North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

North Eastern Electric Power Corporation Ltd. (A Govt. of Enterprise)

CONTRACT AND PROCUREMENT CELL

Kopili Hydro Electric Plant, NEEPCO Ltd., Umrongso,

Dima Hasao District, .

DETAILED TENDER SPECIFICATIONS AGAINST LIMITED NOTICE INVITING TENDER NO. KHEP/C&P/ 2021-22/11 DTD. 30.06.2021

FOR LIMITED TENDER FOR RECONSTRUCTION ,RENOVATION AND MODERNIZATION OF HEATING ,VENTILATION AND AIR CONDITIONING (HVAC) PACKAGE OF 4 X 50 MW KOPILI POWER STATION OF KHEP, DIST-DIMA HASAO, ASSAM.

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

1 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

CONTENTS:

SECTION I : NOTICE INVITING TENDER

SECTION II : INSTRUCTIONS TO BIDDERS

SECTION III : GENERAL TERMS AND CONDITIONS

SECTION IV : TECHNICAL SPECIFICATIONS

SECTION V : DECLARATION AGAINST THE TENDER AND COMPULSORY FORMS

SECTION VI : SCHEDULES

SECTION VII : PRICE SCHEDULES

2 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – I

(NOTICE INVITING TENDER)

3 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

North Eastern Electric Power Corporation Ltd. An ISO 9001, 14001 & OHSAS 18001 Corporation (A Government of India Enterprise)

CONTRACT & PROCUREMENT CELL Website-www.neepco.gov.in , Email : [email protected] Phone: 03670-288241 LIMITED NOTICE INVITING TENDER No. KHEP/C&P/2021-22/11 dated 30.06.2021

Detailed Notice Inviting BIDs from Limited bidders (Domestic Competitive Bidding) For LIMITED TENDER FOR RECONSTRUCTION, RENOVATION AND MODERNIZATION OF HEATING, VENTILATION AND AIR CONDITIONING (HVAC) PACKAGE OF 4 X 50 MW KOPILI POWER STATION OF KHEP, DIST-DIMA HASAO, ASSAM.

North Eastern Electric Power Corporation Ltd., (NEEPCO), a Public Sector Enterprise under the Ministry of Power, Government of India, invites sealed bids with 180 days validity from Limited bidders under the Single-Stage Two-Envelope bidding system through Domestic Competitive Bidding (DCB) route for awarding the contract of “RECONSTRUCTION ,RENOVATION AND MODERNIZATION OF HEATING ,VENTILATION AND AIR CONDITIONING (HVAC) PACKAGE OF 4 X 50 MW KOPILI POWER STATION OF KHEP, DIST-DIMA HASAO, ASSAM”. Detailed Notice Inviting Tender consisting of qualifying criteria , technical requirement , commercial terms & conditions and all current information regarding this tender may be viewed and downloaded w.e.f 01.07.2021 only from Corporation’s website www.neepco.co.in or the e-tendering portal at https://etenders.gov.in Any subsequent changes/ modification / notifications to this tender shall be updated on these websites only.

The tender specification/ bid document can be downloaded from e-tendering portal w.e.f. 12.00 Hrs (IST) of 02.07.2021. ______Not to be published

DGM (E), C&P KHEP, NEEPCO Ltd., Umrongso

4 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

North Eastern Electric Power Corporation Ltd. An ISO 9001, 14001 & OHSAS 18001 Corporation (A Government of India Enterprise)

CONTRACT & PROCUREMENT CELL Website-www.neepco.gov.in , Email : [email protected] Phone: 03670-288241 LIMITED NOTICE INVITING TENDER No. KHEP/C&P/2021-22/11 dated 30.06.2021

Detailed Notice Inviting BIDs from Limited bidders (Domestic Competitive Bidding) For LIMITED TENDER FOR RECONSTRUCTION, RENOVATION AND MODERNIZATION OF HEATING, VENTILATION AND AIR CONDITIONING (HVAC) PACKAGE OF 4 X 50 MW KOPILI POWER STATION OF KHEP, DIST-DIMA HASAO, ASSAM.

North Eastern Electric Power Corporation Ltd., (NEEPCO), a Public Sector Enterprise under the Ministry of Power, Government of India, invites sealed bids with 180 days validity from Limited bidders under the Single-Stage Two-Envelope bidding system through Domestic Competitive Bidding (DCB) route for awarding the contract of “RECONSTRUCTION ,RENOVATION AND MODERNIZATION OF HEATING ,VENTILATION AND AIR CONDITIONING (HVAC) PACKAGE OF 4 X 50 MW KOPILI POWER STATION OF KHEP, DIST-DIMA HASAO, ASSAM”.

Detail specification and quantity of the items will be as follows:- Sl. Quantity No. Description Unit

A AIR CONDITIONING SYSTEM

40 TR ductable split air cooled conditioning units (each with 2W + 1S compressor) 1 complete with all accessories, auxiliaries, including first charge of refrigerant and Nos 02 lubricating oil etc. for control room, conference room and control panel area.

30000 CMH Air handling units (each with 1W +1S) for control panel area and 2 Nos 02 control room

3 45000 CMH Fresh air centrifugal blowers for power house: Nos 04

4 Nos 20 9000 CMH Exhaust air blowers for power house:

5 Exhaust air fans for exhaust of air from the two battery rooms each of 100% of Nos 04 required capacity. One unit serves as standby

5 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

Air Conveyance Pre-fabricated Ducting complete with duct hangers, supports and 6 accessories etc., for the air conditioning and ventilation systems. Lot 01

7 Supply & exhaust air grilles/ diffusers complete with volume control damper and Lot 01 frame work for the air conditioning and ventilation systems. trays) 8 Acoustic/ thermal insulation material for the air conditioning and ventilation Lot 01 systems. Electrical and Control & Instrumentation Works

Central microprocessor based/computerised control panel for HVAC system Lot 01 9 complete with all wiring, instrumentation and associated accessories etc 415 V, 3 Phase, 4 wire distribution MCC Panel, non-draw out type complete with Lot 01 10 incoming & outgoing feeders for catering power supply, as required to various equipment’s of the ventilation and air conditioning loads.

11 Necessary pressure, temperature, flow/humidity sensing devices/instruments, Lot 01 meters etc.

Coordination and provision of necessary contacts and/or ports for integration with Lot 01 12 plant SCADA system. (common auxiliaries controller) and Firefighting system 13 Coordination and provision of necessary contacts and/or ports for integration with Firefighting system providing necessary means and pressure to stop the supply of air to the affected area and to evacuate smoke and toxic particles from the place of Lot 01 origin to the outdoors in a manner that it does not interfere with the operation of

plant and to allow for emergency access and egress

Lot 01 14 Multi stranded power and control cable as per requirement.

Erection and commissioning

Carrying out erection and commissioning of various equipment of the ventilation Lot 01 15 and air conditioning system

Assembly and erection of air conveyance ducting . 16 Lot 01

Fixing of acoustic & thermal insulation on ducting 17 Lot 01 Erection of MCC panels and laying of electrical and data communication cables. 18 Lot 01 All cabling storage and local transportation /shifting at site . 19 Lot 01

6 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

DETAILS OF THE NIT:

1.0 QUALIFYING REQUIREMENT OF BIDDERS:

The bidder shall provide satisfactory evidence concerning the following:

1.1 Technical:

The intending bidders must have experience in undertaking contracts for Installation & Commissioning of heating, ventilation and air conditioning (HVAC) of any Hydro Power Plant of PSU/ Govt. Dept/Private Hydro organization. during the last 7(seven) years.

Bidders needs to submit work order copies / contract agreement of the contract executed and shall enclosed certificate / documentary evidence in support of successful completion of work.

i) Similar works should have been carried out by the intending bidder in the last 7 (seven) years as follows: a) At least 3 (Three) similar completed works costing not less than the amount equal to Rs.1,34,52,000.00 in each work or b) At least 2(Two) completed similar works costing not less than the amount equal to Rs.1,68,15,000.00 in each work or c) At least 1 (One) completed similar works costing not less than the amount equal to Rs.2,69,04,000.00.

Note: Similar works shall imply:

 Undertaking contracts for Installation & Commissioning of heating, ventilation and air conditioning (HVAC) of any Hydro Power Plant of PSU/ Govt. Dept/Private Hydro organization.

Documentary evidence in support of the above qualifying requirements must be submitted along with the bid. Details including value of works executed and order copies along with evidence of work completion shall be furnished in support of documentary evidence.

1.2 Financial:

(a) Minimum Average Annual Turn Over (MAAT): The average annual turnover of the bidder in the best 3(three) financial years out of the last 5 (five) years financial year should not be less than Rs. 1,00,89,000.00/- (Rupees One Crore Eighty-nine thousand) only.

(b) Complete Audited Annual Reports along with Audited Balance Sheets, Profit and Loss Account and other financial statements for the preceding 3(three) financial years, ending 31st March of the previous Financial Year. In case where the audited results of the preceding financial years are not available, certified financial statements from a practicing Chartered Accountant will be also be considered acceptable.

7 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

(c) Letter of adequacy/ solvency and commitment from their Bankers/Financial Institutions should be furnished along with their bids.

Authenticated documentary evidence in support of qualifying requirements, as mentioned under Serial No. 1.0 above shall be submitted along with the containing Techno-Commercial bid along with Bid Guarantee. For qualifying requirements specified at Para 1.1 & 1.2 above, the documents should be in the form of Certificate of Clients/Owners. Bids submitted without fulfilling the qualifying requirements shall be rejected.

1.3 The bidder shall furnish copies of the following Certificates

(i) Bid submission letter along with check list of the following documents. (ii) Registration for GST of the firm; (iii) PAN (Permanent Account Number) of Income Tax. (iv) Sign copy of tender document. (v) Experience certificates (vi) Last Three years audit report /balance sheet of the respective firm. (vii) Bank solvency certificate. (viii) Fees Exemption certificates if any (ix) Dealership certificate if any (x) ISO certificate if any (xi) Deviation statement if any shall be furnished as per SCHEDULE-I else Nil Deviation statement to be submitted for consideration of the bid. (xii) Active e- mail ID with cell no.

1.4 The bidders shall also provide satisfactory evidence with respect to the following:

a. They do not anticipate change in the ownership of their concern during the proposed period of work. If such a change is anticipated, the scope and effect thereof shall be defined. b. They have adequate financial stability and status to meet the financial obligations pursuant to the scope of the works.

c. The bidder shall submit copies of their audited Annual Reports and Balance Sheet for the last 3 (three) years, the latest GST Clearance Certificate/GST Return and latest Banker's certificate indicating amount in support of solvency.

In case bidders are unable to furnish such certificates, they shall give valid reason for the same. The Owner reserves the right to reject any bid for the reason of the bidder’s inability to furnish such certificate/ documents is not mentioned in the bids.

1.5 In addition, bidders shall satisfactorily establish that they fully meet the qualifying requirements specified in the accompanying Technical Specifications. This is essential for consideration of bidders’ proposal. 1.6 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Govt. Dept. / PSU etc. 1.7 The above requirements are minimum and the Corporation reserves the right to request for any additional information and also reserves the right to reject the proposal of any bidder if, in the opinion of Owner, the qualification data furnished by the bidder is incomplete or the bidder is found to be not qualified to satisfactorily perform the works. 1.8 Notwithstanding anything stated above, the Corporation reserves the right to assess bidders’ capability and capacity to perform the work, should the circumstances warrant such an assessment, in the overall interest of the Owner.

8 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1.9 Each bidder shall submit only 1 (one) bid, either individually. A bidder who submits or participates in more than 1 (one) bid will be disqualified.

2 E-Tendering / E-Procurement : This tender is being processed through e-tendering/e-procurement system. The bidding documents are to be downloaded, filled in bids are to be submitted/ uploaded through e-tendering system of NEEPCO Ltd. at https://etenders.gov.in Participation in Bids: 2.1 Portal Registration: The bidders intending to participate in the e-tendering and download the detailed bid document have to register themselves in the portal https://etenders.gov.in . Relevant information about the bidder required during the registration is available in the portal. 2.2 For any clarification related to e- tendering bidders are requested to contact. Phone no: 03670-288241, Mobile: 09435062620, 6003948177. E-mail ID: [email protected] , [email protected] 2.3 BID SECURITY DECLARATION: A “Bid Security Declaration” in lieu of Earnest Money shall be submitted by the Bidder along with the Bid as given in Form C, Sec-V. All bidders, including MSEs/ Startups etc., are to submit the Form C. Any bid not accompanied by “Bid Security Declaration” will be rejected

3. Submission and opening of Bids 3.1 Bidders shall prepare and submit their bids in the electronic form at https://etenders.gov.in Online bidding forms will be available in the above website. 3.2 Bidders may view the tender opening results of techno-commercial and price bids at https://etenders.gov.in by marking their presence for online tender opening. 4. Bidders are requested to visit https://etenders.gov.in and http://www.neepco.co.in regularly for any clarification of the bid document.

5. Submission of bids shall not automatically construe qualification for evaluation. The Owner reserves the right to reject any or all bids, or to annul the bidding process and reject all the bids, without thereby incurring any liability to the affected bidders, nor does it have any obligation to inform the bidders of the ground for such action on the part of the Owner.

6. Important information and dates :

Earnest Money Deposit (EMD)/ Bid Security Bid Security Declaration to be submitted. (As per Form-C, Sec- V) Tender Fee Not Applicable Bid validity Period 180 days from the date of opening Date of commencement of downloading of 12:00 hrs. of 02.07.2021 bid document from https://etenders.gov.in Last date & time for receipt of online bids: 17:00 hrs. of 20.07.2021 Date & time of online opening of bids 15:30 hrs. of 22.07.2021. 7. In the event the date of opening of bids is declared as a closed holiday for NEEPCO, the date of opening of bids will be the following working day at the appointed times.

9 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

8. The bidder registered as SSI/ NSIC & MSME are exempted from paying applicable bid fee and earnest money deposit should mention the same enclosing valid/ current authentic documentary evidence in support of such registration to avail the said exemptions. In addition to the above, all other advantages/ benefit as per guidelines of MSMED Act. 2006 shall be extended to the bidders which are registered as Micro, Small or Medium Enterprise and Startup. Conditions for Micro & Small Enterprises (MSEs): 8.1 The bidders participating as Micro/Small Enterprises (MSE) shall submit an Undertaking in the prescribed format (Form B, Section-V) declaring the status of their firm under the provisions of Micro and Small Enterprises along with a copy of the relevant document/ certificate issued by any of the Authority mentioned below: o District Industries centers o Khadi and Village Industries Commission o Khadi and Village Industries Board o Coir Board o National Small Industries Corporation (NSIC) o Directorate of Handicrafts and Handloom o MSEs having Udyog Aadhaar Memorandum o Any other Body specified by Ministry of Micro, Small and Medium Enterprises. 8.2 The registration certificate submitted by MSEs issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period. 8.3 The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference. 8.4 The MSE bidder/Entrepreneurs claiming to belong to Scheduled Caste (SC) or Scheduled Tribe (ST) shall furnish necessary SC/ST certificate issued by Competent Authority in support of their caste/tribe in addition to certificate of registration with any one of the agencies mentioned above at sl. no 8.1. MSE owned by SC/ST shall satisfy any of the following: a) In case of proprietary MSE, proprietor(s) shall be SC /ST b) In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the enterprise. c) In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters. 9. If the bidder is eligible for any concessional duties and taxes he should invariably mention this in the bid. On or before the date of opening the price bid the bidder should also confirm any change in this regard. The price bid shall be evaluated on the basis of the information supplied by the bidder and hence the actual payments of taxes and duties shall be limited to the extent mentioned in the bid or in subsequent confirmation before opening of the price bids. 10. Any action on the part of the bidder to revise the price or to change the structure of the price at his own instance after opening of the bid and within the validity of the offer shall not be possible. 11. NEEPCO reserves the right to extend the last date and time for submission of Bid. 12. NEEPCO reserves the right to reject any or all bids, or to annul the bidding process and reject all the bids for any justified and genuine grounds, without thereby incurring any liability to the affected bidders, nor does it have any obligation to inform the bidders of the grounds for such action.

