Sr. No. Description Remarks 1 Invitation for Bidders (IFB), Volume-I 2 Instruction to Bidders (ITB), Section-I, Volume-I 3 Bid Data Sheet (BDS), Section-II, Volume-I 4 Evaluation and Qualification Creteria, Sectrion-III, Volume-I 5 Bidding Forms, Sectrion-IV, Volume-I 6 Eligible Source Countries of Japanese ODA Loans, Section V, Volume-I 7 Employer's Requirement, Section VI, Volume-I 8 General Conditions (GC), Section-VII, Volume-I 9 Particular Conditions (PC), Section-VIII, Volume-I 10 Contract Forms, Section-IX, Volume-I 11 Bill of Quantity & Technical Specification, Volume-II I / We have gone through the bid documents in totality and accept all the terms and conditions 12 available in the bid documents. 13 All supporting technical documents shall be uploaded alongwith Technical bid

Any direction imparted by JICA authorities before or after floating this NIT regarding 14 material Testing at manufacturer place and quality assurance during project execution shall be complied with whether its cost implication included in quoted price or not.

The word "JICA" shall be engraved on materials viz., Poles, Transformers (All types), Cables, 15 Energy Meter etc supplied under this NIT We have no objection in case UHBVN follow the award criteria as per state practice in 16 addition to award creation stipulated in bid documents. Till execution of project, in case of amentments in the Technical specification/Drawing for 17 any item (mentioned at section-III, Section-IV and volume -II of bid document), the same shall be followed with any extra cost to UHBVN. The plastic waste generated during execution of this NIT shall be handled/disposed off as per 18 plastic waste management (PMW) rules, 2016 (along with its latest amendments) and any further instruction issued by UHBVN/MOP, GOI

The laying & installation of underground cables for railway crossing, road crossing or new 11KV (or 33kV or LT) lines with XLPE underground cables etc. shall be done as per guidelines 19 stipulated in UHBVN’s Technical specification no.-CSC-138/DH/UH/P&D/2015-2016, IS 1255 (1983): Code of practice for installation and maintenance of power cables upto and including 33 kV rating, with latest amendments, and IS 3043- Code of practice for earthing, with latest amendments and Indian Electricity rules 2005 with latest amendments, Indian Electricity act 2003, with latest amendments and other regulations in force and necessary checks or tests should be carried out prior to commissioning for compliance with such rules and regulations. In Addition to provisions stipulated in bid documents, the work shall be awarded to bidders 20 as per JICA procurement guidelines.

21 Any change (either addition or deletion after floating of NIT and award of contract) in the list of manufacturer, mentioned at Appendix-4, Section-IX shall be accepted. No extra cost other than quoted price shall be claimed for compliance of condition stipulated 22 in bid document and mentioned above from sr. no. 1 to 21.

BIDDING DOCUMENT S

(NIT No. 149/UH/JICA/AMB/2017-18) (Bid No. B-496) for

Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis UNDER PACKAGE 23

Employer: Uttar Bijli Vitran Nigam Country: Project: Haryana Distribution System Upgradation Project Loan No.: ID-P240

VOLUME – I of II Instruction to Bidders & General Conditions of Contract

Table of Contents

Invitation for Bids: Without Prequalification ...... IFB-1

PART 1 - Bidding Procedures OPTION A: Single-Stage Two-Envelope Bidding Section I. Instructions to Bidders ...... ITB-1 Section II. Bid Data Sheet ...... BDS-1 Section III. Evaluation and Qualification Criteria (Without Prequalification) ...... EQC-1 Section IV. Bidding Forms ...... BF-1 Section V. Eligible Source Countries of Japanese ODA Loans ...... ESC-1

PART 2 - Employer’s Requirements Section VI. Employer’s Requirements ...... ER-1

PART 3 - Conditions of Contract and Contract Forms Section VII. General Conditions (GC)...... GC-1 Section VIII. Particular Conditions...... PC-1 Section IX. Contract Forms ...... CF-1

Invitation for Bids: Without Prequalification

Invitation for Bids

Date: [date of issuance of IFB] Loan Agreement No: ID-P240 IFB No: [insert number] Reference Identification No: [insert number] 1. The Uttar Haryana Bijli Vitran Nigam has applied for and got approved a loan from Japan International Cooperation Agency (JICA) towards the cost of Haryana Distribution System Upgradation Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the Contract for Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis. 2. Bidding will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans, and is open to all Bidders from eligible source countries, as defined in the Loan Agreement. 3. The Uttar Haryana Bijli Vitran Nigam now invites online Bids from eligible Bidders for the Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis (“the Facilities”). Local Competitive Bidding will be conducted in accordance with JICA's Single Stage Bidding Procedure.

Bid Brief Scope of work Bid Tender E-Service No. Security documents Fee (Non- deposit Fees (Non- refundable) (In Rs.) refundable) (In Rs.) (In Rs.) Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV 1.71 feeders with 80 mm2 ACSR Conductor after 5000/- 1000/- Million Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis.

Invitation for Bids: Without Prequalification

Sr. Date of Starting of e-Tender for submission Date of closing of online e- Opening date of No. of online Techno-Commercial Bid and price tender for submission of part-1 of Bid at https://haryanaeprocurement.gov.in Techno-Commercial Bid proposal on of Nextenders India Pvt. Ltd. & Price Bid on web portal web portal 1 08.06.2017 24.07.2017 24.07.2017 (From 15:00 Hrs.) (Upto 13:00 Hrs.) (at 15:00 Hrs.)

4. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of Chief Engineer/PD&C, UHBVN, Ground Floor, Vidyut Sadan, C- 16, Sector-6, Panchkula. 5. A complete set of the Bidding Documents may be downloaded online by interested bidders from the Portal: https://haryanaeprocurement.gov.in. The Bidders shall have to pay Rs 5000 for the Tender documents, eService Fee of Rs.1000/- online by using the service of secure electronic payment gateway. The Bid Security of Rs. 1.71 Million shall be deposited only through the secure electronic payments gateway available on the web-portal https://haryanaeprocurement.gov.in, which is an online interface between contractors and online payment authorization networks. It is expected for the prospective bidder to deposit Bid security online by atleast one day before deadline of submission of bids due to web portal provisioning. Any non-acceptance of Bid security by web-based system on last day of submission of bids due to web-portal constraints shall be the bidders’ responsibility. For e- tendering details, refer Annexure-A.

6. Bids must be uploaded online at the portal above i.e https://haryanaeprocurement.gov.in on or before [13:00 Hrs] on [24.08.2017] and must be accompanied by a Bid Security of Rs. 1.71 Million. The e-tenders shall be received through website only. All interested firms are requested to get themselves registered as vendors with the said website for submitting their bids. For any assistance, please contact, 0172-2582008, 0172-2582009 or Toll free no. 1800-180-2097 of M/s NexTenders (India) Pvt. Ltd., Panchkula. The bidders who are participating in one or more NIT (Notice Inviting Tender) shall deposit one set of hard copy of the bid duly stamped & signed. However, the price bid is to be submitted on-line only. The Price bid in hand/ paper form shall not to be accepted/ entertained Only those tenders shall be considered who deposit the Bid Security and tender cost & transaction fee by due date. 7. Technical bids will be opened at [15:00Hrs, 24.07.2017]. Financial Bids will be opened in the presence of Bidders’ representatives who choose to attend at [insert time and date] at the office of [insert address of appropriate office]. 8. The purchaser reserves the right to reject any or all of the tenders received, without assigning any reason.

Invitation for Bids: Without Prequalification

Chief Engineer/PD&C Room No – 101, Ground Floor, Vidyut Sadan, C-16, Sector-6 Panchkula-134109 Landline: +91-172-3019135 Fax: +91-172-2585710, 2578469 Email Id: [email protected]

PART 1 - Bidding Procedures

Option A - Section I. Instructions to Bidders

Section I. Instructions to Bidders

The Instructions to Bidders governing this bidding process are the “Instructions to Bidders included in Option A, Single-Stage Two-Envelope Bidding, Section I,” of the Standard Bidding Documents for Procurement of Plant Design, Supply and Installation (version 1.1) published by JICA in February 2013. Those Instructions to Bidders are available on the JICA’s web site shown below: http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html

A copy of the Instructions to Bidders is not attached to these Bidding Documents.

Option A - Section II. Bid Data Sheet

Bid Data Sheet

A. General

ITB 1.1 The number of the Invitation for Bids is : B-

ITB 1.1 The Employer is: Uttar Haryana Bijli Vitran Nigam

ITB 1.1 The name, identification and number of the lot(s) (contract(s)) comprising this LCB is: Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis.

ITB 2.1 The Borrower is: Uttar Haryana Bijli Vitran Nigam

ITB 2.1 The number of the Loan Agreement is: ID-P240 The amount of a Japanese ODA Loan is: 26,800 million JPY The signed date of the Loan Agreement is: 31st March, 2014

ITB 2.1 The name of the Project is: Haryana Distribution System Upgradation Project

ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are those published in: April 2012 ITB 3.1(c) A list of debarred firms and individuals is available at the World Bank’s website: www.worldbank.org/debarr.

Option A - Section II. Bid Data Sheet

ITB 4.1 The clause 4.1 (a) and (b) shall be replaced by following clauses:- (a) Joint Venture is allowed upto maximum three partners (having one partner as lead partner) subject to terms as illustrated in Section – III Evaluation and Qualification criteria (b) One of the partners shall be nominated as lead partner, and the lead partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the Contract including receipt of payment shall be done exclusively with the lead partner. The authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners as per Performa. (c) All partners of the joint venture/consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms and a copy of the agreement entered into by the joint venture partners having such a provision shall be submitted with the bid.

ITB 4.5 This bidding is not subject to prequalification.

ITB 4.7 The following Clause shall be added as ITB 4.7:- (NEW The Bidder shall have the valid license for carrying out 11 kV OR above CLAUSE) voltage works issued from the Chief Electrical Inspector of any State in India. However before starting the work he shall obtain license for 11 kV OR above voltage works, from Chief Electrical Inspector, Haryana also.

B. Bidding Documents

ITB 6.3 This clause shall be replaced with- Unless downloaded from e-procurement portal of Govt. of Haryana i.e. https://haryanaeprocurement.gov.in, the Employer is not responsible for the completeness of the Bidding Documents, responses to requests for clarification, the minutes of the pre-bid meeting (if any), or Addenda to the Bidding Documents in accordance with ITB 8. In case of any contradiction, documents downloaded from e-procurement portal of Govt. of Haryana shall prevail. ITB 7.1 For clarification purposes only, the Employer’s address is: Attention: Chief Engineer/PD&C Street Address: C-16, Sector-6, Vidyut Sadan Floor/Room number: Room No – 101, Ground Floor City: Panchkula PIN Code: 134109 Country: Haryana, India

Option A - Section II. Bid Data Sheet

Telephone: +91-172-3019135 Facsimile number: +91-172-2585710, 2578469 Electronic mail address: [email protected] ITA 7.1 Responses to any request for clarification, if any, will be published on the Employer’s web page indicated below. Web page: www.uhbvn.org.in, www.haryanaeprocurement.gov.in

ITB 7.4 A pre-bid meeting will not take place at the following date, time and place: Date: Not Applicable Time: Not Applicable Place: Not Applicable A site visit conducted by the Employer will not be organized.

ITB 7.7 (New The following clause shall be added:- Clause) It must be understood and agreed that all factors covered in Clause 7.2 have properly been investigated and considered while submitting the proposals. No claim for financial adjustment to the Contract awarded under these specifications and documents will be entertained by the UHBVN. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by the UHBVN, which are based on the lack of such clear information or its effect on the cost of the Works, to the Bidder. ITB 8.2 Addenda, if any, will be published on the Employer’s web page. The amendment will be notified through Corrigendum uploaded in the websites of UHBVN & https://haryanaeprocurement.gov.in. UHBVN will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise.

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English ITB 11.2 (l) The Bidder shall submit with its Technical Bid the following additional documents: l) The bidder shall specifically furnish the details of key members of the proposed team to be employed on the project in the event of award of the contract, their respective roles and relevant experience/ qualifications as per performa PER-1 and PER-2 in Section - IV. m) The proposed methodology and program of construction including PERT Chart along with Technical Proposal backed with equipment planning and deployment, quality control procedure to demonstrate the adequacy of Bidder’s proposal to meet the technical specification and

Option A - Section II. Bid Data Sheet

completion schedule as per milestones.

n) Ownership Change The Bidder shall be financially sound and must not be anticipating any ownership change during the period from Bid submission to two (2) years after Commercial operation defined as successful completion of Supply of material, erection, testing and commissioning of 11 kV feeders acceptance of the same by the Employer. However, in case the firm is anticipating any such ownership change / takeover at any stage of the entire bid process and during the execution of contract, they shall seek prior approval from the Employer well in time. It shall be the sole discretion of the Employer to grant permission for such change in ownership/ takeover and if allowed by the Nigam for ownership change, the new company shall own all responsibilities and liabilities under the contract and the old firm should not be blacklisted by any state / centre government or any of its agencies. The bidder should submit along with the Bid an undertaking in this regard as per performa in Section IV. ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents: None

ITB 13.1 Alternative Bids are not permitted. ITB 13.2 Alternatives to the Time Schedule “shall not” be permitted. ITB 13.4 Alternative technical solutions “shall not” be permitted

ITB 16.1 (b) The period following completion of Plant and Installation Services, during which spare parts, special tools etc. shall be available, shall be as per the respective warranty clauses of the technical specifications of the equipments i.e. a) 30 months from date of commissioning / 36 months from date of receipt of VCBs. b) 12 months from date of commissioning / 18 months from date of receipt of material for other materials. ITB 17.4 The following Clause shall be added:- GTPs & Drawings: All materials shall be supplied as per GTPs/ Drawings of the Nigam conforming to relevant ISS with latest amendments as applicable. An undertaking in this regard shall be submitted with the bid. However, the Successful bidder shall submit the required drawings/GTPs within stipulated period for approval of the Nigam. ITB 17.5 The following Clause shall be added:- Quality Assurance Plan:- The quality assurance plan is attached with the

Option A - Section II. Bid Data Sheet

bid and the same shall be the part of IFB (Annexure - C) ITB 18.1 Bidders shall quote for the entire Plant and Installation Services on a single responsibility basis. ITB18.5 All prices quoted by the Bidder shall be ‘FIRM’ during the performance of the Contract and shall not be subject to variation on any account, for all intents and purposes. Statutory variation (such as Sale Tax, Excise duty, Service Tax etc.), if any, may be taken into account while quoting the price. Service tax as per applicable rates will be borne by the Nigam. However, for civil contracts, as per reverse charge mechanism, 50% of service tax due shall be deposited by the contractor and the same will be re-imbursed only after production of deposit challan. ITB 18.5(a) Named place of destination is: Work Sites under jurisdiction of SE (Operation) Circle UHBVN Ambala

ITB 18.5(d) Named place of final destination is: Work Sites under jurisdiction of SE (Operation) Circle UHBVN Ambala ITB 18.7 The prices quoted by the Bidder shall be: Fixed ITB 18.10 The following clause shall be added:- Mobilization advance shall be paid to the successful bidder as per the payment terms and conditions at Appendix-1. ITB 18.11 The following clause shall be added:- Taxes and Duties (a) All custom duties, excise duties, sales taxes and other taxes and duties, levies payable by the Bidders in respect of the transaction between the bidders and their vendors/sub-suppliers while procuring any components, sub assemblies, raw-materials and equipment shall be included in the Bid price and no claim on this behalf will be entertained by the UHBVN. The excise duty and sales tax / VAT will be included in quoted price as per present applicable Excise / Sale Tax / VAT rule. No ED & ST / VAT in any case shall be payable to the supplier/Bidder, if became applicable in respect of bought out items directly dispatched from works of sub-suppliers as well as on erection works etc. The successful bidder after completion of supply will give a certificate that ED & Sales Tax / VAT charged from UHBVN has been paid to the concerned authorities including his self-manufactured items. Wherever Excise duty is applicable, the due credit under the MODVAT (Modified Value Added Tax) policies wherever applicable, shall be taken into account by the Bidder while quoting Bid price. The compliance of this Clause shall be confirmed by the Bidder along with

Option A - Section II. Bid Data Sheet

his Bid. “The sale to Owner shall be made on Sales-in-Transit basis wherever possible.” (b) In addition to above, all the bidders are also required to include/ make the provision for Worker’s Welfare Cess (Payable on erection part only) under the provisions of the Building and other Construction Worker’s Welfare Cess Act 1996, in the Bid price or any kind of taxes and duties as mandatory as per statutory Law or instruction of Government. However the bidder shall submit the compliance/ deposit receipts (Proof) of the above provisions on monthly basis. (c) As regard the Income Tax, surcharge on Income Tax, Workers Welfare Cess and other taxes including tax deduction at source, the Bidder shall be responsible for such payment to the concerned authorities with in prescribed period. (d) The Income Tax, surcharge on Income Tax and cesses shall be deducted at source, from the payments made to the Bidder by the O/o CE /PD&C/FA, UHBVN, Panchkula. (e) Deduction of Works Sales Tax at source as per provisions of Sales Tax Act shall be made from the Bills of the Contractor. (f) Service tax as per applicable rates will be borne by the Nigam. However, for civil contracts, as per reverse charge mechanism, 50% of service tax due shall be deposited by the contractor and the same will be re-imbursed only after production of deposit challan. (g) Work Contract Tax: i. Separate work orders in respect of supply and erection shall be issued by the Nigam against various bids. ii. In case of separate work orders(s) issued for supply & erection part of the contract, works contract tax (WCT) shall be payable by the contractors on the erection part of the contract only. ITB 19.1 The currency(ies) of the Bid shall be as follows: (a) Plant and equipment to be supplied from abroad shall be quoted entirely in: Indian Rupees (INR) (b) Plant and equipment to be supplied from within the Employer’s country shall be quoted in the currency of the Employer’s country: Indian Rupees (INR). (c) Design and installation shall be quoted in Indian Rupees (INR) only. ITB 20.1 The Bid validity period shall be 180 days from the date of opening of price bid. ITB 20.3 (a) The Bid Price shall be adjusted by the following factor: Not Applicable

Option A - Section II. Bid Data Sheet

ITB 20.3 (b) The fixed portion of the Bid Price shall be adjusted by the following factor: Not Applicable ITB 21.1 The amount and currency of the Bid Security shall be Rs. 1.71 Million

ITB 21.2 (d) Other types of acceptable securities:- d) The Payment for Bid Security can also be made online directly through RTGS / NEFT. For E-Tendering process details refer Annexure-A. ITB 21.8 The following Clause may be added:- No interest shall be payable by UHBVN on the above Bid Security. ITB 22.1 In addition to the original of the Bid, the number of copies is: One hard copy of the documents uploaded (technical bid) on the web portal shall be submitted after date of closing of bid submission but before opening of technical bid. ITB 22.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of: copies of original documents defining the constitution or legal status, place of registration and principal place of business, written power of attorney of the signatory of the Bidder to commit the Bid.

D. Submission and Opening of Bids

ITB 23 The clause shall be replaced with the following- The bidders shall upload their technical offer containing documents like qualifying criteria, technical specification, schedule of deliveries, and all other terms and conditions except the rates (price bid). The bidders shall quote the prices in price bid format. In addition to above, bidders shall deposit one set of hard copy of technical bid duly stamped & signed, at the address of the employer mentioned in ITB 7.1, after date of closing of bid submission but before opening of technical bid. The price bid is to be submitted online only. The price bid in hand/paper form shall not be accepted/entertained. For e-tendering details, refer Annexure-A.

Option A - Section II. Bid Data Sheet

ITB 24.1 For Bid submission purposes only, the Employer’s address is: Attention: Chief Engineer /PD&C Street Address: C-16, Vidyut Sadan, Sector-6 Floor/Room number: Room No – 101, Ground Floor City: Panchkula, Haryana PIN Code: 134109 Country: India Note: The Bids are to be uploaded online. However, hard copies of the uploaded bids are to be submitted at the above mentioned office. The deadline for Bid submission is: Date: 24.07.2017 Time: 13:00Hrs ITB 25.1 The clause shall be replaced with the following- If bidder fails to complete the Online Bid Preparation & Submission stage on the stipulated date and time, his/hers bid will be considered as bid not submitted, and hence not appear during tender opening stage. ITB 26.1 & ITB clauses 26.1 & 26.2 shall be replaced with following- 26.2 A bidder may withdraw/substitute/Modify its bid-Technical/Price on the web portal only before/till deadline of the submission of the bid.

