The Power Development Corporation Limited

Kolaghat Thermal Power Station

Office of The Sr. Manager

CONTRACT CELL

Tender Document w.r.t. Notice Inviting Tender

Tender Ref. No. GM(K)/CC/MO/ 2733/ (Vol 3)

NIT NO: WBPDCL/KTPS/NIT/E1374/19-20

Sub:- ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

Page 1 of 36

Contents:

1. Schedule of Dates for e-Tendering 3 2. General Guidance for e-tendering 4 2. Registration of Bidders 4 3. Pre-qualification (PQR) for participation 4 4. Earnest Money 6 5. Collection of Tender Documents 7 6. Cost Of Tender 7 7. Submission of Tenders 7 8. Submission of Tender Fee & Bid Security/ EMD (To be submitted 8

in Fee/PreQual/Technical Cover) 9. Additional Performance Security 9 10. Technical Proposal (Statutory Documents) 9 11. Submission/Upload of Non-Statutory Documents 10 12. Financial Proposal 11 13. Price 11 14. Conditional and Incomplete Tender 11 15. Tender Processing Expenses 11 16. Opening and Evaluation of Tender 11 17. Job Contractual period 13 18. Bid Validity 13 19. Acceptance of tender 13

20. Paying Authority 13 21. Controlling Officer 13 22. Scope of Work - Annexure – I 15 23. Commercial & Special terms & conditions -Annexure - II 16 24. General Terms & Conditions : Annexure - III 23 25. Mandatory Safety Clauses : Annexure IV 27 26. Safety Clearance Certificate: Annexure V 31 27. Particulars of the Contracting Agency : Annexure VI 32 28. GST information: Annexure VII 35 29. Bank Details Proforma : Annexure VIII 36

Page 2 of 36

Schedule of Dates for e-Tendering :-

Sl. Milestone Date No

1 Publishing Date 24/07/2019

2 Document Download start date 24/07/2019 at 09.00 Hrs.

3. Pre-Bid Meeting 31/07/2019 at 15-30 hrs in the conference room of Adm. Build. , KTPS, WBPDCL.

4. Bid submission start date 01/08/2019 at 15.00 Hrs.

5. Bid submission end date 13/08/2019 at 16.00 Hrs.

6. End date & Time of physical sub- 16/08/2019 upto 14.00 Hrs mission of Cost of tender paper or proper statutory documents against exemption of Cost of tender paper

7. End date & Time of Physical sub- 16/08/2019 upto 14.00 Hrs. mission of EMD / proper statutary documents in favour of exemption of EMD

8. „Fee/PreQual/Technical‟ cover 16/08/2019 at 14.30 Hrs. opening date

9. Uploading of Technical Bid Evalua- To be notified later. tion sheet

10. Financial Bid opening date To be notified later.

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

Page 3 of 36

The West Bengal Power Development Corporation Limited Thermal Power Station Office of The Sr. Mgr.(CC) COTRACT CELL

Notice Inviting Tender

Tender Ref. No. GM(K)/CC/MO/ 2733/ (Vol 3)

NIT NO: WBPDCL/KTPS/NIT/E1374/19-20

Sub:- ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

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

1. General Guidance for e-tendering

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

2. Registration of Bidders

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

3. Pre-qualification (PQR) for participation:

The bidder must submit self attested copies of the document of the followings: a. (i) Valid PAN (Income Tax) .

Page 4 of 36 (ii) Valid Provident Fund A/C no. (iii) Valid GST registration number with GST registration certificate/GST Provisional regis- tration certificate.

b. The bidder must have experience in execution of job of cleaning of mill rejection sys- tem,trench and other equipment , in a thermal power plant having each unit capacity of 210 MW or higher capacity and having credentials , either in,

(1) a single completed contract with executed job value amounting to Rs. 17 lakh 39 thousand i.e. 80% of estimated cost , (single completed contract with a single order no. with different revisions having cumulative value may be considered) or above excluding taxes (for the execu- tion period of maximum 12 months or less), during last seven (07) years ending 31.07.2019 , Or (2) two (02) nos. completed contracts with each executed job value amounting Rs. 10 lakh 87 thousand i.e. 50% of estimated cost , (each completed contract with a single order no. with different revision having cumulative value may be considered) or above excluding taxes (for the execution period of maximum 12 months or less), during last seven (07) years ending 31.07.2019 , Or (3) three (03) nos completed contracts with each executed job value amounting to Rs. 8 lakh 70 thousand i.e. 40% of estimated cost , (each completed contract with a single order no. with different revision having cumulative value may be considered) or above excluding taxes (for the execution period of maximum 12 months or less), during last seven (07) years ending 31.07.2019 , directly under the Central or State Govt. Organization /Undertaking Autonomous bodies, Reputed (as per discretion of tender evaluation authority) Industrial Houses incorpo- rated under the Indian Companies‟ Act. Bidder shall submit order copies & satisfactory comple- tion certificate from the End user in support of his credential. In absence of completion certifi- cate , repeat order after completion date of earlier order from same establishment of same job will establish completion certificate of earlier job. The supporting documents w.r.t. the com- pleted job value must be submitted by the party to ensure the job value of crendentials. N.B: Completed job value of single or more completed repeat/short contracts in continuation with the earlier contracts placed on the same party on the exactly same job with in the men- tioned maximum execution period and within the mentioned duration,may be considered. c. Audited Balance Sheet to satisfy that the annual financial net worth in each of last three fi- nancial years (2015-2016, 2016-2017& 2017-2018) of the intending party should be positive. The bidder must submit self attested copies of the document of three financial years (2015-2016, 2016- 2017& 2017-2018) regarding this.

Page 5 of 36 d. Audited Profit and loss A/C statement to satisfy that the average annual financial Turn over should be Rs. 6 lakh 52 thousand excluding taxes in last three financial years (2015- 2016, 2016-2017& 2017-2018).

4. Earnest Money

i. Bidders must furnish the earnest money in the form of only Demand Draft (DD) /Pay Order / Bankers‟ Cheque / Demand Pay/BG of Rs. 43,500.00 (Rupees seventy nine thousand only) from any nationalized/scheduled bank authorized to do the business in India. Demand Draft /Pay Orders / Bankers‟ Cheque / Demand Pay will be in the name of „The West Bengal Power Development Corpo- ration Ltd.‟ and payable at Mecheda ,and BG will be in the name of „The West Bengal Power Devel- opment Corporation Ltd. , as an amount towards EMD to be submitted physically to the office of Sr. Mrg (CC) KTPS, WBPDCL, GM bldg, KTPS,Mecheda,Purba Medinipur-721137,within the stipulated date as mentioned in the „schedule of dates for e-tender‟.

