adjacent thereto, the Contractor shall be responsible for payment of compensation to
RGPPL as per the following schedule.
a) Fatal injury or accident causing death of
workmen or employees
As determined by the workmen compensation
commissioner under Workmen’s Compensation Act
1923 and any subsequent amendment.
b) Major injuries or accident causing 25% or
more permanent disablement to workmen or
employee
27. The Compensation mentioned above shall be in addition to the compensation payable to the
workmen/employees under the relevant provisions of the workmen's compensation Act & Rules
framed there under or any other applicable laws as applicable from time to time. In case the owner is
made to pay such compensation then the Contractor is bound to reimburse the owner such
amount in addition to the compensation indicated above.
28. If the Contractor observes all the safety instruction, Laws and Rules during the currency of contract awarded by
the owner and no accident (Fatal or major or minor accident/ injury) occurs to any of its workmen or equipment
due to non compliance of safety instructions and applicable law then RGPPL may consider the performance of
the Contractor and award suitable "ACCIDENT FREE SAFETY MERITORIOUS AWARD" as per scheme detailed/
announced separately to such Contractor after successful completion of their contracts, which apart from
monetary benefit may add to the Contractor’s qualification competing for other contracts of RGPPL.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 112 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXVI
GENERAL ENVIRONMENTAL OBLIGATIONS TO AGENCIES
1. Ratnagiri Gas & Power Pvt. Ltd (RGPPL) environmental policy is documented implemented and
maintained at RGPPL and shall be available to all interested parties on demand.
2. We expect our business partners to adhere to the requirements of our Environmental policy, salient
features of which are:
a. Continual improvement in its environmental performance
b. Control and prevention of pollution
c. Conservation of natural resources
d. Waste minimisation
e. Compliance with regulatory requirements
f. Creating environmental awareness to its employees and associates working with it.
3. Accordingly, all the successful bidders shall also be responsible to act and comply towards our
Environmental Policy. They shall also extend full co-operation to the authorized representative of
RGPPL to achieve the objective of the Environment Policy.
4. The successful bidder may note that:
ii. The personnel employed by them have requisite knowledge to carry out the job entrusted to
them in an environmentally conscious way and are aware of RGPPL Environment Policy. In case
they require any clarification in the Environment Policy and its objectives, they can contact the
Engineer-in-Charge for the same.
iii. The personnel engaged by them use the required personnel protective equipments while at
work, wherever required.
iv. They should ensure that water, fuel and energy are used judiciously i.e. water & power points
are closed/put off when not in use.
v. Limit to the speed limits while driving.
vi. For the hired vehicles of RGPPL the smoke emission from vehicles shall be as per norms laid
down by Motor Vehicle Act, which is subject to change from time to time. Necessary PUC
Certificate shall be produced to RGPPL officials on demand.
vii. The vehicles employed by them meet the requirement of the PUC norms. Check the vehicles for
energy efficiency, vehicular emission, oil leakages, tyre pressure etc regularly and correct if
needed.
viii. Any oil/chemical leakage shall be immediately brought to the notice of Engineer-in-Charge so
that corrective action is taken quickly to avoid any water/land/air contamination.
ix. Care shall be taken while filling/removal of oil from the equipments that no spillage take place.
Any used oil removed from the equipment shall be filled in drum marked as “Used Oil Drums”.
x. Proper housekeeping shall be done after maintenance activity. The waste/garbage collected from
various site by housekeeping contact personnel shall be disposed as per instructions of Engineer-
in-Charge.
xi. Use recyclable material to the extent possible in packing.
xii. Take all precautions as necessary while carrying hazardous chemicals and hazardous wastes.
a. Insist for MSDS for hazardous chemicals and TREM card for hazardous wastes.
b. Comply with the requirements of Hazardous Chemicals (Handling & Management)
(Amendment) Rules, 2003 and or Hazardous Wastes (Management, Handling and Trans-
boundary Movement) Rules, 2008.
c. Comply with the provisions of Motor Vehicle Act1988.
xiii. Inform the Shift In-charge at 321, 331 or 332 in case of any accidents/emergency within the plant
premises.
5. Any non-conformity or act which may be detrimental to the RGPPL Environmental Policy and to the
environmental objectives and targets shall be dealt in by RGPPL sternly and suitable action may be
taken as deemed fit.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 113 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure XXVII
BIDDER'S QUERIES
To,
M/s RGPPL
TENDER NO: RGPPL/C&M/CS-2841/OT-122
SL.
NO.
REFERENCE OF BIDDING DOCUMENT
BIDDER'S
QUERY
RGPPL'S REPLY
SEC.
NO.