ITB 27.1 to ITB clauses 27.1 to 27.6 shall be replaced with following- 27.6 The bidders shall upload their technical offer containing documents like qualifying criteria, technical specification, schedule of deliveries, and all other terms and conditions online along with the price bids at e- procurement portal of Govt. of Haryana i.e. https://haryanaeprocurement.gov.in as per date and time specified in invitation for bid. The Price Bids uploaded will remain unopened until the time of their opening to be specified in accordance with the clause mention below in replacement of ITB 27.7 to 27.11. For instruction on electronic tendering system refer Annexure-A. The Technical Bid opening shall take place online at: Date: 24.07.2017 Time: 15:00Hrs ITB 27.7 to ITB clauses 27.7 to 27.11 shall be replaced with following- 27.11 At end of evaluation of Technical bids, all substantially responsive Technical bids and who have determined being qualified shall be opened at e-procurement portal of Govt. of Haryana i.e. https://haryanaeprocurement.gov.in& all non-qualified bids shall be rejected.

Option A - Section II. Bid Data Sheet

The status of opening of Price bid/rejection of Technical bid will be intimated to respective bidders through auto generated e-mail, registered while uploading the bid. For instruction on electronic tendering system refer Annexure-A.

ITB 28.2, The Clauses 28.2 and 28.3 shall be replaced as under:- 28.3 Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the UHBVN to the Bidders. While the Bids are under consideration, Bidder and/or his representatives or the interested parties are advised to refrain from contacting by any means, the UHBVN and/or his employees/representative on matter related to the Bids under consideration. The UHBVN, if necessary, will obtain clarifications on the Bids by requesting for such information from any or all the Bidders, in writing. Bidders will not be permitted to change the substance of the Bids after the Bids have been opened. Any effort by a Bidder to influence the purchaser in any way may result in rejection of the Bidder’s Bid. E. Evaluation, and Comparison of Bids

ITB 37.1 The currency that shall be used for Bid evaluation and comparison purposes to convert all Bid Prices expressed in various currencies into a single currency is: Not Applicable The source of exchange rate shall be: Not Applicable

The date for the exchange rate shall be: Not Applicable Note:- All prices are to be quoted in INR (Indian rupees) only

F. Award of Contract ITB 41.2 The following clause shall be added:- Separate work orders in respect of supply and erection shall be issued by the Employer against the NIT. ITB 41.3 The following clause shall be added:- Tenders shall be decided as per the prevailing instructions of Government of Haryana/Nigam. ITB 44.1 The clause shall be replaced as below:- Within 28 days of receipt of LOA/LOI, the successful Bidder, to whom the Work is awarded, shall be required to furnish a performance Bank Guarantee from a Scheduled/ Nationalized Bank, in the form attached in Section-VI to the Vol-I in favour of the Owner. The guarantee amount shall be equal to ten percent (10%) of total contract price valid up to 28 days after the expected expiration date of the Defect Liability Period.

Option A - Section II. Bid Data Sheet

ITB 44.2 The clause shall be replaced as below:-

If the bank guarantee is not submitted within 45 days from the date of issue of LOA/LOI, the employer/ Nigam reserves the right to cancel the LOA and initiate the action for allotment to L-2 firm at L-1 rate or below. However before the expiry of above mentioned 45 days the contractor may seek approval for grant of additional one month (maximum) only in case of genuine hardship. The same shall be at the sole discretion of the Nigam. The grant of one month will not entitle the firm to claim the extension of the scheduled completion time. Note: - BG would be issued by any scheduled bank in branch situated in Panchkula. The Performance Guarantee shall cover additionally the following guarantees to the Owner: a) The Successful Bidder guarantees the successful and satisfactory operation of the material/equipment furnished and erected under the Contract, as per the specifications and documents. b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract.

The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract. The Performance guarantee will be returned to the Contractor without any interest at the end of the Defect Liability Period / Warranty period, whichever is later, with the approval of CE/ PD&C, UHBVN, Panchkula. G. Others ITB 45 The following clause shall be added:- Quantity Variation The employer reserves the right to increase or decrease the contract value or the quantity of Bid & Services specified without any change in unit price or other terms & condition during the execution of contract depending upon the final route plan/actual execution required. The quantity of individual items may, therefore, vary as per final route plan and route profile of the line. The payment shall be made on actual basis for the material supplied and services rendered. The Purchaser reserves the right to increase/decrease the quantity / value of works by 25% before the signing of contract and/or during the currency of the contract at the same rate terms and conditions. The quantity variation allowed shall be within ± 25% of contract value/works as a whole and not

Option A - Section II. Bid Data Sheet

for each individual items. ITB 46 The following clause shall be added:- Railway/Highway/Forest Crossing: The bidder shall inspect at his own expenses the route of 11 kV Lines for any Railway Crossing for preparing the bid. The bidder shall depute their Liasioning Officer to obtain the approval of Railway/ Highway / Forest Crossing from Railway / Highway/ Forest Authorities. “All charges as payable to Railway/Highway/Forest shall be initially borne by the bidder and the same be reimbursed by the owner on actual basis.” However, the responsibility of owner shall be limited to extending support to contractor for expediting the approval from the Railway/Highway/Forest department. ITB 47 The following Clause shall be added:- Storage of material The Bidder shall store all the Material/Equipment in the well-maintained Store at his cost. All the services required for maintaining the Stores shall also be at the cost of the Bidder. The successful bidder shall submit the credit facility proof, specifically for the contract awarded, from any nationalized bank/Haryana Co-op bank, of amount not less than 25% of the award cost. ITB 48 The following Clause shall be added:- Accounting and Returning of Dismantled Materials: The dismantled material should be properly accounted and returned to Nigam’s store by the successful bidder.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification 1-13

Section III. Evaluation and Qualification Criteria

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Evaluation and Qualification Criteria

1. Evaluation

1.1 Technical Evaluation

In addition to the criteria listed in ITB 35.1 (a) – (b) the following factors shall apply:

1.1.1 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements: Total Work Experience in No. Position Experience Similar Works (years) (years) 1 Project Manager (B.Tech/MBA) 5 2 Assistant Project Manager (BE Electrical) 3 cum Accident Prevention Manager

The Bidder shall provide details of the proposed personnel and their experience records in Forms PER-1 and PER-2 in Section IV, Bidding Forms. 1.1.2 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter: Minimum Number No. Equipment Type and Characteristics required 1 Electrical Crane (EOT) 6 Nos 2 Lifter for loading and unloading 1 Nos 3 Truck with augur As per requirement 4 Motors / Welding Machine As per requirement 5 Shovel, Stringing rope, Safety tools and tackles etc. As per requirement 6 Any other equipment required for construction / As per requirement commissioning

The Bidder shall provide further details of proposed items of equipment using Form EQU in Section IV, Bidding Forms.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

1.2 Economic Evaluation

In addition to the criteria listed in ITB 38.2 (a) – (c) the following criteria shall apply.

1.2.1 Quantifiable nonmaterial nonconformities: Not allowed.

1.2.2 Other Factors

The following factors and methods will apply under ITB 38.2 (f): (a) Time Schedule

Deviation in the time schedule shall not be permitted. The works shall be completed in all respects including supply of material, erection, testing and commissioning as per detail in the technical specifications, within Nine (09) months from the date of issue of Letter of Intent.

Date of inspection and clearance by Chief Electrical Inspector will be considered as date of completion of works.

NOTE: - The request for CEI clearance shall be made by SDO concerned through e-mail also with CC to work order issuing authority.

(b) Operating and Maintenance Costs Not Applicable (c) Functional Guarantees of the Plant and Installation Services The minimum (or maximum) requirements stated in the Specification for functional guarantees required in the Specification are:

Functional Guarantee Minimum (or Maximum, as appropriate) Requirement

Respective Equipments As per the respective warranty clauses of the technical specifications of the equipments.

The Performance Guarantee shall cover additionally the following guarantees to the Owner: a) The Successful Bidder guarantees the successful and satisfactory operation of the material/ equipment furnished and erected under the Contract, as per the specifications and documents.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract. The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract.

Deviation in the Functional Guarantees of the Plant and Installation Services shall not be permitted. (d) Work, services, facilities, etc., to be provided by the Employer Not Applicable. 1.3 Alternatives Technical Solutions

Alternatives technical solutions, as mentioned in ITB 13 shall not be permitted. 2. Qualification

(i) Exchange Rate for Qualification Criteria Not Applicable.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Factor Single Submission No. Requirement /Sub-Factor Entity All Parties Each One Member Requirements Combined Member 2.1 Eligibility

Nationality Nationality in accordance with Must meet Must meet Form ELI –1 and 2, 2.1.1 N/A N/A ITB 4.3. requirement requirement with attachments Conflict of No conflicts of interests as Must meet Must meet Letter of Technical 2.1.2 N/A N/A Interest described in ITB 4.2. requirement requirement Bid Not having been declared JICA Must meet Must meet Letter of Bid 2.1.3 ineligible by JICA as described N/A N/A Ineligibility requirement requirement Form ACK in ITB 4.4.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation

Factor/ Joint Venture (existing or intended) No. Requirement Single Entity Submission Sub-Factor All Parties Each Requirements One Member Combined Member

2.2 Historical Contract Non-Performance

2.2.1 History of non- Non-performance of a Contract(i) performing would be considered if the firms / Must meet Must meet Contracts bidders have not completed all the N/A N/A Form CON requirement(ii) requirement(ii) turnkey works in the Utility issued on or before 31.03.2014. 2.2.2 Pending All pending litigation shall in total Litigation not represent more than Fifty Must meet Must meet percent (50%)2 of the Bidder’s N/A N/A Form CON requirement(ii) requirement(ii) net worth and shall be treated as resolved against the Bidder. No consistent history of court/arbitral award decisions3 Litigation Must meet Must meet 2.2.3 against the Bidder(iii) during last N/A N/A Form CON History requirement(ii) requirement(ii) five years from the date of bid- submission. Notes for the Bidder

(i) Non-performance, as decided by the Employer, shall include all Contracts: (a) where non performance was not challenged by the Contractor, including through referral to the dispute resolution mechanism under the respective Contract, and (b) that were so challenged but fully settled against the Contractor. Non-performance shall not include Contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective Contract and where all appeal instances available to the Applicant have been exhausted.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation

Factor/ Joint Venture (existing or intended) No. Requirement Single Entity Submission Sub-Factor All Parties Each Requirements One Member Combined Member

2.2 Historical Contract Non-Performance (ii) This requirement also applies to Contracts executed by the Bidder as a JV member.

(iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from Contracts completed or ongoing under its execution over the last five (5) years. A consistent history of awards against the Bidder or any member of a joint venture may result in rejection of the Bid.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation

Single Joint Venture (existing or intended) Submission Factor/ Requirement No. Entity Requirements Sub-Factor All Parties Each One Member Combined Member

2.3 Financial Situation 2.3.1 Financial Reports on the financial standing of the Performance Bidder including profit and loss statements, balance sheets and auditors reports (all duly attested by CA), for the last five years1 shall be submitted and must demonstrate the current soundness Must meet Must meet Form FIR – 1 with N/A N/A of the Bidder’s financial position and its requirement requirement attachments prospective long term profitability . As the minimum requirement, a Bidder’s net worth calculated as the difference between total assets and total liabilities should be positive2.

2.3.2 Average Annual The Average Annual Turnover during Each of the Turnover the last 3 financial years should be equal All partners other Must meet to or more than 128.00 million INR. shall jointly Partner must Seventy The documents showing the turnover Must meet meet meet percent (70%) Form FIR – 2 should be duly attested by the CA and requirement minimum Twenty Five of the in support of the same Audited 100% of the percent requirement balance Sheet of that particular year requirement. (25%) of the may also be attached. requirement 2.3.3 Financial All partners Each of the The Bidder shall demonstrate the Liquid Must meet Resources shall jointly other Assets and/or Access to Liquid Seventy Must meet meet Partner must Assets/fund based un-utilized bank percent (70%) Form FIN – 1 requirement minimum meet credit limits equivalent to 21.33 million of the 100% of the Twenty Five INR. For this purpose, the limits and requirement requirement. percent

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation

Single Joint Venture (existing or intended) Submission Factor/ Requirement No. Entity Requirements Sub-Factor All Parties Each One Member Combined Member

2.3 Financial Situation assets to be taken in account are given in (25%) of the Form Fin-1, which must be filled in this requirement respect. The Bidder shall produce a certificate from the Statutory Auditors (in the case of Companies) or a Chartered Accountant (in the case of firms/ Sole proprietors) certifying the value of its un-executed contracts on the date of bid submission. The Bidder will indicate financial position in sealed envelope i.e. un- utilized Over Draft Limit, Un-utilized Cash Credit Limit and Bank Balance (including FDR) as per Form Fin-1 (certified by CA) shall also be submitted clearly indicating Financial Status on the Envelop.

(ii) The Bidder shall demonstrate the Liquid Assets and/or Access to Liquid Each of the All partners other Assets/fund based un-utilized bank Must meet shall jointly Partner must credit limits equivalent to 25% of the Seventy Must meet meet meet Form FIN – 1 and Current Commitments of the Bidder. For percent (70%) requirement minimum Twenty Five Form FIN – 2 this purpose, the limits and assets to be of the 100% of the percent taken in account are given in Form Fin- requirement 2, which must be filled in this respect. requirement. (25%) of the The Bidder shall declare the amounts of requirement its Current Commitments (value of un-

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation

Single Joint Venture (existing or intended) Submission Factor/ Requirement No. Entity Requirements Sub-Factor All Parties Each One Member Combined Member

2.3 Financial Situation executed projects) on the date of bid submission. The Bidder shall produce a certificate from the Statutory Auditors (in the case of Companies) or a Chartered Accountant (in the case of firms/ Sole proprietors) certifying the value of its un-executed contracts on the date of bid submission. (Form Fin-2 must be filled in this respect). The Bidder will indicate financial position in sealed envelope i.e. un- utilized Over Draft Limit, Un-utilized Cash Credit Limit and Bank Balance (including FDR) as per Form Fin-2 (certified by CA) shall also be submitted clearly indicating Financial Status on the Envelope. The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Eligibility and Qualification Criteria Compliance Requirements Documentation Submission Factor/ Single Joint Venture (existing or intended) Requirement Requirements No. Sub- Entity All Parties Each Factor One Member Combined Member 2.4 Experience 2.4.1 General Experience under 11KV or above voltage Experience work contracts in the role of prime contractor (single entity or JV member), Must meet Must meet N/A N/A Form EXP – 1 Subcontractor, or management contractor, requirement requirement for at least the last five years from the date of NIT/tender. 2.4.2 Specific The Bidder should have supplied the Experience material, erected / executed as a Prime Contractor:- For 11 kV Line: The Bidder should have erected on turnkey basis minimum 150 kms of 11 kV All partners or above voltage level lines for Discoms / shall jointly Power Utilities during the last 5 Years from Must meet meet N/A N/A the date of NIT/tender. requirements(v) minimum Form EXP - 2 The bidders who will submit their tenders 100% of the in more than one package of bid, their requirement. technical qualification will be examined considering the summation of the Bid requirement of all the packages in the NIT in which the bidder has quoted.

2.4.3 Electrical The Bidder shall have the valid license for The member License carrying out 11 kV or above voltage works possessing the issued from the Chief Electrical Inspector of Must meet N/A N/A technical any State in India. However before starting requirement experience as the work he shall obtain license for 11 kV Clause 2.4.2. or above voltage works, from Chief

Option A - Section III. Evaluation and Qualification Criteria - Without Prequalification

Electrical Inspector, Haryana also. Notes for the Bidder

(i) A management contractor is a firm which takes on the role of contract management as a “general” contractor of sort could do. It does not normally perform directly the work(s) associated with the Contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price, quality, and timely performance of the contract.

(ii) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Employer’s Requirements. Summation of number of small value Contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted.

(iii) For contracts under which the Bidder participated as a JV member, only the Bidder’s share, by value, shall be considered to meet this requirement.

(iv) For Contracts under which the Bidder participated as a JV member or Subcontractor, only the Bidder’s share shall be counted to meet this requirement.

(v) The minimum experience requirement for multiple Contracts will be the sum of the minimum requirements for respective individual contracts.

2.5 Subcontractors/manufacturers Subcontractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item:

Source for No. of Technical Specification Name of Technical Specification Collection Outdoor types Distribution Transformer of 11 CSC-III-R- KV / 433-250 V Class up to and including 100 www.uhbvn.org.in II/DH/UH/P&D/2011-2012 KVA i.e. (25 KVA TO 100 KVA) with CSP. CSC-VI-R-I/DH/UH/P&D/2010- GSS WIRE OF 7/8 SWG (4MM). www.uhbvn.org.in 11 CSC-VII-R- PCC POLES (200KG) W.L. (F.O.S-2.5) 8/9 www.uhbvn.org.in I/DH/UH/P&D/2009-10 METER LONG. 5KV MOTORISED /HAND OPERATED CSC-VIII/DH/UH/P&D/2009- INSULATION RESISTANCE TESTER www.uhbvn.org.in 2010 (PORTABLE). HARD DRAWN STRANDED STEEL CSC-X- CORED ALUMUINIUM CODUCTORS (20, www.uhbvn.org.in RI/DH/UH/P&D/2010‐2011 30&50MM2) FOUR CORE AND TWO CORE XLPE CSC-XI/DH/UH/P&D/2009- INSULATED & XLPE SHEATHED www.uhbvn.org.in 2010 ARMOURED CABLES 11 KV CROSS – LINKED POLY CSC-XII/DH/UH/P&D/2009- ETHYLENE INSULATED PVC SHEATED www.uhbvn.org.in 2010 SINGLE CORE POWER CABLE 11 kV XLPE POWER CABLE (CROSS CSC-XIV/DH/UH/P&D/2009- LINKED POLYTHELENE DRY GAS www.uhbvn.org.in 2010 CURED) CSC-XV-R- PCC POLES 11 METER LONG(WL-400 www.uhbvn.org.in I/DH/UH/P&D/2009-10 K.G. F.O.S-2.5) CSC-XVI-R- G.I. WIRE www.uhbvn.org.in I/DH/UH/P&D/2010-11 CSC-XIX/DH/UH/P&D/2009- PCC POLES 8 METER (WL-200 KG) AND 9 www.uhbvn.org.in 2010 METER (WL-400KG) CSC-XX-R- 33 kV Control & Relay Panel www.uhbvn.org.in III/DH/UH/P&D/2012-2013 CSC-XXI/DH/UH/P&D/2009- 30 kV LA www.uhbvn.org.in 2010 CSC-XXII/DH/UH/P&D/2009- 36 kV Isolators & Isolators-Cum-Earth Switch www.uhbvn.org.in 2010 for 33 kV S/Stns.. CSC-XXIII/DH/UH/P&D/2009- 11 kV Neutral CT. www.uhbvn.org.in 2010 CSC-XXIV/DH/UH/P&D/2009- 36 kV Vacuum Circuit Breaker for 33 kV www.uhbvn.org.in 2010 S/Stns. CSC- XXVII- 10 MVA, 33 / 11 kV Power Transformer www.uhbvn.org.in

RII/DH/UH/P&D/2012-2013 CSC- XXVIII/DH/UH/P&D/2009- 11 kV 400 A GO Switch. www.uhbvn.org.in 2010 CSC-XXIX/DH/UH/P&D/2009- porcelain insulators and insulators fittings for www.uhbvn.org.in 2010 11 kV overhead power lines. CSC-XXX/DH/UH/P&D/2009- 11 kV XLPE insulated PVC sheathed single www.uhbvn.org.in 2010 core - 630 mm2 power cable CSC- STATIC CT /PT OPERATED TRIVECTOR XXXIII/DH/UH/P&D/2009- METERS FOR HT CONSUMERS/FEEDER www.uhbvn.org.in 2010 METER CSC- HEAT SHRINKABLE / PUSH ON XXXVI/DH/UH/P&D/2009- TYPETERMINATIONS FOR 11 KV XLPE www.uhbvn.org.in 2010 CABLES CSC- XXXIX/DH/UH/P&D/2009- 33 Kv POTENTIAL TRANSFORMER www.uhbvn.org.in 2010 CSC- 33 kV CURRENT TRANSFORMER FOR 33 www.uhbvn.org.in XXXX/DH/UH/P&D/2009-2010 kV SUB STATIONS ONLY CSC- 11 kV AUTOMATICALLY SWITCHED XXXXIII/DH/UH/P&D/2009- CAPACITOR BANKS AT 33/11kV SUB www.uhbvn.org.in 2010 STATIONS CSC- TECHNICAL SPECIFICATION FOR 11 kV XXXXIV/DH/UH/P&D/2009- XLPE POWER CABLE (CROSS LINKED www.uhbvn.org.in 2010 POLYTHELENE DRY / GAS CURED) CSC-46/R- TECHNICAL SPECIFICATION FOR ABT www.uhbvn.org.in 1/DH/UH/P&D/2010-2011 METERING SYSTEM CSC-49/DH/UH/P&D/2009- 33 KV, 3 X 300MM2 XLPE ARMOURED www.uhbvn.org.in 2010 Cable CSC-LI/DH/UH/P&D/2009- Hard-Drawn Stranded Steel Cored Aluminum www.uhbvn.org.in 2010 Conductor (ACSR- 80, 100 & 130mm2). CSC-58/DH/UH/P&D/2010- HT & LT METAL PARTS www.uhbvn.org.in 2011 Epoxy Cast Indoor type 11KV Measuring and CSC-61/DH/UH/P&D/2011-12 Protection Current Transformers for www.uhbvn.org.in Installation on 11KV Circuit Breakers Porcelain Insulators(Pin/shackle) and CSC-62/DH/UH/P&D/2011-12 Insulators Fittings for 415/240V Overhead www.uhbvn.org.in Power Lines CSC-64/DH/UH/P&D/2011-12 For 415 VOLTS L.T. SWITCH BOARDS www.uhbvn.org.in CSC-68/DH/UH/P&D/2011-12 For GALVANISED STEEL BARBED WIRE www.uhbvn.org.in For HOT DIP GALVANIZED HEXAGONAL CSC-73/DH/UH/P&D/2011-12 HEAD BOLTS AND NUTS ELECTRO www.uhbvn.org.in GALVANIZED SPRINGS WASHERS CSC-74-R-I/DH/UH/P&D/2012- For “12.5 MVA, 33 / 11 kV Power www.uhbvn.org.in 13 Transformer” CSC-75/DH/UH/P&D/2012-13 For DISTRIBUTION BOX www.uhbvn.org.in CSC-81/DH/UH/P&D/2013-14 For Technical Specification for 11 KV www.uhbvn.org.in

Switchgear Panels Vacuum Type with 11 KV Capacitor Control Panels 11 kV Switchgear Panel Vacuum type. 9 kV Lighting Arrestor (10 kA). 9 kV 5 kA Lightning Arrestor. To be collected from PD&C Power Conductor for Bus-Bar 200 mm² wing (DD-II) Section (Panther). 33 kV Post Insulator. 33 kV Pin Insulators & Insulator Pins. Composite Insulators for 33/ 11 kV works. Un-armoured Copper Control Cable. Ni-Cd Alkaline Batteries & Static Battery

Charger for Ni-Cd Alkaline Batteries. To be collected from PD&C Fittings for 33 kV Line suitable for 130 mm²

wing (DD-II) Section ACSR Conductor (Leopard). C-Type Wedge Connectors. Technical requirements / Parameters Drawings. Approved list of suppliers for equipments.