DGM (E), C&P KHEP, NEEPCO Ltd., Umrongso , Assam

10 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – II

(INSTRUCTIONS TO BIDDERS)

11 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

INSTRUCTIONS TO BIDDERS

A. Introduction 1. General information:

1.1 Kopili H.E. Plant is located in the Dima Hasao District of Assam State, about 270 Kms. From Guwahati via Nagaon. The nearest rail head is Lanka Junction on Bongaigaon- Guwahati-Lumding section. The distance from Lanka to Kopili Power Station is about 80 Kms. The rail head and power station is connected by road. Alternatively, road transport from Guwahati via Shillong is at a distance of 250 Kms. 1.2 It will be imperative for each bidder in their own interest to fully inform himself of all local conditions and factors that may have effect on the execution of the works covered under these documents and specifications. Before submitting the bid, the bidder shall satisfy himself as to the nature and location of work , the general and local conditions, including, but not limited to those conditions having bearing upon transportation, handling and storage of materials, availability and nature of labour etc., the character and capacity of equipment and facilities needed preliminary for and during the execution of the work and other matters, which can in any way affect the work or the cost thereof under the contract. Any default or failure by the Contractor to acquaint himself with all information concerning these conditions will not relieve him from the responsibility for the execution of the contract. 1.3 The laws, rules and regulations of the Central Government, State Government and local authorities having jurisdictions over the work and the work sites shall govern the works of the contract with the same force and effect as if incorporated in full into this document. The bidders, before quoting the price, shall take into account the effect of such laws, rules and regulations. Wherever such laws, rules and regulations are in conflict with the bid documents, the more stringent requirements as interpreted by the Corporation shall govern. Should such conflict require changes in the documents, the bidders shall promptly notify the Corporation before opening of the bids. 1.4 No extra charges on account of any misunderstanding or subsequent discovery of adverse conditions or otherwise shall be allowed. 1.5 Access to the site will be granted to the bidders during tender preparation period by prior appointment with the Corporation. The cost of inspection of site shall be to the bidder’s own account. 1.6 It will be presumed that the bidder has acquainted himself fully with the site conditions and taken those and other factors as stated above into consideration while submitting his bid, irrespective of whether or not he has undertaken site visit. 1.7 He shall also be deemed to have inspected and examined the site and its surroundings and to have satisfied himself as the form and nature of the site, the quantities and materials necessary for the completions of the works and the means of transport and access to the site, the general labour position at site and to have fixed his prices taking into account risks, contingencies and other circumstances which may influence or affect the execution of the works. 1.8 The Contractor shall obtain and pay for all permits and licences or other privileges necessary to complete the work, certified copies of which shall be delivered to the Owner or his authorized representative and will become the property of the Owner. 1.9 It must be understood and agreed that such factors have properly been investigated and considered while submitting the bids. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof, which are based on lack of such clear information, shall be permitted by the Corporation. 1.10 Time extension due to Force Majeure shall be granted without any financial benefits to the Contractor.

12 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

2. Scope of Works:

The scope of work shall be as per Technical Specification of Section-IV. Bill of Quantity shall be as per Price Schedule_I given in Section-VII. Prior to the submission of bid, Bidders are requested to visit site for better understanding of the Scope of works as previous embedded ducts has to be used for ventilation system.

3. Planning and Designing in purview of Vulnerability Atlas of India: Vulnerability Atlas of India (VAI) is a comprehensive document which provides existing hazard scenario for the entire country and presents the digitized State/UT — wise hazard, maps with respect to earthquakes, winds and floods for district-wise identification of vulnerable areas. It also includes additional digitized maps for thunderstorms, cyclones and landslides. The main purpose of this Atlas is its use for disaster preparedness and mitigation at policy planning and project formulation stage. This Atlas is one of its kind single point source for the various stakeholders including policy makers, administrators, municipal commissioners, urban managers, engineers, architects, planners, public etc. to ascertain proneness of any city/location/site to multi-hazard which includes earthquakes, winds, floods thunderstorms, cyclones and landslides. While project formulation, approvals and implementation of various urban housing, buildings and infrastructures schemes, this Atlas provides necessary information for risk analysis and hazard assessment. The Vulnerability Atlas of India has been prepared by Building Materials and Technology Promotion Council under Ministry of Housing and Urban Affairs, Government of India and available at their website www.bmtpc.org. It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk assessment and include the relevant hazard proneness specific to project location while planning and designing the project in terms of: i) Seismic zone (II to V) for earthquakes, ii) Wind velocity (Basic Wind Velocity: 55, 50, 47, 44, 39 & 33 m/s) iii) Area liable to floods and Probable max. surge height iv) Thunderstorms history v) Number of cyclonic storms/ severe cyclonic storms and max sustained wind specific to coastal region vi) Landslides incidences with Annual rainfall normal vii) District wise Probable Max. Precipitation

4. TIME OF COMPLETION: Total contract period for the work in all respect shall be as under.

i) Job completion period: a. Supply: Site survey, Supply, delivery of the complete materials at site indicated in this Limited NIT shall be completed within 16 (Sixteen) weeks from the date of LOI/order issued to the firm.

13 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

b. Works : Installation , testing, commissioning of the system shall be completed within 8 (eight ) weeks from the date of handing over the site by Engineer-in- charge of the Kopili Power Station. B. The Bidding Documents

5 COST OF BIDDING:

The bidder shall bear all costs associated with the preparation and submission of its bid and the “Corporation”, hereinafter referred to as “the Purchaser”, will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

6 CONTENT OF BID DOCUMENTS: 5.1 The equipment required, bidding procedures and contract terms are prescribed in this bidding document which includes: Section –I Notice Inviting tender Section-II Instructions to bidders. Section-III General Terms and Conditions. Section –IV Technical Specifications. Section – V Declaration against the tender and compulsory forms (based on applicability) Section-VI Schedules Section-VII Price Schedules. 5.2 The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidder’s risk and may result in rejection of his bid.

7 CLARIFICATION OF BID DOCUMENTS:

7.1 A prospective bidder requiring any clarification on the stipulations of the bid documents may notify the Owner in writing by post or fax at the Owner’s mailing address indicated in the Notice Inviting Bid. The Owner will respond to any request for clarification on the stipulations of the bid documents, which is received not later than 15 (fifteen) days prior to the deadline for submission of bids prescribed by the Owner. The Owner shall furnish the clarifications within 7 (seven) days of receipt of request for clarification. The Owner’s response (including an explanation of the query but without identifying the source of inquiry) will be uploaded in the website www.neepco.co.in and online portal https://etenders.gov.in and to all prospective bidders who have downloaded the bid document. Verbal clarifications and information given by the Owner or his employee (s) or his representative (s) shall not, in any way, be binding on the Owner.

8 AMENDMENTS TO BID DOCUMENTS 8.1 At any time prior to the deadline for submission of bids, the Owner may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bid documents by amendment. 8.2 All such amendment will be notified in the online portal https://etenders.gov.in and in neepco’s website www.neepco.co.in. Such amendment issued in the website and online portal will be binding on the bidder. The bidders are requested to regularly visit the above portal/ website for any amendment/ corrigendum. 8.3 All such amendments shall form part of bid documents. The Owner / Purchaser shall bear no responsibility or liability arising out of non-receipt of the above in time by the Bidders.

14 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

8.4 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Owner, at its discretion, may extend the deadline for the submission and opening of bids.

9 LANGUAGE OF BID: The bids prepared by bidders and all correspondences and document relating to the bid exchanged by the bidder and the Owner shall be in English.

10 BID SECURITY DECLARATION: 10.1 A “Bid Security Declaration” in lieu of Earnest Money shall be submitted by the Bidder along with the Bid as given in Form C, Sec-V. All bidders, including MSEs/ Startups etc., are to submit the Form C. Any bid not accompanied by “Bid Security Declaration” will be rejected.

C. GENERAL INSTRUCTIONS

11 PREPARATION AND SUBMISSION OF BIDS: 11.1 Online submission:

11.1.1 Bids should be submitted in electronic form in https://etenders.gov.in . Online bidding forms (Techno commercial bid submission checklist and Price Schedule_ I) will be available in the website. Bid documents can be downloaded from this website after vendor registration as mentioned in this section of the bid document. 11.1.2 In the online bid submission, bidders will submit their Techno-Commercial bids and Price Bids in the online bidding forms (Techno commercial bid submission checklist and Price Schedule_ I) using their digital signatures. Bids submitted by prospective Bidders and documents attached thereto shall be considered as forming a part of the Contract Agreement documents. 11.1.3 Each set of bids will contain the following covers/ envelop: a) Envelope – 1 (Techno Commercial bid submission checklist) i) Techno-Commercial Bid along with Commercial Terms & Conditions, Bid Guarantee and documents in support of qualifying requirements, unpriced schedule indicating the percentage of taxes considered in the bid with detail breakup. ii) Bid Forms & Schedules, Commercial & Technical Data sheets. b) Envelope – 2 (Price Schedule I ) Price Bid (Price Part). 11.1.4 The Sealed Cover-1 containing the documents indicated in clause 11.1.3 (a) shall be opened first. 11.1.5 The following documents are required to be compulsorily submitted physically (offline) i.e. either personally or by Registered Post in a sealed envelope addressed to: The DGM (E), C&P KHEP , NEEPCO Ltd. , Umrongso Dima Hasao , Assam Pin-788931 Phone : 03670-288241. The documents are: a) Bid Security Declaration in lieu of Earnest Money shall be submitted by the Bidder along with the Bid as given in Form C, Sec-V.

15 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

Method of submission of above document: The above document, in a single sealed envelope super scribing Limiting Tender for “RECONSTRUCTION ,RENOVATION AND MODERNIZATION OF HEATING ,VENTILATION AND AIR CONDITIONING (HVAC) PACKAGE OF 4 X 50 MW KOPILI POWER STATION OF KHEP, DIST-DIMA HASAO, ASSAM” , shall contain the following:

a) Bid Security Declaration super scribing “Bid Security Declaration”.

11.1.6 The documents submitted/sent by post must be sent by Registered Post with acknowledgement due / transmitted receipt/ Courier sufficiently in advance so as to reach the above address by the scheduled date and time indicated in the Notice inviting Bids. Any document received after the due date and time of submission, even on account of delay on the part of the Postal Authorities, may not be accepted. The bidders are therefore requested to ensure in their own interest that their documents are delivered in time. Owner will not be held responsible for delay or loss of documents. No request from any bidder to the Owner to collect the proposals from Airlines, Cargo agents etc shall be entertained by the Owner. 11.1.7 Offers/bids by Fax/e-mail shall not be entertained. 11.1.8 Modification and withdrawal of bid: a) The bidders will be permitted to withdraw/modify his bid before the date set for opening of Techno-Commercial bids only against a written request. b) In case of modification, the bidders must submit the modification in sealed envelope before the time set for submission of the Techno- Commercial bids. Bidders are allowed to withdraw their online bids and re-submit the same within the scheduled date and time for bid submission. 11.1.9 The Bids will be opened online as per time and date set for opening of bids. 11.1.10 The date and time of opening of Price Bids shall be intimated online to the respective techno-commercially qualified Bidders. a) The Price Bid(s) of the Bidders whose Technical and Commercial Bids have been found to be acceptable by the Owner will be opened online. b) The Price Bid(s) of the Bidders whose Technical and Commercial Bid(s) have not been accepted by the Owner will not be considered for opening and their Bid Guarantee will be returned after completion of evaluation of Technical-Commercial Bids. 11.2 The Owner reserves the right to reject any or all bids, in case the qualifying requirement and Bid Guarantee furnished do not satisfy the stipulation of this specification. 11.3 The Techno-Commercial bids of the qualified bidders would be analyzed and, wherever essential, clarifications and confirmations on Techno-Commercial issues would be sought from them so as to further analyse and evaluated the bid in terms of the requirements of the specifications to the satisfaction of the Owner. The clarifications will be sought and received online in the portal htpps://neepco.abcprocure.com. Scanned copies of letters seeking clarifications and replies thereof may also be sent through mail/fax/post. 11.4 Bids not covering the scope covered in the specification shall be treated as incomplete and shall be rejected. 11.5 Any action on the part of the bidder to revise the price or to change the structure of price at his own instance after opening of the bids and within the validity of offer may result in rejection of the bid and / or debarring the bidder from participation in future tenders of

16 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

the Owner. The Bid Guarantee (Earnest Money) obtained along with this bid, in that case, is also liable to be forfeited. 11.6 The bidders are requested to submit the bid through online e-tendering system well before the bid submission end date and time (as per server system clock). The Corporation shall not be responsible for any sort of delay or difficulties faced during the submission of bids online by the bidders at the eleventh hour.

12 SIGNATURE OF BIDS:

12.1 The bids must contain the name, residence and place of business of the person or persons making the bid and must be signed and sealed at each page by the bidder with his usual signature. The names of all persons signing should also be typed or printed below the signature. For online bids, the document submitted by the bidder must be signed and sealed at each page by the Bidder with this usual signature before scanning and uploading. 12.2 Bids by Corporation/Company must be signed with the legal name of the Corporation / Company by the President, Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation / Company in the matter. 12.3 A bid by a person who affixes to his signature the word “President”, “Managing Director”, “Secretary”, “Agent”, or other designation must be supported by his name. 12.4 The bidder’s name stated on the proposal shall be the legal exact name of the firm. 12.5 Erasures or other changes of the bid documents shall be initialed by the person signing the bid. 12.6 Each and every page of the bid should be numbered and properly signed. Contents and pages should be indicated in the index page.

13 EFFECT AND VALIDITY OF BIDS: 13.1 The submission of any bid connected with these documents and specifications shall constitute an Understanding/Agreement that the bidder shall have no cause of action or claim against the Owner for rejection of his bid. The Owner shall always be at the liberty to reject any bid or bids at his sole discretion and any such action will not be called into question and the bidder shall have no claim in this regard against the Owner. 13.2 Bids should be kept valid for acceptance for a period of 180 (One hundred Eighty calendar days) from the date set for opening of the Techno-Commercial bid, exclusive of the date of opening. If the bidder withdraws his bid before the said period or makes any modification in the terms and conditions of the bid, the Owner shall, without prejudice to any other right or remedy, be at liberty to forfeit the Bid Guarantee (Earnest Money). 13.3 Bids giving validity of less than 180 (One hundred Eighty) calendar days will be rejected. 13.4 The Owner may request the bidders to extend the period of validity of Bid and Bid Guarantee (Earnest Money) for a specified additional period. The request and the bidder’s response shall be made in writing. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to otherwise modify his bid, but will be required to extend the validity of bid and Bid Guarantee (Earnest Money) for the period of extension.