The Bank Gurantee should have validity initially for one year from the date of execution of BG with 3 months claim period. For the extension of the contract, validity of this BG may be further extended for another six months with a claim period of 03 months. This extension of BG is to be done within 30 days from the date of issuance of extension order.

This Bank Gurantee will be released after successful completion of total contractual period covering guarantee period with due certification of controlling officer.

Payment in any other form eg: NSC, KVP etc will not be accepted.

N.B : EMD (Demand Draft /Pay Orders / Bankers‟ Cheque / Demand Pay/BG) must be drawn in favour of “ The West Bengal Power Development Corporation Ltd.” and payable at Mecheda Branch ,and EMD (BG) must be in the name of “ The West Bengal Power Development Corpora- tion Ltd.” otherwise EMD will be rejected. ii. The Earnest Money deposited by the unsuccessful bidders will be released within 3(three) months from the date of finalization of the contract. The Earnest Money of the successful bidder will be kept withheld as Security Deposit and will be released after satis- factory completion of the contract and on due certification by the Controlling Officer. In

Page 6 of 36 both cases,EMD release letter will be issued from the contract cell deptt. and EMD amount will be refunded from the F&A deptt.,KTPS. iii. EMD will not accrue interest at any stage. iv. WBPDCL reserves the right to forfeit the Earnest Money deposit , if any tenderer , after open- ing of tender, withdraws, amends, impairs, revise their offer unilaterally or derogates or revokes his tender , or if any document/statement submitted by the bidder is found to be untrue, or if successful Bidder fails to execute the work order satisfactorily within the stipulated time as men- tioned in the work order or denies to accept the work order.

5. Collection of Tender Documents:

Tenders are to be submitted online and interested bidders will have to download the tender doc- uments from the website https://wbtenders.gov.in directly with the help of the e-Token provided. This is the only mode of collection of tender documents. Details of submission procedure are given below. 6. Cost Of Tender : Bidders must furnish a non-refundable Demand Draft (DD) /Pay Order / Bankers Cheque / Demand Pay of Rs. 1,000/- (Rupees one thousand only) from any scheduled bank authorized to do the business in India. Demand Draft /Pay Orders / Bankers‟ Cheque / Demand Pay will be in the name of “The West Bengal Power Development Corporation Ltd.” and payable at Me- cheda , as an amount towards cost of tender to be submitted physically to the office of Sr. Mrg (CC) KTPS, WBPDCL, GM bldg, KTPS,Mecheda,Purba Medinipur-721137,within the stipulated date as mentioned in the „schedule of dates for e-tender‟.

7. Submission of Tenders

7.1 General process of submission

7.1.1 Tenders are to be submitted online through the website https://wbtenders.gov.in. All the documents uploaded by the Tender Inviting Authority form an integral part of the bid documents. Bidders are required to upload all the tender documents with signature and office seal in each page of the document , along with the other documents, as asked for in the tender, through the above website within the stipulated date and time as given in the Tender.

7.1.2 Bidders must submit the Tenders in two covers i.e. (1)„Fee/PreQual/Technical‟ &(2) „Fi- nancial‟. Bidders must download tender specific documents (NIT/SBD, BOQ etc) from

Page 7 of 36 https://wbtenders.gov.in , prepare the required documents and upload the scanned docu- ments in Portable Document Format (PDF) to the portal in the designated locations. 7.1.3 Bidders need to fill up the rates of items in the BOQ, downloaded for the service, in the designated cell of the BOQ spreadsheet and upload the same in designated location of „Finance‟ cover. 7.2 The documents uploaded must be scanned against any virus and digitally signed using the Digital Signature Certificate (DSC). Intending bidders are requested to visit the Website regular- ly for any amendment/addendum/ corrigendum/extension, if any, before last date of submis- sion of bids & Bidders should specially take note of all the addendum/corrigendum related to the tender and upload the latest documents as part of the tender. 7.3 Downloading the tender from Website will not be construed to mean that such Bidders are automatically considered qualified.

8. Submission of Tender Fee/Bid Security/ EMD

(To be submitted in „Fee/PreQual/Technical‟ COVER(1)) i. Tender Fee & Bid Security/Earnest Money Deposit (EMD) - Scanned copy of Demand Draft (DD) /Pay Order / Bankers Cheque / Demand Pay towards cost of tender paper and Scanned copy of Demand Draft (DD) /Pay Order / Bankers Cheque / Demand Pay/BG to- wards EMD as prescribed in the NIT, in favour of „The West Bengal Power Development Corporation Limited‟ on any nationalized/schedule bank payable at par at Mecheda to be up- loaded in „Fee/PreQual/Technical‟ Cover.

N.B. The original copies of DD/ Pay Order / Bankers Cheque / Demand Pay towards cost of tender paper & original copies of DD/ Pay Order / Bankers Cheque / Demand Pay/BG towards EMD must be submitted physically in the office of Sr. manager (CC), KTPS as per date & time schedule furnished in NIT ,page no 13,otherwise respective tender will be considered as invalid. If the bidder fails to submit the original copies within the due time his tender will not be opened and his bid will stand rejected.

Exemption of Tender Fee & EMD: N.B. In case of exemption of Tender Fee & EMD , due to being NSIC/CO-OPERATIVE SO- CIETY as per existing norms of WBPDCL, photo copy of valid Certificate (Current)/ proper statutory complete valid documents in favour of exemption of Tender Fee & EMD , should be submitted physically in the office of Sr. manager (CC), KTPS as per date and time schedule furnished in NIT and uploaded in „Fee/PreQual/Technical‟ Cover in lieu of Tender Fee & EMD /bid security & these documents will be verified by the WBPDCL authority. Otherwise, it will

Page 8 of 36 not be granted and respective tender will be considered as invalid. No Acknowledgement / Memorandum will be considered as valid certificate for Tender Fee & EMD exemption.

Exemption of Tender Fee & EMD will only be granted subject to verification of submitted documents against exemption of it by WBPDCL authority.

