Maha-Metro August-2019

Maharashtra Metro Rail Corporation Limited (A Joint Venture of Govt. of India & Govt. of Maharashtra) ( Metro Rail Project)

Name of Work: - Modification Of 110 KV Railway Transmission Line at , By Laying 132 KV Underground Cable.

Tender No: - P1US-01/2019

AUGUST-2019

MAHARASHTRA METRO RAIL CORPORATION LIMITED (A joint venture of Govt. of India & Govt. of Maharashtra) 101, The Orion, Opposite Don Bosco Youth Centre, , Pune 411001

E-mail : [email protected] Website : www.metrorailpune.com; URL E-Tender portal https://mahametrorail.etenders.in

Pune Metro Rail Project

01 Maha-Metro August-2019

INDEX

SR.NO PARTICULRS PAGE NO.

1. NIT SECTION-1 2. Instructions To the Bidder SECTION-2 3. Eligibility Criteria for single entity (sole bidder) 4. Instructions To the Bidder for single entity (sole bidder) 5. Eligibility Criteria for JV/Consortium 6. Instructions To the Bidder for JV/Consortium bidder SECTION-3

7. Tool Kit for using E-Tender portal of Maha-Metro

SECTION-4

8. Bidding & Contract Form

SECTION-5

9. General Condition of Contract SECTION-6 10. Special Condition of Contract SECTION-7 11. Specifications 12. Approved Vendor List of MSEDCL & MSETCL as annexure- A &B SECTION-8 13. Financial Bid

Note: - The Bidder is advised to verify the documents mentioned in the above index & sign the index ascertaining of having verified

Pune Metro Rail Project

02 Maha-Metro August-2019 NOTICE INVITING BID (NIT)

E-Tender NOTICE MAHARASHTRA METRO RAIL CORPORATION LIMITED (Pune Metro Rail Project) (A joint venture of Govt. of India & Govt. of Maharashtra) 101, The Orion, Opposite Don Bosco Youth Centre, Koregaon Park, Pune 411001 Email: [email protected] Website: www.punemetrorail.org Tel.: 020-26051072

Bid Notice No. P1US-01/2019 Dt: 14.08.2019

Name of Work: Modification Of 110 KV Railway Transmission Line at Khadki by Laying 132 KV Underground Cable.

MAHARASHTRA METRO RAIL CORPORATOIN LIMITED i.e. (Maha-Metro), invites Online Bid, in Two Packet System (Technical Bid & Financial Bid) for above mentioned work from experienced Electrical Bidders registered with Central Government/ State Government / Railways/ Public Sector Undertaking / Metros/Urban Local body in appropriate class for “Pune Metro Rail Project” as per Bid Schedule given below.

KEY DETAILS:- Documents on sale Documents can be downloaded from 16.00 hrs. On 14.08.2019 to 15.00 Hrs. On 03.09.2019 from Maha- Metro Web Site/ E-Tender Portal. Estimated Cost Rs. 275 Lakhs (Two Hundred & Seventy Five Lakhs Only) excluding GST

Completion Period 06 (Six) Months from the date of issue of Letter of Acceptance (LOA) Cost of documents INR 10000+18% GST (Ten Thousand only+18% GST) - non- refundable. Payable through e-payment by Credit Card/ Debit Card/Net Banking, as per procedure given in E-Tender Portal. Last date of submission of queries in writing Up to 16.00 hrs. 22.08.2019 (Queries received after this date through e-mail from the bidder shall not be taken into consideration) e-mail ID: [email protected] Bid Security (EMD) Rs.275000/ (Rs. Two Lakhs & Seventy Five Thousand Only) payable by RTGS/NEFT/Credit Card Online as per procedure in E-Tender Portal. Date & Time of submission of Bid Online submission up till 16.00 Hrs. on 03.09.2019 Maha-Metro ’s E-Tender Portal. Date & Time of Opening of Technical bid On 03.09.2019 at 16.30 Hours at 101, The Orion, Opposite Don Bosco Youth Centre, Koregaon Park, Pune 411001

Pune Metro Rail Project

03 Maha-Metro August-2019 Sale of document, e-payment procedure, submission and other details are available on Maha-Metro Bid portal under section in e- Bids. http://mahametrorail.etenders.in To view this Bid notice, interested Agencies may visit the Maha- Metro website www.punemetrorail.org

Note:-

1. Bidders are advised to note the eligibility and minimum qualifying criteria specified in the Section-2 of bid document.

2. The bid shall be submitted online (E-Tender) in two packet i.e. Technical Bid & Financial Bid as directed in ITB (Instruction to Bidder)

3. Availability of Bid Documents: The interested Bidders may download the bidding documents from Maha-Metro e-Biding portal https://mahametrorail.etenders.in under the section recent on line Bids on payment of bid document cost by electronics transfer as per instructions in e-Bid tool kit of the portal. The same can be Downloaded from 16.00 Hrs. on 14.08.2019 to 15.00 Hrs. on 03.09.2019.

4. Address for Communication: Office of the General Manager (Procurement) ,Pune Metro Rail Project Maharashtra, Metro Rail Corporation Ltd., 101, The Orion, Opposite Don Bosco Youth Centre, Koregaon Park, Pune 411001, E-mail : [email protected], Website : www.metrorailpune.com; URL e-tender portal https://mahametrorail.etenders.in

GENERAL MANAGER (PROCUREMENT) Maha-Metro, PMRP, PUNE

Pune Metro Rail Project

04 Maha-Metro August-2019 SECTION-1 INSTRUCTIONS TO BIDDER (ITB)

1.1. GENERAL INSTRUCTIONS

1.1.1. Cost / Price paid toward Bid Document is nonrefundable and shall not be refunded to any successful or unsuccessful bidder. 1.1.2. TECHNICAL SECTION (TECHNICAL BID)

The "Technical Section" shall contain only Technical Offer. The Bidder should submit his technical offer that included signed, stamped & scan copy of all eligibility, experience, legal document & entire relevant & filled formats provided in Bid Document. He should not quote his financial offer anywhere directly or indirectly in Technical Section. Bidder has to agree the bid document & corrigendum available in technical section of E-Bid of Maha-Metro including reply of Pre-Bid queries. Bidder has to submit his offer / Bid unconditional.

1.1.3. FINANCIAL SECTION (FINANCIAL BID) The "Financial Section" shall contain only financial offer. The Bidder should quote his / her offer on-line only in terms of percentage of estimated rates at the appropriate place to be submitted only in Financial Section. He should not quote his offer anywhere directly or indirectly in Technical Section. The Bidder shall quote for the work as per details given in the main Bid and also based on the detailed set of conditions issued / Additional stipulations made by the Department as informed to him online on https://mahametrorail.etenders.in from General Manager (Procurement) on behalf of Maharashtra Metro Rail Corporation Ltd. (Maha-Metro) after Pre-Bid queries.

1.1.4. SUBMISSION OF BID: - Refer to Section-3 'Guidelines to Bidders on the operations of Electronic Biding System of Maharashtra Metro Rail Corporation Ltd. (Maha-Metro), for details. All pages of enclosures of bid shall be signed & stamped by bidder’s authorized person and a scanned copy of these enclosures shall be uploaded to the Technical Section of the said bid on E-tender portal of Maha-Metro by using Digital Signature. Uploading of signed bid document is not required. Bidders has option to click the tick (√) provided in Technical Section which enable the submission of digitally signed bid document as token of agreement of all terms & conditions by bidder. The bidder is required to enter the Financial Bid online by using his digital signature.

1.1.5. OPENING OF BIDS: On the date, specified in the NIT, following procedure will be adopted for opening of the Bid. (A) Technical Section: - (Documents and Bid)

Pune Metro Rail Project

05 Maha-Metro August-2019 First of all, Technical Section of the Bid will be opened online to verify its contents as per requirements. If the various documents contained in this section do not meet the requirements of the Maha-Metro, a note will be recorded accordingly by the Bid opening authority and the said Bidders Financial Bid will not be considered for further action and the same will be rejected. The decision of the Bid opening authority in this regard shall be final and binding on the Bidders. (B) Financial Section: (Financial Bid) This section shall be opened online after opening of Technical section and its evaluation will be carried out. If contents of Technical section are found to be acceptable to the Maha-Metro, there after Bided rates in Schedule 'B' or percentage above/at par/below the estimated rates shall then be read out in the presence of bidders who remain present at the time of opening of financial section. (Financial Bid).

1.1.6. EARNEST MONEY: i. The EMD if applicable will be paid via online mode. (a) The earnest money of technically disqualified bidders (after technical evaluation) will be refunded immediately on request by unsuccessful bidder. (b) In case of successful Bidder the Earnest money will be refunded within the reasonable time after submission of performance bank guarantee by successful bidder and signing of contract agreement. The amount of Earnest Money will be forfeited, in case the successful Bidder does not submit the performance bank guarantee & fails to sign the contract agreement within specified time limit. (c) Earnest Money of other than successful bidder shall be refunded in reasonable time on request by the bidder and after submission of performance bank guarantee by successful bidder and signing of contract agreement. ii. EMD (Earnest Money Deposit) of bidders shall be returned as per above without any interest by Maha-Metro.

1.1.7. SECURITY DEPOSIT /PERFORMANCE GUARANTEE: Total security Deposit/ Performance security shall be 10 % of the awarded/accepted cost of the work. The successful Bidder shall have to pay performance security i.e. 10% of awards/accepted cost of work, in the form of Bank Guarantee on appropriate stamp paper (as per the format given in the bid document Secion-4) issued by Schedule Commercial Bank (Other than Co-operative Bank) of Indian or Foreign Origin having business office in India. The cost of the stamp paper & other expenses shall be borne by the Bidder. This Performance Bank Guarantee should be valid for entire assigned time of completion of the work plus 45 (Forty Five) days beyond defect liability period (DLP). ADDITIONAL SECURITY DEPOSIT: - In Case the Bidder offer the cost more than 10% below of estimated amount, he shall have to pay additional security deposit at the rate of 10% of the amount beyond 10% below of the

Pune Metro Rail Project

06 Maha-Metro August-2019 estimated amount for assurance of good performance of the work. Such additional security deposit shall be paid in the form of Bank Guarentee issued by Schedule Commercial Bank (Other than Co-operative Bank) of Indian or Foreign Origin having business office in India. EMD shall be forfeited to the Maha-Metro, if additional security deposit is not submitted by successful bidder as per Contract Form-2. The cost of the stamp paper shall be borne by the Bidder. This additional Performance Bank Guarantee should be valid for entire assigned time of completion of the work plus 45 (Forty Five) days. 1.1.8. CALCULATION OF ADDITIONAL SECURITY BANK GUARENTEE Rs. = [% below rate quoted by the Bidder -10%] x Estimated cost of work x 10/100 100 This Additional security Bank Guarentee shall be refunded along with final bill of the work

1.1.9. ISSUE OF BID DOCUMENTS: Information regarding bid / bid document can be downloaded from the E-Tender portal of Maha-Metro after payment of bid document cost as detailed in the NIT. 1.1.10. COMPLETION PERIOD: The work is to be completed within time limit as specified in the NIT, which shall be reckoned from the date of issue of Letter of Acceptance (LOA). This assigned time of completion is inclusive of monsoon period as well other adverse climatic condition.

1.1.11. QUOTED RATE: Rates quoted for the Bid shall be taken as composite rate including cost of all materials, all associated activities, leads and lifts, other levies, cess, income tax, overheads, other incidental expenses and unforeseen expenses. GST shall be paid extra at the prevailing rate at the time of billing. In the case of difference between the rates written in figures and in words, the correct rate will be the one, which is lower of the two.

1.1.12. UNITS OF ITEMS: The Bidders should particularly note the units mentioned in the BOQ of Financial Bid on which the rates are based are fixed. No change in the units shall be allowed.

1.1.13. CORRECTION / ALTERATION/MODIFICATION: No Editing/ alteration / correction / modification/addition in the entire bid document and the Financial Bid (BOQ) will be permitted

1.1.14. BID'S ACCEPTANCE & SIGNING OF CONTRACT AGREEMENT:

Maharashtra Metro Rail Corporation Ltd. (Maha-Metro), reserves the right to reject any or all Bids without assigning any reason thereof. The Bidder whose Bid is accepted will have to enter in to a contract agreement within 21 days from the date of issue of LOA. In case of failure on the part of Bidder to sign the agreement

Pune Metro Rail Project

07 Maha-Metro August-2019 within the stipulated time, the earnest money paid by bidder shall be forfeited and the bid of successful bidder shall be rejected.

1.1.15. CONDITIONAL & INCOMPLETE BID: The bidders are required to submit the bid unconditional. By virtue of submitting the online bid on E-Tender portal of Maha-Metro, it deemed that all conditions stipulated in bid document are acceptable to bidder. Any conditional Bid/ altered /tampered/ modified bid document or incomplete bid in any respect are likely to be rejected without assigning any reason thereof. a) It is assumed that the Bidders has carefully examined the conditions of bid, scope and specifications of the work and drawings. It is also assumed that the bidder have fully acquainted themselves with all details of the site, the working conditions, the geographical features of the working area, accessibility to site, other difficulties/hurdles, river, weather condition, availability of materials, labour conditions and all the necessary information and data pertaining to execute the work, prior to Biding for the work. b) The data & information whatsoever supplied by the Maha-Metro along with the Bid documents are for general guidance only for the Bidders and Maha-Metro does not bear any responsibility whatsoever either for the accuracy of data or for their comprehensiveness. c) Bidder should himself examine the sources & availability of materials required for execution of the work strictly as per scope & specification before bidding. d) In case required materials are not available locally due to reasons whatsoever, the Bidder will have to bring the materials from any other source with no extra cost to Maha-Metro. The rates quoted, should therefore be fixed including all and in no case revision of rate shall be considered. 1.1.16. POWER OF ATTORNEY:

Bidder may submit the bid by signing himself or through a representative authorized by Power of Attorney, authorizing him to conduct all transactions pertain to this work on behalf of the bidder. Format for authorizing signatory of bid is provided in Section-4 of Bid Document. 1.1.17. VALIDITY PERIOD : The offer shall remain open for acceptance for minimum period of 90 days from the Date of opening of Financial section(Financial Bid) and thereafter until it is withdrawn by the Bidder by notice in writing duly addressed to the authority opening the Bid and sent by Registered Post. 1.1.18. COMPLETION PERIOD OF WORK

The entire work is to be completed within 06 (Six) Months from the date of issue of LOA.

1.1.19. ADDITIONAL INSTRUCTIONS TO BIDER 1. All work proposed to be executed by contract shall be notified in “Notice Inviting Tender” (NIT) published in leading News Papers Hindi, Marathi, English having circulation in Maharashtra State and on Maharashtra Metro Rail Website: www.mertorailpune.com. Details of Bid is available on Maha-Metro E-Tender Portal https://mahametrorail.etenders.in. 2. Where the works are proposed to be executed according to the specifications recommended by a Bidder and approved by a competent authority on behalf of the Maha-Metro, Maha-Metro such specifications, with designs and drawings shall form part of the accepted Bid.

Pune Metro Rail Project

08 Maha-Metro August-2019 3. The Bid must be signed by authorized signatory. In case of proprietorship firm the bid must be signed by proprietor of the firm authorizing himself using Bid Form-14 In the event of the Bid being submitted by a partnership or limited company. It must be signed by a person holding a power of attorney authorizing him using Bid Form- 7 or 8 as the case may be. 4. The Bidder shall pay along with the Bid the sum of Rs.275000/- (Rs. Two Lakhs Seventy Five Thousand Only) as and by way of earnest money (EMD). The said amount of earnest money shall not carry any interest, whatsoever. 5. In the event of accepted bid of successful bidder, the earnest money shall be appropriated towards the amount of security deposit/performance guarentee payable by him/her under condition of contract. 6. If after submitting the Bid, the Bidder withdraws his/her offer or modifies the same or if after the acceptance of his/her Bid, the Bidder fails or neglects to furnish the balance of performance security deposit/performance guarentee, without prejudice to any other rights and powers of the Maha-Metro hereunder, or in law Maha-Metro shall be entitled to forfeit the full amount of the earnest money deposited by him/her. 7. Receipt for payments made on account of any work, when executed by a firm should also be signed by all the partners, except where the Bidders are described in their Bid as a firm, in which case the receipts shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts for the firm. 8. Bidder submitting a Bid shall fill up his offer rate online against the items on respective page of Financial Bid Section of E-Tender portal and detail description provided in Financial BID/BOQ of Bid Document. Only one rate of each Item shall be quoted. Bid contain alteration in Bid Document or Text of Bidding Form / Contract Form or any other conditions of any sort, will be liable to rejection. 9. The authorized committee of Maha-Metro shall open Bids on behalf of Maha-Metro in the presence of any intending Bidders who have submitted Bids or his representative who may be present at the time of opening of bid. 10. The Competent Authority of Maha-Metro shall have the right of rejecting any or all of the Bids or entire bidding process prior to issue of Letter of acceptance, without assigning any reason to participating bidder. Bidder shall not have any claim of compensation or refund of cost of bid document or refund of any cost incurred towards submission of bid. 11. No receipt for any payment alleged to have been made by a Bidder in regard to any matter relating to this Bid or the contract shall be valid and binding on Maha-Metro unless it is signed by the General Manager (Procurement). 12. All work shall be measured net by standard measurement practices of MSETCL and according to the rules and customs of the Maha-Metro without reference to any local custom. No proposal to adopt alternative methods will be accepted. The Engineer decision as to what is "the usual method in use in Maha-Metro" will be final. 13. Under no circumstances shall any Bidder be entitled to claim enhanced rates for any items in this contract. Pune Metro Rail Project

09 Maha-Metro August-2019 14. Every registered Bidder shall produce along with his Bid certificate of registration as approved Bidder in the appropriate class and renewal of such registration with date of expiry. 15. All correction and additions or pasted slips should be initiated. 16. The Biding Bidder shall furnish a declaration along with the Bid showing all works for which he has already entered into contract and the value of the work that remains to be executed in each case on the date of submitting the Bid in the form specified for the same. 17. Every Bidder shall submit along with the Bid information regarding the Income Tax circle, or ward of the district in which he is assessed to Income-Tax, the reference to number of the assessment and the assessment year and a valid income Tax clearance certificate. 18. All payment towards this work shall be made in Indian Rupees (INR), no foreign exchange would be released by the Maha-Metro for the purchase of plant and machinery, material required for the execution of the work. 19. The storage & safety security of materials at working site shall be responsibility of successful bidder. The required space & shed shall be arranged by successful bidder only. Maha-Metro shall not owe any such responsibility. 20. The standard guarantee/warranty shall be applicable as per MSETCL policy upon all electrical equipment & purchased by successful bidder in addition to DLP. 21. The Bidder shall also give a list of machinery in their possession and which they propose to use on the work in Bid Form-12 22. The successful Bidder will have to furnish performance guarantee in the form of Bank Guarentee on the stamp paper of appropriate value for the 10% (ten percent) of the awarded amount in the prescribed proforma enclosed as and when required by the Engineer within 15 days from award of work (Issue of LOA). 23. The successful bidder has to submit “Work Program / Work Schedule along with Bar Chart” & “Work Methodology / Method Statement” after award of work & prior to signing of Contract Agreement. The same shall be appraised by Maha-Metro & necessary correction shall be made by contractor. The agreed Work Program / Work Schedule along with Bar Chart” & “Work Methodology / Method Statement” shall be part of contract agreement. 24. SITE TRANSPORT FACILITY: - Bidder shall provide one number of Scorpio / Innova SUV four wheeler AC vehicle with driver and fuel during the contract period for Maha-Metro staff. Registration not earlier than 2016 and bear a taxi permit within 15 days (Fifteen days) from the date of Letter of Acceptance (LOA) at his own cost. If successful Bidder fails to provide vehicle or substitute vehicle in case of breakdown, an amount of Rs.2000/- per day for the period of non-availability of vehicle at site, shall be recovered from the Bidder’s bill. 25. Submission of fake, forged or fabricated document with the Bid, which fails the verification of its authenticity or having inconsistent or misleading information, shall lead to rejection of Bid, forfeiture of EMD (Earnest Money Deposit) & termination of contract even after award of the work.

Pune Metro Rail Project

10 Maha-Metro August-2019

SECTION-2 ELIGIBILITY & EVALUATION CRETERIA 2.1. General

i. Bidding is open to all bidders who satisfy the qualification criteria set forth in the bidding documents with respect to their experience and financial capabilities. ii. The bidder may be a sole bidder or group of two bidders jointly together as JV/Consortium to bid for the work and execute if awarded. In case the bidder is a sole bidder then he must comply with the criteria mentioned earlier as single entity/sole/Individual. In case the bidder is a JV/consortium then following criteria shall apply iii. The bidding is open to the Electrical Bidders registered with Central Government / State Government / Public Sector Undertaking / Urban Local Body in appropriate class. iv. The Bidder will be required to enclose a valid contract labour license issued by competent authority of State Government /Central Government, under the provisions of the Contract Labour (Regulation and Abolition) Act 1970. v. 2.1.1. For Single Entity (Sole Bidder)- i) Bidder shall have completed Similar Type of work described as:-

Erection of Monopole for 132 KV & above including Laying of 132 KV & above Underground cable with commissioning

ii) Average Annual Turnover of last three financial years (2015-16, 2016-17, 2017-18) shall not be less than Rs.300 lakh.

iii) Should have executed a Similar Type of work of electrical transmission in single contract, costing not less than Rs. 225 lakh in last three years.

OR Two similar works, each costing not less than Rs.140 lakh of the estimated cost in last three years. OR Three similar works, each costing not less than Rs.112 lakh of estimated cost in last three years. For any State Government/Central Government/ Public sector Undertaking (PSU) of State or Central Govt./Urban local bodies/Listed company at stock exchange (NSE or BSE), during the last preceding three financial years. The completion certificate from the officer not Pune Metro Rail Project

11 Maha-Metro August-2019 below the rank of Executive Engineer or equivalent post of the concerned department should be submitted. Experience certificate issued by Private Corporate (Listed in NSE or BSE) should accompany the income tax deduction (TDS) certificate issued by client. i) Should have valid electrical license with Government of Maharashtra. ii) Should have GST Registration Number/Certificate. iii) Should have PAN registration in the name of bidding entity.

2.1.2. Specific Instructions For Sole/ Individual Bidder (Technical Section)

The technical section shall contain the following documents and submitted to the technical section of E-Tender Portal of Maha-Metro.

1. Forwarding letter clearly indicating the documents attached therein with index page denoting the documents attached and their page number. 2. Bid Document Fee and EMD to be paid via online on E-Tender Portal of Maha-Metro. 3. The Bid Document includes the set of clarifications/corrigendum/addendum issued by the Maha- Metro. 4. Copy of Valid Registration Certificate in Electrical works with Central Government / State Government/ Public Sector Undertaking of State or Central Govt/ Urban Local Body in appropriate class of Bidder. 5. Copy of Valid Electrical Bidder License with Government of Maharashtra. 6. Copy of GST Registration Number/Certificate. 7. Copy of Partnership Deed in case of Partnership Firm, Memorandum / Article of Association in case of Company & Power of Attorney. 8. Details of work Bided for & in hand to be submitted in Bid Form- 09. 9. Experience under similar type of work shall be provided in Bid Form-10. 10. Statement showing average Annual Turnover for the last three financial years (2015-16, 2016-17, 2017-18) should be submitted in Bid Form- 11 11. Copy of Affidavit past contractual performance shall be submitted in Bid Form- 4 12. Apart from above other relevant Bid Form mentioned in Section-4 of bid document is also required to be enclosed with technical bid of bidder. 13. All enclosures / documents submitted by bidders must be numbered & the first page should be the Index page of the enclosures /documents clearly mentioning the name of the document & its page number.

Important Note:

i. The financial bid shall be opened only after evaluation of technical bid and confirmation of technical eligibility of bidder based upon documents submitted by bidder in the Technical Section of E-Tender Portal. ii. All copies of enclosure duly signed & scanned shall be up loaded on E-Tender Portal of Maha- Metro at appropriate place. iii. Bidder should not quote his offer anywhere directly or indirectly in Technical section. If the financial offer is found to be quoted in any document in Technical section, then his submitted Bid will be rejected outright and his bid will not be considered for further evaluation.

Pune Metro Rail Project

12 Maha-Metro August-2019

iv. Details of all similar types of work executed in the last three years. The certificate should be signed by the authority of previous client/employer, for whom Bidder has executed the work and shall be submitted along with Bid Form- 10 v. Work experience certificate issued from any State Government/Central Government/ Public sector Undertaking (PSU)/urban local bodies/Listed company at stock exchange (i.e. NSE / BSE), during the last preceding three financial years shall be considered only for evaluation. Experience certificate issued by Private Corporate (Listed in NSE or BSE) should accompany the income tax deduction (TDS) certificate issued by client. vi. The entire bid document along with all corrigendum and addendum issued from time to time and requisite enclosures required to be agreed by bidder by clicking (√) tick in Technical Section of E-Tender Portal of Maha-Metro by the authorized representative/signatory on behalf of the bidder using his digital signature. vii. The entire submission of bidder shall be page numbered & covered by an Index on Top.

2.1.3. Eligibility Criteria for JV/Consortium

i) Bidder shall have completed Similar Type of work described as:-

Erection of Monopole for 132 KV & above including Laying of 132 KV & above Underground cable with commissioning ii) A maximum number of two bidders can join to form JV/Consortium. iii) The lead member should have a share more than 51% in JV/Consortium and 2ndJV member not less than 25%. iv) Both the members must have at least 3 years experience as prime contractor in Electrical works in any State Government/Central Government/ Public sector Undertaking (PSU) of state or central govt. /urban local bodies/Listed company at stock exchange (NSE or BSE) during the last preceding three financial years. v) Both members should jointly meet experience of similar type of work. vi) The lead member must have experience of Laying of 132 KV & above Underground cable or Erection of 132 KV. vii) Both members should jointly meet the Average Annual Turnover of last three financial years (2015-16, 2016-17, 2017-18) not be less than Rs.300 lakh. viii) Similar type of work shall be evaluated as follows: - Should have executed a similar type of work in two contract works, each costing not less than Rs.140 lakh of the estimated cost in last three years. (Collectively by both JV member) OR Three similar works, each costing not less than Rs.112 lakh of estimated cost in last three years. (Collectively by both JV member) AND Pune Metro Rail Project

13 Maha-Metro August-2019 The 2nd JV member should have also completed one work of similar nature, not less than Rs.112 lakh in last three years. For any State Government/Central Government/ Public sector Undertaking (PSU) of State or Central Govt./Urban local bodies/Listed company at stock exchange (NSE or BSE), during the last preceding three financial years. The completion certificate from the officer not below the rank of Executive Engineer or equivalent post of the concerned department should be submitted. Experience certificate issued by Private Corporate (Listed in NSE or BSE) should accompany the income tax deduction (TDS) certificate issued by client. x. Both the member of JV/Consortium should have valid Electrical licenses with Government of Maharashtra. xi. Both the member JV/Consortium should be registered in appropriate class as Electrical Bidder with State Govt. /Central Govt./PSU/ULB. xii. The members participating in consortium/JV for the bid shall be jointly and severally responsible for all liabilities relating to the work and in accordance with the terms of contract agreement. xiii. Should have valid electrical license with Government of Maharashtra xiv. Both JV member should have GST Registration Number/Certificate. xv. Should have PAN registration in the name of bidding entity.

2.1.4. Specific Instruction For JV/Consortium Member (Technical Section)

The technical section shall contain the following documents and submitted to the technical section of E-Tender Portal. 1. Forwarding letter clearly indicating the documents attached there in with index page denoting the documents attached and their page number. 2. Bid Document Fee and EMD to be paid via online on E-Tender Portal of Maha-Metro. 3. The Bid Document includes the set of clarifications/corrigendum/addendum issued by the Maha- Metro. 4. Should have GST Registration Number/Certificate. 5. Both members JV/Consortium should have Copy of Valid Registration Certificate in Electrical works with Central Government/ State Government/ Public Sector Undertaking of State or Central Govt./ Urban Local Body in appropriate class. 6. Both members JV/Consortium should have Copy of Valid Electrical Bidder License with Government of Maharashtra. 7. Copy of Partnership Deed in case of Partnership Firm, Memorandum/Article of Association in case of Company &Power of Attorney. 8. Details of work Bided for & in hand submitted by both bidder in Bid Form-09 9. Similar work Completion Certificate from the Officer not below the rank of Executive Engineer should be submitted by both bidder in Bid Form- 10 10. Statement showing Average annual turnover for last three financial years (2014-15, 2015- 16, 2016-2017) will be evaluated by multiplying the average annual turnover of each Pune Metro Rail Project

14 Maha-Metro August-2019 partner with their respective shares in the JV/ Consortium proposed. Average Annual Turnover certified by CA/Auditor should be submitted by both bidder in Bid Form- 11 11. Copy of Affidavit past contractual performance shall be submitted in their individual capacity or as a member of JV firm in which were /are members in Bid Form-4 12. JV/Consortium members should also submit following required documents in the following format a) Form of Joint Bidding Agreement- Bid Form- 5 b) Form of Legal capacity / Power of Attorney- Bid Form-6. c) Form of Power of Attorney for signing of bid- Bid Form-7 d) Form of Power of Attorney for Lead member of consortium. Bid Form-8 13. Apart from above other relevant Bid Form mentioned in Section-4 of bid document is also required to be enclosed with technical bid of bidder 14. All enclosures / documents submitted by bidders must be numbered & the first page should be the Index page of the enclosures /documents clearly mentioning the name of the document & its page number. Important Note:- i. The financial bid shall be opened only after evaluation of technical bid and confirmation of technical eligibility of bidder based upon documents submitted by bidder in the Technical Section of E-Tender. ii. All copies of enclosure duly signed & scanned shall be up loaded on E-Tender Portal of Maha- Metro at appropriate place. iii. Bidder should not quote his offer anywhere directly or indirectly in Technical section. If the financial offer is found to be quoted in any document in Technical section, then his submitted Bid will be rejected outright and his bid will not be considered for further evaluation. iv. Similar type of works is defined as:

The similar type of work as stated above shall cover.

Erection of Monopole for 132 KV & above including Laying of 132 KV & above Underground cable with commissioning

v. Details of all similar types of executed work in the last three years. The certificate should be signed by the authority of previous client/employer, for whom Bidder has executed the work and shall be submitted along with Bid Form-10 vi. Work experience certificate issued from any State Government/Central Government/ Public sector Undertaking (PSU)/Urban local bodies/Listed company at stock exchange, during the last preceding three financial years shall be considered only for evaluation. Experience certificate issued by Private Corporate (Listed in NSE or BSE) should accompany the income tax deduction (TDS) certificate issued by client vii. The entire bid document along with all corrigendum and addendum issued from time to time and requisite enclosures required to be agreed by bidder by clicking (√) tick in Technical Pune Metro Rail Project

15 Maha-Metro August-2019 Section of E-Tender Portal of Maha-Metro by the authorized representative/signatory on behalf of the bidder using his digital signature. viii. The entire submission of bidder shall be page numbered & covered by an Index on Top.

2.1.5. Evaluation Criteria

This is a single stage submission of two packet bid through E-Tender portal. The evaluation of bid shall be done by nominated committee of Maha-Metro

i. Technical Evaluation: The received bid on E-Tender portal of Maha-Metro shall be evaluated only. Those bidder who meeting & eligibility criteria as stipulated above (Section-2) and enclosed with required enclosures / document as desired in in Bid Document shall be shortlisted as technically responsive & qualified bidder and their offer shall be further considered for opening of Financial Bid. Only the technically qualified bidder shall communicated about the opening of Financial Bid. ii. Financial Evaluation: The financial bid of only technically qualified bidder shall be opened online & evaluated further. iii. Award of Contract: This is LCB (Lowest Cost Basis) bid and only technically qualified bidder, whose offer is lowest (L-1) shall be considered for award of work / contract.

Pune Metro Rail Project

16 Maha-Metro August-2019 SECTION-3

(Tool Kit for using E-Tender Portal of MAHA-METRO) BIDING PROCEDURE

A] Bid Forms. i. Bid Forms can be purchased from the e-Biding Portal of MAHA-METRO, i.e. https://mahametrorail.etenders.in after paying Bid Fees via online mode as Per the Bid Schedule. ii. Bidder should have valid class II/III digital signature certificates (DSC) obtain from any certifying authorities. iii. Bidder should install the Java and NxtCrypto service available on the Home Page of Download section URL:- https://mahametrorail.etenders.in B] Pre-requisites to participate in the Bids processed by MAHA-METRO: i. Enrolment of Bidders on Electronic Biding System: The Bidders interested in participating in the Bids of MAHA-METRO processed using the Electronic Biding System shall be required to enroll on the Electronic Biding System to obtain User ID. If the information is found to be complete, the enrolment submitted by the Vendor shall be approved automatically.

The Bidders may obtain the necessary information on the process of enrolment either from Helpdesk Support Team or may visit the information published under the link Help manual and tutorials on the Home Page of the Electronic Biding System.

ii. Obtaining a Digital Certificate: The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Certificate (Class - II or Class -III). This is required to maintain the security of the Bid Data and also to establish the identity of the Bidder transacting on the System. The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate.

Bid data / information for a particular Bid may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Submission stage. In case during the process of preparing and submitting a Bid for a particular

Pune Metro Rail Project

17 Maha-Metro August-2019

Bid, the Bidder loses his/her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online.

Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at safe place under adequate security to be used in case of need.

In case of online Biding, if the Digital Certificate issued to an Authorized User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorize) to use the digital certificate as per Indian Information Technology Act, 2000. Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Bids processed on the Electronic Bid Management System of Government of Maharashtra as per Indian Information Technology Act, 2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorized User. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorization Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant.

For information on the process of application for obtaining Digital Certificate, the Bidders may visit the section Digital Signature Forms on the Home Page of the Electronic Biding System. iii. Recommended Hardware and Internet Connectivity: To operate on the Electronic Biding System, the Bidders are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth.

iv. Set up of Computer System for executing the operations on the Electronic Biding System:

To operate on the Electronic Biding System of MAHA-METRO, the Computer System of the Bidders is required be set up. The Bidders are required to install Utilities available under the section Downloads on the Home Page of the System.

Pune Metro Rail Project

18 Maha-Metro August-2019

The Utilities are available for download freely from the above mentioned section. The Bidders are requested to refer to the Help manual and Tutorials available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System. C) The E-Tender Portal contains two sections Technical Bid Submission & Financial Bid Submission. i. Technical Bid Section: - Technical Bid Section shall contain all Document and enclosures as directed in NIT, ITT and EQ. Bidder shall upload the PDF copy of such documents in Technical Section only. ii. Financial Bid Section: - All prices/Commercial offers/ or any information pertain to commercial offer required by MAHA-METRO from the bidders, shall be filled/ uploaded (If directed by MAHA-METRO in Bid Document) in Financial bid Section only. iii. No information pertaining to Financial Bid section should be uploaded/disclosed in Technical Bid Section or vice versa. D) Steps to be followed by Bidders to participate in the e-tenders processed by Maha-Metro.

i. Preparation of online Briefcase: All Bidders enrolled on the Electronic Biding System of MAHA-METRO are provided with dedicated briefcase facility to store documents / files in digital format. The Bidders can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Bidders are advised to store the relevant documents in the briefcase before starting the Bid Submission stage. In case, the Bidders have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Bidders advised to either create a single .pdf file of all the documents of same type or compress the documents in a single compressed file in .zip or .rar formats and upload the same.