Page No.
Clause
No.
Subject
NOTE: The bid queries may be sent by fax and also by e-mail but not later than 07 (seven) days
prior to bid opening date.
SIGNATURE OF BIDDER
NAME OF BIDDER
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 114 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXVIII
Form of Indemnity Bond to be executed by the contractor for the equipment handed over by the
employer for the performance of its contract (Entire Equipment consignment in one Lot)
(On Non-Judicial stamp paper of appropriate value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this _____ day of ___________ 2019 by _______________(contractor’s
name a Company registered under the Companies Act 1956 / Partnership Firm /Proprietary concern
having its registered office at __________________ (hereinafter called the ‘Contractoror ‘Obligor’ which
expression shall include its successors and permitted assigns) in favour of RGPPL, a company incorporated
under the Companies Act, 1956, having its Registered Office at Core-7 Scope Complex, Institutional Area,
Lodi Road, New Delhi- 110 003, INDIA (hereinafter called ‘RGPPL’ {abbreviated name of Employer} which
expression shall include its successors and assigns):
WHEREAS ………………@ …………. ……. has awarded to the contractor a contract for ……………… vide its Letter
of award / Contract No…………….. dated ……………….and its amendment no. …………………(applicable when
amendment have been issued) (hereinafter called the “Contract”) in terms of which …..@...... is required
to hand over various equipments to the Contractor for execution of the Contract.
And WHEREAS by virtue of Clause No. ………. of the said contract, the Contractor is required to execute an
Indemnity Bond in favour of ……@ ……for the Equipments handed over to it by ……@ …… for the purpose of
performance of the Contract / Erection portion of the contract (hereinafter called the ‘Equipments’)
AND THEREFORE Indemnity Bond witness as follows:
1. That the consideration of various Equipments as mentioned in the Contract, valued at (amount in
Fig)……………………..(amount in words) …………….handed over to the Contractor for the purpose of
performance of the Contract, the Contractor herby undertakes the indemnify and shall keep ………..@
……….indemnified, for the full value of the Equipments. The Contractor hereby acknowledges actual receipt
of Equipment etc. as per dispatch title documents handed over to the Contractor as detailed in the
Schedule appended hereto. The Contractor shall hold such Equipment etc. in trust as a “Trusteefor and
on behalf of ……..@............
@ fill in abbreviated name of Contractor.
2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit/ Protection
and custody of the Equipment at ………………….. @ .................. project site against all risks whatsoever
till the Equipments are duly used / erected in accordance with the terms of the Contract and the plant
/ package duly erected and commissioned in accordance with the terms of the Contract is taken over
by …………………. @ ………………. . The Contractor undertakes to keep .................. @ …………………..
harmless against any loss or damage that may be caused to the Equipments.
3. The Contractor undertakes that the Equipments shall be used exclusively for the performance /
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilized for any other work of purpose whatsoever. It is clearly understood by the
Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall
inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose
including legal/penal consequences.
4. That ………………….. @ ................... is and shall remain the exclusive owner of the equipments free
from all encumbrances, charges or liens of any kind, whatsoever. The Equipments shall at all times be
open to inspection and checking by the Project Manager or other employees/ agents authorized by
him in this regard. Further, …………………. @ ………………….. shall always be free at all times to take
possession of the Equipments in whatever form the Equipments may be, if in its opinion, the
equipments are likely to be endangered, mis-utilised or converted to uses other than those specified in
the Contract, by any acts of omission or com- mission on the part of the Contractor or any other
person or on account of any reason whatsoever and the Contractor binds himself and undertakes to
comply with the directions of demand of …………………… @ ……………………. to return the Equipments
without any demur or reservation.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 115 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipments
or the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor hereby
agrees that the decision of the Project Manager of ………………….. @ ………………….. as to assessment of
loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds
itself and undertakes to replace the lost and/or damaged Equipments at its own cost and/or shall pay
the amount of loss to ……………………. @ …………………….. without any demur, reservation or protest. This
is without prejudice to any other right or remedy that may be available to …………........... @
……………………. against the Contractor under the Contract and under this Indemnity Bond.
NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the
terms and conditions of this Bond to the satisfaction of …………………. @ ……………………, THEN, the above
Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative
under the common seal of the Company, the day, month and year first above mentioned.
SCHEDULE
Particulars
of the
Equipments
handed over
Quantity Particulars of
Despatch title
Documents
Value of the
Equipment
Signature of
Attorney in
token of
receipt
RR/GRI
Bill of
lading No
&
Date
Carrier
For and on behalf of
(Contractor's Name)
WITNESS:
Signature ....................... . Signature ……………….
Name ............................ . Name……………….
Address .......................... . Designation of authorized representative …………
Signature ....................... .
Name ............................. . (Common Seal)
Address .......................... . In case of Company
Signature ....................... .
Indemnity Bond are to be executed by the authorised person and (i) in case of contracting Company
under common seal of the Company or (ii) having the Power of Attorney issued under common seal of the
company with authority to execute Indemnity Bond, (iii). In case of (ii), the original Power of Attorney if it
is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of
Attorney and such documents should be attached to Indemnity Bond.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 116 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Annexure-XXIX
Form of Indemnity Bond to be executed by the contractor for the equipment handed over in
installments by the employer for the performance of its contract
(On Non-Judicial stamp paper of appropriate value)
INDEMNITY BOND
THIS INDEMNITY BOND is made this _____ day of ___________ 2019 by _______________
(contractor’s name a Company registered under the Companies Act 1956 / Partnership Firm / Proprietary
concern having its registered office at __________________(hereinafter called the ‘Contractor’ or
‘Obligor’ which expression shall include its successors and permitted assigns) in favour of RGPPL, a
company incorporated under the Companies Act, 1956, having its Registered Office at Core-7 Scope
Complex, Institutional Area, Lodi Road, New Delhi- 110 003, INDIA (hereinafter called ‘RGPPL’
{abbreviated name of Employer} which expression shall include its successors and assigns):
WHEREAS ………………@ …………. ……. has awarded to the contractor a contract for ……………… vide its Letter
of award / Contract No…………….. dated ……………….and its amendment no. ……………… (applicable when
amendment have been issued) (hereinafter called the “Contract”) in terms of which …..@...... is required
to hand over various equipments to the Contractor for execution of the Contract.
And WHEREAS by virtue of Clause No. ………. of the said contract, the Contractor is required to execute an
Indemnity Bond in favour of ……@ ……for the Equipments handed over to it by ……@ …… for the purpose of
performance of the Contract / Erection portion of the contract (hereinafter called the ‘Equipments’)
NOW THEREFORE Indemnity Bond witness as follows:
1. That the consideration of various Equipments as mentioned in the Contract, valued at (amount in
Fig)……………………..(amount in words) …………….handed over to the Contractor in installments from
time to time for the purpose of performance of the Contract, the Contractor herby undertakes to
indemnify and shall keep ………..@ ……….indemnified, for the full value of the Equipments. The
Contractor hereby acknowledges actual receipt of initial installment of the Equipment etc. as per
details in the Schedule appended hereto. Further the contractor agrees to acknowledge actual receipt
of the subsequent installments of the Equipments etc. as required by ……………….. @.................. in
the form of Schedules consecutively numbered which shall be attached to this Indemnity Bond so as
to form integral parts of this Bond. The Contractor shall hold such Equipment etc. in trust as a
“Trustee” for and on behalf of ……..@.............
2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit/ Protection
and custody of the Equipment at ………………….. @ .................. project site against all risks
whatsoever till the Equipments are duly used / erected in accordance with the terms of the Contract
and the plant / package duly erected and commissioned in accordance with the terms of the Contract
is taken over by …………………. @ …………………. . The Contractor undertakes to keep .................. @
………………….. harmless against any loss or damage that may be caused to the Equipments.
3. The Contractor undertakes that the Equipments shall be used exclusively for the performance /
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilized for any other work of purpose whatsoever. It is clearly understood by the
Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall
inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and
purpose including legal/penal consequences.
4. That ………………….. @ ................... is and shall remain the exclusive owner of the equipments free
from all encumbrances, charges or liens of any kind, whatsoever. The Equipments shall at all times
be open to inspection and checking by the Project Manager or other employees/ agents authorized
by him in this regard. Further, …………………. @ ………………….. shall always be free at all times to take
possession of the Equipments in whatever form the Equipments may be, if in its opinion, the
equipments are likely to be endangered, mis-utilised or converted to uses other than those specified
in the Contract, by any acts of omission or com- mission on the part of the Contractor or any other
person or on account of any reason whatsoever and the Contractor binds himself and undertakes to
comply with the directions of demand of …………………… @ ……………………. to return the Equipments
without any demur or reservation.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 117 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipments
or the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor
hereby agrees that the decision of the Project Manager of ………………….. @ ………………….. as to
assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The
Contractor binds itself and undertakes to replace the lost and/or damaged Equipments at its own
cost and/or shall pay the amount of loss to ……………………. @ …………………….. without any demur,
reservation or protest. This is without prejudice to any other right or remedy that may be available
to …………........... @ ……………………. against the Contractor under the Contract and under this
Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the
terms and conditions of this Bond to the satisfaction of …………………. @ ……………………, THEN, the
above Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative
under the common seal of the Company, the day, month and year first above mentioned.
SCHEDULE
Particulars of
the
Equipments
handed over
Quantity
Particulars of Dispatch
title Documents
Value of
the
Equipments
Signature of
Attorney in
token of
receipt
RR/GRI
Bill of
lading No
&
Date
Carrier
For and on behalf of
……………………………….…………
(Contractor's Name)
WITNESS:
Signature ....................... . Signature ………….……………….
Name ............................ . Name ………………………….
Address .......................... . Designation of ……………………….
authorized representative
Signature ....................... . (Common Seal)
Name ............................. . In case of Company
Address .......................... .
Signature ....................... .
Indemnity Bond are to be executed by the authorized person and (i) in case of contracting Company
under common seal of the Company or (ii) having the Power of Attorney issued under common seal of the
company with authority to execute Indemnity Bond, (iii). In case of (ii), the original Power of Attorney if it
is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of
Attorney and such documents should be attached to Indemnity Bond.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 118 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Section – V
Price Schedule/BOQ/SOR:
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
Ratnagiri Gas & Power Pvt. Ltd. Page 119 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
Sr.
No.
HSN/
SAC
Item Description
Unit
Qty
Amount (Rs.) to be quoted in Lum-
Sum
In Fig. In Words
1
Design, detailed engineering,
procurement, supply and
installation, construction,
erection, testing &
commissioning of Sewage
Treatment Plant of MBR
technology of capacity 500
KLD on LSTK (lump-sum-turn-
key) basis with all civil &
structural works, supply and
erection of all mechanical,
electrical, piping, tanks,
pumps, instruments as per
requirements detailed in
tender documents including
operation of the plant for one
year and performance
guarantee of STP for three
years
L.S 1
GST
in %:
GST in Rs.
Total amount including GST (in Rs.)
(In Fig.)
Total amount including GST (in Rs.)
(In Words)
EVALUATION CRITERIA: -
Evaluation of offers shall be done on Total bid price including GST.
Special Note:
a. Insurance of plant, equipment, during transit and during commissioning shall be included
in above Bill of Quantity (BoQ) / Schedule of Rates (SoR) like Marine / Inland Cargo /
Erection all Risk (EAR) /Third Party /Public liability etc. for which RGPPL will not pay
separately.
Notes:
1. In the event of discrepancy between the rate given by the tender as described in words and
that stated in figures, the description in Words shall prevail.
2. Rates to be quoted both in figures and words. In case, the rate is not quoted in words,
RGPPL reserves the right to reject the bid.
3. Evaluation shall be made on package basis.
4. In the event of an error occurring in the amount column of Price Schedule as a result of
wrong extension of the unit rate and quantity, the unit rate shall be regarded as firm and
extended Price shall be amended on the basis of the unit rate.
Ratnagiri Gas & Power Private Limited (RGPPL)
NIT No.: RGPPL/C&M/CS-2841/OT-122
Sub: Design, supply, erection & commissioning of 500 KLD Capacity MBR Technology
Based Sewage Treatment plant at RGPPL Township
(Sign & seal of the Bidder’s Authorized Representative)
Ratnagiri Gas & Power Pvt. Ltd. Page 120 of 120
Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.
Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com
Tel no: 02359 241134, email id: shweta.verma@site.rgppl.com; dipak.patil@site.rgppl.com
5. Agency shall clearly mention the taxes, duties & levies applicable over their quoted rates, in
case nothing is mentioned, quoted rates shall be construed as inclusive of all taxes, duties &
levies. No Post BID request shall be entertained. As regard to income tax, Surcharge on
Income-Tax and any other corporate Tax, owner shall not bear any tax liability & as per the
provisions of the Indian laws, owner shall deduct Income-Tax at source from all the
payments to be made to the Contractor in accordance with the provisions of Indian Income-
Tax law as applicable from time to time and deposit the same to the concerned Government
authorities.
6. These bidding documents together with all its attachments / enclosures thereto, shall be
considered to be read, understood and accepted by the bidders, unless deviations are
specifically stated seriatim by the bidder. However, if any additional conditions / variations are
found in the proposal documents will not be given effect to. Any deviation will be loaded over
& above the quoted price as per the standard RGPPL norms to arrive the bidder position for
contract finalization.
7. The BOQ indicated is as envisaged. However, the executions of all the quantities in BOQ are
not binding to RGPPL.
8. Increase or decrease in execution of BOQ will not affect the price of quantity executed.
9. HSN & SAC code to be filled by agency while quoting bid.