Note: Any tender without physical submission of cost of tender paper & EMD or without physical submission of proper statutory complete documents (in case of Tender Fee & EMD exemption) , as uploaded in „Fee/PreQual/Technical‟ cover(1), will be considered as invalid . 9. Additional Performance Security:- Additional Performance Security @10% of the tendered amount will be obtained from the suc- cessful bidder if the accepted Bid value is 80% or less of the estimated value. The Additional Performance Security shall be submitted in form of Bank Guarantee in the name of „The West

Bengal Power Development Corporation Ltd.‟ from any nationalized / scheduled bank . If the bidder fails to submit the Additional Performance Security within Seven Working days from the date of issuance of LOA/ Contract, his earnest money will be forfeited and other ne- cessary actions may be taken as penalty. The Bank Guarantee shall have to be valid upto the end of the contract period and shall be renewed accordingly, if required.

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

10. Technical Proposal (Statutory Documents)

[To b submitted in „Fee/PreQual/Technical‟ COVER(1)] The following documents in standard formats should be uploaded in Fee & Technical cover: i. Notice Inviting Tender (NIT)/ Standard Bid Document (SBD) – The NIT /SBD as pub- lished is to be downloaded, then digitally signed and uploaded. ii. PQR documents in support of Bidders‟ qualification (as per clause no. 3(a),(b),(c),(d)). iii. Technical Offer /Technical Doc along with Technical compliance & BOQ sheet in un- priced format as mentioned below. Note: Tenders will be summarily rejected if any of the above items in the statutory cover is miss- ing in the uploaded documents.

Page 9 of 36 11. Submission / Upload of Non-Statutory Documents

Following instructions / documents are to be uploaded along with the Bid. i. Name of Contract Person, Postal Address, Contract No. & E-mail ID for Communication i.r.to this tender and Contract. ii. Valid document of Professional Tax (PT) Clearance Certificates

iii. Valid ESI Code iv. Valid Trade Licence no. v. Valid current IT return certificate for FY 2017-2018 vi. Company Details: a) Valid Registered Deed for the Firm / Consortiums from Registrar of Assurances is to be sub- mitted. Application for registration will not be considered. Any change in the constituents of the consortium/ firm should also be registered from the Registrar of Assurances prior to the date of application of tender otherwise his bid will be rejected. b) Company registration certificate as per Company‟s act for Limited Company. Memorandum of articles for Limited Companies is to be submitted on demand. c) Society Registration, Audit report, ARCS Certificate and Bye-Laws for Cooperative Socie- ties. vii. Agency should not have been debarred/ blacklisted by any of the Government organiza- tion/Enterprise, Quasi Govt. organization / Autonomous body under any Government. Bidder should submit a “Declaration” in this regard.If any agency is debarred/blacklisted during the process of the bidding as above , his bid will be considered as invalid. viii. The bidder will submit the “Declaration of Labour licence” that the labour licence for this job as per requirement , will be submitted . ix. Addenda/Corrigenda: if published.

Note: Bidders are to keep track of all the Addendum/Corrigendum issued with a particu- lar NIT and upload the download copies of the above documents and merge the Adden- da/Corrigenda with respective NIT/SBD in the NIT/SBD cover . Tenders submitted without the Addendum /Corrigendum may be rejected as per discretion of tender evaluation authority.

x. Deviation: Bidders are not allowed to take any deviation from the principal requirement of the specifications.Any deviations, if taken by the bidder,shall run the risk of being the tender de- clared as non responsive by the owner.

Page 10 of 36 12. Financial Proposal

(To be uploaded in „FINANCE‟ COVER(2)) The financial proposal should contain the following document in one cover. Bill of Quantities (BOQ): The bidder is to quote the rate in the space /cell marked for quot- ing rate in the BOQ. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally signed by the bidder) EVALUATION WILL BE MADE ON THE BASIS OF QUOTED RATE (excluding taxes) & in totality basis .

13. Price :-

The contractor should quote rate considering Scope Of Work , Commercial & special Terms & Conditions , General Terms & Conditions and Mandatory Safety clauses & upload the same for this tender. Before quoting the rates, Tenderers must consider all the aspects of expenditures of the enclosed Annexure-I (Scope of Work). For any other information / clarifications the Sr. Manager & HOD (Mech-Oprn.) , KTPS (Contact No. 8336903943) may be contacted.

14. Conditional and Incomplete Tender i) Conditional and incomplete tenders are liable to summary rejection as per discretion of tender evaluation authority. ii) Conditional & incomplete price bid (BOQ) of this tender will not be accepted. Bidders must quote for all items mentioned in BOQ .BOQ sheet , with all cells in filled up condition , must be submitted in “Finance” cover. Non-submission of this sheet in „Finance‟ cover & partial quoting will lead to rejection of the bid. iii) All the uploaded documents will have to be attested by the bidder with official seal of the agency/company and digitally signed. 15. Tender Processing Expenses All the cost and expenses incidental to the submission of the tender, cost of Technical Survey, dis- cussions, conferences if any shall be to the account of the tenderer irrespective of whether the ten- der is accepted or not and the KTPS shall bear no liability whatsoever on such cost and expenses incurred by participant.

16. Opening and Evaluation of Tender :-

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

Page 11 of 36 tive electronically from the website stated in Clause 1, using their Digital Signature Certificate, on the date of opening as mentioned in the „schedule of dates‟ in this tender.In case,if the schedule date of opening of the tender is declared as „Holiday‟ in KTPS due to any reason , then tender opening will be done on next working day. ii) Technical proposals for those tenders whose original copies of DD/Pay Order / Bankers Cheque / Demand Pay towards EMD have been received will only be opened. Proposals corres- ponding to which EMD have not been received will not be opened and will stand rejected (Ex- cept for those bidders who are exempted from submission of EMD). iii) Interested bidders may remain present if they so desire. iv) Technical Cover (comprising of Statutory Documents as per sl. 10 and Non-statutory Documents as per sl.no 11) will be opened. If there is any deficiency in the Statutory Docu- ments, the tender will summarily be rejected. v) Decrypted (Transformed into readable formats) documents of the Statutory (as per sl. 10) & Non-statutory Cover (sl. No. 11)will be downloaded, and handed over to the Tender Evalua- tion authority. vi) Technical Proposal will be evaluated depending upon submission of original copies of EMD, PQR documents , OID (other important document) etc . While evaluation, the Committee may summon the bidders and seek clarification / information or additional documents in sup- port of uploaded document as per discretion of tender evaluation authority or original hard copy of any of the documents already uploaded and if these cannot be produced within the stipu- lated timeframe, their proposals will be liable for rejection. vii) During technical evaluation process , if any tender is observed to be associated with any false statement/documents ,that tender will be summarily rejected and EMD will be forfeited.