Note: Uploading of documents in the briefcase does not mean that the documents are available to Maha-Metro at the time of Bid Opening stage unless the documents are specifically attached to the Bid during the Bid Submission stage. ii. Online viewing of Detailed Notice Inviting Bids: The Bidders Can View The Detailed Bid Notice (NIT) Along With The Time Schedule (Key Dates) For All The Live Bids Released By Maha-Metro And Eligibility Criteria (EQ) On The Home Page Of Maha-Metro E-Biding Portal On Https://mahametrorail.etenders.In Under The Section Online Bids. Viewing & Downloading The NIT & EQ Is Free Of Cost. iii. Download of Bid Documents:

Pune Metro Rail Project

19 Maha-Metro August-2019 After going through the NIT & EQ, if bidder finds himself eligible for the bidding, he may purchase the complete bid document via online mode by paying the cost of Bid Document by Debit Card/Credit Card/ Net Banking as described on E-Tender Portal. After paying the cost of the document, bidder may download the complete bid documents.

iv. Online Submission of Bid: a. At the stage of EMD, the EMD payment may be either in the form of Cash or Bank Guarantee or combination of both. Bidders are advised to refer the Instruction to Bidders and Bid Data Sheet of the concerning Bid. For detail provision of payment of EMD, bidders are advised to refer concerning clause of Bid Document b. For Cash component Payment of EMD, which bidder has to pay online using any one online pay mode as RTGS, NEFT, Debit Card, Credit Card & Net Banking through payment gateway of E-Tender Portal. For EMD payment, if bidder uses NEFT or RTGS then system will generate a challan (in two Copies) with unique challan No specific to the Bid. Bidder will use this challan in his bank to make NEFT/RTGS Payment against the challan. c. Bidder should ensure the payment of online EMD, 72 Hours (Excepting Holiday if any) prior to the final submission date of the Bid.* d. Bidders have the option to pay EMD either at the initial stage of submission of bid or at the final stage of submission of bid, when all mandatory formats/ documents filled/ uploaded. e. If the EMD is in form of Bank Guarantee or part of EMD in form of BG, scan copy of such BG shall be uploaded by bidders in technical section of E-Tender Portal. f. Bidder shall download the Complete Bid Document along with all Corrigendum/Addendum/Clarification etc. by logging in with E-Tender Portal using his DSC (i.e. DSC of POA/ Owner) & read the all Bid Instruction & clauses carefully. g. For submission of Bid Document and Corrigendum, Tick (√) Submission Process has been enabled in Technical section of E-Tender Portal of MAHA-METRO. Bidders have to tick (√) the corresponding checkbox provided in the Technical Section of E-Biding portal as a token of acceptance of these bid documents & corrigendum / Addendums. By clicking the tick (√) the bid documents & corrigendum /addendum shall automatically attached to offer of bidder. Further bidder may proceed for submission by clicking submit button. h. If the bidder has completed the submission process of his bid before due date of submission and in between employer issue a corrigendum, in this circumstances the bidder has to re- submit his bid by “clicking tick (√)” to the new added corrigendum, in case the new corrigendum has any implications to his already submitted bid. Bidder may, at his option, amend his bid accordingly & re-submit it. i. Physical Sign & seal of bidder on each page of Bid Documents available online is not required. j. All required enclosures as per bid document shall be uploaded in “Technical Envelope” / “Technical Section” of E-Tender Portal by using DSC of bidder. Pune Metro Rail Project

20 Maha-Metro August-2019 k. The “Technical Envelope” / “Technical Section” of E-Tender Portal has been provided with facilities to upload a file of maximum size of 10 mb only at each entity. l. If bidder are desirous to upload a file more than 10mb size , he shall spilt the file in two or more parts of 10mb or lesser than 10mb each and can upload the same at appropriate Technical Template or “Additional Document” section of “Technical Envelope/section” of E-Tender Portal. Note:-

* Realization of NEFT/RTGS payment normally takes 24 hours, so it is advised to make Sure that NEFT/RTGS payment activity should be completed well before time. * NEFT/RTGS option will be depend on the amount of EMD. * Help File regarding use of e-Payment Gateway can be downloaded from e-Biding Portal. v. Short listing of Bidders for Financial Bidding Process: The Biding Authority will first open the Technical Bid documents of all Bidders and after scrutinizing these documents will shortlist the Bidders who are eligible for Financial Bidding Process. The shortlisted Bidders will be intimated by email.

vi. Opening of the Financial Bids: (If applicable as per Bid Document) The Bidders may remain present in the Office of the Bid Opening Authority at the time of opening of Financial Bids. vii. Bid Schedule (Key Dates): All the online activities are time tracked and the Electronic Biding System enforces time-locks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Bid Schedule. At the sole discretion of the Bid Authority, the time schedule of the Bid stages may be extended.

Note: - For details illustrations, please refer or down load the PPT demonstration available on E-Tender Portal of https://mahametrorail.etenders.in.

Terms and Conditions for Online-Payments

The Terms and Conditions contained herein shall apply to any person ("User") using the services of MAHA-METRO Maharashtra, hereinafter referred to as "Merchant", for making Bid fee and Earnest Money Deposit (EMD) payments through an online Payment Gateway Service ("Service") offered by ICICI Bank Ltd. in association with E Biding Service provider and Payment Gateway Service provider through MAHA-METRO Maharashtra website i.e. https://mahametrorail.etenders.in Each User is therefore deemed to have read and accepted these Terms and Conditions. Privacy Policy:

Pune Metro Rail Project

21 Maha-Metro August-2019 The Merchant respects and protects the privacy of the individuals that access the information and use the services provided through them. Individually identifiable information about the User is not willfully disclosed to any third party without first receiving the User's permission, as covered in this Privacy Policy. This Privacy Policy describes Merchant's treatment of personally identifiable information that Merchant collects when the User is on the Merchant's website. The Merchant does not collect any unique information about the User (such as User's name, email address, age, gender etc.) except when you specifically and knowingly provide such information on the Website. Like any business interested in offering the highest quality of service to clients, Merchant may, from time to time, send email to the User and other communication to tell the User about the various services, features, functionality and content offered by Merchant's website or seek voluntary information from The User. Please be aware, however, that Merchant will release specific personal information about the User if required to do so in the following circumstances: a) In order to comply with any valid legal process such as a search warrant, statute, or court order, or available at time of opening the Bid. b) if any of User's actions on our website violate the Terms of Service or any of our guidelines for specific services, or c) to protect or defend Merchant's legal rights or property, the Merchant's site, or the Users of the site or; d) to investigate, prevent, or take action regarding illegal activities, suspected fraud, situations involving potential threats to the security, integrity of Merchant's website/offerings. General Terms and Conditions for E-Payment on E-Tender Portal 1. Once a User has accepted these Terms and Conditions, he/ she may register on Merchant's website and avail the Services.

2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as well as any directives/ procedures of Government of India, and nothing contained in these Terms and Conditions shall be in derogation of Merchant's right to comply with any law enforcement agencies request or requirements relating to any User's use of the website or information provided to or gathered by Merchant with respect to such use. Each User accepts and agrees that the provision of details of his/ her use of the Website to regulators or police or to any other third party in order to resolve disputes or complaints which relate to the Website shall be at the absolute discretion of Merchant.

3. If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant to applicable law including, but not limited to, the warranty disclaimers and liability limitations set forth herein, then the invalid or unenforceable provision will be deemed superseded by a valid, enforceable provision that most closely matches the intent of the original provision and the remainder of these Terms and Conditions shall continue in effect. Pune Metro Rail Project

22 Maha-Metro August-2019 4. These Terms and Conditions constitute the entire agreement between the User and Merchant. These Terms and Conditions supersede all prior or contemporaneous communications and proposals, whether electronic, oral, or written, between the User and Merchant. A printed version of these Terms and Conditions and of any notice given in electronic form shall be admissible in judicial or administrative proceedings based upon or relating to these Terms and Conditions to the same extent and subject to the same conditions as other business documents and records originally generated and maintained in printed form. 5. The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in the ordinary course of business of Merchant and/or the Payment Gateway Service Providers with regard to transactions covered under these Terms and Conditions and matters therein appearing shall be binding on the User and shall be conclusive proof of the genuineness and accuracy of the transaction.

6. Refund for Charge Back Transaction: In the event there is any claim for/ of charge back by the User for any reason whatsoever, such User shall immediately approach Merchant with his/ her claim details and claim refund from Merchant alone. Such refund (if any) shall be affected only by Merchant via payment gateway or by means of a demand draft or such other means as Merchant deems appropriate. No claims for refund/ charge back shall be made by any User to the Payment Gateway Service Provider(s) and in the event such claim is made it shall not be entertained.

7. In these Terms and Conditions, the term "Charge Back" shall mean, approved and settled credit card or net banking purchase transaction(s) which are at any time refused, debited or charged back to merchant account (and shall also include similar debits to Payment Gateway Service Provider's accounts, if any) by the acquiring bank or credit card company for any reason whatsoever, together with the bank fees, penalties and other charges incidental thereto.

8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for any fraudulent transaction(s) on account of misuse of Card/ Bank details by a fraudulent individual/party and such issues shall be suitably addressed by Merchant alone in line with their policies and rules.

9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service Provider's webpage, that is linked to the Website, is experiencing any server related issues like 'slow down' or 'failure' or 'session timeout', the User shall, before initiating the second payment,, check whether his/her Bank Account has been debited or not and accordingly resort to one of the following options:

i. In case the Bank Account appears to be debited, ensure that he/ she does not make the payment twice and immediately thereafter contact Merchant via e-mail or any other mode of contact as provided by Merchant to confirm payment.

Pune Metro Rail Project

23 Maha-Metro August-2019 ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make payment. However, the User agrees that under no circumstances the Payment Gateway Service Provider shall be held responsible for such fraudulent/duplicate transactions and hence no claims should be raised to Payment Gateway Service Provider No communication received by the Payment Gateway Service Provider(s) in this regard shall be entertained by the Payment Gateway Service Provider. Limitation of Liability of Merchant/ Payment Gateway 1. Merchant has made this Service available to the User as a matter of convenience. Merchant expressly disclaims any claim or liability arising out of the provision of this Service. The User agrees and acknowledges that he/ she shall be solely responsible for his/ her conduct and that Merchant reserves the right to terminate the rights to use of the Service immediately without giving any prior notice thereof.

2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any inaccuracy, error or delay in, or omission of (a) any data, information or message, or (b) the transmission or delivery of any such data, information or message; or (c) any loss or damage arising from or occasioned by any such inaccuracy, error, delay or omission, non performance or interruption in any such data, information or message. Under no circumstances shall the Merchant and/or the Payment Gateway Service Providers, its employees, directors, and its third party agents involved in processing, delivering or managing the Services, be liable for any direct, indirect, incidental, special or consequential damages, or any damages whatsoever, including punitive or exemplary arising out of or in any way connected with the provision of or any inadequacy or deficiency in the provision of the Services or resulting from unauthorized access or alteration of transmissions of data or arising from suspension or termination of the Services. 3. The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever for any monetary or other damage suffered by the User on account of: (I) the delay, failure, interruption, or corruption of any data or other information transmitted in connection with use of the Payment Gateway or Services in connection thereto; and/ or (ii) any interruption or errors in the operation of the Payment Gateway. 4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and Merchant and their respective officers, directors, agents, and employees, from any claim or demand, or actions arising out of or in connection with the utilization of the Services.

The User agrees that Merchant or any of its employees will not be held liable by the User for any loss or damages arising from your use of, or reliance upon the information contained on the Website, or any failure to comply with these Terms and Conditions where such failure is due to circumstance beyond Merchant's reasonable control.

Miscellaneous Conditions:-

Pune Metro Rail Project

24 Maha-Metro August-2019 Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean that those rights are automatically waived. 1. The User agrees, understands and confirms that his/ her personal data including without limitation details relating to debit card/ credit card transmitted over the Internet may be susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment Gateway Service Provider(s) have no control over such matters.

2. Although all reasonable care has been taken towards guarding against unauthorized use of any information transmitted by the User, Merchant does not represent or guarantee that the use of the Services provided by/ through it will not result in theft and/or unauthorized use of data over the Internet.

3. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall not be liable, at any time, for any failure of performance, error, omission, interruption, deletion, defect, delay in operation or transmission, computer virus, communications line failure, theft or destruction or unauthorized access to, alteration of, or use of information contained on the Website. 4. The User may be required to create his/ her own User ID and Password in order to register and/ or use the Services provided by Merchant on the Website. By accepting these Terms and Conditions the User agrees that his/ her User ID and Password are very important pieces of information and it shall be the User's own responsibility to keep them secure and confidential. In furtherance hereof, the User agrees to; i. Choose a new password, whenever required for security reasons. ii. Keep his/ her User ID & Password strictly confidential. iii. Be responsible for any transactions made by User under such User ID and Password. The User is hereby informed that Merchant will never ask the User for the User's password in an unsolicited phone call or in an unsolicited email. The User is hereby required to sign out of his/ her Merchant account on the Website and close the web browser window when the transaction(s) have been completed. This is to ensure that others cannot access the User's personal information and correspondence when the User happens to share a computer with someone else or is using a computer in a public place like a library or Internet cafe. Debit/Credit Card, Bank Account Details 1. The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid Service(s) must be correct and accurate and that the User shall not use a debit/ credit card, that is not lawfully owned by him/ her or the use of which is not authorized by the lawful owner thereof. The User further agrees and undertakes to provide correct and valid debit/credit card details.

2. The User may make his/ her payment (Bid Fee/Earnest Money deposit) to Merchant by using a debit/credit card or through online banking account. The User warrants, agrees and confirms that

Pune Metro Rail Project

25 Maha-Metro August-2019 when he/ she initiates a payment transaction and/or issues an online payment instruction and provides his/ her card / bank details: i. The User is fully and lawfully entitled to use such credit / debit card, bank account for such transactions; ii. The User is responsible to ensure that the card/ bank account details provided by him/ her are accurate; iii. The User is authorizing debit of the nominated card/ bank account for the payment of Bid Fee and Earnest Money Deposit iv. The User is responsible to ensure sufficient credit is available on the nominated card/ bank account at the time of making the payment to permit the payment of the dues payable or the bill(s) selected by the User inclusive of the applicable Fee. Personal Information 3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the Payment Gateway Service Provider(s) may also collect, use and disclose personal information in connection with security related or law enforcement investigations or in the course of cooperating with authorities or complying with legal requirements.

4. The User agrees that any communication sent by the User vide e-mail, shall imply release of information therein/ therewith to Merchant. The User agrees to be contacted via e-mail on such mails initiated by him/ her.

5. In addition to the information already in the possession of Merchant and/ or the Payment Gateway Service Provider(s), Merchant may have collected similar information from the User in the past. By entering the Website the User consents to the terms of Merchant's information privacy policy and to our continued use of previously collected information. By submitting the User's personal information to us, the User will be treated as having given his/her permission for the processing of the User's personal data as set out herein.

6. The User acknowledges and agrees that his/ her information will be managed in accordance with the laws for the time in force. Payment Gateway Disclaimer: The Service is provided in order to facilitate payment of Bid Fees/Earnest Money Deposit online. The Merchant or the Payment Gateway Service Provider(s) do not make any representation of any kind, express or implied, as to the operation of the Payment Gateway other than what is specified in the Website for this purpose. By accepting/ agreeing to these Terms and Conditions, the User expressly agrees that his/ her use of the aforesaid online payment service is entirely at own risk and responsibility of the User.

Pune Metro Rail Project

26 Maha-Metro August-2019 SECTION-4

Bidding & Contract Form

Bid Form -1 Bidders Information

Name of Work:- Modification Of 110 KV Railway Transmission Line At Khadki By Laying 132 1 KV Underground Cable Title of Project: Pune Metro Rail Project 2 (Maharashtra Metro Rail Corporation

Limited) Name of bidder Company or Firm: 3

Legal status (e.g. incorporated private company, unincorporated business, partnership etc., along 4 with a copy of relevant registration certificate):

Country of incorporation & place of registration 5

Year of Incorporation: 6

Registered address: 7

Principal place of business: 8

Year of commencement of business: 9

GSTIN No. (If having business office in India) (Successful bidder has to registered under GST act, 10 if not registered as the time of bidding): -

Address of communication / Correspondence 11

PAN No. (If having business office in India) (Successful bidder has to registered under GST act, 12 if not registered as the time of bidding): -

Pune Metro Rail Project

27 Maha-Metro August-2019 Contact detail authorized signatory of the bidder:- Name:

Designation:

13 Phone No:-

E-mail address:-

Address of correspondence:-

Pune Metro Rail Project

28 Maha-Metro August-2019 Bid Form -2 Letter of Proposal (On Bidder’s letter head) (Date and Reference)

To,

(Name & address of Employer)

Name of Work:

Dear Sir,

With reference to your Bid documents/Bid Notification dated ______, I/we, having examined all relevant document and understood their contents, hereby submit our Proposal for “(Name of Work)”. The proposal is unconditional.

1. All information provided in the Proposal and in the Appendices, is true and correct and all documents accompanying such Proposal are true copies of their respective originals. 2. This statement is made for the express purpose of appointment as Agency/ for the aforesaid work. 3. I/We shall make available to the Employer any additional information it may deem necessary or required for supplementing or authenticating the Proposal. 4. I/We acknowledge the right of the Employer to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever. 5. I/We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant, nor been expelled from any project or supply contract by any public authority nor have had any contract terminated by any public authority for breach on our part. 6. I/We declare that: a) I/We have examined and have no reservations to the Bid Document, including any Addendum issued by the Employer; b) I/We do not have any conflict of interest i.e. Bidder is not part of General Consultant for MAHA-METRO and is empaneled by RDSO for said work; c) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, in respect of any Bid or request for proposal issued by or any agreement entered into with the Employer or any other Public-Sector enterprise or any government, Central or State; and d) I/We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice. 7. I/We understand that you may cancel the Selection Process at any time and that you are neither bound to accept any Proposal that you may receive nor to select the Bidder, without incurring Pune Metro Rail Project

29 Maha-Metro August-2019 any liability to the Bidders in accordance with Item No.15 – General Terms and Conditions of the Bid Document. 8. I/We certify that in regard to matters other than security and integrity of the country, we or any of our Associates have not been convicted by a Court of Law or indicated or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Supply or which relates to a grave offence that outrages the moral sense of the community. 9. I/We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates. 10. I/We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/ Managers/Employees. 11. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Employer and/ or the Government of Maharashtra in connection with the selection of Bidder or in connection with the Selection Process itself in respect of the above- mentioned work. 12. I/We agree and understand that the proposal is subject to the provisions of the Bid Document. In no case, shall I/we have any claim or right of whatsoever nature if the Supply is not awarded to me/us or our proposal is not opened or rejected. 13. I/We agree to keep this offer valid for 90 Days (Ninety) days from the proposal due date specified in the Bid documents. 14. Power of Attorney in favour of the authorized signatory to sign and submit this proposal and document is attached herewith in Annexure-9. 15. In the event of my/our firm/ being selected as the Bidder, I/we agree to enter into an Agreement in accordance with the form at Annexure-13 of the Bid documents. We agree not to seek any changes in the aforesaid form and agree to abide by the same. 16. I/We have studied Bid Document and all other document carefully and also surveyed the Project site. We understand that except to the extent as expressly set forth in the Agreement, we shall have no claim, right or title arising out of any document or information provided to us by the Employer or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of Supply. 17. I/We, agree and undertake to abide by all the terms and conditions of the Bid Document. In witness thereof, I/we submit this proposal under and in accordance with the terms of the Bid Document.

Yours faithfully,

(Signature, name and designation of the authorized signatory) (Name and seal of the Bidder

Pune Metro Rail Project

30 Maha-Metro August-2019 Bid Form -3

D E C L A R A T I O N

Name of Work: ______

I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the local conditions regarding all materials such as monopole, cables, Electrical Materials & other construction material etc. and labour on which I have based my/our rates for this work. The specifications and lead for this work have been carefully studied and understood by me/us before submitting the Bid. I/We undertake to use only the best materials approved by the Engineer of the work or his duly authorized representative before starting the work and to abide by his decision.

I hereby undertake to pay the laborers engaged on the work as per Minimum Wages Act. 1948 applicable to the Zone concerned.

Bidder's Signature.

Pune Metro Rail Project

31 Maha-Metro August-2019 Bid Form -4

Affidavit for Past Performance

(Affidavit on non-judicial stamp paper of ` 100/- duly attested by Notary/ Magistrate)

This is to certify that We, M/s______, in submission of this offer confirms that:

i) We have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements.

ii) We do not have records of poor performance such as abandoning the work, not properly completing the contract, inordinate delay in completion, litigation history or financial failures.

iii) Business has never been banned with us by the central / State Government Department/ Public Sector Undertaking or Enterprise of Central / State Government or any Urban Local Body.

iv) We have submitted all the supporting documents and furnished all the relevant details as per prescribed format.

v) The information and documents submitted with the Bid by us are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vi) We understand that in case any statement/information/document furnished by us is found to be incorrect or false, our EMD in full will be forfeited.

SEAL, SIGNATURE AND NAME OF THE

BIDDER SIGNING THE DOCUMENT

Pune Metro Rail Project

32 Maha-Metro August-2019

Bid Form -5 Form of Joint Bidding Agreement (Applicable if directed in Eligibility coterie in Section-2)

(To be executed in India on a non-judicial Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT (the “Agreement”) is entered into on this the …………day of ………… 20……

AMONGST

1. {…………} 1 and having its registered office at ………… (hereinafter referred to as the “First Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)

AND

2. {…………}19 and having its registered office at ………… (Hereinafter referred to as the “Second Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)

The above mentioned parties of the FIRST and SECOND PART are collectively referred to as the “Parties” and each is individually referred to as a “Party”

WHEREAS,

(A) PUNE METRO RAIL PROJECT, represented by the ……….. and having its principal offices at …………. (hereinafter referred to as the “Employer” which expression shall, unless repugnant to the context or meaning thereof, include its administrators, successors and assigns) has invited bids (the Bids”) by its No. ………… dated ………… (the) for (Hereinafter referred to as “Employer”. the

(B) The Parties are interested in jointly bidding for the Project as members of a Consortium / JV and in accordance with the terms and conditions of the contract document and other bid documents in respect of the Project, and

(C) It is a necessary condition under the contract document that the members of the Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Bid.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations

1 The members of the JV/Consortium to fill in their name and the relevant law and the jurisdiction of incorporation. Pune Metro Rail Project

33 Maha-Metro August-2019 In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the meaning ascribed thereto under the contract.

2. Consortium 2.1 The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes of jointly participating in the bidding process for the Project. 2.2 The Parties hereby undertake to participate in the bidding process only through this Consortium and not individually and/ or through any other consortium constituted for this Project, either directly or indirectly.

3. Covenants of their Associates The Parties hereby undertake that in the event the Consortium is declared the selected Bidder and awarded the Project, it shall enter into a Contract Agreement with the Employer and for performing all its obligations as the Bidder in terms of the Contract Agreement for the Project.

4. Role of the Parties

The Parties hereby undertake to perform the roles and responsibilities as described below:

(a) Party of the First Part shall be the Lead member of the Consortium and shall have the power of attorney from all Parties for conducting all business for and on Behalf of the Consortium under the Contract Agreement;

(b) Party of the Second Part shall be {______;}

5. Joint and Several Liability The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Project and in accordance with the terms of the Contract Agreement.

6. Participation in the Consortium / JV 6.1 The Parties agree that the proportion of shareholding among the Parties in the Consortium / JV shall be as follows:

First Party:

Second Party:

7. Representation of the Parties Each Party represents to the other Parties as of the date of this Agreement that: (a) Such Party is duly organized, validly existing and in good standing under the laws of its incorporation and has all requisite power and authority to enter into this Agreement;

Pune Metro Rail Project

34 Maha-Metro August-2019 (b) The execution, delivery and performance by such Party of this Agreement has been authorized by all necessary and appropriate corporate or governmental action and a copy of the extract of the charter documents and board resolution/ power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member is annexed to this Agreement, and will not, to the best of its knowledge:

i. require any consent or approval not already obtained; ii. violate any applicable law presently in effect and having applicability to it; iii. violate the memorandum and articles of association, by-laws or other applicable organizational documents thereof; iv. violate any clearance, permit, concession, grant, license or other governmental authorization, approval, judgment, order or decree or any mortgage agreement, indenture or any other instrument to which such Party is a party or by which such Party or any of its properties or assets are bound or that is otherwise applicable to such Party; or v. create or impose any liens, mortgages, pledges, claims, security interests, charges or encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or mortgage in or on the property of such Party, except for encumbrances that would not, individually or in the aggregate, have a material adverse effect on the financial condition or prospects or business of such Party so as to prevent such Party from fulfilling its obligations under this Agreement; (c) This Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms against it; and (d) There is no litigation pending or, to the best of such Party's knowledge, threatened to which it or any of its affiliates is a party that presently affects or which would have a material adverse effect on the financial condition or prospects or business of such Party in the fulfillment of its obligations under this Agreement. 8. Termination This Agreement shall be effective from the date hereof and shall continue in full force and effect until the completion of the Project is achieved under and in accordance with the Contract Agreement, in case the Project is awarded to the Consortium. However, in case the Consortium does not get selected for award of the Project, the Agreement will stand terminated upon return of the Bid Security by the Employer to the Bidder, as the case may be. 9. Miscellaneous 9.1 This Joint Bidding Agreement shall be governed by laws of {India}. 9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without the prior written consent of the Employer.

IN WITNESS WHERE OF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED For and on behalf of Pune Metro Rail Project

35 Maha-Metro August-2019 LEAD MEMBER by: SECOND PART

(Signature) (Signature) (Name) (Name) (Designation) (Designation) (Address) (Address)

Notes:

1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. 2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and documents such as resolution / power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member.

Pune Metro Rail Project

36 Maha-Metro August-2019 Bid Form -6 Form of Legal Capacity (To be forwarded on the letterhead of the Bidder/ Lead Member of Consortium)

Ref. Date:

To, *********** ***********

Dear Sir,

We hereby confirm that we/ our members in the Consortium (constitution of which has been described in the bid) satisfy the terms and conditions laid out in the contract document.

We have agreed that …………………… (Insert member’s name) will act as the Lead Member of our consortium.*

We have agreed that ………………….. (Insert individual’s name) will act as our representative/ will act as the representative of the consortium on its behalf* and has been duly authorized to submit the bid. Further, the authorised signatory is vested with requisite powers to furnish such letter and authenticate the same.

Thanking you,

Yours faithfully,

(Signature, name and designation of the authorised signatory)

For and on behalf of……………………………..

*Please strike out whichever is not applicable.

Pune Metro Rail Project

37 Maha-Metro August-2019 Bid Form -7 Power of Attorney for signing of Bid (To be typed on stamp paper of appropriate value & notorised)

Know all men by these presents, we…………………………………………….. (name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr./ Ms. (name), …………………… son/daughter/wife of ……………………………… and presently residing at …………………., who is presently employed with us/ the Lead Member of our Consortium and holding the position of ……………………………. , as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our bid for the ***** Project proposed by the ***** (the “Employer”) including but not limited to signing and submission of all applications, bids and other documents and writings, participate in pre-bid meetings and other conferences and providing information/ responses to the Employer, representing us in all matters before the Employer, signing and execution of all contracts including the Contract Agreement and undertakings consequent to acceptance of our bid, and generally dealing with the Employer in all matters in connection with or relating to or arising out of our bid for the said Project and/ or upon award thereof to us and/or till the entering into of the Contract Agreement with the Employer.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us. IN WITNESS WHEREOF WE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2014.

Signature of the Authorized Representative: Initial of the Authorized Representative:

Signed before me and the signature is attested

For …………………………..

(Signature, name, designation and

address) Witnesses:

1. (Notarised) 2.

Pune Metro Rail Project

38 Maha-Metro August-2019 Accepted

…………………………… (Signature)

(Name, Title and Address of the Attorney)

Notes: 1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, lay down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. 2. Wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a board or shareholders’ resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder. 3. For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However, the powers of Attorney provided by bidder/members of the Consortium from countries that have signed the Hague Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Apostils certificate.

Pune Metro Rail Project

39 Maha-Metro August-2019

Bid Form-8 Power of Attorney for Lead Member of Consortium

Whereas the ***** (“the Employer”) has invited applications from interested parties for the *****Project (the “Project”). Whereas,…………………….., …………………….., …………………….. and…………………….. (collectively the “Consortium”) being Members of the Consortium are interested in bidding for the Project in accordance with the terms and conditions of the Instruction to Bidders (ITB) and other connected documents in respect of the Project, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project and its execution. NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS We, ……………having our registered office at ……………………..,M/s……………………having our registered office at ……………………..,(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorise M/S …………………….. having its registered office at………………….., being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorise the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the concession/contract, during the execution of the Project and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the pre- qualification of the Consortium and submission of its bid for the Project, including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent to acceptance of the bid of the Consortium and generally to represent the Consortium in all its dealings with the Employer in all matters in connection with or relating to or arising out of the Consortium’s bid for the Project and/or upon award thereof for all obligations and liabilities relating to the Project and in accordance with the terms of the Contract Agreement. AND

Hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS …………………. DAY OF ………. 2..…

Pune Metro Rail Project Page 40 of 100

40 Maha-Metro August-2019

For …………………….. (Signature) …………………….. (Name & Title)

For …………………….. (Signature)

…………………….. (Name & Title) Witnesses:

1.

2. ………………………………………

(Executants)

(To be executed by all the Members of the Consortium)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a board or shareholders’ resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder. For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However, the powers of Attorney provided by Applicants from countries that have signed the Hague Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Apostille certificate.

Pune Metro Rail Project Page 41 of 100

41 Maha-Metro August-2019

Bid Form-9 DETAILS OF WORKS IN HAND / EXISTING COMMITMENT

NAME OF THE BIDDER:-

Remarks

cement

------

Amount

No

Sr. Agreement No. Date of Stipulated date of completion Value of total Balance work

Bid

Value of work already work done

Commen

Name of Work

Financial Year Financial

Amount of balance part of workto be done during prescribed for completion of this work at price level of Year

Probable date of Completion 1 2 3 4 5 6 7 8 9 10 11 12

Note: -

1. Bidder may reproduce the identical format on a separate sheet, fill the required information, sign, stamp and enclose in technical section of E-Tender Portal

Signature of the Bidder

Pune Metro Rail Project Page 42 of 100

42 Maha-Metro August-2019

Bid Form-10

DETAILS OF SIMILAR WORK COMPLETED BY BIDDER IN LAST 3 YEARS.

level of level

No

ed Cost

Sr. Name of Work Name and address of the organization for whom the work was done Date of Date of Completion

Financial Year Financial

Place andPlace Country

Bid

Agrt. No.Agrt. and Date.

Cost of work done at price of level Year

Total cost of work done at price that years. Principle features in brief

Commencement 1 2 3 4 5 6 7 8 9 10 11 12

Note: - 1. Bidder may reproduce the identical format on a separate sheet, fill the required information, sign, stamp and enclose in technical section of E-Tender Portal

Signature of the Bidder a t

Pune Metro Rail Project Page 43 of 100

43 Maha-Metro August-2019

Bid Form-11

TURN OVER OF BIDDER DURING LAST THREE YEARS

Name of Bidder:

Sr.No. Amount of Work done Total Amount Per Year Remark during each of last Three years 1 2015-2016 2 2016-2017 3 2017-2018 Total Amount : Rs. Average Annual Turnover:

Note: - 1. Bidder may reproduce the identical format on a separate sheet, fill the required information, sign, stamp and enclose in technical section of E-Tender Portal

Sign of Charted Accountant/Auditor

Signature of Bidder

Pune Metro Rail Project Page 44 of 100

44 Maha-Metro August-2019

Bid Form-12

DETAILS OF PLANT AND MACHINERY AVAILABLE WITH BIDDER

Sr. No.

Name of Name Present

Remarks

Location

Equipment

No Units of

Capacity, age Capacity, age

Kind & Kind make &

and condition 1 2 3 4 5 6 7

Note: - 1. Bidder may reproduce the identical format on a separate sheet, fill the required information, sign, stamp and enclose in technical section of E-Tender Portal

Signature of Bidder

Pune Metro Rail Project Page 45 of 100

45 Maha-Metro August-2019

Bid Form-13

DETAIL OF TECHNICAL PERSON WORKING WITH BIDDER

Bidder

Experienceof execution of similar works

Name of Name Work Qualification Whether working the in field or in office Remarks

Sr. No.

Periodfor which the person is working with the

1 2 3 4 5 6 7

Note: - 1. Bidder may reproduce the identical format on a separate sheet, fill the required information, sign, stamp and enclose in technical section of E-Tender Portal

Signature of Bidder

Pune Metro Rail Project Page 46 of 100

46 Maha-Metro August-2019

Bid Form-14 UNDERTAKING

(If Signatory is owner of a proprietorship firm)

(To be typed on Official Letter Head of Bidder)

(In case the bidding firm is proprietorship firm and proprietor is the signatory of bid and this undertaking enclosed in the bid in lieu of POA on letter head of bidding firm.)

I, ______(name), S/O______(father’s name) ______(address) is the proprietor of the bidding firm named as ______(firm’s name) and authorize signatory as the owner of the bidding firm.

I hereby submit the bid for (Name of Work) ______vide Bid No______

I undertake and owe the full responsibility of statement and information furnished with this bid and abide by all conditions of this bid thereafter.

(SIGN)

(NAME)

(Address of Correspondence)

Contact No.

Official Seal

Pune Metro Rail Project Page 47 of 100

47 Maha-Metro August-2019

Bid Form-15 Bid Index

The Bidder shall include with his Bid an index which cross refers all of the Employer's Bid requirements elaborated in Bid Documents to all the individual sections within Technical Package and Financial Package which the Bidder intends to be the responses to each and every one of those requirements.

The Bid submitted must be clearly presented, all pages numbered and aid out in a logical sequence with main and subheadings to facilitate evaluation.

Pune Metro Rail Project Page 48 of 100

48 Maha-Metro August-2019

Contract Form-1

PERFORMANCE SECURITY (Demand Guarantee) Beneficiary: ______Date:______

PERFORMANCE GUARANTEE No.:______

Guarantor:______

We have been informed that______(hereinafter called “the Applicant") has entered into Contract No.____ dated______with the Beneficiary, for the execution of_____ (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Applicant, we as Guarantor, waiving all objections and defenses under the aforementioned contract, hereby irrevocably and independently undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of______(______),1 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s first demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant has failed to duly perform the aforementioned contract, without the Beneficiary needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the …. Day of ……, 2… 2, and any demand for payment under it must be received by us at this office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

______

[Signature]

1. The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the currency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary. 2. Insert the date twenty-eight days after the expected completion date as described in Clause 12. The Employer should note that in the event of an extension of this date for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Beneficiary’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.” 3. Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

Pune Metro Rail Project Page 49 of 100

49 Maha-Metro August-2019

Contract Form-2

ADDITIONAL SECURITY (BANK GURANTEE) (Demand Guarantee)

Beneficiary: ______Date:______

PERFORMANCE GUARANTEE No.:______

Guarantor: ______

We have been informed that______(hereinafter called “the Applicant") has entered into Contract No.____ dated______with the Beneficiary, for the execution of_____ (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Applicant, we as Guarantor, waiving all objections and defenses under the aforementioned contract, hereby irrevocably and independently undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of______(______), 1 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s first demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant has failed to duly perform the aforementioned contract, without the Beneficiary needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the …. Day of ……, 2… 2, and any demand for payment under it must be received by us at this office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

______

[Signature]

4. The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the currency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary. 5. Insert the date twenty-eight days after the expected completion date as described in Clause 12. The Employer should note that in the event of an extension of this date for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Beneficiary’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.” Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product

Pune Metro Rail Project Page 50 of 100

50 Maha-Metro August-2019

Contract Form-3 Form of Contract Agreement

THIS AGREEMENT made the ______day of ______, _____, between ______of ______(hereinafter “the Employer”), of the one part, and ______of ______(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as ______should be executed by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these Works and the remedying of any defects therein, in the sum of [insert Contract Price or Ceiling in words and figures, expressed in the Contract currency (ies)] (hereinafter called “the Contract Price”).

The Employer and the Contractor agree as follows:

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

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other Contract documents.

(i) the Letter of Acceptance (ii) the Letter of Bid and Appendix to Bid (including the signed Statement of Integrity) (iii) the addenda Nos ______(if any) (iv) the Particular Conditions (v) the General Conditions; (vi) the Technical Specifications (vii) the Drawings; and (viii) the completed Schedules and any other documents forming part of the contract, 3. In consideration of the payments to be made by the Employer to the Contractor as specified in this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of ______on the day, month and year specified above.