Technical Drawing:

Sr. Drawing No. No. of Technical Drawing Source for No. Downloads

1 C.E./P&D-02 Standard Drawing for Half/Back Clamp for X-Arm. Standard Drawing for Danger Plate, Number Plate, Phase 2 C.E./P&D-03 Plate & Fixing Clamp. Standard Drawing for 11 KV Line Support with Earth 3 C.E./P&D-04 Wire. 4 C.E./P&D-05 Standard Drawing for G.I. Pipe Earthing. Standard Drawing for 11 KV Line V-Cross Arm for Use 5 C.E./P&D-06 where Conductor of 50 mm2 or below is proposed.

Standard Drawing for Earth Rod 20 mm dia M. S. Cross 6 C.E./P&D-07 Plate. www.uhbvn.org.in Standard Drawing for laying of 11 KV 3 Nos. Single 7 C.E./P&D-08 Core Under Ground Cable.

Standard Drawing for supporting Structure for 33 KV 8 C.E./P&D-09 Lighting Arrester.

Standard Drawing for M. S. Channel 100x50x6 - 1600 9 C.E./P&D-10 MM T-Off.

Standard Drawing for M. S. Channel 100x50x6 - 2200 10 C.E./P&D-11 (For H Pole-9M. PCC Pole Support). Standard Drawing for M. S. Channel 75x40x6 - 2200 11 C.E./P&D-12 (For Fuse Unit-9M. PCC Pole Support). Standard Drawing for M. S. Angle 50x50x6 - 2400 MM 12 C.E./P&D-13 (For Earth Wire) For H Pole.

Sr. Drawing No. No. of Technical Drawing Source for No. Downloads

13 C.E./P&D-15 Standard Design for Out Door Cable Trench.

Note: The technical specifications/Drawings which are not included/given in tender documents, latest REC Standards and relevant ISS will be followed

Failure to comply with this requirement will result in rejection of the Subcontractor.

Section IV. Bidding Forms

Table of Forms

Single-Stage Bidding ...... Letter of Technical Bid ...... Letter of Price Bid ......

Price Schedules ...... Schedule No. 1. Price Schedule ...... Price Adjustment ......

Technical Proposal ...... Site Organization ...... Method Statement ...... Safety Plan ...... Form PER -1: Proposed Personnel ...... Form PER -2: Resume of Proposed Personnel ...... Form EQU: Equipment ......

Bidder’s Qualification ...... Form ELI - 1: Bidder Information ...... Form ELI - 2: Bidder’s Party Information ...... Form CON: Historical Contract Non-Performance ...... Form FIR - 1: Financial Situation ...... Form FIR - 2: Average Annual Turnover ...... Form FIN - 1: Financial Resources ...... Form FIN - 2: Current Contract Commitments ...... Form EXP - 1: General Construction Experience ...... Form EXP - 2: Specific Experience ...... Proforma for No ownership change Certificate on NJSP duly attested by Notary

Form ACK Acknowledgement of Compliance with the Guidelines for Procurement under Japanese ODA Loans ......

Form of Bid Security (Bank Guarantee) ......

Form of Bid Security (Bid Bond) ......

Single-Stage Bidding Letter of Technical Bid

Date: [insert date of Bid submission] Loan Agreement No.: ID-P240 IFB No.: [insert number]

To: Uttar Haryana Bijli Vitran Nigam,

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each Addendum];

(b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet the eligibility requirements in accordance with ITB 4 and ITB 5;

(c) We, including any Subcontractors/ manufacturers, for any part of the Contract, have no conflict of interest in accordance with ITB 4;

(d) We offer to design, manufacture, test, deliver, install, precommission and commission, in conformity with the Bidding Documents, the following Plant and Installation Services: Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis;

(e) Our Bid shall be valid for a period of 180 days from the date of opening of price bid in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) We are not participating, as a Bidder or as a Subcontractor/ manufacturers, in more than one Bid in this bidding process in accordance with ITB 4.2 (c), other than alternative Bids submitted in accordance with ITB 13; and

(g) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any type of fraud and corruption.

Name of the Bidder*[insert complete name of the Bidder] Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder **: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid.

Single-Stage Bidding Letter of Price Bid

Date: [insert date of Bid submission] Loan Agreement No.: ID-P240 IFB No.: [insert number]

To: Uttar Haryana Bijli Vitran Nigam,

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each Addendum];

(b) We offer to design, manufacture, test, deliver, install, precommission and commission, in conformity with the Bidding Documents, the following Plant and Installation Services: Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis;

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: In case of only one lot, total price of the Bid [insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies]

(d) The discounts offered and the methodology for their application are:

The discounts offered are: [specify in detail each discount offered]

The exact method of calculations to determine the net price after application of discounts is shown below: [specify in detail the method that shall be used to apply the discounts];

(e) Our Bid shall be valid for a period of 180 days from the date of opening of price bid in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding Documents;

(g) We understand that this Bid, together with your written acceptance thereof included in your Letter of Acceptance, shall constitute a binding Contract between us, until a formal Contract is prepared and executed; and

(h) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive.

Name of the Bidder*[insert complete name of the Bidder] Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder **: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid.

Price Schedules

Notes on Prices Schedules

General 1. The Price Schedules is as follows: Schedule No. 1: Price Schedule 2. The Schedules do not generally give a full description of the Plant to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Employer’s Requirements and other sections of the Bidding Documents and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit. 3. If Bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with ITB 7 prior to submitting their Bid. Pricing 4. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialed by the Bidder. As specified in the Bid Data Sheet and Particular Conditions of Contract, prices shall be fixed and firm for the duration of the Contract. 5. Bid Prices shall be quoted in the manner indicated and in the currencies specified in the Instructions to Bidders in the Bidding Documents. For each item, Bidders shall complete each appropriate column in the respective Schedules, giving the price breakdown as indicated in the Schedules. Prices given in the Schedules against each item shall be for the scope covered by that item as detailed in Section VI (Employer’s Requirements) or elsewhere in the Bidding Documents. 6. Payments will be made to the Contractor in the currency or currencies indicated under each respective item. 7. When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedules.

Price Schedule

Unit Price for Supply Unit Price for Total Cost including inclusive of all taxes, Erection including Supply & Erection Sr No Description of Material Qty. levies, ED, CST, F&I, all taxes, levies, F&I, Charges FOR destination ED etc. (all inclusive) (In Rs.) (In Rs.) (In Rs.)

TOTAL (Grand Summary)

Name of Bidder

Signature of Bidder

The detail BOQ and estimated cost is as per Volume - II

Price Adjustment

Price Adjustment is not applicable.

Technical Proposal

- Site Organization

- Method Statement

- Safety Plan

- Functional Guarantee

- Personnel

- Contractor’s Equipment

- Proposed Subcontractors for Major Items of Plant and Installation Services

- [Others]

Site Organization

[Insert Technical Proposal for Site Organization.]

Method Statement

[Insert Technical Proposal for Method Statement along with PERT Chart]

Safety Plan

[Insert Technical Proposal for Safety Plan.]

Form PER -1: Proposed Personnel

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[The Bidder shall provide the names of suitably qualified personnel to meet the specified requirements stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.1 for Single-Stage Bidding.]

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section III.

Form PER -2: Resume of Proposed Personnel

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1, in the form below.]

Name of Bidder

Position

Personnel Name Date of birth information Professional qualifications

Present Name of employer employment Address of employer

Telephone Contact (manager / personnel officer) Fax E-mail

Job title Years with present employer

[Summarize professional experience over the last 20 years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.]

From To Company / Project / Position / Relevant technical and management experience

Form EQU: Equipment

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria, Clause 1.1.2 for Single-Stage Bidding. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.]

Item of equipment

Equipment Name of manufacturer Model and power rating information Capacity Year of manufacture

Current Current location status Details of current commitments

Source Indicate source of the equipment  Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner Address of owner

Telephone Contact name and title Fax Telex Agreements Details of rental / lease / manufacture agreements specific to the project

Bidder’s Qualification

To establish its qualification to perform the Contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder:

- Form ELI - 1: Bidder Information - Form ELI - 2: Bidder’s Party Information - Form CON: Historical Contract Non-Performance - Form FIR - 1: Financial Situation - Form FIR - 2: Average Annual Construction Turnover - Form FIN - 1: Financial Resources - Form FIN - 2: Current Contract Commitments - Form EXP - 1: General Construction Experience - Form EXP - 2(a): Specific Construction Experience

Form ELI - 1: Bidder Information

Date: [insert day, month, year] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[The Bidder shall provide the following information.]

1. Bidder’s legal name:[insert full name]

2. In case of JV, legal name of the representative member and of each member: [insert full name of each member in the JV and specify the representative member] 3. Bidder’s actual or intended country of registration: [insert country of registration]

4. Bidder’s actual or intended year of incorporation: [insert year of incorporation]

5. Bidder’s legal address in country of registration: [insert street/number/town or city/country]

6. Bidder’s authorized representative information Name: [insert full name] Address: [inset street/number/town or city/country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] Email Address: [insert E-mail address] 7. Attached are copies of original documents of:  Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of legal entity named above, in accordance with ITB 4.3.  In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Form ELI - 2: Bidder’s Party Information

Date: [insert day, month, year] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[The following form is additional to Form ELI-1, and shall be completed to provide information relating to each JV member (in case the Bidder is a JV).]

1. Bidder’s legal name: [insert full name]

2. Bidder's Party legal name: [insert full name of Bidder’s Party]

3. Bidder's Party country of registration: [insert country of registration]

4. Bidder’s Party year of incorporation: [insert year of incorporation]

5. Bidder’s Party legal address in country of registration: [insert street/number/town or city/country]

6. Bidder’s Party authorized representative information Name: [insert full name] Address: [insert street/number/town or city/country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [insert E-mail address] 7. Attached are copies of original documents of  Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITB 4.3. 8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Form CON: Historical Contract Non-Performance

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

1. History of Non-Performing Contracts Non-Performing Contracts  Contract non-performance did not occur since 31st March 2014, in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.  Contract(s) not performed since 31st March 2014, in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate, is(are) indicated below: Year Non- performed Contract Total Contract portion of Contract Identification Amount (current value, currency, exchange rate and INR equivalent)

[insert [insert amount and • Contract Identification:[indicate [insert amount] year] percentage] complete Contract name, number, and any other identification] • Name of Employer: [insert full name] • Address of Employer:[insert street/city/country] • Reason(s) for non performance: [indicate main reason(s)]

2. Pending Litigation

Pending Litigation  No pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate.  Pending litigation in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2, as appropriate, is indicated below:

Year of Amount in Outcome as Contract Identification Total Contract dispute dispute Percentage Amount (current (currency) of Net value, currency, Worth exchange rate and INR equivalent) [insert year] [insert [insert • Contract Identification: [insert amount] amount] percentage] [indicate complete Contract name, number, and any other identification] • Name of Employer: [insert full name] • Address of Employer: [insert street/city/country] • Matter in dispute: [indicate main issues in dispute] • Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]

3. Litigation History

Litigation History  No court/arbitral award decisions against the Bidder during last five years from the date of bid submission, in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate.  Court/arbitral award decisions against the Bidder during last five years from the date of bid submission, in accordance with the Prequalification criteria, or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as appropriate, are indicated below: Year of Contract Identification Total Contract award Amount (in INR) [insert year] • Contract Identification: [indicate complete [insert amount] Contract name, number, and any other identification • Name of Employer: [insert full name] • Address of Employer: [insert street/city/country] • Matter in dispute: [indicate main issues in dispute] • Party who initiated the dispute: [indicate “Employer” or “Contractor”] • Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]

Form FIR - 1: Financial Situation

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

1. Financial data Type of Financial information in Historic information for previous five years (Indian Rupee) (amount, INR) Year 1 Year 2 Year 3 Year 4 Year 5

Statement of Financial Position (Information from Balance Sheet) Total Assets (TA) Total Liabilities (TL) Net Worth (NW) Current Assets (CA) Current Liabilities (CL) Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) Profits After Taxes (PAT) 2. Financial documents

The Bidder and its Parties shall provide copies of the financial statements such as reports on the financial standing of the Bidder including profit and loss statements, balance sheets and auditors reports (all duly attested by CA) etc., for the last five years pursuant to the Prequalification Criteria or Section III, Evaluation and Qualifications Criteria, Sub-factor 2.3.1. The financial statements shall:

(a) reflect the financial situation of the Bidder or in case of JV member, of each member, and not an affiliated entity (such as parent company or group member). (b) be independently audited or certified in accordance with local legislation. (c) be complete, including all notes to the financial statements. (d) correspond to accounting periods already completed and audited.

 Attached are copies of financial statements1 for the previous five years required above; and complying with the requirements.

1 If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid, the reason for this should be justified.

Form FIR - 2: Average Annual Turnover

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

Ref: ______Dated: ______

To The Superintending Engineer/ P&D, UHBVN, Vidyut Sadan, C-16, Sector- 6, Panchkula.

Dear Sir,

1. I*/We* have read and examined the complete documents of Bid No.______related to 11 kV feeders ______(full scope of work) on turnkey basis. 2. I*/We* hereby submit that our firm M/s ______(with complete address) has turnover for the last three financial years as follows related to erection & supply of electrical material & equipment duly attested by CA.

Financial Year Turnover Amount (Rs. in Crore) Balance Sheets/ Auditor Report place as Annex-

3. I*/We* hereby submit that any wrong declaration/ violation if detected / found at any point of time shall be the sole responsibility of our firm M/s ______(with complete address) its Owners / Inheritors / Successors / Managing Director / President etc. and shall be liable for any penalty / our blacklisting / debarring for three years or any other punishment as decided by the Nigam.

I/We also agree to abide by and fulfill all the terms, conditions & provisions of the above mentioned Bid documents.

Signature along with seal of company Signature along with seal of CA ______(Duly authorized to sign the application on behalf of

the firm) Name: ______Designation: ______Name of Company: ______(in Block letters)

Form FIN - 1: Financial Resources

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

Liquid Asset Details

Against Tender Enquiry No. Name of the Bidder Address of the Bidder

Sr. No. Description Amount as per latest balance sheet 1 Closing Stock 2 Cash in Hand 3 Bank Balance 4 FDR’s/Investments 5 Un-utilized Letter of Credit Limits sanctioned by the Banks (fund based only) 6 Un-utilized Cash Credit Limits sanctioned by the Banks (fund based only) Total – (A)

7 25% of the Current Commitments as indicated in Form Fin – 2 (B)

8 Liquid Assets available for this Bid (A – B) (Should be equal to or more than 25% of the Estimated Cost of the work)

Note: a) If the Limits are sanctioned against any one i.e Stocks/Inventory/FDR’s, then the higher side of the book value of the said component (as per balance sheet) or the Un-utilized limits intimated by the banks on the particular date would be considered to work out the Liquid Assets. The Un-utilized limit certificate should be issued by the bank un-conditionally and on the following Performa:

Sr. Description Preliminary Sanctioned Limit Utilized Un-utilized No. security against limit Limit as on --- which the limit is -

sanctioned 1 Cash Credit Limit (fund based only) 2 Letter of Credit Limit (fund based only) Note The bidder will also submit the documentary proof (i.e. Balance sheet and detailed sanction letter issued by the bank for credit limits) of the figures incorporated in the table

b) Un-utilized Overdraft / CC Limits and bank Balance (including FDR’s): The Bidder shall produce a certificate from the banks(s) which should be valid on the date of Bid Submission, giving the amount of Un-utilized limits and Bank Balances Banker’s certificates should be in respect of a date not more than 30 days prior to the date of submission of Bid. The balances of all the certificates should be of the same date. c) In the absence of the Audited Accounts for any financial Year/broken year, a copy of the provisional accounts shall be supplied by the Bidder along with a certificate from the Statutory Auditors ( in case of companies) or from any Chartered Accountant (in case of firms /sole proprietors) certifying the liquid assets available with the firm as on any particular date . The date should not be more than 30 days prior to the date of submission of respective Bid. d) Firm commitments from the Banks for financing the Current Projects against Bidders participation, shall also be considered for calculation of Liquid Assets subject to overall book values of respective components against which the current financing has been committed by the banks. e) In case Liquidity available for this bid (A – B) is less than the liquidity requirement as per clause 2.3 of the ITB, the bid will not be opened. f) Any wrong declaration/wrong submission /tempering of documents/violation, if detected /found at any point of time shall be the sole responsibility of the Bidder. The Bidder shall be liable for any penalty/damages for any loss to the Nigam as a result of such wrong declaration / bogus documents/tempered documents including blacklisting/debarring for three years or any other punishment as decided by the Nigam.

Form FIN - 2: Current Contract Commitments

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

Current Commitments

Name of the Bidder Address of the Bidder Sr. No. Description Amount (Un-executed value of the Contracts) 1 2 3 Total

Note:

a) Use further similar size sheets, if required. b) This certificate must be issued by the Statutory Auditors (in the case of Companies) or by any Chartered Accountant (in the case of firms/sole Proprietors)

Form EXP - 1: General Experience

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[Identify Contracts that demonstrate continuous work over the past five financial years pursuant to Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1. List Contracts chronologically, according to their commencement (starting) dates.]

General Experience

Starting Ending Role of Contract Identification Year Year Bidder [indicate [indicate • Contract name: [insert full name] [insert "Prime year] year] Contractor”(Single • Brief description of the works performed by the Bidder: [describe works performed briefly] entity or JV member) or • Amount of Contract: [insert amount, currency, "Subcontractor” or exchange rate and INR equivalent] "Management • Name of Employer: [indicate full name] Contractor”] • Address: [indicate street/number/town or city/country]

Form EXP - 2: Specific Experience

[The following table shall be filled in for Contracts performed by the Bidder and by each member of a JV.]

Date: [insert day, month, year] Bidder’s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages

[Fill out one (1) form per Contract, in accordance with Section III, Evaluation and Qualification Criteria (Without Prequalification), Sub-Factor 2.4.2(a).]