16.2 Uploading of Summary List of Technically Qualified Bidders i) Pursuant to scrutiny and decision of the Technical Evaluation authority, the sum- mary list of eligible bidders for which their Financial Proposals will be considered will be up- loaded in the web portals.

16.3 Opening and evaluation of Financial Proposal i) Financial proposals of the Bidders declared technically eligible by the Tender Evalua- tion authority will be opened electronically from the web portal on the prescribed date, normal- ly after two working days after the date of publication of final summary list of the Bidders. ii) The encrypted copies will be decrypted and the rates will be read out to the bid- ders, present at that time of bid opening.

Page 12 of 36 iii) Tender evaluation (price Bid) will be done on the basis of quoted price without tax in the price bid (BOQ) . iv) After evaluation of Financial Proposal, by Tender Evaluation authority, the final sum- mary result, name of bidder and the rates quoted by the bidders against service will be up- loaded. v) The Tender Accepting Authority may ask any of the Bidders to submit analysis to justi- fy the rate quoted by that Tenderer and to submit or produce any document in original for veri- fication/clarification vi) Overall Lowest bidder will be first considered for placement of order and Tender Eval- uation authority may ask the party to submit the price break up. vii) The Corporation reserves the right to accept or reject any tender or entire tenders. 17. Contractual Period :- a) The contract will remain valid for one (01) year with a provision for extension of another six (06) months at the same rate , terms & conditions and subject to satisfactory performance and as per sole discretion of the WBPDCL authority. Site reporting date will be informed to you by Con- trolling Officer. b) However, during this tenure, contract may be short closed (one months notice will be served by WBPDCL in advance) at the discretion of the WBPDCL authority.

18. Bid Validity :-

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

19. Acceptance of Tender :-

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

20. Paying Authority :-

Dy. G.M. (F&A), KTPS.

21. Controlling Officer :-

Sr. Manager / HOD (Mech-Oprn.) , KTPS,

Page 13 of 36 22. Cancellation of tender: The tender may be cancelled ,as per discretion of WBPDCL authority.

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

Page 14 of 36 ANNEXURE- I

Scope Of Work

Sub: ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

1. Cleaning of accumulated mill rejects from rejection belt 1 & 2 and trench of unit-5 & 6, water cleaning of belt as & when required.

2. Checking of belt 1 & 2 healthiness, condition of belt‟s rollers, pulleys.

3. Unloading of rejected coal from rejection Silo to truck, arch breaking of silo & clean- ing at transfer point etc.

4. Cleaning of accumulated coal dust, ash, oil, water at various areas of unit 4, 5, 6, CW pump house Stage-II, PTP area.

5. Equipment cleaning at Coal Mill, ID, FD, PA fan lube oil, BFP, CEP, Compressor, HFO p/p house, DG set room, turbine, generator of Unit 4, 5 & 6.

6. Cleaning of trough seal of boiler 4, 5, 6. DG set.

7. Bringing of Diesel from store and Oil level top up in DG set.

8. Bringing of gloves, jutes, banyan cut piece, burner O ring, Shear pin etc. from store.

9. Placement of furniture like chair, table, almirah in Stage-II units.

------XXX ------

Page 15 of 36 ANNEXURE- II

COMMERCIAL & SPECIAL TERMS & CONDITIONS

Sub : ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

1. PRICE :- You have to quote only for Profit & Overhead charges in percentage (%) ABOVE / AT PAR / BELOW over the total estimated wages , which is calculated as per average wage (Basic + DA) as on 01.07.2018 as mentioned in clause no. 5(Annexure-II) . The wages ( Basic + DA ), O.T. , E.L. Encashment (for category workers) and applicable benefits will be considered as MOS dtd. 25/06/2015 .The quoted rate should be exclusive of tax & inclusive of all , as mentioned in the tender document & considering Annexure I,II,III, & IV . 2. TAXES & DUTIES : GST will be paid extra as per GST council and as per SAC. Beside this, any other new imposition of statutory expenses made by Govt. of India (as applicable) will be paid extra on production of documentary evidence. Any amendment or modification on Govt. taxes & duties w.e.f. 01.07.17 will be considered at the time of billing subject to documentary evidence. Taxes as applicable in post-GST scenario.Any chyanges in provision of GST including appli- cability of certain provisions which for the time being is deferred is deemed to be applicable in this Order. 3.i) MAN POWER & DUTY HOURS : The estimated Total manpower will be 7 nos. The said manpower will comprise of the following: 06 (six) nos. category workers. 01 ( one ) no. No-category worker.

They will do job either in general shift or in shift including Sunday & holiday.The time sche- dule for duty will be as followed or as decided by The Controlling Officer.

Duty Hrs. : - Work shall go on round the clock in three shifts including Sunday & holiday.The time schedule for duty will be as followed or as decided by The Controlling Officer. Shift timing are as follow : - Morning shift : - From 06.00 hrs. to 14.00 hrs. Evening shift : - From 14.00 hrs. to 22.00 hrs. Night shift : - From 22.00 hrs. to 06.00 hrs. and any other duty hours as per requirement and as instructed by the controlling officer. ii) O.T: i) On emergency, you will have to attend the urgent work or any sort of work like breakdown or emergency work in extended hours within the scope of contract beyond nor- mal duty hours (08 hrs.) in any day in any shift duty or you will have to continue the work

Page 16 of 36 beyond normal working hours (08 hours) in any day in any shift duty or you will have to at- tend the urgent work on off day and holiday as and when required at site and as per re- quirement & as per discretion of the controlling officer ,and and in that case ,those duties will be treated as O.T.Only Category and No Category workers are entitled for O.T. The Supervi- sors (if any) are not entitled for O.T. iii) Working hours may be changed as per discretion of the Controlling Officer. iv) Deployment of manpower will be as per instruction of the Controlling Officer. and it may be on round the clock basis including Sunday, off day and holiday. v) Concurrence of the Controlling Officer or his authorized representative must be obtained for deploy- ment of the total head to be engaged in the assigned job. You have to arrange the manpower in shifts for effective utilization in consultation with the representative of the Controlling Officer. vi) The employed Company’s own workers should leave the site as soon as the contract is over and contrac- tor leaves the site. vii) For monitoring of effective manpower utilization, you will have to furnish every working day manpower strength to the concerned Controlling Officer or his authorized representative. viii) Availability of manpower: To combat the emergency need, manpower along with supervisors should be at beck & call. Prior permission of the controlling officer is essential for allowing leave of any of your personnel engaged for MC at KTPP. ix) Execution of Work : The job is to be carried out round the clock as per the instruction of Controlling Officer or his representative.He will be at the liberty to stagger the normal duty hours of different em- ployees for utilization of service at any portion of day / night. The contractor will arrange for adequate replacement against any person proceeding on leave or absenting himself for any indisposition.