Signed by ______(for the Employer)

Signed by ______(for the Contractor)

In presence of

Witness

Pune Metro Rail Project Page 51 of 100

51 Maha-Metro August-2019

SECTION-5

GENERAL CONDITIONS OF CONTRACT 5.1. DEFINATIONS: Unless Excluded by or repugnant to the context. (a) The expression “MAHA-METRO” as used in the Bid documents shall means the Pune Metro Rail Project, Pune (b) The expression “General Manager (Proc)” as used any wherein the Bid papers shall mean Officer for the time being of the Pune Metro Rail Project who is designated as such. (c) The expression "Engineer " as used in the Bid Document shall means an officer of Engineer rank nominated/authorized by Maha-Metro (by whatever designation he may be known) under whose control the work lies for the time being. (d) The expression “employee” used in the Bid papers shall mean the party who will employ the Contractor to carry out the work. (e) The expression “Contractor” / “Contractors” used in the Bid papers shall means the successful Bidder / Contractor i.e. the Bidder whose Bid has been accepted and awarded in writing (i.e. LOA), and who has been authorized to proceed with the work. (f) The expression “Contract” as used in Bid papers shall mean the deed of contract together with or its original accompaniment and those later incorporated in it by mutual consent between Maha-Metro and Contractor. (g) The expression “Plant” as used in the Bid papers shall mean every temporary and necessary means, necessary or considered necessary by the Engineer to execute, construct, complete and maintain the works and used in, altered, modified, substituted and additional works ordered in the time and in the manner herein provided and all temporary materials and special and other articles of appliances of every sort, kind and description whatsoever intended or used thereof. (h) "Drawing" shall mean the drawings referred to in the specifications and any modifications of such drawings approved in writing by Engineer and such other drawings as may from time to time be furnished or approved in writing by the Maha- Metro. (i) "Engineer’s Representative'' shall mean a representative or staff of “Engineer” whom Maha-Metro notified in writing to the Contractor. (j) "Provisional items" shall mean items for which approximate quantities have been included in the Bid documents. (k) The “Site” shall mean the lands and/or other places, on, under in or through which the work is to be executed under the contract including any other lands or places which may be allotted by MAHA-METRO or used for the purpose of contract.

Pune Metro Rail Project Page 52 of 100

52 Maha-Metro August-2019

(l) The “work” shall mean the works to be executed in accordance with the contract or part(s) thereof as the case may be and shall include all extra, additional, altered or substituted works as required for performance of the contract. (m) The “Contract sum” shall mean the sum for which the Bid is accepted. (n) The "Accepting Authority" shall mean the officer competent to accept the Bid. (o) The “Day” shall mean a day of 24 hours from midnight to midnight irrespective of the number of hours worked in any day in that week. (p) “Temporary works” shall mean all temporary works of every kind required in or about the execution, completion, or maintenance of the works. (q) “Urgent works” shall mean any measure which, in the opinion of the Engineer, become necessary during the progress of the works to obviate any risk or accident or failure or which become necessary for security of the work or the persons working, thereon. (r) The expression “Latest Valid Certificate” as used in the Bid papers shall mean certificate issued during the last financial year or certificate issued during the current financial year of the Bid opening. (s) Where the context so requires, words importing the signature only also include the plural and vice-versa. (t) Heading and marginal notes, if any, to the general conditions shall not be deemed to form part thereof or be taken into consideration in the interpretation of construction thereof of the contract. (u) Wherever there is mention of "Schedule of Rates" of the Division or simply “D.S.R” shall mean as "the Schedule of the rates of the PWD/ MSETCL/MSEDCL. (v) “Base Date” is defined as the date 28 days prior to final date of submission of bid. 5.2. SCOPE AND MEANING OF CONTRACT: - The term “contract” hereinafter used would means and includes the Bid notice, detailed notice of invitation of Bids, schedule of materials, Bid form, general conditions, special conditions, technical specifications, Bill of Quantity, drawings and any document attached to the blank Bid form issued to the contracting firm. These are subject to and include the alternations and modification & carried out and agreed to before the contract document is finally decided and accepted by the Authority. The terms “Contractor”, “The Contracting Firm” and “Firm” mean the agency entering into contract with the Department. 5.3. PROCUREMENT OF MATERIALS AND PAYMENT OF TAXES: - All materials required shall be for completion of work as per standard specifications and shall be procured and brought at site by the contracting firm at its cost. The rates quoted for the items shall be inclusive of all costs of materials and labour and it shall also cover all the present taxes such as GST, Local Tax, Octroi, etc. all taxes levied by government and excise duty levied by the state and Central Government and the local body. The Contractor shall not be reimbursed the above taxes on any account.

Pune Metro Rail Project Page 53 of 100

53 Maha-Metro August-2019

5.4. NO REFUND OF OCTROI DUTY AND ROYALTY CHARGES: - In respect of provisions made in clause No.36 of the printed conditions of agreement form it is made clear that octroy duty and royalty charges paid to the local body or government on materials brought against this Bided work will not be refunded. No octroi exemption certificate would be issued by the Department.

5.5. ACQUAINTANCE WITH SITE CONDITIONS ETC: - The contracting firm shall study the site conditions, general conditions in respect of approaches, labour, water supply, temporary electric supply, climate and quarries, strata met in the premises and any data included in the Bid documents and get it verified from the actual inspection of site etc. before submitting the Bid. In case of doubt about any item or data included in Bid or otherwise it shall be got clarified by applying in writing to the General Manager, in advance of the date of submission of the Bid. Once the Bid is submitted it shall be concluded that the Biding firm has verified and made it conversant with all the details required for completing the works as Pre-Bid conditions and specifications. Interpretation of any condition as given by the competent authority of Maha-Metro shall be final.

5.6. CHANGE IN SITE ALIGNMENT OR ORIENTATION:- No compensation shall be paid on account of change in site alignment or orientation of the proposed work, with in works site marked on plan attached to the work.

5.7. STORE AND OFFICE: The contractor shall provide a store shed of adequate capacity at their cost for storing materials, and equipment brought by the Contractor for the above work. The store should be of such construction that it must protect the materials, against deterioration. A raised plat form shall be made for stacking cement in such a way that the Cement received earlier can be consumed first so as to avoid Deterioration due to prolonged stacking. The doors of the shed shall have double locking arrangement and one key shall be kept with the in-Charge of Contractor and the other with the in-charge or the representative of department to observe and taking out and putting in of the material sunder joint supervision of the representative of the department and the Contractor. So also Contractor shall provide at his Cost a temporary office duly covered and 20 sq.m. Carpet areas with adequate office furniture at site of work exclusively for use of Department officers and key of this office will remain with the Engineer of Department.

5.8. PROTECTION TO EQUIPMENTS IN STORE:- All coated surface shall be protected against abrasion impact, discoloration and any other damages. All exposed threaded portions shall be suitable protected with either a metallic or a non-metallic protecting device. All ends of all valves and piping and conduit Equipment connections shall be properly sealed with suitable Devices to protect them from damage. The Parts, which are likely to get rusted due to exposure to weather, should also be properly treated and protected in a suitable manner.

5.9. MATERIALS HANDLING AND STORAGE: - The motors, generators etc. shall be tested for insulation resistance at Least once in three months from the date of receipt till the date of Commissioning. The consumable and other supplies likely to deteriorate due to storage must be thoroughly protected and stored in a

Pune Metro Rail Project Page 54 of 100

54 Maha-Metro August-2019

suitable manner to prevent damage or deterioration in quality by Storage. The Contractor shall be responsible for making suitable indoor storage Facilities to store all equipment, which require in door storage. Normally, all the electrical equipment such as motors, control gears, Generators, exciters and consumables like electrodes and lubricants, etc. shall be stored in the closed storage space. 5.10. WATER SUPPLY FOR CONSTRUCTION AND OTHER REQUIREMENTS:- The MAHA-METRO will not supply any water required for construction, drinking or any other purposes. It shall be the responsibility of the Contractor to arrange clean and potable water for the work including construction, curing, and for any other purpose at his own cost. Thus the Contractor will have to bear water charges for constructing, testing and commissioning of the distribution pipelines.

5.11. POWER SUPPLY FOR CONSTRUCTION:- The MAHA-METRO will not arrange power supply for construction purpose. It shall be the responsibility of the Contractor to arrange necessary power supply for construction of the work at his own cost. The Contractor will have to bear the necessary power/water charges required for construction of the work.

5.12. SUPERVISORY STAFF:- The Contractor shall have well qualified Engineers on the establishment. The Contractor shall engage an experienced and qualified resident engineer to be in day to day charge of the work and he should be authorized to receive instructions from the Engineer. He shall receive orders given by the Engineer from time to time and shall act on them promptly. The Contractor shall during working hours, maintain supervisors of sufficient training and experience to supervise the various times and operations of the work. Orders and directions given to such supervisors and to other staff of the Contractor shall be deemed to have been given to the Contractor. The Engineer of the Contractor will be responsible for this work, by whatever designation he may be known but who will be specified on award of the contract shall at least once in a fortnight inspect the works and shall discuss with the Engineer of the Dept. About the conduct and progress of the work.

5.13. WORK ORDER BOOK:- A well bound work order book shall be maintained at the work site by the Department. This will be permanent record. The Resident Engineer of the Contractor shall sign below the orders recorded by the Engineer and other Maha-Metro officers in token of having received them. He may take out a copy there of, if required. He will not record any remarks in the work order book but may take up the matter recorded there in by the Engineer separately, if required, by the other channels of communications. After completion of work the work order book shall be surrendered to the Department. 5.14. LAYOUT AND CHECKING:- The Contractor shall provide all labour skilled and unskilled and all materials needed for carrying out the work as directed, survey, lining out, setting out, checking of works, taking measurements at his own cost. The Contractor will also provide proper approach and access to all the works and stores at his own cost. 5.15. MEASUREMENT AND RESPONSIBILITIES FOR LEVEL AND ALIGNMENT:

Pune Metro Rail Project Page 55 of 100

55 Maha-Metro August-2019

The Bidder shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and corrections of every part of the work and shall rectify effectively any errors or imperfections therein. Such rectification shall be carried out by the Bidder, at his own cost, when instructions are issued to that effect by the Engineer 5.16. MEASURING INSTRUMENTS: If measurement of items of the works is based on volumetric measurements calculated from levels taken before and after construction of items, a large number of leveling staves, tapes etc. will have to be kept available by the Bidder at the site of work for this purpose. Lack of such leveling staves; tapes etc. in required numbers may cause delay in measurements and the work. The Bidder will have therefore to keep sufficient number of these instruments readily available at site and in good working conditions.

5.17. APPROVAL FOR MATERIAL TO BE USED:- Samples in large enough quantity of materials and descriptive data there of requiring prior approval shall be furnished by the Contractor to the Engineer in good time before the collection of such materials and equipment so as to permit inspection and testing. The sample shall be properly marked to show the name of materials, name of manufacturer, and place of origin and item for which it is to be used. Only on approval, the materials of approved quality shall be on exhibition at all time properly stored and prevented from deterioration at their cost for purpose of comparison with the materials brought on site of work from time to time for use on work. While materials are being brought on site, samples thereof will be continuously tested by the Contractor to verify if they are according to specifications. Such lots of them as are below specifications shall be rejected and shall be forth with removed from the site of work by the Contractor at his own cost.

5.18. CHECKING QUALITY OF WORKS:- Should be Engineer consider it necessary to satisfy himself as to the quality of the work, the Contractor shall at any time during continuation of the contract, offer sample of work done or if necessary pull down a reasonable part of the work enough for such inspection and testing as the Engineer may direct and Contractor shall make good the same at his own cost and to the full satisfaction of the Engineer without any extra cost. Sampling and testing of routine concrete work and civil work items shall be done in accordance with Maha-Metro practice and I.S. to the satisfaction of the Engineer.

5.19. INSPECTION OF WORKS:- Whatever be the items of work, the Contractor shall give, not less than (07) seven days notice in writing to the Engineer about the work which is proposed to be covered or placed beyond the reach of measurement so that measurements may be taken before the work is covered. If any work is covered without such written notice, the same shall be uncovered at the cost of the Contractor and in default thereof, no payment or allowances shall be made for such work. These requirements apply for all the component items executed.

Pune Metro Rail Project Page 56 of 100

56 Maha-Metro August-2019

5.20. USE OF STEEL:- The Contractor shall use Tor/mild steel conforming to relevant latest edition, for tor steel and IS: 423 revised edition for mild steel etc. which shall be of standard, tested quality and grade-I procured by the Contractor. The test report should be produced by the Contractor for the steel tested in approved test laboratory. The Department shall also get the steel tested at the cost of the Contractor and permit its use if the stresses are within limit as per relevant I.S.S.

5.21. EXTRA ITEMS: - It is binding on the Contractor to carry out such extra work as will be ordered when the same can be conveniently and economically carried out by the Contractor in the opinion of the Engineer and when such extra work forms in the opinion of the Engineer, an integral part of the main work, either an addition or an alteration or a legitimate and reasonable extension, which cannot conveniently be carried out by other agency. The rates for such additional works shall be on the basis of the current schedule of rates of MSETCL/PWD or mutually agreed rate whichever is less. The decision of the competent authority of MAHA- METRO will be binding for rates of additional items.

5.22. NO INTEREST ON DUES: - No interest will be payable by the MAHA-METRO on the amount due to Contractor pending final settlement of claims.

5.23. BID TO BE STRICTLY ACCORDING TO THE BID CONDITIONS AND ALL OTHER SPECIFICATIONS: - It should be clearly noted that Bidder has to strictly comply with conditions and specifications laid down in the document and no variations or alternatives are permissible.

5.24. PERFORMANCE GUARENTEE / SECURITY DEPOSIT: - The Contractor shall submit a Performance Bank Guarentee equal to 10% (ten) percent of the Awarded Contract price. (No interest shall be paid by Maha-Metro on the Performance Bank Guarantee or EMD)

Performance Bank Guarantee: An amount equal to 10% (ten) percent of the Contract Price shall be furnished in the form of bank guarantee within 15 days of receipt of the letter of Acceptance. The Bank Guarantee shall be released to the Contractor after completion of defect liability period and partially retained till guarantee / warranty period (if any).

5.25. DISPOSAL OF THE EXCAVATED MATERIALS: - All materials obtained from any excavation required to be carried out under this contract will be property of the Maha-Metro and the Contractor shall not have any claim on it. It will not be used for any purpose other than refilling the excavations as needed for leveling or as directed by the Engineer. After completion of work the surplus excavated materials shall be disposed of by the Contractor from the site as directed by the Engineer without extra cost.

Pune Metro Rail Project Page 57 of 100

57 Maha-Metro August-2019

5.26. MATERIALS OBTAINED FROM DISMANTLING: - Materials obtained from dismantling of any structure, or parts there of or picked up road materials or curb or channel stones, etc. taken out shall remain the property of Maha- Metro/ utility owning department. The Contractor shall sort out and stack all serviceable materials near the site of work as per instruction of Engineer. He shall also dispose of all unserviceable materials, etc. as per instructions of the Engineer, or his representative. The Contractor shall remain the custodian of such dismantled materials till the charge of the same is taken over by the Engineer or his representative. Consideration for the assumption of such responsibilities shall be deemed to have included in the rates for the relevant items of work and no additional payment or compensation will be admissible.

5.27. NIGHT WORK: - Contractors will have to execute the work during night as per direction of the Engineer with arrangement of necessary lights, barricades, etc. The Engineer may also specify the nature of work to be carried out during night. No extra claim or compensation will be admissible for night work or any ancillary work there to.

5.28. IDLE LABOUR: - No claim for idle labour would be entertained under any circumstances.

5.29. APPLICATION OF CONTRACT LABOUR ACT, 1970: - The Contractor should obtain the license under the provisions of the Contract Labour (Regulation and Abolition) Act, 1970 and the Contract Labour (Regulation and Abolition) Control Rules 1971, and submit the same most expeditiously to the office of the General Manager (Procurement) Maha-Metro, Pune. (a) A ll provision regarding workers compensation act. etc. in force shall be binding on the Contractor. (b) The Contractor shall be responsible and liable to any damage to public property caused during the execution of the works. (c) In case of accidents on the contracts work or works allied to it, the Contractor shall be responsible to pay the compensation to the sufferer or his legal descendant as per rules and legal requirements. (d) All items occurring in the works and found necessary during actual execution shall be carried out in a work man like manner as per specifications, given in the book or standard specifications (latest Edition) as per general specifications in vogue Maha-Metro and as per orders of the Engineer. (e) The conditions of the contract and specifications are to be rigidly enforced and no relaxation on the ground of conditions prevailing otherwise will be allowed. (f) Before entering into any property, plot, land or area etc. the Contractor should make his own independent investigation through the collector or inspector of land records etc. at his own cost about the owner ship of the plot etc. entered by him or his labour or for steps taken by the party concerned.

Pune Metro Rail Project Page 58 of 100

58 Maha-Metro August-2019

(g) The Contractor shall have to clear the site to work before commencement of work and after the completion of the work without any extra cost. (h) After completion of the work in all respect and to the entire satisfaction of the Engineer who shall give to the Contractor completion certificate, the Contractor shall hand over the work to the Engineer in good and clean condition. As long as the possession of the work is not taken over, the work shall not be considered as complete and watch the same, till the time, it is taken over by the Engineer, failing which any damage or losses to the works till during this period shall be made good by the Contractor without any extra claims. (i) The general conditions above apply to all items involved in the Bid. The department will get these complied independently. Should the Contractor fail to comply the sew thin the time specified; these will be done at the risk and cost of the Contractor. (j) No extra payment over and above the Bid rates will be made to the Contractor for complying the above requirement, which is obligatory. (k) Bids with stipulation for settlement of a dispute by reference to arbitration will not been entertained. 5.30. AUTHORITIES OF THE ENGINEER or ENGINEER’S REPRESENTATIVE: The duties of the Engineers or representative of the Engineer are to watch and supervise the work and to test and examine and materials to be used for workmanship employed in connection with the works. The Engineer may from time to time, in writing, delegate to his representative any of the powers and authorities vested in the Engineer and shall furnish to the Contractor a copy of all such delegations of powers and authorities. Any written instruction of approval given by the representative of the Engineer-in- charge to the Contractor within the terms of such delegations (but not otherwise) shall bind, the Contractor and the Maha-Metro as through, it had been given by the Engineer, provided always as follows: i. So far as it is legally or physically impossible, the Contractor shall execute, complete and maintain the works in strict accordance with the contract under the directions and to the entire satisfaction of the Engineer and shall comply with and adhere strictly to the Engineer’s instructions, and directions on any matter (whether mentioned in the contract or not pertaining to this works). ii. The Engineer shall decide all questions which may arise as to quality and acceptability of materials furnished and work executed, manner of execution, rate of progress of the works, interpretation of the plans and specifications and acceptability of fulfillment of the Contractor on the part of the Contractor. He shall determine the amount and quality of the work performed and materials furnished and his decision and measurements shall be final. In all such matters and in any technical questions which may arise touching the contract, his decision shall be binding on the Contractor. The Engineer shall have the power to enforce such decision and orders if the Contractor fails to carry them out promptly. If the Contractor fails to execute the work ordered by the Engineer may give notice to the Contractor specifying a reasonable period therein and on the expiry of the period proceed

Pune Metro Rail Project Page 59 of 100

59 Maha-Metro August-2019

to execute such work as may be deemed necessary and recover the cost thereof from the Contractor. iii. Failure of the representative of the Engineer to disapprove any work or materials shall not prejudice the power of the Engineer thereafter to disapprove such work or materials and to order to pulling down, removal or breaking up thereof. iv. If the Contractor is dissatisfied with any decision of the representative of the Engineer, he shall be entitled to refer the matter to the Engineer, who shall there upon confirm, reverse or vary such decision. 5.31. CONTRACTOR’S FAMILIARITY WITH SITE CONDITIONS & BID DOCUMENT i. The Contractor shall be deemed to have carefully examined the work and site conditions including labour, availability of material, tools, plant and other required resources and shall be deemed to have visited the site of the work and to have fully informed himself regarding the lead conditions including weather condition tide and water level, wind and current velocity and sub-soil conditions, traffic & accessibility condition, light, risk & safety measures & other working convenience and carried out his own investigation to arrive at the rates quoted in the Bid. In this regard he will be given necessary information to the best of knowledge of Maha-Metro but without any guarantee about it. ii. The contractor has thoroughly studied the entire bid document and its general and the special conditions, specifications, schedules and drawings, Bill of Quantities & Financial Bid, Prevailing Taxes and informed himself properly about nature of work. In this regard, contractor has been given opportunity to raise any queries to Maha-Metro pertaining to this work. It is also understood that by virtue of submitting the bid contractor has fully understood the work & conditions of Bid Document and satisfied in all respect. 5.32. TREASURE TROVE: In the event of discovery by the Contractor or his employees during the progress of the works of the any treasure, fossils, minerals or any other articles of value or interest, the Contractor shall give immediate intimation thereof to the Engineer and along with make over to the Engineer this representative such treasure or things which shall be the property of Government. 5.33. LAYOUT OF WORK: Layout of the work will be done by the Contractor in consultation with the Executive Engineer, of the Department or his representative. Some permanent marks should however be established to indicate the demarcation of the structure or any component thereof made to this permanent marks in measurement books and drawing, signed by the Contractor and the Maha-Metro officer. Responsibility regarding layout will be joint. 5.34. AGENT AND WORK ORDER BOOK: i. The Contractor shall himself engage an authorized all time agent on the work capable of managing and guiding the work and understanding the specifications and contract condition. A qualified and experienced Engineer is provided by the Contractor as his agent for technical matters in case the Engineer considers this as essential for the work and so

Pune Metro Rail Project Page 60 of 100

60 Maha-Metro August-2019

directs the Contractor. Agent will take orders as will be given by the Engineer or his representative and shall be responsible for carrying them out. The agent and/or site Engineer shall not be changed without prior intimation to the Engineer and his representative on the work site. The Engineer has the unquestionable right to ask for changes in the quality and strength of Contractors supervisory staff and to order removal from work of any of such staff. The Contractor shall comply with such order and effect replacements of the satisfaction of the Engineer. ii. A work order book shall be maintained on site and it shall be the property Maha-Metro and the Contractor shall promptly acknowledge the order given therein by the Engineer or his authorized representative or his superior officer, and comply with them. The compliance shall be reported by Contractor to the Engineer in good tune so that it can check. The blank work order book, with machine numbered pages in quadruplicate with perforated sheets for three copies to be detached, will be provided by the department for this purpose. Whenever any instruction is written in the work order book the Contractor will be supplied with the first carbon copy. 5.35. INITIAL MEASUREMENT FOR RECORD: Where for proper measurement of the work it is necessary to have an initial set of levels or other measurement taken the same as recorded in the authorized field book or M.B. of Maha-Metro by the Engineer or his authorized representative will be signed by the Contractor who will be entitled to have a true copy of same made at his cost. Any failure on the part of the Contractor to get such level etc. recorded before starting the work will Bid him liable to accept the decision of the Engineer as to the basis of taking measurements. Likewise the Contractor will not cover any work which will render its subsequent measurement difficult or impossible without first getting the same jointly measured by himself and the authorized representatives of the Engineer. The record of such measurements on the Maha-Metro side will be signed by the Contractor and he will be entitled to have a true copy of the same made at his cost. 5.36. CUSTODY OF WORK: All work and materials before being finally taken over by Maha-Metro will be the entire liability of the Contractor for guarding, maintaining and making good any damages of an' magnitude. It is however, to be understood that before taking over such work. Maha-Metro will not put it to regular use as distinct from casual or incidental use, except as specially mentioned elsewhere in this contract or as mutually agreed to. 5.37. CO-ORDINATIONS: When several agencies for different sub works of the project are to work simultaneously on the project site, the Contractor shall render full co-ordination for achieving proper co- ordination between different Contractors to ensure timely completion or the whole project smoothly. The scheduled dates for completion specified in each contract shall, therefore, be strictly adhered to- Each Contractor may make his independent arrangements for water, power, access, housing etc. but if they so desire he will be at liberty to come to mutual agreement with other contracting agencies in this behalf and make joint agreement with

Pune Metro Rail Project Page 61 of 100

61 Maha-Metro August-2019

the approval of the Engineer. The Contractor shall not take or cause to be taken any steps or action that may cause disruption, discontent, or disturbance to work, labour or other arrangements etc. of other Contractors in the project localities. Any action by the Contractors which the Engineer in his unquestioned discretion. May consider infringement of the above would be considered as a breach of the contract conditions and shall be dealt with as such. In case of any dispute or disagreement between the various Contractors, the Engineer decisions regarding the coordination, co-operation and facilities to be provided by any of the Contractor shall be final and binding on the Contractor concerned & such a decision or decisions shall not vitiate contract nor absolve the Contractor of his obligations under the contract, nor form the grounds for any claim or compensation. 5.38. PATENTED DEVICES, MATERIALS AND PROCESS: Whenever the Contractor desires to use any designed device, material or process covered by letter of patent copy right, the right for such use shall be secured by suitable legal arrangement and agreement with patent owners and the copy of their agreement shall be filed with Engineer. 5.39. RELATION WITH PUBLIC AUTHORITIES:- The Contractor shall comply with all rules, regulations, by law and directions, given from time-to-time by any local or public authority or body in connection with this work and shall himself pay fees or charges which are livable on him without any extra cost to Government. 5.40. INDEMNITY: The Contractor shall indemnify the Maha-Metro against all action, suits, claims and demands brought or made against in respect of anything done or committed to be done by the Contractor in execution of or in connection with the work of this contract against any loss or damage to the Maha-Metro and its consequences of anything done or committed to be done in the execution of the work of this contract.

5.41. STACKING, STORAGE AND GUARDING OF MATERIALS: i. The stacking and storage of materials at site shall be in such a manner as to prevent determination or intimation of foreign matter and to ensure the preservation of their quality, properties and fitness for the work. Suitable precautions shall be taken by the taken by the Contractor to protect against atmospheric actions, fire and other hazard. The materials likely to be carried away by wind shall be stored in suitable stores or with suitable barricades and where there is likelihood of subsidence of soil; heavy materials shall be stored on paved platforms. Suitable separating barricades and enclosures as directed shall be provided to separate materials brought by Contractor and obtained from different sources of supply. ii. The Contractor shall at his own expenses, engage watchmen for guarding the materials and plant and machinery and the work during day and night against any pilferage or damage and also for prohibiting trespassers. iii. No materials brought to the site shall be removed from the site without the prior

Pune Metro Rail Project Page 62 of 100

62 Maha-Metro August-2019

Approval of the Engineer. 5.42. INSPECTION OF WORK. i. The Contractor shall inform the Engineer in writing when any portion of the work is ready for inspection giving him sufficient notice to enable him to inspect the same without affection the further progress of the work. ii. The Contractor shall provide at his cost necessary ladders and such arrangements as are considered safe by the Engineer for proper inspection of all parts of the work. iii. The Contractor shall extend his full co-operation and make all necessary arrangements When needed for carrying out inspection of the work or any part of the work by the local representatives, M.L.A's, M.Ps and officers and dignitaries/delegates of various Maha- Metro/Government departments, local bodies, private sectors etc. No compensation shall be paid to the Contractor on this account. 5.43. PRECAUTION TO BE TAKEN BY CONTRACTOR: i. The work shall be carried out by the Contractor. Without causing damage to the existing Government property and/or private property. If any such damage are caused, the Contractor shall pay for restoration of (the properly to the original conditions, and any other consequent damages.) ii. In the event of an occurrence of an accident, involving serious injured or death of any person, at site of work or quarry or at any place in connection with the work the same shall be reported in writing within twenty four hours of the occurrence to the Engineer and the commissioner of Workmen's compensation. 5.44. CLEARANCE OF SITE ON COMPLETION OF WORKS: The Contractor after completion of work shall clean the site of all debris and remove all unused materials other than those supplied by the department and all plant and machinery, equipment’s, tools etc., belonging to him within one month from the date of completion of the work, or otherwise the same will be removed by the department at his cost or disposed off as per departmental procedure. In case the material is disposed of by disposed of by department, the sale proceeds will be credited to the 'Contractor's account after deducting the cost of sale incurred. However, no claim of Contractor regarding the price of amount credited will be entertained afterwards. 5.45. REMOVAL OF CONSTRUCTIONAL PLANT WITH PRIOR PERMISSION: All constructional plant, provided by the Contractor shall when brought on the site be deemed to be exclusively intended for the construction and the Contractor shall not remove the same or any part thereof (Save of the purpose of moving it from one part of the site to another) without the consent in writing of the Engineer who shall record the reasons for withholding the consent 5.46. RESTRICTIONS BECAUSE OF LOCAL TRAFFIC: As there is Local traffic by the side of construction, the Contractor will have to take proper precautions such as proper barricading, fencing, lighting, information and cautionary boards for safe and smooth flow of traffic, and keeping the concerned authorities informed about the work in progress.

Pune Metro Rail Project Page 63 of 100

63 Maha-Metro August-2019

5.47. COMPLETION CERTIFICATE: i. The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer shall have certified in writing to that effect. No approval of material or workmanship or approval of part of work during the progress of execution shall bind the Engineer or in any way prevent him from even rejecting the work which is claimed to be completed and to suspend the issue of his certificate of completion until such alteration and modification or reconstruction have been effected at the cost of the Contractor as shall enable him to certify that the work has been completed to his satisfaction. ii. After the work is completed the Contractor shall give notice of such-completion to the Engineer and within 30 days of receipt of such a notice the Engineer shall inspect the work and if there is no defect in the work, shall furnish the Contractor with a certificate indicating the date of completion. However, if there are any defects which in the opinion of the Engineer are rectifiable he shall inform the Contractor the defects noticed. The Contractor after rectification of such defects shall then inform then inform the Engineer and Engineer on his part shall inspect the work and issue the necessary completion certificate within 30 days if the defects are rectified to his satisfaction, and if not, he shall inform the Contractor indicating defects yet to be rectified. The time cycle as above, shall continue. iii. In case defects noticed by the Engineer which in his opinion are not rectifiable but otherwise work is acceptable at reduced payment, work shall be treated as completed. In such cases completion certificate shall be issued by the Engineer within 30 days indicating the un-rectifiable defects for which specified reduction in payment is being made by him. iv. The issue of completion certificate shall not be linked up with the site clearance completion of work. v. Should the part of construction is put to use any stage prior to date of issue of completion certificate, the maintenance period of that part of the work shall be reckoned from the date of actual use of the facility. 5.48. ANCILLARY WORKS: The Contractor shall submit to Engineer in writing the details of all ancillary works including layout and specifications to be followed for its construction. Ancillary work shall not be taken up in hand unless approved by Engineer. The Engineer reserves the right to suggest modifications or make complete changes in the layout and specifications proposed by the Contractor at any stage to ensure the safety on the work site, the Contractor shall carry out all such modification to the ancillary works at his own expenses as ordered by Engineer. 5.49. TEMPORARY QUARTER:- The Contractor shall at his own expense make his own arrangement for housing his staff & labours with all necessary amenities. General layout plan for such structures shall be got approved from the Engineer. It will be the responsibility of the Contractor to get his layout plan of temporary structure approved from the local competent authorities. 5.50. SITE OFFICE:

Pune Metro Rail Project Page 64 of 100

64 Maha-Metro August-2019

The Bidder shall provide, furnish, maintained, a suitable office on the work site for the use of Engineer’s representative. The covered area exclusive of verandah should not be less than 37.17 Sq.m. It may have prefabricated cabin; paved floor, floor should be 50cm above natural ground level. It should be provide with toilet and keep them clean daily. This cost is deemed to be included in quoted cost of contractor. 5.51. SAFETY MEASURES AND AMENITIES: Safety Measures The Contractor shall take all necessary precautions for the safety of the workers and preserving their health while working on such jobs as required special protection and precaution where ever required. The Contractor shall also comply with the directions issued by the Engineer in this behalf from time to time at all times. The following are some of the requirement (The list is not exhaustive) i. Providing protective footwear to workers in situations like mixing and placing of mortar or concrete, in quarries and place where the work is to be done under too much wet conditions as also for, movements over surfaces infested with oyster growth. ii. Providing protective hardware to working in quarries etc. to protect them against accidental fall of materials from above. Providing handrails at the edge of the floating platforms, barges walkways, ladder etc. Providing workmen with safety belts, ropes etc. when working on any masts cranes, cribs, hoists, dredgers etc. iii. Taking necessary steps towards training the workers concerned on the use of machinery before they are allowed to handle ii independently and taking all necessary precautions in and around the areas where machines, hoists and similar units are working. Wherever required, the persons handling the machinery shall have requisite licenses, certificate etc. iv. Preventing over loading and overcrowding of floating and land based machinery and equipment. v. Providing life belts to all men working at such situations from where they may accidentally fall into water or on the ground, equipping the oats with adequate numbers of life buoys etc. vi. Avoiding bare live wires etc. as would cause electrocutions. vii. Making platforms, staging and temporary structures sufficiently strong and not causing the workmen and supervisory staff to work under risks. viii. Providing sufficient first-aid trained staff and equipment to be available quickly at the worksite to render immediate first-aid treatment in case of accident due to suffocation, drowning and other injuries. Taking the all necessary precautions wherever divers are engaged on work. ix. Providing full length gum boots, leather hand gloves, leather jackets with fireproof aprons to cover the chest and back reaching up to knees plain goggles for the eyes to the labour working with hot asphalt handling, vibrators in cement

Pune Metro Rail Project Page 65 of 100

65 Maha-Metro August-2019

concrete and also where use of any or all these items is, essential in the interest of health and well-being of the labours in the opinion of the Engineer. x. No live electric lines should be allowed to run along the ground in the blasting zone and they should be at least about 3.3 above ground. xi. The wiring cable should not be taken near the live electric line and it should be preferably shot firing cable as supplied by the supplier of explosive. If such cable is not available a substitute cable recommended by the explosive suppliers should only be used. Under no circumstances should cable made up several pieces jointed and tapped be used. 5.52. MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUR EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR: a) The Contractor shall provide an adequate supply of potable water for the use of labours on works and in camps. b) The Contractors shall construct trenches or semi-permanent latrines for the use of labours. Separate latrine shall be provided for men and women. c) The Contractor shall build sufficient number of huts on suitable plot of land for use of the labours according to the following specifications. d) Huts of bamboos and Grass may be constructed. e) There should be no overcrowding. The floor space at the rate of 3sq mt. (30 Sq.ft.) per head shall be provided. Care should be taken to see that the huts are kept clean and in good order. f) The Contractor must find his own land. If he wants Government land he should apply for it. Assessment for it, if demanded will be payable by Contractor. However the department does not bind itself for making available the required land. g) A good site not liable to submergence shall be selected. High ground remote from jungle but well provided with trees, shall be chosen wherever it is available. The neighborhood of tank, jungles, grass or weeds should be particularly avoided. Camps should not be established close to large cutting of earth work. h) The lines of huts shall have open space of at least 10 meters between rows. When a good natural site cannot be procured particular attention should be given to the drainage, i) The Contractor shall construct sufficient number of bathing places; sufficient number of washing places should also be provided for the purpose of washing clothes. j) The Contractor shall make sufficient arrangements for draining away the surface and sludge water as well as water from the bathing and washing places and shall dispose of this waste water in such a way as not to cause any nuisance. k) The Contractor shall engage a medical officer with a traveling dispensary for a camp containing 500 or more persons if there is no Govt. or other private dispensary situated within 8 kilometers from the camp, hi case of an emergency, the Contractor shall arrange at his cost free transport for quick medical help to his sick workers.

Pune Metro Rail Project Page 66 of 100

66 Maha-Metro August-2019

l) The Contractor shall provide the necessary staff for affecting the satisfactory conservancy and cleanliness of the camp to the satisfaction of the Engineer. At least one sweeper per 200 persons should be engaged. m) The Assistant Director of Public Health shall be consulted before opening a labour camp and his instructions on matters such as water supply. Sanitary convenience, the camp site, accommodation and food supply shall be followed by the Contractor. n) In addition to above all provisions of the relevant labour act pertaining to basic amenities to be provided to the labours shall be applicable which will be arranged by the Contractor. o) The Contractor shall make arrangement for anti-malaria measure to be provides for labour employed on the work. The anti-malaria measures shall be as directed by Assistant Director of Public Health Officer. p) The Contractor except as provided in special conditions which follow, shall, if necessary construct at his cost, temporary roads and maintain these in proper conditions till completion of the work, at his own cost. q) The Contractor except as provided in special conditions which follow shall have to at his own expenses make all preliminary arrangements for labour, water, electricity, and materials etc. Immediately after getting the work order. The Government may render necessary assistance in his regard by way of letters of recommendation, if so requested by the Contractor. No claim for any extra payment or application for extension of time on the grounds of any difficulty in connection with the above matters will be entertained. 5.53. WORKING METHODS, DEPLOYMENT OF PLANT & EQUIPMENT AND PROGRESS SCHEDULES: i. The Contractor shall submit within the time stipulated by the Engineer in writing the details of actual methods that would be adopted by the Contractor for the execution, of any items as required by Engineer at each of the location, supported by necessary detailed drawing and sketches Including those of the plant and machinery that would be used their locations arrangement for conveying and handling materials etc. and obtain prior approval of the Engineer who reserves the right to suggest modifications or make corrections in the method proposed by the Contractor whether accepted previously or not at any stage of the work, to obtain the desired accuracy, quality, safety and progress of work which shall be binding on the Contractor. No claim on account of such change in method of execution will be entertained by Maha-Metro so long as specification of the item remains unaltered. ii. The Contractor shall furnish within one month of the order to start the work program of work in quadruplicate indicating the date of actual start, the monthly progress expected to be achieved and the anticipated completion date of each major item of work to be done by him, also indicating date of procurement of materials and setting up of plants and machinery. The program is to be such as to bear practicable of achievement towards the completion of the whole work in the time limit and of the particular items, if any on the due dates specified in the contract. Planning and program of works shall be done by the

Pune Metro Rail Project Page 67 of 100

67 Maha-Metro August-2019

mutual discussion between the Engineer and Contractor's representative in charge of work. The progress of work shall be reviewed every month and revised program shall be drawn up, if necessary, No revised program shall be operative without the approval of Engineer in writing. The Engineer is further empowered to ask for more detailed schedule or schedules say weekly, for any item or items in case of urgency of work as will be directed by him and the Contractor shall supply the same and when asked for. Acceptance of the program or the revised program, by the Engineer shall not relieve the Contractor of his responsibility to complete the whole of the work by the prescribed time or the extended time if any. iii. The Contractor shall famish the list of sufficient plant, equipment and labour as may be necessary to maintain the progress schedule. The working and shift hours restricted to one shift a day for operations to be done under the Maha-Metro supervision shall be such as may be approved by the Engineer. They shall not be varied without prior approval of the Engineer. Night work which requiring supervision shall not be permitted except when specifically allowed by Engineer if requested by Contractor. The Contractor shall provide necessary lighting arrangement etc. for night work as directed by Engineer without extra cost of Maha-Metro. iv. The Contractor shall submit report on progress of work in forms and statement etc. as periodical intervals in the form of progress charts, forms, statements and/or reports as may be approved by the Engineer. Forms for sending reports about progress will be supplied by the Executive Engineer. v. The Contractor shall maintain pro-forma, chart, details regarding machinery equipment, labour, material, periodical returns thereof in pro-forma to be approved from the Engineer. 5.54. BILLS & PAYMENT: The Contractor must understand clearly that the rates quoted are for completed work and include all cost due to material, labour, all kind of taxes, all leads and lifts involved and if further necessitated scaffolding plants, supervision., service works, power etc. and to include all to cover the cost of night and round the clock work as and when required and no claim for additional payment beyond the prices or rates quoted will be entertained and the Bidders will not be entitled subsequently to make any claim on the ground of any representation or on any promise by any person (whether Bid in the employment of any Maha-Metro or not) or on the ground of any failure on his part to obtain all necessary information for the purpose of making his Bid and fixing the several prices and rates therein relieve Mm from any risks or liabilities arising out of or consequence upon the submission of the Bid. i. Two running payments in a month are permitted. First of the bill shall be submitted by the Contractor by the 10th day of the month and Second bill, if necessary, shall be submitted by the Contractor by the 25th day of the month. The R.A. bill will be submitted to the “Engineer” of Maha-Metro. (Shall be nominated by Maha-Metro after award of work)

Pune Metro Rail Project Page 68 of 100

68 Maha-Metro August-2019

ii. The format of running bill on which the bills are to be submitted by the Contractor shall be supplied to the Contractor by the Maha-Metro Printed copies of the bills forms as per this format shall be arranged by the Contractor at his cost. The bills in five copies shall be submitted to the concerned Engineer's representative in the standard pro forma only. iii. The final bill shall be submitted by the Contractor within one month of the date of issue of completion certificate. The final bill shall be paid within six months of initial submission iv. Recovery of secured advances shall be affected through bills proportionately as per consumption of materials in the work billed for. v. The Contractor can have true copy of the bills paid to him after paying charges for photo copying the same. 5.55. CLAIMS OF EXTRA WORK i. Claims for extra work shall be registered within 30 days of occurrence of the event. However, bills for these claims along with supporting data details may be submitted subsequently. ii. Bills for extra work or for any claim shall be paid separately apart from the interim bills for the main work. The payment of bills for the main work shall not be withheld for want of decision on the extra/claims not covered in the schedule of items for extra work. 5.56. ASSISTANCE IN PROCURING PRIORITIES PERMITS ETC.: i. The Engineer on written request by the Contractor, will if in his opinion the request is reasonable and in the interest of work and its progress, assist the Contractor in securing the police protection and the priorities for deliveries, transport, permits, for controlled materials permits for quarries and other similar permits including labour license etc. where such are needed. All cost in this behalf shall be borne by the Contractor. The Maha-Metro will not, however, be responsible for the non-availability of such facilities or delays in the behalf and no claims on account of such failure or delays shall be allowed by the Maha- Metro. Maha-Metro’s role is only to write a referral letters to local authorities, follow ups & necessary coordination shall be done by contractor. ii. The Contractor will have to make his own arrangement for machinery required for the work. However, if such machinery is conveniently available with the Maha-Metro it may be spared on hire as per Maha-Metro rules in force if requested by the Contractor in writing. For such arrangement a separate agreement in the prescribed form will have to be signed by the Contractor. Such an agreement shall be independent of this contract and the supply or non-supply of machinery shall not form a ground for any claim or extension of time limit for this work. 5.57. INSURANCE Contractor shall obtain necessary Insurance Policy/Policies (viz. Contractor’s All Risks i.e. CAR) Policy etc at his own cost as per directive of Directorate of Insurance, so as to provide adequate insurance cover for awarded contract work for total awarded contract value and for complete contract period including DLP (Defect liability period). Such insurance policy should clearly mention Maharashtra Metro Rail Corporation Limited (Pune Metro Rail Project) as the prime beneficiary. As copy of the same shall be submitted to Maha-Metro

Pune Metro Rail Project Page 69 of 100

69 Maha-Metro August-2019

prior to billing. Similarly all workmen appointed to complete the contract work are required to insured under workmen's compensation insurance Policy. Insurance Policy/Policies taken out from any other form will not be accepted. 5.58. DEFECT LIABILTY PERIOD (DLP) The entire work executed by contractor shall have a defect liability period of 24 (Twenty four) Months reckoned from the date of commissioning of this work, as certified by engineer. Any defect occurred in the completed work (Civil and Electrical) shall be corrected by contractor at his own cost within maximum 02 (Two) weeks. For all major equipment such as Monopole and 132 KV Cables, the standard guarantee/warranty/DLP shall be applicable as per MSETCL norms. Contractor shall submit the Original guarantee/warrantee card, if any issued by OEM (Original Equipment Manufacturer) of major Electrical equipment along with the bill.

5.59. FAILURE TO COMPLY WITH DEFECT LIABILITY Failure to comply with the defect liability as stipulated above will result in taking action at the risk and cost of the Contractor and forfeiture of Performance Bank Guarantee. 5.60. TERMINATION The award of work or the contract may be terminated by Maha-Metro in event of following circumstance. i. The successful contractor fail to submit the performance bank guarentee within reasonable time after award of work. ii. The successful contractor fails to sign contract agreement within the reasonable time. iii. The contractor fails to perform and progress of work is unsatisfactory, not as per agreed work completion schedule. iv. Quality of work is not as per standard specification of relevant work or other than scope of work. v. Refusal of execution of work as quantity stipulated in Contract Agreement and its variation in quantity within the limit of variation. vi. Disobedience, misconduct with Maha-Metro Officials, its authorized representative or its affiliate consultants. vii. Indulgence in any unlawful activity in site premises or project area of Maha-Metro. viii. Submission of fake, forged, fabricated, misleading document / info formation with bid or during the work which fails its authenticity during verification. ix. Any activity of deed of contractor which tantamount to breach of contract. x. Upon receipt of letter of termination by registered post / e-mail / physical copy at site, the contractor shall immediately stop the work & demobilize its resources. Any acceptable work, which meets the quality criteria / standard and within the scope of work done by contractor till date of termination, shall be assessed by Engineer and will be paid afterward. 5.61. FORCE MAJEURE:-

Pune Metro Rail Project Page 70 of 100

70 Maha-Metro August-2019

If at any time, during the execution of the Work, the performance in whole or in part by either party of any obligation under the Work is prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"), provided notice of happenings of any such event is duly endorsed by the appropriate authorities/chamber of commerce in the country of the party giving notice, is given by party seeking concession to the other as soon as practicable, but within 21 days from the date of occurrence thereof and satisfies the party adequately of the measures taken by it, neither party shall, by reason of such event, be entitled to revoke/refuse to execute the Work, nor shall either party have any claim for damages against the other in respect of such non- performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist and the decision of the purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive, provided further, that if the performance in whole or in part or any obligation under this Work is prevented or delayed by reason of any such event for a period exceeding 60 days, the Contractor may at his option, revoke the Work.

5.62. QUANTITY VARIATION The quantity of work provided in scope of work and Bill of quantity of this bid document is anticipated quantity as per present site condition. The actual quantity of work are liable to vary at the time of actual execution of work. The contractor shall execute work at the accepted rate under this contract, if quantity of any of the item varies 25% (positive side). In case of negative variation, up to any extent, contractor shall not have any claims upon the awarded amount of corresponding item. The payment to contractor shall be made as per actual execute quantity. The rate of items varies beyond 25% shall be reanalyzed and agreed upon by contractor as specified in special condition of contract & engineer by a separated letter or Minutes of Meeting which shall be treated as a part of existing agreement. 5.63. PRICE VARIATION No price variation is applicable in this contract. 5.64. LIQUIDATED DAMAGES (LD) Any delay of work by contractor from agreed work schedule shall be liable to levy liquidated damage upon contractor @ 1% per week of awarded contract cost subjected to maximum value of 10% of awarded contract cost. 5.65. APPLICABLE TAXES i. The contractor should ensure that while quoting the bid, the Bid Total Price excluding as per Goods & Service (GST) Act, net of input credit (if any) and including custom tariff act Royalties, Cess Octroi etc.

Pune Metro Rail Project Page 71 of 100

71 Maha-Metro August-2019

ii. The Employer may get, from the Government, partial or complete waiver of taxes under GST, royalties, Labour, cess, and other levies payable to various authorities. The successful Contractor (the Contractor) shall maintain meticulous records of all the taxes and duties paid under GST and others etc. and provide the same if asked by Maha-Metro. In case the waiver becomes effective, the Contractor will be advised on the process to be followed to obtain the refund from the concerned authority. The Contractor shall arrange for the remit of the refund to the Employer. In case of failure by the Contractor to remit such amounts, the same shall be recovered from amounts due for payment to the Contractor. iii. The Contract Price shall be adjusted to take into account any new taxes or any statutory variation in Custom Duty, GST etc. on finished product/item during the contractual completion period shall be to the Employer’s account for which the Contractor shall furnish documentary evidence in support of their claims. However, any increase in the cost due to new taxes or change in the existing taxes & GST/Custom duty act etc. introduced during the extended contractual completion period due to the Contractor’s fault shall be to the Contractor’s account. a. The Contractor shall pay all taxes, levies, duties, cess as per GST/Custom Tariff Act etc, royalty, rates and fees required to be paid by him against the material/equipment procured under the Contract. b. The Contractor shall maintain details of GST /Custom Duty etc. paid to the concerned authority and submit if asked by Maha-Metro. c. GST return of the Contractor for the relevant period / periods along with detailed statement & copy of Challans in regards if required.

d. Any duty drawback, export / import incentive, concession / exemption available to the Contractor to be passed on to MAHA-METRO.

e. In case if MAHA-METRO project is approved for exemptions from any tax, duty, cess, levy at a date later than the date of award of Bid the benefit so accruing to the Contractor shall be passed on to MAHA-METRO. Appropriate changes will be made to the Contract Price in such cases.

f. All bill raised should specifically state the amount of taxes charged separately in detail. g. The bills should mention all the required statutory details including the registration numbers with various statutory authorities, declarations, formats as required under various statutory laws / regulations. h. MAHA-METRO shall at no point of time will be responsible for payment of taxes, duties, cess, levy, rates, royalty other than which are mentioned in the Bidding Documents and recovered from the Contractors bills submitted periodically. No refund of recoveries will be entertained by MAHA-METRO against demands raised by the Contractor at later stage. iv. Taxes prior to base date i.e 28 days (Base Date) prior to latest date of submission of Bid is deemed to be inclusive of price quoted by Contractor.

Pune Metro Rail Project Page 72 of 100

72 Maha-Metro August-2019

v. Any change in legislation of any kind of Taxes by GOI or GOM, after base date shall be accounted for separately and it is applicable both way (Reimbursement & Deduction) 5.63 APPLICABLE LAW The Indian Contract act 1872 & Indian Arbitration Act-1996 and its further amendment shall be applicable for this contract 5.64 JURISDICTION OF COURT All matter pertaining to this contract shall be subjected to judicature of Hon’ble High Court of Bombay.

Pune Metro Rail Project Page 73 of 100

73 Maha-Metro August-2019

SECTION-6 SPECIAL CONDITIONS OF CONTRACT

6.1. ERRORS, OMISSIONS AND DISCREPANCIES: (a) In case of errors omissions and /or disagreement between written and scaled dimensions on the drawing or between drawings and specifications etc. the following order of preference shall apply. (b) Between actual scaled and written dimensions or descriptions on a drawing the latter shall be adopted. (c) Between the written or shown description of dimensions in the drawings and the corresponding one in the specifications, the latter shall apply. (d) Between the quantities shown in schedule of quantities and those arrived at from the drawings, the latter shall be preferred. (e) Between the written description of the items in the schedule of quantities and the detailed description in the specifications of the same items, the latter shall be adopted. (f) In case of discrepancy between percentage rate quoted in figures and words, the lower of the two will be considered for acceptance of the Bid. (g) In all cases of omissions and /or doubts or discrepancies in the dimensions or descriptions of any item or specification, reference shall be made to the Engineer, Maha-Metro Pune. Whose elucidation, elaboration or decision shall be considered as final & binding upon contractor. The Contractor shall be held responsible for any errors that may occur in the work through lack of such reference and precaution. (h) The special provision in detailed specifications and wording of any item shall gain precedence over corresponding contradictory provisions (if any) in the standard specification of MSETCL /Public Works Departments Hand Book where reference to such specifications is given without reproducing the details in contract. 6.2. DAMAGE BY FLOODS OR ACCIDENTS: The Contractor shall take all precautions against damage by floods or tides or from accidents etc. No compensation will be allowed to the Contractor on this account or for correcting and repairing any such damage to the work during construction. The Contractor shall be liable to make good at his cost any plant or materials belonging to the Maha-Metro, lost or damaged by floods or from any other cause while in his charge 6.3. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL: i. SUPERVISION: The Contractor shall either himself supervise the execution of the works or shall appoint the competent agent approved by the Engineer. If Contractor has himself no sufficient knowledge and experience of receiving instructions or cannot give his full attention to the

Pune Metro Rail Project Page 74 of 100

74 Maha-Metro August-2019

works, the Contractor shall at his own expenses, employ as his accredited agent a qualified Engineer approved by the Engineer. Orders given to the Contractor’s agent shall be considered to have the force as if these had been given to the Contractor himself. If the Contractor fails to appoint a suitable agent as directed by the Engineer, the Engineer shall have full power to suspend the execution of the work until such date suitable agent is appointed and the Contractor shall be responsible for the delay so caused to the works and the Contractor shall not be entitled for any compensation on this behalf. ii. INSPECTION: The Contractor shall inform the Engineer in writing when any portion of the work is ready for inspection giving him notice not less than seven days prior to enable him to inspect the same without affecting the further progress of the work. The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer shall have certified in writing to that effect. Approval of materials or workmanship or approval of part of the work during the progress of execution shall bind the Engineer or in any way affect him to even reject the work which is proposed to be completed and to suspend the issue of his certificate of completion until such alteration and modifications or reconstruction have been effected at the cost of the Contractor as shall enable him to certify that the work has been completed to his satisfaction. The Contractor shall provide at his own cost necessary facility arrangements as to provide necessary facilities and assistance for inspection of all part of work at his own cost. The completed work or part of the work shall also be inspected by Utility Owning Department of Government / concerned electrical inspector. Any changes/corrections/repair/replacement/rework etc desired by the respective utility owning authority shall be done by contractor to the satisfaction of concern authorities. 6.4. HANDING OVER OF WORK SITE The proposed work site shall be handed over to contractor in phased manner, progressively as per requirement of work & by consent of Utility Owning Department. Contractor shall not have any claim against any delay towards non-availability of site except Extension of time.

6.5. ARRANGEMENT OF LAND FOR WORKING (a) In case it becomes necessary for the due fulfillment of contract for the Contractor to occupy land outside the Department limits, the Contractor will have to make his own arrangements with the land owner and to pay such rents, if any, are payable as mutually agreed between them. (b) The stacking and storage of construction materials, equipment at site shall be in such a manner as to prevent deterioration or inclusion of foreign materials, theft & pilferage and to ensure the preservation of the quantity, properties and fitness for the work. Suitable

Pune Metro Rail Project Page 75 of 100

75 Maha-Metro August-2019

precautions shall be taken by the Contractor to protect the materials against atmospheric actions, fire and other hazards. The Contractor shall at his own expenses engage watchman for guarding the materials and plant and machinery and the work during day and night against the pilferage or damage and also for prohibiting trespassers. 6.6. QUANTITY OF WORK AND SCOPE OF WORK. (a) The quantities set down against the items in BOQ are only estimated quantities of each kind of work included in the contract and are not to be taken as a guarantee that the quantities scheduled will be carried out or required or that they will not be exceeded. (b) All measurements will be made in accordance with the methods indicated in the specification and read in conjunctions with the General conditions of contract. (c) The details shown on drawings and all other information pertaining to the work shall be treated as indicative and provisional only and are liable to variation as found necessary while preparing working drawing which will be supplied by the MAHA-METRO during execution. The Contractor shall not, on account of such variation be entitled to any increase over the ones quoted in the Bid which are on quantity basis. 6.7. WAGES ACT: The Contractor shall comply with the provisions of payment of Wages act 1936, Minimum Wages Act 1948, Employees liability Act 1937, Workmen’s Compensation Act 1923. Industrial dispute Act 1947. Maternity Benefit Act 1961, Contractor Labour (R & A) Act 1970, Migrant Workman (regulation of Employment & Condition of service) Act 1979, or modifications thereof of any other law relating thereto and rules made there under from time to time by the Government. 6.8. ELECTRIC POWER: Arrangement for obtaining Electric Power connection will have to be made by the Contractor at his own cost. 6.9. PRELIMINARY ARRANGEMENTS: The Contractor shall have to make at his own cost all preliminary arrangements for labour, water, electricity and materials etc. immediately after getting the work order. No claim for any extra payment or application for extension of time on the grounds of any difficulty in connection with the above matter will be entertained. The Contractor shall at his own expenses, engage watchmen for guarding the materials and machinery and the work during day and night against any pilferage or damages and also for prohibiting trespassers or damage to them. The Contractor shall have to make his own arrangements for water required for any purpose on the work. The Contractor after completion of work shall have to clean the site of all debris and remove all unused materials other than those supplied by the Department and all machinery, equipment, tools etc. belonging to him within one month from the date of completion of the work, or otherwise the same shall be removed by the Department at his cost and the Contractor shall not be entitle for payment of any compensation for the same.

Pune Metro Rail Project Page 76 of 100

76 Maha-Metro August-2019

6.10. SAFETY MEASURES: (a) Suitable barricading of site, protective measures shall be used by contractor to avert any accident & loss to common people & surrounding property. In event of lack of proper barricading, protection of site, any loss to human life & damage to private or public property shall not be compensated by Maha-Metro. It is entirely responsibility of contractor. (b) In the event of an accident involving serious injuries or damages to human life or death of any of his employees and or labourer or trespassers, the same shall be reported within 24 hours of the occurrence to the Engineer and the Commissioner of workmen's Compensation. (c) The Contractor shall be responsible for making good the damages done to the existing property during construction by his men.

6.11. PLANT: All constructional machinery plant, provided by the Contractor shall when brought on to the site be deemed to be exclusively intended for the construction of this work and the Contractor shall not remove the same or any part thereof (save for the purpose of removing it from the part of the site to another or for repairs etc.) without the consent in writing of the Engineer-in- charge which shall not be unreasonably withheld. 6.12. PUBLIC UTILITIES AND ITS PROTECTION: (a) Public Utility services like H. T Lines telephones lines, etc. which is visible at site should be taken notice of by the Contractors while planning their works. It shall be the Contractor's responsibility to inspect such services prior to the commencement of any work. (b) During the execution of work, it is likely that the Contractor may meet with telephone cable, electrical cables, water supply lines etc. it will therefore be the responsibility of the Contractor to protect them carefully. All such cases should be brought to the notice of the Engineer by the Contractor and also the concerned Department. Any damage whatsoever done to these cables and pipe lines by the Contractor shall be made good by him at his cost. (c) The MAHA-METRO will not be held liable or responsible for any delay in completion of the job under this contract which may occur due to any damage occurred to such services in consequence of the Contractor's operations of delayed completion of the execution for the same. 6.13. DRAWING: a) Contract Drawings: The contract drawings provided for Biding purpose with the Bid documents shall be used as a reference only. Contractor should visualize the nature of type of work contemplated and to ensure that the rates and prices quoted by him in the bill of quantities take due consideration of the complexities of work involved during actual execution/construction as experienced Contractors in the field.

Pune Metro Rail Project Page 77 of 100

77 Maha-Metro August-2019

The Bided rates/ prices for the work shall be deemed to include the cost of preparation, supply and delivery of all necessary drawings, prints, tracings and negatives which the Contractor is required to provide in accordance with the contract. b) Completion Drawings: The Contractor shall submit to the Engineer within 2 (two) months of actual completion "Completion Drawing" as specified below and operations and maintenance instructions for the whole of the work. These drawings shall be accurate and correct in all respect and shall be shown to and approved by the Engineer earlier. For "Completion" drawings 2 (two) prints and one polyester film of quality approved by the Engineer or his representative shall be supplied. 6.14. HANDING OVER OF WORK: All the work and materials before finally taken over by Maha-Metro, it will be the entire liability of the Contractor for guard, maintain and make good any damages of any magnitude. Interim payments made for such work will not alter this position the handing over by the Contractor and taking over by the Engineer, or his authorized representative will be always in writing, copies of which will go to the Engineer, or his authorized representative and the Contractor. It is, however, understood that before taking over such work MAHA-METRO will not put it into regular use as distinct from casual or incidental one, except as specifically mentioned elsewhere in this contract or as mutually agreed to. 6.15. DOCUMENTATION: If so ordered by the Engineer, the Contractor will prepare drawings of the work as constructed and will supply original and three copies to the Engineer who will verify and certify these drawings. Final as constructed drawings shall then be prepared by the Contractor and supplied in triplicate to the Engineer for record and reference purposes at the Contractor's cost. 6.16. QUALITY CONTROL ON WORKS AND MATERIALS. The Contractor shall be responsible for the quality of the work in the entire work within the contract. He shall, therefore, have his own independent and adequate setup for ensuring the same. (a) Sample of All materials / equipment may require as per discretion of Engineer and contractor has to submit the required test certificate as per relevant IS, BS, BEE code and ISI Specification at his own cost. (b) Engineer shall send a list of material / equipment to contractor sufficiently before the time, whose laboratory test is required. 15% of the billed amount of an item shall be withheld against non-submission of test certificate for the item / material/equipment whose laboratory test was directed by engineer prior to use / installation by contractor. The withheld amount shall be released after submission of satisfactory and acceptable test certificate by contractor.

Pune Metro Rail Project Page 78 of 100

78 Maha-Metro August-2019

(c) As described in the scope of work, the contractor shall arrange third party inspection of materials, equipment etc. as the case may be at his own cost and premises and submit the report there of prior to dispatch of materials/equipment at work site. (d) If it is found necessary to test any part of the structure, the test shall be carried out by the Contractor with at his own cost. 6.17. COMPLETION CERTIFICATE: The work shall not be considered to have been completed in accordance with the terms and conditions of the contract until the Engineer shall have certified in writing to that effect. No approval of material or workmanship or approval of part of work during the progress of execution shall bind the Engineer or in any way prevent him from even rejecting the work which is claimed to be complete and to suspend the issue of his certificate of completion until such alteration and modifications or reconstruction have been effected at the cost of the Contractor as shall enable him to certify that the work has been completed to his satisfaction. After the work is completed the Contractor shall give notice of such completion to the Engineer and within 30 days of receipt of such a notice the Engineer shall inspect the work and if there is no defect in the work shall furnish the Contractor with a certificate indicating the date of completion. However, if there are any defects which in the opinion of the Engineer are rectifiable he shall inform the Contractor the defects noticed in writing. The Contractor after rectification of such defects shall then inform the Engineer and Engineer on his part shall inspect the work and issue the necessary completion certificate within 30 days if the defects are rectified to his satisfaction, and if not, he shall inform the Contractor indicating defects yet to be rectified. The time cycle as above, shall continue. In case defects noticed by the Engineer which in his opinion are not rectifiable but otherwise work is acceptable at reduced payment, work shall be treated as completed. In such cases completion certificate shall be issued by Engineer within 30 days indicating the un-rectifiable defects for which reduction in payment is being made by him. The issue of completion certificate shall not be linked up with the site clearance on completion of the work. 6.18. ANCILLARY WORK: The Contractor shall submit to Engineer in writing the details of all ancillary works including layout and specifications to be followed for its construction. Ancillary work shall not be taken up in hand unless approved by Engineer. The Engineer reserves the right to suggest modifications or make complete changes in the layout and specifications proposed by the Contractor at any stage to ensure the safety on the worksite. The Contractor shall carry out all such modifications to the ancillary works at his own expenses as ordered by Engineer. 6.19. REJECTION OF MATERIALS NOT CONFORMING TO SPECIFICATION: Any stock or batch of material (s) of which sample(s) does not conform to the prescribed test and quality & specification, shall be rejected by the Engineer or his representative and such materials shall be removed from site by the Contractor at his own cost. Such rejected materials shall not be made acceptable by any modifications. Materials not corresponding in

Pune Metro Rail Project Page 79 of 100

79 Maha-Metro August-2019

character and Quality with approved samples will be rejected by the Engineer or his representative and shall be removed from site at the Contractor’s own cost. 6.20. SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS: The Contractor shall arrange to take dated post card size coloured photographs at the rate of 10 photographs at various stages / facts of the work including interesting and novel features of the work as desired by the Engineer and supply them in five copies each in separate albums of appropriate size. He shall also arrange for the video filming of important activities of the work during the currency of the contract and edit it to a video film of 60 to 180 minutes playing time. It shall contain narration of the various activities in English/Marathi by a competent narrator. The cassette shall be of acceptable quality and the film shall be capable of producing colour pictures. This shall be considered as incidental to the work and no additional payment whatsoever will be made for the same. 6.21. MAINTENANCE DURING DEFECT LIABIITY PERIOD: On completion of the work in all respect necessary certificates will be issued by the Engineer and the defect liability period will be counted from the date of issue of certificate. During defect liability period Contractor is supposed to detect the defect or damages in the completed work. These defects and damages should be rectified within period specified in the notice of defect. If Contractor fails to detect or carry out the repairs to such defects Engineer will inform in writing about these defects and rectification will be carried out at Contractors risk and cost. All damage during execution shall be made good by the Contractor at his cost and during construction and guaranteed maintenance period. No separate payment will be made for restoring damages. Defective work is liable to be rejected at any stage. The Contractor on no account can refuse to rectify the defects merely no reasons that further work has been carried out. No extra payment shall be made for such rectification. In case of damages type failure will be investigated by Engineer and repairs to the defective portion will be suggested accordingly. If Contractor fails to rectify such damages within 15 days from the instruction of Engineer then heavy penalty will be imposed and damaged work will be rectified at Contractor’s risk and cost.

6.22. ACTION WHEN WHOLE OF PERFORMANCE GUATENTEE /SECURITY DEPOSIT IS FORFEITED In any case in which under any clause or the Bidder shall have rendered himself liable to pay compensation amounting to the whole of Security deposit/performance bank guarentee (whether paid in one sum or this deducted by installments)or the case of abandonment of the work owing to serious illness or death of the Bidder or any other cause, the Engineer on behalf of the Maha-Metro Maha-Metro, shall have power to adopt any of the following courses as he may deem best suited to the interests of Maha-Metro.

Pune Metro Rail Project Page 80 of 100

80 Maha-Metro August-2019

a. To rescind the contract (for which rescission notice in writing to the Bidder under the hand of the Engineer (shall be conclusive evidence) and in that case the security deposit/performance Bank guarentee of the Bidder shall stand forfeited and be absolutely at the disposal of Maha-Metro. b. To carry out the work or any part of the work departmentally debiting the Bidder which the cost of the work, expenditure incurred on tools and plant, and charges on additional supervisory staff including the cost of work charged establishment employed for getting the unexecuted part of the work completed and crediting him with the value of the work done departmentally in all respects in the same manner and at the same rates as if it had been carried out by the Bidder under the terms of the contract. The certificate of the Engineer as to the cost of the work and other allied expenses so incurred and as to the value of the work so done departmentally shall be final and conclusive against the Bidder.

C. To order that the work of the Bidder be measured up and to take such part thereof as shall be unexecuted out of his hands and to give it to another Bidder to complete, in which case all expenses incurred on advertisement for fixing a new contracting agency, additional supervisory staff including the cost of work charged establishment and cost of the work executed by the new contract agency will be debited to Bidder and the value of the work done or executed through the new Bidder shall be credited to the Bidder in all respects and in the same manner and at the same rates as if it had been carried out by the Bidder under the terms of his contract. The certificate of the Engineer as to the all cost of the work and other expenses incurred as aforesaid for or in getting the unexecuted work done by the new Bidder and as to value of the work so done shall be final and conclusive against to Bidder. In case the contract shall be rescinded under clause (a) above, the Bidder shall not be entitled to recover or be paid any sum for any work thereto for actually performed by him under this contract unless and until the Engineer shall have certified in writing the performance of the such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified. In the event of either of the courses referred to in clause (b) or (c) being adopted and the cost of the work executed departmentally or through a new Bidder and other allied expenses exceeding the value of such work credited to the Bidder, the amount of excess value shall be deducted from any money due to the Bidder by the Maha-Metro. under the contract or otherwise, Howsoever or from his security deposit/performance bank guarentee or the sale proceeds thereof provided howsoever, that the Bidder shall have no claim against Maha-Metro even if certified value of the work done departmentally or through a new Bidder exceeds the certified cost of such work and allied expenses provided always that whichever of the three courses mentioned in clause (a), (b) or (c) is adopted by the Engineer the Bidder shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials, or entered into any engagement or made any advance on account of or with a view to the execution of the work or the performance of contract.

6.23. EXTENSION OF TIME

Pune Metro Rail Project Page 81 of 100

81 Maha-Metro August-2019

If the Bidder request an extension of completion time of the work on the ground of his having been unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Engineer before the expiration of the period stipulated in the Bid or before the expiration of 30 days from the date to which he was hindered as aforesaid or on which the cause for asking extension occurred, whichever is earlier and the Engineer or in the opinion of the Maha-Metro , Maha-Metro, as the case may be, if in his opinion there were reasonable ground for granting an extension; grant such extension as he thinks necessary or proper. The decision of the Engineer / Maha-Metro Maha-Metro in this matter shall be final.

In the case of delay in handing over the land required for the work due to unforeseen cause, the Bidder shall not be entitled for any compensation whatsoever from the Maha-Metro on the ground that the machinery or the labour was idle for certain period. Bidder may, however apply for extension of time limit which may be granted on the merit of the case.

6.24. PAYMENTS ON INTERMEDIATE CERTIFICATE OF WORK i.e R.A. Bill.

Contractor shall on submitting a monthly bill is entitled to receive payment proportionate to the part of the completed & accepted work then approved by the Engineer, whose certificate of such approval and passing of the sum so payable shall be final and conclusive for the Bidder. All such intermediate payment shall be regarded as payments by way of advance against the final payments only and not as payments for work actually done & completed. and shall not preclude the Engineer from requiring any bad unsound, imperfect or unskillful work to be removed and taken away and reconstructed, or re-erected, nor shall any such payment be considered as an admission of the due performance of the contract or any part thereof, in any respect or the accruing of any claim, nor shall it conclude, determine or affect in any other way the powers of the Engineer as to final settlement and adjustment of the accounts or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the Bidder within one month of the date fixed for the completion of the work otherwise the Engineer's certificate of the measurement and of the total amount payable for the work shall be final and binding on all parties. No payment shall be made for any work estimated to cost less than Rs. Ten Thousand, till after the whole of the said work shall have been completed and a certificate of completion given.

6.25. BILL TO BE ON PRINTED FORM.

The Bidder shall submit all bills on the printed forms to be had on application at the office of the Engineer. The charges to be made in the bills shall always be entered at the rates specified in the Bid or in the case of any extra work ordered in pursuance of these conditions and not mentioned or provided for in the Bid, at the rate hereinafter provided for such work.

6.26. WORK TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS, DRAWINGS, AND ORDERS ETC.

Pune Metro Rail Project Page 82 of 100

82 Maha-Metro August-2019

The Bidder shall execute the whole and every part of the work in the most substantial and workman like manner and both as regards materials and every other respect in strict accordance with specifications. The Bidder shall also confirm exactly fully and faithfully to the designs, and drawings and instructions in writing relating to the work signed by the Engineer and lodged in his office and to which the Bidder shall be entitled to have access for the purpose of inspection at such office or at the site of work during office hours. The Bidder will be entitled to receive three sets of contract drawings and working drawings as well as one certified copy of the accepted Bid along with the work order free of cost.

6.27. ALTERATIONS IN SPECIFICATION & DESIGNS NOT TO INVALIDATE CONTRACT RATE FOR WORKS NOT ENTERED IN THE ESTIMATE ON SCHEDULE OF RATE OF THE DISTRICT. EXTENSION OF TIME IN CONSEQUENCE OF ADDITIONS OR ALTERATIONS

The Engineer shall have power to make any alteration in or additions to or additions to, the original specification, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work and the Bidder shall be bound to carry out the work in accordance with any instructions in this connections which may be given to him in writing signed by the Engineer -in-charge and such alterations shall not invalidate the contract, and any additional work which the Bidder may be directed to do in the manner above specified as a part of the work shall be carried out by the Bidder on the same conditions in all respects on which he agreed to the main work and at the same rates as per specified in the Bid for the main work. And if the additional or altered work, includes any class of work for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in schedule of rates of the Maha-Metro or at the rate mutually agreed upon rates between the Engineer and the Bidder which ever are lower. If the additional or altered work for which no rate is entered in the scheduled of rates of the Maha-Metro , is ordered to be carried out before the rates are agreed upon, then the Bidder shall within 07(seven) days of the date of receipt by him of order to carry out work inform the Engineer of the rates which, if is his intension to charge for such class of work, and if the Engineer does not agreed to this rate he shall by notice in writing be at liberty to cancelled his ordered to carry out such class of work and arrange to carry it out in such manner as he may consider advisable, provided always that if the Bidder shall commence work or incur any expenditure in regard thereto before the rate shall have been determined as lastly herein before mentioned then in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred in by him prior to the date of the determination of the rate as aforesaid according to such rates as shall be fixed by the Engineer. In the event of a dispute the decision of the Maha-Metro of the Maha- Metro will be final. Where however, the work is to be executed according to the designs, drawings, and specifications recommended by the Bidder and accepted by the competent authority the alterations above referred to shall be within the scope of such designs, drawings, and specifications to the Bid.

Pune Metro Rail Project Page 83 of 100

83 Maha-Metro August-2019

The time limit for completion for work shall be extended in the proportion that the increase in its cost occasioned by alterations or additions bears to the cost of the original contract work, and the certificate of the Engineer to such proportion shall be conclusive.

6.28. NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK.

i. If at any time after the execution of the contract documents, the Engineer shall for any reason whatsoever (other than default on the part of the Bidder for which Maha-Metro is entitled to rescind the contract ) desire that the whole or any part of the work specified in the Bid should be suspended for any period or that the whole or part of the work should not be carried out at all he shall give to the Bidder a notice in writing of such desire and upon the receipt of such notice the Bidder shall forthwith suspend or stop the work holly or in part as required, after having due regard to the appropriate state at which the work should be stopped or suspended so as not to cause any damage or injury to the work already done or endanger the safety thereof injury to the work already done or endanger the safety ii. Thereof provided that the decision of the Engineer as to the stage at which the work or any part of it could be or could have been safely stopped or suspended shall be final and conclusive against the Bidder. The Bidder shall have no claim to any payment or compensation whatsoever by reason of or in pursuance of any notice as aforesaid on account of any suspension, stoppage or curtailment except to the extent specified here-in- after iii. Where the total suspension of the work ordered as aforesaid continued for a continuous period exceeding 90 days, the Bidder shall be at liberty to withdraw from the contractual obligations under the contract so far as it pertains to the unexecuted part of the work by giving a 10 days prior notice in writing to the Engineer, within 30 days of the expiry or expiry of the said period of 90 days, of such intention and requiring the Engineer to record the final measurements of the work already done and to pay the final bill. Upon given such notice, the Bidder shall be deemed to have been discharged from his obligation to complete the remaining unexecuted work under his contract on receipt of such notice the Engineer shall proceed to complete the measurement and make such payment as may be finally due to the Bidder within a period of 90 days from the receipt of such notice in respect of the work already done by the Bidder. Such payment shall not in any manner prejudice the right of the Bidder to any further compensation under the remaining provision of this clause. iv. No compensation to the contractors shall be admissible in above circumstances.

6.29. NO CLAIM TO COMPENSATION ON ACCOUNT OF LOSS OF PROFIT

The Bidder shall not be entitled to claim any compensation from Maha-Metro for the loss of profit suffered by him on account of following i. Difficulties relating to supply of material, accessibility to site transportation, railway wagons. ii. Force majeure. iii. Act of God

Pune Metro Rail Project Page 84 of 100

84 Maha-Metro August-2019

iv. Act of enemies of the States or any other reasonable cause beyond the control of Maha-Metro. v. Stoppage of work due to statutory reason or change in legislation. vi. Change in policy of Govt. of Maharashtra or Govt. of India. vii. Adverse or unfavourable weather or climatic conditions. In the case of such delay due to above, Maha-Metro shall grant reasonable extension of time for completion of the works in accordance with circumstances of the case. The decision of Engineer as to the extension of time shall be accepted as final by the Bidder.

6.30. CLAIM UNDER UNFORESEEN CONDITIONS. Under no circumstances whatsoever shall the Bidder be entitled to any compensation from Maha-Metro, on account of unforeseen conditions and hindrances of work thereof. 6.31. ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK

If any time before the Security deposit/performance bank guarentee or any part thereof is refunded to the Bidder it shall appear to the Engineer or his subordinate in-charge of the work, that any work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to that contracted for, or are otherwise not in accordance with the contract, it shall be lawful for the Engineer to intimate this fact in writing to the Bidder and then notwithstanding the fact that work, materials or articles complained of may have been inadvertently passed, certified and paid for, the Bidder shall be bound forth with to rectify or remove and reconstruct the work so specified in whole or in part, as the case may require or if so required, shall remove the materials or articles so specified and provided other proper and suitable materials or articles at his own charge and cost and in the event of his failing to do so within a period to be specified by the Engineer in the written intimation aforesaid, the Bidder shall be liable to pay compensation at the rate of 1% on the amount of the estimate for every day not exceeding 10 days, during which the failure so continues and in the case of any such failure the Engineer may rectify or remove and re-execute the work or remove and replace the materials or articles complained of as the case may be at the risk and expense in all respects of the Bidders should the Engineer consider that any such inferior work or materials as described above may be accepted or made use of it shall be within his discretion to accept the same at such reduced rates as he may fix there for.

6.32. NOTICE TO BE GIVEN BEFORE THE WORK IS COVERED UP

The Bidder shall give not less than 5 days notice in writing to the Engineer or his subordinates in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof taken before the same is so covered up or placed beyond the reach of measurement any work without the consent in writing of the Engineer or his subordinate in charge of the work and if any work shall be covered up or placed beyond

Pune Metro Rail Project Page 85 of 100

85 Maha-Metro August-2019

the reach of measurement without such notice having been given or consent obtained, the same shall be uncovered at the Bidder's expense and in default thereof no payment or allowance shall be made for such work or for the materials with which the same was executed.

6.33. BIDDER LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS.

If during the period of 24 (Twenty Four) months for civil /electrical work, after commissioning of the said work is defective in any manner whatsoever, the Bidder shall forthwith on receipt of notice in that behalf from the Engineer, duly commence execution and completely carry out at his cost in every respect all the work that may be necessary for rectifying and setting right the defects specified therein including dismantling and reconstruction of unsafe portions strictly in accordance with and in the manner prescribed and under the supervision of the Engineer. In the event of the Bidder failing or neglecting to commence execution of the said rectification work within the period prescribed there for in the said notice and/or to complete the same as aforesaid as required by the said notice, the Engineer may get the same executed and carried out departmentally or by any other agency at the risk on account and at the cost of the Bidder.

The Bidder shall forthwith on demand pay to the Maha-Metro the amount of such costs, charges and expenses sustained or incurred by the Maha-Metro of which the certificate of the Engineer, shall be final and binding on the Bidder. Such costs, charges and expenses shall be deemed to be arrears of land revenue and in the event of Bidder failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the Maha-Metro, the same on demand as aforesaid without prejudice to any other rights and remedies of the Maha-Metro, the same may be recovered from the Bidder as arrears of land revenue. The Maha-Metro shall also be entitled to deduct the same from any amount which may then be payable or which may thereafter become payable by Maha-Metro to the Bidder either in respect of the said work or any other work whatsoever, or from the amount of the security deposit/performance bank guarentee retained by Maha-Metro.

6.34. BIDDER TO SUPPLY PLANT LADDERS, SCAFFOLDING ETC. AND IS LIABLE FOR DAMAGES ARISING FROM NON-PROVISION OF LIGHTS, FENCING ETC.

The Bidder shall supply at his own cost all materials (except such special materials if any in accordance with the contract as may be supplied from the Maha-Metro Stores) plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and any temporary works which may be required for the proper execution of the work, whether in the original, altered or substituted from, whether included in the specification or other documents forming part of the contract or referred to in these conditions or not and which may be necessary for the purpose of satisfying or complying with the

Pune Metro Rail Project Page 86 of 100

86 Maha-Metro August-2019

requirements of the Engineers to any matter on which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage there for, to and from the work. The Bidder shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out work, and counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or materials. Failing which the same may be provided by the Engineer, at the expenses of the Bidder and the expenses may be deducted from any money due to the Bidder under the contract or from his security deposit/performance bank guarentee or the proceeds of sale thereof or of a sufficient portion thereof. The Bidder shall provide all necessary fencing and lights required to protect the Public from accident and shall also be bound to bear the expenses of defense of every suit, action or other legal proceedings at law that may be brought by any person for injury sustained owing to the neglect of the above precautions, and pay any damages and cost which may be awarded in any such suit, actions or proceedings to any such person or which may with the consent of the Bidder be paid in compromising any claim by any such person. List of machinery in Bidder's possession and which they propose to use on the work should be submitted along with the Bid.

The Bidder shall provide suitable scaffolds and working platforms, gangways and stairways and shall comply with the following regulations in connection therewith. a. Suitable scaffolds shall be provided for workman for all work that cannot be safely done from a ladder or by other means. b. A scaffold shall not be constructed, taken down or substantially altered except. i. Under the supervision of a competent and responsible person, and iii. As for as possible by competent workers possessing adequate experience in this kind of work. c. All scaffolds and appliance connected there with and all ladders shall i. be of sound material ii. be of adequate strength having regard to the loads and strains to which they will be subjected, and iii. Be maintained in proper condition. d. Scaffolds shall be so constructed that no part thereof can be displaced in consequence of normal use. e. Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed. f. Before installing lifting gear on scaffolds special precaution shall be taken to ensure the strength and stability of the scaffolds. g. Scaffolds shall be periodically inspected by a competent person h. Before allowing a scaffold to be used by his workmen the Bidder shall check whether the scaffold has been erected by his workmen or not take steps to ensure that it complies fully with the regulations herein specified. i. Working platforms, gangways and stairways shall ii. Be so constructed that no part thereof can sag unduly or unequally.

Pune Metro Rail Project Page 87 of 100

87 Maha-Metro August-2019

iii. be so constructed and maintained having regard to the prevailing conditions as to reduce as far as practicable risks of persons tripping or slipping, and be kept free from any unnecessary obstructions. i. In the case of working platforms, gangways, working places and Stairways at a height exceeding 3 meters. (To be specified). i. Every working platform and every gangway shall have to be closely boarded unless other adequate measures are taken to ensure safety. ii. Every working platform and gangways, shall have adequate width and, every working platform, gangways, working places, stairway shall be suitably fenced. j. Every opening in the floor of the building or in working platform shall except for the time and to the extent required to allow the access or persons or the transport or shifting of materials be provided with suitable means to prevent the fall of persons or materials. k. When persons are employed on a roof where there is danger of falling from a height exceeding 3 meters suitable precaution (to be prescribed) shall be taken to prevent the fall of persons or materials. l. Suitable precautions shall be taken to prevent persons being struck by articles which might fall from scaffolds or other working place. Safe means of access shall be provided to all working platforms and other working places. m. The Bidder(s) will have to make payments to the labours as per minimum wages act. n. The Bidder shall comply with the following regulations as regards the hoisting appliances to be used by him. i. Hoisting machines and tackle, including their attachment, anchorages and supports shall be of good mechanical construction, sound material and adequate strength and free from patent defect and ii. be kept in good repair and in good working order iii. Every rope used in hoisting or lowering material or as a means of suspension shall be of suitable quality and adequate strength and free from patent defect. o. Hoisting machines and tackle shall be examined and adequately tested after erection on the site and use before and be re- examined in position at intervals to be prescribed by the government. p. Every chain, ring hook shackle, swivel and pulley block used in hoisting or lowering of materials or as a means of suspension shall be periodically examined. q. Every crane driver or hoisting appliances operator shall be properly qualified. r. No person who is below the age of 21 years shall be in control of any hoisting machine, including any scaffolds, winch or give signals to the operator s. In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel and pulley block used on hoisting or lowering or as a means of suspension the safe working load shall be ascertained by adequate means. t. Every hoisting machine and all gear referred to in the preceding regulation shall be plainly marked with the safe working load. u. In the case of hoisting machine having a variable safe working load, each safe working load and the condition under which it is applicable shall be clearly indicated.

Pune Metro Rail Project Page 88 of 100

88 Maha-Metro August-2019

v. No part of any hoisting machine or of any gear referred to in regulation of above shall be loaded beyond the safe working load except for the purpose of testing. w. Motors, gearing transmissions, electric wiring and other dangerous parts of hoisting appliances shall be provided with efficient safe guards. x. Hoisting appliances shall be provided with such means as will reduce to a minimum risk of the accidental descent of the load. y. Adequate precautions shall be taken to reduce to a minimum the risk of any part of a suspended load becoming accidentally displaced.

6.35. MEASURE FOR PREVENTION OF FIRE. The Bidder shall not set fire to any standing jungle, tree, brush wood or grass without a written permission from the Executive Engineer. When such permission is given and also in all cases when destroying cut or dug up trees, brush wood, grass etc. by fire, the Bidder shall take necessary measures to prevent such fire spreading to or otherwise damaging surrounding property. The Bidder shall make his own arrangements for drinking water for the labour employed by him.

6.36. LIABILITY OF BIDDERS FOR ANY DAMAGE DONE IN OR OUTSIDE WORK AREA.

Compensation for all damage done intentionally or unintentionally by Bidder's labour whether in or beyond the limits of Maha-Metro. property including any damage caused by the spreading of fire mentioned in clause 22 shall be estimated by the Engineer or such other officer as he may appoint and the estimates of the Engineer subject to the decision of the Maha-Metro Maha-Metro on appeal shall be final and the Bidder shall be bound to pay the amount of the assessed compensation on demand failing which the same will be recovered from the Bidder as damages in the manner prescribed in clause 1 or deducted by the Engineer -in-charge from any sums that may be due to or become due from Maha- Metro to the Bidder under this contract or otherwise. The Bidder shall bear the expenses of defending any action or other legal proceedings that may be brought by any person for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall also pay any damages and cost that may be awarded by court in consequence.

6.37. WORK NOT TO BE SUBLET/SUB-CONTRACTING. The contract shall not be assigned or sublet without the written approval of the Engineer. And if the Bidder shall assign or sublet his contract, or attempt so to do, or become insolvent or commence any proceedings to get him adjudicated and insolvent or make any composition with his creditors, or attempt so to do the Engineer- in- charge may be notice in writing, regarding the contract. Also or if bribe, gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise, shall either directly or indirectly be given, promised, or offered by the Bidder or any of his servants or agents to any public officer or person in the employment, of the Maha-Metro in any way relating to his office or employment or in any way relating to his office or employment or if any such officer or person shall become in any way directly or indirectly interested in the contract, the Engineer may thereupon by notice in writing rescind the contract. In the event of a

Pune Metro Rail Project Page 89 of 100

89 Maha-Metro August-2019

contract being rescinded, the Security deposit/performance bank guarentee of the Bidder shall there upon stand forfeited and be absolutely at the disposal of the Maha-Metro and same consequences shall ensure as if the contract had been rescinded under clause 3 hereof and in addition the Bidder shall not be entitled to recover or be paid for any work therefore actually performed under the contract.

6.38. CHANGES IN THE CONSTITUTION OF THE FIRM OF CONTRACTOR TO BE NOTIFIED In the case of a Bid by partners any change in the constitution of a firm shall be forthwith notified by the Bidder to the Engineer for his information.

6.39. WORK TO BE UNDER DIRECTION AND CONTROL OF ENGINEER MAHA-METRO

Except where otherwise specified in the contract and subject to the powers delegated to him by Maha-Metro under the code rules then in force, the decision of the Engineer of the Maha-Metro for the time being shall be final, conclusive and binding on all parties to the contract upon all questions relating to the meaning of the specifications, designs, drawings and instruction herein before mentioned and as to the quality of the workmanship or material used on the work, or as to any other question, claim, right, matter or things whatsoever, in any way arising out of, or relating to the contract designs, drawing, specifications, estimates, instructions, orders or these conditions, or otherwise concerning the works, or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof.

6.40. ACTION WHERE NO SPECIFICATIONS In the case of any class of work for which there is no such specification as in mentioned in contract such work shall be carried out in accordance with the Specifications of MSETCL/MSEDCL/PWD-MAHARASHTRA.

6.41. COMPENSATION UNDER WORKMEN'S COMPENSATION ACT The Bidder shall be responsible for and shall pay compensation to his workmen payable under the Workmen's Compensation Act. 1923 (VIII of 1923), (hereinafter called the said Act) for injuries caused to the workmen's. If such Compensation is payable and or paid by Maha-Metro as principal under the subsection (1) of section 12 of the said Act on behalf of the Bidder, this shall be recoverable by Maha-Metro from the Bidder under sub section (2) of the said section. Such compensation shall be recovered in the manner laid down in clause I above

The Bidder shall be responsible for and shall pay expenses of providing Medical aid to any workmen who may suffer a bodily injury as a result of an accident. If such expenses are incurred by Maha-Metro the same shall be recoverable from the Bidder forthwith and be deducted without prejudice to any other remedy of Maha-Metro from any amount due or that may become due to the Bidder. The Bidder shall provide all necessary personal safety equipment and first-aid apparatus available for the use of the persons employed on the site and shall maintain the same in condition suitable for immediate use at any time and shall comply with the following regulation in connection with:

Pune Metro Rail Project Page 90 of 100

90 Maha-Metro August-2019

a) The worker shall be required to use the equipment so provided by the Bidder and the Bidder shall take adequate steps to ensure proper use of the equipment by those concerned. b) When work is carried on in proximity to any place where there is no risk of drawing, all necessary equipment shall be provided and kept ready for use and all necessary steps shall be taken for the prompt rescue of any person in danger Adequate provision shall be made for prompt first-aid treatment for all injuries likely to be sustained during the course of the work.

The Bidder shall duly comply with the provision of 'The Apprentices Act. 1961 (III of 1961), the rules made there under and the orders that may be issued from time to time under the said Act and the said Rules and on his failure or neglect to do so he shall be subject to all the liabilities and penalties provided by the said Act and said Rules'.

6.42. CLAIM FOR QUANTITY OF WORKS ENTERED IN THE BID OR ESTIMATE i. Quantities in respect of the several items shown in the BOQ are approximate and no revision in the Bided rates shall be permitted in respect of any of the items. ii. Maha-Metro shall have a liberty to execute the quantity of work lesser than the quantity or part of the work described in BOQ. Contractor shall not have claims upon entire quantity of work at the cost awarded to. iii. The maximum limit of positive variations shall be +25 % of awarded quantity and contractor shall execute these additional quantities as per the accepted rates of contract agreement. iv. For any additional/extra item of work required at site, the Bidder shall, if ordered in writing by the Engineer, carry out the work of any quantities apart from the work mentioned in the BOQ and in accordance with the specifications of current schedule of rates of MESETCL/MSEDCL/PWD-MAHARSHTRA. v. Claim arising out of reduction in the Bided quantity of any item up to any limit shall not be compensated. 6.43. CLAIM FOR COMPENSATION FOR DELAY IN THE STARTING OF WORK No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition land or in the case of the clearance of work on account of any delay in according sanction to estimates. 6.44. CLAIM FOR COMPENSATION FOR DELAY IN THE EXECUTION OF WORK. No compensation shall be allowed for any delay in execution of the work on account of water standing in borrow pits or compartments. The rates are inclusive for hard or cracked soil excavation in mud, subsoil water or water standing in borrows pits or any other natural or manmade hindrances and no claim for an extra rate shall be entertained. 6.45. METHOD OF PAYMENT. Payment to Bidders shall be made in Indian currency (INR) by cheques/ RTGS /NEFT drawn on any Nationalize Bank within the Pune with Maha-Metro.

Pune Metro Rail Project Page 91 of 100

91 Maha-Metro August-2019

SECTION-7

SCOPE OF WORK & SPECIFICATION

a) General Scope of Work

The objective of these documents is to provide a comprehensive description of the services to be performed, and identify the associated deliverables that will be provided contractor to provide an integrated approach to the design and management of the Project. 1. Contractor shall carryout detail survey of existing 110 KV transmission line at work site and submit findings and layout in the form of profile drawings to concerned officer of Central Railways and obtain approval of profile to execute the work as detailed in tender documents. 2. Necessary tests as deemed fit for requirement for concerned authority approval such as but not limited to soil testing, GPR survey of the cable route etc. shall be performed by the contractor to the satisfaction of Maha-Metro and /or Central Railway representative. 3. Contractor shall also submit and obtain necessary approvals of drawings profile, cable laying route, method of construction etc. from Central Railway Office and from the office of Superintending Engineer (Electrical) of state government. 4. Contractor shall obtain various necessary permissions of local bodies and Government departments. However, Metro will provide the required documents and extend support. 5. Contractor should make necessary arrangements for all the equipment’s and materials which are to be inspected and factory tested. Testing and inspection of all material and equipment’s at Factory and site shall be in the scope of contractor. Testing and inspection will be witnessed by one /two representatives of Railways and Maha-Metro each. 6. All the necessary process and formats of factory test report shall be submitted and approved in well advance from Maha-Metro representative. Intimation for inspection and factory tests shall be submitted well in advance but not less than 7 calendar days. 7. Required shutdowns/block for working on 110 KV transmission line shall be obtained by contractor from Railways. 8. The method statement of shutdown process, emergency action and response plan, safety preparedness, authority approvals for shut down, etc shall be submitted and approved well in advance in case of any shutdown work. 9. De-stringing of existing conductor, making cut point on monopoles and restringing of line including earth-wire is in contractor's scope. 10. Contractor shall take necessary safety precautions while working on the line. Contractor shall be responsible for any unforeseen incident that may occurs to the human and animals while working. Insurance and Compensation, if any, shall be covered by and paid by the contractor. 11. Any supporting arrangement such as scaffolding for cable termination and end termination joints, erection of monopoles etc required shall be performed by contractor. Contractor should also submit and get approval of method statement for any such works.

Pune Metro Rail Project Page 92 of 100

92 Maha-Metro August-2019

12. Any damages to the utilities/any other properties during execution of work shall be covered under insurance and should be repaired/compensated by the contractor. 13. Contractor shall remove/dispose off all debris/unnecessary material from site and leave site in neat and clean condition after completion of work. 14. All material such as conductor, steel etc. removed from existing line shall be returned to relevant Railways office and obtain acknowledgement. Copy of all such acknowledgements including contractors’ signature shall be submitted to Maha-Metro through and official transmittal. 15. Project Control: Meetings are to be held at regular intervals. The recorded notes and actions during meetings are to be undertaken and distributed within 72 hours of meeting. During the project execution, detailed notes of meetings will be used as the basis of record for decisions taken and program tracking of each decision / monthly progress review is then included within the Monthly Report submitted to the Client.

16. Detail Scope of work is as per work description of BOQ items (Section-8) is described below.

Sr. BOQ Scope of work & Specifications. No. Supply of 132KV, 1CX500 sq.mm, Copper, Contractor shall submit GTP (General Technical XLPE, armoured cable as per MSETCL Particulars) and drawings of cable as per MSETCL 1 specification. specifications to Railways and obtain approval. Cable shall be procured from approved vendors of MSETCL, the list is available on MSETCL website. Design, supply , foundation and erection of (a). Contractor shall design Cable termination Cable termination steel Monopole including Monopoles as per profile and soil strata and same destringing and restringing of conductor should be got certified from IIT at their own cost.

(b). The contractor shall submit GTP and drawings of Monopoles and foundation design to Railways and obtain approval. 2

(c). Third party inspection and certification of Monopoles shall be done by any of the following certification agencies. IIT Mumbai/RITES/TUV- NORD/CPRI/SGS/ Bureau Veritas and cost towards this inspection and certification shall be borne by the contractor. Cable laying as per attached cross section Cable laying shall be done as per standard method complete in all respect including providing of MSETCL and by using standard equipment by 3 route marker throughout the length of taking proper care of cable. Sheath integration test cable route as per standard method of before and after laying should be done by the MSETCL contractor at site.

Pune Metro Rail Project Page 93 of 100

93 Maha-Metro August-2019

Supply of 132 KV outdoor termination kit Outdoor termination kit shall be procured as per suitable for 132 KV, 500 sq.mm cable with MSETCL specifications and from approved vendors supporting structure of MSETCL. Contractor shall submit GTP and 4 drawings of outdoor termination kit to Railways and obtain approval.

Handling and making of cable end outdoor Contractor shall make necessary supporting termination, erection of single phase link arrangement such as scaffolding, cranes etc for box with safety lock arrangement, erection making outdoor end terminations and erection of 5 of LAs, connection of bonding cables, LA's, earthing connection etc. earthing connections as per directives of engineer in charge Supply of sheath bonding aluminium cable GTP and drawings as per MSETCL specification shall 6 1CX300 sq.mm including lugs and nut bolts be submitted to Railways and obtain approval. for earthing

Laying of sheath bonding aluminium cable Detail scheme for laying of sheath bonding cable 7 1CX300 sq.mm with connections. shall be submitted by the contractor.

Supply of 132 KV lightning arrestor with GTP and drawings as per MSETCL specification shall 8 supporting structure as per MSETCL be submitted to Railways and obtain approval. specifications. Supply of single phase link box for earthing GTP and drawings as per MSETCL specification shall 9 as well as connection to joints as per site be submitted to Railways and obtain approval. requirement Horizontal directional drilling (HDD) 10 including providing and laying of HDPE pipes of 150 mm dia Excavation of cable trench in hard rock, Cable trench shall be done as per the attached cross including getting out the excavated soil and section and ground surface shall be reinstated after 11 disposal of excavated soil, providing sand, completion of work. back filling with excavated material, ramming as per attached cross section. Supply and laying of 150 mm dia HDPE pipe Pipe shall be procured ISI mark. The testing 12 in trench certificates of pipes shall be submitted by the contractor to Maha-Metro. Providing maintenance free pipe Earthing Contractor shall submit plan for earthing with 100 mm, 3 meter long GI pipe and arrangement to Railways and obtain approval. 13 chemical powder with chamber. Earthing resistance should be within permissible limits as per IE rules. Earthing shall be tested in the presence of Railways and Maha-Metro. Charges for pre-commissioning all types of All pre-commissioning tests shall be carried out by tests for successful commissioning of circuit the contractor at their own cost. All required charging permissions from Railways, SE (Inspection) of state government and EIG, Railways shall be 14 obtained by the contractor. However, fees paid by the contractor to the local bodies/Government departments towards permission will be reimbursed by Maha-Metro after producing original receipts.

Pune Metro Rail Project Page 94 of 100

94 Maha-Metro August-2019

b) GENERAL TECHNICAL SPECIFICATION

1. Arrangement for the curing of C, C, foundation muffing, brick masonry work etc. shall be done by clean and soft water at site by the Bidder at his own cost. 2. While executing the E.I. work, the agency shall provide Generator for Electrical Drill machine at his own cost. 3. The Agency shall follow the ISI specification, relevant standards, IER 1956 during the execution of work. 4. The agency shall obtain the permission of local Authority (N.O.C.) for digging the road if necessary. 5. If during the execution of work, shut down form M.S.E.D.C.L./ Railways Side is necessary. In that case it is solely responsibility of agency to take necessary shut down with permission of local MSETCL/ Railway authority. 6. The agency will have to use necessary T&P while execution of work at his own cost. 7. After completion of work, the Agency shall have to carry necessary I R test and earth. Test with calibrated megar & earth tester and the test report of same shall be submitted. The agency shall have to arrange the approval & inspection of E.I. from Electrical Inspector and accordingly N.O.C. shall be obtained however the necessary inspection fee will be borne by Maha-Metro. Also necessary testing charges of M.S.E.D.C.L./Railways shall be paid by the agency. 8. The work insurance and insurance of worker Labour insurance shall be done by agency under the insurance act of his own cost. 9. The complete responsibility of safety of worker during the execution of work is solely of agency. The agency will have to follow all the safety rules during the execution of work. If any accident occurred during the execution of work, the responsibility of compensation will be of agency. In any case, this Maha-Metro will not be responsible for any compensation. 10. Any compensation/taxes/levies/royalty or penalties towards payment of Government/Semi-Government/Local /Private Bodies arising during the execution of the work is to be borne by the agency. No compensation or refunds will be paid for this. 11. NOC (No Objection Certificate), if any, required for execution / completion of this work shall be coordinated by contractor. Any statutory payment, fees as per the provision, by

Pune Metro Rail Project Page 95 of 100

95 Maha-Metro August-2019

laws of Utility Owning Department shall be done by contractor initially and shall be reimbursed by Maha-Metro as per actual on production of proof of payment other than taxes/levies/royalty/compensation or penalties etc. 12. Necessary approval for the material procurement shall be obtained by the Bidder from the authority before starting the work. 13. The actual layout drawing shall be got approved by the Bidder from the concern Electrical Inspector before starting the work. 14. The permission for charging the installation shall be obtained by the Bidder from the concern Electrical Inspector after completion of the work.

15. The dismantled materials i.e. brackets clamps5 insulators, stay sets, A.B. switch Lightning Arrestors, G.I. Wire & ACSR conductors RSJ poles Transformer shall be handed over to Maha-Metro at Suitable Stores as directed by Engineer and copy of receipt of handing over shall be submitted. This includes lead and lift. 16. Bidder has to take prior permission from MSETCL / Railways and any concerned authority for shifting of electrical services and it’s shut down. 17. The High Pot test of HT KV cable shall be arrange by the agency at site after laying the cable in presence of the concerned Engineer of the Maha-Metro. The cost will be borne by the agency. 18. Contractor shall use all equipment, materials, consumables pertain to this work as per approved list of MSETCL & MSEDCL C). APPROVED VENDOR/MANUFATURER LIST OF MSEDCL & MSETCL - Enclosed as Annexure- A & Annexure-B

D). DETAIL SPECIFICATIONS OF WORK: - As per MSETCL & MSEDCL latest specification

Pune Metro Rail Project Page 96 of 100

96 Maha-Metro August-2019

SECTION-8 Financial BID

MAHARASHTRA METRO RAIL CORPORATION LIMITED (Pune Metro Rail Project) Name of Work: Modification Of 110 KV Railway Transmission Line At Khadki By Laying 132 KV Underground Cable.

Bill Of Quantities Sr. Item Unit Quantity Rate (Rs.) Amount (Rs.) No. Supply of 132KV, 1CX500 sq.mm, 1 Copper, XLPE, armoured cable as per Rmt 1500 7,134.80 1,07,02,200.00 MSETCL specification. Design, supply , foundation and erection of Cable termination steel 2 Monopole including destringing and Nos 2 37,69,956.80 75,39,913.60 restringing of conductor suitable for 110 KV transmission line Cable laying as per attached cross section complete in all respect including providing route marker 3 Rmt 1500 150.00 2,25,000.00 throughout the length of cable route as per standard method of MSETCL using standard cable installation equipment Supply of 132 KV outdoor termination 4 kit suitable for 132 KV, 500 sq.mm Nos 12 3,07,442.00 36,89,304.00 cable with supporting structure Handling and making of cable end outdoor termination, including support structure such as scaffolding , crane, etc, erection of single phase link box 5 Nos 12 65,313.00 7,83,756.00 with safety lock arrangement, erection of LAs, connection of bonding cables, earthing connections as per directives of engineer in charge Supply of sheath bonding aluminium 6 cable 1CX300 sq.mm including lugs and Rmt 360 969.00 3,48,840.00 nut bolts for earthing

Laying of sheath bonding aluminium 7 cable 1CX300 sq.mm with connections. Rmt 360 65.00 23,400.00

Supply of 132 KV lightning arrestor 8 with supporting structure as per Nos 12 39,390.36 4,72,684.32 MSETCL specifications.

Pune Metro Rail Project Page 97 of 100

97 Maha-Metro August-2019

Sr. Item Unit Quantity Rate (Rs.) Amount (Rs.) No. Supply of single phase link box for 9 earthing as well as connection to joints Nos 12 27,046.32 3,24,555.84 as per site requirement Horizontal directional drilling (HDD) 10 including providing and laying of HDPE Rmt 660 3,450.00 22,77,000.00 pipes of 150 mm dia Excavation of cable trench in hard rock, including getting out the excavated soil and disposal of excavated soil, 11 Rmt 100 2,952.00 2,95,200.00 providing sand, back filling with excavated material, ramming as per attached cross section. Supply and laying of 150 mm dia HDPE 12 Rmt 600 452.00 2,71,200.00 pipe in trench Providing pipe in pipe earthing with 3 meter long, 80 mm GI pipe and 13 Nos 24 12,173.00 2,92,152.00 Bentonite powder and providing Heavy duty FRP PVC readymade chamber. Providing earth wire of G.I stay wire, 7/3.15 mm (10 SWG) laying along with 14 Rmt 350 32.50 11,375.00 UG cable and connections to existing earth wire on monopoles. Charges for pre-commissioning all types of tests and successful 15. Nos 02 1,25,000.00 2,50,000.00 commissioning of circuit

Total Estimated cost (Rs.)- 2,75,06,580.76 A Rs. Excluding GST B Quoted rate by bidder Above / At Par/Below ______%

Note: - 1. Bidder shall quote his % rate Above or At Par or Below upon offered estimated Cost 2. Offered Estimated Cost is excluding GST 3. Bidder shall also quote his rate excluding GST 4. GST shall be paid by Maha-Metro at the time of billing as per prevailing rate. 5. Quoted price shall be in INR (Indian Rupees) 6. Payment to successful bidder (Contractor) shall be in INR only.

Bidder’s Declaration:- 1. I/We undertake to abide all conditions of Bid Document of Tender No. P1US-01/2019 2. I/We have seen PWD/ MSETCL Specification.

Pune Metro Rail Project Page 98 of 100

98 Maha-Metro August-2019

3. I/We had gone through the detail specifications included in the Bid & fully conversant with the specifications laid down for concerned items. 4. I / We agree to carry out the work as per detail specifications of MSETCL. 5. I / We hereby Bid for execution of work specified in this Bid Document.

Bidder's Signature.

Pune Metro Rail Project Page 99 of 100

99 Maha-Metro August-2019

Maharashtra Metro Rail Corporation Limited (A Joint Venture of Govt. of India & Govt. of Maharashtra) (Pune Metro Rail Project)

Bid No. P1 US-01/2019

Name of work: Modification Of 110 KV Railway Transmission Line at Khadki, By Laying 132 KV Underground Cable.

Annexure- A & Annexure-B

Approved Vendor List of MSEDCL & MSETCL

Pune Metro Rail Project Page 100 of 100

100 Approved list of Vendors for DDUGJY & IPDS as on30.6.2018

Sr. Name Product Rating Approved on Contact no. Adress No. Survey no 102 &103 Plot no. 11-13- M/s Transcon Distribution CE/Infra-II/Vendor/1439/31152 dt 173/15/15A/20/21, sifco Road, APIE, 1 100 KVA, 25KVA 11/0.433Kv Devraj 9705151394 Industries Transformer 14.10.2016 Balanagar Hydrabad 500037, telangana state

M/s Kanyaka 321 Manjeera Majestic commercial, Distribution 2 Parmeshwari 100 KVA, 25KVA 11/0.433Kv CE/Infra-II/Vendor/31153 dt 14.10.2016 Devraj 9705151394 JNTU Hitech city road, KPHB, hydrabad- Transformer Engineering Ltd 500072

B-141(A), road No. 9-D V.K.I area, Tirupati Plastomatics Ashok mehta 2 HT Power Cable 11KV 3CX185sqmm, 3CX240sqmm, 3CX300sqmm CE/Infra-II/Vendor/32003 dt 21.10.2016 Jaipur-303013, Rajasthan Pvt Ltd 9221224488

B-141(A), road No. 9-D V.K.I area, Tirupati Plastomatics 1.1KV 3CX95+1CX70sqmm, 3CX25+1CX25sqmm, Ashok mehta 3 LT AB Cable CE/Infra-II/Vendor/34398 dt 18.11.2016 Jaipur-303013, Rajasthan Pvt Ltd 3CX16+1CX25sqmm LT AB Cable 9221224488

Plot No. 33, 34and part of 32 and part of 26 AKVN, JDS Transformers AAC, ACSR & AAAC weasel, rabbit raccoon, dog, ACSR weasel, rabbit 9823027783/83901 3 CE/Infra-II/Vendor/34695 dt 21.11.2016 Town city Boregaon Dist Chindwara Industries PVT Ltd AAAC Conductor raccon, dog 16959 Tapikar 480106 MP & nagpur 25 &63 D-4, 4/1Phase-V, IDA, Patancheru, 4 Hi power Disrtibution 25,63KVA 11/0.433KV CE/Infra-II/Vendor/35003 dt 24.11.2016 Kartik 9652180185 Medak Dist. Transformer Tirupati Plastomatics Ashok mehta B-141(A), road No. 9-D V.K.I area, 4 LT XLPE Cable 1.1KV LT XLPE Cable 3.5CX35sqmm, 3.5CX240sqmm CE/Infra-II/Vendor/36239 dt 3.12.2016 Pvt Ltd 9221224488 Jaipur-303013, Rajasthan

1.1KV LT Flat armoured XLPE cable Plot No. 158/163, GIDC, Umbergaon, 5 M/s APAR Industries LT XLPE CAble 3.5CX35,50,70,95,120,185,240,300sqmm & LT CE/Infra-II/Vendor/35639 dt 29.11.2016 Badri Prasad Dist: Valsad, Gujrat 396 171. Unarmoured XLPE Cable 1CX70,120,300sqmm

MSEDCL Plot No. 158/163, GIDC, Umbergaon, LT PVc Control 5 M/s APAR Industries 2,4,12,19CX2.5sqmm CE/Infra-II/Vendor/36240 dt3.12.2016 Badri Prasad Dist: Valsad, Gujrat 396 171. Cable

Plot No. 33, 34and part of 32 and part M/s KJV Alloy AAC, ACSR & 9823027783/83901 of 26 AKVN, 6 ACSR weasel, dog, raccoon, AAAC Weasel, raccon CE/Infra-II/Vendor/35924 dt 1.12.2016 conductors PVt Ltd AAAC Conductor 16959 Town city Boregaon Dist Chindwara 480106 MP Survey no 102 &103 Plot no. 11-13- 63KVA M/s Transcon 173/15/15A/20/21, sifco Road, APIE, 6 Distribution 63KVA Distribution Transformer CE/Infra-II/Vendor/320003 dt 21.10.2016 Devraj 9705151394 Industries Balanagar Hydrabad 500037, Transformer telangana state

100KVA M/s Marsons Asa Dev 7 Distribution 100KVA 11/0.433KV CE/Infra-II/Vendor/320003 dt 21.10.2016 Mathura road, artoni Electrical Industries 9528533773 Transformer

101 1.1KV3CX16+1CX16+1CX25sqmm, 3CX50+1CX50sqmm, B-141(A), road No. 9-D V.K.I area, Tirupati Plastomatics 3CX50+1CX16+1CX35sqmm, Ashok mehta Jaipur-303013, Rajasthan 7 LT AB Cable CE/Infra-II/Vendor/38071 dt 28.12.2016 Pvt Ltd 3CX35+1CX16+1CX35sqmm, 9221224488 3CX25+1CX16+1CX35sqmm

B-141(A), road No. 9-D V.K.I area, Tirupati Plastomatics Ashok mehta 8 HT AB Cable 11KV 3CX95+3CX70sqmm CE/Infra-II/Vendor/38218 dt 28.12.2016 Jaipur-303013, Rajasthan Pvt Ltd 9221224488

M/s Kanyaka 321 Manjeera Majestic commercial, Distribution 8 Parmeshwari 63KVA Distribution Transformer 11/0.433KV CE/Infra-II/Vendor/38219 dt 31.12.2016 Devraj 9705151394 JNTU Hitech city road, KPHB, hydrabad- Transformer Engineering Ltd 500072 M/s Tesla Distribution Sachin jain 30-Bindustrial area Govindpura, 9 25, 63KVA 11/0.433KV Distribution Transformer CE/Infra-II/Vendor/1088 dt 17.01.2017 Transformers Ltd Transformer 9755571596 Bhopal 462023 Ramkrisha Electricals Distribution 9 63KVA, 100KVA Distribution Transformer 11/0.433KV CE/Infra-II/Vendor/1087 dt 17.01.2017 Sarang 9011019849 N-5 hingana road MIDC Nagpur Ltd Transformer Plot No. 158/163, GIDC, Umbergaon, 22KV 3CX95, 120, 185, 240, 300, 400sqmm & 33KV 10 M/s APAR Industries HT XLPE Cable CE/Infra-II/Vendor/2132 dt 30.1.2017 Badri Prasad Dist: Valsad, Gujrat 396 171. 3CX300sqmm

M/s Tesla Distribution Sachin jain 30-Bindustrial area Govindpura, 10 200KVA 11/0.433KV Distribution Transformer CE/Infra-II/Vendor/2133 dt 31.1.2017 Transformers Ltd Transformer 9755571596 Bhopal 462023 Plot No. 33, 34and part of 32 and part of 26 AKVN, JDS Transformers AAC, ACSR & 63, 100KVA, 11/0.433KV, Level-II Distribution 9823027783/83901 11 CE/Infra-II/Vendor/2262 Dt 31.1.2017 Town city Boregaon Dist Chindwara Industries PVT Ltd AAAC Conductor Transformer 16959 Tapikar 480106 MP & nagpur Distribution Pravin Meshram Plot no 149 18th K.M. stone amravati 11 M/s Bharat electrical 200KVA 11/0.433KV Distribution Transformer CE/Infra-II/Vendor/2631 Dt04.02.2017 Transformer 9822552877 road gondkhairy Nagpur Plot No. 158/163, GIDC, Umbergaon, 12 M/s APAR Industries LT PVCCable 2CX4SQMM(Cu) 4CX16SQMM (Al) CE/Infra-II/Vendor/3438 dt 14.02.2017 Badri Prasad Dist: Valsad, Gujrat 396 171.

M/s Silverline Distribution 11/0.433 63, 100, 200KVA Level-II Distribution Sachin Hivarkar plot gate no 945 Ispat road, sasanwadi, 12 CE/Infra-II/Vendor/3637 Dt14.02.2017 Electrical PVt Ltd Transformer TRansformer 9890796796 Tal- shirur Dist Pune 412208 Plot No. 33, 34and part of 32 and part of 26 AKVN, JDS Transformers Distribution 9823027783/83901 13 200KVA, 11/0.433KV, Level-II Distribution Transformer CE/Infra-II/Vendor/4137 Dt 22.02.2017 Town city Boregaon Dist Chindwara Industries PVT Ltd Transformer 16959 Tapikar MSEDCL 480106 MP & nagpur AAC Ant(50sqmm), AAC Gnat (25sqmm), AAAC Weasel (34sqmm), AAAC Rabbit (55sqmm),ACSR Weasel M/s mmp industrial AAC, ACSR & (34sqmm), ACSR Rabbit(50sqmm), ACSR Raccoon Village maregaon post 13 CE/Infra-II/Vendor/4138 Dt 22.02.2017 Vikrant 7350017910 Ltd AAAC Conductor (80sqmm), shahapur441906 ACSR (100sqmm), ACSR Panther (200sqmm)

Manufacturing at 23-A sector B, M/s Tesla Power Sachin jain govindpura, Bhopal 462023 14 5 MVA 33/11 CE/Infra-II/Vendor/2133 dt 31.1.2017 Transformers Ltd Transformer 9755571596 30-Bindustrial area Govindpura, Bhopal 462023 Plot No. 158/163, GIDC, Umbergaon, 14 M/s APAR Industries HT XLPE Cable 11KV 3CX95, 185, 240, 300sqmm CE/Infra-II/Vendor/192/4770 dt 1.3.2017 Badri Prasad Dist: Valsad, Gujrat 396 171.

102 1.1KV 3CX120+1CX70+1CX16sqmm, M/s Dyanmic cables F-260 Roads No 13 V.K.I. area Jaipur- 15 LT AB Cable 3CX70+1CX50+1CX16sqmm, CE/Infra-II/Vendor/6801 dt 24.03.2017 R.K.gangwal Pvt Ltd 302013 3CX50+1CX35+1CX16sqmm Plot No. 33, 34and part of 32 and part of 26 AKVN, JDS Transformers AAC, ACSR & 9823027783/83901 15 AAC Ant(50sqmm), AAC Gnat(25sqmm) CE/Infra-II/Vendor/5285dt 6.3.2017 Town city Boregaon Dist Chindwara Industries PVT Ltd AAAC Conductor 16959 Tapikar 480106 MP & nagpur AAC Ant Plot No. 33, 34and part of 32 and part (50sqmm), AAC Gnat (25sqmm) as per BIS 398 Part of 26 AKVN, M/s KJV Alloy AAC, ACSR & 9823027783/83901 16 1 1996 AAAC Rabbit (55sqmm), CE/Infra-II/Vendor/5286 dt 6.3.2017 Town city Boregaon Dist Chindwara conductors PVt Ltd AAAC Conductor 16959 Tapikar AAAC Dog (100sqmm) 480106 MP & nagpur 16 M/s StelmecLtd VCB Panel 11kV VCB Panels Indoor type, (2I/C+1B/c+8O//g) CE/Infra-II/Vendor/0034 dt 01.01.2018 M/s Gemini Instratech 33kV, 400-200-100/1-1-1A oil cooled CT & 7276004106, Amit 17 CTPT CE/Infra-II/Vendor/011510 dt 22.05.2018 B-83, MIDC Ambad, Nashik Ltd 33kV/√3/110V/√3 outdoor oil cooled PT singh Plot No-E-/1/1to5, Radheshyam M/s damasa Vidyut 9892026369, 17 Isolator 22kV Isolator 800Amps(with and without E.B.) CE/Infra-II/Vendor/07267 dt 04.04.2018 Industrial complex, Asangaon, Appliances Deepesh Shahapur 11 KV 45 KN Composite Polymer Disc Insulator (B&S) Type & (T&C) Type, 11 KV 70 KN Composite Polymer Disc Village- Dharampur Kotla, Near Thana, M/s Renit Power Pvt 18 Insulator Insulator (B&S Type, 33 KV 10 KN Composite Polymer Pin CE/Infra-II/Vendor/07741dt 10.04.2018 Baddi Solan, Himachal Pradesh, Ltd Insulator and 33 KV 70 KN Composite Polymer Disc 173205 Insulator (B&S E-32, MIDC Kupwad, M/s Power Control CE/Infra-II/Vendor/DDU-IPDS/8543 dt 18 VCB 33kV, 1600A, 25 kA, outdoor VCB Sangli , 416436 Maharashtra Electro system Pvt Ltd 18.04.2018 E-32, MIDC Kupwad, M/s Power Control CE/Infra-II/Vendor/DDU-IPDS/8543 dt 19 VCB 11kV, 800A/400A, 12.5 kA, outdoor VCB Sangli , 416436 Maharashtra Electro system Pvt Ltd 18.04.2018

M/s Schneider Electric Milestone -87, Vadodara Halol 19 RMU 11 KV, 630A, 21 kA(3sec) motorised RMU CE/Infra-II/Vendor/4289 dt 27.02.2018 Infrastructure Ltd Highway, Kotambi, Vadodara 11 KV 5 KN Composite Polymeric Pin Insulator, 11 KV 45 KN Composite Polymeric Disc Insulator E 233-234 (A) I.G.C. Khara Industrial M/s Topline Ceramics (B&S)Type, 11 KV 70 KN Composite Polymeric Disc Area, 20 Insulator CE/Infra-II/Vendor/4288 dt 27.02.2018 Pvt Ltd Insulator (B&S) Type, 33 KV 10 KN Composite Bikaner Polymeric Pin Insulator and 33 KV 70 KN Composite E Polymeric Disc Insulator MSEDCL

103 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 33 kV VCB panels (Indoor type) having configurations (2 Mr. P.L. Dixit 20 VCB CE/Infra-II/Vendor/7574 dt 07.04.2018 N.D.A. Raod at Post- Shivane Pvt Ltd I/C + 1 B/C + 2 O/G) with separate C & R panel 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 22 kV VCB panels (Indoor type) having configurations Mr. P.L. Dixit 21 VCB CE/Infra-II/Vendor/7576 dt 07.04.2018 N.D.A. Raod at Post- Shivane Pvt Ltd (2 I/C + 1 B/C + 8 O/G) with control desk panel 9960670538 H-21, Ambad MIDC, M/S Lucy Electric 11 KV, 630 Amps, 21 KA (3 sec), motorized Ring Main Units 21 RMU CE/Infra-II/Vendor/11396 dt 21.05.2018 Nashik India Private Ltd extensible 11 KV 5 KN Composite Polymer Pin Insulator & Post Insulator, 11 KV 45 KN Composite Polymer Disc Insulator (B&S) Type & (T&C) Survey No. 82/P, At. & PO-Gambhirpura, Type, 11 KV 70 KN Composite Polymer Disc M/s Scenario Vavdi-Harsol Road, Ta – Talod, 22 insulator Insulator (B&S) Type & (T&C) Type, 33 KV 10 KN CE/Infra-II/Vendor/3698dt 21.0522018 Powertech Pvt. Ltd Dist – Sabarkantha, Gujarat Composite Polymer Pin Insulator & Post Insulator and 33 KV 70 KN Composite Polymer Disc Insulator (B&S) Type & (T&C) Type

S.No 50/4/1A, Plot no-09/10, Warkhade M/s Shree 63 KVA LT distribution boxes (Aluminum Busbar) with Nagar, 22 LTDB CE/infra-II vendor/9297dt 24.04.2018 V.S.Lad, 9820872197 Engineering KITKAT Gujarwadi Road, , Pune-411046

S.No 50/4/1A, Plot no-09/10, Warkhade M/s Shree 100 KVA LT distribution boxes ( Aluminum Busbar) Nagar, 23 LTDB CE/infra-II vendor/9099dt 23.04.2018 V.S.Lad, 9820872197 Engineering with KITKAT Gujarwadi Road, Katraj, Pune-411046

25 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 22 KV, 630 Amps, 16KA (3 sec), SCADA compatible CE/Infra-II/Vendor/893/14341 dt Mr. P.L. Dixit 25 RMU N.D.A. Raod at Post- Shivane Pvt Ltd motorized Ring Main Unit extensible type 12.06.2018 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 11 KV, 630 Amps, 16KA (3 sec), SCADA compatible CE/Infra-II/Vendor/892/14340 dt Mr. P.L. Dixit 26 RMU N.D.A. Raod at Post- Shivane Pvt Ltd motorized Ring Main Unit extensible type 12.06.2018 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 11 kV VCB panels (Indoor type) having configurations Mr. P.L. Dixit 26 VCB CE/Infra-II/Vendor/7577 dt 07.04.2018 N.D.A. Raod at Post- Shivane Pvt Ltd (2 I/C + 1 B/C + 8 O/G) with control desk panel 9960670538

11 kV VCB panels (Indoor type) having configurations Survey No-77/5, Dangat Estate, M/S H.T. Switchgear VCB [AIS FOR (1 I/C + 3 O/G +1 STN TRF ) (1 I/C + 4 O/G +1 STN TRF ) Mr. P.L. Dixit 27 CE/Infra-II/Vendor/7578 dt 07.04.2018 N.D.A. Raod at Post- Shivane Pvt Ltd GIS] (2 I/C + 1B/C + 6 O/G +1 STN TRF ) MSEDCL 9960670538 (2 I/C + 1B/C + 8 O/G +1 STN TRF ) Survey No-77/5, Dangat Estate, M/S H.T. Switchgear CE/Infra-II/Vendor/1719/30765 dt Mr. P.L. Dixit 27 CRP 11 kV CONTROL & RELAY PANEL FOR FEEDER N.D.A. Raod at Post- Shivane Pvt Ltd 15.12.2017 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear CE/Infra-II/Vendor/1714/30721 dt Mr. P.L. Dixit 28 CRP 22 kV CONTROL & RELAY PANEL FOR FEEDER N.D.A. Raod at Post- Shivane Pvt Ltd 15.12.2017 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 22 kV CONTROL & RELAY PANEL FOR TRANSFORMER CE/Infra-II/Vendor/1714/30722 dt Mr. P.L. Dixit 28 CRP N.D.A. Raod at Post- Shivane Pvt Ltd WITH DIFFERENTIAL PROTECTION 15.12.2017 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 22 kV CONTROL & RELAY PANEL FOR TRANSFORMER CE/Infra-II/Vendor/1714/30723 dt Mr. P.L. Dixit 29 CRP N.D.A. Raod at Post- Shivane Pvt Ltd WITHOUT DIFFERENTIAL PROTECTION 15.12.2017 9960670538

104 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear CE/Infra-II/Vendor/1717/30764 dt Mr. P.L. Dixit 29 CRP 33 kV CONTROL & RELAY PANEL FOR FEEDER N.D.A. Raod at Post- Shivane Pvt Ltd 15.12.2017 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgear 33 kV CONTROL & RELAY PANEL FOR TRANSFORMER CE/Infra-II/Vendor/1718/30763 dt Mr. P.L. Dixit 30 CRP N.D.A. Raod at Post- Shivane Pvt Ltd WITH DIFFERENTIAL PROTECTION 15.12.2017 9960670538 Survey No-77/5, Dangat Estate, M/S H.T. Switchgears 33 kV CONTROL & RELAY PANEL FOR TRANSFORMER CE/Infra-II/Vendor/1713/30720 dt Mr. P.L. Dixit 30 CRP N.D.A. Raod at Post- Shivane Pvt Ltd WITHOUT DIFFERENTIAL PROTECTION 15.12.2017 9960670538 P.B.434, Perumalmalai Adivaram, Alagapuram, M/S Megawin CE/Infra-II/Vendor/17374 dt Pingan- 31 Switchgears Pvt. 11 KV, 630 Amps, 21 KA (3secs), motorized Ring 19.072018 9823063772 Post- Salem, -636004, Tamilnadu Ltd Main Units extensible type,

CE/Infra-II/Vendor/16208 dt Washim bypass, near Patni cold 31 PSC Pole PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) M/s. Baba Sai 04.07.2018 storage, Cementech Akola. (M.S) Pradeep Thakkar U-15, MIDC Hingana Road, 100 KVA LT distribution boxes ( Aluminum CE/Infra-II/Vendor/15039 dt 32 M/s Bharat Udyog LTDB 9823178694, Nagpur-440028 Busbar) with KITKAT 20.06.2018 9764445920

M/s Tushar 101 KVA LT distribution boxes ( Aluminum CE/Infra-II/Vendor/14434 dt 32 LTDB Engineers Busbar) with KITKAT 16.06.2018

Pradeep Thakkar U-15, MIDC Hingana Road, 100 KVA & 63 kVALT distribution boxes ( Copper CE/Infra-II/Vendor app/Bharat 33 M/s Bharat Udyog LTDB 9823178694, Nagpur-440028 Busbar) with MCCB udyog/27429 dt 02.07.2015 9764445920

Pradeep Thakkar U-15, MIDC Hingana Road, 63 KVA LT distribution boxes ( Aluminum CE/Infra-II/Vendor/1692 dt 33 M/s Bharat Udyog LTDB 9823178694, Nagpur-440028 Busbar) with KITKAT 11.01.2016 9764445920 M/s techno 22kV 200-100/1-1A, 0.5/5P10, 15VA/15VA CE/Infra-II/GTP/Vendor- 0251-2870933, W-160, MIDC PH-II, Dombivali east- 34 associates vidyut CTPT OUTDOOR OIL COOLED CT APPROVAL/2759 dt 06.02.2017 7208070479 421204 pvt ltd Gat no- 194, Jalna Road, Shidod M/s. Maujkar CE/Infra-II/GTP/Vendor- (Ghosapuri), 34 PSC Poles PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) Industries Beed, APPROVAL/23973 dt09.10.2018 Dist- Beed, 431122 MSEDCL Gat no- 28, near Deval Punarvasan, M/s. Yash Group Santona (Kh) CE/Infra-II/GTP/Vendor- 35 Cement Pole PSC Poles PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) Ta-Partur, Dist- Jalna 431502 APPROVAL/22274 dt 19.09.2018 Company

33kV Outdoor Oil Cooled PT 33000/√3/110/√3/110/√3/110/√3 V, Sudhir Mandhare - 50VA/3P, 30VA/3P, 50VA/0.2 PLOT NO-A-2/16, MIDC INDUSTRIAL M/s. Pragati CE/Infra-II/Vendor/ 893/17281 dt 966 4451613, 36 CT/PT AREA, MURBAD - 421 Electricals Pvt. Ltd 15.07.2017 Gokul kudale - 401, DIST. - THANE 33kV Outdoor Oil Cooled CT 200-100/1-1-1 A, 9664451647 -/PS, -/PS, 20VA/0.2S

105 11kV Outdoor Cycloaliphatic Resin Cast CT,Ratio - 600-300/5-5A, 400-200-100/5-5A, 11kV Single Phase, Single Pole, Outdoor Cycloaliphatic Resin Sudhir Mandhare - PLOT NO-A-2/16, MIDC INDUSTRIAL M/s. Pragati PT, Ratio -11000/√3//110/√3/110/√3 V CE/Infra-Plan/EE-II/GTP/28847 dt 966 4451613, 37 CT/PT AREA, MURBAD - 421 Electricals Pvt. Ltd 20.07.2015 Gokul kudale - 401, DIST. - THANE 33kV Outdoor Oil Cooled CT 400-200/1-1-1 A, 9664451647 -/PS, -/PS, 20VA/0.2S, 33kV Outdoor Oil Cooled PT 33000/√3/110/√3/110/√3/110/√3 V S.No 417, at- Mohadi (Mokasa), CE/Infra-II/GTP/Vendor- M/s A & K Pole Tal Nagbhir, Dist- Chandrapur 37 PSC Poles PSC Poles ( 9mtr/200Kg) APPROVAL/1601/28412 dt Factory, Pin-441205 04.12.2018 At/Po Nathachiwadi, Tal Dound, M/s. S.J.Inamke CE/Infra-II/GTP/Vendor- Dist- Pune 412214 38 PSC Poles PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) Works Approval/1542/27149, dt 17.11.2018

M-20, Ambad MIDC LT distribution DEEP DRAWN type LT distribution boxes (440V,200A) Nashik. 39 M/S Vijaya Converter box for A.B. CE/infra-II vendor/26652 dt 06.11.2018 for Aerial Bunch Cable Conductor cables Gat no- 194, Jalna Road, Shidod M/s. Maujkar CE/Infra-II/GTP/Vendor- (Ghosapuri), 40 PSC Poles PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) Industries Beed, APPROVAL/23973 dt 09.10.2018 Dist- Beed, 431122 Gat No 236/1, Pune Solapur M/s. Mahavir Steel RSJ pole- 125x 70 mm, 116x100 mm, 152x152 CE/Infra-II/5529/F-21314 Dt 02266331210, Highway, Yawat, Pune 412214 41 RSJ Poles Industries Ltd mm and 175x85 mm size 26.12.2018 7387766998 168/2, At/Po Haglur, M/s. Samarth CE/Infra-II/GTP/Vendor- 9370429666, Tal – North Solapur, 42 PSC Poles PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) Industries, Haglur Approval/331 dt 03.01.2019 9763636075 Dist- Solapur 413002 S. Nno-99, At-Shivani, Po- Yeoli, M/s. Swastik CE/Infra-II/GTP/Vendor- 9422150784, Tal &, Dist- Gadchiroli, 442605 43 PSC Poles PSC Poles (8 mtr, 140 Kg & 9mtr/200Kg) Industries Ltd Approval/3498, dt 01.09.2019 8888500413 Porcelain --- CE/T-QC/VENDOR/10927 dtd. 44 M/s Satraj Ceramics Pin Insulator/ Porcelain --- Pin Insulator/ Disc Insulator Khurja 24.04.2019 Disc Insulator MSEDCL M/s Prime Ispat RSJ pole (116mmx100mm, 125mmx70mm, Pyarelal Agarwal Marg, Ramsagar 45 RSJ Poles CE/T-QC/VENDOR/9521 dtd. 05.04.2019 Ltd. 175mmx85mm, 152mmx152mm) Para, Raipur - 492001 28-A/298, Mohite Industrial Estate, M/s Rashan CE/T-QC/VENDOR/11688 dtd. Near Hingana Road, 46 Engineering, LTDB 200 KVA LT distribution boxes with MCCB 06.05.2019 Nagpur - 440016

M/s. Sai Concrete Rakshi, Gokak Road, Taluka – Industries, 47 PSC Poles PSC Poles (8 mtr, 140/200 Kg & 9mtr/200Kg) CE/T-QC/VENDOR/9345 dtd. 04.04.2019 Hukkeri, Dist. Belgum, Karnataka state 100 KVA LT distribution boxes with MCCB/ CE/T-QC/VENDOR/16947 & 16948 dtd. 48 M/s Param Controls LTDB D-117,Ambad, MIDC, Nashik Kitkat 18.06.2019

106 MSEDCL

107 Approved list of Vendors for DDUGJY & IPDS for Cable

Sr. No. Name Product Rating Approved on Contact no. Adress B-141(A), road No. 9-D V.K.I area, Ashok mehta Jaipur-303013, Rajasthan 1 Tirupati Plastomatics Pvt Ltd HT Power Cable 11KV 3CX185sqmm, 3CX240sqmm, 3CX300sqmm 32003 dt 21.10.2016 9221224488

B-141(A), road No. 9-D V.K.I area, 1.1KV 3CX95+1CX70sqmm, 3CX25+1CX25sqmm, 3CX16+1CX25sqmm LT Ashok mehta Jaipur-303013, Rajasthan 2 Tirupati Plastomatics Pvt Ltd LT AB Cable 34398 dt 18.11.2016 AB Cable 9221224488

B-141(A), road No. 9-D V.K.I area, Ashok mehta Jaipur-303013, Rajasthan 3 Tirupati Plastomatics Pvt Ltd LT XLPE Cable 1.1KV LT XLPE Cable 3.5CX35sqmm, 3.5CX240sqmm 36239 dt 3.12.2016 9221224488

1.1KV LT Flat armoured XLPE cable Plot No. 158/163, GIDC, Umbergaon, 4 M/s APAR Industries LT XLPE CAble 3.5CX35,50,70,95,120,185,240,300sqmm & LT Unarmoured XLPE Cable 35639 dt 29.11.2016 Badri Prasad Dist: Valsad, Gujrat 396 171. 1CX70,120,300sqmm Plot No. 158/163, GIDC, Umbergaon, 5 M/s APAR Industries LT PVc Control Cable 2,4,12,19CX2.5sqmm 36240 dt3.12.2016 Badri Prasad Dist: Valsad, Gujrat 396 171.

B-141(A), road No. 9-D V.K.I area, 1.1KV3CX16+1CX16+1CX25sqmm, 3CX50+1CX50sqmm, Ashok mehta Jaipur-303013, Rajasthan 6 Tirupati Plastomatics Pvt Ltd LT AB Cable 3CX50+1CX16+1CX35sqmm, 3CX35+1CX16+1CX35sqmm, 38071 dt 28.12.2016 9221224488 3CX25+1CX16+1CX35sqmm B-141(A), road No. 9-D V.K.I area, Ashok mehta Jaipur-303013, Rajasthan 7 Tirupati Plastomatics Pvt Ltd HT AB Cable 11KV 3CX95+3CX70sqmm 38218 dt 28.12.2016 9221224488

Plot No. 158/163, GIDC, Umbergaon, 8 M/s APAR Industries HT XLPE Cable 22KV 3CX95, 120, 185, 240, 300, 400sqmm & 33KV 3CX300sqmm 2132 dt 30.1.2017 Badri Prasad Dist: Valsad, Gujrat 396 171.

Plot No. 158/163, GIDC, Umbergaon, 9 M/s APAR Industries LT PVCCable 2CX4SQMM(Cu) 4CX16SQMM (Al) 3438 dt 14.02.2017 Badri Prasad Dist: Valsad, Gujrat 396 171.

Plot No. 158/163, GIDC, Umbergaon, 10 M/s APAR Industries HT XLPE Cable 11KV 3CX95, 185, 240, 300sqmm 4770 dt 1.3.2017 Badri Prasad Dist: Valsad, Gujrat 396 171.

1.1KV 3CX120+1CX70+1CX16sqmm, 3CX70+1CX50+1CX16sqmm, Mr. Kadam 11 M/s Dyanmic cables Pvt Ltd LT AB Cable 6801 dt 24.03.2017 F-260 Roads No 13 V.K.I. area Jaipur-302013 3CX50+1CX35+1CX16sqmm 9001096020 1.1KV 3CX120+1CX70+1CX16sqmm,MSEDCL 3CX70+1CX50+1CX16sqmm, Mr. Dilip Singh G.A. E-41 additional ambernath MIDC Anandnagar 12 M/s Vishal Cables Pvt ltd LT AB Cable 7071 Dtd 27.03.2017 3CX50+1CX35+1CX16sqmm 9766442288 Amernath 1.1KV 3CX120+1CX70+1CX16sqmm, 3CX70+1CX50+1CX16sqmm, Mr Bhavik Vora 68, sindhura ind. Estate Masrani lane Halav 13 M/s Ketan Enterprises LT AB Cable 3CX50+1CX35+1CX16sqmm, 3CX16+1CX16+1CX25sqmm, 7070 Dtd 27.03.2017 9833448349 Pool, Kurla Mumabai 3CX35+1CX16+1CX35sqmm 1.1KV 3CX120+1CX70+1CX16sqmm, 3CX70+1CX50+1CX16sqmm, Mr Sumit Kukerja 14 M/s Marco Cable Pvt Ltd LT AB Cable 7069 Dtd 27.03.2017 Plot no A-55-56 strice sinner road, Nasik 3CX50+1CX35+1CX16sqmm 9822508284 1.1KV 3CX120+1CX70+1CX16sqmm, 3CX70+1CX50+1CX16sqmm, Mr Pravin Jain 15 M/s Vardhaman Cables and conductors LT AB Cable 7067 Dtd 27.03.2017 129-C shinoli (BK), Tal chamdawad 3CX50+1CX35+1CX16sqmm 9844070555 Plot No. 33, 34and part of 32 and part of 26 9823027783/839011 AKVN, 16 M/s KJV Alloy conductors PVt Ltd LT AB Cable 1.1KV 3CX25+1CX35+1CX16sqmm, 3CX50+1CX35+1CX16sqmm 35924 dt 1.12.2016 6959 Tapikar Town city Boregaon Dist Chindwara 480106 MP & nagpur Nitin bagrecha Plot no 9 sector -4 IIE SIDCUIL, haridwar-249403 17 M/s Azure switchgear Pvt Ltd LT XLPE Cable 1.1KV 3.5CX120sqmm, 3.5CX185sqmm, 3.5CX240sqmm 8633dt 17.04.2017 9910698987 Uttrakhand

108 Mr. Kadam 18 M/s Dyanmic cables Pvt Ltd HT AB Cable 11KV 3CX95+3CX70sqmm 9165 dtd 24.4.2017 F-260 Roads No 13 V.K.I. area Jaipur-302013 9001096020 1.1KV 3CX120+1CX70+1CX16sqmm, 3CX70+1CX50+1CX16sqmm, Mr Bajaj P.O. Biparannapara, Jalan complex, P.S. domjur, 19 M/s Lumino Industries Ltd LT AB CAble 3CX50+1CX35+1CX16sqmm, 3CX16+1CX16+1CX25sqmm, 19526 dtd 7.8.2017 9830265759 Howrah (WB)-711411 3CX35+1CX16+1CX35sqmm Plot No. 158/163, GIDC, Umbergaon, 20 M/s APAR Industries LT AB CAble 1.1KV 3CX120+1CX70+1CX16sqmm & 3CX70+1CX50+1CX16sqmm 22143 dtd 13.9.2017 Badri Prasad Dist: Valsad, Gujrat 396 171.

Dilshad Wasnik 1.1KV 3CX120+70+16sqmm, 3CX95+70+16sqmm, 3CX70+50+16sqmm, 9926966068 / 11 - D / 1E, Sector - I , Special Industrial 21 M/s Techno Fibre industries LT AB CAble 25306 dtd 13.10.2017 3CX50+35+16sqmm, 3CX25+25+16sqmm Rajendra Gangwal Area, Govindpura, Bhopal - 462023 9322287070 1.1KV 3CX120+70+16sqmm, 3CX70+50+16sqmm, 3CX50+35+16sqmm, 22 M/s Satyam Power Industrial cables LT AB CAble 28035 dtd27.11.2017 3CX25+25+16sqmm Ravi jain Plot no-63, sector-5, IMT Manesar, Dist 23 M/s Grid India Power Cables Pvt Ltd LT AB CAble 1.1KV 3CX70+1CX50+1CX16sqmm, 3CX50+35+16 29302 dtd 30.11.2017 8770586708 Gurgaon, Haryana

1C X 16sq.mm, LT XLPE, Aluminum , PVC sheathed, unarmored cable 1C X 35sq.mm LT XLPE, Aluminum , PVC sheathed, unarmored cable Gala No- 14/15, Hagi Mohammad Ayub Khan 1C X 50sq.mm, LT XLPE, Aluminum , PVC sheathed, Aluminum wire compound, 24 M/s Nemicab Cable Industry cable armored cable 9017 dt 21.04.2018 9167197605. Ajinkya Manicha pada Village, Vasai Phata, 3.5C X 50sq.mm, LT XLPE, Aluminum , PVC sheathed, galvanized wire Vasai(E), Dist-Palghar armored cable

1CX16 sqmm, LT XLPE Aluminium, PVc sheathed unarmred cable, E-41 Additional Ambernath MIDC, Mr. Dilip Singh G.A. 25 M/S Vishal Cables Pvt. LTD cable 1CX35 sqmm, LT XLPE Aluminium, PVc sheathed unarmred cable, 8821 dt 20.04.2018 Anandanagar, Ambernath -421506 9766442288 2C X 4 sq.mm, stranded circular copper conductor, PVC insulated, PVC sheathed, Galvanized round steel wire armored,1100V Grade. 3.5C X 300 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 240 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 185 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 120 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 95 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 70 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC Gala no.18, Ground floor,Mahavir Industrial sheathed, strip armoured,1100V Grade, LT power XLPE cables Estate, 26 M/s. Avni Cable Industries cable 1C X 300 sq.mm, aluminum stranded conductor, XLPE insulated, PVC 23333 dt 01.10.2018 Naik Pada, Waliv Village, Vasai (E), sheathed, aluminumMSEDCL strip armored, 1100V Grade, LT power XLPE cables Dist.Palghar-401208 1C X 240 sq.mm, aluminum stranded conductor, XLPE insulated, PVC sheathed, aluminum strip armored, 1100V Grade, LT power XLPE cables 1C X 185 sq.mm, aluminum stranded conductor, XLPE insulated, PVC sheathed, aluminum strip armored, 1100V Grade, LT power XLPE cables 1C X 150 sq.mm, aluminum stranded conductor, XLPE insulated, PVC sheathed, aluminum strip armored, 1100V Grade, LT power XLPE cables 1C X 120 sq.mm, aluminum stranded conductor, XLPE insulated, PVC sheathed, aluminum strip armored, 1100V Grade, LT power XLPE cables 1C X 90 sq.mm, aluminum stranded conductor, XLPE insulated, PVC sheathed, aluminum strip armored, 1100V Grade, LT power XLPE cables 1C X 70 sq.mm, aluminum stranded conductor, XLPE insulated, PVC sheathed, aluminum strip armored, 1100V Grade, LT power XLPE cables 11KV 3CX300sqmm, 22kV, 3Cx300sqmm 302, 3rd fllor, Akruti Trade center, 27 M/s Ravin Cables Ltd HT cable & 33 kV 3Cx300sqmm , HT XLPE Power cable 15995 dt 27.06.2018 MIDC, Andheri (E), Mumbai 400093

109 Plot No. D-20 Phase-II, Mandideep Industrial 1.1 KV LT AB Devendra Parihar/ 28 M/s Samriddhi Industries LT cable 14198 DT 08.06.2018 Area, Cable as per BIS 14255(1995) 7024212219 Goharganj Dist-Raisen, MadhyaPradesh

Plot No. 33, 34and part of 32 and part of 26 9823027783/839011 AKVN, 29 M/s KJV Alloy conductors PVt Ltd A.B. Cable 1.1 KV LT AB Cable as per BIS 14255(1995) 14196 dt 08.06.2018 6959 Tapikar Town city Boregaon Dist Chindwara 480106 MP & nagpur

G-1- 466-467, Chopanki Industrial area Bhiwadi, 1.1 KV 3CX70+1CX16+1CX50Sqmm & 3CX50+1CX16+1CX35Sqmm LT AB 30 M/s Triakhsh cables PvtLtd LT AB CAble 11850 dtd 24.05.2018 Dist Alwar, Rajastan Cable

SP-919-920 Industrial area Ph-III, 3.5C X 400sq.mm, LT XLPE, Aluminum , PVC sheathed, galvanized strip 31 M/s KEI Industries Ltd LT cable 14199dt 08.06.2018 Bhiwadi, Dist Alwar, Rajastan armored cable 7C X 2.5 sq.mm, stranded circular copper conductor, PVC insulated, PVC sheathed, Galvanized round steel wire,1100V Grade, control cables. 4C X 2.5 sq.mm, stranded circular copper conductor, PVC insulated, PVC sheathed, Galvanized round steel wire,1100V Grade, control cables. 2C X 2.5 sq.mm, stranded circular copper conductor, PVC insulated, PVC sheathed, Galvanized round steel wire,1100V Grade, control cables. LT XLPE Power Cable 3.5C X 300 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC 413C,Vasant Wadi, 4th floor, sheathed, strip armoured,1100V Grade, LT power XLPE cables pradeep balar Romm No-28, Kalbadevi road , 32 M/s. Chandresh Cables Ltd LT cable 20146dt 20..08.2018 3.5C X 240 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC 9322403096 Mumbai- 400002 sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 185 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 150 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 120 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 3.5C X 95 sq.mm, Aluminum stranded conductor, XLPE insulated, PVC

Gala No-1 Indian Corporation building No-27, 3CX95+1CX16+1CX+70sqmm, XLPE insulated Arial bunch Cable Mr Bhavik Vora Mankuli naka, Village Dapoda, Tal- Bhiwandi, 33 M/s Ketan Enterprises LT AB Cable 3CX50+1CX35 sqmm, XLPE insulated Arial bunch Cable 22795 Dtd 26.09.2018 9833448349 Dist Thane. 3CX16+1CX25 sqmm , XLPE insulated Arial bunch Cable

2C X 2.5 sq.mm, solid Aluminium conductor, PVC insulation, PVC sheathed 1.1kV WP cable. 2C X 4.0 sq.mm, stranded Aluminium conductor, PVC insulation, PVC Gala no.18, Ground floor,Mahavir Industrial sheathed 1.1kV WP cable Estate, 34 M/s. Avni Cable Industries cable 2C X 10.0 sq.mm, stranded Aluminium conductor, PVC insulation, PVC Naik Pada, Waliv Village, Vasai (E), MSEDCLsheathed 1.1kV WP cable Dist.Palghar-401208 1C X 10 sq.mm, Aluminum stranded conductor , PVC insulated, PVC sheathed, unarmoured,1100V Grade, LT power PVC cable

2C X 2.5 sq.mm, stranded circular copper conductor, PVC sheathed, Galvanized round steel wire armored,1100V Grade control cables. 74/8-9, Daman Industrial Area, 4C X 2.5 sq.mm, stranded circular copper conductor, PVC sheathed, Village Kadaiya, 35 M/s. Polycab Wires Pvt Ltd cable 22283 dt 19.09.2018 9920457989, anant Galvanized round steel wire armored,1100V Grade control cables. Daman- 396210 12C X 2.5 sq.mm, stranded circular copper conductor, PVC sheathed, Galvanized round steel wire armored,1100V Grade control cables. 19C X 2.5 sq.mm, stranded circular copper conductor, PVC insulated, PVC sheathed, Galvanized round steel wire,1100V Grade, control cables. 413C,Vasant Wadi, 4th floor, 12C X 2.5 sq.mm, stranded circular copper conductor, PVC insulated, PVC pradeep balar Romm No-28, Kalbadevi road , 36 M/s. Chandresh Cables Ltd LT cable sheathed, Galvanized round steel wire,1100V Grade, control cables. 22793 dt 26.09.2018 9322403096 Mumbai- 400002 10C X 2.5 sq.mm, stranded circular copper conductor, PVC insulated, PVC sheathed, Galvanized round steel wire,1100V Grade, control cables.