Similar Contract No. [insert number] of [insert number Information of similar Contracts required] [insert Contract name and reference identification Contract Identification number, if applicable]

Award date [insert day, month, year, e.g., 15 June, 2015] Completion date [insert day, month, year, e.g., 03 October, 2017] Role in Contract Prime Contractor Only [insert Contract amount(s) INR [insert exchange rate Total Contract Amount and currency(ies)] and total Contract amount in INR equivalent] [insert [insert INR [insert exchange rate and If member in a JV, specify percentage of amount(s) and amount of participation in participation in total Contract participation] currency(ies) INR equivalent] amount of participation] Employer's Name [insert full name] Address [indicate street/number/town or city/country]

Telephone/fax number [insert telephone/fax numbers, including country and city area codes]

E-mail [insert E-mail address, if available]

Similar Contract No. [insert number of similar Contracts Information required] Description of the similarity in accordance with Sub-Factor 2.4.2(a) of Section III: 1. Physical size of required works [insert physical size of items] items 2. Complexity [insert description of complexity] 3. Methods/Technology [insert specific aspects of the methods/technology involved in the Contract] 4. Other Characteristics [insert other characteristics as described in Section VI, Employer’s Requirements]

Proforma for No ownership change Certificate on NJSP duly attested by Notary

Ref: ______Dated: ______

To The Superintending Engineer / P&D, UHBVN, Vidyut Sadan, C-16, Sector- 6, Panchkula.

Dear Sir, 1. I*/We* have read and examined the complete documents of Bid No. ______related to 33 kV sub-stations/ 33 kV lines/ 11 kV/ TW connections ______(full scope of work) on turnkey basis.

2. I*/We* hereby submit that our firm M/s ______(with complete address) would not initiate any Ownership change during the period from the time of Bid submission to the two (2) years after the commercial operation, defined as successful completion of Supply of material, erection, testing and commissioning of ______i.e., the turnkey works as mentioned in the scope of work of Bid No. ______and acceptance of the same by the Employer, However, in case, the firm is anticipating any such ownership change/ Takeover at any stage of the entire bid process and during the execution of Contract we would seek prior approval from the Nigam well in time. It shall be the sole discretion of the Nigam to grant permission for such change in ownership/takeover and if allowed by the Nigam for ownership change, the new company shall own all responsibilities and liabilities under the contract and the old firm should not be blacklisted by any State/ Central government or any of its agencies. 3. I*/We* hereby submit that any wrong declaration/ violation if detected/ found at any point of time shall be the sole responsibility of our firm M/s ______(with complete address) its Owners / Inheritors / Successors / Managing Director / President etc. and shall be liable for any penalty / our blacklisting / debarring for three years or any other punishment as decided by the Nigam.

I/We also agree to abide by and fulfill all the terms, conditions & provisions of the above mentioned Bid documents.

Signature along with Seal of Company ______(Duly authorized to sign the application on behalf of the firm) Name: ______Designation: ______Name of Company: ______(In Block Letters) WITNESS

Signature: Date & Postal Address: Date: Name & Address: Telegraphic address: Telephone No.:

Form ACK Acknowledgement of Compliance with the Guidelines for Procurement under Japanese ODA Loans

A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”) to execute this Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans, hereby certify on behalf of the Bidder and myself that all information provided in the Bid submitted by the Bidder for ID-P240 and Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis is true, correct and accurate to the best of the Bidder’s and my knowledge and belief. I further certify, on behalf of the Bidder, that:

(i) the Bid has been prepared and submitted in full compliance with the terms and conditions set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter referred to as the “Guidelines”); and

(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not subject to any conflict of interest as stipulated in the relevant section of the Guidelines.

B) I certify that the Bidder has NOT been debarred by the World Bank Group for more than one year since the date of issuance of Invitation for Bids.

B’) I certify that the Bidder has been debarred by the World Bank Group for a period more than one year BUT that on the date of issuance of Invitation for Bids at least three (3) years had passed since the date of such debarment decision. Details of the debarment are as follows: name of the debarred starting date of ending date of reason for debarment firm debarment debarment

C) I certify that the Bidder will not enter into a subcontract with a firm which has been debarred by the World Bank Group for a period more than one year, unless on the date

of the subcontract at least three (3) years have passed since the date of such debarment decision.

D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with the Contract, the Bidder shall carry out such services in continuing compliance with the terms and conditions of the Guidelines.

E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or indirectly, to engage in any corrupt or fraudulent action under any applicable law, such as the payment of a rebate, at any time during a process of public procurement, negotiations, execution or implementation of contract (including amendment thereof), the Bidder shall report all relevant facts regarding such request to the relevant section in JICA (details of which are specified below) in a timely manner.

JICA’s information desk on fraud and corruption (A report can be made to either of the offices identified below.) (1) JICA Headquarters: Legal Affairs Division, General Affairs Department URL: https://www2.jica.go.jp/en/odainfo/index.php Tel: +81 (0)3 5226 8850

(2) JICA India office 2nd Floor, Dr. Gopal Das Bhawan 28 Barakhamba Road New Delhi – 110001 Tel: +91 11 4768 5500, +91 11 2371 4362/4363

The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in any way affect the Bidder’s responsibilities, obligations or rights, under relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report such request or other information to any other person(s) or to take any other action, required to or allowed to, be taken by the Bidder. The Bidder further acknowledges and agrees that JICA is not involved in or responsible for the procurement process in any way.

F) If any of the statements made herein is subsequently proven to be untrue or incorrect based on facts subsequently determined, or if any of the warranties or covenants made herein is not complied with, the Bidder will accept, comply with, and not object to any remedies taken by the Employer and any sanctions imposed by or actions taken by JICA.

______Authorized Signatory [Insert name of signatory; title]

For and on behalf of [Insert name of the Bidder] Date:

Form of Bid Security (Bank Guarantee)

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: Superintending Engineer /P&D, UHBVN, Vidyut Sadan, C-16, Sector-6, Panchkula

IFB No.: [Employer to insert number of Invitation for Bids] Date: [insert date of issue] BID GUARANTEE No.: [insert guarantee reference number] Guarantor: [insert name and address of place of issue, unless indicated in the letterhead] We have been informed that [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called “the Applicant”) has submitted or will submit to the Beneficiary its Bid (hereinafter called “the Bid”) for the execution of Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis under Loan Agreement No. ID-P240. Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be supported by a bid guarantee. At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of Rs 1.71 Million upon receipt by us of the Beneficiary’s complying demand, supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant: (a) has withdrawn its Bid during the period of Bid validity set forth in the applicant’s Letter of Bid (hereinafter called “the Bid Validity Period”), or any extension thereto provided by the Applicant; or (b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) fails to execute the Contract Agreement, or (ii) fails to furnish the Performance Security, in accordance with the Instructions to Bidders of the Beneficiary’s Bidding Documents.

This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Applicant and the Performance Security issued to the Beneficiary in relation to such Contract

Agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding process; or (ii) twenty-eight (28) days after the end of the Bid Validity Period. Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

[signature(s)]

[Note: All italicized text is for use in preparing this form and shall be deleted from the final product.]

Form of Bid Security (Bid Bond)

BOND NO. [insert Bond No.] BY THIS BOND [insert name of Bidder] as Principal (hereinafter called “the Principal”), and [insert name, legal title, and address of surety], authorized to transact business in [India], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [Uttar Haryana Bijli Vitran Nigam] as Obligee (hereinafter called “the Employer”) in the sum of [insert amount of Bond in words and figures], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted a written Bid to the Employer dated the [insert day] day of [insert month], 20 [insert year], for the construction of [insert name of Contract] (hereinafter called the “Bid”). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal: (a) withdraws its Bid during the period of Bid validity specified in the Form of Bid; or (b) having been notified of the acceptance of its Bid by the Employer during the period of Bid validity; (i) fails or refuses to execute the Contract Form, if required; or (ii) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders; then the Surety undertakes to immediately pay to the Employer up to the above amount upon receipt of the Employer’s first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred. The Surety hereby agrees that its obligation will remain in full force and effect up to and including the date twenty-eight (28) days after the date of expiration of the Bid validity as stated in the Invitation for Bid or extended by the Employer at any time prior to this date, notice of which extension(s) to the Surety being hereby waived. IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this [insert day] day of [insert month] 20 [insert year]. Principal: ______Surety: ______Corporate Seal (where appropriate) ______(Signature) (Signature) (Printed name and title) (Printed name and title)

Section V. Eligible Source Countries of Japanese ODA Loans

Section V. Eligible Source Countries of Japanese ODA Loans

INDIA

PART 2 - Employer’s Requirements

Section VI. Employer’s Requirements

Section VI. Employer’s Requirements

Table of Contents

Scope of Supply of Plant and Installation Services by the Contractor ......

Specification ......

Forms and Procedures ...... Form of Completion Certificate ...... Form of Operational Acceptance Certificate ...... Change Order Procedure and Forms ...... Change Order Procedure ...... Annex 1. Request for Change Proposal ...... Annex 2. Estimate for Change Proposal ...... Annex 3. Acceptance of Estimate ...... Annex 4. Change Proposal ...... Annex 5. Change Order ...... Annex 6. Pending Agreement Change Order ...... Annex 7. Application for Change Proposal ...... Annex 8. Change Order log ......

Drawings ......

Supplementary Information ......

Section VI. Employer’s Requirements

Scope of Supply of Plant and Installation Services by the Contractor

1. SCOPE OF BID: - 1.1 E-tenders in two parts (Technical, Commercial & Financial qualification Criteria (Part-I) and Price Bid (Part-II, separately sealed) are invited by the Chief Engineer/ PD&C, UHBVN, Panchkula on behalf of Uttar Haryana Bijli Vitran Nigam Limited (UHBVNL), from the approved & experienced contractors / firms on the prescribed forms Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis, from the experienced contractors who either himself or his erection contractor has worked in the recent past on similar works i.e, supply & erection of 11 kV lines / augmentation of conductor, installation & commissioning of VCBs of Government, Semi Government, Nigam’s or big private electrical construction firms. The detailed scope of works is detailed as follows:-

Ambala Description of work Quantum of work under OP Divisions Length of new 11 kV line with 80 mm2 209.89 kM ACSR (Km) Length of HT AB cable (Km) along-with 13.82kM termination kits 3*185mm2 Length of under-ground XLPE cable 3.01 kM for VCBs (Km) along-with termination kits 3*300mm2 Nos. of 11 kV out-going type new VCBs 43 No. of GO switches at intersection of 11 128 kV feeders No. Of Railway Crossing 0

1.2 The successful Bidder will have to complete the Works by the intended Completion date specified in the Contract data.

Section VI. Employer’s Requirements

1.2.1 The scope of Work shall include complete design, engineering of the overhead line as per design given in the tender documents, manufacture, testing and supply of all the required material on F.O.R destination/site basis including transportation, insurance, storage, erection, augmentation, testing and commissioning of 11 kV lines with ACSR Conductor, HT XLPE Cables, GO Switches, V-shape X-arms, Disc / Pin Insulators with fittings along with all other accessory items/job not specifically mentioned but required to complete the Work. The scope of work shall also include the dismantling / up-rooting the existing 11 kv / LT lines, GO Switches, damaged Disc / Pin Insulators their fittings, feeder PCC / tubular / iron poles/conductor, pipes etc., & re-placing them with new 9.0 PCC poles. The material if found worthy of re- use shall be reviewed & decided in consultation with the Construction/Operation wing of the Nigam. Furthermore the material up-rooted & declared un-worthy of usage by the Construction/Operation wing of the Nigam shall be returned / transported to Nigam’s Stores after proper accounting of the same under the supervision of concerned JE(F) /OP / Construction.

1.2.2 The information regarding exact / actual site locations for erecting /augmenting & uprooting the existing material shall be carried out in consultation, consent & approval/decision of SE / OP respective circle & SE/Construction, Panchkula.

The details of works & other details of bifurcation / trifurcation of 11 kV feeders is as follows: NIT No. 149/Bid No:– B-496 OP Circle Ambala

Sr.No. Name of Name of Name of Length GO Length No. of No. of OP/Circle Existing Proposed (KM) of Switch of HT 11 kV Railway 11 kV 11 kV new 11 AB VCB Crossing Feeder feeder kV link Cable required required line 1 Ambala Sambhalka Falel Majra 2.38 3 0 1 0 New 2 Ambala Adomajra Bersan 4.6 3 0 1 0 3 Ambala Gagan Pur Sirsgarh 2.5 2 0 1 0 4 Ambala Lakhmari Kambo 7 3 0 1 0 mazri 5 Ambala Kaserla Ugala 2.8 2 0 1 0 6 Ambala Thumber Rampur 4.6 3 0 1 0 7 Ambala Durana Dhanora 6.25 3 0 1 0 (AP) 8 Ambala Dhera Milk Sketch 5.19 3 0 1 0 Salimpur feed

9 Ambala Malikpur Malikpur 5.6 3 0 1 0 10 Ambala Dhurala Kesri 4 3 0 1 0 station 11 Ambala Bihta Goshitpur 8 3 0 1 0 12 Ambala Kala Rheri Ramgarh 3.4 3 0 1 0 Majra 13 Ambala Sambhalkha Majra 2.4 3 0 1 0

Section VI. Employer’s Requirements

14 Ambala Kammi Tokka feed 6 3 0 1 0 15 Ambala Khatauli Thandardo 2.8 3 0 1 0 16 Ambala Barwala Batour 1 3 0 1 0 17 Ambala Allowalpur Manu majra 10 3 0 1 0 18 Ambala Sewan M Bajgar 5.32 3 0 1 0 Basti 19 Ambala New Rao majra 8.4 3 0 1 0 Tendwal (New) 20 Ambala Rao Majra Ugala gold 6.2 3 0 1 0 21 Ambala Kalpi Gola 4.5 3 0 1 0 22 Ambala Mohri LANDA 4.8 3 0 1 0 23 Ambala Panjali Basidpur 4 3 0 1 0 24 Ambala Tandwal Raju Kheri 7.9 3 0 1 0 25 Ambala Nagla PASIALA 2.8 1 0 1 0 26 Ambala Kanpur Khanpur 3.2 3 0 1 0 (NEW) 27 Ambala Tepla Samlehri 1.4 1 0.8 1 0 28 Ambala Topkana Garnala 4.9 3 0 1 0 29 Ambala BargoDam Majra 3.5 3 0 1 0 30 Ambala Rampur Taparia 9.6 3 0 1 0 Jangi 31 Ambala Pinjor Town Main Bazar 4.4 3 0 1 0 32 Ambala Trilok Pur Amrala 4 3 0 1 0 33 Ambala Ratour Kandarwala 2 2 0 1 0

34 Ambala Kesaria Abdulagarh 1.8 2 0 1 0 Kalan 35 Ambala Basant Pura GRT 0 1 0 1 0 36 Ambala Noor pur Satsang 7.5 6 0 1 0 Bhawan 37 Ambala Noorpur Noorpur 7.35 6 0 1 0 38 Ambala Bura majra Sahibpura 10 6 0 1 0 39 Ambala Saha Goli 4.6 2 0 1 0 40 Ambala Mullana Tangail 4.5 2 0 1 0 41 Ambala Hangola Hangoli 12 6 12 1 0 (AP) 42 Ambala Kalka Housing 2.5 2 0.22 1 0 Board 43 Ambala Kheri (AP) Haryoli 4.2 3 0.8 1 0 (AP) 209.89 128 13.82 43 0

1.2.3 The scope shall also include the raising / lowering of existing electricity lines, if any, to provide proper clearances/crossings and guarding. The insurance & transportation of poles/ACSR conductor etc., and other material dismantled from the lines after augmentation from the Site till its return to the Employer’s store shall also be covered in the scope of Contractor. The Employer’s representative i.e., concerned JE(F) OP /

Section VI. Employer’s Requirements

Construction shall be responsible to get this material returned to Nigam’s nearest store after proper accounting.

1.2.4 The Bidder shall inform the UHBVN / Employer about the source of supply of material. The material/equipment shall be dispatched from this source only after inspection and approval by authorized representative of the Employer. Installation of material will be as per the approved drawings and specification. The supplier of material will also supply the type test certificates (not more than 3 years old at the time of bid opening) at the time of inspection-call of items, which will be further examined by the inspecting authority, However, no approval of GTPs of petty items such as nuts and bolts, stay sets, hardware fittings, pin, disc insulator, danger plate, number plate is required and material supplied should comply with latest relevant ISS wherever applicable. Any material not specifically mentioned in the contract but required to complete the job is deemed to be included in the scope of the work of the contract.

1.3 Penalty of Rs. 20000/- on the contractor shall be levied in case inspection call is given and material is not found ready at works along with expenses incurred by the Nigam on deputing inspecting agency / officer.

Material management, inspection requisition, procedure of inspection, sealing procedure, DIs and post receipt inspection, etc. shall be carried out as per Quality Assurance Plan (QAP) of the Nigam, which is available at the website www.uhbvn.org.in, www.dhbvn.org.in or www.dhbvn.com.

1.4 Final Checking, Testing and commissioning

After completion of Works, final checking of lines shall be done by the Contractor to ensure that all the Foundation Works, Pole Erection and Stringing has been done according to specifications and as approved by the Employer. All the Works shall be thoroughly inspected keeping in view the following main points. a) Sufficient back filled earth is lying over each pit and it is adequately compacted. b) All bolts are properly tightened and punched/tack welded. c) The stringing of the conductors and earth wire has been done as per the approved sag and tension charts and desired clearances are clearly available. d) All conductor and earth wire accessories are properly installed. e) All other requirement to complete Work like fixing of danger plate, phase plate, number-plate, anti-climbing device etc. are properly installed. f) The insulation of line as a whole is tested by the Contractor by providing his own equipment, labour etc. to the satisfaction of Employer. g) The Poles are properly grounded. h) The lines are tested satisfactorily, for inspection, by the Chief Electrical Inspector, Haryana, before commissioning.

Section VI. Employer’s Requirements

i) All the works shall be thoroughly inspected by the concerned SDO/ OP /Const. It is also added that after completion of the work the third party quality of work surveillance may also be done, if so desired by the UHBVN.

IMPORTANT NOTES: I. Joint foot survey shall be carried out by the contractor within one month immediately after the issue of Work Order by the Nigam to assess the tentative quantity of various items. II. PERT chart Schedule: The activity wise project PERT as prescribed in the Bid Document shall have to be consented by the all bidders at the time of submission of Bid. III. III. The work shall be got erected under the supervision of concerned SE / Construction Circle / Civil Construction Circle, UHBVN.

Section VI. Employer’s Requirements

Specification

THE TECHNICAL SPECIFICATION & DRAWING BE DOWNLOADED FROM http://uhbvn.org.in/web/portal/technical-spec AND http://dhbvn.org.in/web/portal/new- specifications by following steps as below

1).From www.uhbvn.org.in Website: Vendors are required to visit themselves online with http://www.uhbvn.org.in →Services→ Tender→ Technical Specification→ Download the Technical Specifications as mentioned below: 2) From http://www.dhbvn.org.in Website: Vendors are required to visit themselves online with http:// http://www.dhbvn.org.in/→ Supplier Support→ New Specifications →Download the Technical Specifications as mentioned below:

Source for No. of Technical Specification Name of Technical Specification Collection Outdoor types Distribution Transformer of 11 KV www.uhbvn.org.in

CSC-III-R-II/DH/UH/P&D/2011-2012 / 433-250 V Class up to and including 100 KVA i.e. (25 KVA TO 100 KVA) with CSP. www.uhbvn.org.in

CSC-VI-R-I/DH/UH/P&D/2010-11 GSS WIRE OF 7/8 SWG (4MM). PCC POLES (200KG) W.L. (F.O.S-2.5) 8/9 www.uhbvn.org.in CSC-VII-R-I/DH/UH/P&D/2009-10 METER LONG. 5KV MOTORISED /HAND OPERATED www.uhbvn.org.in

CSC-VIII/DH/UH/P&D/2009-2010 INSULATION RESISTANCE TESTER (PORTABLE). HARD DRAWN STRANDED STEEL CORED www.uhbvn.org.in

CSC-X-RI/DH/UH/P&D/2010‐2011 ALUMUINIUM CODUCTORS (20, 30&50MM2) FOUR CORE AND TWO CORE XLPE www.uhbvn.org.in CSC-XI/DH/UH/P&D/2009-2010 INSULATED & XLPE SHEATHED ARMOURED CABLES 11 KV CROSS – LINKED POLY ETHYLENE www.uhbvn.org.in

CSC-XII/DH/UH/P&D/2009-2010 INSULATED PVC SHEATED SINGLE CORE POWER CABLE 11 kV XLPE POWER CABLE (CROSS LINKED www.uhbvn.org.in

CSC-XIV/DH/UH/P&D/2009-2010 POLYTHELENE DRY GAS CURED) PCC POLES 11 METER LONG(WL-400 K.G. www.uhbvn.org.in CSC-XV-R-I/DH/UH/P&D/2009-10 F.O.S-2.5)

CSC-XVI-R-I/DH/UH/P&D/2010-11 G.I. WIRE www.uhbvn.org.in www.uhbvn.org.in PCC POLES 8 METER (WL-200 KG) AND 9 CSC-XIX/DH/UH/P&D/2009-2010 METER (WL-400KG)

CSC-XX-R-III/DH/UH/P&D/2012-2013 33 kV Control & Relay Panel www.uhbvn.org.in

CSC-XXI/DH/UH/P&D/2009-2010 30 kV LA www.uhbvn.org.in

Section VI. Employer’s Requirements

Source for No. of Technical Specification Name of Technical Specification Collection 36 kV Isolators & Isolators-Cum-Earth Switch for www.uhbvn.org.in

CSC-XXII/DH/UH/P&D/2009-2010 33 kV S/Stns..

CSC-XXIII/DH/UH/P&D/2009-2010 11 kV Neutral CT. www.uhbvn.org.in

CSC-XXIV/DH/UH/P&D/2009-2010 36 kV Vacuum Circuit Breaker for 33 kV S/Stns. www.uhbvn.org.in CSC- XXVII-RII/DH/UH/P&D/2012- www.uhbvn.org.in

2013 10 MVA, 33 / 11 kV Power Transformer

CSC-XXVIII/DH/UH/P&D/2009-2010 11 kV 400 A GO Switch. www.uhbvn.org.in porcelain insulators and insulators fittings for 11 www.uhbvn.org.in

CSC-XXIX/DH/UH/P&D/2009-2010 kV overhead power lines. 11 kV XLPE insulated PVC sheathed single core - www.uhbvn.org.in

CSC-XXX/DH/UH/P&D/2009-2010 630 mm2 power cable STATIC CT /PT OPERATED TRIVECTOR www.uhbvn.org.in CSC-XXXIII/DH/UH/P&D/2009-2010 METERS FOR HT CONSUMERS/FEEDER METER HEAT SHRINKABLE / PUSH ON www.uhbvn.org.in

CSC-XXXVI/DH/UH/P&D/2009-2010 TYPETERMINATIONS FOR 11 KV XLPE CABLES

CSC-XXXIX/DH/UH/P&D/2009-2010 33 Kv POTENTIAL TRANSFORMER www.uhbvn.org.in 33 kV CURRENT TRANSFORMER FOR 33 kV www.uhbvn.org.in

CSC-XXXX/DH/UH/P&D/2009-2010 SUB STATIONS ONLY 11 kV AUTOMATICALLY SWITCHED www.uhbvn.org.in

CSC-XXXXIII/DH/UH/P&D/2009-2010 CAPACITOR BANKS AT 33/11kV SUB STATIONS TECHNICAL SPECIFICATION FOR 11 kV www.uhbvn.org.in

CSC-XXXXIV/DH/UH/P&D/2009-2010 XLPE POWER CABLE (CROSS LINKED POLYTHELENE DRY / GAS CURED) TECHNICAL SPECIFICATION FOR ABT www.uhbvn.org.in

CSC-46/R-1/DH/UH/P&D/2010-2011 METERING SYSTEM 2 CSC-49/DH/UH/P&D/2009-2010 33 KV, 3 X 300MM XLPE ARMOURED Cable www.uhbvn.org.in Hard-Drawn Stranded Steel Cored Aluminum www.uhbvn.org.in

CSC-LI/DH/UH/P&D/2009-2010 Conductor (ACSR- 80, 100 & 130mm2).

CSC-58/DH/UH/P&D/2010-2011 HT & LT METAL PARTS www.uhbvn.org.in Epoxy Cast Indoor type 11KV Measuring and www.uhbvn.org.in

CSC-61/DH/UH/P&D/2011-12 Protection Current Transformers for Installation on 11KV Circuit Breakers Porcelain Insulators(Pin/shackle) and Insulators www.uhbvn.org.in

CSC-62/DH/UH/P&D/2011-12 Fittings for 415/240V Overhead Power Lines

CSC-64/DH/UH/P&D/2011-12 For 415 VOLTS L.T. SWITCH BOARDS www.uhbvn.org.in

CSC-68/DH/UH/P&D/2011-12 For GALVANISED STEEL BARBED WIRE www.uhbvn.org.in For HOT DIP GALVANIZED HEXAGONAL www.uhbvn.org.in

CSC-73/DH/UH/P&D/2011-12 HEAD BOLTS AND NUTS ELECTRO GALVANIZED SPRINGS WASHERS

CSC-74-R-I/DH/UH/P&D/2012-13 For “12.5 MVA, 33 / 11 kV Power Transformer” www.uhbvn.org.in

CSC-75/DH/UH/P&D/2012-13 For DISTRIBUTION BOX www.uhbvn.org.in For Technical Specification for 11 KV Switchgear www.uhbvn.org.in

CSC-81/DH/UH/P&D/2013-14 Panels Vacuum Type with 11 KV Capacitor Control Panels To be collected from PD&C wing (DD-II) 11 kV Switchgear Panel Vacuum type.

Section VI. Employer’s Requirements

Source for No. of Technical Specification Name of Technical Specification Collection Section 9 kV Lighting Arrestor (10 kA). 9 kV 5 kA Lightning Arrestor. Power Conductor for Bus-Bar 200 mm² (Panther). 33 kV Post Insulator. 33 kV Pin Insulators & Insulator Pins. Composite Insulators for 33/ 11 kV works. Un-armoured Copper Control Cable. Ni-Cd Alkaline Batteries & Static Battery Charger for Ni-Cd Alkaline Batteries. To be collected from PD&C wing (DD-II) Fittings for 33 kV Line suitable for 130 mm² Section ACSR Conductor (Leopard). C-Type Wedge Connectors. Technical requirements / Parameters Drawings. Approved list of suppliers for equipments.

Section VI. Employer’s Requirements

Forms and Procedures Form of Completion Certificate

Date: [insert date] Loan Agreement No: ID-P240 IFB No: [insert number]

[Name of Contract]

To: [Name and address of Contractor]

Dear Sirs,

Pursuant to GC Clause 24 (Completion of the Facilities) of the General Conditions of the Contract entered into between yourselves and the Employer dated [insert date] , relating to the for Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis, we hereby notify you that the following part(s) of the Facilities was(were) complete on the date specified below, in accordance with the terms of the Contract.

1. Description of the Facilities or part thereof: [insert description]

2. Date of Completion: [insert date]

However, you are required to complete the outstanding items listed in the attachment hereto as soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

Title (Project Manager)

Section VI. Employer’s Requirements

Form of Operational Acceptance Certificate

Date: [insert date] Loan Agreement No: ID-P240 IFB No: [insert number]

[Name of Contract]

To: [Name and address of Contractor]

Dear Sirs,

Pursuant to GC Sub-Clause 25.3 (Operational Acceptance) of the General Conditions of the Contract entered into between yourselves and the Employer dated [insert date], relating to the for Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis, we hereby notify you that the Functional Guarantees of the following part(s) of the Facilities were satisfactorily attained on the date specified below.

1. Description of the Facilities or part thereof: [insert description]

2. Date of Operational Acceptance: [insert date]

This letter does not relieve you of your obligation to complete the execution of the Facilities in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

Title (Project Manager)

Section VI. Employer’s Requirements

Change Order Procedure and Forms

Date: [insert date] Loan Agreement No: ID-P240 IFB No: [insert number]

CONTENTS

1. General 2. Change Order Log 3. References for Changes

ANNEXES

Annex 1 Request for Change Proposal Annex 2 Estimate for Change Proposal Annex 3 Acceptance of Estimate Annex 4 Change Proposal Annex 5 Change Order Annex 6 Pending Agreement Change Order Annex 7 Application for Change Proposal Annex 8 Change Order log

Section VI. Employer’s Requirements

Change Order Procedure

1. General

This section provides samples of procedures and forms for implementing changes in the Facilities during the performance of the Contract in accordance with GC Clause 39 (Change in the Facilities) of the General Conditions of the Contract.

2. Change Order Log

The Contractor shall keep an up-to-date Change Order log to show the current status of Requests for Change and Changes authorized or pending, as Annex 8. Entries of the Changes in the Change Order log shall be made to ensure that the log is up-to-date. The Contractor shall attach a copy of the current Change Order Log in the monthly progress report to be submitted to the Employer.

3. References for Changes

(1) Request for Change as referred to in GC Clause 39 shall be serially numbered CR-X-nnn.

(2) Estimate for Change Proposal as referred to in GC Clause 39 shall be serially numbered CN-X-nnn.

(3) Acceptance of Estimate as referred to in GC Clause 39 shall be serially numbered CA-X-nnn.

(4) Change Proposal as referred to in GC Clause 39 shall be serially numbered CP-X- nnn.

(5) Change Order as referred to in GC Clause 39 shall be serially numbered CO-X- nnn.

Note: (a) Requests for Change issued from the Employer’s Home Office and the Site representatives of the Employer shall have the following respective references:

Home Office CR-H-nnn Site CR-S-nnn

(b) The above number “nnn” is the same for Request for Change, Estimate for Change Proposal, Acceptance of Estimate, Change Proposal and Change Order.

Section VI. Employer’s Requirements

Annex 1. Request for Change Proposal

(Employer’s Letterhead)

To: [insert Contractor’s name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

With reference to the captioned Contract, you are requested to prepare and submit a Change Proposal for the Change noted below in accordance with the following instructions within [insert number of days] days of the date of this letter [or on or before (date)].

1. Title of Change: [insert title] ______

2. Change Request No.: [insert number] ______

3. Originator of Change: Employer: [insert name of Employer] ______Contractor (by Application for Change Proposal No. [insert number])______

4. Brief Description of Change: [insert description] ______

5. Facilities and/or Item No. of equipment related to the requested Change: [insert description] ______

6. Reference drawings and/or technical documents for the request of Change:

Drawing No./Document No. Description

7. Detailed conditions or special requirements on the requested Change: ______

8. General Terms and Conditions:

(a) Please submit your estimate to us showing what effect the requested Change will have on the Contract Price.

(b) Your estimate shall include your claim for the additional time, if any, for completion of the requested Change.

Section VI. Employer’s Requirements

(c) If you have any opinion negative to the adoption of the requested Change in connection with the conformability to the other provisions of the Contract or the safety of the Plant or Facilities, please inform us of your opinion in your proposal of revised provisions.

(d) Any increase or decrease in the work of the Contractor relating to the services of its personnel shall be calculated.

(e) You shall not proceed with the execution of the work for the requested Change until we have accepted and confirmed the amount and nature in writing.

(Employer’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Section VI. Employer’s Requirements

Annex 2. Estimate for Change Proposal

(Contractor’s Letterhead)

To: [insert Employer’s Name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

With reference to your Request for Change Proposal, we are pleased to notify you of the approximate cost of preparing the below-referenced Change Proposal in accordance with GC Sub-Clause 39.2.1 of the General Conditions of the Contract. We acknowledge that your agreement to the cost of preparing the Change Proposal, in accordance with GC Sub-Clause 39.2.2 of the General Conditions of the Contract, is required before estimating the cost for change work.

1. Title of Change: [insert title] ______

2. Change Request No./Rev.: [insert number] ______

3. Brief Description of Change: [insert description] ______

4. Scheduled Impact of Change: [insert description] ______

5. Cost for Preparation of Change Proposal: [insert cost] ______

(a) Engineering (Amount)

(i) Engineer hrs x rate/hr = (ii) Draftsperson hrs x rate/hr = Sub-total hrs

Total Engineering Cost

(b) Other Cost

Total Cost (a) + (b)

Section VI. Employer’s Requirements

(Contractor’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Section VI. Employer’s Requirements

Annex 3. Acceptance of Estimate

(Employer’s Letterhead)

To: [insert Contractor’s name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

We hereby accept your Estimate for Change Proposal and agree that you should proceed with the preparation of the Change Proposal.

1. Title of Change: [insert title] ______

2. Change Request No./Rev.: [insert number] ______

3. Estimate for Change Proposal No./Rev.: [insert number] ______

4. Acceptance of Estimate No./Rev.: [insert number] ______

5. Brief Description of Change: [insert description] ______

6. Other Terms and Conditions: In the event that we decide not to order the Change accepted, you shall be entitled to compensation for the cost of preparation of Change Proposal described in your Estimate for Change Proposal mentioned in 3 above, in accordance with GC Clause 39 of the General Conditions of the Contract.

(Employer’s Name)

(Signature)

(Name and Title of signatory)

Section VI. Employer’s Requirements

Annex 4. Change Proposal

(Contractor’s Letterhead)

To: [insert Employer’s Name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

In response to your Request for Change Proposal No. [insert number], we hereby submit our proposal as follows:

1. Title of Change: [insert title] ______

2. Change Proposal No./Rev.: [insert number] ______

3. Originator of Change: Employer: [insert name of Employer] ______Contractor: [insert name of Contractor] ______

4. Brief Description of Change: [insert description] ______

5. Reasons for Change: [insert reason] ______

6. Facilities and/or Item No. of Equipment related to the requested Change: [insert description] ______

7. Reference drawings and/or technical documents for the requested Change:

Drawing/Document No. Description

8. Estimate of increase/decrease to the Contract Price resulting from Change Proposal:

(Amount)

(a) Direct material

(b) Major construction equipment

(c) Direct field labor (Total hrs)

Section VI. Employer’s Requirements

(d) Subcontracts

(e) Indirect material and labor

(f) Site supervision

(g) Head office technical staff salaries

Process engineer hrs @ rate/hr Project engineer hrs @ rate/hr Equipment engineer hrs @ rate/hr Procurement hrs @ rate/hr Draftsperson hrs @ rate/hr Total hrs

(h) Extraordinary costs (computer, travel, etc.)

(i) Fee for general administration, % of Items

(j) Taxes and customs duties

Total lump sum cost of Change Proposal (Sum of items (a) to (j))

Cost to prepare Estimate for Change Proposal (Amount payable if Change is not accepted)

9. Additional time for Completion required due to Change Proposal

10. Effect on the Functional Guarantees

11. Effect on the other terms and conditions of the Contract

12. Validity of this Proposal: within [number] days after receipt of this Proposal by the Employer

13. Other terms and conditions of this Change Proposal:

(a) You are requested to notify us of your acceptance, comments or rejection of this detailed Change Proposal within [number] days from your receipt of this Proposal.

(b) The amount of any increase and/or decrease shall be taken into account in the adjustment of the Contract Price.

Section VI. Employer’s Requirements

(c) Contractor’s cost for preparation of this Change Proposal: [Note: This cost shall be reimbursed by the Employer in case of Employer’s withdrawal or rejection of this Change Proposal without default of the Contractor in accordance with GC 39 of the General Conditions of the Contract.]

(Contractor’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Section VI. Employer’s Requirements

Annex 5. Change Order

(Employer’s Letterhead)

To: [insert Contractor’s name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

We approve the Change Order for the Facilities specified in the Change Proposal (No. [insert number]), and agree to adjust the Contract Price, Time for Completion and/or other conditions of the Contract in accordance with GC Clause 39 of the General Conditions of the Contract.

1. Title of Change: [insert title] ______

2. Change Request No./Rev.: [insert number] ______

3. Change Order No./Rev.: [insert number] ______

4. Originator of Change: Employer: [insert name of Employer] ______Contractor: [insert name of Contractor] ______

5. Authorized Price:

Ref. No.: [insert number] ______Date: [insert date]______Foreign currency portion: [insert amount] ______plus Local currency portion: [insert amount] ______

6. Adjustment of Time for Completion

None Increase [insert number] days Decrease [insert number] days

7. Other effects, if any

Authorized by: Date: (Employer)

Accepted by: Date: (Contractor)

Section VI. Employer’s Requirements

Annex 6. Pending Agreement Change Order

(Employer’s Letterhead)

To: [insert Contractor’s name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

We instruct you to carry out the work in the Change Order detailed below in accordance with Clause 39 of the General Conditions.

1. Title of Change: [insert title] ______

2. Employer’s Request for Change Proposal No./Rev.: [insert number] ______dated: [insert date] ______

3. Contractor’s Change Proposal No./Rev.: [insert number] ______dated: [insert date] ______

4. Brief Description of Change: [insert description] ______

5. Facilities and/or Item No. of equipment related to the requested Change: [insert description] ______

6. Reference Drawings and/or technical documents for the requested Change:

Drawing/Document No. Description

7. Adjustment of Time for Completion:

8. Other change in the Contract terms:

9. Other terms and conditions:

Section VI. Employer’s Requirements

(Employer’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Section VI. Employer’s Requirements

Annex 7. Application for Change Proposal (Contractor’s Letterhead)

To: [insert Employer’s Name and address] Date: [insert date]

Attention: [insert name and title]

Contract Name: [insert Contract name] Contract Number: [insert Contract number]

Dear Sirs,

We hereby propose that the below-mentioned work be treated as a Change in the Facilities.

1. Title of Change: [insert title] ______

2. Application for Change Proposal No./Rev.: [insert number] ______dated: [insert date] ______

3. Brief Description of Change: [insert description] ______

4. Reasons for Change: [insert reason] ______

5. Order of Magnitude Estimation (in the currencies of the Contract): [insert amount] ___

6. Scheduled Impact of Change: [insert scheduled impact] ______

7. Effect on Functional Guarantees, if any: [insert effect, if any] ______

8. Appendix:

(Contractor’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Section VI. Employer’s Requirements

Annex 8. Change Order log

[The Contractor shall prepare an up-to-date Change Order log, in accordance with Clause 2 of the Change Order Procedure, and attach a copy of it to the monthly progress report to be submitted to the Employer.]

Section VI. Employer’s Requirements

Drawings

Technical Drawing:

Sr. Drawing No. No. of Technical Drawing Source for No. Downloads

1 C.E./P&D-02 Standard Drawing for Half/Back Clamp for X-Arm.

Standard Drawing for Danger Plate, Number Plate, Phase 2 C.E./P&D-03 Plate & Fixing Clamp. 3 C.E./P&D-04 Standard Drawing for 11 KV Line Support with Earth Wire. 4 C.E./P&D-05 Standard Drawing for G.I. Pipe Earthing. Standard Drawing for 11 KV Line V-Cross Arm for Use 5 C.E./P&D-06 where Conductor of 50 mm2 or below is proposed. 6 C.E./P&D-07 Standard Drawing for Earth Rod 20 mm dia M. S. Cross Plate. Standard Drawing for laying of 11 KV 3 Nos. Single Core 7 C.E./P&D-08 Under Ground Cable. Standard Drawing for supporting Structure for 33 KV Lighting 8 C.E./P&D-09 Arrester. www.uhbvn.org.in Standard Drawing for M. S. Channel 100x50x6 - 1600 MM T- 9 C.E./P&D-10 Off. Standard Drawing for M. S. Channel 100x50x6 - 2200 (For H 10 C.E./P&D-11 Pole-9M. PCC Pole Support). Standard Drawing for M. S. Channel 75x40x6 - 2200 (For 11 C.E./P&D-12 Fuse Unit-9M. PCC Pole Support). Standard Drawing for M. S. Angle 50x50x6 - 2400 MM (For 12 C.E./P&D-13 Earth Wire) For H Pole.

13 C.E./P&D-15 Standard Design for Out Door Cable Trench.

Note: The technical specifications/Drawings which are not included/given in tender documents, latest REC Standards and relevant ISS will be followed

Section VI. Employer’s Requirements

Supplementary Information

[Insert any supplementary information.]

PART 3 - Conditions of Contract and Contract Forms

Section VII. General Conditions

Section VII. General Conditions (GC)

Section VII. General Conditions

Section VII. General Conditions (GC)

The General Conditions governing this Contract are the Standard General Conditions of Contract set forth in Part 3, Section VII of the Standard Bidding Documents for Procurement of Plant Design, Supply and Installation (version 1.1)) published by JICA in February, 2013. Those General Conditions of Contract are available on the JICA’s web site shown below: http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html

A copy of these General Conditions is not attached to these Bidding Documents/this Contract.

Section VII. General Conditions

APPENDIX

A General Conditions of Dispute Board Agreement

1. Definitions Each “Dispute Board Agreement” is a tripartite agreement by and between: (a) the “Employer”; (b) the “Contractor”; and (c) the “Member” who is defined in the Dispute Board Agreement as being: (i) the sole member of the Dispute Board (“DB”) and, where this is the case, all references to the “Other Members” do not apply, or (ii) one of the three persons who are jointly called the DB and, where this is the case, the other two persons are called the “Other Members”. The Employer and the Contractor have entered (or intend to enter) into a contract, which is called the “Contract” and is defined in the Dispute Board Agreement, which incorporates this Appendix. In the Dispute Board Agreement, words and expressions which are not otherwise defined shall have the meanings assigned to them in the Contract. 2. General Provisions Unless otherwise stated in the Dispute Board Agreement, it shall take effect on the latest of the following dates: (a) the Commencement Date defined in the Contract, (b) when the Employer, the Contractor and the Member have each signed the Dispute Board Agreement, or (c) when the Employer, the Contractor and each of the Other Members (if any) have respectively each signed a dispute board agreement. This employment of the Member is a personal appointment. At any time, the Member may give not less than seventy (70) days’ notice of resignation to the Employer and to the Contractor, and the Dispute Board Agreement shall terminate upon the expiry of this period. 3. Warranties The Member warrants and agrees that he/she is and shall be impartial and independent of the Employer, the Contractor and the Project Manager. The Member shall promptly disclose, to each of them and to the Other Members (if any), any fact or circumstance

Section VII. General Conditions

which might appear inconsistent with his/her warranty and agreement of impartiality and independence. When appointing the Member, the Employer and the Contractor relied upon the Member’s representations that he/she is: (a) experienced in the work which the Contractor is to carry out under the Contract, (b) experienced in the interpretation of contract documentation, and (c) fluent in the language for communications defined in the Contract. 4. General Obligations of the Member The Member shall: (a) have no interest financial or otherwise in the Employer, the Contractor or the Project Manager, nor any financial interest in the Contract except for payment under the Dispute Board Agreement; (b) not previously have been employed as a consultant or otherwise by the Employer, the Contractor or the Project Manager, except in such circumstances as were disclosed in writing to the Employer and the Contractor before they signed the Dispute Board Agreement; (c) have disclosed in writing to the Employer, the Contractor and the Other Members (if any), before entering into the Dispute Board Agreement and to his/her best knowledge and recollection, any professional or personal relationships with any director, officer or employee of the Employer, the Contractor or the Project Manager, and any previous involvement in the overall project of which the Contract forms part; (d) not, for the duration of the Dispute Board Agreement, be employed as a consultant or otherwise by the Employer, the Contractor or the Project Manager, except as may be agreed in writing by the Employer, the Contractor and the Other Members (if any); (e) comply with the annexed procedural rules and with GC Sub-Clause 45.3; (f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the Contractor’s Personnel concerning the conduct of the Contract, other than in accordance with the annexed procedural rules; (g) not while a Member enter into discussions or make any agreement with the Employer, the Contractor or the Project Manager regarding employment by any of them, whether as a consultant or otherwise, after ceasing to act under the Dispute Board Agreement; (h) ensure his/her availability for all site visits and hearings as are necessary;

Section VII. General Conditions

(i) become conversant with the Contract and with the progress of the Facilities (and of any other parts of the project of which the Contract forms part) by studying all documents received which shall be maintained in a current working file; (j) treat the details of the Contract and all the DB’s activities and hearings as private and confidential, and not publish or disclose them without the prior written consent of the Employer, the Contractor and the Other Members (if any); and (k) be available to give advice and opinions, on any matter relevant to the Contract when requested by both the Employer and the Contractor, subject to the agreement of the Other Members (if any). 5. General Obligations of the Employer and the Contractor The Employer, the Contractor, the Employer’s Personnel and the Contractor’s Personnel shall not request advice from or consultation with the Member regarding the Contract, otherwise than in the normal course of the DB’s activities under the Contract and the Dispute Board Agreement. The Employer and the Contractor shall be responsible for compliance with this provision, by the Employer’s Personnel and the Contractor’s Personnel respectively. The Employer and the Contractor undertake to each other and to the Member that the Member shall not, except as otherwise agreed in writing by the Employer, the Contractor, the Member and the Other Members (if any): (a) be appointed as an arbitrator in any arbitration under the Contract; (b) be called as a witness to give evidence concerning any dispute before arbitrator(s) appointed for any arbitration under the Contract; or (c) be liable for any claims for anything done or omitted in the discharge or purported discharge of the Member’s functions, unless the act or omission is shown to have been in bad faith. The Employer and the Contractor hereby jointly and severally indemnify and hold the Member harmless against and from claims from which he is relieved from liability under the preceding paragraph. Whenever the Employer or the Contractor refers a dispute to the DB under GC Sub- Clause 45.3, which will require the Member to make a site visit and attend a hearing, the Employer or the Contractor shall provide appropriate security for a sum equivalent to the reasonable expenses to be incurred by the Member. No account shall be taken of any other payments due or paid to the Member. 6. Payment The Member shall be paid as follows, in the currency named in the Dispute Board Agreement:

Section VII. General Conditions

(a) a retainer fee per calendar month, which shall be considered as payment in full for: (i) being available on twenty-eight (28) days’ notice for all site visits and hearings; (ii) becoming and remaining conversant with all project developments and maintaining relevant files; (iii) all office and overhead expenses including secretarial services, photocopying and office supplies incurred in connection with his duties; and (iv) all services performed hereunder except those referred to in sub-paragraphs (b) and (c) of this Clause. The retainer fee shall be paid with effect from the last day of the calendar month in which the Dispute Board Agreement becomes effective; until the last day of the calendar month in which the Operational Acceptance Certificate is issued for the whole of the Facilities. With effect from the first day of the calendar month following the month in which Operational Acceptance Certificate is issued for the whole of the Facilities, the retainer fee shall be reduced by one third. This reduced fee shall be paid until the first day of the calendar month in which the Member resigns or the Dispute Board Agreement is otherwise terminated. (b) a daily fee which shall be considered as payment in full for: (i) each day or part of a day up to a maximum of two days’ travel time in each direction for the journey between the Member’s home and the site, or another location of a meeting with the Other Members (if any); (ii) each working day on site visits, hearings or preparing decisions; and (iii) each day spent reading submissions in preparation for a hearing. (c) all reasonable expenses including necessary travel expenses (air fare in less than first class, hotel and subsistence and other direct travel expenses) incurred in connection with the Member’s duties, as well as the cost of telephone calls, courier charges, faxes and telexes: a receipt shall be required for each item in excess of five percent of the daily fee referred to in sub-paragraph (b) of this Clause; (d) any taxes properly levied in the Country on payments made to the Member (unless a national or permanent resident of the Country) under this Clause 6. The retainer and daily fees shall be as specified in the Dispute Board Agreement. Unless it specifies otherwise, these fees shall remain fixed for the first twenty-four (24) calendar months, and shall thereafter be adjusted by agreement between the Employer,

Section VII. General Conditions

the Contractor and the Member, at each anniversary of the date on which the Dispute Board Agreement became effective. If the Parties fail to agree on the retainer fee or the daily fee the appointing entity or official named in the PC shall determine the amount of the fees to be used. The Member shall submit invoices for payment of the monthly retainer and air fares quarterly in advance. Invoices for other expenses and for daily fees shall be submitted following the conclusion of a site visit or hearing. All invoices shall be accompanied by a brief description of activities performed during the relevant period and shall be addressed to the Contractor. The Contractor shall pay each of the Member’s invoices in full within fifty-six (56) calendar days after receiving each invoice and shall apply to the Employer (in the Statements under the Contract) for reimbursement of one-half of the amounts of these invoices. The Employer shall then pay the Contractor in accordance with the Contract. If the Contractor fails to pay to the Member the amount to which he/she is entitled under the Dispute Board Agreement, the Employer shall pay the amount due to the Member and any other amount which may be required to maintain the operation of the DB; and without prejudice to the Employer’s rights or remedies. In addition to all other rights arising from this default, the Employer shall be entitled to reimbursement of all sums paid in excess of one-half of these payments, plus all costs of recovering these sums and financing charges calculated at the rate specified in accordance with GC Sub-Clause 12.3. If the Member does not receive payment of the amount due within seventy (70) days after submitting a valid invoice, the Member may (i) suspend his/her services (without notice) until the payment is received, and/or (ii) resign his/her appointment by giving notice under Clause 7. 7. Termination At any time: (i) the Employer and the Contractor may jointly terminate the Dispute Board Agreement by giving forty-two (42) days’ notice to the Member; or (ii) the Member may resign as provided for in Clause 2. If the Member fails to comply with the Dispute Board Agreement, the Employer and the Contractor may, without prejudice to their other rights, terminate it by notice to the Member. The notice shall take effect when received by the Member. If the Employer or the Contractor fails to comply with the Dispute Board Agreement, the Member may, without prejudice to his other rights, terminate it by notice to the Employer and the Contractor. The notice shall take effect when received by them both. Any such notice, resignation and termination shall be final and binding on the Employer, the Contractor and the Member. However, a notice by the Employer or the Contractor, but not by both, shall be of no effect.

Section VII. General Conditions

8. Default of the Member If the Member fails to comply with any of his obligations under Clause 4 concerning his impartiality or independence in relation to the Employer or the Contractor, he/she shall not be entitled to any fees or expenses hereunder and shall, without prejudice to their other rights, reimburse each of the Employer and the Contractor for any fees and expenses received by the Member and the Other Members (if any), for proceedings or decisions (if any) of the DB which are rendered void or ineffective by the said failure to comply. 9. Disputes Any dispute or claim arising out of or in connection with this Dispute Board Agreement, or the breach, termination or invalidity thereof, shall be finally settled by institutional arbitration. The arbitration shall be conducted under the Rules of Arbitration of the International Chamber of Commerce by one arbitrator appointed in accordance with these Rules of Arbitration.

Section VII. General Conditions

DISPUTE BOARD AGREEMENT THIS AGREEMENT is made the ______day of ______, _____, BETWEEN

(1) Uttar Haryana Bijli Vitran Nigam Limited, a corporation incorporated under the laws of India and having its principal place of business at Panchkula, Haryana hereinafter called “the Employer”), (2) ______[insert name of Contractor], a corporation incorporated under the laws of ______[insert country of Contractor] and having its principal place of business at ______[insert address of Contractor] (hereinafter called ”the contractor”) and (3) ______[insert the name and particulars of the member] hereby appointed as the member of the Dispute Board (hereinafter called the “Dispute Board”).

WHEREAS the Employer desires to engage the Dispute Board to resolve the disputes arising between the Employer and the Contractor.

NOW IT IS HEREBY AGREED as follows:

1. Definitions Each “Dispute Board Agreement” is a tripartite agreement by and between: (a) the “Employer”; (b) the “Contractor”; and (c) the “Member” who is defined in the Dispute Board Agreement as being: (i) the sole member of the Dispute Board (“DB”) and, where this is the case, all references to the “Other Members” do not apply, or The Employer and the Contractor have entered (or intend to enter) into a contract, which is called the “Contract”. In this agreement, words and expressions which are not otherwise defined shall have the meanings assigned to them in the Contract. 2. General Provisions This Agreement shall take effect on the latest of the following dates: (a) the Commencement Date defined in the Contract, (b) when the Employer, the Contractor and the Member have each signed the Dispute Board Agreement, or (c) when the Employer, the Contractor and each of the Other Members (if any) have respectively each signed the dispute board agreement.

Section VII. General Conditions

This employment of the Member is a personal appointment. At any time, the Member may give not less than seventy (70) days’ notice of resignation to the Employer and to the Contractor, and the Dispute Board Agreement shall terminate upon the expiry of this period. 3. Warranties The Member warrants and agrees that he/she is and shall be impartial and independent of the Employer, the Contractor and the Project Manager. The Member shall promptly disclose, to each of them and to the Other Members (if any), any fact or circumstance which might appear inconsistent with his/her warranty and agreement of impartiality and independence. When appointing the Member, the Employer and the Contractor relied upon the Member’s representations that he/she is: (a) experienced in the work which the Contractor is to carry out under the Contract, (b) experienced in the interpretation of contract documentation, and (c) fluent in the language for communications defined in the Contract. 4. General Obligations of the Member The Member shall: (a) have no interest financial or otherwise in the Employer, the Contractor or the Project Manager, nor any financial interest in the Contract except for payment under the Dispute Board Agreement; (b) not previously have been employed as a consultant or otherwise by the Employer, the Contractor or the Project Manager, except in such circumstances as were disclosed in writing to the Employer and the Contractor before they signed the Dispute Board Agreement; (c) have disclosed in writing to the Employer, the Contractor and the Other Members (if any), before entering into the Dispute Board Agreement and to his/her best knowledge and recollection, any professional or personal relationships with any director, officer or employee of the Employer, the Contractor or the Project Manager, and any previous involvement in the overall project of which the Contract forms part; (d) not, for the duration of the Dispute Board Agreement, be employed as a consultant or otherwise by the Employer, the Contractor or the Project Manager, except as may be agreed in writing by the Employer, the Contractor and the Other Members (if any); (e) comply with the annexed Dispute Board Guidelines and with GC Sub-Clause 45.3 of the tender document;

Section VII. General Conditions

(f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the Contractor’s Personnel concerning the conduct of the Contract, other than in accordance with the annexed procedural rules; (g) not while a Member enter into discussions or make any agreement with the Employer, the Contractor or the Project Manager regarding employment by any of them, whether as a consultant or otherwise, after ceasing to act under the Dispute Board Agreement; (h) ensure his/her availability for all site visits and hearings as are necessary; (i) become conversant with the Contract and with the progress of the Facilities (and of any other parts of the project of which the Contract forms part) by studying all documents received which shall be maintained in a current working file; (j) treat the details of the Contract and all the DB’s activities and hearings as private and confidential, and not publish or disclose them without the prior written consent of the Employer, the Contractor and the Other Members (if any); and (k) be available to give advice and opinions, on any matter relevant to the Contract when requested by both the Employer and the Contractor, subject to the agreement of the Other Members (if any). 5. General Obligations of the Employer and the Contractor The Employer, the Contractor, the Employer’s Personnel and the Contractor’s Personnel shall not request advice from or consultation with the Member regarding the Contract, otherwise than in the normal course of the DB’s activities under the Contract and the Dispute Board Agreement. The Employer and the Contractor shall be responsible for compliance with this provision, by the Employer’s Personnel and the Contractor’s Personnel respectively. The Employer and the Contractor undertake to each other and to the Member that the Member shall not, except as otherwise agreed in writing by the Employer, the Contractor, the Member and the Other Members (if any): (a) be appointed as an arbitrator in any arbitration under the Contract; (b) be called as a witness to give evidence concerning any dispute before arbitrator(s) appointed for any arbitration under the Contract; or (c) be liable for any claims for anything done or omitted in the discharge or purported discharge of the Member’s functions, unless the act or omission is shown to have been in bad faith. The Employer and the Contractor hereby jointly and severally indemnify and hold the Member harmless against and from claims from which he is relieved from liability under the preceding paragraph.

Section VII. General Conditions

Whenever the Employer or the Contractor refers a dispute to the DB under GC Sub- Clause 45.3 of tender document, which will require the Member to make a site visit and attend a hearing, the Employer or the Contractor shall provide appropriate security for a sum equivalent to the reasonable expenses to be incurred by the Member. No account shall be taken of any other payments due or paid to the Member. 6. Payment The Member shall be paid as follows: (a) a retainer fee per calendar month of Rs. ______, which shall be considered as payment in full for: (i) being available on twenty-eight (28) days’ notice for all site visits and hearings; (ii) becoming and remaining conversant with all project developments and maintaining relevant files; (iii) all office and overhead expenses including secretarial services, photocopying and office supplies incurred in connection with his duties; and (iv) all services performed hereunder except those referred to in sub-paragraphs (b) and (c) of this Clause. The retainer fee shall be paid with effect from the last day of the calendar month in which the Dispute Board Agreement becomes effective; until the last day of the calendar month in which the Operational Acceptance Certificate is issued for the whole of the Facilities. With effect from the first day of the calendar month following the month in which Operational Acceptance Certificate is issued for the whole of the Facilities, the retainer fee shall be reduced by one third. This reduced fee shall be paid until the first day of the calendar month in which the Member resigns or the Dispute Board Agreement is otherwise terminated. (b) a daily fee of Rs. ______shall be considered as payment in full for: (i) each day or part of a day up to a maximum of two days’ travel time in each direction for the journey between the Member’s home and the site, or another location of a meeting with the Other Members (if any); (ii) each working day on site visits, hearings or preparing decisions; and (iii) each day spent reading submissions in preparation for a hearing. (c) all reasonable expenses including necessary travel expenses (air fare in less than first class, hotel and subsistence and other direct travel expenses) incurred in connection with the Member’s duties, as well as the cost of telephone calls,

Section VII. General Conditions

courier charges, faxes and telexes: a receipt shall be required for each item in excess of five percent of the daily fee referred to in sub-paragraph (b) of this Clause; (d) any taxes properly levied in the Country on payments made to the Member (unless a national or permanent resident of the Country) under this Clause 6. The retainer and daily fees shall be as specified. Unless it specifies otherwise, these fees shall remain fixed for the first twenty-four (24) calendar months, and shall thereafter be adjusted by agreement between the Employer, the Contractor and the Member, at each anniversary of the date on which the Dispute Board Agreement became effective. If the Parties fail to agree on the retainer fee or the daily fee the appointing entity or official named in the PC shall determine the amount of the fees to be used. The Member shall submit invoices for payment of the monthly retainer and air fares quarterly in advance. Invoices for other expenses and for daily fees shall be submitted following the conclusion of a site visit or hearing. All invoices shall be accompanied by a brief description of activities performed during the relevant period and shall be addressed to the Contractor. The Contractor shall pay each of the Member’s invoices in full within fifty-six (56) calendar days after receiving each invoice and shall apply to the Employer (in the Statements under the Contract) for reimbursement of one-half of the amounts of these invoices. The Employer shall then pay the Contractor in accordance with the Contract. If the Contractor fails to pay to the Member the amount to which he/she is entitled under the Dispute Board Agreement, the Employer shall pay the amount due to the Member and any other amount which may be required to maintain the operation of the DB; and without prejudice to the Employer’s rights or remedies. In addition to all other rights arising from this default, the Employer shall be entitled to reimbursement of all sums paid in excess of one-half of these payments, plus all costs of recovering these sums and financing charges calculated at the rate specified in accordance with GC Sub-Clause 12.3 of tender document. If the Member does not receive payment of the amount due within seventy (70) days after submitting a valid invoice, the Member may (i) suspend his/her services (without notice) until the payment is received, and/or (ii) resign his/her appointment by giving notice under Clause 7. 7. Termination At any time: (i) the Employer and the Contractor may jointly terminate the Dispute Board Agreement by giving forty-two (42) days’ notice to the Member; or (ii) the Member may resign as provided for in Clause 2.

Section VII. General Conditions

If the Member fails to comply with the Dispute Board Agreement, the Employer and the Contractor may, without prejudice to their other rights, terminate it by notice to the Member. The notice shall take effect when received by the Member. If the Employer or the Contractor fails to comply with the Dispute Board Agreement, the Member may, without prejudice to his other rights, terminate it by notice to the Employer and the Contractor. The notice shall take effect when received by them both. Any such notice, resignation and termination shall be final and binding on the Employer, the Contractor and the Member. However, a notice by the Employer or the Contractor, but not by both, shall be of no effect. 8. Default of the Member If the Member fails to comply with any of his obligations under Clause 4 concerning his impartiality or independence in relation to the Employer or the Contractor, he/she shall not be entitled to any fees or expenses hereunder and shall, without prejudice to their other rights, reimburse each of the Employer and the Contractor for any fees and expenses received by the Member and the Other Members (if any), for proceedings or decisions (if any) of the DB which are rendered void or ineffective by the said failure to comply. 9. Disputes Any dispute or claim arising out of or in connection with this Dispute Board Agreement, or the breach, termination or invalidity thereof, shall be finally settled by institutional arbitration. The arbitration shall be conducted under the Rules of Arbitration of the International Chamber of Commerce by one arbitrator appointed in accordance with these Rules of Arbitration.

IN WITNESS WHEREOF the Employer, the Contractor and the Dispute Board have caused this Agreement to be duly executed by their duly authorized representatives the day and year first above written.

Signed by, for and on behalf of the Employer

[Signature]

[Title] in the presence of

Section VII. General Conditions

Signed by, for and on behalf of the Contractor

[Signature]

[Title] in the presence of

Signed by, for and on behalf of the Member of Dispute Board

[Signature]

[Title] in the presence of

Section VII. General Conditions

Annex DISPUTE BOARD GUIDELINES

1. Unless otherwise agreed by the Employer and the Contractor, the DB shall visit the site at intervals of not more than one hundred forty (140) days, including times of critical construction events, at the request of either the Employer or the Contractor. Unless otherwise agreed by the Employer, the Contractor and the DB, the period between consecutive visits shall not be less than seventy (70) days, except as required to convene a hearing as described below. 2. The timing of and agenda for each site visit shall be as agreed jointly by the DB, the Employer and the Contractor, or in the absence of agreement, shall be decided by the DB. The purpose of site visits is to enable the DB to become and remain acquainted with the progress of the Contract and of any actual or potential problems or claims, and, as far as reasonable, to prevent potential problems or claims from becoming disputes. 3. Site visits shall be attended by the Employer, the Contractor and the Project Manager and shall be co-ordinated by the Employer in co-operation with the Contractor. The Employer shall ensure the provision of appropriate conference facilities and secretarial and copying services. At the conclusion of each site visit and before leaving the site, the DB shall prepare a report on its activities during the visit and shall send copies to the Employer and the Contractor. 4. The Employer and the Contractor shall furnish to the DB one copy of all documents which the DB may request, including Contract documents, progress reports, variation instructions, certificates and other documents pertinent to the performance of the Contract. All communications between the DB and the Employer or the Contractor shall be copied to the other Party. If the DB comprises three persons, the Employer and the Contractor shall send copies of these requested documents and these communications to each of these persons. 5. If any dispute is referred to the DB in accordance with GC Sub-Clause 45.3, the DB shall proceed in accordance with GC Sub-Clause 45.3 and these Guidelines. Subject to the time allowed to give notice of a decision and other relevant factors, the DB shall: (a) act fairly and impartially as between the Employer and the Contractor, giving each of them a reasonable opportunity of putting his case and responding to the other’s case, and (b) adopt procedures suitable to the dispute, avoiding unnecessary delay or expense. 6. The DB may conduct a hearing on the dispute, in which event it will decide on the date and place for the hearing and may request that written documentation and arguments from the Employer and the Contractor be presented to it prior to or at the hearing.

Section VII. General Conditions

7. Except as otherwise agreed in writing by the Employer and the Contractor, the DB shall have power to adopt an inquisitorial procedure, to refuse admission to hearings or audience at hearings to any persons other than representatives of the Employer, the Contractor and the Project Manager, and to proceed in the absence of any Party who received notice of the hearing; but shall have discretion to decide whether and to what extent this power may be exercised. 8. The Employer and the Contractor empower the DB, among other things, to: (a) establish the procedure to be applied in deciding a dispute, (b) decide upon the DB’s own jurisdiction, and as to the scope of any dispute referred to it, (c) conduct any hearing as it thinks fit, not being bound by any rules or procedures other than those contained in the Contract and these Guidelines, (d) take the initiative in ascertaining the facts and matters required for a decision, (e) make use of its own specialist knowledge, if any, (f) decide upon the payment of financing charges in accordance with the Contract, (g) decide upon any provisional relief such as interim or conservatory measures, (h) open up, review and revise any certificate, decision, determination, instruction, opinion or valuation of the Project Manager, relevant to the dispute, and (i) appoint, should the DB so consider necessary and the Parties agree, a suitable expert at the cost of the Parties to give advice on a specific matter relevant to the dispute. 9. The DB shall not express any opinions during any hearing concerning the merits of any arguments advanced by the Parties. Thereafter, the DB shall make and give its decision in accordance with GC Sub-Clause 45.3, or as otherwise agreed by the Employer and the Contractor in writing. If the DB comprises three persons: (a) it shall convene in private after a hearing, in order to have discussions and prepare its decision; (b) it shall endeavour to reach a unanimous decision: if this proves impossible the applicable decision shall be made by a majority of the Members, who may require the minority Member to prepare a written report for submission to the Employer and the Contractor; and (c) if a Member fails to attend a meeting or hearing, or to fulfil any required function, the other two Members may nevertheless proceed to make a decision, unless:

Section VII. General Conditions

(i) either the Employer or the Contractor does not agree that they do so, or (ii) the absent Member is the chairman and he/she instructs the other Members to not make a decision.

Section VIII. Particular Conditions

Section VIII. Particular Conditions

Section VIII. Particular Conditions

Particular Conditions Table of Clauses

PC 1. Definitions ...... PC 5. Law and Language ...... PC 7. Scope of Facilities ...... PC 8. Time for Commencement and Completion ...... PC 11. Contract Price ...... PC 13. Securities ...... PC 22. Installation ...... PC 25. Commissioning and Operational Acceptance ...... PC 26. Completion Time Guarantee ...... PC 30. Limitation of Liability ...... PC 45. Disputes and Arbitration ......

Section VIII. Particular Conditions

Particular Conditions

PC 1. Definitions PC 1.1 The Employer/Owner is: UTTAR HARYANA BIJLI VITRAN NIGAM and the legal successors in title to the Employer/Owner but not (Except with the consent of the Contractor) any assignees of the Employer/Owner. The Project Manager/Engineer is: Assistant Engineer/ Assistant Executive Engineer, Executive Engineer, Superintending Engineer, UHBVN appointed by the Employer for this Work. “Contractor”/ Supplier means the person whose Bid has been accepted by the Employer and the legal successors in title to the Contractor but not (except with the consent of the Employer) any assignee of the Contractor. “Notification of Award/Letter of Award” means the formal award by the Employer of the Bid incorporating any adjustments or variation to the Bid agreed between the Employer and the Contractor.

“Engineer-in-charge” i.e. Superintending Engineer / Construction/ Operation UHBVN, Panchkula shall be the Nodal officer for the execution and monitoring of works in field. He will identify the Engineer/ Executive Engineer who will be directly responsible for the execution of Works, measurement and verification of bills for payments. Activities such as GTP/ Drg approval, inspections of material, foot survey approval etc, shall be the responsibility of the office issuing the work order.

“Letter of Intent/ Letter of Acceptance” means the letter of formal acceptance, signed by the Employer, of the Letter of Bid, including any annexed memoranda comprising agreements between and signed by both Parties. If there is not such letter of acceptance, the expression “Letter of Acceptance” means the Contract Agreement and the date of issuing or receiving the Letter of Acceptance means the date of signing the Contract Agreement.

PC 5. Law and Language PC 5.1 The Contract shall be interpreted in accordance with the laws of: India and Panchkula court shall have exclusive jurisdiction to decide any dispute arising out of or in respect of the contract. Court jurisdiction may vary as per requirement of field offices PC 5.2 The ruling language is: English

PC 7. Scope of Facilities

Section VIII. Particular Conditions

PC 7.3 The Contractor agrees to supply spare parts for a period of years: as per the respective warranty clauses of the technical specifications of the equipments i.e. a) 30 months from date of commissioning / 36 months from date of receipt of VCBs. b) 12 months from date of commissioning / 18 months from date of receipt of material for other materials. The Contractor shall carry sufficient inventories to ensure an ex-stock supply of consumable spares for the Plant. In addition, in the event of termination of the production of spare parts, advance notification will be made to the Employer of the pending termination, with sufficient time to permit the Employer to procure the needed requirement. Following such termination, the Contractor will furnish to the extent possible and at no cost to the Employer the blueprints, drawings and specifications of the spare parts, if requested. PC 8. Time for Commencement and Completion PC.8.1 The Contractor shall strictly follow the PERT chart supplied by him for commencement, execution and completion of the works. If the Contractor neither submits the bank guarantee nor start the work within the above specified time the employer reserves the right to cancel the LOI and Bid security shall be forfeited. PC 8.2 The works shall be completed in all respects including supply of material, erection, testing and commissioning as per detail in the technical specifications, within Nine (09) months from the date of issue of Letter of Intent. Date of inspection and clearance by Chief Electrical Inspector will be considered as date of completion of works. NOTE: - The request for CEI clearance shall be made by SDO concerned through e-mail also with CC to work order issuing authority. PC 13. Securities PC 13.3.1 Within 28 days of receipt of LOI, the successful Bidder, to whom the work is awarded, shall be required to furnish a performance Bank Guarantee from a Scheduled/ Nationalized Bank, in the form attached in Section-V to the Vol-I in favour of the Owner. The guarantee amount shall be equal to ten percent (10%) of total contract price valid up to 28 days after the expected expiration date of the Defect Liability Period. If the bank guarantee not submitted within 45 days from the date of issue of LOI/LOA, the employer/ Nigam reserves the right to cancel the LOI and initiate the action for allotment to L-2 firm at L-1 rate or below. However before the expiry of above mentioned 45 days, the contractor may seek approval for grant of additional 1 month (maximum) only in case of genuine hardship. The same shall be at the sole discretion of the Nigam. The grant of one month will not entitle the firm to claim the extension of the scheduled completion time.

Section VIII. Particular Conditions

Note:- BG would be issued by any Scheduled bank in branch situated in Panchkula.

The Performance Guarantee shall cover additionally the following guarantees to the Owner: a) The Successful Bidder guarantees the successful and satisfactory operation of the material/ equipment furnished and erected under the Contract, as per the specifications and documents. b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract. The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract. The Performance guarantee will be returned to the Contractor without any interest at the end of the Defect Liability Period / Warranty period, whichever is later, with the approval of CE/ PD&C, UHBVN, Panchkula. PC 13.3.2 The Performance Security shall be in the form of a Bank Guarantee from a Scheduled/ Nationalized Bank, in branch situated in Chandigarh / Panchkula as per the forms included in Section IX, Contract Forms. PC 13.3.3 The Performance Security shall not be reduced on the date of the Operational Acceptance.

PC 22. Installation PC 22.2.5 Working Hours Normal working hours are: 9 AM to 5 PM PC 22.2.17 The following Clause shall be added:- In addition to provision mentioned from GC Sub-clause 22.2.1 to 22.2.16, the contractor shall follow Contractor’s Labour Regulation as applicable for HARYANA PUBLIC WORKS DEPARTMENTS as per Appendix-8

PC 25. Commissioning and Operational Acceptance PC 25.2.2 Date of inspection and clearance by Chief Electrical Inspector will be considered as date of completion of works.

PC 26. Completion Time Guarantee PC 26.2 This clause shall be replaced by following clause:- Penalty for Delay in Work

Section VIII. Particular Conditions

0.5% per week or part thereof subject to maximum of 10% of value of leftover un-commissioned unit. The Employer may without prejudice to any other method of recovery, deduct the amount of such penalty from any amount due or to become due to the Contractor. The deduction of the penalty shall be made from the running bills of the contractor subject to the maximum of 50% of that bill amount. The remaining penalty amount, if any, shall be adjusted from the consequent final bill of the contractor, thereafter. However, the paying authority shall ensure that the pending payments against the contract are more than net penalty recoverable from the contractor. The payment or deduction of such penalty shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligation and liabilities under the Contract. Note: A 33 KV Sub/Station or 33/11 KV lines which can be independently utilized by owner shall be considered as a Unit of Package.

Deferment of delayed penalty: UHBVN will symmetrically consider the request of the firm for deferment of recovery of penalty so as to ensure cash flow with the firm subject to the following:- 1. The firm will submit BG equivalent to the amount of delayed penalty. 2. 70% of the delayed penalty will be refunded provisionally subject to the condition that in case delayed penalties become leviable on finalization of the time extension case, the same shall be recovered along with interest as per SBI base rate plus 3% applicable on the date of release of payment. PC 26.3 An incentive for early completion of all the works of the NIT as a whole from the completion period as per Clause 8.2 and in accordance with Clause 25 will be given to the Contractor @ 1/2% (half percent) per fortnight subject to a maximum of 2.5% (two & half percent) of total contract amount. PC 30. Limitation of Liability PC 30.1 (b) The Contractor shall be liable for and shall indemnify the Employer against all losses, expenses or claims arising in connection with the death of or injury to any person employed by the Contractor or his sub-Contractors or employees of the Owner for the purposes of the Works, unless caused by any acts or defaults of the Employer. In the latter cases the Employer shall be liable for and shall indemnify the Contractor against all losses, expenses or claims arising in connection therewith. Except as provided above, the Contractor shall be liable for and shall indemnify the Employer against all losses, expenses and claims in respect of any loss of or damage to physical property (other than the Works), death or personal injury to the extent caused by:- a) Defective design, material or Workmanship of the Contractor, or b) Negligence or breach of statutory duty of the Contractor, his Sub Contractors or their respective employees and agents.

Liability after Expiry of Defect Liability Period.

Section VIII. Particular Conditions

Except in cases of criminal negligence or willful misconduct:- a) The Contractor shall not be liable to the Employer, whether in Contract, or otherwise for any indirect or consequential loss or damage, provided that this execution shall not apply to any obligation of the Contractor to pay liquidated damages to the Employer.

b) The aggregate liability of the Contractor to the Employer under the Contract shall not exceed the Contract price, provided that this limitation shall not apply to any obligation of the Contractor to indemnify the Employer with respect to patent infringement. Exclusive Remedies The Employer and the Contractor intend that their respective rights, obligations and liabilities as provided for in these conditions shall alone govern their rights under the Contract and in relation to the Works. Accordingly, the remedies provided under the Contract in respect of or in consequence of :- a) Any breach of Contract, or b) Any act of negligence or omission, or c) Death or personal injury, or d) Loss or damage to any property. are, save in the case of Gross Misconduct, to be to the exclusion of any other remedy that either may have against the other under the law governing the Contract or otherwise. Mitigation of loss or Damage In all case the party claiming a breach of Contract or a right to be indemnified in accordance with the Contract shall be obliged to take all reasonable measures to mitigate the loss or damage which has occurred or may occur. PC 43.2 The following clause may be added:- Separate work orders in respect of supply and erection shall be issued by the Employer against the NIT. PC 43.3 The following clause may be added:- Notwithstanding to the fact that the Contract is termed as Supplies cum erection contract or divisive contract for supply and erection or indicates the breakup of the contract consideration, for conveyance of operation and payment of Sale Tax on supply portion, it is in-fact supply and erection, testing & commissioning contract on single source responsibility basis and Contractor is bound to perform the total contract in it’s entirety and non performance of any part or portion of the Contracts shall be deemed to be breach of the entire Contract. PC 43.4 The following Clause may be added:- In case of two/three Contracts entered into as above or where the Employer hands over his equipment to the Contractor in one lot for executing the Contract, then the Contractor shall, at the time of taking delivery of the equipment through Bill of Lading or other dispatch documents, furnish trust Receipt for Plant, Equipment and Materials and also execute an Indemnity Bond in favour of the Employer in the form acceptable to the Employer for keeping the equipment in

Section VIII. Particular Conditions

safe custody and to utilize the same exclusively for the purpose of the said Contract. Samples of proforma for the Trust receipt and Indemnity Bond are enclosed under Section IX (Contract Form).

PC 45. Disputes and Arbitration PC 45.1 The DB shall be appointed within 28 days after the Effective Date.

DB shall be “one sole member i.e the empowered officer appointed by the Director Concerned, UHBVN.

Settlement Of Disputes: (a) Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to the extent possible, settled amicably between the parties. (b) If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor, arising out of the Contract for the performance of the Works whether during the progress for the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the empowered officer (DB of one member) to be appointed by the Owner, who, within a period of thirty (30) days after being requested by either party to do so, shall give written notice of his decision to the Owner and the Contractor. (c) Unless as hereinafter provided, such decision in respect of any 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 Owner required arbitration as hereinafter provided or not. (d) If after the Empowered Officer has given written notice of his decision to the parties, no claim to arbitration has been communicated to him by either party within thirty (30) days from the receipt of such notice, the said decision shall become final and binding on the parties. (e) In the event of the Empowered Officer failing to notify his decision as aforesaid within thirty days after being requested aforesaid, or in the event of either the Owner or the Contractor being dissatisfied with any such decision, or within thirty (30) days after the expiry of the first mentioned period of thirty (30) days, as the case may be either party may require that the matters in dispute be referred to arbitration as hereinafter provided.

Arbitration: All matters, question, disputes, differences and/or claims arising out of and/or concerning and/or in connection and/or in consequences or relating to this Contract whether or not obligations of either of both parties under this Contract be subsisting at the time of such dispute and whether or not this Contract has been terminated or purported to be terminated or completed, shall be referred to the Sole Arbitrator to be appointed by the Managing Director, UHBVN. The Award of the Arbitrator shall be final and binding on the parties to this Contract. Provisions of Arbitration & Conciliation Act 1996 and its amendments and

Section VIII. Particular Conditions

the rules there under and statuary modifications thereof for the time being in force, shall be deemed to apply to the Arbitration proceedings under this Clause. (i) The place for Arbitration shall be “Panchkula (Haryana), India” for domestic bidders. PC 45.2 Appointment (if not agreed) to be made by: Owner

PC 46 The following clause shall be added:- Protection of environment The Contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as consequence of his methods of operation. During continuance of the Contract, the Contractor and his Sub- Contractors shall abide at all times by all existing enactments on environmental protection and rules made there under, regulations, notifications and bye-laws of the State or Central Government, or local authorities and any other lay, bye-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority. UHBVN has prepared and adopted environmental and social policy & procedures (ESPP) applicable to all its operations in order to ensure that these cause minimal environmental damage and social disruption. The contractor shall comply with the applicable provisions of the ESPP for the duration of the contract. The copy of ESPP is available on the website of UHBVN and in the office of Chief Engineer/P&D, UHBVN, Panchkula. Salient features of some of the major laws that are applicable are given below :- The Water, (Prevention and Control or Pollution) Act, 1974, This provides for the prevention and control or water pollution and the maintaining and restoring of wholesomeness of water. ‘Pollution’ means such contamination of water or such alternation of the physical, chemical or biological properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or safety, or to domestic, commercial, industrial agricultural or other legitimate uses, or to the life and health of animals or plants or of aquatic organisms. The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of air pollution. ‘Air Pollution’ means the presence in the atmosphere of any ‘air pollutant’, which means any solid, liquid or gaseous substance (including noise) present in the

Section VIII. Particular Conditions

atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment. The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and property. ‘Environment’ includes water, air and land and the inter-relationship which exists among and between water, air and land, and human beings, or living creatures, plants, micro-organism and property. The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of providing immediate relief to the persons affected by accident occurring while handling hazardous substances and for matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation which is defined as hazardous substance under Environment (Protection) Act,1986, and exceeding such quantity as may be specified by notification by the Central Government. PC 47 The following Clause shall be added:- Indemnity Bond For the material to be provided by the Employer, it will be the responsibility of the Contractor to take delivery, unload and store the materials at Site and execute an indemnity bond and trust receipt as per Proforma given at Appendix 9 of Section-IX in favour of the Employer against loss, damage and risk involved for the full value of the materials. The indemnity Bond shall be furnished by the Contractor before commencement of the supplies and shall be valid till the scheduled date of testing, commissioning and handing over of the 11 kV lines to the Employer.

Section IX. Contract Forms

Table of Forms

Notification of Award - Letter of Acceptance ......

Contract Agreement ...... Appendix 1. Terms and Procedures of Payment ...... Appendix 2. Insurance Requirements ...... Appendix 3 Time Schedule ...... Appendix 4. List of Major Items of Plant and Installation Services and List of Approved Subcontractors ...... Appendix 5 Scope of Works and Supply by the Employer ...... Appendix 6. List of Documents for Approval or Review ...... Appendix 7. Functional Guarantees ...... Appendix 8. Labour Regulations

Appendix 9. PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER BY UHBVN FOR PERFORMANCE OF ITS CONTRACT……………………………………………………….

Performance Security Form - Bank Guarantee ......

Bank Guarantee Form for Advance Payment...... 51

Annexure - A ………………………………………………………………………………………………

Notification of Award - Letter of Acceptance

[on letterhead paper of the Employer]

[insert date]

To: [insert name and address of the Contractor]

Subject: Notification of Award Contract No.___

This is to notify you that your Bid dated [insert date] for execution of the [insert name of the Contract and identification number] for the Contract Price in the aggregate of [insert amount in words and figures] [insert name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 15 days from the receipt of LOI in accordance with the Conditions of Contract, using for that purpose one of the Performance Security Forms included in Section IX, Contract Forms, of the Bidding Documents.

Authorized Signature: Name and Title of Signatory: Name of Agency:

Attachment: Contract Agreement

Contract Agreement

THIS AGREEMENT is made the ______day of ______, _____, BETWEEN

(1) Uttar Haryana Bijli Vitran Nigam Limited, a corporation incorporated under the laws of India and having its principal place of business at Panchkula, Haryana hereinafter called “the Employer”), and (2) ______[insert name of Contractor], a corporation incorporated under the laws of ______[insert country of Contractor] and having its principal place of business at ______[insert address of Contractor] (hereinafter called “the Contractor”).

WHEREAS the Employer desires to engage the Contractor to design, manufacture, test, deliver, install, complete and commission certain Facilities, viz. ______[insert list of Facilities] (hereinafter called “the Facilities”), and the Contractor has agreed to such engagement upon and subject to the terms and conditions hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1. 1.1 Contract Documents (Reference General Conditions (“GC”) Contract Clause 2) Documents The following documents shall constitute the Contract between the Employer and the Contractor, and each shall be read and construed as an integral part of the Contract: (a) This Contract Agreement and the Appendices hereto (b) Letter of Technical Bid (c) Letter of Price Bid (d) Particular Conditions (e) General Conditions (f) Employer’s Requirements (g) Other completed Bidding Forms submitted with the Bid (h) Acknowledgment of Compliance with Guidelines for Procurement under Japanese ODA Loans 1.2 Order of Precedence (Reference GC Clause 2) In the event of any ambiguity or conflict between the Contract Documents listed above, the order of precedence shall be the order in which the Contract Documents are listed in Article 1.1 (Contract Documents) above. 1.3 Definitions (Reference GC Clause 1) Capitalized words and phrases used herein shall have the same

meanings as are ascribed to them in the General Conditions. Article 2. 2.1 Contract Price (Reference GC Clause 11) Contract Price The Employer hereby agrees to pay to the Contractor the and Terms of Contract Price in consideration of the performance by the Payment Contractor of its obligations hereunder. The Contract Price shall be the aggregate of: ______[insert amount(s) in words and figures] as specified in Price Schedule No. 1, or such other sums as may be determined in accordance with the terms and conditions of the Contract. 2.2 Terms of Payment (Reference GC Clause 12) The Contract Price shall be paid by the Employer to the Contractor at the times, in the manner, and in accordance with the provisions of Appendix 1 (Terms and Procedures of Payment) hereto. The Employer shall instruct its bank to issue an irrevocable confirmed documentary credit made available to the Contractor in a bank in the country of the Contractor. The credit shall be for an amount of ______[insert amount equal to the total named in Schedule 1 less the advance payment to be made for Plant and Equipment supplied from abroad]; and shall be subject to the Uniform Customs and Practice for Documentary Credits 1993 Revision, ICC Publication No. 600. In the event that the amount payable under Schedule No. 1 is adjusted in accordance with GC 11.2 or with any of the other terms of the Contract, the Employer shall arrange for the documentary credit to be amended accordingly.

Article 3. 3.1 Effective Date (Reference GC Clause 1) Effective Date The Effective Date from which the Time for Completion of the Facilities shall be counted is the date when this Contract Agreement has been duly executed for and on behalf of the Employer and the Contractor. Article 4. 4.1 The address of the Employer for notice purposes, pursuant to Communications GC Clause 4.1 is: ______[insert Employer’s address]. 4.2 The address of the Contractor for notice purposes, pursuant to GC Clause 4.1 is: ______[insert Contractor’s address]. Article 5. 5.1 The Appendices listed in the attached List of Appendices shall Appendices be deemed to form an integral part of this Contract Agreement. 5.2 Reference in the Contract to any Appendix shall mean the Appendices attached hereto, and the Contract shall be read and construed accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be duly executed by their duly authorized representatives the day and year first above written.

Signed by, for and on behalf of the Employer

[Signature]

[Title] in the presence of

Signed by, for and on behalf of the Contractor

[Signature]

[Title] in the presence of

APPENDICES

Appendix 1 Terms and Procedures of Payment Appendix 2 Insurance Requirements Appendix 3 Time Schedule Appendix 4 List of Major Items of Plant and Installation Services and List of Approved Subcontractors Appendix 5 Scope of Works and Supply by the Employer Appendix 6 List of Documents for Approval or Review Appendix 7 Functional Guarantees

Appendix 8 Labour Regulations Appendix 9 Proforma of Indemnity Bond to be executed by the contractor for the equipment handed over by UHBVN for performance of its contract

Appendix 1. Terms and Procedures of Payment

In accordance with the provisions of GC Clause 12 (Terms of Payment), the Employer shall pay the Contractor in the following manner and at the following times, on the basis of the Price Breakdown given in the section on Price Schedules. Payments will be made in the currencies quoted by the Bidder. Applications for payment in respect of part deliveries may be made by the Contractor as work proceeds.

TERMS OF PAYMENT

Schedule No. 1. Plant and Equipment Supplied from Abroad

In respect of plant and equipment supplied from abroad, the following payments shall be made:

Ten percent (10%) of the total CIP amount as an advance payment within twenty-one (21) days after receipt of invoice and an irrevocable advance payment security for the equivalent amount made out in favor of the Employer. The advance payment security may be reduced in proportion to the value of the plant and equipment delivered to the site, as evidenced by shipping and delivery documents.

Eighty percent (80%) of the total or pro rata CIP amount upon Incoterm “CIP”, upon delivery to the carrier within forty-five (45) days after receipt of invoice and documents such as a negotiable bill of lading, a non-negotiable sea way bill, an airway will, a railway consignment note, a road consignment note, insurance certificate, etc.

Five percent (5%) of the total or pro rata CIP amount upon issue of the Completion Certificate, within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata CIP amount upon issue of the Operational Acceptance Certificate, within forty-five (45) days after receipt of invoice.

Schedule No. 2. Plant and Equipment Supplied from within the Employer’s Country

In respect of plant and equipment supplied from within the Employer’s country, the following payments shall be made:

Ten percent (10%) of the total EXW amount as an advance payment within twenty-one (21) days after receipt of invoice, and an irrevocable advance payment security for the equivalent amount made out in favour of the employer. The advance payment security may be reduced in proportion to the value of the plant and equipment delivered to the site, as evidenced by shipping and delivery documents. Forty percent (40%) of the total or pro rata EXW amount upon Incoterm “Ex-Works” upon delivery to the site of works within forty-five (45) days after receipt of invoice and documents such as a railway consignment note, a road consignment note, insurance certificate etc.

Forty percent (40%) of the total or pro rata EXW amount upon erection/ utilization of material subject to verification by site engineer, within forty five (45) days after receipt of the invoice. Ten percent (10%) of the total or pro rata EXW amount after commissioning/ energization and handing over of the work to the Nigam, within forty five (45) days after receipt of the invoice.

Schedule No. 3. Installation Services

In respect of installation services for both the foreign and local currency portions, the following payments shall be made:

Ten percent (10%) of the total installation services amount as an advance payment within twenty-one (21) days after receipt of invoice, and an irrevocable advance payment security for the equivalent amount made out in favor of the Employer. The advance payment security may be reduced in proportion to the value of work performed by the Contractor as evidenced by the invoices for installation services.

Eighty percent (80%) of the measured value of work performed by the Contractor, as identified in the said Program of Performance, during the preceding month, as evidenced by the Employer’s authorization of the Contractor’s application, will be made monthly within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata value of installation services performed by the Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly applications, upon issue of the Completion Certificate, within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata value of installation services performed by the Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly applications, upon issue of the Operational Acceptance Certificate, within forty-five (45) days after receipt of invoice.

PAYMENT PROCEDURES

The procedures to be followed in applying for certification and making payments shall be as follows:

The procedures to be followed in applying for certification and making payments shall be as follows: 1) Payment of Contractor’s Bill Payment due to the Contractor shall be made by crossed cheque. Such cheques shall be issued direct to the Contractor on furnishing a stamped receipt for the amount of the cheque or to his authorised representative who has, a power of attorney, conferring, authority of the Contractor to receive such payment from the Engineer except where the Bidders are described in their Bid as a firm, in which case the receipt must be signed in the name of the firm by one of the partners or by some other persons holding a power of attorney authorising him to do so by other partners.

The receipt of an accountant or clerk for any money paid by the Contractor will not be considered as an acknowledgement of such payment to the Executive Engineer and the Contractor shall be responsible for ensuring that he procures receipt signed/countersigned by the Executive Engineer.

2) Issue of Certificate of Payment

Within 21 days after receiving an application for payment, which the Contractor was entitled, the Employer shall issue a certificate of payment to the Contractor showing the amount due. A certificate of payment, other than Final Certificate of payment, shall not be withheld on account of any part of the payment applied for being disputed. In such case a certificate of payment for the undisputed amount shall be issued. 3) Corrections to Certificates of Payment The Employer may in any certificate of payment make any correction or modification that should have been properly made in respect of any previous certificates.

4) Payment The Employer shall pay the amount certified within 30 days from the date of issue of each certificate of payment to the Contractor at his principal place of business. Further a rebate of 0.35 percent per week or part thereof shall be availed of by the Nigam if payment is made earlier than the period specified. The rebate will be calculated on the payable amount. 5) Application for Final Certificate of Payment The Contractor shall make application to the Employer for the Final Certificate of payment within 30 days after the issue of Taking Over Certificate by the Employer. The application for the Final Certificate of payment shall be accompanied by the final account prepared by the Contractor and reconciled with the Employer. The final account shall give full details of the value of all Plants supplied and Work done under the Contract together with: -

a) Such additions to or deductions from the Contract price as have been agreed, and b) All claims for additional payment to which the Contractor may consider himself entitled.

6) Issue of Final Certificate of Payment

The Employer shall issue to the Contractor, the Final Certificate of Payment within 30 days after receiving an application in accordance with Sub Clause 5. If the Contractor has not applied for a Final Certificate of Payment within the time specified in Sub Clause 5 the Employer shall request the Contractor to do so within a further period of 30 days. If the Contractor fails to make such an application, the Employer shall issue the Final Certificate of Payment for such amount, as he deems correct.

7) Final Certificate of Payment conclusive.

A Final Certificate of Payments shall be conclusive evidence of the value of the Works, that the Works are in accordance with the Contract and that the Contractor has performed all his obligations under the Contract except the obligations arising during the Defects Liability Period. Payment of the amount certified in the Final Certificate of Payment shall be conclusive evidence that the

Employer has preformed all his obligations under the Contract. A Final Certificate of payment or payments shall not be conclusive: a) To the extent that fraud or dishonesty relates to or affects any matter dealt within the certificate, or b) If any arbitration or court proceedings under the Contract have been commenced by either party before the expiry of 90 days after the issue of the Final Certificate of Payment. c) In the event of any defects being noticed during the Defects Liability Period.

8) Failure to provide Drawings

Should the Contractor fails to provide drawings, diagrams, microfilms or other information forming part of the Works, at the time specified in the Contract, the payment which becomes due to the Contractor in accordance with the Contract will be delayed by a period of time equal to the delay in providing the information. 9) Claims a) Procedure In any case where under these conditions there are circumstances which the Contractor considers entitle him to claim additional payment, the Contractor shall:- If he intends to make any claim for additional payment he will give to the Employer notice of his intention to make such claim within 30 days after the said circumstances became known to the Contractor stating the reasons for his claim, and As soon as reasonably practical, after the date of such notice shall submit to the Employer full and detailed particulars of his claim but not later than 45 days after such notice unless otherwise agreed by the Employer. In any event such particulars shall be submitted no later than the application for the Final Certificate of Payment. The Contractor shall thereafter promptly submit such further particulars as the Employer may reasonably require to assess the validity of the claim. b) Assessment When the Employer has received full and detailed particulars of the Contractor’s claim in accordance with Sub Clause 8 a) and such further particulars as he may reasonably have required he shall after due consultation with the Contractor determine whether the Contractor is entitled to additional payment and notify him accordingly. The Employer may reject any claim for additional payment which does not comply with the requirements of Sub-Clause 8 a).

Appendix 2. Insurance Requirements

Insurances to be Taken Out by the Contractor

In accordance with the provisions of GC Clause 34, the Contractor shall at its expense take out and maintain in effect, or cause to be taken out and maintained in effect, during the performance of the Contract, the insurances set forth below in the sums and with the deductibles and other conditions specified. The identity of the insurers and the form of the policies shall be subject to the approval of the Employer, such approval not to be unreasonably withheld.

(a) Cargo Insurance Covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s works or stores until arrival at the Site, to the Facilities (including spare parts therefore) and to the construction equipment to be provided by the Contractor or its Subcontractors.

Amount Deductible limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place] 140% of the (Ex- works/ CIP Indian Port of Contractor & Warehouse NIL Warehouse entry/CIP Entry Employer + 60 days Border Point value)

(b) Installation All Risks Insurance Covering physical loss or damage to the Facilities at the Site, occurring prior to Operational Acceptance of the Facilities, with an extended maintenance coverage for the Contractor’s liability in respect of any loss or damage occurring during the defect liability period while the Contractor is on the Site for the purpose of performing its obligations during the defect liability period.

Amount Deductible limits Parties insured

[in currency(ies)] [in currency(ies)] [names] Contractor / Sub- 140% of the contractor & (Contract Price) NIL Employer

(c) Third Party Liability Insurance Covering bodily injury or death suffered by third parties (including the Employer’s Personnel) and loss of or damage to property (including the Employer’s property and any parts of the Facilities that have been accepted by the Employer) occurring in connection with the supply and installation of the Facilities.

Deductible Amount Parties insured From To limits [in [in currency(ies)] [names] currency(ies)] Rs. 0.5 Upto million Contractor/ Commencement Defect per person NIL Sub-contractor of work Liability per occasion period

(d) Automobile Liability Insurance Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by them) in connection with the supply and installation of the Facilities. Comprehensive insurance in accordance with statutory requirements.

(e) Workers’ Compensation In accordance with the statutory requirements applicable in any country where the Facilities or any part thereof is executed.

(f) Employer’s Liability In accordance with the statutory requirements applicable in any country where the Facilities or any part thereof is executed.

The Employer shall be named as co-insured under all insurance policies taken out by the Contractor pursuant to GC Sub-Clause 34.1, except for the Workers’ Compensation and Employer’s Liability Insurances, and the Contractor’s Subcontractors shall be named as co- insureds under all insurance policies taken out by the Contractor pursuant to GC Sub-Clause 34.1, except for the Cargo, Workers’ Compensation and Employer’s Liability Insurances. All insurer’s rights of subrogation against such co-insureds for losses or claims arising out of the performance of the Contract shall be waived under such policies.

Insurances To Be Taken Out By The Employer

The Employer shall at its expense take out and maintain in effect during the performance of the Contract the following insurances.

Details:

Amount Deductible limits Parties insured From To

[in currency(ies)] [in currency(ies)] [names] [place] [place] NIL NIL NIL NIL NIL

Appendix 3. Time Schedule

The works shall be completed in all respects including supply of material, erection, testing and commissioning as per detail in the technical specifications, within Nine (09) months from the date of issue of Letter of Intent.

Date of inspection and clearance by Chief Electrical Inspector will be considered as date of completion of works. NOTE: - The request for CEI clearance shall be made by SDO concerned through e-mail also with CC to work order issuing authority.

Appendix 4. List of Major Items of Plant and Installation Services and List of Approved Subcontractors

A list of major items of Plant and Installation Services is provided below.

The following Subcontractors and/or manufacturers are approved for carrying out the items of the Facilities indicated below. Where more than one Subcontractor are listed, the Contractor is free to choose between them, but it must notify the Employer of its choice in good time prior to appointing any selected Subcontractor. In accordance with GC Sub-Clause 19.1, the Contractor is free to submit proposals for Subcontractors for additional items from time to time. No Subcontracts shall be placed with any such Subcontractors for additional items until the Subcontractors have been approved in writing by the Employer and their names have been added to this list of Approved Subcontractors.

Sr. Name of the Firm and Address No. 10 MVA, 33 / 11 kV Power transformers 1 M/s Nucon Switchgear (P) Ltd., D-47, Phase-V, Focal Point, Ludhiana. M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar, Jaipur-302023 for 2 10 MVA & 12.5 MVA 33/11 kV Power T/F 33 KV OUTDOOR VCBS M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, MEDAK 1 DISTRICT ANDHRA PRADESH. M/s Megawin Switchgear P. Ltd.,Post Box No. 434, Alagapuram Post,Perumal Malia Advaram, Salem- 2 636-004, India. M/s Crompton Greaves Ltd., 3rd Floor, Express Building, 9-10, Bahadur Shah Zafar Marg, Near ITO 3. Crossing, New Delhi-110002. M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor, Mansa Devi Complex, Sector-5, 4. Panchkula. 5 M/s Bharat Heavy Electricals Ltd., SCO No. 129-130, Sector 17-C (Ist flor) Chandigarh-160017. M/s Toshiba Transmission & Distribution, Rudraram, Patancheru Mandal,Medak District, Andhra 6 Pradesh -502329 33 kV C&R and Transformer Panel with differential Relay 1 M/s Avana Electrosystem (P) Ltd. SB-117, 3rd Cross Peenya Indl. Area, Banglore-560058. M/s Skipper Electricals (India) Ltd., F-667-668, RIICO, Industrial Area, Phase-II, Bhiwadi-301019, District:- 2. Alwar, Rajasthan M/s Yamuna Power & Infrastructure Ltd., Bakrahat Road, Bonogram, P.O. Rasapunja, PS Bishanpur 24 3. PGS Kolkatta700104 33 kV & 11 kV Polymeric Disc Insulator & Pin Insulator M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor, Mansa Devi Complex, Sector-5, 1 Panchkula 2 M/s Vikram Power Technologies (P) Ltd., 39, Industrial Estate, Ph-II, Yamuna Naga-13500. 3 M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar, Khajuri Road, Yamuna Nagar-135001.

Sr. Name of the Firm and Address No. 33 kV 630 Amp. Isolator with and without earth switch 1. Ms Skipper Electricals (I) Ltd. 301, 302 3rd Floor, Vipul Majra Road, MG Road, . 33 KV HT Aerial Bunched Cable with XLPE insulation of size 3Cx300+240 sq. mm. 1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi M/s APAR Industries 306-307 BMC House No. 1 Block Middle Circle Cannaught Circus New Delhi (HT/LT 2 AB & LT Power Cables) 33 KV HT XLPE U/G Cable various sizes 1 M/s KEC International Limited Plot No. 803 to 825 Village Samlaya Taluka Savli Vadodra 2 M/s GEMSCAB Industries Limited 44 2nd Floor Shardhanand Marg Delhi-11006 3 M/s HAVELLS India Limited 1 Raj Narain Marg Civil Lines Delhi 11 kV Indoor VCB’s M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, MEDAK 1 DISTRICT ANDHRA PRADESH. M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor, Mansa Devi Complex, Sector-5, 2 Panchkula M/s Crompton Greaves Ltd., 3rd Floor, Express Building, 9-10, Bahadur Shah Zafar Marg,Near ITO 3 Crossing, New Delhi-110002. 4 M/s Stelmec Ltd. Sea queen, 43-A, HK Bhabha Road,Band stand, Bandra (W), Mumbai -400050. 11 KV 400 A G.O. SWITCHES 1 M/s Hi-tech Enterprises, E-14, New Focal Point, Dabwali Road, Bhatinda 2 M/s Khemka Electricals Khemka Mandir Marg Azad Nagar Behind Bansi Lal Park Bhiwani – 127 021 11 KV 75 A G.O. Switches 1 M/s Hi-tech Enterprises, E-14, New Focal Point, Dabwali Road, Bhatinda. 11 KV HT XLPE U/G Cable of following size i) 3Cx50 sq. mm. ii) 3Cx95 sq. mm. iii) 3Cx185 sq. mm. iv) 3Cx300 sq. mm. v) SCx630 sq. mm. 1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi 2 M/s APAR Industries 306-307 BMC House No. 1 Block Middle Circle Cannaught Circus New Delhi 3 M/s KEI Industries Ltd. D-90, Okhla Industrial Area, Phase-I, New Delhi. M/s Havells India Ltd., QRG Towers, 2D, Sector-125, Expressway, Noida-201304 (E- 4 mail:[email protected] [email protected] M/s Gupta Power Infrastructure Ltd., Cuttack Road, Bhubaneswar (E-mail: [email protected] 5 [email protected]) Fax: 06742312083 6 M/s KEC International Limited Plot No. 803 to 825 Village Samlaya Taluka Savli Vadodra 7 M/s GEMSCAB Industries Limited 44 2nd Floor Shardhanand Marg Delhi-11006 11 KV HT XLPE AB Cable of size i) 3Cx35+70 mm2 ii) 3Cx50+70 mm2 iii) 3Cx70+70 mm2 iv) 3Cx95+80 mm2 v) 3Cx185+240 mm2 1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi 11 KV45 KN Disc insulators, C& T Type 1 M/s Garg Insulators (P) Ltd Ist Industrial Area,Sirsa,125055 2 M/s Balaji Keramos (P) Ltd., Rattan Flour Mill Opp., Easy Day KC Road Barnala

Sr. Name of the Firm and Address No. 11 KV 5 KN Porcelain Pin Insulators 1 M/s Garg Insulators (P) Ltd., Ist Industrial Area,Sirsa,125055 ACSR Rabbit (50mm2) conductor 1 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, PUNJAB 141401 2 M/s Century Infrapower (P) Ltd. Hisar Office: H. No. 23, M.C. Colony, Hisar-332001, Haryana 3 M/s Sturdy Industries Ltd. 55 Industrial Area, Sector-1, Parwanoo-173220,Distt. Solan (H.P) 4 M/s Super Tech Forgings (India) Pvt. Ltd., Village Raowali, Pathankot Road, Jalandhar. M/s Haryana Conductors Pvt Ltd.,17thMilestone, G.T. Road, Pio Maniyari, Narela Road, Kundli-131028, 5 Dist. Sonepat (Haryana). M/s Hindusthan Urban Infrastructure Ltd., Kanchenjunga (7th Floor) 18, