146
NTPC LTD (A Government of India Enterprise) WESTERN REGION-II SSC, SIPAT BIDDING DOCUMENTS FOR NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) IN BILASPUR DIST OF STATE C.G. BIDDING DOCUMENT NO. : 9900190298 (This document is meant for the exclusive purpose of bidding against this Bid Document No. / Specification and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued).

IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

NTPC LTD

(A Government of India Enterprise)

WESTERN REGION-II SSC, SIPAT BIDDING DOCUMENTS

FOR

NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP)

IN BILASPUR DIST OF STATE C.G.

BIDDING DOCUMENT NO. : 9900190298

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

Page 2: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

NTPC LIMITED. (A Government of India Enterprise)

CONDITIONS OF CONTRACT

FOR

Need Assesment Survey (NAS), Social Impact Evaluation (SIE) and Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW).

BID DOCUMENT NO.: 9900190298

(This document is meant for exclusive purpose of bidding against this specification and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued)

Page 3: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

CONTENTS

S. No. Description

1.0.0 Definition of Terms

2.0.0 Validity

3.0.0 Currency of Bid

4.0.0 The Bid Documents

5.0.0 Understanding and Clarifications on Documents and Specifications

6.0.0 Discrepancies and Adjustment of Errors

7.0.0 Deviations

8.0.0 Basis of Evaluation

9.0.0 Inspection of site by Consultants

10.0.0 Signature of Bids/Offers

11.0.0 Bid Guarantee

12.0.0 Methodology of Execution of Assignment

13.0.0 Price Basis & Bid Price

14.0.0 Taxes, Duties and Insurance

15.0.0 Travel Expenses

16.0.0 Appraisal of Fraud Prevention Policy

17.0.0 Procedure of Payment

18.0.0 Progressive Payment

19.0.0 Contract Performance Guarantee

20.0.0 Liquidated Damages for Delay in Completion

21.0.0 Handling of Documents

22.0.0 Association of NTPC Engineers

23.0.0 Access to Consultants Office

24.0.0 Progress Report

25.0.0 Owner's Right

26.0.0 Units & Standards/Codes/Regulations

27.0.0 Language and Measurement

28.0.0 Changes/Additions/Deletions

29.0.0 Liability of the Consultant

30.0.0 Patent

31.0.0 Bankruptcy

32.0.0 Settlement of Dispute

33.0.0 Arbitration

Page 4: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

S. No. Description

34.0.0 Governing Laws

35.0.0 Termination

36.0.0 Suspension of the Obligation

37.0.0 Force Majeure

38.0.0 Abandonment of Work

39.0.0 Sub-Contract

40.0.0 Limitation of Liabilities

41.0.0 Non-Association of Manufacturing or Construction Firm

42.0.0 No Waivers

43.0.0 Instructions and Notices

44.0.0 Notice of Default

45.0.0 Suspension of Work

46.0.0 Access of Tender Document from NTPC SRM Site

Annexure – ‘A’: Proforma of Bank Guarantee (Bid Guarantee) Annexure – ‘A -1’: List of Banks for furnishing Bank Guarantee (BG) for Bid Guarantee Annexure – ‘B’: Proforma of Bank Guarantee for Contract Performance Guarantee (CPG) Annexure – ‘B-1’: List of Banks for furnishing Bank Guarantee (BG) for Contract

Performance Guarantee (CPG) Annexure – ‘C’: Bank Guarantee Verification Checklist Annexure – ‘D’: FORM OF EXTENSION OF BANK GUARANTEE Bid Form (Techno-commercial Bid) Attachment -1: Bid Guarantee Attachment-2: Power of Attorney Attachment-3: Electronic Fund Transfer Form Attachment-4: Fraud Prevention Policy Schedule-1: DETAILS OF KEY PERSONNEL Schedule-2: METHODOLOGY OF EXECUTION OF ASSIGNMENT Schedule-3: Additional Information Schedule

Page 5: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Introduction Name of the Project: NTPC SIPAT Name of the Package: Need Assesment Survey (NAS), Social Impact Evaluation (SIE) and Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW).

Bidders are required to submit their proposal under Single Stage composite bidding The "Techno-Commercial Bid" & "Price Bid" shall be opened at the date and time as mentioned in the Notice Inviting Tender (NIT) for the subject package or amended date and time as intimated by the Employer. 1.0.0 DEFINITION OF TERMS 1.1.0 Unless defined otherwise, the following terms wherever used in this Document

shall have the following meanings. 1.1.1. “Owner” or ”Employer” or “NTPC” or “Client” shall mean the NTPC Ltd., New

Delhi, India (A Government of India Enterprise) and shall include their legal representatives, successors and permitted assigns.

1.1.2 “Engineer” or “Engineer-in-Charge” or “E.I.C.” shall mean the officer appointed

in writing by the Owner to act as “Coordinator” from time to time on behalf of Owner in all matters pertaining to this Contract. “Engineer-in-Charge” shall be authorized by the client for supervision, inspection, scrutiny and approval of some or all of the services rendered by the Consultant under the Contract.

1.1.3 “Specification” shall mean the Terms of Reference or ‘Scope of Services’, the

‘Conditions of Contract’ and the ‘ Special Conditions of Contract’ forming a part of the Bid Documents and Contract and such other schedules and drawings as may be mutually agreed upon.

1.1.4 “Notice of Award of Contract” /”Letter of Award” shall mean the official

intimation from the Owner notifying the successful Bidder that its proposal has been accepted.

1.1.5 “Date of Contract” shall mean the date on which the Notice of Award of Contract

or Letter of Award has been issued by the Owner or any other date mentioned in the Notice of Award of Contract or Letter of Award, as the effective date of Contract, whichever is earlier.

1.1.6 A “week “shall mean a continuous period of seven (7) days. 1.1.7 “Indian Rupees” or the sign “Rs.” shall mean the currency of the Government of

India. 1.1.8 The “Government” shall mean the “Government of India” or “Government of

State where the site is located” or an authorized representative/agency/department of the “Government of India” or an authorized representative/agency/ department of the “Government of the state where the site is located”.

Page 6: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

1.1.9 The words imparting singular shall also include the plural and vice-versa where the context so requires.

1.1.10 “Final Report” will mean the final report/ document submitted by the

Consultant in respect of package as mentioned in SCC as per NTPC Specification.

1.1.11 The “Site” shall mean and include the land and other places over, into or

through which the related facilities is to be developed and used. The “Site” shall also include any adjacent land, path, street, river, nalla or a reservoir in vicinity which may be allocated or used by the Owner or Consultant in the performance of this consultancy assignment or development of the Project as mentioned in SCC.

1.1.12 “Starting Date” shall mean the date from which the periods specified for various

activities are measured and as set forth in the completion schedules. The starting date for each schedule, unless otherwise agreed, shall be as indicated in the respective schedule.

1.1.13 “Month” shall mean calendar month. “Day” or “Days” unless herein otherwise

expressly defined shall mean calendar day or day of 24 hours each. Working days in a month shall be as defined by Consultant in its offer.

1.1.14 The title or heading shall not alter or affect the intent or scope of the clauses or

articles of the Documents. 1.1.15 THE DATE OF COMPLETION OF CONTRACT Unless otherwise terminated under the provisions of any other relevant clause of

the Document, Contract shall be deemed to have been completed after issuance of the certification from Engineer-in-Charge that there is no demand outstanding against the Consultant and all liabilities under the Contract have been satisfactorily fulfilled by the Consultant.

1.1.16 Words imparting “Person” shall include firms, companies, corporations and

association or bodies of individuals, whether incorporated or not. 1.1.17 “Consultant” or “Technical Specialist” or “Contractor” shall mean the Bidder

whose Bid has been accepted by the Owner for award of the work and shall include his legal representatives, successors and permitted assigns.

1.1.18 “Consultancy Assignment” or “Work” or “Study” or “Assessment” or “Services”

shall mean the complete consultancy work as per the scope of services specified in the Terms of Reference as per NTPC Specification.

1.1.19 “Contract” shall mean the Letter of Award duly acknowledged by the Contractor,

together with the Documents referred to therein. 2.0.0 VALIDITY

The proposal (Techno-Commercial & Price Bid) shall be on firm price basis and valid for acceptance for at least 03 Months from the date of opening of the Techno-Commercial Bids. NTPC Ltd. does not bind itself to accept the lowest or any proposal or to give reasons for its decision.

Page 7: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

3.0.0 CURRENCY OF BID

3.1.0 All prices quoted in the Schedules of the Bid Proposal Sheets should be in Indian Rupees and all payments shall be made in Indian Rupees irrespective of the currencies in which the consultant incurs the expenditure during the execution of the assignment.

4.0.0 THE BID DOCUMENTS 4.1.0 This Document is meant for the exclusive purpose of submitting a Bid by the

Bidder against this specification only and shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued.

4.2.0 Techno-Commercial bid

"Techno-Commercial" Bid submitted by the Bidder shall comprise of Bidding Documents, Bid Form (Techno-Commercial), duly completed all Attachments as per following details and shall be submitted in Envelop-3:

(a) Attachment 1: EFT Form (Electronic Fund Transfer)

EFT form duly filled in as per Employer's format.

(b) Attachment 2: Fraud Prevention Policy

Ccompliance to the “Fraud Prevention Policy” of NTPC

(c) Attachment 3: Declaration on Policy for withholding and Banning of Business Dealings

Ccompliance to the “Policy for withholding and Banning of Business Dealings” of NTPC

(d) Attachment 4: Form of Acceptance of NTPC Safety Rules

Ccompliance to the “NTPC Safety Rules”

(e) Attachment 5: Information regarding safety Management

Bidder shall furnish the safety plan duly filled in as per EMPLOYER’s format. Based on the safety plan proposed by the bidder, various issues including the schedule of approval of above safety plan etc shall be discussed and finalized in the form of “Safety Co-ordination Procedure” during post-bid discussions of Techno-commercial bids. The “safety co-ordination procedure” will form part of the contract agreement. The above proposed safety plan shall be further discussed/finalized at site in line with the agreements made in “safety co-ordination procedure” and shall be approved by Engineer-In-Charge/ Head of Project before start of the work at site.

(f) Attachment 6: NO DEVIATION CERTIFICATE

No deviation, whatsoever, is permitted by the Employer to any provisions of Bidding Documents

Page 8: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Acceptance of above certificate shall be considered as bidder's confirmation to the following: (a) The provisions of Bidding Documents read in Conjunction with Amendment(s)/ Clarification(s)/ Addenda/ Errata (if any) are acceptable and no deviation has been taken in this regard. (b) Any deviation to Bidding Documents and its subsequent Amendment(s)/ Clarifications(s)/ Addenda/ Errata/ Minutes of Clarification Meeting (if any) as mentioned at (a) above found anywhere in Price Bid Proposal, implicit or explicit, shall stand unconditionally withdrawn, without any cost implication whatsoever to Employer, failing which the bid security shall be forfeited.

(f) Attachment 7: Declaration on Local Content Declaration regarding local content as per the Employer’s format, for granting of purchase preference. In case a bidder does not submit the aforesaid declaration or no value is indicated by the bidder or statement/ any declaration like ‘later’, ‘to be furnished later’, ‘NA’ etc. are indicated by the bidder, then the bidder shall not be considered as a local supplier and shall not be eligible for any purchase preference. No further claim in this regard shall be entertained by the Employer

4.3.0 "Price Bid"

The price bid shall not contain any matter in respect of Technical and/or Commercial aspects other than the details specifically sought in the price bid. The Price Bid submitted by the Bidder shall comprise of Bid Proposal Sheet (BPS) duly filled up by the bidder. The Price Bid submitted by the bidder should be without any deviations and strictly in conformity with the provisions of all bidding documents and amendments thereof. A conditional Price Bid shall run the risk of rejection.

5.0.0 UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND

SPECIFICATIONS 5.1.0 The Bidder is required to carefully examine the specifications and Documents

and fully inform himself as to all the conditions and matters which may in any way affect the works or the cost thereof. If any Bidder finds discrepancies or omissions in the specifications and Documents or is in doubt as to the true meaning of any part, he shall at once but in no case later than Seven (07) days prior to the deadline for submission of Bids, request through e-mail for an interpretation/clarifications to the Owner. The Owner, then, will issue interpretation and clarifications as he may think fit through SRM portal (C-folder). For this purpose, the Owner will consider to respond to only those clarifications, which are received not later than Seven (07) days prior to the deadline for submission of Bids prescribed by the Owner. After receipt of such interpretations and clarifications, the Bidder may submit his offer but within the time and date as specified. All such interpretations and clarifications shall form an integral part of the specifications and Documents and accompany the Consultant's’ proposal.

5.2.0 Verbal clarifications and information given by the Owner or his employee(s) or

his representative(s) shall not in any way be binding on the Owner.

Page 9: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

6.0.0 DISCREPANCIES AND ADJUSTMENT OF ERRORS 6.1.0 The Bid Documents are mutually explanatory of one another. If there are varying

or conflicting provisions made in any one of the Bid Documents, NTPC shall be deciding authority with regard to the intention of the Document.

6.2.0 Any errors in description or any omission there from shall not vitiate the

Contract or release the Consultant from the execution of the whole or any part of the works comprised there in according to the scope of services specified in the Terms of Reference or from any of his obligations under the contract.

6.3.0 If the Bidder does not accept the corrections of the errors as above, its Bid will

be rejected and Bid guarantee may be forfeited.

7.0.0 DEVIATIONS

Bidders may note that deviations, variations and additional conditions, etc. found in the bid, save those pertaining to any rebate/discount, shall not be given effect to in the evaluation and it will be assumed that the bidder complies to all the conditions of Bidding Documents. In case the bidder refuses to withdraw deviations, without any cost to the Owner, the Bid guarantee of the bidder may be forfeited.

8.0.0 BASIS OF EVALUATION 8.1.0 Prior to detailed evaluation, the Owner will determine whether each Bid is of

acceptable quality, is generally complete and is substantially responsive to the Bidding Documents. For purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions and specifications of the Bidding Documents without material deviations, objections, conditionalties or reservations. A material deviation, objection, conditionality or reservation is one (i) that affects in any substantial way the scope, quality or performance of the Contract; (ii) that limits in any substantial way, inconsistent with the Bidding Documents, the Owner’s rights or the successful Bidder’s obligations under the Contract; or (iii) whose rectification would unfairly affect the competitive position of other Bidders who are presenting substantially responsive Bids. The Owner’s decision in respect of the determination of the responsiveness of a bid will be final and binding on all the Bidders.

8.2.0 A bid determined as not substantially responsive will be rejected by the Owner

and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

8.3.0 The Owner may waive any minor informality or non-conformity or irregularity in

a Bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

8.4.0 The bids received and accepted will be evaluated by the Owner to ascertain the

substantially responsive lowest evaluated bid in the interest of the Owner, for the complete works covered under these specifications and documents. Evaluation of offers will be carried out on the basis of technical suitability and the total quoted bid price (including Discount, if any) plus applicable service tax. The Owner does not bind itself to accept the lowest or any offer or to give any reasons for its decision. The participating bidder may note that the decision of

Page 10: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Owner shall be final and binding on all matters /issues arising out the bidding process.

9.0.0 INSPECTION OF SITE BY CONSULTANT

The Consultant shall inspect and examine the site and its surroundings and shall satisfy himself as to the form and nature of the site, the quantities and nature of work and the equipment / materials necessary for the completion of the works and the means of access to the site, the availability of accommodation and in general, shall obtain all necessary information as to risks, contingencies, other circumstances, which may influence or affect his tender, before Bidding. NTPC will not bear any liability, whatsoever, on this account.

10.0.0 BID GUARANTEE – NOT APPLICABLE

10.1.0 The Bid Guarantee amount as specified in Special condition of Contract shall be

in Indian rupees. The Bid Guarantee offered shall be in one of the following alternative forms:

a) A crossed bank draft in favour of NTPC Ltd. payable at New Delhi; b) A Banker’s cheque /Pay order drawn in favour of NTPC Ltd payable at New

Delhi. c) An irrevocable Bank Guarantee of any bank as per list enclosed at Annexure-A1

to Conditions of Contract in favor of NTPC Ltd., New Delhi. Proforma of the Bank Guarantee is enclosed as Annexure – ‘A’ to Conditions of Contract;

10.2.0 The Bid Guarantee shall be made payable without any condition to the Owner

`On demand'. The Bid Guarantee shall be valid for a period of 7 months from the date of bid opening.

10.3.1 The Bid Guarantee should be submitted to the Owner in original at the

correspondence address prior to the last date & time of submission of offer. The Employer will not be responsible for any postal delays or loss. Any Bid Guarantee received later than the deadline for submission of bids, the Bids of that bidder shall not be opened.

10.4.0 In consideration of the Owner opening and considering the Bid for purposes of

award, the Bidder shall keep his Bid valid for a period of Six (6) months from the date of opening of the Bid, during which period the Bidder agrees not to vary, alter or revoke his Bid as a whole or in part. If the Bidder, however, fails to keep his Bid valid for 6 (Six) months or varies it during the period, then the Owner shall be entitled to forfeit the Bid Guarantee amount without any notice or proof of damages etc.

10.5.0 The Bid Guarantee of the successful Bidder to whom a Contract is awarded will

be returned after the said Bidder provides the Contract Performance Guarantee. 10.6.0 The Bid Guarantee may be forfeited

(a) if the Bidder withdraws its bid during the period of bid validity specified in bidding document

Page 11: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

(b) if the Bidder refuses to withdraw, without any cost to the Owner, any deviation found in the bid;

(c) if the Bidder/ his representative commits any fraud while competing for this

contract pursuant to Fraud Prevention Policy of NTPC. (d) In the case of a successful Bidder, if the Bidder fails to furnish the required

Contract Performance Guarantee within the specified time limit, in accordance with Clause 19.0.0.

10.7.0 The Bid Guarantee of all unsuccessful Bidders except that of the successful

Bidder will be returned within thirty (30) days after the award of the Contract. 10.8.0 The Employer shall open the Bid Guarantee first (received off line). The

Employer shall allow only those bids to be opened whose Bid Guarantee have been received in NTPC and are adequate and acceptable as per conditions of the Bid Documents. The Bid Guarantee shall be furnished in a separate sealed envelope offline by the stipulated bid submission closing date and time at the correspondence address. Any bid not accompanied by an acceptable Bid Guarantee in a separate sealed envelope shall be rejected by the Employer as being non-responsive and returned to the Bidders without being opened.

10.9.0 No interest will be payable by the Owner on the above Bid Guarantee. 11.0.0 METHODOLOGY OF EXECUTION OF ASSIGNMENT 12.1.0 The Consultant shall include in the proposal, its organization chart and the

methodology intended to be followed for successful execution of the assignment. This shall include the Project leader and key personnel and their bio data having requisite experience in various areas as required by scope of services stipulated in Scope of services & Technical Specification, who will be associated with the Assignment and with whom NTPC would interact from time to time in connection with this assignment. The Consultant shall get the methodology approved from E.I.C.

12.2.0 To review the progress of work and to resolve various outstanding issues, review

meetings shall be held periodically either at office of NTPC or the office of the Consultant. Both NTPC and the Consultant shall depute their key personnel for the meeting. During the Review Meetings the progress of work will be reviewed, constraints & their corrective actions will be identified. The Consultant shall use his best endeavor to implement the corrective actions so identified.

12.0.0 PRICE BASIS & BID PRICE 12.1.0 Bidders shall quote the total price for the entire scope of services (covered in the

Bid Documents) on firm price basis. 12.2.0 The above quoted lump sum Fee is firm and shall remain valid for the entire

period of the consultancy assignment. The above quoted Lumpsum fee includes all taxes, duties & levies (excluding GST), insurance charges, licence fees, surcharges on taxes and duties etc. under this consultancy assignment. The entered prices shall be deemed to include for the full scope as aforesaid, including overhead and profits. The bid price shall include all man-day charges, equipment charges, travel expenses, administrative charges, laboratory charges,

Page 12: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

documentation charges and any other incidental charges for successful completion of the work.

13.0.0 TAXES, DUTIES AND INSURANCE 13.1.0 All the Bidders are requested to familiarize themselves with the Laws, Rules and

Regulation prevailing in India and consider the same while developing and submitting their bid. Further, all taxes, duties & levies (excluding GST), insurance charges, licence fees, surcharge on taxes and duties etc. as applicable to the subject contract shall be included in the Lumpsum Price and shall be payable directly by the Consultant to the concerned authorities. NTPC shall not bear any expenditure, whatsoever on this account.

13.2.0 Tax liability, if any, on deputation of the Consultant's Personnel to India or

abroad shall also be borne by the Consultant and shall be the responsibility of the consultant as per Tax Laws of India.

13.3.0 The Consultant shall be liable to take/maintain all necessary insurance at its

own cost. 13.4.0 GST as applicable under this contract during the currency of the contract shall

be reimbursable by Owner on actual basis subject to documentary evidence. 13.5.0 (a) As regards income tax, surcharge on income tax and other corporate taxes,

including cess wherever applicable, the Contractor shall be responsible for such payments to the concerned authorities.

(b) The Owner is entitled to deduct TDS as per the Government policies/tax

rules and regulations. 14.0.0 TRAVEL EXPENSES 14.1.0 All the Travel expenses, boarding & lodging charges, insurance & taxes,

incurred by the Consultant’s personnel for journeys to site or NTPC office at Delhi or to NTPC projects or anywhere else required to carry out the services under the scope of this assignment, will be borne by the Consultant and the Owner will not take any responsibility whatsoever on this account. All the travel expenses (including, boarding, lodging, taxes & insurance) of the engineers of NTPC traveling to Consultant's office in India shall be borne by NTPC.

15.0.0 ACCEPTANCE OF FRAUD PREVENTATION POLICY 15.1.0 The Bidder along with its Associate/Collaborator/Subcontractors/Sub-vendors/

Consultants/Service Providers shall strictly adhere to the Fraud Prevention Policy of NTPC displayed on its tender website http://www.ntpctender.com and shall immediately apprise the NTPC about any fraud or suspected fraud as soon as it comes to their notice. A Confirmation to the effect shall be furnished by the bidder in his bid proposal. If in terms of above policy it is established that the bidders/ his representative have committed any fraud while competing for this contract than the bid security of the bidder will be forfeited.

16.0.0 PROCEDURE OF PAYMENT 16.1.0 All the invoice of payment shall be supported by necessary Documents and

submitted in quadruplicate for the certification of Engineer-in-Charge for which

Page 13: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

he will require a maximum time of fifteen (15) days before the same are submitted for processing the payment of amount admitted. The Owner shall pay to the Consultant all the admissible payment within thirty (30) days of certification of the Engineer-in-Charge of the amount payable for the services. In the event, there is any query in respect of any item of such invoice requiring clarification, the Engineer-in-Charge shall notify the same within 15 days of receipt of such invoice by the Owner that such a query has arisen and both the parties shall endeavor to reach an agreement within a period of thirty (30) days thereafter. If no mutual agreement can be reached within a period of forty five (45) days after receipt of the invoices by the Engineer-in Charge, the Owner shall make payment against the balance of invoice (original amount less the amount in question) to the Consultant within thirty (30) days thereafter i.e. within seventy five (75) days from the date of receipt of invoice by the Engineer-in-charge. The invoice for the balance amount under question shall be separately submitted for future consideration of the Owner.

16.2.0 All payments made during the Contract shall be on account payments only. The

Final Payment will be made on completion of the entire work and on fulfillment by the Consultant of all his liabilities under the Contract.

16.3.0 Bidder shall furnish the details of Bank Account in the prescribed format along

with Bid in order to facilitate the Owner to release Payments electronically through Electronic Fund Transfer system wherever technically feasible. The Bidder shall hold the Owner harmless & Owner shall not be liable for any direct, indirect or consequential loss or damage sustained by the bidder on account of any error in the information or change in Bank details provided to the Owner in the prescribed form without intimation to Owner duly acknowledged.

17.0.0 PROGRESSIVE PAYMENT 17.1.0 All payments against the services shall be paid against production of invoice in

quadruplicate by the Consultant. The payment of such fees shall be released on stage-wise completion of the services including submission of the “Deliverables” and subject to acceptance, approval and certification by the Engineer-in Charge in accordance with provisions of Terms of Payments as specified in Special Condition of Contracts.

18.0.0 CONTRACT PERFORMANCE GUARANTEE – NOT APPLICABLE 18.1.0 As a Contract Security, the successful Bidder, to whom the work is awarded,

shall be required to furnish in favour of the Owner, a Contract Performance Guarantee in the form of Bank Guarantee in proforma enclosed as Annexure-B to this Conditions of Contract, from a Bank acceptable to the Owner, within thirty (30) days after the date of Notice of Award of the Contract. The guarantee amount shall be equal to ten percent (10%) of the Contract Price in accordance with the terms and conditions specified in the Contract and in the Bidding Documents. The Contract Performance Guarantee shall be valid till the expiry of three (3) months after the end of Contract Period. The List of Banks acceptable to the Owner is enclosed as Annexure-B1 to this Conditions of Contract.

18.2.0 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 stipulated in other clauses in the Bidding Documents.

Page 14: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

18.3.0 The Contract Performance Guarantee will be returned to the Contractor, without any interest, at the end of validity period as mentioned above.

19.0.0 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION– 19.1.0 For any delays attributable to the Consultant beyond the scheduled period of

completion of the entire assignment as per the agreed work schedule, the Consultant shall pay to NTPC liquidated damages and not as penalty, an amount worked out at the rate of 1/2% (one half of one per cent) of contract value for each calendar week of delay or part thereof. However, the total liability of the Consultant under this clause shall not exceed 10% of the total Contract Value as awarded.

20.0.0 HANDLING OF DOCUMENTS 20.1.0 All plans, design calculations, studies, data, maps, drawings and specifications

prepared by the Consultant in connection with the services to be provided by the Consultant shall be the property of the Owner, As and when required or upon termination of the Contract, the aforesaid Documents, prepared specifically for this Study (including originals), shall be handed over to the Owner before final acceptance or thereafter.

20.2.0 The Consultant shall take all necessary steps to ensure confidential handling of

all matters pertaining to plans, designs, drawings, specifications, methods and any other information developed or acquired by him from NTPC under terms of the Contract or in performance thereof.

20.3.0 The Consultant shall not prepare articles or photographs for publication or

speeches or presentations about the work and/or site and/or plant, Contracts and installations in which NTPC has an interest without prior written consent of NTPC.

20.4.0 The Consultant shall take necessary steps to ensure that all persons employed

on any work in connection with this Contract have noticed that the Indian Official Secrets Act, 1923 (XIX of 1923) applies to them and shall continue to apply even after the execution of such work(s) under the Contract.

21.0.0 ASSOCIATION OF NTPC ENGINEERS 21.1.0 NTPC may depute their engineers / representatives to be present during the

entire period of consultancy assignment or any part thereof and they would be closely associated by the Consultant in all activities relating to the assignment for a fruitful interaction. NTPC’s authorized representatives will have to be provided necessary information whenever asked for.

21.2.0 The engineers will also discuss results of studies/assignments and may make

certain suggestions. The Consultant shall provide all facilities for NTPC engineers/ representatives to have fruitful participation in the work. The Consultant shall submit all study results, draft sections/documents to the E.I.C. for his approval and the final document will be prepared after incorporating charges/ modifications/ additions/ alterations suggested by the E.I.C. The travel charges (to & fro) and the boarding and lodging charges of NTPC engineers/ representatives shall be borne by NTPC.

Page 15: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

22.0.0 ACCESS TO CONSULTANTS OFFICE 22.1.0 The authorized representative(s) of NTPC shall be provided access to the

Consultant's and/or his sub-Consultant's premises at any reasonable time during the pendency of this work for expediting, inspection, checking of the progress of the Consultant's work.

23.0.0 PROGRESS REPORT

23.1.0 The Consultant shall prepare and submit to the Engineer-in-Charge monthly

progress report showing the progress and status of the 'Works being performed by him including such materials as charts, networks and photograph (if any) as per the directives of the Engineer-In-Charge. Draft formats of progress reports shall be finalized in consultation with the Engineer.

23.2.0 It is understood that submission of such reports and reviews thereof by NTPC

shall not absolve the Consultant of his responsibility of timely completion of the Assignment as per the time schedule indicated herein.

24.0.0 OWNER'S RIGHT 24.1.0 Owner reserves the right for the following:- 24.1.1 Rejection of any or all offers without assigning any reason whatsoever. 24.1.2 Rejection of any offer with incomplete scope of works or which is an incomplete

offer in the opinion of the Owner. 24.1.3 Review of the work performed by the Consultant either by Owner or through

another consultant separately appointed by Owner and ask for any clarification and changes/modifications to the work performed by the Consultant. Such changes shall be mutually discussed and agreed between the Owner and the Consultant and the same shall be incorporated by the Consultant in his work without any cost liability to the Owner and without any dilution of the responsibility of the Consultant.

25.0.0 UNITS & STANDARDS/CODES/REGULATIONS 26.1.0 The International System of Units (SI) will be used for carrying out the services

mentioned in the specification. Indian Standards, Codes and Regulations, wherever applicable shall be adopted and adhered to by the Consultant. In case of such Indian Standards/Codes/Regulations being not available in particular areas, applicable and acceptable international standards shall be followed. The Consultant shall also comply with any changes / modifications in the Standards while undertaking the above studies and preparation of various reports.

26.0.0 LANGUAGE AND MEASUREMENT 26.1.0 The report must be submitted in English language. All reports, documents,

correspondence of any other written material in connection with this work shall be submitted in English language only. However, the Public Hearing Document shall be made in both English & local vernacular language. The metric system of measurement shall be used exclusively for carrying out these services.

Page 16: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

27.0.0 CHANGES/ ADDITIONS/ DELETIONS 27.1.0 NTPC shall have the right to request in writing additions or changes in the scope

of services to be performed by the Consultant. If in the Consultant’s opinion, any such additions or changes affect the completion schedule or the fee, NTPC will be advised accordingly and the same shall be mutually settled. However, the Consultant shall continue to carry out the work pending final settlement, if any.

27.2.0 NTPC reserves the right to delete any item/s or part thereof from the scope of

services to be performed by the Consultant. For such purposes NTPC shall give to the Consultant a 30 days notice in writing on receipt of which the Consultant shall take necessary steps as may be directed by NTPC and shall stop incurring any expenditure and performing services in connection with the item/s of work so deleted.

27.3.0 The corresponding fee for the deleted item(s) of work will be arrived based on the

fee identified in the Contract and shall be deducted from the fee payable to the Consultant under the Contract. The Consultant, however, shall be entitled for the compensation for the amount of work and services already performed in connection with the item(s) deleted from the scope, at a mutually acceptable fee.

. 28.0.0 LIABILITY OF THE CONSULTANT 28.1.0 Should any defect or inadequacy appear in the study carried out and report

submitted by the Consultant prior to the date of final acceptance of the work and release of Contract Performance Guarantee by the Owner, the Consultant shall perform at its own initiative and free of any cost to NTPC, all such services as shall be necessary to remedy the said defect or inadequacy.

28.2.0 The Consultant shall be further liable for the consequence of errors and

omissions arising from gross negligence on its part or on the part of its employees or associates or experts to the extent of the Total Contract Value of the Contract.

29.0.0 PATENT 29.1.0 The Consultant shall hold harmless and indemnify the Client from and against

loss, damage and expenses arising from any claim for infringement of patent, copy right, design and other such rights in existence or to be granted on an application published prior to the completion of this Consultancy with respect to or arising out of the use or supply of design, or any work in accordance with the designs, drawings or specifications furnished, approved or recommended by the Consultant.

29.2.0 The Consultant shall promptly notify the client in writing if the Consultant has

or has acquired knowledge of any patent under which a claim or suit for infringement could reasonably be brought because of the use by the client of any information, recommendation or specifications, services rendered by the Consultant. The Consultant, in such case, shall forthwith at its own cost make and furnish to the client alternative designs, drawings, specifications or recommendations to avoid the same and without putting the Client to additional cost.

30.0.0 BANKRUPTCY

Page 17: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

30.1.0 If the Consultant shall become bankrupt or have a receiving order made against

him or compound with his creditors or being a corporation commence to be wind up, not being a voluntary winding up for the purpose only or amalgamation or reconstruction, or carry on their business under a receiver for the benefit of their creditors or any of them, NTPC shall be at liberty.

(a) to terminate the assignment forthwith without any notice in writing to the

Consultant or to the liquidator or receiver or to any person in whom the Consultant may become vested.

(b) to give such liquidator, receiver or other person the option of carrying out the consultancy assignment subject to their providing a guarantee for the due and faithful performance of the assignment up to an amount to be determined by NTPC.

31.0.0 SETTLEMENT OF DISPUTE 31.1.0 Except as otherwise specifically provided in the Contract all disputes concerning

questions of fact arising under the Contract, shall be decided by the Engineer-in-Charge subject to a written appeal by the Consultant to the Engineer, whose decision shall be final to the parties hereto.

31.2.0 Any disputes or differences including those considered as such by only one of

the parties, arising out of or in connection with the Contract shall be to the extent possible settled amicably between the parties.

31.3.0 If amicable settlement cannot be reached then all disputed issues shall be

settled by arbitration as provided in Clause 33.0.0 herein below. 32.0.0 ARBITRATION 32.1.0 In the event of any question, dispute or difference arising out of or in connection with this consultancy work, whether during the progress of the work or after its completion, abandonment or breach of Contract, the same shall be referred for arbitration, for which purpose the Client and the Consultant shall nominate one Arbitrator each. These Arbitrators shall appoint an Umpire not later than one month from the latest date of their respective appointment. The arbitration shall be conducted in accordance with the provisions of Indian Arbitration and Conciliation Act 1996, the rules framed there under and any statutory modifications thereof. The costs of reference and arbitration award shall be payable by the parties to the extent and in a manner as may be determined by the Arbitrators or the Umpire.

In case the Consultant is an Indian Public Sector Enterprise/ Govt. Deptt. (but not a State Govt. Undertaking or Joint Sector Undertaking which is not a subsidiary of Central Govt. Undertaking), the dispute arising between the Owner and the Consultant shall be referred for resolution to a Permanent Arbitration Machinery (PAM) of the Department of Public Enterprises, Govt .of India.

32.2.0 Notwithstanding the existence of any dispute or difference and/or reference for the arbitration, the Consultant shall proceed with and continue without hindrance with the performance of the work under the Contract with due diligence and expedition in a professional manner and the payments due to the Consultant shall not be withheld by the Client on account of such difference or arbitration proceedings unless such payment is subject matter of the arbitration.

Page 18: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

32.3.0 The arbitrators may from time to time with consent of the parties enlarge the time, for making and publishing the award. The venue of arbitration shall be the registered office of NTPC at Sipat, Bilaspur.

33.0.0 GOVERNING LAWS 33.1.0 This Consultancy work shall be governed by the Indian Laws for the time being

in force and the Delhi Courts alone shall have the exclusive jurisdiction on all matters arising under the contract.

34.0.0 TERMINATION 34.1.0 TERMINATION FOR DEFAULT 34.1.1 The Owner may without prejudice to any other remedy for breach of Contract,

by written notice of default sent to the Consultant, terminate the Contract in whole or in part

a) If the Consultant fails to deliver any or all of the services within the time

period(s) specified in the Contract or any extension thereof granted by the Owner in writing.

b) If the Consultant fails to perform any other obligations(s) under the Contract or

c) If the Consultant, in either of the above circumstances, does not cure its failure within a period of thirty (30) days after receipt of the default notice from the Owner.

34.1.2 In the event the Owner terminates the Contract in whole or in part, pursuant to

para 35.1.1, the Owner may get the services done, upon such terms and in such manner as it deems appropriate, similar to those not rendered, and the Consultant shall be liable to the Owner for any excess costs for such similar services. However, the Consultant shall continue performance of the Contract to the extent not terminated.

34.2.0. TERMINATION FOR CONVENIENCE 34.2.1 The Owner, may by written notice sent to the Consultant, terminate the contact,

in whole or in part, at any time for its convenience, The notice of termination shall specify that termination is for Owner’s convenience, the extent to which performance of work under the Contract is terminated and the date upon which such termination becomes effective.

34.2.2 The studies/services that are completed and ready for final reporting within

thirty (30) days after the Consultant’s receipt of notice of termination shall be accepted by the Owner at the Contract terms and prices. For the remaining services, the Owner may elect: a) to have any portion completed and delivered at the Contract terms and

prices; and/or b) to cancel the remainder and pay to the Consultant an agreed amount for

partially completed services. 34.3.0 TERMINATION FOR INSOLVENCY 34.3.1 The Owner may at any time terminate the Contract by giving written notice to

the Consultant, without compensation to the Consultant, if the Consultant

Page 19: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner.

34.3.2 Upon termination of the Contract at any time for whatever reason by NTPC,

compensation shall be payable to the Consultant for all services performed satisfactorily until the date of termination. In addition the Consultant will be paid for such of those items of work which have been partially completed as per conditions stipulated under clause 35.2.2.The Consultant shall provide available Documentary evidences to this effect, acceptable to NTPC

34.3.3 Following issuance by NTPC of a notice of termination and prior to the effective

date of such termination, the Consultant shall:

i) terminate performance of work in progress under the Contract on the date and to the extent specified in the notice of termination;

ii) Incur no further costs for services except as necessary to complete performance of any portion of the work under the Contract not terminated by the said notice.

iii) terminate all outstanding orders, service Contracts and sub-Contracts to

the extent that they relate to the performance of work terminated by the notice;

iv) transfer title and deliver to NTPC in the manner, at the times and to the

extent, if any, as directed by NTPC, all completed or partially completed reports, designs, data, maps, plans, photographs, specifications, and computations, etc. which, if the Contract had been continued, would have been required to be furnished to NTPC.

The termination of the Contract shall not relieve the Consultant of its duties and liabilities as per the Contract for the portion of the services performed prior to the effective date of termination.

35.0.0 SUSPENSION OF THE OBLIGATION 35.1.0 The obligations stipulated in this specification can only be suspended in the

case of any particular item or work, in the event of Force Majeure as defined in Clause 37.0.0 or as the result of an agreement between the parties.

35.2.0 In the event of Force Majeure, neither of the parties may be considered in default

of its obligations under the terms of the Specifications. 36.0.0 FORCE MAJEURE 36.1.0 Force Majeure is hereby defined as any cause which is beyond the control of the

Consultant or NTPC as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of Contract such as:-

a) natural phenomena including but not limited to floods, draughts,

earthquakes and epidemics.

Page 20: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

b) acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees, embargoes, etc.

provided that either party shall within fifteen(15) days from the occurrence of such a cause notify the other in writing of such cause.

37.0.0 ABANDONMENT OF WORK 37.1.0 If any work included in the scope of specification to be done by the Consultant is

abandoned or suspended for any cause or reasons which can not be attributed to the Consultant, payment shall be made on a pro-rata basis for the work actually done and reported by him.

38.0.0 SUB-CONTRACT 38.1.0 The Consultant can not assign or sub-Contract any portion of this work without

the prior written consent of NTPC. 39.0.0 LIMITATION OF LIABILITIES 39.1.0 NTPC shall in no way be responsible for any liabilities arising out of the

Consultant’s Contractual obligations with the Consultant’s personnel, experts, engineers, sub-Contractors, licensors, collaborators, vendors, or subsidiaries. Similarly, the Consultant shall in no way be responsible for any liabilities arising out of NTPC’s personnel, sub-Contractors, licensors, collaborators, vendors or subsidiaries.

39.2.0 The Consultant and NTPC both agree that each shall assume full risk of

damages or injury to its own properties, employees and representatives caused by any act or omission to act by their respective employees or representatives, during the performance.

40.0.0 NON-ASSOCIATION OF MANUFACTURING OR CONSTRUCTION FIRM 40.1.0 Any manufacturing or construction firm with which the Consultant might be

associated will not be eligible to participate in any project resulting from or associated with this consultancy assignment.

41.0.0 NO WAIVERS 41.1.0 If the Owner, in any instance, does not insist upon strict performance of any of

the terms of the assignment, it shall not be construed as a waiver or relinquishment in the future till the assignment is in force and shall not relieve the Consultant of any of its responsibilities under the assignment.

42.0.0 INSTRUCTIONS AND NOTICES 42.1.0 All notices to be given on behalf of NTPC and all other actions to be taken on its

behalf may be given or taken by the Engineer-in-Charge or any officer for the time being entrusted with the functions, duties and powers of the Engineer-in-Charge.

42.2.0 All instructions, notices and communications, etc., shall be given in writing and

if sent by registered / speed post to the last known place of business of the

Page 21: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Consultant, shall be deemed to have been served on the dates when in the ordinary course of post these would have been delivered to him.

43.0.0 NOTICE OF DEFAULT 43.1.0 In the event of any default by either party hereto, in respect of any of its

obligations and responsibilities under the Contract, the party not in default shall give notice in writing to the other party calling upon it to rectify such default within a period of thirty (30) days of the receipt thereof. Should the party in default does not rectify such default within the said period, the other party shall be entitled to treat it as a breach of Contract and notice to that effect shall be given forthwith.

44.0.0 SUSPENSION OF WORK 44.1.0 The Consultant shall, on receipt of the order in writing of the Engineer-in-

Charge, suspend the progress of the works or any part thereof, for such time and in such manner as the Engineer-in-Charge may consider necessary for any of the following reasons: i) On account of any default on part of the Consultant; or ii) For proper execution of the works or part thereof for reasons other than the

default of the Consultant; iii) For safety of the works or part thereof The Consultant shall, during such suspension, properly protect and secure the works to the extent necessary and carry out the instructions given in that respect by the Engineer-in-Charge.

44.2.0 If the works are suspended by the Engineer-in-Charge for reasons as set out in items (ii) and (iii) above, the Consultant shall be allowed (a) suitable extension of time in the completion date equal to the duration of suspension of works and (b) reasonable and demonstrable compensation for expenditure arising for execution of the work during such suspended period.

45.0.0 ACCESS OF TENDER DOCUMENT FROM NTPC SRM SITE 45.1.0 The prospective bidders in order to be able to access the bidding documents

shall be required to compulsorily register/enroll themselves with NTPC which shall be a one time process.

45.2.0 The registered/enrolled prospective bidders shall be prompted to enter his user id & password. Subsequent to entering of user id & password and acceptance of the same by the system, the prospective bidder shall be authorized to access the NIT and the bidding documents.

Page 22: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ANNEXURE-A Page 1 of 2

PROFORMA FOR BANK GUARANTEE IN LIEU OF CASH DEPOSIT

(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: NTPC Ltd. [Employer's Name and Address] 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 Guarantee 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 & 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 upto ...............(@)........... 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.........(***)…….............[Bidder's Name]....................... on whose behalf this guarantee is issued. In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this..............................................................day of..................................20..........at......... ....................................................................

Page 23: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

(Signature) ................................................................... (Name) ..................................................................... (Designation with Bank Stamp)

Authorized Vide Power of Attorney No................................

Date............................................................

NOTE : 1. (*) 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 should be seven (7) calendar months from the date set for opening of the Bids.

(***) 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.

2. The Stamp Paper of appropriate value shall be purchased in the name of guarantee issuing Bank or the party on whose behalf for BG is being issued. The List of Banks acceptable to the Owner is enclosed as Annexure-A1.

3. 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.

3. While getting the Bank Guarantee issued, Bidders as required to ensure compliance to the points mentioned in Annexure-C : Form of Bank Guarantee Verification Check List. Further, Bidder are required to fill up this Annexure-C and enclose the same with the Bank Guarantee.

Page 24: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Banks for Bank Guarantee towards BID Guarantee

ANNEXURE-A-1 SCHEDULED COMMERCIAL BANKS A. SBI AND ASSOCIATES 1. State Bank of India. 5. State Bank of Patiala 2. State Bank of Bikaner and Jaipur 6. State Bank of Travancore 3. State Bank of Hyderabad 4. State Bank of Mysore 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 2. City Union Bank 3. Dhanalakshmi Bank 4. Federal Bank Ltd. 5. Jammu & Kashmir Bank Ltd. 6. Karnataka Bank Ltd. 7. Karur Vysya Bank Ltd. 8. Lakshmi Vilas Bank Ltd. 9. Nainital Bank Ltd. 10. Kotak Mahindra Bank 11. Ratnakar Bank Ltd. 12. South Indian Bank Ltd. 13. Tamilnad Mercantile Bank Ltd. 14. ING Vysya Bank Ltd. 15. Axis Bank Ltd. 16. INDUSIND Bank Ltd. 17. ICICI Bank 18. HDFC Bank Ltd. 19. Development Credit Bank Ltd. 20. Yes Bank Ltd

Page 25: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

D. SCHEDULED PRIVATE BANKS (FOREIGN BANKS) 1. Abu Dhabi Commercial Bank Ltd. 2. Bank of America NA 3. Bank of Behrain & Kuwait B.S.C 4. Mashreq Bank p.s.c 5. Bank of Nova Scotia 6. Credit Agricole Corporate and Investment Bank 7. BNP Paribas 8. Barclays Bank 9. Citi Bank N.A. 10. Deutsche Bank A.G. 11. The Hongkong and Shanghai Banking Corporation Ltd. 12. HSBC Bank Oman S.A.O.G 13. Societe Generale 14. Sonali Bank Ltd. 15. Standard Chartered Bank 16. J.P Morgan Chase Bank 17. State Bank of Mauritus Ltd 18. DBS Bank Ltd. 19. Bank of Ceylon 20. Bank Internasional Indonesia 21. Arab Bangladesh Bank 22. Shinhan Bank 23. Chinatrust Commercial Bank 24. Mizuho Corporate Bank Ltd. 25. Krung Thai Bank Public Company Ltd. 26. Antwerp Diamond Bank N.V. 27. The Bank of Tokyo-Mitsubishi UFJ Limited 28. Sumitomo Mitsui Banking Corporation E OTHER PUBLIC SECTOR BANK 1. IDBI Bank LTD

Page 26: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ANNEXURE-B

PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act)

The non-judicial stamp paper should be in the name of issuing bank

Ref …………… Bank Guarantee No…………… Date……………………………...

To [Name & address of Employer] Dear Sirs,

In consideration of the NTPC 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’ or ’Consultant’, 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 Letter of Award No.___________________________ dated_______________ and the same having been unequivocally accepted by the Contractor resulting in a `Contract’ bearing No.__________________________ dated_______________ valued at _____________________ for ___(Scope of Contract)________________and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to 10% (ten percent) of the said value of the Contract to the Owner. We ________(Name & address)_________, having its Head Office at _______________ (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, 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 notwithstanding any difference between the Owner and 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. 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 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 forbear to enforce any covenants, contained or implied, in the Contract 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

Page 27: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

these presents by any exercise by the Owner of its liberty with reference to the matter 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 relieving 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 notwithstanding any security or other guarantee that the Owner may have in relation to the Contractor’s liabilities. Notwithstanding anything contained herein above our liability under this guarantee is restricted 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 _______________________ whose behalf this guarantee has been given. In witness whereof the Bank, through its authorized Officer, has set its hand and stamp on this ________ day of _________ 20_ _ at ___________ WITNESS ___________________ __________________________ (Signature) (Signature) ____________________ __________________________ (Name) (Name) ____________________ __________________________ (Official address) (Designation with Bank Stamp) Attorney as per Power of Attorney No._____________ dated______ NOTE: 1. * The date will be three (3) months beyond the schedule date for completion

date of the last activity identified under the package.

2. The Stamp Paper of appropriate value shall be purchased in the name of guarantee issuing Bank. The List of Banks acceptable to the Owner is enclosed as Annexure-B1.

3. 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.

4. While getting the Bank Guarantee issued, Bidders are required to ensure

compliance to the points mentioned in Annexure-C: Form of Bank Guarantee Verification Check List. Further, Bidders are required to fill up this Annexure-C and enclose the same with the Bank Guarantee.

Page 28: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ANNEXURE-‘B1’ List of Banks whose bank Guarantee is acceptable to NTPC towards Contract Performance Guarantee and Advance SCHEDULED COMMERCIAL BANKS A. SBI AND ASSOCIATES 1. State Bank of India 2. State Bank of Bikaner and Jaipur 3. State Bank of Hyderabad 4. State Bank of Mysore 5. State Bank of Patiala 6. State Bank of Travancore B. NATIONALISED BANKS 1. Allahabad Bank 2. Andhra Bank 3. Bank of India 4. Bank of Maharashtra 5. Canara Bank 6. Central Bank of India 7. Corporation Bank 8. Dena Bank 9. Indian Bank 10. Indian Overseas Bank 11. Oriental Bank of Commerce 12. Punjab National Bank 13. Punjab & Sind Bank 14. Syndicate Bank 15. Union Bank of India 16. United Bank of India 17. UCO Bank 18. Vijaya Bank 19. Bank of Baroda C. SCHEDULED FOREIGN BANKS 1. Bank of America NA 2. BNP Paribas 3. Credit Agricole Corporate and Investment Bank 4. Citi Bank N.A. 5. Deutsche Bank A.G 6. The HongKong and Shangai Banking Corporation Ltd 7. Standard Chartered Bank. 8. Societe Generale 9. Barclays Bank 10. Bank of Nova Scotia 11. DBS Bank Ltd. 12. The Bank of Tokyo–Mitsubishi UFJ Ltd. 13. Sumitomo Mitsui Banking Corporation (upto 30.06.2016)

Page 29: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

D. SCHEDULED PRIVATE BANKS 1. ING Vysya Bank Ltd. 2. ICICI Bank Ltd. 3. HDFC Bank Ltd. 4. Axis Bank Ltd. 5. Yes Bank Ltd. (Up to 30.09.2015) 6. IndusInd Bank Ltd. (upto 31.07.2015) E. OTHER PUBLIC SECTOR BANKS 1. IDBI Bank Ltd.

Page 30: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ANNEXURE-'C'

FORM OF BID GUARANTEE VERIFICATION CHECKLIST

S.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?

Date: (Signature)…………………………….

(Printed Name)………………………..

(Designation)………………………….

(Common Seal)……………………….

Note: Consultant is required to fill up this form and enclose along with the Bank

Guarantee.

Page 31: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ANNEXURE-'D'

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____________ shall 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: 1. @ The extension of the Bank Guarantee should be forwarded to the

Unit/Project/Corporate Centre, from where the extension has been sought. 2. 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.

Page 32: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

List of Important Points to be noted while submitting Bids

Page 33: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Work : NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) Stage-III (1x800 MW)

Special Conditions of Contract Page 1 of 6

NTPC LTD.

(A Government of India Enterprise)

SPECIAL CONDITIONS OF CONTRACT

FOR

Need Assesment Survey (NAS), Social Impact Evaluation (SIE) and Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW).

BID DOCUMENT NO.: 9900190298

(This document is meant for exclusive purpose of bidding against this specification only and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued and will supersede any other related conditions anywhere else in this bidding document)

Page 34: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Work : NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) Stage-III (1x800 MW)

Special Conditions of Contract Page 2 of 6

CONTENTS

Sl. No Description

1.0.0 General & Documents Comprising the Bidding Documents

2.0.0 Understanding and Clarifications on documents and Specifications

3.0.0 Type of Bidding

4.0.0 Preparation of Bid

5.0.0 Bid Guarantee

6.0.0 Time Schedule

7.0.0 Price Basis and Bid Price

8.0.0 Terms of Payments

9.0.0 Late Bids

10.0.0 Contract Performance Guarantee

11.0.0 Liquidated Damages for Delay

12.0.0 Boarding , Lodging & Travel Expenses

13.0.0 Any Other Conditions

14.0.0 Attributes

Page 35: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Work : NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) Stage-III (1x800 MW)

Special Conditions of Contract Page 3 of 6

1.0 GENERAL:

(i) The provisions contained herein SPECIAL CONDITIONS OF CONTRACT (hereinafter

called SCC) shall supplement the Conditions of Contract. Wherever there is a conflict, the

provision contained herein shall prevail over those in the Conditions of Contract.

(ii) Name of Package: Need Assesment Survey (NAS), Social Impact Evaluation (SIE) and Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW).

(iii) Name of Project: Sipat Super Thermal Power Project

(iv) Bidding Document No.: 9900190298

(v) Name & Address of Employer:

AGM (C&M)/Manager (C&M), NTPC Limited, Western Region-II SSC Sipat Sipat Super Thermal Power Project Samaweshi Bhawan, PO-Ujjwal Nagar, Sipat, Bilaspur (C.G.) India, Pin – 495555 Tel. No.: 0091-7752-277067,

E-mail: [email protected], [email protected] Registered Office Address: “NTPC Bhawan” Core No. 7, Scope Complex, Institutional Area, Lodhi Road,

New Delhi – 110003, India. (

vi) Name & contact details of Concerned Officers in NTPC:

(a) Mr. U K Jain, AGM (CS-SSC),

Tel: 07752-277158

E-mail: <[email protected]>

(b) Mr. P K Verma,Manager (CS)

Tel: 09424140880, 07752-277061

E-mail: [email protected]

1.1 DOCUMENTS COMPRISING THE BIDDING DOCUMENTS:

1.1.1 The scope of services, evaluation procedure, terms & conditions of contract and technical requirements are prescribed in the bidding documents. The bidding documents shall include the following:

a) BOQ

b) Bid Proposal Sheets (BPS)

c) Scope of Work

Page 36: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Work : NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) Stage-III (1x800 MW)

Special Conditions of Contract Page 4 of 6

d) Special Conditions of Contract (SCC)

e) Conditions of Contract (COC)

f) No Deviation certificate

g) Safety Clause

h) EFT Form

i) Banning Policy

1.1.2 At any time prior to the deadline for submission of Bids, the Owner may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective bidder, may issue amendment(s)/ clarification(s) to the bidding documents. Such amendment(s)/ clarification(s) will form integral part of the bidding documents and will be notified through Gepnic. Bidders are required to immediately acknowledge receipt of any such amendment(s)/ clarification(s) and it will be assumed that the information contained therein have been taken into account by the Bidder in his bid.

2.0.0 UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND SPECIFICATIONS

(Clause No. 5.0.0 entitled “UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND SPECIFICATIONS” of Conditions of Contract)

2.1.0 Clarification(s), if any, required by the bidders, shall be addressed only to the Concerned Officer(s) as mentioned at Clause 1.0 (vi) above.

Further Clarifications given only through GEPNIC Portal by Concerned Officer of NTPC shall be considered as valid clarifications. Clarifications issued by any other person shall not be binding on the Owner.

Further the Owner may also seek clarifications from the bidders in respect of their bids/ work experience, etc. Such clarifications sought by Owner shall be considered authenticated if sought by Concerned Officer(s) as mentioned at Clause 1.0 (vi) above and clarification(s) sought by any other person verbally or in writing shall not be given effect to by the Bidders.

3.0.0 TYPE OF BIDDING

3.1.0 This is a Single Stage Two Envelope Bidding i.e Technical Bid & Price Bid will be opened on day and time at Schedule Bid Opening Date on the basis of acceptance of No Deviation Certificate.

4.0.0 PREPRATION OF BID

4.1.0 The bidder is expected to examine all instructions, terms, conditions, specifications, formats and other information in the bidding documents. Failure to furnish all information required as per the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk and may result in rejection of his bid. However the Owner’s decision in this regard shall be final and binding on all parties participating in the tender.

5.0.0 BID GUARANTEE

(Clause No. 11.0.0 entitled “Bid Guarantee” of Conditions of Contract)

NOT APPLICABLE

6.0.0 TIME SCHEDULE

Page 37: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Work : NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) Stage-III (1x800 MW)

Special Conditions of Contract Page 5 of 6

6.1.0 The validity of contract shall be 16 weeks from the date of start of work as per LOA. Date of Start will be informed by EIC well in advance.

7.0.0 PRICE BASIS & BID PRICE 7.1.0 Bidders shall quote the total price for the entire scope of services (covered in the Bid

Documents) on firm price basis.

7.2.0 The above quoted lump sum Fee is firm and shall remain valid for the entire period of the consultancy assignment. The above quoted Lumpsum fee includes all taxes, duties & levies (excluding GST), insurance charges, licence fees, surcharges on taxes and duties etc. under this consultancy assignment. The entered prices shall be deemed to include for the full scope as aforesaid, including overhead and profits. The bid price shall include all man-day charges, equipment charges, travel expenses, administrative charges, laboratory charges, documentation charges and any other incidental charges for successful completion of the work.

7.3.0 Quoted price shall be exclusive of any statutory fees to be paid to other authority, which shall be paid separately by NTPC.

8.0.0 TERMS OF PAYMENT

8.1.0 The payment schedule of contract shall be made as per following: 1) 25 % of Contract price on completion of Field Study 2) 25 % of Contract price on completion of Data Compilation, analysis and

submission of draft Report 3) 50 % of Contract price on Submission of Final Report Payment shall be released as mentioned in scope of work on submission of bill by the

agency along with required documents, as directed by EIC. Bank Charges if any shall be borne by the agency.

8.2.0 Applicable GST thereon (in respect of direct transactions between the Employer and the

Consultant) which are payable by the Employer under the Contract shall be reimbursed by the Employer to the Consultant on production of satisfactory documentary evidence by the Consultant.

8.3.0 Further payment of any statutory fees, paid to other authorities, shall be paid separately by NTPC.

9.0.0 LATE BID:

The online bidding system will not allow bid submission after the respective specified expiry date and time. Bidders are advised to make sure that the bid submission is completed well in advance before the stipulated time for bid submission.

10.0.0 CONTRACT PERFORMANCE GUARANTEE

(Clause No. 19.0.0 entitled “Contract Performance Guarantee” of Conditions of Contract)

NOT APPLICABLE

11.0.0 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION

Shall be as per Clause No. 20.0.0 entitled “LIQUIDATED DAMAGES FOR DELAY IN COMPLETION” of Conditions of Contract)

12.0.0 BOARDING AND LODGING

12.1.0 Boarding and lodging is in the scope of Consultant.

Page 38: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Work : NEED ASSESMENT SURVEY (NAS), SOCIAL IMPACT EVALUATION (SIE) AND SOCIO-ECONOMIC STUDY, CSR-CD RELATED & OTHER RELATED INPUTS REQUIRED FOR PREPARATION OF EIA REPORT WITH RESPECT TO SIPAT ADVANCE ULTRA SUPER CRITICAL TECHNOLOGY DEMONSTRATION PLANT (AUSCTDP) Stage-III (1x800 MW)

Special Conditions of Contract Page 6 of 6

13.0.0 ANY OTHER CONDITIONS

All other conditions will be as per Scope of Work & terms and conditions of the bidding documents.

14.0.0 Evaluation Criteria

As per Instruction to bidders for offer submission and evaluation criteria

15.0.0 PREFERENCE TO MAKE IN INDIA AND GRANTING OF PURCHASE PREFERENCE TO LOCAL SUPPLIERS

The bidders may apprise themselves of the relevant provisions of bidding documents in this regard before submission of their bids

16.0.0 Location of Bid Opening

NTPC Ltd., NTPC Limited, SSC Western Region-II , Samaweshi Bhawan, Ujjwal Nagar, Sipat, Bilaspur, C.G. PIN-495555, India

APPLICABLE

15.1 Minimum Local Content (Itemwise/ Lumpsum details as per BOQ) 50% (As per Annexure-II to BDS)

15.2 Procedure For order preference, MSE guidelines mentioned at Clause 31.0 of ITB read in conjunction with clause 32.0 of ITB “Preference to Make in India and granting of purchase preference to local suppliers” as mentioned in Annexure-II to BDS shall be applicable.

Note: The local supplier shall be required to provide, in the relevant Attachment of Price Bid, self-certification / declaration that the Item offered meets the minimum local content and shall give details of the location(s) at which the local value addition is made. Format of Attachment to be added with Price Bid Form for Local Content Declaration to be submitted with price bid and at Attachment of the standard forms.

In cases the total bid price of the supplier / bidder is in excess of INR 10 crore, the local supplier shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in the case or companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content.

False declarations will be dealt in line with the Fraud Prevention Policy of NTPC

In case a bidder does not submit the aforesaid declaration or no value is indicated by the bidder or statement/any declaration like ‘later’, ‘to be furnished later’, ‘NA’ etc. are indicated by the bidder, then the bidder shall not be considered as a local supplier and shall not be eligible for any purchase preference. No further claim in this regard shall be entertained by the Employer

Page 39: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 40: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 41: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 42: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 43: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 44: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 45: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 46: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 47: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 48: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 49: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 50: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 51: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 52: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 53: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 54: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 55: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 56: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 57: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Annexure-II to BDS

Page 1 of 7

Sub: Preference to Make In India and granting of purchase preference to local suppliers- regarding

It is the policy of the Government of India to encourage 'Make in India' and promote manufacturing and production of Goods and Services in India with a view to enhancing income and employment. In this regard, the following guidelines, concerning the procedure to be adopted for granting purchase preference to local suppliers, are hereby issued:

1.0 Definitions:

a) 'Local content' means the amount of value added in India which shall be the total valueof the goods and services procured (excluding net domestic indirect taxes) minus thevalue of imported content in the goods and services (including all customs duties) as aproportion of the total value, in percent.

b) 'Local supplier' means a supplier or service provider whose product or service offeredfor procurement meets the minimum local content as prescribed.

c) 'L1' means the lowest tender or lowest bid or the lowest quotation received in a tender,bidding process or other procurement solicitation as adjudged in the evaluation processas per the tender or other procurement solicitation.

d) 'Margin of purchase preference' means the maximum extent to which the evaluatedbid price of a local supplier may be above the L1 for the purpose of purchasepreference.

e) ‘Nodal Ministry’ means the Ministry or Department identified in respect of a particularitem of goods or services or works

f) Fraud Prevention Policy – shall mean the policy related to prevention of fraud

displayed on NTPC tender website http://www.ntpctender.com.

2.0 Minimum local content

2.1 The minimum local content shall be …..*…...

* Package / Contract Co-ordinator to indicate the percentage of Minimum LocalContent as per para 2.0 of Circular

3.0 Margin of Purchase Preference

3.1 The margin of purchase preference shall be 20%.

4.0 Requirement of Purchase Preference:

4.1 Purchase preference shall be given to local suppliers as specified hereunder:

Page 58: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 2 of 7

**a) In cases of Procurement of goods (Supply Contracts / Purchase Contracts), procurement of services (Service Contracts), Procurement of goods and services (composite tenders i.e. Supply cum Installation / Supply-cum-Installation-cum-Civil / Civil Works Contracts), where preference to MSE is not being given:

The following procedure shall be followed:

i) Among all qualified and substantially responsive bids, the lowest evaluated bidwill be termed as L1. If L1 bid is from a local supplier, the contract will beawarded to L1.

ii) If L1 bid is not from a local supplier, the lowest evaluated bidder among the localsuppliers, will be invited to match the lowest evaluated bid (L1) price subject tolocal supplier's evaluated bid price falling within the margin of purchasepreference and the contract shall be awarded to such local supplier subject tomatching the lowest evaluated bid (L1) price.

iii) In case such lowest eligible local supplier fails to match the lowest evaluated bid(L1) price, the local supplier with the next higher evaluated bid within the marginof purchase preference shall be invited to match the lowest evaluated bid (L1)price and so on and contract shall be awarded accordingly. In case none of thelocal suppliers within the margin of purchase preference matches the lowestevaluated bid (L1) price, then the contract may be awarded to the L1 bidder.

iv) For the purpose of matching of lowest evaluated bid (L1) price, the local supplierwould have to necessarily reduce all components of the quoted price on pro-ratabasis. The reduction should not apply on the evaluation loading on account offunctional guarantees and other loadings (if any, which are not dependent onquoted price). The summation of the revised / reduced quoted price and theevaluation loading on account of functional guarantees and other loadings (ifany) shall be equal to the lowest evaluated bid (L1) price.

Note: **1) In case of item-wise tenders, where evaluation is done for each item and each item is awarded to L1 bidder for that item, the aforesaid procedure shall be followed item-wise.

**2) In case of Reverse Auction (RA), the Purchase Preference for Local Suppliers (i.e. 20%) shall be applicable on the lowest evaluated bid price after RA. The order in which the Local Suppliers shall be given an opportunity to match lowest evaluated bid (L1) price after RA will be in the order of their rank determined based on the evaluated bid price after RA.

OR

Page 59: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 3 of 7

**b) In cases of Procurement of goods / services (where preference to MSE is not being given), where the tendered quantity is to be divided / split among more than one bidder and condition pertaining to splitting of quantity is specified in tender documents:

The following procedure shall be followed:

i) Among all qualified and substantially responsive bids, the lowest evaluated bidwill be termed as L1. If L1 bid is from a local supplier, the contract for full quantitywill be awarded to L1.

ii) If L 1 bid is not from a local supplier, 50% of the order quantity shall be awardedto L1. Thereafter, the lowest evaluated bidder among the local suppliers will beinvited to match the lowest evaluated bid (L1) price for the remaining 50%quantity subject to the local supplier's evaluated bid price falling within the marginof purchase preference and contract for that quantity shall be awarded to suchlocal supplier subject to matching the lowest evaluated bid (L1) price. In casesuch lowest eligible local supplier fails to match the lowest evaluated bid (L1)price or accepts less than the offered quantity, the next higher local supplierwithin the margin of purchase preference shall be invited to match the lowestevaluated bid (L1) price for remaining quantity and so on, and contract shall beawarded accordingly. In case some quantity is still left uncovered on localsuppliers, then such balance quantity may also be ordered on the L1 bidder.

iii) For the purpose of matching of lowest evaluated bid (L1) price, the local supplierwould have to necessarily reduce all components of the quoted price on pro-rata basis. The reduction should not apply on the evaluation loading on accountof functional guarantees and other loadings (if any, which are not dependent onquoted price). The summation of the revised / reduced quoted price and theevaluation loading on account of functional guarantees and other loadings (ifany) shall be equal to the lowest evaluated bid (L1) price.

Note: **1) In case of item-wise tenders, where evaluation is done for each item and each item is awarded to L1 bidder for that item, the aforesaid procedure shall be followed item-wise.

**2) In case of Reverse Auction (RA), the Purchase Preference for Local Suppliers (i.e. 20%) shall be applicable on the lowest evaluated bid price after RA. The order in which the Local Suppliers shall be given an opportunity to match lowest evaluated bid (L1) price after RA will be in the order of their rank determined based on the evaluated bid price after RA.

OR

Page 60: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 4 of 7

**c) In case of tenders / contracts, where preference to MSE is being given and where splitting of quantity is not possible:

The following procedure shall be followed:

i) Among all qualified and substantially responsive bids, the lowest evaluated bidwill be termed as L1.

ii) If L1 bid is from an MSE, the contract will be awarded to L1.

iii) If L1 Bid is not from an MSE, the lowest evaluated bidder among the MSEs,will be invited to match the lowest evaluated bid (L1) price subject to MSE'sevaluated bid price falling within the fifteen (15%) of the lowest evaluated bid(L1) price and the contract shall be awarded to such MSE subject to matchingthe lowest evaluated bid (L1) price. In case such lowest eligible MSE fails tomatch the lowest evaluated bid (L1) price, the MSE with the next higherevaluated bid within fifteen (15%) of the lowest evaluated bid (L1) price shallbe invited to match the lowest evaluated bid (L1) price and so on and contractshall be awarded accordingly.

iv) In case none of the MSEs within the fifteen (15%) of the lowest evaluated bid(L1) price matches the lowest evaluated bid (L1) price, then the contract maybe awarded to the L1 bidder, if L1 bid is from a local supplier.

v) If L1 is not from a local supplier, the lowest evaluated bidder among the localsuppliers, will be invited to match the lowest evaluated bid (L1) price subject tolocal supplier's evaluated bid price falling within the margin of purchasepreference (i.e. 20%) and the contract shall be awarded to such local suppliersubject to matching the lowest evaluated bid (L1) price. In case such lowesteligible local supplier fails to match the lowest evaluated bid (L1) price, the localsupplier with the next higher evaluated bid within the margin of purchasepreference shall be invited to match the lowest evaluated bid (L1) price and soon and contract shall be awarded accordingly. In case none of the localsuppliers within the margin of purchase preference (i.e. 20%) matches thelowest evaluated bid (L1) price, then the contract may be awarded to the L1bidder.

vi) For the purpose of matching of lowest evaluated bid (L1) price, the MSE / localsupplier would have to necessarily reduce all components of the quoted priceon pro-rata basis. The reduction should not apply on the evaluation loading onaccount of functional guarantees and other loadings (if any, which are notdependent on quoted price). The summation of the revised / reduced quotedprice and the evaluation loading on account of functional guarantees and otherloadings (if any) shall be equal to the lowest evaluated bid (L1) price.

Page 61: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 5 of 7

Note: **1) In case of item-wise tenders, where evaluation is done for each item and each item is awarded to L1 bidder for that item, the aforesaid procedure shall be followed item-wise.

**2) In case of Reverse Auction (RA), the Purchase Preference for MSEs (i.e. 15%) / Local Suppliers (i.e. 20%) shall be applicable on the lowest evaluated bid price after RA. The order in which the MSE / Local Suppliers shall be given an opportunity to match lowest evaluated bid (L1) price after RA will be in the order of their rank determined based on the evaluated bid price after RA.

OR

**d) In case of tenders / contracts, where preference to MSE is being given and where splitting of quantity is possible & condition pertaining to splitting of quantity is specified in tender documents:

i) Among all qualified and substantially responsive bids, the lowest evaluated bidwill be termed as L1.

ii) If L1 bid is from an MSE who is also a local supplier, the contract will beawarded to L1.

iii) If L 1 bid is from an MSE who is not a local supplier,

50% of the order quantity shall be awarded to L1.

Thereafter, the lowest evaluated bidder among the local suppliers includingMSEs (who are also local suppliers) will be invited to match the lowestevaluated bid (L1) price for the remaining 50% quantity subject to the localsupplier's evaluated bid price falling within the margin of purchasepreference and contract for that quantity shall be awarded to such localsupplier subject to matching the lowest evaluated bid (L1) price.

In case such lowest eligible local supplier fails to match the lowestevaluated bid (L1) price or accepts less than the offered quantity, the nexthigher local supplier within the margin of purchase preference shall beinvited to match the lowest evaluated bid (L1) price for remaining quantityand so on, and contract shall be awarded accordingly.

In case some quantity is still left uncovered on local suppliers, then suchbalance quantity may also be ordered on the L1 bidder.

iv) If L 1 bid is from a Local supplier who is not an MSE,

75% of the order quantity shall be awarded to L1.

Thereafter, all qualified MSE bidder(s), whose Evaluated Bid Price is withinthe range of +15% of the lowest evaluated (L1) price shall be eligible for

Page 62: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 6 of 7

an opportunity to match the lowest evaluated (L1) price. If more than one MSE bidders agree to match the lowest evaluated (L1) price, they will be considered for award of up to 25% (collectively) of the order value and, for the purpose of award of contract, the same shall be equally divided amongst the MSE bidders who have agreed to match the lowest evaluated (L1) price.

In case some quantity is still left uncovered, then such balance quantitymay also be ordered on the L1 bidder.

v) If L 1 bid is from a bidder who is not a Local supplier and not an MSE,

50% of the order quantity shall be awarded to L1.

Thereafter, all qualified MSE bidder(s), whose Evaluated Bid Price is withinthe range of +15% of the lowest evaluated (L1) price shall be eligible foran opportunity to match the lowest evaluated (L1) price. If more than oneMSE bidders agree to match the lowest evaluated (L1) price, they will beconsidered for award of up to 25% (collectively) of the order value and,for the purpose of award of contract, the same shall be equally dividedamongst the MSE bidders who have agreed to match the lowestevaluated (L1) price.

Thereafter, the lowest evaluated bidder among the local suppliers includingMSEs (who are also local suppliers) will be invited to match the lowestevaluated bid (L1) price for the remaining quantity [50% of the orderedquantity – quantity awarded on MSEs] subject to the local supplier'sevaluated bid price falling within the margin of purchase preference andcontract for that quantity shall be awarded to such local supplier subject tomatching the lowest evaluated bid (L1) price.

In case such lowest eligible local supplier fails to match the lowestevaluated bid (L1) price or accepts less than the offered quantity, the nexthigher local supplier within the margin of purchase preference shall beinvited to match the lowest evaluated bid (L1) price for remaining quantityand so on, and contract shall be awarded accordingly.

In case some quantity is still left uncovered on local suppliers, then suchbalance quantity may also be ordered on the L1 bidder.

vi) For the purpose of matching of lowest evaluated bid (L1) price, the localsupplier / MSEs would have to necessarily reduce all components of thequoted price on pro-rata basis. The reduction should not apply on theevaluation loading on account of functional guarantees and other loadings (ifany, which are not dependent on quoted price). The summation of the revised/ reduced quoted price and the evaluation loading on account of functionalguarantees and other loadings (if any) shall be equal to the lowest evaluatedbid (L1) price.

Page 63: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 7 of 7

Note: **1) In case of item-wise tenders, where evaluation is done for each item and each item is awarded to L1 bidder for that item, the aforesaid procedure shall be followed item-wise.

**2) In case of Reverse Auction (RA), the Purchase Preference for MSEs (i.e. 15%) / Local Suppliers (i.e. 20%) shall be applicable on the lowest evaluated bid price after RA. The order in which the MSE / Local Suppliers shall be given an opportunity to match lowest evaluated bid (L1) price after RA will be in the order of their rank determined based on the evaluated bid price after RA.

** Package / Contract Co-ordinator to delete / strike off the conditions not applicable to a particular tender

5.0 Verification of Local Content:

5.1 The local supplier shall be required to provide, in the relevant Attachment of Price Bid, self-certification / declaration that the Item offered meets the minimum local content and shall give details of the location(s) at which the local value addition is made as per relevant Attachment of Price Bid.

5.2 In cases the total bid price of the supplier / bidder is in excess of INR 10 crore, the local supplier shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in the case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content.

5.3 False declarations will be dealt in line with the Fraud Prevention Policy of NTPC.

5.4 A supplier who has been debarred / banned by any other procuring entity for violation of ‘Public Procurement (Preference to Make In India), Order 2017’ (PPP-MII Order) dated 15.06.2017 and its subsequent revisions / amendments issued by Department of Industrial Policy and Promotion (DIPP) shall not be eligible for preference under the aforesaid procedures for duration of the debarment. The local supplier shall be required to furnish a confirmation in this regard in the relevant Attachment of Price Bid.

6.0 Local Sourcing

The Bidder / Contractor are requested to encourage and promote domestic manufacturing and production of goods and services by sourcing goods and services applicable under the contract / package from domestic suppliers / service providers. In this regard, Bidder shall also follow guidelines / advisory issued by Government of India from time to time, to the extent applicable to them, regarding promotion of local sourcing of goods including Bought out Items and services.

Page 64: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT - …..

(Declaration on Local Content)

Dear Sirs,

We have read the provisions of “Preference to Make In India and granting of purchase preference to local suppliers” enclosed with the Bid Data Sheets. In terms of the requirement of the aforesaid provisions, we hereby declare the following:

1.0 In order to avail purchase preference, we confirm that we are a Local Supplier, and the local content included in the package is ……% of our total bid price for complete scope of work for ……..#………………. as per details given below.

Sl. No.

Description of Goods & Services

Quantity/ Weight

Value of Local Goods & Services

% of Total bid Price

Details of the location(s) at which the local value addition is made

A certificate from the statutory auditor or cost auditor (in the case the bidder is a company) or from a practicing cost accountant or practicing chartered accountant (in respect of bidders other than companies) giving the percentage of local content has been placed at Annexure-1 to this Attachment.

2.0 Further, we hereby confirm the following:

Whether the bidder is presently debarred / banned by any other procuring entity for violation of ‘Public Procurement (Preference to Make In India), Order 2017’ (PPP-MII Order) dated 15.06.2017 issued by Department of Industrial Policy and Promotion (DIPP)

Yes* / No*

* Strike off, whichever is not applicable

Page 65: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

3.0 We agree to furnish any information as a proof of the above to your satisfaction as and when required.

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

2) Certif icate pertaining to percentage of local content from statutoryauditor or cost auditor / practicing chartered accountant or costaccountant is to be furnished in cases where the total bid price ismore than INR 10 Crores.

# Package / Contract coordinator to indicate name of the package / tender.

Page 66: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Technical Specification

Page 67: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

SCOPE OF WORK

SNo. Short Text. 00010 NAS, SIE and Socio-economic study

Scope of work:Following three study is to be carried out with respect to NTPC Sipat Super Thermal Power Station-1. Need Assessment Survey (NAS) of nearby villages (List of 36 villages enclosed).2. Social Impact Evaluation (SIE) of CSR-CD & SD activities carried out in nearby areas from 2015-16 to 2017-18. Most of the activities have been carried out in same 36 villages&/or nearby areas. List of specific village wise activities will be provided by NTPC-Sipat.3. Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical TechnologyDemonstration Plant (AUSCTDP) Stage-III (1x800 MW).

Terms of Reference (TOR) for Need Assessment Survey (NAS) for CSR - Community Development Programme of NTPC-Sipat

1.0 Introduction:

In accordance with its mission of being socially responsible corporate entity with thrust on community development, NTPC aims to focus on implementing CommunityDevelopment (CD) programmes in the affected/neighbouring villages around its operating stations. To accomplish this mission, it is imperative to carry out Need AssessmentSurvey (NAS) to identify the social, economic and cultural needs of the villages, societies that can facilitate in formulating a comprehensive long-term development programmes.The whole exercise aims to set up long-term CD priorities, which could be achieved within the specified time frame.Briefly, it's a way of assessing of what the group or community members see as their most important needs for improving the community life. The results of the survey then guidefuture actions. Generally, the needs that are rated most important are the ones that get addressed on priority.

Needs could be of three kinds - (1) Felt needs, (2) Perceived needs, and (3) Forced (put on) needs.

Felt Needs are those, which are of immediate requirements in terms of day to day life of people, un fulfilment of these needs is felt by people in their life and restrict their capacityto realise their full potential.Perceived Needs are those, which others (outsiders) perceive, which are often not real and critical in nature. Any programme based on them fails to mobilise people or generatesupports and ultimately does not achieve its objectives in terms of benefits and sustainability.Forced (Put on) Needs are those needs that are influenced by local leaders and creamy layer of any community. These needs are not for the greater common good butdeliberately designed by this creamy layer for their own good.Therefore, the NAS has to make clear-cut distinction between different kinds of needs and come out with set of felt needs and prioritise them on the basis of criticality.

1.1 A needs assessment survey helps to understand the following aspects of Community -i. To learn more about what group or community needs are.ii. To get a more honest and objective description of needs than people might tell publicly.

Page 2 of 18

Page 68: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

iii. To become aware of possible needs that can never be seen as particularly important or perceived as non- existent.iv. To document needs, as is required in many applications for funding, and as is almost always helpful in advocating or lobbying for the cause.v. To make sure any actions or programmes undertaken are in line with needs that are expressed by the community.

And also for two more reasons, which are less commonly understood -vi. To get more group and community support for the actions in the action one will soon undertake. That's because if people have stated a need for a particular course of action,they are more likely to support it.vii. To get "community participation" and more people actually involved in the subsequent action itself. "Community Participation," means facilitating the active involvement ofdifferent community groups, together with the other stakeholders', and the development and research agents working with the community and decision makers.

By stakeholders, we mean community members, active community groups, local and regional authorities, NGOs, government technical services or other institutions working at thecommunity level, policy makers who are or should be involved with a given development initiative.

Further, the NAS critically analyses the gaps between needs and available resources in terms of government/local bodies, NTPC's erstwhile/existing interventions to avoidwastage of resources because of duplicity. It also provides suggestion for the adjustment plan.

2.0 Objectives of 'Need Assessment Survey':

2.1 To prepare a comprehensive target area profile. This will consist of the following -2.1.1 Demographic profile: total population, sex ratio, number of people in different age groups, like infants, children, adults, old aged, prevalence of marginalised section SC/ ST,economic status of the population, etc.2.1.2 Quality of Life: Various parameters on households, etc.

2.1.3 Infrastructure available -i. Schools,ii. Roadsiii. Health care facilitiesiv. Water, sanitation facilities,v. Electricity,vi. Community building,vii. And others

2.1.4 Knowledge, attitude and practices analysis (KAP)

i. Language and habits of communicationii. Cultural characteristics: traditions, values, beliefs, etc.iii. Knowledge, attitudes and behaviours with respect to the development problem to be dealt.2.1.5 Gender Equality and Women Empowerment: Ratio of girls, boys, men, women at various parameters.2.1.6 Education Status: Literacy, education, training and skills, and opportunities for all members of the society cutting across gender, age, caste and religion.

Page 3 of 18

Page 69: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

2.1.7 Economic Status: Below poverty line and Per capita income, etc.2.1.8 Health issues in the community: Life expectancy, maternal and infant mortality, quality of life, and the level of health care available in the situation of morbidity.2.1.9 Major historical events in the area in terms of social movements and of social upheaval and its long-term impact (if any) on the area.2.1.10 Social problems (Crime, superstition, alcoholism, domestic violence, gender related discrimination, etc.)2.1.11 Occupation and employment (season wise): identify the particular context of each group: the season or the time of day when its members are available, the seasonalnature of their economic occupations, their physical setting.2.1.12 Festivals and customs2.1.13 Natural resources,2.1.14 The existing development programmes and its impact.2.1.15 Others: Any other govt. schemes being implemented in target community.2.2 To identify employment needs, scope of self-employment - level of employment and agriculture development for higher economic growth and stability with predefinedeconomic indicators, for example per capita income, expenditure and savings etc. to assess the impactin the future.2.3 To identify gender wise critical educational, health, and recreation needs with specific social indicators like literacy, education, training and skills, and opportunities for allmembers of the society cutting across gender, age, caste and religion to evaluate the impact in the future.2.4 To identify areas of interventions where CSR activities can bring gender equality2.5 To identify infrastructural needs of the target area and prioritise them.2.6 To explore opportunity of networking I partnerships with Govt. /Local bodies' plans and intervention for spearheading overall development of the target area. Specifically, it willinclude the following.i. To take stock of the development plans prepared by any government agency for the area.ii. To review the plans and the budgets available I likely to be provided under variouscentral/state government schemes for development of the area.iii. To identify the gaps between the plans of the government/ local bodies and the specifiedindicators/goals.3.0 Key Indicators:Besides the basic demographic profile, infrastructure and other details as mentioned above, the NAS will assess the present status of the area under survey on followingindicators, at block level, district level, state level and national level and also compare it with national norms & targets.

Table of Key Indicators:Sr. Objective Indicators1 Economic Status # % of Population Below Poverty Line (BPL)# Per Capita Income2 Education and Vocational Skill Status: # % of children (6-l 4years) attending the primary school.# % of children (15-18years) attending High school.# % of girl child (15-18years) attending High school.# Literacy Rate of 15-24 year-olds.# % of Children drops out after grade-5.# % of population having Higher Education I.e. Graduation/ Post# Graduation/ Technical Education.

Page 4 of 18

Page 70: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

# Training and skills available to people.# % of youth (15-35 years) provided training for employment/ placement and/or self-employment.# No. of primary school/ thousand population & average distance to nearest school.

3 Health issues in the Community # Prevalence of underweight children under 05 years of age.# Under-five mortality rate.# Infant Mortality Rate per thousand.# % of children immunized (0-6-year age group).# % of 1 year-old children immunized.# Maternal Mortality Rate per lakh.# % of births attended by skilled health personnel.# % of population under health related risk areas -a. Tuberculosisb. Malariac. Measlesd. Water borne diseasese. HIV4 Gender Equality and Women Empowerment # Ratio of girls to boys in primary, secondary and tertiary education.# Ratio of literate women to men.# % of women in wage employment in the non-agricultural sector.# % of seats held by women in government decision-making bodies.# % of women brought into SHG fold.5 Quality of Life # % of households provided with piped drinking water.# % of population with sustainable access to an improved water source# (within their premises & near to premises).# % of households having electricity connection.# % of population having toilet facility.# % of population having Pacca House.# % of population having house/ shelter.6 Knowledge, attitude and practices (KAP) analysis # Language and habits of communication# Cultural characteristics: traditions, values, beliefs, etc.# Knowledge, attitudes and behaviours with respect to the development problem to be dealt.

7 Occupation & Employment Status (season-wise) # Level of employment and agriculture development# Kinds of occupations prevalent8 Others # % of children (0-6 age group) receiving ICDS services.# % of eligible persons covered under Pradhan Mantri Suraksha Bima Yojana.# % of eligible persons covered under Pradhan Mantri Jan Dhan Yojana.# % of eligible persons covered under Atal Pension Yojana.# % of eligible persons covered under Pradhan Mantri Jeevan Jyoti BimaYojana.

Page 5 of 18

Page 71: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

# % of House Holds provided food grains under PDS.# % of eligible persons enrolled under AADHAR.

Note: The unit for each indicator/ sub-indicator should be as per NationalStandards/ Census-2011.

4.0 Content and Presentation of 'NAS' Report:4.1 The NAS report shall contain the following information:

i) The Executive Summary of NAS report.ii) List of villages covered under NAS and basis of it.iii) Details of selected locations of community development, present status/ existing situation of development related key indicators mentioned above in the selected locations/villages and comparison of it with National level, State level, District level and Block level and targets.iv) Details of availability of development plans and/or being run by various government agencies (both Central and State) and Panchayats/ local bodies to cater these needsincluding availability of funds.v) Assessment of Needs based on the identified indicators as above and identification of gaps between the needs and government programmes available and list of activities Iprogrammes that could be taken up by the NTPC in line with its "CSR and Sustainability Policy" with fund requirement.vi) NAS report must suggest potential solutions/ programmes for filling the gaps, recommendations for CSR-CD programmes I activities w.r.t. present needs as well as thechanging/ growing needs of community for a time period of five (05) years prioritising them according to their criticality over the next 05 years for CSR activities to be carried outindicating the budget requirement and the proposed source of funding.vii) The Final report will be objective in nature and preferably should be concise in nature(approximately of 50-60 pages).

4.2 The survey report should provide answers to the following questions -i. What is the present scenario without the proposed programmes/ activities?ii. Details of hardships faced by the local communities?iii. How many people will get benefited?iv. Are the programme/ activities covered in any government/ panchayat programme?v. Whether any fund from government/ panchayat is available/ planned for this programme/ activities?vi. How the sustainability component of the programme will be ensured and strengthened?vii. How it will benefit NTPC in terms of goodwill and publicity?viii. Will there be any written agreement with stakeholders, if yes, the details there of?ix. Activity Plan for five years with estimated budget, etc.

5.0 Methodology of the Study:5.1 Area:Area must be defined in terms of Panchayats, villages, or blocks, affected I neighbouring or along the MGR tracks or as directed by NTPC. The major aspect of the community lifefor intervention will include economic, education, employment, health, and community infrastructure, socio-cultural requirements, etc.5.2 Approach:Both the primary and secondary data should be collected. The nature of data will be both qualitative as well as quantitative.

Page 6 of 18

Page 72: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

5.3 Collection of Data:

5.3.1 Primary Data:I. Quantitative Method: By this method a comprehensive target area profile will be prepared, which will include earlier mentioned in objectives.II. Qualitative Method: This method will be used to identify causes of the problems faced by the target area population. It will also explore various possible solutions and ways ofaddressing those problems.The qualitative and the quantitative study will be conducted through -I. Semi Structured/ structured interview ScheduleII. Focus group discussionsIII. Participatory Rural Appraisal methodsIV. Participant/ non participant observationsV. Questionnaire and filing up the form (specially designed to capture the data)

While preparing and administering interview schedule and also at the time of final analysis, care must be taken in not being affected by pre-determined views, opinions and biases.lt is important for correct and accurate assessment of needs.

5.3.2 Secondary Data:I. Demographic data will be collected from census 2001 / 2011 and other Govt. offices.II. The NTPC's data on R&R intervention will be gathered from NTPC offices.III. Data from any other source/ previously conducted NAS, etc.

6.0 Time Schedule:SN Activity Duration1 Preparation of survey materials2 Pre-testing and adjustment of survey materials3 Validation of survey materials, questionnaire, etc. by NTPC/ Site before start of the NAS4 Data collection5 Preparation & submission of draft- compilation and analysis6 Preparation and Submission of final report after receiving the comments fromNTPC

7.0 Budget:SN Activity Amount (Rs.)1 Pilot study and preparation of questionnaire2 Field study (remuneration of the survey team and printing of survey materials)3 Data compilation and analysis4 Report writing5 Travelling (excluding local travel at NTPC survey area)6 Printing of report

Page 7 of 18

Page 73: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

8.0 Deliverables:I. The draft is to be presented in the meeting with VDAC/ Station/ representative from Region/ CC-CSR.II. The draft NAS report is to be submitted to Station, Region & CC-CSR for comment(s).III. The soft copies and 05 hard copies of the Final Report with executive summary are to be submitted incorporating the comments (if any) of Station, Region & CC-CSR.

Suggestive five-year plan for CSR activitiesSr. Head/Activity Justification (refer section) Budget (Rs. Lakh) Suggestive budget phasing and source of funding (Govt/NTPC/Others) Rs. Lakh 1st year 2nd year 3rd year 4th year 5th year1 Economic1A Activity-11B Activity-22 Education2A Activity-12B Activity-23 Health3A Activity-13B Activity-24 Gender Equality & Women Empowerment4A Activity-14B Activity-25 Quality of life5A Activity-15B Activity-26 Knowledge, Attitude and Practices (KAP) Analysis6A Activity-16B Activity-27 Occupation & Employment7A Activity-1

Page 8 of 18

Page 74: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

7B Activity-28 Others8A Activity-18B Activity-2List of villages to be covered

Sr Village PIN District State1 Baniyadih 495660 Bilaspur CG2 Bitkula 495660 Bilaspur CG3 Bhilai 495550 Bilaspur CG4 Darrabhatha 495555 Bilaspur CG5 Davandih 495555 Bilaspur CG6 Deori 495006 Bilaspur CG7 Dhaniya 495559 Bilaspur CG8 Gatoura 495006 Bilaspur CG9 Janji 495550 Bilaspur CG10 Karra 495550 Bilaspur CG11 Kaudiya 495550 Bilaspur CG12 Khamhariya 495559 Bilaspur CG13 Khanda 495559 Bilaspur CG14 Kukda 495551 Bilaspur CG15 Lutra 495559 Bilaspur CG16 Madai 495559 Bilaspur CG17 Nirtu 495559 Bilaspur CG18 Pandhi 495006 Bilaspur CG19 Parsahi 495006 Bilaspur CG20 Pipranar 496197 Bilaspur CG21 Raliya 495550 Bilaspur CG22 Rank 495550 Bilaspur CG23 Sipat 495555 Bilaspur CG24 Udangi 495559 Bilaspur CG25 Uslapur 495559 Bilaspur CG26 Khaira 495006 Bilaspur CG27 Jhanjh 495446 Korba CG28 Newsa 495446 Korba CG29 Ratija 495449 Korba CG30 Renki 495446 Korba CG31 Sirkikhurd 493441 Korba CG32 Sirli 495446 Korba CG

Page 9 of 18

Page 75: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

33 Utrada 494115 Korba CG34 Chainpur 495446 Korba CG35 JHABAR 495446 Korba CG36 Hardivishal 495559 Janjgir-Champa CG

Terms of Reference (TOR) for Social Impact Evaluation (SIE) of Community Development Activities at NTPC Sipat under CSR1.0 Introduction:NTPC believes in growth with a human face, and pursuing people-centered development. NTPC is a socially committed organisation and a socially responsible corporate citizen. Itattaches great importance to discharging its overall social responsibilities to the community where its projects and stations are located and the society at large. In accordance withits mission of being socially responsible corporate entity with thrust on Community Development, NTPC aims to focus on implementing all Community Development (CD) programsin the affected/ neighbouring villages around its operating stations based on the specific needs of the community assessed through theNeed Assessment Survey and in consultation with/ inputs received from stakeholders like VillageDevelopment Advisory Committee (VDAC), community and public representatives. To understand the effectiveness and utility of the CD programs carried out, it is imperative toconduct an evaluation study to measure the social, economic & cultural impacts of the programs/activities on the community. Social Impact Evaluation basically means theevaluation of qualitative and quantitative impact of the Community Development Programs carried out by the organization on the community. The evaluation process shall alsohelp an organisation to create positive brand image and contribute to sustainable development. Briefly, Social Impact Evaluation is a way of assessing the impact of CD activitieson groups/community members and the results of evaluation shall then guide for future actions to be taken up.The evaluation includes assessment of the physical changes that have taken place during an identified span of time because of the activities undertaken as well as the awarenessand perception of the people for whom the activities were aimed. The impact shall be of sh01i term and/ or long term. It could be on the economic aspect or the socio-culturalaspect or on both. The impact would vary depending upon the effectiveness of the CD activities carried out and the social/physical infrastructure provided to the community.Social impact evaluation would help to determine the extent to which the community people have got benefited from the CSR-CD activities implemented for them and whetherCSR-CD activities have been able to bring desired changes in the educational/ health/ economic status of the communities, thereby providing an understanding of theeffectiveness of the existing programs/activities. It would therefore propose the changes that need to be undertaken thereafter.The survey, therefore, would help to understand the following aspects of community:Ø The short term and long term social/ cultural/economic impacts of the CSR-CD activities on the community people.Ø The effectiveness of the existing programs/activities with respect to the needs of the community and vis-a-vis previously captured status.Ø The contribution of CSR-CD activities in raising the living standard of peopleØ The changing needs of the community people.It would help to analyze the objectives and results of the programs executed thereby making sure that the current programs are in conformity with the needs expressed by thecommunities.

2.0 Objectives of Social Impact Evaluation (SIE)The broad objectives of Social Impact Evaluation are:2. 1 To prepare a comprehensive profile of all the activities done by the station.

Page 10 of 18

Page 76: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

2.2 To determine the impact of CSR-CD Activity on the social/cultural/economic/education/health conditions, etc. of the people in communities.2.3 To assess the changes in the quality of life among village communities through project interventions.2.4 To get objective description of social impacts than what people might tell publicly.2.5 To identify requirement of modifications in the existing activities in order to take care of the changing needs of the people.2.6 To enhance the level of community participation & consultation through CSR-CD activities2.7 To detem1ine the utilization of budget allocation/ resource.2.8 To document all the findings in a systematic manner as may be required later for collaborating with other organizations or for the purpose of funding.The comprehensive profile of all the activities done by the stations as required at para 2.1 above would include details of all the individual activities village wise in all the broadareas like economic. education, health, quality of life, houses & household amenities, infrastructure, disability, vocational training etc. which would differ from community tocommunity depending upon the needs as revealed in NAS or otherwise carried out as per requirement/ demand of the community.3.0 Methodology of Study3.1 Selection of villages:List of villages in which impact evaluation is to be conducted would be mentioned. The evaluation for each village would be done separately and subsequently compiled to get anoverall assessment with clear-cut comparison with National, State, District, Block level data and also with previously conducted NAS and SIE data for each Development Index.3.2 Approach:The approach would be participatory in nature. Study can be divided into different phases -Conceptualization: In this phase an in-depth study of all related literature including past surveys, reports, documents, studies, etc. as part of the interventions made by NTPCwould be done. An action plan including interview schedules would be submitted during this phase.Data Collection: During this phase, actual evaluation process would be carried out by establishing good rapport with community people to gather information on different aspects.Collection of data would take place during this phase. The qualitative and quantitative data will be collected from primary as well as secondary sources based on the indicators asmentioned against each broad area. Primary data may be collected by using the appropriate sampling method so that all the sections of the community are covered during thestudy. The sampling method should also be desc1ibed in the chapter of methodology. This would also include li sting of all activities undertaken along with their dates ofcommencement and completion. Data from primary source may be collected through semi-structured interview/questionnaires/focused group discussions with community peopleor community representatives. The interview schedule/ questionnaires should be vetted by site/ region/ CC-CSR. The data collected can be effective only if the interviewer is notbiased, does not possess preconceived notions, is patient listener. He/she should observe the non-verbal communication of respondents like body language; facial expressionsetc. The suggestive format for collection of information on list or CD activities, development indicators, etc. are given at Para 3.3.1, Annexure-I, Annexure-II & Annexure-III. Thefeedback will be taken from the people for whom CSR-CD activities have been carried out in order to assess their awareness level and perception about the programs executed.Data and Feedback should be collected by using systematic scientific sampling method so that each respondent truly represent the community and would be filled up in the formatprovided at para 3.3.2.Monitoring & Review: Periodic monitoring & review of evaluation process right from conceptualization up to submission of final report shall be carried out by NTPC. Timelycompletion of the evaluation process shall be ensured by agency. The agency shall submit weekly progress report as well as schedule in advance for the next week activities.Analysis & Interpretation: Analysis and interpretation of the given qualitative and quantitative information shall be carried out. This would entail the summary of all findings. Asuggestive format for the same is given at para 4.0 & 6.0Submission of draft & final report: Consolidated draft report with all the findings would be submitted to NTPC (Site, Region and Corporate Office) for their review and comments.On receipt of comments, if any from site, region & CC-CSR and incorporating the same, the final report shall be prepared and submitted. After submission of draft report butbefore the finalization of final report, a detailed presentation shall be organized by agency at site in the presence of representatives of site/ Region/ CC.3.3 Collection of Data:Both the primary sources and secondary sources shall serve for the data collection. Nature or data would be both qualitative and quantitative.The data collected for each Development Indicator shall be in accordance with National level state level parameters defined in Census/ Gazette/other relevant Govt. reports/surveys/NAS/SIE conducted earlier, etc.

Page 11 of 18

Page 77: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

3.3.1 List of all the activities done/ completed by the station during the specified time span (after previous SIE conducted, if any or else) will be given for each village according tothe following suggestive format-

Sr. Broad area Activities undertaken No. of people benefitted Budget Utilized (Rs. Lakh)1 Economic: 1.2.2 (a) Education:2 (b) Vocational Training:3 Health:4 Drinking Water5 Sanitation/ Individual Toilets6 Gender Equality & Women Empowerment:7 Community Infrastructure: (like Roads,Community buildings, hand pumps, Community toilets, etc.)8 Quality of Life: Houses, HouseholdAmenities & Assets: (like Individual house,Type of house, shelter electricity connection, solar light, etc.)9 Occupation & Employment: (Activitieswhere funds are utilized primarily forproviding occupation/ employment nottraining)10 Games & Sports:11 Empowering Divyangs/ Disability:12 Others:

3.3.2 FeedbackIn each category, at least ten (10) respondents would be interviewed keeping in mind various considerations wherever possible. For example: - in education category respondentswho have got benefited from different activities like English speaking, literacy classes, carrier counselling. Scholarships etc. would be interviewed. Similarly, interviews with therespondents from other categories would be conducted. Interview schedule would be designed as per the category. Following shall be the format for basic information:Details of Respondents:Sr. Name (Mr/Mrs/Ms) Age Sex Mobile No Address Occupation Awareness about program Perception123

Page 12 of 18

Page 78: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

4.0 Analysis:4.1 Sustainability Aspect:Data for sustainability aspect of each CSR activity shall be collected (suggestive format):

Sr. Activities undertaken Date of commencement Completion Status Sustainability/ mode of sustainability after completion Scope for improvement

4.2 Impact Analysis:Sr. Description of CSR Activity Short term Impact Long term Impact

5.0 Improvements and Changes Suggested (Activity-wise):(i) -------------ii) ------------iii) -----------etc.6.0 Summary Table for Village-wise and Overall AssessmentRating for overall impact evaluation for each village against each development indicator under various broad areas may be done as per suggestive format at Annexure-I,Annexure-II and Annexure-III.7.0 Social Return on Investment (SROI):The agency shall determine the Social Return on Investment (SROI) of the CSR project(s)/activities undertaken by the NTPC station for which SIE is conducted. The SROIcalculation shall be presented in a table listing the CSR projects/activities. This shall be the part of SIE Report.8.0 Presentation of ReportReport of Social Impact Evaluation (SIE) will be prepared after compilation and detailed analysis of the data collected. The report shall contain the following information:I. Details of village as per the following format -Village: Panchayat: Block: Tehsil/Taluka: District: State:(There would be separate column/ sections for each village.).II. List of activities undertaken by the station as mentioned at Para 3.3.1.III. Comments on activities undertaken under each broad area viz. Economic, Education. Health, Infrastructure etc. based on reflection of each indicator mentioned at Para 3.3.1.Annexure-I, II & III.IV. Comments on feedback as a reflection of response received as mentioned at Para 3.3.2.V. The benefits accrued, because of these activities to all the people relating to social economic aspects based on data and feedback thus collected.VI. Analysis of the Impacts and sustainability aspects based on format given at Para 4.1 & 4.2.VII. Scope for improvement/further interventions that are required as mentioned at Para 5.0.VIII. The details of Social Return on Investment (SROI) activity-wise for each CSR project/activity.IX. Suggestions & recommendations.X. After making complete study for each village separately, studies for all the villages would be complied and one summary table would be given for which the format is given at

Page 13 of 18

Page 79: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

Annexure - III.XI. The separate Bar Graph should be prepared based on Annex. - III data of National level, State level, District level, Block level and all villages (where SIE conducted) for eachDevelopment Indicator and same should be the part of the Report.XII. The Annexures (I to V) shall be filled by agency and same shall be part of SIE report.Deliverables:1. The draft of Final Report is to be presented in the meeting with Station/ representatives from Region/ CC-CSR. The draft SIE report is to be submitted to Station, Region &CC-CSR for their comment(s).2. The soft copies and 05 hard copies of the Final Report of SIE with executive summary are to be submitted by agency after incorporating the comments (if any) of Station,Region & CC-CSR.3. All filled up formats, questionnaires, etc. in original shall be submitted by agency.4. All filled Annexures (I-V) shall be part of the report.9.0 Time Schedule:The agency shall submit the time schedule for SIE/ study that has to be completed in all respect on/or before 31.12.2019Sr. Activity Duration1 Preparation & submission of survey materials andaction plan2 Pre-testing and adjustment of survey materials3 Data collection4 Preparation and Submission of Draft Report toSite, Region & CC-CSR - compilation and analysis5 Preparation and Submission of Final Report afterincorporating the comments from Site, Region &CC-CSR.

10.0 BudgetSr. Activity Amount (Rs.)1 Pilot study and preparation of questionnaire/interview schedule2 Field study (remuneration of the survey team andprinting of survey materials)3 Data compilation and analysis4 Report writing5 Traveling (Excluding local travel at NTPC area)6 Printing of report

11.0 Required Expertise:The study will be undertaken by an agency/organization/institution, which has demonstrable expertise in the evaluation of projects. The agency shall deploy their full-timeprofessionals with adequate numbers for timely completion of the study.Suggestive formats Annexure-I, Annexure-II & Annexure-III, List of villages are attached for reference. List of community development activities of (2015-16, 2016-17 & 2017-18)will be provided by NTPC-Sipat.

Page 14 of 18

Page 80: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

Inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW)

Agency shall submit report by incorporating the points given below-

1. Socio-economic study of the area comprising of 10 km from the plant site shall be carried out. Study shall consist of detail assessment of the impact on livelihood of the localcommunities.2. Action Plan for identification of local employable youth for training in skills, relevant to the project, for eventual employment in the project itself shall be formulated and numbersspecified during construction & operation phases of the Project.3. Identification of tribal issues of the area, if any, under various provisions of the law of the land.4. A detailed CSR plan along with activities wise break up of financial commitment shall be prepared. CSR component shall be identified considering need based assessmentstudy and Public Hearing issues. Sustainable income generating measures which can help in upliftment of affected section of society, which is consistent with the traditional skillsof the people shall be identified. Separate budget for community development activities and income generating programmes shall be specified.5. While formulating CSR schemes it shall be ensured that an in-built monitoring mechanism for the schemes identified are in place and mechanism for conducting annual socialaudit from the nearest government institute of repute in the region shall be prepared. The project proponent shall also provide Action Plan for the status of implementation of thescheme from time to time and dovetail the same with any Govt. scheme(s). CSR details done in the past should be clearly spelt out in case of expansion projects.

List of villages, previous CSR-CD activities carried out in nearby areas will be provided by NTPC-Sipat.

List of villages for Socio Economic StudySr. Name of village Pin Code Block District1 Sipat 495555 Masturi Bilaspur2 Janji 495550 Masturi Bilaspur3 Pandhi 495006 Masturi Bilaspur4 Deori 495006 Masturi Bilaspur5 Rank 495550 Masturi Bilaspur6 Sukhripali 495551 Masturi Bilaspur

Page 15 of 18

Page 81: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

7 Hardadih 495551 Masturi Bilaspur8 Raliya 495550 Masturi Bilaspur9 Kaudiya 495550 Masturi Bilaspur10 Darrabhantha 495555 Masturi Bilaspur11 Davandih 495559 Masturi Bilaspur12 Karra 495559 Masturi Bilaspur13 Uslapur 495001 Masturi Bilaspur14 Parsahi 495006 Masturi Bilaspur15 Dhaniya 495559 Masturi Bilaspur16 Khanda 495551 Masturi Bilaspur17 Gudi 495550 Masturi Bilaspur18 Hindadih 495559 Masturi Bilaspur19 Tharakpur 495550 Masturi Bilaspur20 Podi 495550 Masturi Bilaspur21 Baniyadih 495660 Masturi Bilaspur22 Nawagoan 495551 Masturi Bilaspur23 Nargoda 495550 Masturi Bilaspur24 Jhalmala 495001 Masturi Bilaspur25 Kauatal 495555 Masturi Bilaspur26 Bareli 495555 Masturi Bilaspur27 Tikripara 495555 Masturi Bilaspur

Page 16 of 18

Page 82: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sipat Super Thermal Power Project Department : CSR

SERVICE DESCRIPTION

SNo. Service Code Service Short Text Service Long Text

10.10 NAS, SIE and Socio-economic study

Page 17 of 18

Page 83: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Sub-division/ Tehsil, District & State:

Source & Ref. Year Data (with unit)

Source &

Ref. Year

Data (with

unit)

% of Population Below Poverty

Line (BPL)

Per Capita Income (Annually)

% of children (6-1 4years) attending the school.

% of children ( 15- l 8years) attending High school.

% of girl child (15-1 8years) attending High school.

Literacy Rate of 7+ years old.

% of Children drops out after grade -5.

% of population having Higher

Education i.e. Graduation/ Post

Graduation/ Technical Education.

Training and skills available to people.

% of youth (15-35 years) provided training/vocational

training for employment/ placement and/or self-

employment.

No. of primary school/thousand population & average

distance to nearest school.

Recent Available DataData Available Previous to Recent Available Data

Data from Secondary Sources (like Census-2001, Census- 2011, various

Govt. Reports, NAS, SIE, etc.) (Periodic Data)

Data

from

Primary

Sources

(From

beneficiaries)/

Present

Data

Annexure-I

Name of Village:

Identity No. of Village (as per Census):

Sr

1

The suggestive format for collecting Village-wise data for each broad area and corresponding development indicators is given below. Some more indicators may be added by site/ agency, if

felt necessary for impact evaluation. (The data shall be collected & documented for each village separately. The village data that shall be assessed & compared w.r.t. Recent Available

Data/ Data previous to recent available data and Rated as Better or Lacking for each development indicators

B-Better or L-Lacking

Note: The unit for each indicator/ sub-indicator should be as per National Standards or as per recent Census.

Mention Broad Area &

Activities

Indicators

Economy

Present

Status

(Better/

Lacking)

2

Education & Vocational

Skill Status

Page 84: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Sub-division/ Tehsil, District & State:

Source & Ref. Year Data (with unit)

Source &

Ref. Year

Data (with

unit)

Recent Available DataData Available Previous to Recent Available Data

Data from Secondary Sources (like Census-2001, Census- 2011, various

Govt. Reports, NAS, SIE, etc.) (Periodic Data)

Data

from

Primary

Sources

(From

beneficiaries)/

Present

Data

Name of Village:

Identity No. of Village (as per Census):

Sr

Mention Broad Area &

Activities

Indicators Present

Status

(Better/

Lacking)

Prevalence of underweight children under 05 years of age.

Under-five mortality rate (village-wise).

Infant Mortality Rate per thousand (village-wise).

% of children immunized (0-6 year age group).

% of 1 year-old children immunized.

Maternal Mortality Rate per lakh (village-wise).

% of births attended by skilled health personnel.

% of population under health

related risk areas -

1. Tuberculosis

2. Malaria

3. Measles

4. Water borne diseases

5. HIV

6. Cancer

7. Disability

8. No. of beds per thousand populations.

9. The distance to nearest hospital/ PHC

No. of people benefited from distribution of aids and

appliances

No. of disabled people enrolled in schools (inclusive

education)Disabilities

3

4

Health

Page 85: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Sub-division/ Tehsil, District & State:

Source & Ref. Year Data (with unit)

Source &

Ref. Year

Data (with

unit)

Recent Available DataData Available Previous to Recent Available Data

Data from Secondary Sources (like Census-2001, Census- 2011, various

Govt. Reports, NAS, SIE, etc.) (Periodic Data)

Data

from

Primary

Sources

(From

beneficiaries)/

Present

Data

Name of Village:

Identity No. of Village (as per Census):

Sr

Mention Broad Area &

Activities

Indicators Present

Status

(Better/

Lacking)

No. of disabled people engaged in self-employment/

income generation activities after attending vocational

training courses

No. of disabled people undergone surgeries etc.

No. of people attending vocational training programs

No. of people employed after attending vocational training

programs

No. of people taking up income generation activities after

attending vocational training programs

Ratio of girls to boys in primary, secondary and tertiary

education.

Ratio of literate women to men.

% of women in wage employment in the non-agricultural

sector.

% of seats held by women in government decision-making

bodies.

% of women brought/ are into SHG fold.

% of households provided with piped drinking water.

Disabilities4

5

7

6

Vocational Training

Gender Equality and

Women Empowerment

Quality of Life

Page 86: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Sub-division/ Tehsil, District & State:

Source & Ref. Year Data (with unit)

Source &

Ref. Year

Data (with

unit)

Recent Available DataData Available Previous to Recent Available Data

Data from Secondary Sources (like Census-2001, Census- 2011, various

Govt. Reports, NAS, SIE, etc.) (Periodic Data)

Data

from

Primary

Sources

(From

beneficiaries)/

Present

Data

Name of Village:

Identity No. of Village (as per Census):

Sr

Mention Broad Area &

Activities

Indicators Present

Status

(Better/

Lacking)

% of population with sustainable access to an improved

water source (within their premises & near to premises),

type of facility i.e. Hand Pump, Tap water, Well ,etc.

% of population having Pacca House (type of house).

% of population having house/ shelter (Owning a house) .

% of households having electricity connection.

% of population having toilet facility.

Level of employment and agriculture development

Kinds of occupations prevalent

% of children (0-6 age group) receiving ICDS services.

% of eligible persons covered under Pradhan Mantri

Suraksha Bima Yojana.

% of eligible persons covered under Pradhan Mantri Jan

Ohan Yojana.

% of eligible persons covered under Atal Pension Yojana.

% of eligible persons covered under Pradhan Mantri Jeevan

Jyoti Bima Yojana.

8

7Quality of Life

Occupation &

Employment Status

Others, etc.

Page 87: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Name of Sub-division/ Tehsil, District & State:

Source & Ref. Year Data (with unit)

Source &

Ref. Year

Data (with

unit)

Recent Available DataData Available Previous to Recent Available Data

Data from Secondary Sources (like Census-2001, Census- 2011, various

Govt. Reports, NAS, SIE, etc.) (Periodic Data)

Data

from

Primary

Sources

(From

beneficiaries)/

Present

Data

Name of Village:

Identity No. of Village (as per Census):

Sr

Mention Broad Area &

Activities

Indicators Present

Status

(Better/

Lacking)

% of House Holds provided food grains under PDS.

% of eligible persons enrolled under AADHAR.

Any other Govt. Schemes like Ujjwala Yojana, etc.

8

Occupation &

Employment Status

Others, etc.

Page 88: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Source & Ref.

Year

Rating Source & Ref.

Year

Rating Data

Availability & condition of

Roads

Community Buildings

Safe Drinking Water Facilities

Sanitation Facilities

Health Facility

Level of participation of people including children

in sports

in cultural activities

The changes m Socio-cultural pattern of

communities taken place due to project

interventions in different fields

(various aspects may be highlighted).

Level of Awareness generated towards

Hygiene & sanitation

Social issues etc.

4 Veterinary Facility Health status

5 Agricultural Pattern

Mention the changes (if any) in agricultural pattern

during the last three years

2

3

Village-wise Data collections for activities in other broad areas given below shall be done and summarized mentioning overall assessment that is to be assessed

& compared w.r.t. Recent Available Data/ Data previous to recent available data and Rated as Better or Lacking.

B-Better or L-Lacking

Infrastructure

Socio-cultural

improvement

Awareness

Data

from

Primary

Sources

(From

Data Available Previous to

Recent

Available Data

Broad Area Indicators

Recent

Available Data

Overall

Rating/Status

Name of Village:

Data from Secondary Sources

Annexure-II

Sr

1

Page 89: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Data Rating Data Rating Data Rating

1 % of Population Below Poverty Line (BPL)

2 Per Capita Income (Annually)

3 % of children (6-14years) attending the primary school.

4 % of children (15-18 years) attending High school.

5 % of girl child (15-18 years) attending High school.

6 Literacy Rate (among 7+ year olds).

7 % of Children drops out after grade-5.

8

% of population having Higher Education i.e. Graduation/

Post Graduation/Technical Education.

9 Training and skills available to people.

10

% of youth (15-35 years) provided training/ vocational

training for employment/ placement and/or self-

employment.

11 No. of primary school/thousand population

12 Average distance to the nearest school.

13

Prevalence of underweight

children under 05 years of age.

14 Under- five Mortality Rate

15 Infant Mortality Rate (per thousand).

16 % of children immunized (0-6year age group).

17 % of 1 year-old children immunized.

18 Maternal Mortality Rate (per lakh).

19 % of births attended by skilled health personnel.

Education &

Vocational

Skill Status

Secondary Data/ Previous level of Data from Census/ State website/ District website/ Prev. SIE/ NAS

Village-3…

Health issue

in the

commuinity

Broad Area Human Development Indicator

ANNEXURE-III

Suggestive Format for Data Presentation/ Analysis

Economic

Village-2

Sr.

Present Status through current SIE (Year)

National (Ref

Year)

State (Ref

Year)

District (Ref

Year)

Block (Ref

Year)

Prev. SIE/

NAS

Village-1

Summary Table for Overall Assessment

Note: The separate Bar Graph should be prepared with data of National level, State level, District level, Block level and all villages (where SIE conducted) for each Development Indicator and same

should be the part of Final Report

Rating for overall impact evaluation is mandatory for each village for each indicator under various broad areas may be done and rated as Better or Lacking w.r.t. to corresponding District/State

Level Data. B - Better, L - Lacking

Page 90: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Data Rating Data Rating Data Rating

Secondary Data/ Previous level of Data from Census/ State website/ District website/ Prev. SIE/ NAS

Village-3…

Broad Area Human Development Indicator

Village-2

Sr.

Present Status through current SIE (Year)

National (Ref

Year)

State (Ref

Year)

District (Ref

Year)

Block (Ref

Year)

Prev. SIE/

NAS

Village-1

20 % of population under health related risk areas

21 1. Tuberculosis

22 2. Malaria

23 3. Measles

24 4. Water borne diseases

25 5. HIV

26 6. Cancer

27 7. Disability

28 No. of beds in PHC/ Hospital for per thousand population

29 Average distance to the nearest Hospital/ PHC.

30

Ratio of girls to boys in primary, secondary and tertiary

education.

31 Ratio of literate women to men.

32

% of women in wage employment in the non-agricultural

sector.

33

% of seats held by women in government decision-making

bodies

34 % of women brought into SHG fold.

35 % of households provided with piped drinking water.

36

% of population with sustainable access to an improved

water source (within their premises & near to premises).

37 % of households of Life having electricity connection.

38 % of population having toilet facility.

Health issue

in the

commuinity

Gender

Equality and

women

empowerm

ent

Quality of

Life

Page 91: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Data Rating Data Rating Data Rating

Secondary Data/ Previous level of Data from Census/ State website/ District website/ Prev. SIE/ NAS

Village-3…

Broad Area Human Development Indicator

Village-2

Sr.

Present Status through current SIE (Year)

National (Ref

Year)

State (Ref

Year)

District (Ref

Year)

Block (Ref

Year)

Prev. SIE/

NAS

Village-1

39 % of population having Pacca House.

40 % of population having house/shelter.

41 Level of employment and agriculture development

42 Kinds of occupations prevalent

43 % of children (0-6 age group) receiving ICDS services.

44

% of eligible Others persons covered under Pradhan Mantri

Suraksha Bima Yojana.

45

% of eligible persons covered under Pradhan Mantri Jan

Ohan Yojana

46 % of eligible persons covered under Atal Pension Yojana

47

% of eligible persons covered under Pradhan Mantri Jeevan

Jyoti Bima Yojana

48 % of House Holds provided food grains under PDS

49 % of eligible persons enrolled under AADHAR

50 Any other Govt. Schemes like Ujjwala Yojana, etc.

Occupation

&

Employmen

t Status

(Season-

wise)

Others

Quality of

Life

Page 92: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Data Rating Data Rating Data Rating

1 % of Population Below Poverty Line (BPL)

2 Per Capita Income (Annually)

3

% of children (6-14years) attending the primary

school.

4 Literacy Rate (among 7+ year olds).

5 % of Children drops out after grade-5.

6

% of population having Higher Education i.e.

Graduation/ Post Graduation/Technical

Education.

12. Proportion of household having toilet facilities

13. Proportion of households having electricity

1. Percentage of Population Below Poverty Line

2. Per Capita Income

3. Literacy Rate

4. Proportion of School Going Children (6-14 years)

5. Proportion of Children after Grade 5 drop out

6. Proportion of population having Higher Education i.e. Graduation, Technical etc

7. Infant Mortality Rate(IMR)

8. Maternal Mortality Rate(MMR)

9. Proportion of population having house/shelter

10. Proportion of household having Pacca House

Village-1

ANNEXURE-IV

Summary Format for Data Presentation/Analysis

Rating for overall impact evaluation is mandatory for each village for each indicator under various broad areas may be done and rated as Better or Lacking w.r.t. to

corresponding District/State Level Data. B - Better, L - Lacking

Note: The separate Bar Graph should be prepared with data of National level, State level, District level, Block level and all villages (where SIE conducted) for each

Development Indicator and same should be the part of Final Report

Suggestive Format for Data Presentation/ Analysis

Sr. Broad Area Human Development Indicator

Secondary Data/ Previous level of Data from Census/ State

website/ District website/ Prev. SIE/ NAS Present Status through current SIE (Year)

Education II

EconomicI

11. Proportion of having access to drinking water (within premises & near to premises).

List of specific Social Development Indicators (SDIs) to be obtained, analyzed and tabulated-

HealthIII

Village-2 Village-3…

Economic

Education

National

(Ref Year)

State (Ref

Year)

District

(Ref Year)

Block (Ref

Year)

Prev. SIE/

NAS

Houses,

Household

Amenities

and Assets

IV

Page 93: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Data Rating Data Rating Data Rating

Village-1

Sr. Broad Area Human Development Indicator

Secondary Data/ Previous level of Data from Census/ State

website/ District website/ Prev. SIE/ NAS Present Status through current SIE (Year)

Village-2 Village-3…National

(Ref Year)

State (Ref

Year)

District

(Ref Year)

Block (Ref

Year)

Prev. SIE/

NAS

7 Infant Mortality Rate (per thousand).

8 Maternal Mortality Rate (per lakh).

9

% of population with sustainable access to an

improved water source (within their premises &

near to premises)/piped drinking water.

10 % of households having electricity connection.

11 % of population having toilet facility.

12 % of population having Pacca House.

13 % of population having house/shelter.

Quality of

Life

Health

issues in the

community

Page 94: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Table-

Annexure-V

Social Return on Investment (SROI) :

Page 95: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sr. Name (Mr/Mrs/Ms) Age Sex Mobile No Address Occupation Awareness about program Perception

1

2

3

Details of Respondents:

Page 96: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sr. Broad area Activities undertakenNo. of people benefitted Budget Utilized (Rs. Lakh)

1

2

2 (a) Education:

2 (b) Vocational Training:

3 Health:

4 Drinking Water

5 Sanitation/ Individual Toilets

6 Gender Equality & Women Empowerment:

7

Community Infrastructure: (like Roads,Community buildings, hand pumps,

Community toilets, etc.)

8

Quality of Life: Houses, Household Amenities & Assets: (like Individual

house,Type of house, shelter electricity connection, solar light, etc.)

9

Occupation & Employment: (Activities where funds are utilized primarily

for providing occupation/ employment not training)

10 Games & Sports:

11 Empowering Divyangs/ Disability:

12 Others:

List of all the activities done/ completed by the station

1 Economic:

Page 97: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sr. Activities undertaken Date of commencement Completion Status

Sustainability/ mode of sustainability after

completion Scope for improvement

Sustainability Aspect:

Page 98: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sr. Description of CSR Activity Short term Impact Long term Impact

Impact Analysis

Page 99: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sr. Activity Duration

1 Preparation & submission of survey materials and action plan

2 Pre-testing and adjustment of survey materials

3 Data collection

4

Preparation and Submission of Draft Report to Site, Region & CC-CSR -

compilation and analysis

5

Preparation and Submission of Final Report after incorporating the

comments from Site, Region & CC-CSR.

Time Schedule: (total 16 Weeks for SIE)

Page 100: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Sr. Activity Amount (Rs.)

1

Pilot study and preparation of questionnaire/interview

schedule

2

Field study (remuneration of the survey team and printing of

survey materials)

3 Data compilation and analysis

4 Report writing

5 Traveling (Excluding local travel at NTPC area)

6 Printing of report

Budget

Page 101: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 102: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 103: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 104: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 105: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 106: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 107: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 108: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 109: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 110: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 111: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 112: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 113: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 114: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 115: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 116: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 117: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 118: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 119: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 120: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 121: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 122: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 123: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 124: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 125: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 126: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 127: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 128: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 129: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 130: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic
Page 131: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

SCHEDULE OF QUANTITIES

Page 132: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Bidder Name :

eTendering User ID :

Sl.No.

Item Description Item Code / Make Quantity Units HSN Code/SAC Quoted Currency in INR / Other Currency

BASIC RATE (PRSX) GST rate (%) GST Value (Based on Column R)

TOTAL AMOUNT Inclusive of GST & Other charges

TOTAL AMOUNT (in Words)

1 2 3 4 5 7 12 13 18 19 53 55

10 NAS, SIE and Socio-economic study

10.0001 NAS, SIE and Socio-economic study 10.00010_ 1.0000 LE INR 0.000 0.00 INR Zero Only

Total in Figures 0.00

Quoted Rate in Words

PRICE SCHEDULE(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.

Bidders are allowed to enter the Bidder Name, eTendering User ID and Rates only. Bidders to specify type of taxes & details of other charges)

INR Zero Only

Item Rate BoQ

Tender Inviting Authority: Sipat Super Thermal Power Proj

Name of Work: Need Assesment Survey (NAS), Social Impact Evaluation (SIE) and

Reference No: 9900190298

Validate Print Help

Page 133: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 1 of 3

NTPC LIMITED (A GOVERNMENT OF INDIA ENTERPRISE)

BID PROPOSAL SHEETS (BPS)

FOR

CONSULTANCY FOR INTERIOR DESIGNING OF OFFICE SPACE AT SAMAVESHI BHAWAN, NTPC SIPAT

BID DOCUMENT NO.: 9900190298

(This document is meant for exclusive purpose of bidding against this specification and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued)

TO BE SUBMITTED ALONGWITH BID IN GEPNIC

Page 134: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 2 of 3

Bidder's Proposal Ref. No. & Date: Bidder's Name & Address : Person to be contacted : Designation : Fax No. : Tel. No. : E-mail : Mobile No. : To AGM (C&M)/DGM (C&M), NTPC Limited, Western Region-II SSC Sipat Sipat Super Thermal Power Project Samaweshi Bhawan, PO-Ujjwal Nagar, Sipat, Bilaspur (C.G.) India, Pin – 495555 Dear Sirs, 1.0 We hereby propose to provide the Need Assesment Survey (NAS), Social Impact Evaluation

(SIE) and Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW) as specified in the Scope of work, Special Conditions of Contract and Bidding Document No. : 9900190298.

2.0 We have understood the instructions and the terms & conditions mentioned in the

enquiry furnished by you and have thoroughly examined the specifications laid down by you in the Bidding Documents and are fully aware of the nature of consultancy services required.

3.0 We declare that our quoted total Bid Price in Indian Rupees on firm price basis for

the entire scope of work for Consultancy Services for Need Assesment Survey (NAS), Social Impact Evaluation (SIE) and Socio-economic study, CSR-CD related & other related inputs required for preparation of EIA report with respect to Sipat Advance Ultra Super Critical Technology Demonstration Plant (AUSCTDP) Stage-III (1x800 MW), as specified in the scope of work, Special Conditions of contract and Bidding Document No. : 9900190298 is as per Output Preview of Main Screen of Bid Invitation at GEPNIC e-tender site.

3.1 We further declare that our total Bid Price including Discount, if any shall be used

for evaluation of bids.

4.0 We declare that the above mentioned quoted total Bid Price is firm and shall remain valid for the entire period of the consultancy assignment. We further declare that the above quoted total Bid Price includes all taxes, duties & levies (excluding GST), insurance charges, license fees, surcharge on taxes and duties etc. payable by us under this consultancy assignment. We further agree that the entered prices shall be deemed to include the fee for the full scope as aforesaid, including overheads

Page 135: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

Page 3 of 3

and profits. We also declare that the above quoted total Bid Price includes all man-day charges, equipment charges, travel expenses, administrative charges, laboratory charges, documentation charges and any other incidental charges for successful completion of the work. Further our price bid is exclusive of any statutory fees to be paid to other authorities, which shall be charged separately.

5.0 We further understand that where there are discrepancies between amounts stated in figures and words, the amount stated in words shall prevail.

6.0 We hereby confirm that if Professional Tax, Income Tax, surcharge or any other corporate tax is attracted under the law, we agree to pay the same to the concerned authorities.

7.0 We declare that the services will be rendered strictly in accordance with the specifications. We confirm our acceptance/compliance to the ‘Time Schedule’ and ‘Terms of payment’ clauses as stipulated in the bid documents.

8.0 We undertake, if our bid is accepted, to commence the work immediately from the date of letter of award and to complete all the services covered in the package within the time specified in the bidding documents.

9.0 CONTRACT PERFORMANCE GUARANTEE

NOT APPLICABLE

10.0 We hereby declare that only the company, persons or firms interested in this proposal as principal or principals are named herein and that no other company, person or firm other than one mentioned herein have any interest in this proposal or in the contract to be entered into, if are awarded this contract, and that this proposal is made without any connection with any other persons, firm or party likewise submitting a proposal and that this proposal is in all respect for and in good faith without collusion or fraud.

11.0 Our offer shall remain valid for acceptance for a period of 03 Months from the date of opening of the bid.

12.0 We understand that the Client will award the contract to the successful consultant whose offer is substantially responsive and to be the lowest evaluated offer.

Date: Signature …………….…………

Place: Name ……………..…………

Designation …………….…………

Common Seal

Page 136: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT – 1

PAGE 1 OF 3

BID DOCUMENT NO. (ELECTRONIC FUND TRANSFER)

Bidder's Name & Address : To NTPC Ltd.,

SSC WR-II UJJWAL NAGAR,SIPAT BILASPUR,C.G.495555

Dear Sirs,

We, hereby authorise the Employer to make all our payments through Electronic Fund Transfer System. The details for facilitating the payments are given below :

(TO BE FILLED IN CAPITAL LETTERS)

1. NAME OF THE BENEFICIARY

2. ADDRESS

PIN CODE

3. TELEPHONE NO. (WITH STD CODE)

4. BANK PARTICULARS

(A) BANK NAME

(B) BANK TELEPHONE NO. (WITH STD CODE)

Page 137: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT – 1

PAGE 2 OF 3

(C) BRANCH ADDRESS

PIN CODE

(D) BANK FAX NO (WITH STD CODE)

(E) BRANCH CODE

(F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)

(G) IFSC Code OF THE BANK BRANCH

(H) BANK ACCOUNT NUMBER

(I) BANK ACCOUNT TYPE (TICK ONE)

SAVING CURRENT LOAN CASH CREDIT OTHERS

IF OTHERS, SPECIFY

5. PERMANENT ACCOUNT NUMBER (PAN)

Page 138: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT – 1 PAGE 3 OF 3

5. GST IDENTIFICATION NUMBER (GSTIN)

6. E-MAIL ADDRESS FOR INTIMATION REGARDING RELEASE OF PAYMENTS

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the Employer responsible.

SIGNATURE

DATE

(AUTHORISED SIGNATORY)

Name:

OFFICIAL STAMP

BANK CERTIFICATION:

It is certified that above mentioned beneficiary holds a bank account no. .............................

with our branch and the Bank particulars mentioned above are correct.

SIGNATURE

DATE

AUTHORISED SIGNATORY)

Authorization No. :

Name:

OFFICIAL STAMP

Page 139: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT – 2 PAGE 1 OF 1

BID DOCUMENT NO. (FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY)

Dear Sirs,

We have read the contents of the Fraud Prevention Policy of NTPC displayed on its tender website http://www.ntpctender.com and undertake that we along with our associate/collaborator/subcontractors/subvendors/consultants/service providers shall strictly abide by the provisions of the said Fraud Prevention Policy of NTPC.

Date : Name of Authorised Person

Place : Designation

Page 140: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT - 3 Page 1 of 1

BID DOCUMENT NO.

(DECLARATION ON BANNING POLICY)

Dear Sirs

1) We have read the contents of the Banning Policy of NTPC attached with this Bidding Document andagree to abide by this policy. Further, in terms of requirement under Banning Policy we herebydeclare the following:

a) We have not been Banned / Blacklisted as on date of submission of bid by Ministry of Poweror Government of India.

b) We have not employed any public servant dismissed / removed or person convicted for anoffence involving corruption or abetment of such offences

c) Our Director(s)/Owner(s)/Proprietor/Partner(s) have not been convicted by any court of law foroffences involving corrupt and fraudulent practices including moral turpitude in relation tobusiness dealings with Government of India or NTPC or NTPC’s group companies during thelast five years.

2) We further declare as under:

that if at any point subsequent to award of Contract, the declarations given above are found to beincorrect, NTPC Limited shall have the full right to terminate the contract and take any action as perapplicable laws for breach of contract including forfeiture of Bid Security / Performance BankGuarantee.

Date : Name of Authorised Person

Place : Designation

Page 141: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT – 4 PAGE 1 OF 1

BID DOCUMENT NO.

(Form of Acceptance of NTPC Safety Rules)

Dear Sirs,

We have read the contents of the NTPC Safety Rules displayed on its tender website http://www.ntpctender.com and undertake that we along with our associate/ collaborator/sub contractors/ sub-vendors/ consultants/ service providers shall strictly abide by the provisions of the NTPC Safety Rules.

Date : Name of Authorised Person

Place : Designation

Page 142: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT - 5

BID DOCUMENT NO.

(Information regarding Safety Management)

Bidder's Name and Address : To NTPC Ltd.,

SSC WR-II UJJWAL NAGAR,SIPAT BILASPUR,C.G.495555

Dear Sirs,

We have read the provisions pertaining to Safety and hereby undertake to comply all the provisions of Bidding Documents in this regard.

We hereby confirm that all the measures to ensure highest level of Safety during execution at Site shall be taken by us.

Further, in terms of the provisions of Clause No. 9.00.00 of Part-A of Technical Specification (Section-VI) of Bidding Documents, a proposed “Safety Plan” is attached herewith as Appendix-I to this Attachment.

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

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

A “Safety Co-ordination Procedure” shall be finalized during post bid discussions of Techno-Commercial Bid.

The above proposed “Safety Plan” shall be further discussed/ finalized at Site, in line with the agreements made in “Safety Co-ordination Procedure”, and shall be approved by Project Manager/Engineer-In-Charge/ Head of Project before start of work at Site.

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

Page 143: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

APPENDIX-I to ATTACHMENT-5

SAFETY PLAN

01. Safety Policy of the Contractor to be enclosed:

02. When was the Safety Policy last reviewed:

03. Details of implementation procedure / methods to implements Safety Policy /Safety Rules:

04. Name, Qualification, experience of Safety Officer

05. Review of Accidents Analysis Method, Methods to ensure Safety and Health:

06. Unit executive responsible to ensure Safety at various levels in work area:

07. List of employees trained in safety employed before execution of the job.

Give the details of training:

08. Safety Training Targets, Schedules, methods Adopting to providing safety training to allemployee:

09. Details of checklist for different jobs / work and responsible person to ensure compliance(copy of checklist to be enclosed):

10. Regular Safety Inspection Methods and Periodicity and list of members to be enclosed:

11. Risk Assessment, Safety Audit by Professional Agencies, Periodicity:

12. Implementation of Recommendations of Audit / Inspections, Procedures for Implementationand follow up:

13. Provision for treatment of injured persons at work site:

14. Review of overall safety by top Management and Periodicity:

15. System for Implementation of Statutory legislations:

16. Issue of PPEs to employees, Periodicity / stock on hand etc.:

17. Specify safety measures for round the clock working (specially during night):

Signature Head of the Organization

With date & stamp

Page 144: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT-6

Sub:

Bid Document No. []

(NO DEVIATION CERTIFICATE)

Bidder's Name and Address: To, NTPC Ltd., SSC WR-II UJJWAL NAGAR,SIPAT BILASPUR,C.G.495555

Dear Sir,

1.0 With reference to our Bid Proposal No dated... ..for XXXXXXXX, Bid Document No. [YYYYYYYY], 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 Techno Commercial Bids and the same has been taken into consideration while making our Techno-Commercial Bid & Price Bid and we declare that we have not taken any deviation in this regard.

2.0 We further confirm that any deviation, variation or additional condition etc. or any mention contrary to Bidding Documents and its Amendment(s)/Clarification(s)/Addenda/Errata (if any) as mentioned at I above found anywhere in our Techno-Commercial Bid and/or Price Bid, implicit or explicit, shall stand unconditionally withdrawn, without any cost implication whatsoever to Employer, failing which the bid security shall be forfeited.

Date (Signature)....

Place (Printed Name)....

(Designation)

(Common Seal)...

Note . The above certificate is to be submitted as mentioned in SCC. In the absence of this certificate the bid shall be rejected and shall be returned unopened.

Page 145: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT-7 (Declaration of Local Content) Page-1 of 2

(TO BE SUBMITTED ALONGWITH PRICE BID)

Dear Sirs, We have read the provisions of “Preference to Make In India and granting of purchase preference to local suppliers” enclosed with SCC. In terms of the requirement of the aforesaid provisions, we hereby declare the following:

1.0 In order of avail purchase preference, we confirm that we are at Local Supplier, and the local content

included in the package is ------ % of our total bid price for complete scope of work for __________ as per details given below.

A certificate from the statutory auditor or cost auditor ( in the case the bidder is a company) or from practicing cost account or practicing chartered accountant ( in respect of bidders other than companies) given the percentage of local content has been placed at Annexure-1 this Attachment.

Page 146: IN BILASPUR DIST OF STATE C.G. - CSRBOX (1).pdf · western region-ii ssc, sipat bidding documents for need assesment survey (nas), social impact evaluation (sie) and socio-economic

ATTACHMENT-7 Page-2 of 2

2.0 Further we hereby confirm the following:

Whether the bidder is presently debarred / banned by the other procuring 

entity for violation of “Public Procurement ( Preference to Make In India), Order 

2017” (PPP‐MII Order) dated 15.06.2017 issued by Department of Industrial 

Policy and Promotion (DIPP)  

 Yes* / No* 

*Strike off, whichever is not applicable.

3.0 We agreed to furnish any information as a proof of the above to your satisfaction as and when required.

Note: 1) Continuation sheet of like size and format, may be used as per Bidder’s requirement and shall be annexed to this Attachment.

2) Certificate pertaining to percentage of local content from statutory auditor or cost auditor/ practicingchartered accountant or cost accountant is to be furnished in case where the total bid price is more than INR 10 Crores.