110 3.5C X 50 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 2C X50 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 1C X 16 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC Gala no.18, Ground floor,Mahavir Industrial sheathed, strip armoured,1100V Grade, LT power XLPE cables Estate, 1C X 35 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC 37 M/s. Avni Cable Industries cable 22275dt 19.09.2018 Naik Pada, Waliv Village, Vasai (E), sheathed, strip armoured,1100V Grade, LT power XLPE cables Dist.Palghar-401208 1C X 50 sq.mm, Aluminum stranded conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables 1C X 16 sq.mm, stranded circular compacted copper conductor , XLPE insulated, PVC sheathed, strip armoured,1100V Grade, LT power XLPE cables

3 C X 400 sq.mm, aluminum conductor, (Class-2) screened, cores laid up, Extruded PVC inner sheathed, galvanized steel wire armored, PVC outer sheath ST-2, 19/33Kv grade, HT XLPE, Power cable A-461/462 & SP-215, M.I.A, Alwar Rajsthan-301030 38 M/s Havells India Ltd, HT cable 3 C X 400 sq.mm, aluminum conductor, (Class-2) screened, cores laid up, 22287dt 19.09.2018 Extruded PVC inner sheathed, galvanized steel wire armored, PVC outer sheath ST-2, 6.35/11Kv grade, HT XLPE, Power cable

3Cx70+1x16+1x50 sqmm, 74/8-9, Daman Industrial Area, 3CX50+1CX16+1CX35sqmm Village Kadaiya, 39 M/s. Polycab Wires Pvt Ltd 1.1 KV LT AB Cable 24995dt 22.10.2018 9920457989, anant 3CX120+1CX16+1CX70sqmm Daman- 396210

3C X 185 Sq.mm, aluminum stranded compacted circular conductor with extruded semiconducting screened cores laid up , extruded PVC inner Yoginagar, Mission Road, sheathed (ST-2) galvanized steel round wire armored, PVC outer sheath(ST- 9819103988 40 M/s Torrent Power Ltd HT cable 24496dt 15.10.2018 Nadiad-387 002, Gujarat 2) 22 kV grade, HT XLPE power Cable. prashant Tiwari

1CX10 sqmm, Aluminium stranded circular conductor, PVC insulated , PVC E-41 Additional Ambernath MIDC, Mr. Dilip Singh G.A. 41 M/S Vishal Cables Pvt. LTD cable sheathed unarmored 1100 V grade LT cable, 28327 dt 07.12.2018 Anandanagar, Ambernath -421506 9766442288 3x95+1x16+1x70 sqmm, , , 3CX35+1CX16+1CX35sqmm 3CX35+1CX16+1CX25sqmm E-41 Additional Ambernath MIDC, 3CX25+1CX16+1CX35sqmm Mr. Dilip Singh G.A. 41 M/S Vishal Cables Pvt. LTD 1.1 KV LT AB Cable 291, dt 03.01.2019 Anandanagar, Ambernath -421506 MSEDCL3CX25+1CX16+1CX25sqmm 9766442288 3CX16+1CX16+1CX25sqmm 3CX50+1CX35sqmm, 3CX16+1CX25 sqmm

3CX120+1CX70+1CX16sqmm 3CX95+1CX70+1CX16sqmm 3Cx70+1Cx50 +1x16 sqmm 3CX50+1CX35+1CX16sqmm I-2182 DSIDC, Indusrial Area, 3CX35+1CX35+1CX16sqmm Narela, Delhi 110040 42 M/s. Naviflex Cable Industries LT A.B.cable 3CX35+1CX25+1CX16sqmm 701, dt 07.01.2019 011-27781709 3CX25+1CX25+1CX16sqmm 3CX50+1CX35 sqmm 3CX16+1CX25sqmm

111 3CX120+1CX70+1CX16sqmm 3CX95+1CX70+1CX16sqmm 3Cx70+1Cx50 +1x16 sqmm 3CX50+1CX35+1CX16sqmm Gala no.18, Ground floor,Mahavir Industrial 3CX35+1CX35+1CX16sqmm Estate, 42 M/s. Avni Cable Industries LT A.B.cable 3CX35+1CX25+1CX16sqmm 1351, dt 14.01.2019 9324638092 Naik Pada, Waliv Village, Vasai (E), 3CX25+1CX25+1CX16sqmm Dist.Palghar-401208 3CX50+1CX35 sqmm 3CX16+1CX25sqmm

Mr Bhavik Vora 68, sindhura ind. Estate Masrani lane Halav 43 M/s Ketan Enterprises LT Cable LT PVC/XLPE armored Power & Control cable /7070 Dtd 27.03.2017 9833448349 Pool, Kurla Mumabai G-1031, DSIDC, Industrial Area, Narela, 1C x 10 sq.mm & 1Cx16 sqmm Aluminium stranded circular, PVC 44 M/s Satyam Power Industrial cables LT CAble 28035 dtd27.11.2017 Delhi-110040 Insulated , PVC outer Sheathed, unarmoured,1100V Grade, LT cable.

Aerial bunched cables (3C X 120 + 1C X16 + 1C X 70,3C X 50 + 1C X35 & 3C 7440969704/ 45 M/s. Kataria Industries Pvt. Ltd., LT A.B.cable 11575 dtd.04.05.2019 34-38 & 44, Industrial Estate, Ratlam-457001. X 16 + 1C X 25 Sq.mm) B.S.Shukla

1C X 35 sq.mm, 1C X 16 sq.mm, 1C X 10 sq.mm Aluminum, stranded 46 M/s. Maruti wires and cable Industries LT CAble 11452 dtd.03.05.2019 Kalher village, Bhiwandi cables, XLPE insulated, PVC sheathed, Un-Armoured,1100V Grade

, Unit no.5 & 6, Valram Ashish Industrial Estate, LT CAble 1) 2C X 2.5 sq.mm, 2C X 4 sq.mm, 2C X 10 sq.mm, Weather Proof Ravi Jain/ s.no 36, H.No:14, New Dhumal Nagar, Waliv 47 M/s. Plutus Cable india LLP cables 17778 dt. 26.06.19 9345505050 Village, Vasai (E) -401202, Dist. Palghar

MSEDCL

112 Approved list of Vendors for DDUGJY & IPDS for Level -II Distribution Transformer

Vendor Received Sr. No. Name Product Rating Approved on Contact no. Adress Email ID on Survey no 102 &103 Plot no. 11- CE/Infra- 13-173/15/15A/20/21, sifco M/s Transcon Distribution Devraj [email protected]/ 1 1378 100 KVA 11/0.433Kv 19.8.2016 II/Vendor/1439/31 Road, APIE, Balanagar Industries Transformer 9705151394 [email protected] 152 dt 14.10.2016 Hydrabad 500037, telangana state

M/s Kanyaka CE/Infra- 321 Manjeera Majestic Distribution Devraj 2 1379 Parmeshwari 100 KVA 11/0.433Kv 19.8.2016 II/Vendor/31153 dt commercial, JNTU Hitech city [email protected] Transformer 9705151394 Engineering Ltd 14.10.2016 road, KPHB, hydrabad-500072

CE/Infra- Disrtibution Kartik D-4, 4/1Phase-V, IDA, 3 1392 Hi power 63KVA 11/0.433KV 2.11.2016 II/Vendor/35003 dt [email protected] Transformer 9652180185 Patancheru, Medak Dist. 24.11.2016

63KVA CE/Infra- Survey no 102 &103 Plot no. 11- M/s Transcon 63KVA Distribution Devraj [email protected]/ 4 1378 Distribution 1.11.2016 II/Vendor/320003 13-173/15/15A/20/21, sifco Industries Transformer 11/0.433KV 9705151394 [email protected] Transformer dt 21.10.2016 Road, APIE, Balanagar

100KVA CE/Infra- M/s Marsons Electrical Asa Dev [email protected], 5 1175 Distribution 100KVA 11/0.433KV 28.10.2016 II/Vendor/37723 dt Mathura road, artoni Industries 9528533773 [email protected] Transformer 23.12.2016

M/s Kanyaka CE/Infra- 321 Manjeera Majestic Distribution 63KVA Distribution Devraj 6 1379 Parmeshwari 19.8.2016 II/Vendor/38219 dt commercial, JNTU Hitech city [email protected] Transformer Transformer 11/0.433KV 9705151394 Engineering Ltd 31.12.2016 road, KPHB, hydrabad-500072 CE/Infra- M/s Tesla Distribution 25, 63KVA 11/0.433KV Sachin jain 30-Bindustrial area [email protected], 7 1168 II/Vendor/1088 dt Transformers Ltd Transformer Distribution Transformer 9755571596 Govindpura, Bhopal 462023 [email protected] 17.01.2017 63KVA, 100KVA CE/Infra- Ramkrisha Electricals Distribution Sarang 8 1183 Distribution Transformer II/Vendor/1087 dt N-5 hingana road MIDC Nagpur [email protected] Ltd Transformer 9011019849 11/0.433KV MSEDCL17.01.2017 Plot No. 33, 34and part of 32 63, 100KVA, 11/0.433KV, CE/Infra- 9823027783/8 and part of 26 AKVN, JDS Transformers Distribution 9 1128 Level-II Distribution 6.10.2016 II/Vendor/2262 Dt 390116959 Town city Boregaon Dist [email protected] Industries PVT Ltd Transformer Transformer 31.1.2017 Tapikar Chindwara 480106 MP & nagpur 11/0.433 63, 100, 200KVA CE/Infra- Kaustubh plot gate no 945 Ispat road, M/s Silverline Electrical Distribution [email protected], 10 1226 Level-II Distribution II/Vendor/3637 Taware sasanwadi, Tal- shirur Dist PVt Ltd Transformer [email protected] TRansformer Dt14.02.2017 9970195048 Pune 412208

113 M/s Natioanal Electrical 25, 63,100, 200KVA Level- CE/Infra- Distribution Kamal Patawari 11 1203 Equipments II Distribution II/Vendor/13163 134 Industraial area , Jhotwara [email protected] Transformer 9768083660 Corporation Transformer dtd 25.5.2017 Nitin Ingale CE/Infra- M/s Rajesh Electro Distribution 63, 100, 200KVA Level-II 9822063318/ G-88 MIDC Road area Ajanta [email protected]/ 12 1738 II/Vendor/13162 fabricators & supplioers Transformer Distributuion Transformet R.K.Gangawal road Jaalgaon [email protected] dtd 25.5.2017 9322287070 Plot No. 33, 34and part of 32 25KVA, 11/0.433KV, Level- CE/Infra- 9823027783/8 and part of 26 AKVN, JDS Transformers Distribution 13 1128 II Distribution 6.10.2016 II/Vendor/15140 Dt 390116959 Town city Boregaon Dist [email protected] Industries PVT Ltd Transformer Transformer 20.6.2017 Tapikar Chindwara 480106 MP & nagpur 100KVA 11/0.433KV Level- CE/Infra- Distribution Sunil D-189/2 MIDC shendra Dist 14 1789 M/s Sunil Indisries II Distribution II/Vendor/17831 [email protected] Transformer 9860060023 Aurangabad Transformer dtd 21.07.2017 63KVA, 100KVA CE/Infra- Pravin Plot no 149 18th K.M. stone Distribution 15 1640 M/s Bharat electrical 11/0.433KV Distribution II/Vendor/18687 Meshram amravati road gondkhairy [email protected] Transformer Transformer dtd 28.7.2017 9822552877 Nagpur CE/Infra- 100KVA & 200KVA II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution Pandit 16 1040 22/0.433KV Distrbution 49/16754 II/Vendor/18835 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer 9870649003 Transformer dtd10.7.201 dtd 29.7.2017 Mumbai 400 701 7 100KVA, 200KVA CE/Infra- Ganesh Nikam Gut No 423, Medankarwadi, M/s Lamco Distribution 17 1912 11/0.433KV Level-II II/Vendor/20171 9850310015/8 Chakan-Alndi road, chukan, Dist- Transformers Pvt Ltd Transformer Distributuion Transformer dtd 16.8.2017 975396610 Pune 410501

M/s Shree Datta 25KVA, 63KVA, 100KVA CE/Infra- Distribution Sayajirap mane Gat no-265 Datta nagar , Shirol 18 2038 Electricals engineering 11/0.433KV, Level-II II/Vendor/20631 [email protected] Transformer 9822043719 Kolapur & Contractors Distribution Transformer dtd 22.8.2017 Special Design CE/Infra- Santosh Plot no 16 Gut 281/1 M/s Manisha Engineers Special Design 19 1916 Transormers 30AMp II/Vendor/20400 Kandhare Ghotawade Phata at Kasar [email protected] Pvt Ltd Transormers 6.64/10.21KV dtd21.8.2017 8888844536 Amboli, Tal Mulashi CE/Infra- 63, 100KVA & 200KVA II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution Pandit 20 1040 11/0.433KV Distrbution 49/16754 II/Vendor/20741 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer 9870649003 Transformer dtd10.7.201 dtd 238.2017 Mumbai 400 701 7 315/2, plot no -8, chatra shahu 100KVA 11/0.433KV Level- CE/Infra- Distribution Co. op Industrial area, 21 1302 M/s J.K. Electricals II Distribution II/Vendor/21609 [email protected] Transformer agarbhag, Tal shirol, dist- Transformer dtd 7.9.2017 MSEDCLKolhapur. 630KVA, 200KVA CE/Infra- Ramkrisha Electricals Distribution Sarang 22 1183 Distribution Transformer II/Vendor/23874 dt N-5 hingana road MIDC Nagpur [email protected] Ltd Transformer 9011019849 11/0.433KV 28.09.2017 Distribution Transformer CE/Infra- Distribution 100KVA 11/0.433KV & Chintan Shah A/1 Vasai Taluka industrial Co. 23 1352 M/s Deltron Electricals II/Vendor/23258 [email protected] Transformer 100KVA 200KVA 9833522612 Op Estate Ltd Gauripada, Vasai dtd 25.9.2017 22/0.433KV Distribution Transformer CE/Infra- Plot NO 4&5, Gut no 300& 306 M/s Vision Vidyut Distribution 200KVA 11/0.433KV & Vaishali Thorat [email protected]/ 24 1053 II/Vendor/24989 rucha Industrial complex at Engineers Pvt Ltd Transformer 100KVA, 200KVA 9768022218 [email protected] dtd 11.10.2017 lahe Tal Shahapur Dist Pune 22/0.433KV Nitin Ingale 100, 200KVA CE/Infra- M/s Rajesh Electro Distribution 9822063318/ G-88 MIDC Road area Ajanta [email protected]/ 25 1738 22/0.433KVLevel-II II/Vendor/25313 fabricators & supplioers Transformer R.K.Gangawal road Jaalgaon [email protected] Distributuion Transformet dtd 13.10.2017 9322287070

114 25KVA, 63KVA, Near Bharat gas bottling plant M/s Shree swami CE/Infra- Anirudhha Distribution 100KVA,200KVA solapur-pune Highway no 9GAt 26 2027 samarth Electrical II/Vendor/24085 Kulkarni Transformer 11/0.433KVA Level-II no191 Chichpokali MIDC Industries dtd 6.10.2017 9822022955 Distributiuon Transformer solapur

25KVA, 63KVA, CE/Infra- Distribution 100KVA,200KVA Shriram Shinde Plot No h-23/1/3 MIDC, waluj 27 1075 M/s Digvijay Industries II/Vendor/253146 [email protected] Transformer 11/0.433KVA Level-II 93256210954 Aurangabad -431136 dtd 13.10.2017 Distributiuon Transformer

25KVA, 63KVA, Survey No 313 Plot no 38, CE/Infra- M/s Electro-Tech Distribution 100KVA,200KVA 9822647170 Khandelwal compound, 28 1327 II/Vendor/1363/25 [email protected] Transmission Pvt Ltd Transformer 11/0.433KVA Level-II Mrv Atul Tated Nemwar road, Plda Indore 315 dtd 13.10.2017 Distributiuon Transformer (M.P.)-452 020 CE/Infra - Distribution Transformer CE/Infra- Ashok Gat no.392 plot no 4/1 urwade M/s Transfab Power Distribution II/vendor/2 29 1634 63KVA , 100KVA II/Vendor/27292 Mondekar road, urwade Tal Mulshi Dist [email protected] Pvt Ltd Transformer 7291 dtd 11/0.433KV dtd 8.11.2017 08605018977 Pune -412 108 8.11.2017 M/s Rajsthan Distribution Transformer CE/Infra- Distribution Arun Parik E-346, Road No16, VKI area, 30 1040 Thransformers & 200KVA , 100KVA II/Vendor/28851 [email protected] Transformer 9414072846 Jaipiur 302013 switchgears 11/0.433KV dtd 24.11.2017 Distribution Transformer CE/Infra- C-1 Functional electronics M/s D'rona Rohitra Pvt Distribution 31 1293 200KVA 22/0.433KV , II/vendor/28954 dtd 9970096969 industrial estate MIDC, , [email protected] Ltd Transformer 100KVA 11/0.433KV 27.11.2017 Pune Pin-411026 CE/Infra - Distribution Transformer CE/Infra- Ashok Gat no.392 plot no 4/1 urwade M/s Transfab Power Distribution II/vendor/2 32 1634 200KVA , 100KVA II/Vendor/28651dtd Mondekar road, urwade Tal Mulshi Dist [email protected] Pvt Ltd Transformer 7291 dtd 22/0.433KV 23.11.2017 08605018977 Pune -412 108 8.11.2017 CE/Infra - Distribution Transformer CE/Infra- Distribution II/vendor/2 Nitin Navlakhe Babhale, MIDC (NArmda), Tal 33 1257 M/s Kalika Indistries 200KVA , 100KVA II/Vendor/26330 [email protected] Transformer 7291 dtd 7350022122 Shidkheda Dist -Dhule 11/0.433KV dtd 27.10.2017 8.11.2017 100KVA 11/0.433KV Level- CE/Infra- M/s Highrise Distribution S-82, MIDC, Hingana Industrial 34 1271 II Distribution II/Vendor/30031 Transformers Transformer area Nagpur-440016 Transformer dtd 8.12.2017 100KVA 11/0.433KV, CE/Infra- Sandesh M/s MSC Transformers Distribution E-18/2 MIDC, Tal - 35 1326 22/0.433KV Level-II II/Vendor/1820/00 chavan [email protected] Pvt Ltd Transformer purandar, dist pune 412303 Distribution Transformer 018 dtd 1.1.2018 9960655777

63KVA, 100KVA MSEDCLCE/Infra- M/s Super Power Distribution Chetan Panchal R-427/7, TTC, MIDC area, 36 1043 22/0.433KV Level-II II/Vendor/1705 dtd [email protected] equipments Pvt Ltd Transformer 9892867111 Rabale 400701 Distribution Transformer 23.1.2018 CE/Infra- M/s Tesla Distribution 200KVA 11/0.433KV Sachin jain 30-Bindustrial area [email protected], 37 1168 II/Vendor/2133 dt Transformers Ltd Transformer Distribution Transformer 9755571596 Govindpura, Bhopal 462023 [email protected] 31.1.2017 CE/Infra- Pravin Plot no 149 18th K.M. stone Distribution 200KVA 11/0.433KV 38 1640 M/s Bharat electrical II/Vendor/2631 Meshram amravati road gondkhairy [email protected] Transformer Distribution Transformer Dt04.02.2017 9822552877 Nagpur Plot No. 33, 34and part of 32 200KVA, 11/0.433KV, CE/Infra- 9823027783/8 and part of 26 AKVN, JDS Transformers Distribution 39 1128 Level-II Distribution 6.10.2016 II/Vendor/4137 Dt 390116959 Town city Boregaon Dist [email protected] Industries PVT Ltd Transformer Transformer 22.02.2017 Tapikar Chindwara 480106 MP & nagpur

115 200KVA 22/0.433KV Level- CE/Infra- M/s Super Power Distribution Chetan Panchal R-427/7, TTC, MIDC area, 40 1043 II Distribution II/Vendor/8668 Dt [email protected] equipments Pvt Ltd Transformer 9892867111 Rabale 400701 Transformer 17.04.2017 200KVA 11/0.433KV Level- CE/Infra- Distribution Sunil D-189/2 MIDC shendra Dist 41 1789 M/s Sunil Indisries II Distribution II/Vendor/696/149 [email protected] Transformer 9860060023 Aurangabad Transformer 38 Dt 19.06.2017 200KVA , 100KVA CE/Infra- M/s Tesla Distribution Sachin jain 30-Bindustrial area [email protected], 42 1168 11/0.433KV Distribution II/Vendor/18378 Transformers Ltd Transformer 9755571596 Govindpura, Bhopal 462023 [email protected] Transformer dtd 26.7.2017 CE/Infra- Santosh Plot no 16 Gut 281/1 M/s Manisha Engineers Distribution 200KVA , 11/0.433KV 43 1916 II/Vendor/19114 Kandhare Ghotawade Phata at Kasar [email protected] Pvt Ltd Transformer Distribution Transformer dtd 02.08.2017 8888844536 Amboli, Tal Mulashi 315KVA, 630KVA Nitin Ingale 11/0.433KV &315KVA, CE/Infra- M/s Rajesh Electro Distribution 9822063318/ G-88 MIDC Road area Ajanta [email protected]/ 44 1738 630KVA 22/0.433KV Level- II/Vendor/19758 fabricators & supplioers Transformer R.K.Gangawal road Jaalgaon [email protected] II Distributuion dtd 9.8.2017 9322287070 Transformer CE/Infra- II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution 315KVA 22/0.433KV Pandit 45 1040 49/16754 II/Vendor/208818 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer Distrbution Transformer 9870649003 dtd10.7.201 dtd 24.8.2017 Mumbai 400 701 7 200KVA 11/0.433KV Level- CE/Infra- M/s Mahashkti energy Distribution Murali Pillaim A-8 New Focal Point, Dabawali 46 1281 II Distribution II/Vendor/208819 [email protected] Ltd Transformer 9819855997 road, Bhatinda Punjab Transformer dtd 24.8.2017 200KVA 11/0.433KV Level- CE/Infra- Sandesh M/s MSC Transformers Distribution E-18/2 MIDC, jejuri Tal - 47 1326 II Distribution II/Vendor/1009/ chavan [email protected] Pvt Ltd Transformer purandar, dist pune 412303 Transformer 19529 dtd 7.8.2017 9960655777 Distribution Transformer CE/Infra- Plot NO 4&5, Gut no 300& 306 M/s Vision Vidyut Distribution 315KVA 630KVA Vaishali Thorat [email protected]/ 48 1053 II/Vendor/24988 rucha Industrial complex at Engineers Pvt Ltd Transformer 11/0.433KV & 1000KVA 9768022218 [email protected] dtd 11.10.2017 lahe Tal Shahapur Dist Pune 22/0.433KV Distribution Transformer CE/Infra- Plot NO 4&5, Gut no 300& 306 M/s Vision Vidyut Distribution 315KVA 630KVA Vaishali Thorat [email protected]/ 49 1053 II/Vendor/24987 rucha Industrial complex at Engineers Pvt Ltd Transformer 22/0.433KV & 1000KVA 9768022218 [email protected] dtd 11.10.2017 lahe Tal Shahapur Dist Pune 22/0.433KV 200KVA 11/0.433KVLevel- CE/Infra- M/s PVN Transformers Distribution Plo no W-32 (B), MIDC, Ambad 50 1998 II Distributuion II/Vendor/24085 [email protected] & electricals Transformer Dist Nasik Transformet dtd 6.10.2017

CE/Infra- Plot NO 4&5, Gut no 300& 306 M/s Vision Vidyut Distribution Distribution Transformer Vaishali Thorat [email protected]/ 51 1053 II/Vendor/28850 rucha Industrial complex at Engineers Pvt Ltd Transformer 1000KVA 11/0.433KV & MSEDCL9768022218 [email protected] dtd 24.11.2017 lahe Tal Shahapur Dist Pune CE/Infra- 315KVA 630KVA II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution 11/0.433KV , 630KVA Pandit 52 1040 49/16754 II/Vendor/28652 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer 22/0.433KV Distrbution 9870649003 dtd10.7.201 dtd 23.112017 Mumbai 400 701 Transformer 7 CE/Infra- M/s Akshaya 315KVA 630KVA II/Vendor/8 CE/Infra- Distribution Plot no-81 Taloja MIDC, Dist 53 1138 Engineering works Pvt 22/0.433KV Distrbution 49/16754 II/Vendor/28034 Suhas sadam [email protected] Transformer Raigad 410208 Ltd Transformer dtd10.7.201 dtd 27.11.2017 7 CE/Infra- 1000KVA 11/0.433KV , II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution Pandit 54 1040 1000KVA 22/0.433KV 49/16754 II/Vendor/29301 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer 9870649003 Distrbution Transformer dtd10.7.201 dtd 30.11.2017 Mumbai 400 701 7

116 Distribution Transformer CE/Infra- Distribution Chintan Shah A/1 Vasai Taluka industrial Co. 55 1352 M/s Deltron Electricals 315KVA 11/0.433KV & II/Vendor/30032 [email protected] Transformer 9833522612 Op Estate Ltd Gauripada, Vasai 630KVA 22/0.433KV dtd 8.12.2017 CE/Infra- 315KVA & 630KVA II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution 11/0.433KV , 630KVA Pandit 56 1040 49/16754 II/Vendor/30260 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer 22/0.433KV Indoor 9870649003 dtd10.7.201 dtd 8.12.2017 Mumbai 400 701 Distrbution Transformer 7 CE/Infra- 1000KVA 11/0.433KV , II/Vendor/8 CE/Infra- Plot no R-457,n TTC Industrial M/s Telawne Power Distribution 1000KVA 22/0.433KV Pandit 57 1040 49/16754 II/Vendor/30259 area, MIDC, Rebale, Navi [email protected] equipments PVT Ltd Transformer Indoor Distrbution 9870649003 dtd10.7.201 dtd 8.12.2017 Mumbai 400 701 Transformer 7 M/s Tecmag 200KVA CE/Infra- Sondongiri Marg Hirapur Distribution 58 1353 Transformer Indua Pvt 11/0.433KVDistrbution II/Vendor/00775 Jarwau, raipur, Chattisgarh 492 Transformer ltd Transformer dtd 9.1.2018 099 M/s Natioanal Electrical 315KVA 11/0.433KV Level- CE/Infra- Distribution Kamal Patawari 59 1203 Equipments II Distribution II/Vendor/30608 134 Industraial area , Jhotwara [email protected] Transformer 9768083660 Corporation Transformer dtd 14.12.2017 Distribution Transformer CE/Infra- Plot NO 4&5, Gut no 300& 306 M/s Vision Vidyut Distribution 315KVA 630KVA Vaishali Thorat [email protected]/ 60 1053 II/Vendor/31409 rucha Industrial complex at Engineers Pvt Ltd Transformer 11/0.433KV & 1000KVA 9768022218 [email protected] dtd 22.12.2017 lahe Tal Shahapur Dist Pune 22/0.433KV Indoor Distribution CE/Infra- Plot NO 4&5, Gut no 300& 306 M/s Vision Vidyut Distribution Transformer 315KVA Vaishali Thorat [email protected]/ 61 1053 II/Vendor/1777/31 rucha Industrial complex at Engineers Pvt Ltd Transformer 630KVA 22/0.433KV & 9768022218 [email protected] 408 dtd 22.12.2017 lahe Tal Shahapur Dist Pune 1000KVA 11/0.433KV Distribution Transformer CE/Infra - CE/Infra- Ashok Gat no.392 plot no 4/1 urwade M/s Transfab Power Distribution 200KVA , 11/0.433KV , II/vendor/2 62 1634 II/Vendor/19 dtd Mondekar road, urwade Tal Mulshi Dist [email protected] Pvt Ltd Transformer 630KVA, 315KVA 7291 dtd 1.1.2018 08605018977 Pune -412 108 22/0.433KV 8.11.2017 CE/Infra- S No 229/2 behind Rajiv gandhi Distribution 200KVA 11/0433KV 63 2161 M/s Static Electricals II/Vendor/1820/00 Infor tech Park Phase-I Transformer Distribution Transformer 108 dtd 1.1.2018 Hinjewadi {Pune CE/Infra- M/s Konark Distribution 200KVA 11/0433KV Plot no 2MAukinagar Risod 64 2015 II/Vendor/1317 dtd 8698222555 [email protected] Tranasformers Transformer Distribution Transformer road Dist washim 18.1.2018 CE/Infra- Distribution 200KVA 22/0433KV 65 1355 M/s Hitek Tranpower II/Vendor/1477 dtd Transformer Distribution Transformer 20.1.2018 CE/Infra- M/s Highrise Distribution 200KVA 11/0433KV 66 1656 MSEDCLII/Vendor/2108 dtd TRansformers Transformer Distribution Transformer 31.1.2018 CE/Infra- Ramkrisha Electricals Distribution 315KVA Distribution Sarang 67 1183 II/Vendor/23874 dt N-5 hingana road MIDC Nagpur [email protected] Ltd Transformer Transformer 11/0.433KV 9011019849 28.09.2017 CE/Infra - CE/Infra- Ashok Gat no.392 plot no 4/1 urwade M/s Transfab Power Distribution Distribution Transformer II/vendor/2 68 1634 II/Vendor/5772 dtd Mondekar road, urwade Tal Mulshi Dist [email protected] Pvt Ltd Transformer 315KVA 11kV/0.433KV 7291 dtd 17.03.2018 08605018977 Pune -412 108 8.11.2017 Distribution Transformer CE/Infra- M/s Super Power Distribution Chetan Panchal R-427/7, TTC, MIDC area, 69 1043 315KVA 11kV/0.433KV & II/Vendor/1035dtd [email protected] equipments Pvt Ltd Transformer 9892867111 Rabale 400701 22/kV/433V 16.05.2018 CE/Infra- M/s Transdelta Distribution 63KVA Distribution 0240-2482427, 70 1400 II/Vendor/1350dtd B-8&9, MIC area, Chakalthana, [email protected] Transformers Transformer Transformer 22/0.433KV 2482643 19.05.2018 Aurangabad, 431006

117 CE/Infra- 100 & 200KVA Mahesh M/s Translite Energy Distribution II/Vendor/DDU- Plot No 57 Phase-I IDA Jeedieta 71 2148 Distribution Transformer Hasorikar Ltd Transformer IPDS/9010, dtd Qutubullapur (M) R.R. dist 11/0.433KV 7799887218 21.04.2018 25KVA Distribution CE/Infra- M/s Transdelta Distribution 0240-2482427, 72 1400 Transformer 211kV/√3, II/Vendor/1349dtd B-8&9, MIC area, Chakalthana, [email protected] Transformers Transformer 2482643 250V Single phase 19.05.2018 Aurangabad, 431006 315/2, plot no -8, chatra shahu 200KVA 11/0.433KV Level- CE/Infra- Distribution Co. op Industrial area, 73 1302 M/s J.K. Electricals II Distribution II/Vendor/42342dtd [email protected] Transformer agarbhag, Tal shirol, dist- Transformer 27.02.2018 Kolhapur. Plot no-C/15, Maharana Pratap CE/Infra- M/s Megha Distribution chouk, 74 1455 II/Vendor/7051dtd 7972364418 Electromech Transformer 63KVA, 100 KVA & 25KVA, MIDC Walunj, Aurangabad 03.04.2018 11/0.433 KV Level-II, CE/Infra- M/s Narsinha Distribution 11KV/0.433KV, 100KVA & 75 2274 II/Vendor/8542dtd Engineering Wor Transformer 200 KVA CRGO core Plot no-E-35, MIDC, Nanded – 18.04.2018 Aluminium winding, Level-2 431603 CE/Infra- M/s Transdelta Distribution 100KVA Distribution 0240-2482427, 76 1400 II/Vendor/8067dtd B-8&9, MIC area, Chakalthana, [email protected] Transformers Transformer Transformer 22/0.433kV 2482643 12.04.2018 Aurangabad, 431006 Plot No. 18, Gut No.12, 16 & 25KVA Distribution CE/Infra- Jogeshwari, M/s Mahavir Electricals Distribution 9822647170, 77 1414 Transformer 211kV/√3, II/Vendor/10321dtd MIDC Area, Waluj, [email protected] & Engineers. Transformer 9657709013 250V Single phase 07.05.2018 Aurangabad – 431 136

CE/Infra - CE/Infra- Distribution Distribution Transformer II/vendor/2 Nitin Navlakhe Babhale, MIDC (NArmda), Tal 78 1257 M/s Kalika Indistries II/Vendor/4337 dtd [email protected] Transformer 25 & 63kVA 11/0.433KV 7291 dtd 7350022122 Shidkheda Dist -Dhule 28.02.2018 8.11.2017 CE/Infra- Distribution Distribution Transformer Sunil D-189/2 MIDC shendra Dist 79 1789 M/s Sunil Indisries II/Vendor/7581 dtd [email protected] Transformer 25 & 63kVA 11/0.433KV 9860060023 Aurangabad 07.04.2018 B – 137, MIDC, Malegaon, Ta- Distribution Transformer CE/Infra- M/s. Nashik Power Distribution Sinner , 80 1409 63, 100 & 200kVA II/Vendor/8705dtd 9322287070 [email protected] Equipments Transformer Dist. Nashik 11/0.433KV 19.04.2018

Gat No.1403, Near Mahalaxmi CE/Infra- M/s Span Electricals Distribution Distribution Transformer 9234511125, Industrial Area Estate, 81 2234 II/Vendor/8116dtd [email protected] LLP Transformer 100kVA 11/0.433KV 7719806123 Balaji Industries, Sonawane vasti, MSEDCL13.04.2018 Chikali,,Pune-411 062

100KVA, 22/0.433KV CE/Infra- Ganesh Nikam Gut No 423, Medankarwadi, M/s Lamco Distribution 82 1912 Level-II Distributuion II/Vendor/11740 9850310015/8 Chakan-Alndi road, chukan, Dist- Transformers Pvt Ltd Transformer Transformer dtd 23.05.2018 975396610 Pune 410501 Nitin Ingale 25 & 63 KVA, 22/0.433kV CE/Infra- M/s Rajesh Electro Distribution 9822063318/ G-88 MIDC Road area Ajanta [email protected]/ 83 1738 Level-II Distributuion II/Vendor/8164dtd fabricators & supplioers Transformer R.K.Gangawal road Jaalgaon [email protected] Transformet 13.04.2018 9322287070 315KVA 11/0.433KV, CE/Infra- Sandesh M/s MSC Transformers Distribution E-18/2 MIDC, jejuri Tal - 84 1326 Level-II Distribution II/Vendor/4182 dtd chavan [email protected] Pvt Ltd Transformer purandar, dist pune 412303 Transformer 26.02.2018 9960655777 315KVA 22/0.433KV, CE/Infra- Sandesh M/s MSC Transformers Distribution E-18/2 MIDC, jejuri Tal - 85 1326 Level-II Distribution II/Vendor/4235 dtd chavan [email protected] Pvt Ltd Transformer purandar, dist pune 412303 Transformer 27.02.2018 9960655777

118 11KV/0.433KV 63 KVA, CE/Infra- Plot No- F-674, Phase-II, RIICO M/s Vardhaman Distribution 86 1199 100KVA, & 315 KVA, Level- II/Vendor/17373 gangwal Industrial Area, Electromech Pvt Ltd Transformer II BIS Distribution dtd 19.07.2018 Sitapur, Jaipur- 302022 (Rajastan) Transformer 63 KVA , 100KVA & CE/Infra- M/s Transenergy Distribution 630KVA, 22KV/0.433 KV 9552585608 Gut No-421, Plot No-12, 87 2190 II/Vendor/14533 Equipments Pvt Ltd Transformer Level-II BIS Distribution Santosh thorat Medankar wadi, Gavte vasti, dtd 14.06.2018 Transformer Alandiphata, Chakan, Dist Pune 200kVA 11kV/433V, Level- CE/Infra- Distribution 88 2391 M/s Power Industries 2, BIS Distribution II/Vendor/14038 C-18, MIDC Supa, Tal-Parner, Transformer Transformer dtd 07.06.2018 Ahmadnagar, 414003

Survey No773, opp M/s Kanyaka 11KV/√3,250 V, 25KVA CE/Infra- Ganeshmandir, Rudraram, Distribution Devraj 89 1379 Parmeshwari Single Phase Dist. 19.8.2016 II/Vendor/13655 Patancheru, Dist-Medak [email protected] Transformer 9705151394 Engineering Ltd Transformers dtd 02.06.2018 Telanagana

11/0.433 KV, 100kVA, CE/Infra- W-92, Brijwadi road, MIDC M/s Sabka Transformer Distribution 200KVA Level-II, as per Rathod, 90 1199 II/Vendor/13654 Industrial Area, Pvt Ltd Transformer BIS 1180 Part-I 2014 9665066650 dtd 02.06.2018 Chikalthana, Aurangabad Distribution Transformers

630 kVA, 11/0.433 KV, CE/Infra - CE/Infra- Ashok Gat no.392 plot no 4/1 urwade M/s Transfab Power Distribution Level-II, as per BIS 1180 II/vendor/2 91 1634 II/Vendor/13653 Mondekar road, urwade Tal Mulshi Dist [email protected] Pvt Ltd Transformer Part-I 2014 Outdoor 7291 dtd dtd 02.06.2018 08605018977 Pune -412 108 Distribution Transformers 8.11.2017 CE/Infra- Ganesh Nikam Gut No 423, Medankarwadi, M/s Lamco Distribution 22kV/433V, 100kVA Level- 92 1912 II/Vendor/11740dtd 9850310015/8 Chakan-Alndi road, chukan, Dist- Transformers Pvt Ltd Transformer II 2305.2018 975396610 Pune 410501 Plot No-11 & 12, Dewan Udyog nagar, CE/Infra- M/s Allianz Distribution 200kVA 11kV/433V BIS Level- Chintu pada, Mahim village, 93 1073 II/Vendor/17365dtd Transformers Pvt Ltd Transformer 2 Palghar west, 19.07.2018 Palghar 401404

25KVA, 63KVA, CE/Infra- M/s PVN Tranformers & Distribution Plot no W-32 (B), MIDC, Ambad 94 1998 100KVA, 11/0.433KV, II/Vendor/17705dtd Electrical Transformer Dist. Nasik Level-II BIS 23.07.2018 22kV/433V, 63kVA ,, level-MSEDCLS No 229/2 behind Rajiv gandhi Distribution CE/Infra-II/Vendor/ 95 2161 M/s Static Electricals II Distribution 8007776899 Infor tech Park Phase-I Transformer dtd 06.10.2018 Transformers Hinjewadi {Pune CE/Infra- Distribution 63 kVA, 22kV/433V, & 63 Chintan Shah A/1 Vasai Taluka industrial Co. 96 1352 M/s Deltron Electricals II/Vendor/23654dtd [email protected] Transformer kVA, 11kV/433V 9833522612 Op Estate Ltd Gauripada, Vasai 05.10.2018 CE/Infra- Distribution Chintan Shah A/1 Vasai Taluka industrial Co. 97 1352 M/s Deltron Electricals 11kV/433V, 630 KVA II/Vendor/23652 [email protected] Transformer 9833522612 Op Estate Ltd Gauripada, Vasai dtd 05.10.2018 CE/Infra- Distribution Chintan Shah A/1 Vasai Taluka industrial Co. 98 1352 M/s Deltron Electricals 22kV/433V, 315 KVA II/Vendor/23653 [email protected] Transformer 9833522612 Op Estate Ltd Gauripada, Vasai dtd 05.10.2018 11kV/433V, 200KVA CE/Infra- Distribution Chintan Shah A/1 Vasai Taluka industrial Co. 99 1352 M/s Deltron Electricals Distribution Transformers, II/Vendor/23655td [email protected] Transformer 9833522612 Op Estate Ltd Gauripada, Vasai as per Level-II 25.9.2017

119 CE/Infra- C-18, MIDC Supa, Tal-Parner, Distribution 25kVA, 63 kVA & 100kVA 100 2391 M/s Power Industries II/Vendor/21524 Ahmadnagar, 414003 Transformer 11kV/433V, Level-2 dtd 07.09.2018 100KVA, 22kV/433V & CE/Infra- Santosh Plot no 16 Gut 281/1 M/s Manisha Engineers Distribution 101 1916 315kVA 11kV/433V Level- II/Vendor/18444dtd Kandhare Ghotawade Phata at Kasar [email protected] Pvt Ltd Transformer II 31.07.2018 8888844536 Amboli, Tal Mulashi 16KVA, 25KVA Nitin Ingale CE/Infra- M/s Rajesh Electro Distribution 22kV/433V & 9822063318/ G-88 MIDC Road area Ajanta [email protected]/ 102 1738 II/Vendor/24996 fabricators & supplioers Transformer 16KVA, 25KVA R.K.Gangawal road Jaalgaon [email protected] dtd 22.10.2018 11kV/433V 9322287070 16 kVA & 25 kVA, 11kV/433V Level-II, as per CE/Infra- Distribution Shriram Shinde Plot No h-23/1/3 MIDC, waluj 103 1075 M/s Digvijay Industries BIS 1180 Part-I 2014 II/Vendor/1612/28 [email protected] Transformer 93256210954 Aurangabad -431136 sealed type Distribution 812 dtd 07.12.2018 Transformer

22kV/433V, 630 KVA CE/Infra - Gat No- 321-E, A/P Shirwal, CE/Infra- M/s Nissar Distribution Distribution Transformers, II/vendor/1 Vishal- Naigaon Road, Tal- , 104 2371 II/Vendor/1482/25 Transformers Pvt Ltd. Transformer as per Level-II, BIS 1180 6679dtd 9423208797 Dist Satara-412801 609 dtd 29.10.2018 Part-I 2014 09.06.2018

22kV/433V, 315 KVA CE/Infra - CE/Infra- Plot No-E-/1/1to5, Radheshyam M/s Damsa Vidyut Distribution Distribution Transformers, II/vendor/1 9892026369, 105 II/Vendor/1483/25 Industrial complex, Asangaon, [email protected] Appliances Pvt Ltd Transformer as per Level-II, BIS 1180 6679dtd Deepesh 610 dtd 29.10.2018 Shahapur Part-I 2014 09.06.2018

315 KVA, 22KV/0.433 KV CE/Infra- M/s Transenergy Distribution 9552585608 Gut No-421, Plot No-12, 106 2190 Level-II BIS Distribution II/Vendor/609 dtd [email protected] Equipments Pvt Ltd Transformer Santosh thorat Medankar wadi, Gavte vasti, Transformer 05.01.2019 Alandiphata, Chakan, Dist Pune 630KVA 22/0.433KV CE/Infra- M/s Super Power Distribution 630KVA 11/0.433KV Level- Chetan Panchal R-427/7, TTC, MIDC area, 107 1043 II/Vendor/607 Dt [email protected] equipments Pvt Ltd Transformer II Distribution 9892867111 Rabale 400701 05.01.2019 Transformer 22/0.433 kV 63, 100, CE/Infra- Kaustubh plot gate no 945 Ispat road, M/s Silverline Electrical Distribution [email protected], 108 1226 200KVA Level-II II/Vendor/781 Taware sasanwadi, Tal- shirur Dist PVt Ltd Transformer [email protected] Distribution TRansformer Dt07.01.2019 9970195048 Pune 412208

CE/T- Beed Road, Kaij, M/s Vision Distribution 11KV/433V, 100& 200 Atul Ingle Tal- Kaij, 109 2694 QC/VENDOR/10835 [email protected] Transformers Transformer kVA Level-II MSEDCL9921868086 Dist – Beed - 431123 dtd. 23.04.2019

11KV/433V, 630 kVA CE/T- Gut No-421, Plot No-12, M/s Transenergy Distribution Santosh Thorat 110 2190 Level-II BIS Distribution QC/VENDOR/8751 Medankar wadi, Gavte vasti, Equipments Pvt Ltd Transformer 9552585608 Transformer dtd. 29.03.2019 Alandiphata, Chakan, Dist Pune 11/0.433 KV 630 KVA OD type & 11/0.433 KV 630 KVA OD type with cable CE/T- Santosh Plot no 16 Gut 281/1 M/s Manisha Engineers Distribution 111 1916 box QC/VENDOR/8916 Kandhare Ghotawade Phata at Kasar [email protected] Pvt Ltd Transformer 630 KVA OD type with dtd. 30.03.2019 8888844536 Amboli, Tal Mulashi cable box

Three phase, 100KVA & CE/T- 9422248221/ M/s. Nashik Transformer Distribution 25KVA , 11/0.433 KV, Level- F-43, M.I.D.C., Satpur, Nashik - 112 2667 QC/VENDOR/11930 Subhash [email protected] Industries Transformer II BIS Distribution 422007. dtd. 08.05.2019 Dhondge Transformer

120 Three phase, 315KVA, 11/0.433 KV, Indoor/Outdoor type with CE/T- 7720915121/ M/s. Nissar Transformers Distribution 113 2371 HV /LV cable box, Copper QC/VENDOR/12278 Vishal Shirwal, Naigaon Road, Satara Pvt.Ltd. Transformer wound, CRGO core, dtd. 13.05.2019 Choudhari distribution transformers (EEL-2) Three phase, 315KVA, 22/0.433 KV, Indoor/Outdoor type with CE/T- 7720915121/ M/s. Nissar Transformers Distribution 114 2371 HV /LV cable box, Copper QC/VENDOR/12279 Vishal Shirwal, Naigaon Road, Satara Pvt.Ltd. Transformer wound, CRGO core, dtd. 13.05.2019 Choudhari distribution transformers (EEL-2) Approved vide letter survey no.102 &103, Plot no. 11- Single phase, 16KVA, CE/T- Distribution No. Kamal Jain 13-173/15/15A/20/21, Sifco 115 1378 M/s. Transcon Industries 11/0.250 KV, distribution QC/VENDOR/8503 Transformer CE/T&QC/Ve 7506010020 road, APIE, Balanagar, Hydrabad - transformers (EEL-2) dtd. 28.03.2019 ndor/8503, 500037, Telangana 28.03.2019 CE/T- M/s Urja Techniques Distribution Three phase 22/0.433, 63 Dixit/ 116 QC/VENDOR/9563 Rabale, Navi Mumbai India Pvt. Ltd. Transformer KVA CRGO Level II 9820401606 dtd. 08.04.2019 Three phase, 11/0.433 KV 16KVA, 25KVA, Aluminum wound ,CRGO core, sealed type, distribution CE/T- M/s. Sonali Power Distribution Vijay Sontak/ 117 2742 transformers (EEL-2) & QC/VENDOR/11690 Hingna, MIDC area, Nagpur Equipments Pvt. Ltd., Transformer 9373106205 100KVA, 200KVA, Aluminum dtd. 06.05.2019 wound, CRGO core, distribution transformers (EEL-2) Three phase, 16KVA & 63 , CE/T- 9422248221/ M/s. Nashik Transformer Distribution F-43, M.I.D.C., Satpur, Nashik - 118 2667 11/0.433 KV, Level-II BIS QC/VENDOR/15612 Subhash [email protected] Industries Transformer 422007. Distribution Transformer dtd. 06.06.2019 Dhondge MSEDCL

121 Approved list of Vendors for DDUGJY & IPDS for Conductor Sr. Vendor Contact Adress Email No. ID Name Product Rating Approved on no. Plot No. 33, 34and part CE/Infra- 9823027 AAC, ACSR & of 32 and part of 26 JDS Transformers AAAC weasel, rabbit raccoon, dog, II/Vendor/34 783/8390 1 1128 AAAC AKVN, [email protected] Industries PVT Ltd ACSR weasel, rabbit raccon, dog 695 dt 116959 Conductor Town city Boregaon Dist 21.11.2016 Tapikar CE/Infra- 9823027 PlotChindwara No. 33, 48010634and part MP AAC, ACSR & M/s KJV Alloy ACSR weasel, dog, raccoon, AAAC II/Vendor/35 783/8390 of 32 and part of 26 2 1176 AAAC [email protected] conductors PVt Ltd Weasel, raccon 924 dt 116959 AKVN, Conductor AAC Ant(50sqmm), AAC Gnat 1.12.2016 Tapikar Town city Boregaon Dist (25sqmm), AAAC Weasel (34sqmm), AAAC Rabbit (55sqmm),ACSR Weasel CE/Infra- AAC, ACSR & Vikrant M/s mmp (34sqmm), ACSR Rabbit(50sqmm), II/Vendor/41 Village maregaon post 3 1558 AAAC 7350017 [email protected] industrial Ltd ACSR Raccoon (80sqmm), 38 Dt shahapur441906 Conductor 910 ACSR Dog (100sqmm), ACSR Panther 22.02.2017 (200sqmm)

Plot No. 33, 34and part 9823027 of 32 and part of 26 AAC, ACSR & CE/Infra- JDS Transformers AAC Ant(50sqmm), AAC 783/8390 AKVN, 4 1128 AAAC II/Vendor/52 [email protected] Industries PVT Ltd Gnat(25sqmm) 116959 Town city Boregaon Dist Conductor 85dt 6.3.2017 Tapikar Chindwara 480106 MP & nagpur

AAC Ant Plot No. 33, 34and part (50sqmm), AAC Gnat (25sqmm) 9823027 of 32 and part of 26 AAC, ACSR & CE/Infra- M/s KJV Alloy as per BIS 398 Part 1 1996 AAAC 783/8390 AKVN, 5 1176 AAAC II/Vendor/52 [email protected] conductors PVt Ltd Rabbit (55sqmm), 116959 Town city Boregaon Dist Conductor 86 dt 6.3.2017 AAAC Dog (100sqmm) Tapikar Chindwara 480106 MP MSEDCL & nagpur AAC Ant CE/Infra- Mr Jayesh M/s Seepra AAC, ACSR (50sqmm), AAC Gnat (25sqmm), II/Vendor/70 Shaha [email protected] 6 1240 J-105, MIDC area, Jalgaon Electricals Pvt Ltd &Conductor ACSR Dog, ACSR weasel, ACSR Rabit, 68 Dtd 9422750 [email protected] ACSR Racoon 27.3.2017 00 CE/Infra- Prashant AAAC weasel (34sqmm), AAAC rabbit Unique house, S-2 M/s Gupta Power AAAC II/Vendor/13 Ghraat prashant.gharat@guptapow 7 1185 (55sqmm), AAAC raccoon (80sqmm), ground floor andherio Infrastructure Ltd Conductor 16 dtd 9167347 er.com AAAC Dog (100sqmm), east, Mumbai 25.5.2017 560

122 CE/Infra- Prashant Unique house, S-2 M/s Gupta Power ACSR ACSR Panther (200sqmm), ACSR Dog II/Vendor/15 Ghraat prashant.gharat@guptapow 8 1185 ground floor andherio Infrastructure Ltd Conductor (100sqmm) 947 9167347 er.com east, Mumbai dtd29.6.2017 560 CE/Infra- Sandeep Plot no 3, Gut no 23, sai AAC Ant (50sqmm), AAC Gnat M/s Kalavishwa AAC & ACSR II/Vendor/19 Gore udyog Ngari, Near Cosmo [email protected] 9 1787 (25sqmm), ACSR Weasel (30sqmm), Electricals Pvt Ltd conductor 602 dtd 9225321 Film, MIDC, Waluj m ACSR Dog (100sqmm) 27.7.2017 499 Aurangabad-431136

AAC Ant(50sqmm), AAC Gnat Mr Susant (25sqmm), AAAC Weasel (34sqmm), 9674755 CE/Infra- AAC, AAAC& AAAC Rabbit (55sqmm),ACSR Weasel 208 / P.O. Biparannapara, Jalan M/s Lumino II/Vendor/11 [email protected] 10 1290 ACSR (34sqmm), ACSR Rabbit(50sqmm), Rajendra complex, P.S. Domjur, Industries Ltd 26/21470 dtd m [email protected] conductor ACSR Raccoon (80sqmm), Gangwal Howrah (WB)-711411 06.09.2017 ACSR Raccoon (80sqmm)ACSR Dog 9322287 (100sqmm) 070

AAC Ant(50sqmm), AAC Gnat (25sqmm), AAAC Weasel (34sqmm), AAAC Rabbit (55sqmm), AAAC Dog CE/Infra- Vitthal AAC, AAAC& M/s Tapadia (100sqmm), ACSR Weasel (34sqmm), II/Vendor/24 Girase H-5, butibori, Nagpur 11 1558 ACSR [email protected] conductors Pvt Ltd ACSR Dog(100sqmm), ACSR Raccoon 613 dtd 7020976 441122 conductor (80sqmm), 9.10.2017 001 ACSR Raccoon (80sqmm)ACSR Dog (100sqmm)

Mr Susant 9674755 CE/Infra- AAC, AAAC& 208 / P.O. Biparannapara, Jalan M/s Lumino II/Vendor/11 [email protected] 12 1290 ACSR ACSR Panther (200sqmm) Rajendra complex, P.S. Domjur, Industries Ltd 26/25307 dtd m [email protected] conductor Gangwal Howrah (WB)-711411 13.10.2017 9322287 MSEDCL070

123 AAC Ant(50sqmm), AAC Gnat (25sqmm), AAAC Weasel (34sqmm), 11/1,2,3 & 117/3,6,7 AAAC Rabbit (55sqmm), AAAC Ravi Industrial estate AAC, AAAC& (Racoon 80sqmm)AAAC Dog CE/Iinfra/Ven Behind hotel Prestige, 13 1298 M/s Arfin India Ltd ACSR (100sqmm), ACSR Weasel (34sqmm), dor/26785 billeshwrpura, Chhatral conductor ACSR Dog(100sqmm), dtd 2.11.2017 Tal Kalol, Dist ACSR Raccoon (80sqmm), ACSR Dog Gandinagar (100sqmm), ACSR Panther (200sqmm)

AAAC Weasel (34sqmm), AAAC S.No229/E, Kallakal CE/Iinfra/Ven M/s Radon Energy Rabbit (55sqmm), AAAC Village, Toopran Mandal, 14 2340 For AAAC dor/14810dtd Ltd Dog(100sqmm) Dist- Medak, 502336, 18.06.2018 State Telangana Plot No. D-20 Phase-II, Mandideep Industrial M/s Samriddhi 15 2346 For AAAC AAAC (55sqmm) conductor Area, Industries Goharganj Dist-Raisen, MadhyaPradesh 1. AAC Ant(50sqmm), AAC Gnat (25sqmm) ,AAAC Weasel (34sqmm), CE/Iinfra/Ven M/s. Kataria 33-34, Industrial area, 16 2157 conductor AAAC Rabbit (55sqmm), AAAC dor/11776dtd Industries Pvt Ltd Ratlam, MP 457001 Raccoon (80 Sqmm), AAAC 24.05.2018 Dog(100sqmm)

CE/Infra- AAAC RABBIT Vikrant M/s MMP AAAC II/Vendor/20 Village maregaon post 17 1558 (100 sqmm) 7350017 [email protected] industries Ltd Conductor 145 Dt shahapur441906 910 20.08.2018

AAC Gnat 25 Sq.mm (7/2.21mm) , AAC Ant 50 Sq.mmMSEDCL (7/2.21mm), Prashant AAAC Weasel 34 Sq.mm (7/2.50 mm), CE/T- Jain/ M/s Kalpesh Cable AAAC Rabbit 55 Sq.mm (7/3.15 mm), QC/VENDOR/1 98223751 S.No. 65/2/1, Sakri Road, 18 2824 conductor [email protected] India Pvt. Ltd. AAAC Dog 100 Sq.mm (7/4.26 mm), 4696 dtd. 26/ Mahindale Shivar, Dhule ACSR Dog 100 Sq.mm (6/4.72mm + 28.05.2019 02562276 7/1.57 mm), ACSR Panther 200 Sq.mm 309 (30/3mm + 7/3 mm)

124 MSEDCL

125 Annexure –––B –BBB LIST OFOFOF APPROVED VENDORS (FOR TRANSMISSION LINES) ASASAS ON: 31/03/2019 Sr. Item Description Vendor’s Name Remark No. Apar, Silvassa/ Cabcon India, Kolkata/ Dynamic Cables, Jaipur/ Galada, Silvassa/ Galaxy Transmission, Silvassa/ Gammon (formerly Transrail), Silvassa/ Gupta Power Infrastructure, Bhubaneshwar/ Hind 1 Conductor (AAAC) Aluminium, Silvassa/ ICOMM, Hyderabad/ JSK Ind., Sayli, Silvassa/ KJV Alloy, Boregaon (M.P.)/ Lumino Ind. Ltd., Kolkata/ Sterlite, Rakholi & Piparia (Silvassa)/ Shashi Cables, Lucknow Achyuta Electricals, Hyderabad/ Apar, Silvassa/ Cabcon India, Kolkata/ CMI Energy, Baddi (only Z & P) valid upto 14.07.19/ Diamond Power, Vadodara (only Z&P)/ Dynamic Cables, Jaipur (Z&P) valid upto 31.08.19/ ERI Tech, Kolkata/ Galada, Silvassa/ Galaxy Transmission, Sangli & Silvassa valid upto 21.11.16/ Gammon (formerly Transrail), Silvassa/ Gupta Power Infrastructure, Bhubaneshwar/ Hind Aluminium, Silvassa/ Hindustan Vidyut Product Ltd., Gwalior/ JSK Conductor Ind.,Sayli, Silvassa/ Jyoti Power, Gondal/ Kalpesh, (ACSR Zebra (Z), ACSR 2 Dhule/ KJV Alloy, Nagpur& Boregaon (M.P.) valid upto Panther (P) and ACSR 17.01.20/ Kataria Ind., Ratlam (only Z & P)/ Lumino Moose (M)) Ind. Ltd., Kolkata/ Lunkad Alu., Jalgaon (only Z & P)/ Mahavir Transmission, Dehradun/ MMP, Bhandara/ Prem Cables, Pali (Raj.)/ Prem Conductors, Gandhinagar/ Rajasthan Cables & Cond., Jaipur (only Z &P)/ Rajputana Cables & Conductors, Korba (C.G.) (only Z & P)/ Sterlite, Rakholi & Piparia (Silvassa)/ Shashi Cables, Lucknow/ Vardhman cables & Conductors, Kolhapur (only Z & P) valid upto 22.11.19/Venkateshwara Wires, Jaipur ZTT, China/ Hind Aluminium, Silvasa (upto 220kV& 3 Conductor HTLS ACSS type) / Apar Industries, Silvasa (ACCC, Invar, Gap, ACSS, AL59) Aqsa Tower Accessories, Thane/ Bhavya Ind., Wada/ Danger – Board, Circuit 4 Hind Enamel/ Kalpesh Engg. Works, Palghar/ Meena Plate and Number Plate Industries, Howrah (W.B.) Aqsa Tower Accessories, Thane/ Bhavya Ind., Wada/ Essar Forging, Mumbai/ General Forging, Mumbai/Kalpesh Engg. Works, Palghar/ Meena D – Shackle/ Hangers/ 5 Industries, Howrah (W.B.)/ Modern Engg., Thane/ Links Pelhar Engg., Thane/ Prakash Engg., Thane/ Reliance Engg., Thane/ RK Industries, Mumbai/ Sky Engineers, Thane/ Transline Forging, Thane/ Z. M. Engg., Thane Apollo Engg. Works, Palghar/ Aqsa Tower Accessories, Thane/ Bharat Wire Ropes, Atgaon/ Bhavya Ind., Earthing Set (Pipe type/ 6 Wada/ Essar Forging, Mumbai/ General Forging, Counter Poise type) Mumbai/ Kalpesh Engg. Works, Palghar/ Meena Industries, Howrah (W.B.)/ Modern Engg., Thane/

Note : 1) Above makes are acceptable, subject to their conformity to MSETCL’s Latest Technical Specifications. 2) For Some of the equipment’s/material, there are only 1 or 2 approved vendors. For such items, vendors having the product(s) meeting all the Technical Requirements will also be acceptable subject to Scrutiny by MSETCL. Page 1 of 4 126 Annexure –––B –BBB LIST OFOFOF APPROVED VENDORS (FOR TRANSMISSION LINES) ASASAS ON: 31/03/2019 Sr. Item Description Vendor’s Name Remark No. Pelhar Engg., Thane/ Prakash Engg., Thane/ Reliance Engg., Thane/ RK Industries, Mumbai/ Sky Engineers, Thane/ Transline Forging, Thane/ Z. M. Engg., Thane Bedmutha Industries, Nashik/ Bharat Wire Ropes, Earthwire HDG Atgaon/ Geekay Wires, Hyderabad/ Jyoti Power 7 (7/3.15mm Transmission, Ahmedabad/ Millenium Structural, &7/3.66mm) Dhar (M.P.)/ Ramasarup Ind., Kolkata/ Ratlam Wires, Ratlam/ UIC Udyog, Kolkata Insulator Hardware Ramelex, Pune (upto 220 kV & ACSS type )/ Dervaux &Conductor Accessories S.A. France (upto 220kV)/ TAG Corporation (upto See Note 8 for HTLS Type 400kV for ACCC, GAP, AL59, Stacir & ACSS) (Valid (2) Conductor upto 28.11.2020) Aumni, Vadodara (upto 400kV) / A. K. Power, Kolkata (upto 220kV) / ASBESCO, Kolkata/ EMI, Mumbai/ IAC, Kolkata/ ITP, Bhandup/ Krsna Transmission, Vadodara (upto 220kV) for 400kV validity upto 16.02.18/ MML, Kolkata/ Mosdorfer India Pvt. Ltd., Nashik (upto 765kV )/ National Refractories, Morbi (upto 220kV )/ Nike Industries, Varanasi (upto 220kV )/ Ramelex Pvt. Ltd. (upto 220kV )/ Rashtra Udhyog, Kolkata/ Sicame India Connectors, Chennai Insulator Hardware, (Spacer damper only )/ Swamiji Transmission, 9 Conductor & Earthwire Kolkata (upto 220kV ) for 400kV validity upto Accessories 30.01.19/ TLP, Kolkata (upto 400kV )/TAG Corporation, Chennai (upto 765 kV )/ Legion Energy, B’lore (upto 220kV )/Supreme, Kolkata (upto 400 kV )/ Jainco, Kolkata (upto 220 kV )/Electromech & Transtech, Kolkata (upto 220 kV )/ Rajasthan Transmat, Jaipur (upto 220 kV) (Valid up to 20.04.18)/ Dharia Eng.& Founders, Pune (upto 220kV) (Valid up to 28.02.21)/ KSE, Kolkata (upto 400kV) (Valid upto 05.12.21) /Lord Vanijaya, Kolkata (upto 220kV) (Valid upto 04.09.21) Insulators (Porcelain): Aditya Birla Insulators, Rishra/ Allied Ceramics, Kolkata (70KN (N) & (AF), 120KN (N) upto 220kV (a) Disc Type only) / BHEL, Jagdishpur/ Bikaner Ceramics, Bikaner (upto 220kV )/ IEC, Bhopal/ WSI, Chennai/ Imperial 10 Ceramics Pvt. Ltd. Upto 220kV (Valid upto 08.06.21) Modern Insulators, Abu Road/ Saravana Global Energy Ltd., Cuddalore (upto 220kV )/ BHEL, (b) Long Rod Type /BHEL, Sultanpur/W. S. Industries (I) Ltd, Chennai/Aditya Birla Insulators, Hooghly (W)/ CYG Insulator Co Ltd, China

Note : 1) Above makes are acceptable, subject to their conformity to MSETCL’s Latest Technical Specifications. 2) For Some of the equipment’s/material, there are only 1 or 2 approved vendors. For such items, vendors having the product(s) meeting all the Technical Requirements will also be acceptable subject to Scrutiny by MSETCL. Page 2 of 4 127 Annexure –––B –BBB LIST OFOFOF APPROVED VENDORS (FOR TRANSMISSION LINES) ASASAS ON: 31/03/2019 Sr. Item Description Vendor’s Name Remark No. Deccan Ent., Hyderabad/ G. K. Xianghe Elect. Pvt. Ltd., Bhopal (upto 220kV )/ Goldstone Infratech Ltd., Insulators Hyderabad/ LAMCO, Hyderabad (upto 220kV )/ Shree 11 (Polymer Long Rod Radhe Industries, Vadodara (upto 220kV )/ Yamuna Type) Power, Haryana (upto 220kV )/ Shree Radhe Industries, Vadodara (upto 220kV )/Spark Insulator, Hyderabad (upto 400 kV ) Global Group Co. Ltd., Yibin, Sichuan, China/ Sediver, China (Shanghai Unit)/ Shandong Ruitai Glass 12 Insulators (Glass Type) Insulator Co. Ltd., China/Zigong Sediver, Zigong City, Sichuan Province, China ZTT, China valid upto 18.03.18/Sterlite, Piparia, Silvassa valid upto 14.08.18/ ZTT, Chennai/Taihan, 13 OPGW (Upto 48 Fibre) China/Fujikura Hengton, China/TG Group, China/LS Cable, Korea/SDGI, China/ Apar Industries Ltd. (Valid upto 28.11.2020) ZTT, China (upto 400 kV ) upto 18.03.18/TAG Corporation, Chennai (upto 400 kV )/ Ribe, China/ 14 OPGW Accessories Supreme, Kolkata (upto 400 kV )/ Sicame/ IAC, Kolkata (upto 400kV) (valid upto 24.10.21) Aarati Structures Pvt. Ltd., Nasik (upto 132kV )(valid upto 13.11.2017) / A.K. Power Industries Pvt. Ltd., Kolkata (upto 220kV )/ Amitasha Enterprises Pvt. Ltd., Nagpur (400kV )/ Archan Egicon Pvt. Ltd., Gandhinagar (upto 400kV )(valid upto 04.09.2015) / Associated Power Structures Pvt. Ltd., Vadodara/ Aster, Raipur (upto 400kV )/ Bajaj Electricals, / B. G. Shirke, Mundhwa (Pune)/B.K. Ind., Raipur (upto 220 kV )(valid upto 07.05.2018) / ECI Infra., Hyderabad/ Electrotherm India Ltd., Vadodara (220kV )/ EMCO (formerly Urja), Vadodara/ Encorp, Tarapur (upto 400kV )(valid upto 10.10.2020) / Gammon India, Nagpur (formerly Transrail)/ Global Transmission Line Towers, Pune/ ICOMM Tele. Ltd., Hyderabad (765kV )/ 15 Towers Inabensa Bharat, Halol (upto 400kV )(valid upto 20.04.2018) / IVRCL, Nagpur/ JHT Power Engg., Gondal (upto 220kV )/ Jyoti Structures, Nashik/ Kadevi Ind. (P) Ltd., Hyderabad (upto 220kV )/ Kalpataru Power, Gandhinagar/ Karamtara Engg., Mumbai (upto 400kV )/ Kavcon, Bangalore/ Kaytx Industries Pvt. Ltd., Mandi Gobindgarh, Punjab (upto 220kV )(valid upto 15.11.2017) /Matrix, Sangli (upto 220kV )(valid upto 25.04.2019) / Maharashtra Power Transmission Structure Pvt. Ltd. (upto 400kV) / KEC/ KPTL, Raipur (765kV )(valid upto 05.06.2018) /K.R.Structures,Wada( upto400kV )(valid upto 06.08.2019) / Linkson International Ltd., Nagpur (upto 220kV )(valid upto 12.11.2017) / Meghraj Note : 1) Above makes are acceptable, subject to their conformity to MSETCL’s Latest Technical Specifications. 2) For Some of the equipment’s/material, there are only 1 or 2 approved vendors. For such items, vendors having the product(s) meeting all the Technical Requirements will also be acceptable subject to Scrutiny by MSETCL. Page 3 of 4 128 Annexure –––B –BBB LIST OFOFOF APPROVED VENDORS (FOR TRANSMISSION LINES) ASASAS ON: 31/03/2019 Sr. Item Description Vendor’s Name Remark No. Industries, Supa (220kV Line – 270MT or 10km ) (132kV Line – 160MT or 10km )/ Nandan Steel & Power Ltd., Raipur (upto220kV )/ Novelty Power & Infratech, Mumbai/ Phoenix Structural & Engg. Pvt. Ltd., Nagpur (upto 220kV )/ Powerdeal Energy System, Nashik (upto 400kV )(valid upto 11.02.2015) / Prabhune Fab. & Galv., Sangli (upto 220kV )/ Premier Power, Kolkata (upto 400kV )/ Richardson & Cruddas, Nagpur (upto 400kV )/ Rukmini Electricals, Raipur (upto 220kV for Qty. upto 200MT )/ Rounak Ind., Nagpur (upto 220kV for Qty. upto 200MT )/ Sanvijay, Nagpur (upto 400kV) (valid upto 25.05.2020) / Sawaria Pipes Pvt. Ltd., Hyderabad (upto 220kV )/ Shah Infra Towers (P) Ltd., Davangere (upto400kV )/ Shanz Power, Wada (upto 220kV )/ Shilpa Re Rollers, Nagpur (upto 220kV )/ Shree Vaishnav Industries Pvt. Ltd., Wada (upto 220kV )(valid upto 13.02.2017) / Shreeji Heavy Projects, Ahmednagar /Smitwin Engineers, Bangalore (upto 220kV )/ Sunrise Structures, Nagpur (400kV )/ Supreme, Kolkata (upto 220 kV )/Shri Krisna, Jaipur (upto 220 kV )(valid upto 06.05.2018) / Shri Harikrishna Industries, Chennai (upto 220kV)/ Techno Craft Industries (I) Ltd., Murbad (upto 400kV )(valid upto 25.05.2020) / Telecom Network Solutions Pvt. Ltd., Sikanderabad, UP (upto 220kV )/ TKG Industries, Nagpur (upto 220kV )(valid upto 22.12.2018) / Unique Structural & Towers Ltd. (upto 400kV )/ Unitech Power Transmission, Nagpur (upto 400kV) / United Industries, Jaysingpur (upto 400kV )/ Varrsana Ispat, Gandhidham (Gujarat) (upto 400kV )(valid upto 06.10.2020)/ Vijay Transmission, Raipur (upto 220kV )/ Vinfab Engineers India Pvt. Ltd. (formerly V. K. Engineers), Mumbai (upto 220kV) / Vir Electro Engineering, Nashik (upto 132kV)/ RR Ispat, Raipur (upto 220kV)(Valid upto 19.10.21)/Hevins engineering Pvt. Ltd. Upto 220kV (Valid upto 01.03.21)

Note : 1) Above makes are acceptable, subject to their conformity to MSETCL’s Latest Technical Specifications. 2) For Some of the equipment’s/material, there are only 1 or 2 approved vendors. For such items, vendors having the product(s) meeting all the Technical Requirements will also be acceptable subject to Scrutiny by MSETCL. Page 4 of 4 129