14 POLICY OF BIDS UNDER CONSIDERATION: 14.1 Bid shall be deemed to be under consideration immediately after they are opened until such time official intimation of award / rejection is made by the Owner to the bidders. While the bids are under consideration, Bidders and / or their representatives or other interested parties are advised to refrain from making correspondences and contacting by any means the Owner and / or his Employees / representatives on matters related to the bids under consideration. The Owner, if necessary, will obtain clarifications on the bids

17 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

by requesting for such information from any or all the bidders, either in writing or through personal contact, as may be necessary. Bidders will not be permitted to change the Price Bid or substance of the bid after the bid has been opened.

14.2 Any efforts by a bidder to influence the Corporation in the process of examination, clarification, evaluation and comparison of bids and in any decision concerning award of contract, may result in rejection of the bidder’s bid. Canvassing in connection with the bid is strictly prohibited and the bids submitted by the bidders who resort to canvassing shall be liable for rejection.

14.3 During the evaluation of techno-commercial bid, the Owner may seek / obtain clarifications, confirmations or modifications if any. If considered necessary and essential by the Owner, bidders shall be permitted to submit price repercussions / revised Price bid in the case of any change / modification / addition / deletion / alteration. Only when requested, the price repercussion shall be submitted in sealed envelope to be opened along with the Price Bid. The bidder shall submit the revised price bid in the electronic form in https://etenders.gov.in

14.4 Any action on the part of the bidder to revise the price or the structure of price or to change the substance of the bid at his own instance after opening of Price bid and within the validity period of the bid will result in rejection of the bid and/or debarring the bidder from participating in future tenders of NEEPCO. The Bid Guarantee (Earnest Money), in that case, is liable to be forfeited.

14.5 If the bidder withdraws his bid while it is under consideration and within the validity period of bids, the Bid Guarantee (Earnest Money) shall be forfeited, alongwith other action, as the Owner deems fit. All techno-commercial consultation and clarifications required by the bidder should be completed before opening of Price Bid. 14.6 The Corporation shall notify the successful bidder through Letter of Intent issued online through the portal or manually by FAX / E- Mail / Registered Letter and, in no case, this notification should be construed as an Agreement with the bidder. The Corporation will enter into an Agreement, subject to fulfillment of further requirements as stipulated in the bid documents.

15 CORRUPT OR FRAUDULENT PRACTICES: It is expected from the Bidders / suppliers / contractors that they will observe the highest standard of ethics and should not indulge in the following prohibited practices, either directly or indirectly, at any stage during the procurement process or during execution of resultant contracts: (a) Defines, for the purposes of this provision, the terms set forth below shall mean as under: (i) "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and (ii) "Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition; (iii)“Anti-competitive practice”: any collusion, bid rigging or anti-competitive arrangement, or any other practice coming under the purview of The Competition Act, 2002, between two

18 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

or more bidders, with or without the knowledge of the Purchaser, that may impair the transparency, fairness and the progress of the procurement process or to establish bid prices at artificial, non-competitive levels; (iv) “Coercive practice”: harming or threatening to harm, persons or their property to influence their participation in the procurement process or affect the execution of a contract. (v) “Conflict of interest”: participation by a bidding firm or any of its affiliates that are either involved in the consultancy contract to which this procurement is linked; or if they are part of more than one bid in the procurement; or if the bidding firm or their personnel have relationships or financial or business transactions with any official of Purchaser who are directly or indirectly related to tender or execution process of contract; or improper use of information obtained by the (prospective) bidder from the Purchaser with an intent to gain unfair advantage in the procurement process or for personal gain; and (vi) “Obstructive practice”: materially impede the Purchaser’s investigation into allegations of one or more of the above mentioned prohibited practices either by deliberately destroying, falsifying, altering; or by concealing of evidence material to the investigation; or by making false statements to investigators and/or by threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or by impeding the Purchaser’s rights of audit or access to information; (b) A Bid may be rejected by the Purchaser if it is determined at any stage that the respective Bidder has engaged in corrupt or fraudulent practices in competing for the contract in question and the Bid Security/ Performance Guarantee shall be forfeited. (c) The Purchaser may declare a firm ineligible, either indefinitely or for a stated period of time, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract.

16 PRICE BASIS: (a) Bidders shall quote FIRM prices for the entire scope of work. Proforma for quoting prices for the entire scope of works shall as be per the format given at Price Schedule I under Section-VII (Schedule of Prices) of this bid document.

All prices shall remain firm during the entire contract period.

(b) All applicable taxes and incidentals should be indicated in the quoted price. In the event of decrease or increase in Taxes, and / or imposition of new Taxes the same shall be recovered or reimbursed by Corporation at actual on production of documentary evidence for payment. Present rates of taxes included in the quoted price should be indicated.

The bidder is requested to note that he is to make himself aware of the taxes and duties imposed by the state government and/or the central government, and applicable in Assam. Applicable rates of taxes and duties shall be indicated in the bid. If the applicable taxes and duties are not shown specifically, it will be presumed that applicable taxes & duties are included in the price. In that case no reimbursement of any tax paid by the contractor to Govt. or tax department shall be made to the contractor.

17 JURISDICTION OF COURT:

The Contract shall be governed by the laws of India for the time being in force and shall be subjected to the jurisdiction of the High Court of judicature at Shillong High Court, .

19 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

18 TAXES:

18.1 All applicable taxes, prior to 28 (Twenty Eight) days before the initial stipulated date of opening of Techno-commercial Bid shall not be included in the quoted price, but shall be indicated separately. Such taxes if payable shall be paid directly to the authority concerned by the Contractor and the same shall be reimbursed by the Owner on production of documentary evidence.

18.2 In the event of increase or decrease in taxes and/or imposition of new taxes, if any, subsequent to 28 days before the initial stipulated date of opening of techno-commercial bids, the same will be reimbursed/ recovered by the Owner to/from the Contractor as the case may be, at actual on production of documentary evidence.

18.3 Income Tax and Corporate Tax: 18.3.1 Income Tax and surcharge thereof leviable as per the taxation laws of India on the Contractor’s company or its personnel in respect of income arising in favour of either of the Company or its personnel under this Contract Agreement, shall be the absolute liability of the Contractor and not of the Owner. 18.3.2 Payments stipulated under this Contract Agreement shall be made by the Owner to the Contractor after deduction of income tax at source at the applicable rates. The Owner shall provide the Contractor with certificates for tax deducted at source. 18.3.3 In this connection, attention of the Bidders is invited to the provisions of Indian Income Tax Act and Corporate Tax Act and any other circular issued by the Central Board of Direct Taxes, Government of India from time to time.

D. BID OPENING AND EVALUATION OF BIDS

19 OPENING OF BIDS:

19.1 The Owner will first open online the Envelope – 1 containing Techno-Commercial Bid (Technical Part) at the scheduled date and time. If there is any discrepancy in the information furnished online by the bidder vis-à-vis documents submitted in hard copy, then the bid will be cancelled with forfeiture of his EMD and banning of the concerned bidder from participation in future tenders of NEEPCO. 19.2 Envelope-2 containing the Price Bid(s) of the bidders, whose Technical and Commercial bids have been found to be acceptable by the Owner will be opened online on the stipulated date, which will be notified to the techno-commercially qualified bidders. The bidders will be given notice intimating the date of opening of the Price Bids. 19.3 The bidder may view tender opening results of techno-commercial and price bid in the online portal by making their presence for online tender opening. The bidders may also depute their authorized representative to be present during tender opening in the Office of the DGM(E), C&P, KHEP, NEEPCO Ltd. , Umrongso, Assam. 19.4 In the event of the specified date of bid opening being declared a holiday for the Owner, the bids shall be opened at the appointed time and location on the next working day. 19.5 The Bidders’ names, Bid modifications or withdrawals, and the presence or absence of requisite bid security and such other details as the Owner, at its discretion, may consider appropriate, will be announced at the opening of the Techno-Commercial bids. No bid shall be rejected at the time of bid opening, except for late bids, which shall be returned unopened to the bidder. Bid not accompanied with the Bid Guarantee will, however, be rejected.

20 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

19.6 Any hard copy of bid document submitted as per bid condition which is received by the Owner after the deadline for submission of bids prescribed by the owner, will be rejected and / or returned unopened to the bidder. 19.7 Bids that are not opened and declared at the time of bid opening shall not be considered further for evaluation, irrespective of the circumstances.

20 EVALUATION AND COMPARISON OF BIDS:

20.1 General: 20.1.1 The bids will be evaluated by the Owner (Corporation) to ascertain the lowest evaluated technically and commercially responsive bid for the complete scope of the proposal as detailed in the bidding documents. 20.1.2 Evaluation of the bids will be carried out in two stages: Stage 1 Evaluation of Techno-Commercial bids (Envelope -1) Stage 2 Comparison of Price bids (Envelope -2) of the acceptable Techno-Commercial bids

Price Bids (Envelope-2) of only those bidders whose Techno-Commercial bids have been evaluated as acceptable after Stage 1will be evaluated in Stage 2. 20.1.3 If the bid, which results in lowest evaluated bid price, is seriously unbalanced or front- loaded in relation to the Corporation’s estimate of the items of work to be performed under the Contract, the Owner may request the bidder to produce detailed price analysis for any or all items given in the Bill of Quantities, to demonstrate the internal consistency of those prices with the schedule proposed. After evaluation of the price analysis, taking into consideration the schedule of estimated contract payments, the Owner may require that the amount of Contract Performance Guarantee be increased at the expense of the bidder to a level sufficient to protect the Corporation against financial loss in the event of default of the successful bidder under the Contract (3% of the Corporation’s cost estimate). 20.1.4 If a bid price appears to be unusually low in relation to the services to be rendered, the bidder will be requested to submit a written breakdown of his price calculation. If after review of the notes submitted by the bidder reasonable doubt persists as to whether the required goods and works can be provided at the rates offered and if this is reasonably expected to pose a considerable risk to the performance of the Contract, the bid in question will be excluded.

20.2 Stage 1: Evaluation of Techno-commercial Bids (Envelope 1) 20.2.1 During Techno-commercial evaluation of bids, the Owner may, at its discretion, request bidders for clarifications on their bid. The request for clarification and the response shall be online through the portal and no change in prices or substance of the bid shall be permitted. 20.2.2 The Owner will examine the bids to determine whether they are complete and conform to the stipulated specification, whether the documents have been properly signed, whether all the Forms, Datasheets have been filled up as per the formats provided in the bid documents and whether the bids are generally in order. The Owner will determine the substantial responsiveness of each bid to the bid documents. A substantially responsive bid is one which conforms to all terms and conditions, technical specification of the bid documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning performance security, warranty, force majeure, payment terms, completion time, applicable law and taxes & duties will be deemed to be a material deviation. The Owner’s determination of bid’s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence. The

21 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

Owner may waive any minor infirmity or non-conformity or irregularity in a bid, which does not constitute material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. 20.2.3 If a bid is not substantially responsive, it will be rejected by the Owner and shall not subsequently be made responsive by the bidder by correction of the non- conformity. No bid will be considered if the complete requirements covered in the bid documents are not included in the bid. 20.2.4 To ascertain a substantially responsive bid, evaluation of the Techno-Commercial bids will be carried out in two steps: a) Preliminary evaluation b) Detailed evaluation. a) Preliminary evaluation The Owner will examine the bids to determine whether they are complete, whether the documents have been properly signed, whether all the forms, data sheets have been filled up as per the formats provided in the bid documents and whether the bids are generally in order. Bid submitted without fulfilling the Qualifying requirements as indicated at Clause 4, Section-II of the bid document, shall be rejected as non- responsive. Techno-commercial bids that are accepted after preliminary evaluation will be further considered for detailed evaluation. b) Detailed evaluation i) The Techno-Commercial proposals must principally demonstrate the adequacy of the bidder’s appreciation of the scope of work, of the methods proposed for site mobilization works and for the timely completion of the work themselves, of the arrangement of the logistic support for erection and of the Contractor’s quality control, safety and environment procedures. ii) The basis for the comparison of Techno-Commercial bids will be principally the information and data provided by the bidders in the techno- commercial data sheets (Schedules I to V: Section – VI) provided in this bid document as detailed below and deviation of commercial terms and conditions. Deviations from or objections or reservations to critical provisions, such as those concerning performance security, warranty, force majeure, payment terms, completion time, applicable law and taxes & duties will be deemed to be a material deviation. SCHEDULE_ 1: Schedule of Similar works SCHEDULE_ 2: Health and safety protection SCHEDULE_ 3: Schedule of Deviation from Specifications SCHEDULE_ 4: Schedule of Works currently in hand SCHEDULE_ 5: Current litigation history 20.2.5 In view of the importance that bid evaluation should be completed in the shortest possible time, all bidders are expressly intimated: - b) To prepare their Techno-Commercial bids, in particular their schedule of detailed programme / schedule of works, in the form and order as indicated in the data sheets and as instructed above, and to ensure that all specific points on which information has to be submitted, as detailed in the tender documents, are covered in full and c) To ensure that all materials submitted is not only complete in all respects but also concise, and to avoid including material of marginal relevance or importance 20.2.6 As the programme for bid evaluation is short, the Owner cannot accept any obligation to request clarifications or supplementary information from bidders, after Techno-Commercial bids have been opened, although the Owner at its discretion reserves the right to do this. In consequence, any such inadequacies in data submitted in any bid may adversely affect the ranking of that bid during technical evaluation. 20.2.7 Deviation from bid document / additional clauses

22 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1. All bidders are cautioned that bids containing any deviation from the basic parameters in respect of General Terms and Conditions, Technical Specification, as contained in the bid documents, are liable for rejection. 2. Acceptability / non acceptability of the deviation from the General Terms and Conditions, Technical Specifications, as contained in the bid documents, shall be judged by the Owner. The deviations / additional clauses that are considered as acceptable shall be dealt as per the relevant clauses. The deviations / additional clauses which are not acceptable to the Owner shall automatically stand withdrawn and all relevant clauses shall prevail and no claim, whatsoever, in this respect shall be entertained. The Owner shall be the sole judge for assessment of acceptability / non-acceptability of deviations / additional clauses. The decision of the Owner in this respect shall be final and binding. 20.2.8 When determining the value of deviations, the Owner shall use the parameters consistent with those specified in the specifications and documents and / or other information / data as necessary and available and / or collected by the Owner. 20.3 Stage 2 : Evaluation and comparison of price bids (Envelope 2) 20.3.1 After completion of Techno-Commercial evaluation, the date and time of opening of Price Bid opening will be notified by the Owner. The Price Bids of those bidders, whose Techno-Commercial bids have been evaluated and considered as acceptable to the Owner, shall only be opened. A clear notice will be given to the bidders intimating the date of opening of the Price Bids. 20.3.2 The evaluation of Price Bids will be done based on the grand total destination price as per Price Schedule inclusive of all taxes and duties. 20.3.3 Arithmetical errors will be rectified on the following basis: a. Bidders shall ensure that the prices furnished in the price schedule are consistent with each other. In case of any inconsistency in the prices furnished in the specified price schedules, the Owner shall be entitled to consider the highest price for the purpose of evaluation and the lowest of the prices in these schedules for the purpose of award of Contract. b. The prices of all such items against which the Bidder has not quoted rates/amount (viz., items against which ‘0’ is indicated in the Price Schedule) in the schedules shall be deemed to have been included in other items. 20.3.4 Deviations from the bid documents, in so far as practicable and minor omissions acceptable to the Owner will be converted to a Rupee value and added to the bid price to compensate for the deviations/omissions from the bid document while evaluating the bids. In determining the Rupee value of the deviations / omissions, the Owner will use parameters consistent with those specified in the specifications and documents and/or other information as necessary and available to the Owner. .

E. AWARD OF CONTRACT

21 AWARD CRITERIA: The Owner will award the Contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the bidder is determined to be qualified to perform the Contract satisfactorily. The successful bidder will be notified of the award through a Letter of Intent to be issued online/ in writing by registered letter or fax, that his bid has been accepted. The Letter of Intent will constitute the formation of Contract.

23 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

After issue of the Letter of Intent, the supplier shall indicate acceptance of the LOI and submit the Contract Performance Guarantee within the time as stipulated in Clause 4.0 of Section IIIA of this document.

22 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The Owner reserves the right to accept or reject any bid, and to annul the bidding process and reject any or all bids at any time prior to Contract award, without thereby incurring any liability to the affected bidder or bidders. The bidding process may be cancelled if the responsive bids substantially exceed the budget; the Technical or Financial bases of the procurement have changed materially prior to the award, or the rates of the bid are obviously and clearly unreasonably high.

23 SIGNING OF CONTRACT AGREMENT/ ISSUE OF DETAILED ORDER: After issue of the Letter of Intent and acceptance of the CPG, the Corporation shall prepare the Agreement on stamped paper and the Contractor will be informed for signing of the Agreement on a notified date. Signing of the Contract Agreement will be done in the office of the DGM (E), C&P, Kopili H.E. Plant, NEEPCO Ltd., Umrongso, Dima Hasao District, Assam- 788931. Alternatively, at the option of the Corporation, a detailed order in plain paper will be issued in favour of the Contractor. The expenses of completing and stamping the Agreement shall be paid by the Corporation and the Contractor shall be furnished, free of charge, with an executed stamped counter part of the Agreement or detailed order on plain paper. All costs and expenses incidental to preparation of the proposals, discussions and conferences, if any, including the pre-award discussions with the successful bidder, technical and other presentation including any demonstrations, etc. shall be to the account of the bidder and the Corporation shall bear no responsibility whatsoever on such costs and expenses.

*******************************************

24 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – III

(GENERAL TERMS AND CONDITIONS OF CONTRACT)

25 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

GENERAL TERMS AND CONDITIONS OF CONTRACT

1.0 Definition of Terms:

1.1 In this Contract, the following terms shall be interpreted as indicated:

1. The "Government" shall mean the Government of India or any State Government, as the case may be. 2. The "Corporation" /”Owner”/"NEEPCO" shall mean the North Eastern Electric Power Corporation Ltd., with its Registered Office at Shillong and shall include its legal representatives, successors and permitted assigns. 3. “Contract” means the Agreement entered into between the Corporation and the Contractor as per the “Contract Agreement” signed between the parties including all attachments and appendices thereto and all documents incorporated by reference therein. 4. The "Contractor" shall mean the Bidder whose bid has been accepted by the Corporation for the award of the works and shall include such successful bidder’s legal representatives, successors and permitted assigns. 5. The "Head of Project"/”Engineer-in-Charge” shall mean the Engineer /Officer appointed by the Corporation to direct, supervise and be in charge of the works for the purpose of the Contract. 6. The terms “Equipment”, “Stores” and “Materials” shall mean and include plant, stores and materials to be supplied by the Contractor under the contract. 7. The word "Specifications" shall mean collectively, all the terms and stipulations contained in this book including the conditions of contract, technical specifications and Annexure thereto and list of corrections and amendments. 8. " “Notice Of Award”/”Letter Of Award” shall mean the official notice issued by the Corporation notifying the Contractor that his proposal/bid has been accepted, and that the Contractor is required to sign the contract Agreement. 9. “Month” shall mean calendar month. 10. “Day” or “Days” unless herein otherwise expressly defined shall mean calendar day or days of 24 hours each. 11. A ‘week’ shall mean a continuous period of 7 (seven) days. 12. ‘Writing’ or ‘Written’ shall include any manuscripts, typewritten or printed statement under or over signature and/or seal as the case may be. 13. Words imparting the singular only shall also include the plural and vice versa where the context so requires. 14. Words imparting ‘persons’ shall include firms, companies, corporations and association or body of individuals, whether incorporated or not. 15. Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of Goods Act (1930), failing that in the Indian Contract Act(1872) and failing that in the General Clause Act(1897) including amendments thereof, if any. 16. Words imparting the singular number shall include the plural number, and plural the singular, and the words imparting the masculine gender shall include the feminine and neuter gender where the context so requires. 17. “Labourer" shall mean all categories of labour engaged by the Contractor, his sub- Contractors and his piece workers for work in connection with the execution of the work covered by the specifications. All these labourers will be deemed to the employed primarily by the Contractor.

26 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

18. "Fiscal Year" shall mean a year beginning on first April and ending on 31st March in succeeding year. 19. The clause headings shall not limit, alter or affect the meaning of the specifications, conditions of tendering on these conditions. 20. The "Corporation’s Stores" shall mean the stores owned by the North Eastern Electric Power Corporation Limited at Kopili H.E. Plant, Umrongso. 21. "Authorized Representative” of the Corporation shall mean any authorized officer of the Corporation from the level of Junior Engineer and above. 2.0 Contract documents The documents forming the Contract shall be interpreted in the following order of priority:- a) Agreement. b) Letter of acceptance and notice to proceed with the works / LOI / LOA. c) Contractor’s bid. d) Tender Specifications. e) Any other documents listed in the Contract as forming part of the Contract. 3.0 Use of contract documents and information: 3.1 The Contractor, without the Corporation’s prior written consent, shall not make use of any document or information enumerated in various contract documents except for the purpose of performing the contract. 3.2 Any document, other than the contract itself, enumerated in various contract documents shall remain the property of the Corporation and shall be returned (in all copies) to the Corporation on completion of the Contractor’s performance under the contract if so required by the Corporation. 3.3 The Contractor shall not communicate or use in advertising, publicity, sales releases or in any other medium, photographs and other reproductions of the works under the Contract or descriptions of the site, dimensions, quantity, quality or other information concerning the works unless prior written permission has been obtained from the Corporation.

4.0 Performance Bank Guarantee. 4.1 Within 20 (twenty) days from the date of issue of Letter of Intent / Award, the Contractor shall furnish a contract performance Guarantee for an amount equal to (3%) three percent of the contract value by way of guarantee for the due and faithful performance of the contract, in any of the following forms: a) An irrevocable bank guarantee issued preferably by any Indian Nationalized Bank in favour of North Eastern Electric Power Corporation Limited in the prescribed format. OR b) A crossed bank draft in favour of North Eastern Electric Power Corporation Limited, payable at Garampani Umrongo (SBI code 4812). 4.2 The Bank guarantee shall be initially valid for such period to cover upto ninety days after the expiry of the contractual period as per Agreement. The Bank Guarantee for amounts expressed in Indian Rupees shall be acceptable only if they are issued by the State Bank of India or any of its subsidiaries or a Nationalised / Scheduled Bank in India through any of its branches in India, or a foreign bank notified as a Scheduled Bank under the provisions of the Indian Banking Companies Regulation Act through any of its branches in India, provided that any Guarantee issued by such foreign bank shall be acceptable only after its confirmation by any Indian Nationalised Bank. The bank guarantee format is given in Section V: Annexure-II of this bid document.

27 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

4.3 The Performance Guarantee will be returned to the Contractor without any interest after expiry of the contract, subject to fulfillment of the work in all respects and no outstanding are to be recovered from the contractor. 4.4 It is expressly understood and agreed that the amount of Performance Guarantee shall not be construed as limiting factor/amount for various liabilities under the contract.

5.0 Warrantee/ Defects liability period: - Defect Liability period of the work is 2 (Two) year from the date of successful installation & commissioning of the system. Contractor shall make good at his own expense all defects which may develop within the defect liability period intimation of which has been sent to him within the said period.

6.0 Completion time and extension: - Time is the essence of this contract as specific shut down schedule for the plant is being obtained from Ministry of Power, Govt. of India. Time allowed for execution of the work is as specified in the NIT. Hence the contractor has to ensure completion of all works in every aspect within the stipulated time period. In case of extension of time, if any, it will be in accordance to those related conditions of the contract. However, if the work is delayed on account of extra items, suspension of works, rebuilding of work, force majeure, non clearance of site by the department to complete the work and any other reasons which in absolute discretion of the Engineer-In-Charge and is beyond the control of contractor, then immediately upon happening of such event, the contractor shall inform the Engineer-In- Charge accordingly. Within 14 (fourteen) days from the date of happening of any such events, the contractor shall also request, in writing, for extension of time on this account.

7.0 Liquidated Damage (LD)/Compensation for delay in completion: -

The time allowed for carrying out the work as stipulated in the contract or any extended period (not due to the fault of the contractor) as may be allowed shall be strictly observed by the contractor and shall be reckoned from the date on which order to commence work is given to the contractor. The work shall be throughout the stipulated period of the contract be proceed with all due diligence, time being the essence of the contract on the part of the contractor. The contractor shall be liable to pay as compensation @ 0.5% of contract amount per week of delay, subjected to maximum of 10% of the whole contract amount. 8. Commencement of works: -

The contractor shall commence the work immediately from the date of award of work in consultation with Engineer-in-Charge. The work shall be executed strictly in line with the specifications, drawings, order etc.

9. Engineer-In-Charge: Dy. General Manager (E) Kopili Power Station KHEP, NEEPCO Ltd., Umrangso, Dima Hasao, Assam.

10. Area for the contractor:

As per the availability of land/ space, the contractor shall be allocated an area for his stores and plant within the site area/leased area. The contractor shall provide labour, transport and materials to attend the protection, temporary covering and barricading of work area and other hazards to ensure safety to all as directed by the Engineer-in-charge.

11. Assistance for Engineer-in-Charge:

The contractor shall provide to the engineer in-charge at all times during the contract including maintenance period a competent person and /or all such other man as he may require to assist him in carrying out or checking any measurement, level, setting out measurement of works. The contractor is

28 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

also to provide with ladders etc. and the necessary attendance to move and adopt as directed for inspection of measurement of the work by the Engineering-in charge.

12. Completion Certificate: -

The work shall be completed to the entire satisfaction of the Engineer- In-Charge and in accordance with the provisions of the contract. As soon as the works under this contract is completed as a whole, the contractor shall give notice of such completion to the Engineer-In-Charge. The Engineer-In- Charge within 30(thirty) days from the date of receipt of such notice, shall inspect the work and shall satisfy himself that the work has been completed in accordance with the provisions of the contract and then issue to the contractor a certificate of completion indicating the date of completion.

13. Quantity & Unit Price: -

The quantities indicated in the bill of quantities shall be treated as approximate only for comparing tenders. No extra claim or compensation shall be entertained for excess or deficiency therein whether actual or relative. The contractor shall execute the entire quantity of works required for completing the works as per specification and agreed rates.

14. Work diary:

The contractor shall assist in recording the Site work diary of the Engineer-In-Charge by supplying Day to Day/as notified/quarterly information on the works as required by the Engineer - In - Charge. Every remark, instructions, decisions by the Engineer –In-Charge or his representatives and every essential details of the work shall be recorded by the contractor in an acceptable format as well as maintaining the entire necessary registers/work diary as per the statutory provisions which will be provided to the Engineer-In-charge when required. 15. Hindrance and Progress records: The contractor shall maintain one register for recording daily progress of the work and Hindrances of any kind on which he has no control. The register shall indicate the daily progress and nature of hindrance, its duration, precautionary measure if any suggested by the Engineer in charge to meet the schedule of the work. On demand, the register shall be made available to the representative of the Engineer in charge and will be signed by him for claiming extension of time. Claim for extension of time shall not be valid without producing this register to the Engineer in charge

16. Agreement

16.1 After issue of the Letter of Intent/Award and on receipt and acceptance of Contract Performance Guarantee, the Corporation shall prepare the Agreement on stamped paper and the Contractor will be informed for signing of the Agreement on a notified date. 16.2 The Contractor shall be required to sign the Contract Agreement in 3 (three) copies, along with appropriate Power of Attorney and other requisite materials. Unless and until a formal Agreement is prepared and executed / Detailed order issued, the Letter of Intent/ Award read in conjunction with the bidding documents will constitute a binding contract. 17.0 Assignment and subletting of Contract: The Contractor shall not, without the prior consent in writing of the Corporation, assign or sublet or transfer the contract or any part thereof. 18.0 Deduction from Contract Price.

29 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

18.1 All costs, claims, damages or expenses which the Corporation may have paid for which the Contractor is liable under the contract, shall have to be refunded by the Contractor within 30(thirty) days of receipt of the bills. If the bills are not paid within the said period, this may be deducted by the Engineer-in-charge from the Performance Guarantee or from any money due or which will become due to the Contractor under this Contract. 18.2 In addition to the provision of Clause no. 7 above, the Corporation shall also be entitled to recover all dues in terms of the Contract including, but not limited to, liquidated damages for delay etc. by way of deductions from the payments due to the Contractor or that may become due to the Contractor in future or from any securities/guarantees under the Contract and/or otherwise. 18.3 In case of any dispute, the sum of money so withheld or obtained under this clause by the Corporation will be kept with held or retained as such by the Corporation till all the claims arising out of the Contract is either mutually settled or determined by the Arbitrator, or by the competent court, as the case may be, and that the Contractor shall have no claim for interest or damages whatsoever on this account. 19.0 Insurance. 19.1 The Contractor shall, at his own cost, arrange, secure and maintain insurance as may be pertinent to the works and obligatory in terms of law to protect his interests and the interest of the Corporation against all possible risks. The form and the limit of such insurance, as defined herein, together with the underwriter thereof in each case, shall be acceptable to the Corporation. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of the contract shall be that of the Contractor alone. The Contractor’s failure in this regard shall not relieve him of any of his contractual obligations. The insurance covers to be taken by the Contractor shall be in the name of the Contractor. The Contractor shall deal directly with the insurance company or companies and shall be responsible in regard to maintenance of all insurance covers. 19.2 Workmen’s Compensation Insurance

This insurance shall protect the Contractor against all claims applicable under the Workmen’s Compensation Act 1948. This policy shall also cover the Contractor against claim for injury, disability, disease or death of his employees. The liabilities shall not be less than Workmen’s compensation – As per statutory provision. Employee’s liability – As per statutory provision. 19.3 The contractor’s personnel will not be entitled to any free medical treatment from NEEPCO. The contractor shall extend medical benefit to his personnel through Mediclaim Insurance for sufficient/adequate coverage from the insurance policy obtained for the purpose, preferably from any nationalized insurance company. The above are only illustrative list of insurance coverage normally required and it will be the responsibility of the Contractor to maintain all necessary insurance coverage to the extent of both time and amount to take care of all his liabilities either direct or indirect, pursuant to the contract. 20.0 Force Majeure: 20.1 If either Contractor or Corporation (hereafter called as party) is temporarily unable by reason of force majeure or the laws or regulations of India to meet any of its obligations under this Agreement and if such party gives to the other party written notice of the event within 14(fourteen) days after its occurrence, such obligations of the party as it is unable

30 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

to perform by reason of the event shall be suspended for as long as the force majeure condition continues. 20.2 Neither party shall be liable to the other party for loss or damage sustained by the other party arising from any event referred to in clause or delays arising from such event. 20.3 If, by virtue of clause referred above, either party shall be exempted from the performance of punctual performance of any obligation for continuous period of 6 (six) months, then the parties shall consult together with a view to agreeing what action should, in the circumstances, be taken and what amendments to the terms of this Agreement ought to be made. 20.4 The terms “Force Majeure”, as employed herein shall mean acts of God, acts of public enemy, war, insurrection, riots, epidemics, landslides, and any other similar events beyond the control of either party and which by exercise of due diligence neither party is able to overcome. 21.0 Arbitration. 21.1 Except where otherwise provided, if at any time, any question of a dispute or difference of opinion whatever shall arise between the Contractor and the Corporation upon or in relation there to or in connection with this contract, either of the parties may give to the other notice in writing, of the existence of such questions, disputes or differences and if the matter is not settled amicably by and between the parties and on rejection, such matter of dispute or difference of opinion shall be referred to the Arbitration strictly in accordance with the provision contained in the Arbitration and Conciliation Act 1996 (Act. No. 26 of 1996), and any amendment thereto and any rules made there under and to such other order or orders, instruction issued by the Government of India time to time in this connection. 21.2 No dispute or difference of opinion, whatever, shall be referable to Arbitration after the expiry period of 2 (two) years from the date when such dispute or difference of opinion arose. 21.3 The Contractor shall ensure that the work under the contract shall continue during the Arbitration Proceedings and dispute and no payment due from or payment by the Corporation shall be withheld on account of such proceedings except to the extent that may be in dispute. 21.4 If any dispute or difference of any kind whatsoever shall arise between the Corporation and the Contractor, arising out of the contract for the performance of the works, whether during the progress of the work or after its completion, or whether before or after the termination, abandonment or breach of the contract, it shall be in the first place, be referred to and settled by the Corporation or his authorized representative who, within a period of 30 (thirty) days after being requested by the Contractor to do so, give written notice of his decision to the Contractor. 21.5 Save as hereinafter provided, such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the works and shall forthwith be given effect to by the Contractor who shall proceed with the works with all due diligence, whether he or the Corporation requires arbitration as hereinafter provided or not. 21.6 If after the Corporation has given written notice of his decision to the parties, no claim to arbitration has been communicated to him by the Contractor within 30 (thirty) days from the receipt of such notice, the said decision shall become final and binding on the parties. 21.7 In the event of the Corporation failing to notify its decision as aforesaid within 30 (thirty) days after being requested or in the event of either the Corporation or the Contractor being dissatisfied with any such decision or within 30 (thirty) days after the expiry of the

31 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

first mentioned period of 30 (thirty) days, as the case may be, either party may by written notice to the other party require that the matter in dispute be referred to arbitration as herein provided. 21.8 All disputes or differences in respect of which the decision, if any, of the Corporation has not become final or binding as aforesaid, shall be settled by arbitration in the manner hereinafter provided. 21.9 The arbitral tribunal shall consist of a sole arbitrator to be appointed by the Chairman and Managing Director of the Corporation or by his duly authorized representative out of a panel of names of three arbitrators, proposed by him and selected by the other party. If both the parties fail to arrive at decision regarding the selection of a sole Arbitrator, the matter will be referred to Chief Justice of High Court having jurisdiction on the issue for a competent decision. 21.10 The venue of arbitration shall be Shillong, Meghalaya, India. 21.11 The expense of Arbitration shall be paid as may be determined by the Arbitrators. 21.12 The Arbitrator shall have the full powers to review the and/or revise any decision, opinions, directions, certification or valuation of the Corporation in consonance of the contract, and neither party shall be limited in the proceedings before such Arbitrators to the evidence or arguments put before the Corporation for the purpose of obtaining the said decision. 21.13 No decision by the Corporation or its authorized representative in accordance with the foregoing provisions shall disqualify him as being called as witness or giving evidence before the Arbitrators in any matter whatsoever relevant to the dispute or difference referred to the Arbitrators aforesaid. During the settlement of disputes and arbitration proceedings, both parties shall be obliged to carry out their respective obligations under the Contract. 21.14 No claims for interest or damages on whatsoever count will be entertained by the Corporation with respect to any money or balance which may be lying with the Corporation owing to any dispute, difference or misunderstanding between the Corporation and the Contractor.

22.0 GRAFTS AND COMMISSIONS ETC. Any graft, commission, gift or advantage given, promised or offered by or on behalf of the Contractor or his partner, agent officers, director, employee or servant or any one, on his or their behalf in relation to the obtaining or to the execution of this or any other Contract with the Corporation , shall in addition to any criminal liability, which it may incur, subject the Contractor to the cancellation of this and all other Contracts and also to payment of any loss or damage to the Corporation resulting from any cancellation. The Corporation shall then be entitled to deduct the amounts so payable from any monies otherwise due to the Contractor under this Contract.

23.0 Defence of suit: If any action in court is brought against the Corporation or Engineer-in-charge or an officer or agent of the Corporation , for the failure, omission or neglect on the part of the Contractor to perform any acts, matters, covenants or things under the contract or for damage or injury caused by the alleged omission or negligence or any other act on the part of the Contractor, his agents, representatives or his sub-Contractors, or in connection with any claim based on lawful demands of sub-Contractors’ workmen, supplier or employees whether the Contractor has been impleaded in the suit or not, the Contractor shall in all such cases, indemnify and keep the Corporation, and the Engineer-in-charge

32 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

and / or his representatives office/agent harmless from all losses, damages, expenses or decrees arising out of such action. 24.0 PAYMENT TERMS:

Supply: 80% of material value with 100 % taxes will be released against receipt of complete materials at site. Balance 20% of the material value will be released after successful installation and commissioning of the system.

Works: 100% of commissioning charges with taxes shall be released after successful installation and commissioning of the system.

25.0 Deviation/ Extra Supplementary Items: -

The EIC shall have power to make any deviations in the original specifications or drawings or designs of the works or any part thereof that are, in his opinion, necessary at the time of or during the course of execution of the works. In case of any extra items which are not available in the schedule of quantities, the rate of such items shall be derived from contracted rates of analogous items available in the schedule of quantities after actual observation at site. In case the analogous items are not available in the schedule of quantities, the same shall be determined by the Engineer – In – Charge on the basis of actual initial cost taking following in to consideration. i. Cost of materials including GST or related taxes. ii. Cost of transportation up to site. iii. Cost of direct wages and equipment charges. iv. Cost of job facilities like electricity. v. Supervision & overhead charge @ 12.5% on the sum of Sl.No. i to iv. vi. Profit @ 10% on the sum of Sl.No.i to v. In case the materials mentioned at Sl.No.i are supplied by the corporation, no overhead charge and profit on the cost of materials shall be considered.

26.0 Withholding Payment:

26.1 The Corporation may withhold the whole or part of any payment for the work claimed by the Contractor which, in the opinion of the Corporation, is necessary to protect himself from loss on account of:

a) Failure by the Contractor to make due payments for labour employed by him. b) Claims filed against the Contractor. c) Loss to another Contractor directly employed by the Corporation. d) Damage or loss of property or equipment of the Corporation. e) Non-return of equipment/material supplied by the Corporation when the same is due; and f) If legal case is instituted by the local government for default of the Contractor.

26.2 When the grounds for withholding payment are removed, payments of the amount due to the Contractor shall be made by the Corporation without delay. 27.0 Responsibility of the Contractor 27.1 The Contractor shall be registered establishment under Employee’s Provident Fund & Miscellaneous Provisions (EPF&MP) Act 52 and the schemes there under and shall specify its independent code number during submission of the bid. In the event the

33 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

Contractor is liable under the said Act, but is not a registered establishment, the said Contractor shall obtain code/sub code number from the Regional Provident Commissioner as per the procedure prescribed by law. In case the contractor is unable to do so, the roll of wages is to be submitted and employee’s contribution of PF deducted from the wage of each worker to be deposited in their name in the CPF account of the Corporation, for which individual number shall be assigned on application. The Corporation shall recover 20 % (twenty percent) of the bill value against each Running Account bill, or any amount as may be prescribed from time to time, if the Contractor fails to comply with the provisions of the said Act.

28.0 Compliance with Regulations 28.1 Unless otherwise specified, all works to the extent applicable, shall be carried out in accordance with the Factories Act, 1948 as amended by the Factories (Amendment) Act, 1987, Indian Electricity Act, 2003, the Indian Electricity Rules, 1956 or any amendment /order thereof, which may be issued during the currency of the Contract and the requirements of any other Rules, Regulations and Act in India to which the Corporation may be subjected to. 28.2 The Contractor shall comply with all applicable laws, or ordinances, codes, approved standards, rules and regulations and shall procure all necessary Municipal and Government permits, licenses etc., at his own cost. The Contractor shall leave the Corporation and Engineer-in-charge harmless as a result of any infraction thereof. 28.3 Regulation of Local Authorities: The Contractor shall, throughout the continuance of the contract and in respect of all matters arising out of the performance thereof, comply with the laws, rules and regulations of the Local Authorities. He shall also comply with the Minimum Wages Act, 1948, Payment of Wages Act 1936, the Contract (Regulation and Abolition) act 1970 and other acts, laws, rules and regulations applicable in performance of the contract. All registrations, permissions, inspections, licenses, rights etc., required for execution of the contract shall be arranged by the Contractor himself at his own cost. The Corporation will provide the necessary documentary assistance to the extent possible, in obtaining the same. The Corporation shall not be responsible for delay on this account. If, under any statute/law any registration, permission, inspection, right etc., is required to be arranged specifically by the Corporation, this shall be brought to the notice of the Corporation by the bidder along with his bid. 28.4 Labour Regulations: The Contractor shall, at his own cost, comply with all the provisions of all Acts, Laws, Regulations, Rules or by-laws of the Central Govt. State Govt., and or any local and Statutory Authority amended from time to time and applicable is respect of engagement of labour, such as, but not limited to:

(i) The Payment of Wages Act, 1936. (ii) The Minimum Wages Act, 1948 (iii) The Contract Labour (regulation and abolition) Act,1970 (iv) The Workmen’s Compensation Act, 1973. (v) The Employer’s Liability Act, 1938 (vi) The Maternity Benefit Act, 1961 (vii) The Industrial Employment (standing order act) 1946 (viii) The Industrial Dispute Act, 1947

34 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

(ix) The Payment of Bonus Act, 1965 (x) The Employees Provident Fund Act, 1963 (xi) The Personal Injuries (Compensation Insurance) Act, 1963 (xii) The Employees State Insurance Act, 1948 28.5 The Contractor shall indemnify the Corporation against any payment to be made under the above mentioned Acts. In the event of the Contractor’s failure to comply with the provisions of any Act or in the event of any decree or award of order against the Contractor having been received from any competent authority on account of any default or breach of any provisions of the said Acts, the Engineer-in-charge without prejudice to any other right, shall be empowered to deduct such sum from the bills of the Contractor or from the security deposit or from any other payments under this contract or any other contract to satisfy the provisions of the said Acts and the said Authority. The decision of the Engineer-in-charge in this respect shall be final and binding in this regard. 29.0 Commencement, Execution and Completion of Work The Contractor shall confirm his unconditional acceptance within 10 (ten) calendar days after the date of issue of LOA/LOI and submit the Contract Performance Bank Guarantee within 20 (twenty) days of issue of LOA/LOI for signing of the Contract Agreement.

30.0 Currency All payments shall be made in Indian Rupees only. 31.0 Bank charges All bank charges shall be to the Contractor’s account. 32.0 Paying Authority Paying authority for payments shall be the Head of Finance, Kopili H.E. Plant, NEEPCO Ltd., Umrongso, Dima Hasao District, Assam – 788931. 33.0 Data Sheets / Schedules: Data Sheets/ Schedules as provided in Section VI of this Bid document shall be duly filled in by the bidder and same shall be uploaded during online submission of techno commercial bids. 34.0 Price Schedules: 34.1 The prices should be quoted in the format as given in Section-VII of these specifications.

35.0 Penalty: 35.1 Any violation of instruction/agreement or suppression of facts in the agreement and the details of personnel engaged will attract cancellation of agreement without any reference or any notice period. 35.2 In case of non –compliance with the contract, the Corporation reserves its right to: a) Cancel/revoke the contract, and /or b) Impose penalty. 35.3 In case of noncompliance / non-performance of the service according the terms of the contract, the Corporation shall be at liberty to make suitable deduction from the bill without prejudice to its right under other provisions of the contract. 36.0 Accommodation: Shall be arranged by the Contractor. 37.0 Electricity: The contractor is responsible to pay the electricity charge to the owner as per prevailing APDCL rate, actually utilized by him during execution of the work. The amount payable in this account shall be recovered from running account/final bill of the

35 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

contractor. The contractor has to arrange sub-meter and cables etc. required for taking connection from sub-mains of the owner in this regard. *************************************************************

36 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – IV

(TECHNICAL SPECIFICATIONS)

37 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

Table of contents

1 AIR CONDITIONING AND VENTILATION SYSTEM 1.1 Scope 1.2 General Information 1.3 Data for Design / Plant Capacity 1.4 Description of Air Conditioning and Ventilation System 1.5 Scope of Supply/Services 1.5.1 Main equipment / System 1.5.2 Electrical & Control & Instrumentation Works 1.5.3 Erection and commissioning: 1.5.4 Civil Works: 1.6 Rating and Functional Characteristics 1.6.1 Indoor air conditions: 1.6.2 Air changes per hour: 1.6.3 Static Pressure: 1.6.4 Noise levels: 1.6.5 Air velocities in ducts: 1.6.6 Auxiliary Supply: 1.7 Performance Guarantee 1.8 Design and Construction Standards 1.9 Equipment Specification 1.9.1 Air handling units 1.9.2 Casing 1.9.3 Evaporator Unit 1.9.4 Condensing Unit 1.9.5 Duct Work, Diffusers and Accessories 1.9.6 Drain Piping 1.9.7 Fresh Air Fan Unit 1.9.8 Supply and Exhaust Air Duct Work: 1.9.9 Air filters: 1.9.10 Exhaust Air Fan: 1.9.11 Drives: 1.9.12 Resilient Bases: 1.9.13 Electrical Work . 1.9.14 Controls 1.10 Location of Supply Air Fans and Other Equipment 1.11 Quality of Equipment 1.12 Tests 1.13 Drawings, Documents and Design Calculations: 1.13.1 Design memorandum: 1.13.2 Drawings and documents: 1.13.3 Design calculation: 1.14 Erection, Testing and Commissioning 1.15 Taking Over 1.16 Air Conditioning and Ventilation Load – Design Data

38 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1 AIR CONDITIONING AND VENTILATION SYSTEM

1.1 Scope This specification is intended to cover the design, manufacture, quality assurance, quality control, shop assembly, shop testing, transportation to site, freight, insurance, loading, unloading, site storage and preservation, handling at site, installation, commissioning, performance testing, acceptance testing, training of Employer’s personnel, handing over and guarantee for two years of ventilation and air conditioning system (VAC), as per the specifications hereunder, each complete with all auxiliaries, accessories, spare parts and warranting a trouble free safe operation of the installation. Bidder may note that since the works envisaged is for restoration of already existing system, having embedded duct work, it is mandatory for the bidders to visit the site for a better understanding and assessing work scope, other design requirements before submission of bid.

1.2 General Information The Air Conditioning System is required for the control room, conference room and office in the Power House building of Kopili H.E. Project. The location of Control room is on the downstream side of machine hall at floor EL. 270.10 m & 279.00 m. Ventilation system shall cover drainage &dewatering gallery at EL 259.00 M; MIV Floor, LP Compressor room, Panel room at EL 262.85M; Turbine floor, Battery room, Stairs, Panel room, Office room at EL 266.15M; Generator floor, Pump houses, Stairs, Electrical Lab, LT room, SSB room, Battery rooms, Office room at EL 270.20M; Machine hall, WC, Stairs, Control room, Conference room at EL 275.00 M

1.3 Data for Design / Plant Capacity The data for design of the system are given at Clause 1.17 and attached with the specification. Based on the design data conditions the Air Conditioning Load for Control room and office is approximately worked out as 80.0 TR. Air quantity required based on higher of heat load and minimum air change works out to 180000 CMH approximately for the ventilation system. The tenderer shall carry out his own calculations after site visit and satisfy himself regarding the refrigerating capacity required for maintaining the specified conditions inside the room before submitting the offers. If plant of higher capacity is required, he shall clearly point our in his bid with justification thereof.

1.4 Description of Air Conditioning and Ventilation System The system shall consist of ductable split Air Conditioning units. 2 Nos. of 40 TR cooling capacity each (2 Nos. working and 1 No. standby) for control room and office shall be provided. All units shall be identical. The evaporating units shall be suspended from the ceiling of the rooms over the false ceiling. The return air shall be collected through return air slits in the false ceiling and taken back to plenum formed above false ceiling. Fresh air in each control room shall be supplied through a tube axial supply air fan, duct and grilles. Condensing units shall be located at El. 178.00 m. The conditioned air from the evaporating units shall be transported through the diffusers in the control room areas.

39 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

The system shall be complete with all requisite controls drain pipes, refrigerating pipes. The system shall be capable of maintaining desired room temp. adjustable by thermostatic switch to be provided. The total air quantity (approx 180000 CMH) required to be handled by the ventilation system for maintaining a differential temperature of 10 oC and atleast one air change per hour shall be achived by 4 numbers of centrifugal fresh air blower fans, which shall be guided through the existing ducts to different locations, through diffusers and grilles. The exhaust system shall be designed to exhaust 90% of the forced air quantity by installation of exhaust fans of suitable capacity.

1.5 Scope of Supply/Services The scope of supply/services under this specification shall cover but not limited to the following equipments. The sizing of the air conditioning & ventilation system considered is based on preliminary estimate only. Bidder need to establish his own assessment based on site visit and drawings submitted.

1.5.1 Main equipment / System i. Two (2) nos. 40 TR duct able split air cooled conditioning units (each with 2W + 1S compressor) complete with all accessories, auxiliaries, including first charge of refrigerant and lubricating oil etc. for control room, conference room and control panel area.

ii. Two (2) nos. 30000 CMH Air handling units (each with 1W +1S) for control panel area and control room:

iii. Four (4) nos. 45000 CMH Fresh air centrifugal blowers for power house:

iv. Twenty (20) nos. 9000 CMH Exhaust air blowers for power house:

v. Four (4) nos. exhaust air fans for exhaust of air from the two battery rooms each of 100% of required capacity. One unit serves as standby

vi. 1 Lot Air Conveyance Pre-fabricated Ducting complete with duct hangers, supports and accessories etc., for the air conditioning and ventilation systems.

vii. 1 Lot Supply & exhaust air grilles/ diffusers complete with volume control damper and frame work for the air conditioning and ventilation systems.

viii. 1 Lot Acoustic/ thermal insulation material for the air conditioning and ventilation systems.

1.5.2 Electrical & Control & Instrumentation Works

40 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

ix. Central microprocessor based/computerised control panel for HVAC system complete with all wiring, instrumentation and associated accessories etc.

x. One (1) Lot 415 V, 3 Phase, 4 wire distribution MCC Panel, non-draw out type complete with incoming & outgoing feeders for catering power supply, as required to various equipments of the ventilation and air conditioning loads.

xi. Necessary pressure, temperature, flow/humidity sensing devices/instruments, meters etc.

xii. Coordination and provision of necessary contacts and/or ports for integration with plant SCADA system. (common auxiliaries controller) and Fire fighting system

xiii. Coordination and provision of necessary contacts and/or ports for integration with Firefighting system providing necessary means and pressure to stop the supply of air to the affected area and to evacuate smoke and toxic particles from the place of origin to the outdoors in a manner that it does not interfere with the operation of plant and to allow for emergency access and egress

xiv. One (1) Lot Multi stranded power and control cable as per requirement. Any other item(s) not mentioned specifically but necessary for the satisfactory completion of scope of work defined above, as per accepted standard(s) / best international practices.

1.5.3 Erection and commissioning: i. Carrying out erection and commissioning of various equipment of the ventilation and air conditioning system.

ii. Assembly and erection of air conveyance ducting.

iii. Fixing of acoustic & thermal insulation on ducting.

iv. Erection of MCC panels and laying of electrical and data communication cables.

v. All cabling, storage and local transportation/ shifting at site

1.5.4 Civil Works: False ceiling with openings for diffusers, Venetian blinds of light colour, under deck insulation of roof slabs and beams of control rooms & openings in walls, floor, roof and foundation as required shall be carried out by the Corporation. The contractor has to seal off close opening in walls roof etc. as required.

41 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1.6 Rating and Functional Characteristics The system design shall be based on but not limited to criteria, factors, and details outlined subsequently.

1.6.1 Indoor air conditions: All air conditioned areas shall be maintained at temperature of 24oC + 1oC and at relative humidity of not more than 50%. The HVAC systems shall be designed and erected to guarantee the room conditions according to the design requirements. The internal heat production from electrical and mechanical equipment shall be calculated by the Contractor. Final calculation shall depend on the design data of individual manufacturer's equipment

1.6.2 Air changes per hour: All ventilated and air conditioned area shall be designed to maintain a positive pressure within the powerhouse with at least one fresh air and air changes in accordance to the relevant IS for offsetting the heat produced in that area.

1.6.3 Static Pressure: The tenderer shall, calculate the static pressure for the ventilation system and accordingly design the system.

1.6.4 Noise levels: The noise level when measured at 1.5 m from source, caused by operation of the HVAC systems shall not exceed: 45 dB (A) in rooms as in the control rooms, offices, and reception room and 60dB (A) in other areas, 70 dB (A) for all diffusers grills and 85 dB (A) for motors, fans, etc., Silencer, as required, shall be provided to guarantee the above sound levels

1.6.5 Air velocities in ducts: In main ducts 370-670 m/min In branch ducts 250-550 m/min In occupied room zones 120 m/min

1.6.6 Auxiliary Supply: The Air Conditioning and ventilation equipment shall be suitable for operation on 415 V, 3 Phase/240 V, Single Phase, 50 Hz AC supply. The supply voltage & frequency may vary as follows: AC Voltage + 10%, -15% Frequency + 2% Voltage & Frequency - Any combination of above

1.7 Performance Guarantee The ventilation and air conditioning system along with all auxiliaries and accessories shall be capable of performing intended duties under specified conditions. The Contractor

42 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

shall guarantee the reliability and performance of the individual equipment as well as of the complete system.

1.8 Design and Construction Standards The system and equipment shall be designed, built, tested and installed to the latest revisions of the following applicable standards. In the event of other standards being applicable they will be compared for specific requirement and specifically approved during detailed engineering for the purpose: Standard Description

ASHRAE Handbook, data and guidebook IS 4720 Code for practice for ventilation of surface hydel power stations IS 3103 Code of practice for industrial ventilation ANSI/ ASHRAE Standard 62 Ventilation for acceptable indoor air quality

1.9 Equipment Specification

1.9.1 Air handling units Unit shall be central station air handler. It shall consist of a fan with the following factory-installed components as indicated on the equipment schedule:  Cooling coil section with chilled water coil  Heating coil section with electric coil  Access and plenum section.  Filter section  Mixing box section:  Face and bypass damper sections for:  Multi zone damper section.  Air mixer section.  Return fan section.  Exhaust section. Units shall ship in the number of sections necessary to meet project requirements. All sections shall be flanged and gasketed to allow easy assembly and disassembly.

1.9.2 Casing i. Construction The AHUs shall be double skinned free floor standing type, constructed as a stable compact galvanized steel casing, factory assembled , divided in several cubicles for easier installation Casing panels shall be removable for easy access to unit. All panels shall be gasketed to ensure a tight seal. The construction of the AHU shall allow for easy maintenance/replacement of faulty components without dismantling the whole assembly Access sections shall have a double-wall hinged access door on both sides of component. ii. Insulation

43 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

Each section shall be factory insulated. Insulation shall have full coverage waterproof adhesive to firmly secure the material to the unit casing. Insulation shall meet the erosion requirements of UL 181. Insulation and insulation adhesive shall comply with NFPA 90A requirements for flame spread and smoke generation. iii. Drain Pans Drain pans shall be constructed of insulated double wall stainless steel. The pan shall be sloped toward the drain fitting

1.9.3 Evaporator Unit Evaporator unit shall be horizontally/vertically mounted type as required and constructed of galvanised steel sheet of thickness not less than 18 gauges. It shall be suitable for indoor installation above false ceiling and shall have provision for draining out condensate water. Fan Section The fan shall be centrifugal, statically and dynamically balanced and shall be made of heavy gauge aluminium. It shall be designed for low noise operation and capable of delivering required air against static head of ducting. Cooling Coil Section The cooling coil section shall consist of copper tubes with aluminium fins to provide efficient heat transfer between tubes and fins. Cooling coil section shall be suitably insulated. It shall be fed with liquid refrigerant through thermostatic expansion valve. Filter Section Synthetic washable air filter shall be provided for the blower suction. Coil filters shall not be acceptable.

1.9.4 Condensing Unit The condensate units shall be supplied in weather proof heavy gauge enclosure suitable for outdoor installation. Each unit shall comprise of 2 or 3 independent hermetically/semi hermetically sealed compressor units together with associated air cooled condensers, refrigerant tubing and electrical system so that if one compressor unit is down, the other compressors can remain in service. The condenser tubes shall be of copper having extended aluminium fins. The refrigerant shall be (i.e R407 C). The condenser heat is removed with the help of a quiet, low speed propeller fan(s).

1.9.5 Duct Work, Diffusers and Accessories The metal air duct shall be made of galvanised steel. Rectangular ducts shall be provided. Main supply air duct velocity shall not exceed 7 m/s. All duct runs shall generally be designed to have minimum frictional resistance, noise and vibration. The ducts shall be perfectly air tight. Ducts shall be designed, fabricated and installed as per IS: 655-1963. The ducts shall be supported by mild steel rods and mild steel angles. Mild steel rods shall be hung from building slab. All supporting material required shall be provided by bidder. Adjustable split dampers shall be placed at al suitable points for proportional volume control of the system. The supply air ducting upto a distance of 3 meters beyond the fan discharge shall be acoustically lined from inside with 12 mm thick resin bonded mineral wood conforming to IS: 8183 finished with wire mesh.

44 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

The duct shall be insulated with 25 mm thick resin bonded mineral wool conforming to IS:8183 and covered with insulation wrapped with wire mesh etc. Diffusers shall be made of heavy gauge extruded aluminium metal. These shall be provided with volume control damper, frame work and gasketing at each duct flange. The bidder shall furnish the layout plan of ducting and diffusers. The location of diffusers shall be finalised in coordination with lighting and fire fighting contractors who shall be working above false ceiling of these rooms.

1.9.6 Drain Piping Necessary Galvanised Iron drain piping shall be provided and connected to the nearest drain.

1.9.7 Fresh Air Fan Unit Fresh air fan unit shall be complete with the following: a. Tube axial fan/centrifugal fan complete with drive motor. b. Guard Screen wall cowl & bird screen. c. Cleanable metallic viscous filter. d. High efficiency dry fabric filter. e. Dampers to adjust the fresh air quantity. The contractor shall provide adequate number of fans, each of suitable capacity and capable of developing adequate static pressure. The fans shall be of double inlet, double width centrifugal type and designed to operate satisfactorily over a range of the rated speed. The centrifugal fans shall conform to IS: 4894 (as amended till date) in all respects. Each fan shall be complete with totally enclosed type motors and auxiliary equipment, including keys, anchors, bolts and all other devices needed for assembly, erection and securing the fans and other equipment in place. Drives, resilient bases and inlet guards shall be provided. Each fan shall have the required capacity when operating within the limits of outlet velocity, rotative speed and shall be capable of developing required static pressure. The tenderer would, however, check the adequacy of the static pressure and indicate the same in the bid. Each fan shall be provided with inlet ring jand discharge piece including flexible connection suitable for connection to the air duct. Anti-draft device shall be provided at the fan outlets to prevent short-circuiting of the air back through the fan not in use. Each fan shall be constructed with sheet steel housing of sufficient thickness. The housing shall be reinforced with structural steel members for rigidity and elimination of breaking and buckling and for the support of bearings. The fan impeller shall be non-overloading, centrifugal type, aero-dynamically efficient and accurately balanced and shall be sturdily constructed of steel with blades of backward inclined type. The impeller assembly shall be securely fixed to the shaft. The shaft shall be of hot rolled steel running in self-aligned ball or roller bearings. The impeller wheel and the shaft shall be statically and dynamically balanced. Each fan shall be provided with inlet guards, to prevent the accidental contact with the rotating blades. The tenderer shall supply the performance characteristics of the above fans along with the tender

45 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1.9.8 Supply and Exhaust Air Duct Work: All ducts for the ventilating and air conditioning systems shall be of galvanized sheet metal. The exhaust air ducts of the battery room shall be corrosion, rust and acid resistant material The sheet thickness shall not be below the thickness indicated in the relevant IS or any other applicable standard, the thickness depending on the length of the longer side of the duct: All ducts shall be airtight with opening at suitable locations. If necessary, the rectangular elbows shall be equipped with aerodynamically formed guiding vanes. All take-off branches shall be equipped with an adjustable volume extractor, which assists in balancing by directing a regulated amount of air for supply outlets from the main duct. The ducts shall be supported by straps attached directly to the sides of the duct if the duct size is not more than 400 mm, but larger ducts shall be carried by structural angles, hanging in rods with adjustable nuts, anchored to the ceiling of walls by concrete fastener bolts or anchors. Maximum allowable distance between duct supports is 1500 mm.

1.9.8.1 Insulations: The fresh air and cooled down supply air ducts shall be insulated to prevent condensation on the duct surfaces. The insulation material shall be non-hygroscopic, rot-proof, preferably of mineral raw material such as rock wool. The insulation mats or plates shall be fastened on the duct and wrapped with aluminium foils. The insulation material shall be also sufficient to obtain the acoustical guarantee. Thermal insulation materials comprising 50mm thick aluminium foil faced fibre glass/ glass wool of 24kg/m3 density for providing thermal insulation to the air conveyance ductings of AC system. Acoustic insulation materials comprising 25mm thick fibre glass/ glass wool of 48kg/m3 density duly covered with perforated aluminium sheet for the acoustic insulation of the air conveyance ductings of AC system. The chilled and cooling water piping shall be properly insulated. The mentioned insulations shall be included in the supply.

1.9.8.2 Grills: The supply air grills shall be used for correct air distribution by horizontal and vertical adjustable bars of sidewall installations. The return air grills shall be suitable for adjustment from outside and shall be equipped with 45° horizontal fixed fins. The design has to fit the architectural false ceiling and lighting schemes and the grills be made of aluminium powder coated with high surface finish and the sizes have to correspond to the fixed noise criteria. Grills for the battery room shall be of acid corrosion and rust resistant material.

1.9.8.3 Air louvers and dampers: Outside air louvers of each of the fresh air and exhaust air systems shall prevent the entrance of rain, insects, birds and trash into the ducts. They shall be stamped and pressed out of one piece of aluminium sheet of at least 2 mm thickness. The frames shall also be made of aluminium.

46 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

The louver dampers as well as the steel frames shall be hot-dip galvanized after fabrication. Louvers and dampers shall be equipped with related limit switches to be used in control and interlocking system.

1.9.9 Air filters: Dry type air filters shall be located upstream of the supply air fans. The size of the filters shall be determined by the recommended velocity of air passing through it. The filter shall be constructed so as to ensure that no leakage can take place past the filtering medium. The housing of air filters may be modular type, and shall be provided with suitable air tight access doors. There shall be adequate clearances for cleaning and replacement. Filters shall be flame-resistant, shall not support growth of bacteria and shall not impart any noticeable odour. Filters shall offer minimum resistance to the air and shall be of proven design. The frame structure of the panel cells shall be made of aluminium sections. A properly positioned pressure gauge of the inclined tube type shall give an indication of the degree of dust loading on the filters for establishing the periods between services.

1.9.10 Exhaust Air Fan: Exhaust air fans shall be adjustable axial flow fans. Axial air fans shall be of the multi blade vane type. The vanes shall bej adjustable individually at standstill. The hub of the impeller shall be directly coupled to the motor shaft and its diameter adapted to the motor frame. The impeller shall be statically and dynamically balanced. All bearings shall be pre-lubricated, self-aligning and selected for a minimum of 40000 hour’s average life at the maximum design rating. If, however, frequent lubrication is required this should be possible from the outside of the fan casing without disturbing the fan duct assembly. Bearing supports shall be specially designed for trouble-free bearing service. All fan shafts and wheels shall be designed to operate at their maximum rated speed, which is below the first critical speed. The steel casing of the air fans shall be made of hot-dip galvanized steel or aluminium. Anti-vibration mountings shall be provided for each fan. The fans shall be supplied with resilient mounting.

1.9.11 Drives: Where belted drives are used, they shall be of the V-belt type selected for 120 percent of motor power. Each drive shall consist of a fan pulley, motor pulley, and endless rubber and fabric-V-belts of suitable thickness. Pulleys shall be accurately proportioned so that the fan will be driven at the correct speed, grooved for the proper number of V-belts, statically and dynamically balanced and bored, fitted and keyed to their respective shafts. No pulley shall be smaller than 140 mm pitch diameter. Where direct drives are employed with flexible coupling, the same shall be ruggedly constructed and shall be adequate for its application. It shall be carefully fitted and secured to the fan and motor shaft. A removable metal guard of substantial construction shall be furnished for each flexible coupling. The guard shall adequately protect the operators and others from contact with the coupling. Suitable drive guards shall be fitted to fans. These guards shall be designed to allow adequate ventilation and to permit the measurement of shaft speeds without removal

47 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1.9.12 Resilient Bases: Resilient bases shall be designed to support both fan and motor in such a manner so as to effectively dampen vibration and reduce its transmission into the structure. Each base shall be of steel and rubber, or steel and steel spring construction, carefully designed for the loading and frequency of vibration to which it will be subjected. It shall be completely fabricated and assembled in one place with provisions for mounting the fan and motor in their relative positions on it and for anchoring it to the foundation.

1.9.13 Electrical Work . The Air Conditioning units shall be complete with electrical starters, motor, wiring and protection. The electrical system shall be capable of operating on 415 V,3 phase, 4 wire, 50 Hz system. The bidder shall provide 415 V, 3 phase, 4 wire feeder of adequate capacity from 415V AC system for meeting the total power requirement of Air Conditioning System. The bidder shall provide one no. 415 V, J3 phase, 4 wire distribution board for distributing power supply to each Air Conditioning unit and ventilation system. Supply, laying and termination of incomer cable to contractor’s distribution board as also supply, laying & termination of outgoing cables emanating from the distribution board to each Air Conditioning and ventilation unit shall be carried out by the contractor. Further electrical wiring shall also be in the scope of Contractor. The distribution board to be supplied and erected by the contractor shall be of 2.0 mm thick metal pedestal mounted dust tight modular construction comprising of two in coming and eight outgoing feeders. The distribution board shall be installed in the Control room building. Each compressor unit shall be provided with short circuit over load and under voltage protection.

1.9.14 Controls The HVAC system shall be equipped with operation on fully automatic mode and manual mode. All the necessary cabling between the control panels and the field HVAC components (as fans, sensors, pumps, valves, air dampers, etc.) shall be included in the supply Each of the control systems shall be equipped with the necessary control, interlocking and security devices. Any failure or breakdown in the control system shall be indicated by a signal on the respective control panel, as well as remotely in the main control room. Potential free contacts and terminals for remote indication of the alarms shall be provided in the panels. All necessary protection viz. single phasing, IDMT and Instantaneous over current relays, under voltage relays etc. shall be provided. Each Air Conditioning unit shall be controlled from a control box. The control box shall be of flawless metallic construction finished with white powder coated enamel paint. The controls shall in corporate : - Sequential start of compressor motors

- Overload and under voltage tripping

- ON/OFF indication of compressor and blower motors

- Temperature control switch to adjust the thermostat.

48 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

The control unit shall be fixed on the wall. Wiring between the control box, condensing and evaporator units shall be in the contractor’s scope and it shall be done aesthetically.

1.9.14.1 Automatic control and regulation:  The HVAC system shall be equipped with a fully independent computerized and automatic control system for efficient operation, which shall be included in the supply. It should automatically stop the supply of fresh/recirculated air to the affected zone immediately in case of fire detection and initiate smoke extraction by using either motorised damper or any other alternate arrangement.

 All sensors and instruments (temperature, pressure, humidity, etc.), limit switches, etc. required for automatic regulation and monitoring of proper service of the systems shall be included in the supply.

1.9.14.2 Manual mode: Individual starting and stopping of equipment by push buttons.

1.10 Location of Supply Air Fans and Other Equipment The supply air fans along with fan drive and other connected equipment and air plenum shall tentatively be located in the blower room at EL. 178.00 m. Openings for fresh air complete with air filters, shall be provided in the back wall of the plant room. Ventilation Drawing shows a tentative scheme to bidder for reference. The schematic drawing shows the routing of main and distribution ducts for guidance of the tenderers to enable them to quote for the same quantities. This would also include the cost of duct supports, hanger, fames and air grill etc. as required. The tenderer may suggest modification in the proposed ventilation scheme so as to ensure that system is designed as per best design practices and shall furnish the complete details of the proposal describing the merits of the scheme

1.11 Quality of Equipment All equipment shall be new and of latest design, shall be first-grade quality as to material and workmanship and shall be such as has been proved to be suitable for the intended purpose. Incidental fittings, fixtures, accessories, and supplies shall be of approved manufacture and standard first-grade quality

1.12 Tests a) Shop Tests All equipment, including fans and motors, covered under this specification shall be visual inspected are tested in accordance with appropriate Indian Standards Specifications at the manufacturer’s works in the presence of authorised representative of the purchaser. The test certificate in quadruplicate shall be furnished to prove that the equipment being supplied meets the requirements of the relevant standard and these specifications. No equipment shall be dispatched before the approval of test certificates. b) Site Tests

49 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

The site tests shall include the following but not be limited to: 1. Check of supply completeness and execution of the installation work (visual inspection). 2. Functional test of electrical controls. 3. Measurements of main air flow rates in the air distribution system (by anemometer) 4. Measurements of load characteristic of all major electrical consumers. 5. Temperature and humidity measurements in the rooms

1.13 Drawings, Documents and Design Calculations:

1.13.1 Design memorandum: The Contractor shall prepare and submit to the Employer a “Design Memorandum” of the proposed equipment/system fulfilling the contract specification/requirement given in respective section for approval prior to submission of any drawings and documents. The memorandum shall include the design philosophy, methodology, system description, input parameters for design, standard and codes, design and selection criteria, equipment data, material specification, major technical features, basic arrangement/ layout etc. Design memorandum of all the equipment / system shall be prepared and first draft shall be submitted within 0ne (1) month from date of award of the contract.

1.13.2 Drawings and documents: The Contractor shall submit all the relevant drawings and documents of the following: . Foundation Drawings. . Arrangement Drawings. . Outline Drawings of the principal pieces of equipment showing major dimensions. . Design Drawings. . Installation Drawings. . Control and electric wiring diagrams. . Electric motor data sheets showing outlines, principal dimensions, location of anchor bolts and conduit connections. . Performance characteristics of fans and motors.

1.13.3 Design calculation: The Contractor shall submit the design calculation covering at least the following, for review / acceptance. . Calculation for selecting the AHU and other fans capacity, . Calculation for selecting the AC capacity, . Cooling loads, air flow rate and temperature and humidity conditions at all locations/areas, The Contractor shall also provide other calculations as required by the Employer for his approval of the Contractor’s design.

50 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

1.14 Erection, Testing and Commissioning The receipt, storage and handling of materials at site is in the scope of contractor. Temporary space for storage at Site shall be provided by the contractor. The testing and commissioning of the units shall be carried out in professional manner by the Contractor’s technical team which shall be fully equipped with necessary tools and measurement equipments required for testing and commissioning. All consumables including refrigerant required for commissioning shall be in the scope of Contractor.

1.15 Taking Over The equipment will be taken over by the Employer after the Contractor has satisfactorily demonstrated the performance of complete equipment. After completing the erection works and carrying out testing and commissioning the Contractor shall offer the system to the Employer engineers for acceptance. The Employer shall observe the performance of the equipment by operating the package units for 15 days continuously in the summer season prior to taking over.

1.16 Air Conditioning and Ventilation Load – Design Data

1. Outside Max. D.B OC 35 conditions Min. D.B OC 20

2. Inside design conditions D.B OC 22-24

3. Areas to be Air Conditioned Control Room, Conference room and Office.

4. Location At Floor.

5. Floor Area a) Control Room : | b) Office : | Refer attached floor layouts. c) Conference Hall : |

6. Roof Area in exposed Refer attached floor layouts.

7. False Ceiling Pre-coated Aluminium.

8. False Ceiling height from 3.5m unless specifically indicated finished floor level. By the bidder.

9. Duration of Plant operation 24 Hours / Day, continuously

10. Fresh Air i) One Air change/hr. with 3.5m clear height of false ceiling.

ii) 0.45 m3 / Min. / Person.

11. Occupancy 5 person (average).

12. Lighting Load 2 W/ Sq. ft.

13. Total Equipment Load 32 KW (approx)

51 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

14. Insulation 50mm thick resin blended mineral wool conforming to IS: 8183 on the underside of all air conditioning rooms.

15. Wall construction 500 mm thick RCC end wall and 230mm thick brick side wall + 12 mm plaster inside +12 mm plaster outside.

16. Roof construction 200mm thick finished Reinforced Cement Concrete slab.

18. Floor Construction 250mm thick finished Reinforced Cement Concrete slab. AREA CALCULATIONS FOR AC SYSTEM FOR KOPILI POWER HOUSE ROOMS Generator generator Carrier room Control Conference Test Control room 1 @ room2 @ @EL.270.2 room @ room@ 270 room@270 room@279 EL.275 275 (24v) (14v) EL.270 (5A) (15v) (23v) (4A) N - Glass 0 0 0 0 0 0 0 NE – Glass 0 0 0 0 0 0 0 E - Glass 0 0 0 0 0 0 0 SE - Glass 0 0 0 0 0 0 0 S - Glass 0 0 0 0 0 0 0 SW - Glass 0 0 0 0 0 0 0 W - Glass 0 0 0 0 0 0 0 NW - Glass 0 0 0 0 0 0 0 Sky light 0 0 0 0 0 0 0

N - Wall 0 0 0 914 457 2883 0 NE - Wall 0 0 0 0 0 0 0 E - Wall 0 226 0 0 0 0 0 SE - Wall 0 0 0 0 0 0 0 S – Wall 344 0 0 0 0 0 0 SW – Wall 0 0 0 0 0 0 0 W - Wall 0 0 0 0 0 0 0 NW – Wall 0 0 0 0 0 0 0 Roof Sun 0 0 0 0 0 0 0 Roof Shaded 0 0 0 0 0 0 0

All Glass 0 0 0 0 0 0 0 Partition 884 513 870 1774 1317 3615 1350 Ceiling 4363 759 301 1463 732 356 7231 Floor 4363 759 301 1463 732 356 7231

INTERNAL HEAT GAIN Room Dimension 47.7 X 8.5 8.3 X 8.5 X 8 X 3.5 X 17 X 8 X 8.5 X 8 X 7.7 X 4.3 X 84 X 8 X 4 (LXWXH) in Mtr X 5 5 4.9 4.9 4.9 4.9 People 5 0 0 12 8 0 0 Light (2 w/sqft ) 8725 1518 603 2927 1463 713 14461 Eqpt. Load (Watts) 6000 2000 2000 5000 8000 3000 6000

52 | P a g e North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... AIR QUANTITY AND HEAT LOAD SUMMARY FOR VENTILATION SYSTEM FOR KOPILI HE POWER PROJECT (4X50MW) Sensible Space required Floor Area Volume Eqpt. Net load KW L W H Heat to be ventilated M2. M3. Volume Volume Light Equipment People (1) (2) (3) (4)=1x2x3 (5) (6)= 4-5 (7) (8) (9) (A) VENTILATION AREA OF POWER HOUSE 1 POWER HOUSE 1.a EL. 259.00 M (i) Below MIV Area (1V) 66.4 4.4 292 3.6 0 1,052 1,052 6.29 0.0 0.0 1.b EL. 262.85 M -

(i) MIV floor (2V) 66.7 16.25 1083.88 3.3 3,577 537.17 3,040 23.32 20.0 0.21 (ii) LT/HT Compressor room(3V) 17 8.0 136 3.3 449 0 449 2.93 1.0 0 (iii) PANEL Room (4V) 66 6.5 429 3.3 1416 0 1,416 9.23 0.0 0.0 1.c EL. 266.15 M -

(i) Turbine Floor (5V) 66.7 16.25 1083.88 4 4,336 651.11 3,684 23.32 50.0 0.28 (ii) Battery Room 1 (6V) 17 2 34 4 136 0 136 0.73 0.0 0.0 (iii) Stairs (7V) 7.2 48.2 6.70 4 193 0 193 1.04 0.0 0 (iv) Panel Room (6A) 66 6.5 429 3.3 1416 0 1,416 9.23 0.0 0.0 (v) Office Room (7A) 66 6.5 429 3.3 1416 0 1,416 9.23 0.0 0.0 1.d EL. 270.20 M -

(i) Generator Floor (8V) 84 16.25 1365 4.9 6,689 797.61 5,891 29.37 70.0 0.28 (ii) Pumping house 1 (9V)

(iii) Pumping house 2 (10V)

(iv) Stairs 1 (11V) 8.5 17.0 2.00 4.9 83 0 83 0.37 0.0 0 8 20.0 2.50 4.9 98 0 98 0.43 0.0 0

(v) Electrical lab (12V)

(vi) LT Room (13V) 17 8.5 145 4.9 708 0 708 3.11 0.0 0.0 (vii) SSB Room (16V) 8.5 8 68 4.9 333 0 333 1.46 0.0 0.0 (viii) Stairs 2 (17V) 8.4 60.5 7.20 4.9 296 0 296 1.30 0.0 0 (ix) Battery Room 1 (18V) 9 4.2 37.8 4.9 185.22 0 185 0.81 0.0 0.0 (x) Battery Room 2 (19V) 4.7 4 18.8 4.9 92.12 0 92 0.40 0.0 0.0 (xi) Office Room (3A) 4.1 4 16 4.9 80 0 80 0.35 0.0 0.0 1.e EL.275.00 -

(i) Machine Hall (20V) 84 16.25 1365 5 6,825 813.89 6,011 29.37 60.0 0.70 (ii) WC (21V) 7.5 30 4.00 5 150 0 150 0.65 0.0 0 (iii) Stairs (22V) 7.2 48.2 6.70 5 241 0 241 1.04 0.0 0 (iv) Control Room (1A) 6.24 5.01 31 5 156 0 156 0.67 0.0 0.0 (v) Conference Room (2A) 4.2 2.3 10 5 48 0 48 0.21 0.0 0.0

53 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – V DECLARATION AGAINST THE TENDER AND COMPULSORY FORMS (based on applicability))

54 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... Form-A DECLARATION AGAINST THE TENDER To Date:- DGM (E),C&P Kopili Hydro Electric Plant North Eastern Electric Power CorporationLimited, Umrongso, Dima Hasao,Pin:788931 Assam, India. I / we...... hereby tender for execution of the work “Repair and or Rebuild and or Replacement, Including Design, Supply, Fabrication, Erection, Testing And Commissioning of Hydro-Mechanical Components of Umrong Water Conductor System Under Re-Construction, Renovation & Modernization Of Khep (4 X 50mw), Dist-Dima Hasao, Assam” as indicated in the KHEP/C&P/ 2021-22/10 DTD. 11.06.2021 in accordance to the enclosed general information, enclosed B.O.Q., specification, terms and conditions as in the BID DOCUMENT.

I/We...... further declare that all the documents submitted are based on originals &self-attested. In case any document and / or information submitted is found false or fake at any time, our bid shall be rejected apart from other action taken as deemed fit by NEEPCO. I/We...... also declare that NEEPCO can dismiss/discontinue from work even after award of work /during working period, if any of the mentioned data/submitted documents/information will be found false/fake. I/We...... also undertake that, in competing for (and if the award is made to us, in executing) the above Contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. In this respect we have neither offered nor granted, directly or indirectly, any inadmissible advantages to any public servants or other persons in connection with our bid, nor will we offer or grant any such incentives or conditions in the present procurement process or in the event that we are awarded the contract, in the subsequent execution of the contract. I/We...... also underscore the importance of adhering to minimum social standards (“Core Labour Standards”) in the implementation of the project. We undertake to comply with the Core Labour Standards ratified by the country of India. I/We...... will inform our staff about their respective obligations and about their obligation to fulfil this declaration of undertaking and to obey the laws of the country of India. The contents of the aforesaid are true and correct to the best of my knowledge. Date: Full name (Block): Address: Phone no: Signature of the Bidder with Seal

55 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... Form-B

UNDERTAKING FOR BIDDER REGISTERED AS MICRO/SMALL ENTERPRISES

A. I/We confirm that the provisions of Micro and Small Enterprise are applicable to us and our organisation falls under the definition of the following category:

(i) [ ] - Micro Enterprises

(ii) [ ] - Small Enterprises

Please tick in the appropriate option box [ ] and attach relevant documents/ certificate, issued by ...... (District Industries centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other Body specified by Ministry of Micro, Small and Medium Enterprises) as evidence of their applicability of Micro and Small Enterprises.

B. I/ We also undertake to inform the change in this status as aforesaid during the currency of the Contract, if any.

Place:-

Signature of Tenderer Name & Stamp

56 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………......

FORM C – BID SECURITY UNDERTAKING (To be stamped in accordance with Stamp Act)

I /We ………………………………………………. (Name of the bidder) hereby accept that I/ We will be suspended from participating in future tenders of the Corporation for the period as specified for the work under this contract, from the date of issue of such notice of suspension by the Corporation, if:

a) The Bidder withdraws its Bid or varies any terms & conditions in regard thereto during period of bid validity or, b) In the case of a successful Bidder, if he fails within the specified time limit to; (i) Sign the Agreement, or (ii) furnish the required performance security. a) If the Bidder adopts corrupt or collusive or coercive or fraudulent practices covered under Sec-II, Instruction to Bidders (Clause-15) or defaults committed under Integrity pact if applicable in this tender.

______Place, date Signature of bidder

57 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... ANNEXURE –CPG Proforma of Bank Guarantee for Contract Performance (To be stamped in accordance with Stamp Act)

Ref……………………………… Bank Guarantee No……………………… Date ………………………………………... To, ……………………………….. ………………………………..

Dear Sir,

In consideration of the North Eastern Electric Power Corporation Ltd.; (hereinafter referred to as the “Purchaser” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators or and assigns) having awarded to M/s ……………………………………………………………………………………………...... with its Registered/Head Office at ………………………………………………………………………………………. (hereinafter referred to as the “Contractor” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators or and assigns) a contract by issue of Purchaser’s Letter of Intent No …………………………. dtd …………….……..and the same having been unequivocally accepted by the Contractor resulting in a “Contract” valued at Rs …………………………………………………….. (Rupees……………………………………………………………….…………..) only for …………………………………………………………………………..………..……….. (scope of the Contract) and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to 3% (three percent) of the said value of the Contract to the Purchaser.

We …………………………………………………………………………………………. ( Name and address of the Bank ) having registered Office at ………………………………………………….. (hereinafter referred to as the “Bank” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators, executors or and assigns ) do hereby guarantee and undertake to pay the purchaser, on demand any and all money payable by the Contractor to the extent of as aforesaid at any time upto ……………………… (day/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other Authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Purchaser and further agree that the guarantee herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time to extend the time for performance of the contract by the Contractor. The Purchaser shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Purchaser and the Contractor or any other course or remedy or security available to the Purchaser. The Bank shall not be released of its obligations under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank.

The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor in the first instance without proceeding against the Contractor and not withstanding any security or other guarantee the Purchaser may have in relation to the Contractor’s Liabilities.

58 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………......

The liability or obligation of the Bank under this guarantee bond shall not be affected or suspended by any dispute between the purchaser and the supplier and the payment under this guarantee bond need not wait till the disputes are decided by a Competent Court or Tribunal or any other authority and that any payment made by the bank to the purchaser under the guarantee bond shall be deemed to have been rightfully and lawfully made.

Lastly the Bank also assures that the guarantee bond will not be discharged due to the change in the constitution of the bank or the contractor.

Not withstanding anything contained herein above our liability under this guarantee is restricted to Rs…………………. (Rupees……………………………………) only and it will remain in force upto and including……………….and shall be extended from time to time for such periods as may be advised by the Purchaser who is the beneficiary under this guarantee and in the event if the Contractor fails to comply such extension within the validity period, this shall be treated as a claim by the purchaser on the Bank.

Dated this ……………………………….. day of ………………2021 ………… at ……………..

Witness

……….…………………….. (Signature)…………………………. (Signature) …………………………….. (Name) (Name)

Designation with Bank Stamp………………………… Authority as per Power Of attorney No……………………… …………………………………. (Official Address) Dated ………………………………

Note; (1) This sum shall be three percent (3%) of the “Contract Price”. (2) The date of validity of this Bank Guarantee will be ninety (90) days after the end of the contractual period or as specified in the Contract. (3) The BG shall be submitted preferably from a Nationalized Bank

59 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – VI

(SCHEDULES – I to V)

60 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... SCHEDULE-I

SCHEDULE OF SIMILAR WORKS

The bidder shall furnish below a list of similar works executed by him

SN Name of Work Value of order Customer Year of Execution

(Signature of the Bidder) Name & Stamp

61 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... SCHEDULE-II

HEALTH AND SAFETY

Name of bidder M/s………………………………………………………

Providing of first aid kit Yes / No. Medical fitness certificate from any authorised Medical Officer to be Yes / No submitted prior to deployment of manpower Safety shoes for all workers Yes / No Safety helmets for all workers Yes / No Insulating gloves (for electrical fitter/ lineman) Yes / No Cotton gloves for all workers Yes / No Industrial boiler suit for mechanical fitter Yes / No Earplugs for all workers Yes / No Welding goggles and handgloves for welder Yes / No Uniform for all workmen Yes / No

The engineer-in-charge reserves the right to inspect the Contractor’s compliance with these statements throughout the contract period.

Date ………..21 (Signature of the Bidder) Name & Stamp

62 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... SCHEDULE -III

SCHEDULE OF DEVIATION FROM SPECIFICATION

Unless specifically mentioned in this schedule, the bid shall be deemed to conform to the Corporation’s specification.

SN Clause no. Details of Deviation Justification for Deviation

Certified that the above listed deviations and exceptions are exhaustive and the contract shall be executed as per tender specifications excepting for above deviations and exceptions in the event of placing an order on us.

(Signature of the Bidder) Name & Stamp

63 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... SCHEDULE-IV

SCHEDULE OF WORKS CURRENTLY IN HAND

The bidder shall furnish below a list of works which are currently being executed by him

SN Name of Work Value of order Customer Place of Execution

Signature of Tenderer

Name & Stamp

64 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date: 30.06.2021 ……………………………………………………………………………………………………………………………...... SCHEDULE- V

Current Litigation History

Bidders, or each of the Partners of a joint venture, should provide information on current litigation and/or arbitration. A separate sheet should be used for each Partner of a joint venture.

Name of client, cause of litigation and Disputed Amount Litigation going on since subject of dispute (current value) (mo\yr) 1 2 3

(Signature of the Bidder)

Name & Stamp

65 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021 ……………………………………………………………………………………………………………………………......

SECTION – VII

(PRICE SCHEDULES)

66 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021……………………………………………………………………………………………………………………………......

SCHEDULE OF PRICES (To be quoted in the online price bid form) Price Schedule (I):

Sl. Item Description Unit Qnty. Basic Rate GST in Packing & Freight & insurance No. in Rs. Percentage Forwarding including GST (%) (P&F) (Rs.) AIR CONDITIONING SYSTEM

1. 40 TR duct table split air cooled conditioning units (each with 2W + 1S compressor) complete with all accessories, auxiliaries, Nos 02 including first charge of refrigerant and lubricating oil etc. for control room, conference room and control panel area.

2 30000 CMH Air handling units (each with 1W +1S) for area for Nos 02 control panel area and control room

3 Nos 04 45000 CMH Fresh air centrifugal blowers for power house: 4 Nos 20 9000 CMH Exhaust air blowers for power house: 5 Exhaust air fans for exhaust of air from the two battery rooms each Nos 04 of 100% of required capacity. One unit serves as standby 6 Air Conveyance Pre-Fabricated Ducting complete with duct hangers, supports and accessories etc., for the air conditioning and Lot 01 ventilation systems. 7 Supply & exhaust air grilles/ diffusers complete with volume Lot 01 control damper and frame work for the air conditioning and ventilation systems.

67 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021……………………………………………………………………………………………………………………………......

8 Acoustic/ thermal insulation material for the air conditioning and Lot 01 ventilation systems. Electrical and Control & Instrumentation Works

9 Central microprocessor based/computerised control panel for HVAC system complete with all wiring, instrumentation and Lot 01 associated accessories etc 10 415 V, 3 Phase, 4 wire distribution MCC Panel, non-draw out type complete with incoming & outgoing feeders for catering power Lot 01 supply, as required to various equipments of the ventilation and air conditioning loads. 11 Necessary pressure, temperature, flow/humidity sensing Lot 01 devices/instruments, meters etc. 12 Coordination and provision of necessary contacts and/or ports for integration with plant SCADA system. (common auxiliaries Lot 01 controller) and Firefighting system 13 Coordination and provision of necessary contacts and/or ports for integration with Firefighting system providing necessary means and pressure to stop the supply of air to the affected area and to Lot 01 evacuate smoke and toxic particles from the place of origin to the outdoors in a manner that it does not interfere with the operation of plant and to allow for emergency access and egress 14 Multi stranded power and control cable as per requirement. Lot 01

Erection and commissioning 15 Carrying out erection and commissioning of various equipment of Lot 01 the ventilation and air conditioning system

68 | P a g e

North Eastern Electric Power Corporation Ltd. Kopili H.E. Plant. LNIT No. KHEP/C&P/2021-22/11 date:30.06.2021……………………………………………………………………………………………………………………………...... 16 Assembly and erection of air conveyance ducting . Lot 01

17 Fixing of acoustic & thermal insulation on ducting Lot 01

18 Erection of MCC panels and laying of electrical and data Lot 01 communication cables by engineer and crew 19 All cabling storage and local transportation /shifting at site . Lot 01

Contractor’s Signature with Seal Note- Any other item(s) not mentioned specifically but necessary for the satisfactory completion of scope of work defined above ,as per accepted standard(s)/best international practises will be in the scope of the contractors without any extra cost.

1. Above BOQ is only reference purpose. Bidder is directed to quote rate against item in Price bid Envelope. 2. The prices should be quoted considering CONVEYANCE, T&P, SAFETY EQUIPMENTS, INSURANCE etc. for execution of the work 3. In case taxes, incidentals, etc. are not mentioned specifically in the prescribed format online, it shall be construed that the rate is all inclusive 4. Packing & Forwarding (P&F) and Freight & insurance wherever applicable may be quoted else zero value may be given.

69 | P a g e