4.i) QUALITY OF WORKERS : - The contractor should engage quality workers who are well conversant with the job. If the skill and / or attitude of any workmen is found unsuitable for the work or detrimental to site, he should be withdrawn and replaced immediately as per dis- cretion of the Controlling Officer. ii) In case any worker is found not working satisfactorily on a particular day, he may be withdrawn imme- diately by the Asstt. Managers in shift and will be marked absent for the whole day/part of the day as deemed fit. The decision of Asstt. Manager in shift is final. iii) Contractor shall have to replace unsuitable workmen within 24 hrs. of notice by the Controlling Officer. Unbecoming attitude of any worker will not be tolerated and the workman if found doing the same act should immediately be replaced.

5.i) AVERAGE WAGE :- Average Wage (Basic + DA) of 7 nos. Contractual Workers is as follows. (Category manpower is Rs. 461.86/day/head as on 01.07.2018 No-category is Rs. 299.07/day/head as on 01.07.2018).

Page 17 of 36 5.ii) ESTIMATED WAGE :- a) for 6 nos. Category manpower : Rs. 9,30,593/- Per year (including ESI) b) for 1 no. no-category manpower : Rs. 1,05,840/- Per year (including ESI)

Total Estimated wages for 7 nos. Contractual Workers is Rs. 10,36,433/- Per year (including ESI)

6. WAGES & BENEFITS TO THE WORKERS TO BE DEPLOYED :- i) You will pay wages , benefits and other fringe benefits as applicable as on 01.07.2018 to the aforesaid man powers as per the existing settlement dated 25.06.2015 and existing circular of Labour Commission , Govt. of West Bengal and accepted by WBPDCL authority. ii) All benefits, fringe benefits and other related allowance as applicable arises due to MOS, dated 25/06/2015 will be paid by WBPDCL , against your claim through bill , as per norms. 7. PAYMENT OF THE WORKERS i) The contractors have to pay wages and other benefits as applicable to the aforesaid man- powers as per the existing settlement dated 25.06.2015 or any other subsequent settlement duly approved by Jt. Labour Commissioner Govt. of West Bengal and accepted by WBPDCL au- thority. ii) Any increase in Pay / D.A. and related allowance arises with effect on or from 01.01.2019 because of any agreement / settlement duly approved by Jt. Labour Commissioner Govt. of West Bengal and accepted by WBPDCL authority, reimbursement will be made as per rules. iii)Until and unless approved by the competent authority of WBPDCL, no change on Basic & DA should be done by the contractors under any circumstances.

8. PRICE ESCALATION & REIMBURSEMENT FOR WORKERS’ WAGES AND BENEFITS: - i) The price escalation will be allowed as per existing norms, only on account of revision of wages & benefits owing to any agreement / settlement/ circular or notification of the labour department of Govt. of West Bengal and accepted by the competent authority of the WBPDCL , as applicable on and from 01.01.2019. The additional financial involvement for such increase / decrease in- cluding consequential change in wages ,benefits and other fringe benefits with related allowance as admissible shall be reimbursed by WBPDCL at actual and after being satisfied with supporting documents to the effect that you have made the payment to the worker. This financial reim- bursement is applicable only for 7 nos workers as mentioned earlier . ii) Amount towards extra payment (due to change in wage only) to the workers beyond normal 8 hours duty (if any) will come under the purview of this clause . Contractor's own man powers in- cluding supervisor(if any)is not entitled to get any benefit of this clause. 9. MODE OF BILLING:- i) All Monthly bills(along with GSTIN & SAC against each job / respective service) are to be

Page 18 of 36 submitted in triplicate to the controlling officers in triplicate at the end of each month , along with actual attendance of the worker in a month , including total O.T. charges , & other applicable allow- ances in a month , job completion /inspection & other reports as relevant duly certified & signed by the contractor and WBPDCL for necessary certification in favour of completion of job. ii) The said monthly Bills will comprise of the following costs :- a) Wage (Basic + DA), (b) P.F., (c) HRA, (d) Bonus, (e) Conveyance Allowance, (f) Medical Allow- ance, (g) Welfare Allowance, (h) Tiffin Allowance, (i) Dust/Chemical Allowance, (as applicable as per approved rate & norms), (j) Soap & duster (as per approved rate & norms), (k) Shoes & Rain coat (as per norms), (l) Encashment of E.L., m) Duties on Festival leaves, (n) Overtime (as per discretion of the Controlling Officer. . iii)The contractor will add his percentage (%) quoted / negotiated profit & overhead charges, as settled during finalisation of contract, in the monthly bill and the same will also be released along with the above bill. iv) A separate billing will be done for workers’ wage escalation ( if any) .

10.i) PAYMENT TERMS :- The payment will be made on the basis of the actual executed quantity of man- days, OT hours ,other allowance & benefits etc. in a month, certified by the Controlling Officer & pay- ment will be made accordingly.100% payment of the each monthly bill with tax shall be made against your monthly bill within 30 days from the date of submission of your bill in triplicate to the controlling officer for certification on completion of jobs in all respect including removal of all scrap materials and and he will process for payment as per procedure(SOP) in SAP . Payment will be made from the Office of the Dy. G.M. (F&A), KTPS on submission of the following documents (as applicable). a) Permanent Account No., b) GSTIN, (C) GST registration certifi- cate/GST Provisional registration certificate, (D) SAC (against job / respective service) (d) Profes- sional Tax No., etc..

All billing and payment will be done as per SOP(Standard operating Procedure) in SAP system. 10.ii) Security Deposit:- a)After acceptance of order,the successful bidder will furnish security de- posit of 5% value (interest free) as per Order , to the controlling officer within 15 days (fif- teen) days of receipt of LOI/Work order for satisfactory execution of the order by way of a ad- vanced Bank Gurantee from any nationalized/scheduled bank authorized to do the business in India and should be drawn in favour of „The West Bengal Power Development Corpora- tion Ltd.‟ And payable at Mecheda.This Bank gurantee will be valid throughout the contrac- tual period with a claim period of three months from the date of expiring of the contract.A copy of this Bank Gurantee will be attached with the monthly bill . If the party deposits Earn- est Money at the time of tender,then for this case only,the balance amount i.e. (5% of Order value –EMD value ) will be the amount of advanced Bank Gurantee.

Page 19 of 36 11. GUARANTEE :- The contractor will be held responsible to produce quality job during entire period of the contract and failure of any equipment due to bad workmanship may attract pe- nalty. In case of failure of any equipment attended by the contractor and if it is due to bad workmanship, then the contractor will be liable to rectify the same at his own cost within guarantee period. 12. You will have to take all necessary steps regarding transfer of P.F. contribution satisfactorily otherwise Earnest Money may not be released. 13. Existing pay structure of wages of the workers and strength of manpower will not be changed/increased under any circumstances without approval of WBPDCL authority. 14. Basic is subject to adjusting in future since the Settlement dated 25.06.2015. However, the Set- tlement will continue till the finalisation of new Settlement. 15. D.A. will be added time to time as declared by Jt. Labour Commissioner, Govt. of W.B. subject to approval of WBPDCL authority. 16. You will have to take all necessary steps regarding transfer of P.F. contribution satisfactorily otherwise Earnest Money may not be released. 17. The Insurance and encashment of Earned Leave for the workers will be reimbursed extra at actual, sub- ject to submission of proper documents and as per norms. 18. Work contract Tax :- No work contract Tax will be deducted from the bill as it is purely a labour con- tract. 19. SITE CLEANING & REMOVING OF SCRAPS :- Site cleaning for safety as well as for conven- ience of the maintenance & operation activities must be done by you up to the satisfaction of the Controlling Officer after completion of the job. All scrap materials should be removed to the place specified by the Controlling Officer after completion of job within seven days, otherwise, the job should not be treated as 'COMPLETE' and penalty will be imposed as mentioned in clause of 24 (LIQUIDATED DAMAGES - L.D.).

20. ESI PREMIUM DEPOSITION :-The subject matter is as follows: "The Contractor has to comply with ESI provisions under ESI Act,1948 i.r.o deployed workmen under this order. Towards release of monthly RA bills, the contractor has to submit ESI challan & payment confirmation slip for previous month, which will be paid on the basis of actual at- tendance / payment to the ESI authority".

21. LIQUIDATED DAMAGES (L.D):In case the party fails to do any part of work, WBDPCL may take suitable action. Any delay towards execution of the job & not maintaining Performance will attract a penalty @ 0.5% on the per day job value per day delay subject to a maximum 5% of the total order value. 22. FAILURE OF UNDERTAKING THE JOB :- If the party fails to undertake the job as a whole,WBPDCL will take necessary action against the party and any security deposit/EMD may be forfeited as per discretion of the WBPDCL authority. 23. NON-COMPLIANCE : In case of failure to attend any assigned job on the part of contractor, the work may be got done by any other agency in the interest of the corporation. In case of any

Page 20 of 36 assigned job in the scope of the contract is to be done by any other agency due to non- compliance on your part within the contractual period, the cost of job incurred by WBPDCL will be deducted from your total pending bill amount which are pending for payment to you from WBPDCL or from the security deposit at the discretion of the Controlling Officer.

24. TERMINATION OF CONTRACT :- The order may be terminated at the sole discretion of WBPDCL authority with one (01) month's prior notice, if your performance is not found satis- factory at any stage during the contractual period, without providing any benefit/claim in any form towards compensation. 25. SOLVENCY : - Contractor will have sufficient fund to pay their worker even if the bills are not passed for any reason for at least two months. 26. SAFETY MEASURES :-

The workman under your control will be working in the vicinity of running equipment and thus proper instruction should be given to all workmen under your control to be careful and strict supervision to maintain to avoid any accident, loss of life or damage to the WBPDCL property. Same guide line for action in respect to safety measures to be taken by you for the job are specified hereunder :-

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

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

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

(d). Safe scaffolding as certified by Safety Department is required to be done before start of work.WBPDCL in no way shall be responsible for safety of your workmen and for any unto- ward incident WBPDCL will bear no responsibility. (e). Yearly Load Testing certificate of the Lifting Tools and Tackles is to be submitted to the Controlling Officer and Safety Department. (f). You are to abide by Mandatory Safety Clauses enclosed herewith as Annexure- IV

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

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

27. MEDICAL FACILITY : - The Contractor must have to arrange Medical facilities to their workers at their own cost. Only first Aid facility will be extend to worker at KTPP Hospital. In case of any accident, other cost will be borne by the contractor. 28. DOCUMENTATION:

Page 21 of 36 a) WORK PLAN: The party has to submit work plan in form of Bar-chart/Network etc to the controlling officer in duplicate before start of work. b) MANPOWER: The party has to document details of manpower engaged daily against each work & a summery thereon and submit along with the bills c) JOB REPORT: The party has to document the details work carried out, check / inspec- tion/adjustment/de/re-commissioning data, material consumed, time spent, manpower etc. countersigned by WBPDCL & submit in duplicate with the bills d) PROGRESS REPORT : The party has to report daily work progress along with next day plan to the Controlling Officer. 29. MISCELLANEOUS: a) BOARDING /ACCOMMODATION: Under bidder’s scope. b) EOT Crane/Hydra if required will be provided by WBPDCL as per availability c) Electricity, water supply and lighting arrangement at working place will be made available by KTPS/WBPDCL free of cost. d) All legal matters will be dealt under Kolkata jurisdiction only.

Page 22 of 36

ANNEXURE- III General Terms & Conditions

Sub:- ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

STATUS OF THE MANPOWER OF THE CONTRACTOR OR ITS SUB-CONTRACTOR DULY APPROVED BY THE AUTHORITY :-

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

01. ENGAGEMENT OF SUB-CONTRACTORS : Without prejudice to the any/or all contents stated at Cl. No. 1 above, no sub-contractor can be engaged by the contractor for accom- plishment / carrying out full or part of any job under the contract. However, if The WBPDCL specially approve, sub-contractors can be engaged for providing skilled and semi-skilled man- power (i.e. below the supervisory level) for their utilization in connection with this contract. However, before engaging sub-contractor, the main/principal contractor should indemnify KTPS, The WBPDCL from any legal/financial or any other loss, as the case may be arising out of the work performed by the concerned sub-contractor. (Principal Employer‟s Certificate in Form-V for obtaining the Labour Licence under Contract Labour (Regulations & Abolition‟s) Act, 1970 and the rules framed thereunder, will be issued in favour of the Main Contractor i.e. to whom Work Order has been awarded by KTPS. No Form-V will be issued to any sub-contractor.)

02. COMPLIANCE WITH STATUTORY REQUIREMENTS AS REGARDS WORKMEN TO BE ENGAGED BY THE CONTRACTOR : a) i) Rate of Wages : The contractor is to pay wages to all workmen to be engaged by him under this work order as per the wages pattern in vogue applicable for contractor‟s work- ers at KTPS at the relevant point of time. ii) Witness of the Payment of Wages : The KTPS, being the Principal Employer, shall ensure the presence of his authorized representative (s) at the place and time of disburse- ment of wages by the contractor to its workmen and it shall be the duty of the contractor to en- sure the disbursement of wages in the presence of such authorize representative (s ) of KTPS. b) Norms of payment of wages and deductions from wages: Statutory provisions in terms of the Payment of Wages Act are to be strictly adhered to. c) Rate of Wages, wage period and date of disbursement of wages shall be suitably notified by the contractor for information of all the workmen to be engaged by the said contrac- tor. KTPS P&A wing should be informed well in advance of the above particulars, thus enabling the said department to witness the above payment of wages. Records of wages disbursed to the

Page 23 of 36 workmen must be submitted to KTPS P&A Dept., otherwise, the next month‟s payment by KTPS, The WBPDCL to the contractor will be withheld. d) Inspection of records and registers under the various Labour Laws : Pertinent records are to be made available at the site office of the contractor for inspection by the KTPS P&A Department as well as by duly authorize inspectors to be deputed by Govt. of West Bengal Labour Department from time to time.

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

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

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

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

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

05. Safety of workmen to be engaged by the contractor : Safety precautions are to be strictly adhered to by the contractor as per clauses detailed in the Annexure-V. a) Employment Injury : In the event of employment injury in respect of any workman to be engaged by the contractor, the said contractor at the first instance should arrange First Aid Treatment for the injured workman at his own cost. However, depending upon the nature of injury, treatment shall be arranged in all respect of such workman at KTPS Hospital, based upon the available facilities. However, further treatment, if required, shall be arranged by the contrac- tor at his cost.

06. Insurance for workmen‟s compensation: The contractor shall take insurance policies to cover the said risks and all administrative arrangements and incidental jobs thereto are to be undertaken by the contractor. In the event of furnishing of incorrect and incomplete, non-

Page 24 of 36 furnishing of information, on the part of the contractor, resulting in non-admission of claim to the Insurance Company, the contractor shall be liable to pay the compensation to the concerned parties at his own risk and peril. The WBPDCL shall not be liable for in respect of any damage for which compensation payable in consequence of any accident or injury to any workman due to the aforesaid act on the part of the contractor. The contractor is to indemnify The WBPDCL against the payment of above Workmen Compensation. As regards the rate of Insurance Premium and other administrative formalities, KTPS P&A Wing may be contacted. For the purpose of Admin- istrative convenience, Insurance Policy preferably be taken from any of the Nationalised Insur- ance Companies.

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

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

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

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

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

14. Controlling Officer or Safety Officer at his discretion may check/examine any of con- tractors‟ tools/scaffolding/working condition etc. and if unsatisfied, he may suspend the job temporarily till the contractor takes proper measure.

Page 25 of 36 15. Labour Licence : The Principal Employer‟s Certificate will be issued by WBPDCL for the purpose of obtaining Labour Licence from the concerned registering officer under Contract Labour (Regulations & Abolition) Act, 1970 and rules framed there-under, as may be applicable.

16. Prosecution: Any person under contractor‟s Payroll is liable to be prosecuted if found entangled to any miscreant activities in damaging of The WBPDCL vis-à-vis Public within the jurisdiction of KTPS.

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

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

Page 26 of 36

ANNEXURE IV Mandatory Safety Clauses

Sub:- ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

1. The contractor shall be vigilant to ensure provisions of Factories Act, 1948 and other statutory provisions as applicable in respective PowerStation/Project.

2. It shall be the responsibility of main contractor to ensure that all safety re- quirements are followed by the employee and staff of the sub-contractor.

3. The contractor employing two hundred employees or more, including con- tract worker, shall have a Safety Coordinator in order to ensure the imple- mentation of safety requirement of the contract and a contractor with less number of employees, including contract workers, shall nominate one of his employees to act as Safety Coordinator who shall liaise with the Safety Officer on matter relating to safety and his name shall be displayed on the notice board at a prominent place at the work site.

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

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

6. Contractor must ensure use of Personal Protective equipment by its workers in

line oftheir allotted job.- i) The personal protective equipment to be supplied by the contractor to their worker must be in line with IS/CE/or equipment approve standards before commencement of the work .The contractor should bid the price in line with this. ii) PPE list against the kind job is given below:-

PROTECTION OF JOB APPROPRIATE PPE

Page 27 of 36 A. Working at Height (above 1.8 Full Body Harness, Safety Net, Lifeline, Hel- meter from immediate (floor). met, Safety Shoe, leather/Cotton Hand gloves etc.

B Chipping, Grinding, drilling, Goggles& Face Shield, Helmet, Safety Shoe, powered fasteners. Leather/ Cotton Hand gloves etc.

C Chemical (Liquid& Solid) Chemical Goggles, Safety Glasses, Face Shield, Handling, Degreasing, Spray- Nose guard, Helmet, , Safety Shoe, Rubber ing, Splashing. Hand gloves, Chemical suits etc.

D Wood working, Sweeping, Safety Glasses, Face Shield, Nose guard, Hel- Dusting. me t , Safety Shoe, Leather/Cotton Hand Gloves etc.

E Welding Job. Cutting, Braz- Welding helmets /welding shields used ing. Soldering, to avoid over primary e y e p r o t e c t i o n Helmet, injury to flashing. Safety Shoe .Leathery Cotton Hand Gloves etc.

F Working at High Temperature. S afety Goggles, Helmet. Safety Shoe .Heat Resistant Hand Gloves etc.

G Metal Handling (Sharps) Safety Goggles, Helmet, Safety Shoe .Cut Re- sistant Hand Gloves etc.

H Impact, operation of Over- Safety Goggles, Helmet, Safety Shoe, Hand head crane Gloves etc. I Electrical work Safety Goggles, Helmet. Non steel toed Safe- ty Shoe, Insulated Hand Gloves, Fire retardant clothing. etc .

J Chemical like particulates, gas, Safety Goggles, Helmet, Safety Shoe, Air pu- vapour fumes. rifying respirator with appropriate cartridge etc.

K Oxygen deficiency work (con- Safety Goggles, Helmet, Safety Shoe, Sup- firmed space job etc ) plied Air Respirator (BA Set) etc.

L Fire fighting job and Rescue Safety Goggles, Helmet, Safety Shoe, High work. Visibility fire resistance suits. Leather / cot- ton hand gloves etc.

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

 85 dB to less than 100dB required Air Plugs  100dB or greater required Air Muffs.

Page 28 of 36 iii) Colour codes of Helmet :

Sl. No. Particulars Colour Code of Helmet 01. Contractor Workers Yellow Helmet 02. Contractor Safety Officer Green Helmet

7 The contractor will ensure medical examination for its workers who are working at hazardous area before commencement of the work and once in every year by qualified medical doctor as per provision in the Factories Act, 1948 and W. B Factories rule, and maintain a register for the same for inspection by Respective Department and Safety Department on demand.

8 The worker employed by the contractor should be suitable for the respec- tive job requirement otherwise head of the concerned Department shall have right to disallow the unsuitable worker (e.g. a vertigo patient can't be allotted a job at height). The contractor shall engage suitable nos of super- visors to ensure safety of all place of worker during execution of the work.

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

10 The contractor must report about serious injury/fatality of his worker to the owner /head of the concerned Dept. and Safety Officer immediately.

11 After Completion of work, the Scraps & debris created from the work should be cleared immediately by the Contractor at his own cost.

12 Without prejudice to the right conferred by the clause as mention before for stoppage of work for violation of Fire &. Safety requirement .contractor should be liable for penalties mentioned below:-

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

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

Contractor shall be debarred for one (1)year/deregistered from taking up further contractual work in station/project from the date of issue of de-

Page 29 of 36 C barring/ deregistering order on 3rd violation as mentioned in clause no.(A) above.

D Fine upto Rs10,000/- for violation of non use of full body harness by con- tractor and contractor worker for working height job.

E Fine upto Rs 25,000/- (Min) to Rs 50,000/- (Max) for serious injury caused b) violation as mentioned in clause no. (A) to (D).

F Independent of the above, contractor shall be fined RS l,00,000/- (One Lakh) or more and debarred / deregistered from taking up further contrac- tual work in WBPDCL from the date of issue of debarring/ deregistering or- der in case any fatal accident occurs due to violation as mentioned clause (A) and (D) above.

13 The "Safety Clearance Certificate" is mandatory as attached in "Safety"• Annexure for final clearance of payment.

EQUIPMENT QUALlTY:- a) Contractor shall provide good condition equipment for job. b) Equipment shall operate only by trained /competent and designated em- ployee. c) Contractor shall provide relevant certifications of the equipment before pu tting in service. d) Electrical Maintenance or repair (Including minor) shall only be performed by approved competent person related to electrical work. e) The contractor shall ensure periodic testing /Examination of equipment as well as safety tools and tackles used by them as per provision of The Factories Act, 1948 and The West Bengal Factories Rules, 1958 and maintain a register for the same for inspection by respective dept/ Fire &. Safety Dept. on demand.

Page 30 of 36

SAFETY CLEARANCE CERTIFICATE

ANNEXURE- V

To The Safety Officer, Dy. G.M. (Technical Cell), Kolaghat Thermal Power Station, West Bengal Power Development Corporation Ltd., Mecheda, Purba Medinipur-721137.

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

Name of Agency :______

Work Order : ______

Dear Sir,

With reference to above may please confirm whether relevant safety require- ments, terms and conditions as mentioned Annexure-“Safety” period or any accident occurred due to willful/non-fulfillment of condition of safety rules in spite of caution letter by Fire and Safety Department.

Party Signature with stamp :-

Remarks :-

Officer Signature with Name Remarks (if Any)

Controlling Officer (Dept.)

Safety Officer / Sr. Manager (Tech. Cell) / Dy. General Manager (Tech. Cell)

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

Page 31 of 36

ANNEXURE-VI

PARTICULARS OF THE CONTRACTING AGENCY (To be filled by the Contractor) (To be submitted in Step-I) Sub:- ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

Sl no Description Particulars of Put Tick (√) Mark if sub- mitted Contracting Agency Supporting documents

With specific page no.

1. Name , address of Contracting Agency (as per clause 11(i))

2. Name , Mobile No,& E-Mail id Of Contact Person(as per clause 11(i))

3. Whether Proprietorship/ Part- nership/ Limited company/

Co-Operative Societies

4. Name & Age of the Proprietor/ Partners

5. Name of the Directors in case of Limited Company/

Co-Operative Societies

6. Whether the Contracting Agen- cy is Registered, if so with whom? & Registration No

Page 32 of 36 7. Approx. date of first com- mencement of Business

8. Credential within a period of last seven years ending 31.07.2019 (as per clause 3(b))

9. Average financial Net worth (Please submit copy of the bal- ance sheet for last three years) in last three financial years (2015-2016, 2016-2017& 2017- 2018) (as per clause 3(c))

10. Average annual financial Turn over in last three financial years (2015-2016, 2016-2017& 2017- 2018) (as per clause 3(d))

(Please submit copy of the P&L A/C for last three years)

11. Name of the Banker/s

12. Particulars of EMD

13. Nos. and details of permanent employees

14. Income tax P.A.N No

15. Employees Provident Fund

A/c No

16. Professional Tax Regd. No

17. GST Registration No

18. Labour license No.

19. Trade Licence No.

Page 33 of 36 20. ESI Code

21. Declaration as per clause 11(vii)

23. Declaration as per clause 11(viii)

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

Page 34 of 36

ANNEXURE VII GST INFORMATION

Sub: ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

PARTICULARS

NAME

CIN

PAN

Constitution

Address of Princip- al Place of Business

Address of Addi- tional Place of Busi- ness

Provisional ID

Application Refer- ence No. (ARN).

Contact Person

Contact Number

E-mail ID

GST Registration No.

SAC

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

Page 35 of 36

ANNEXURE VIII Bank Details Proforma

Sub: ARC for cleaning of mill rejection system,trench and other equipment at stg II under M.O. department.

NIT NO: WBPDCL/KTPS/NIT/E1374/19-20

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

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

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

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

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

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

Thanking you,

Yours faithfully,

Date: ……/……/………..

Signature of the Tenderer with Seal.

Page 36 of 36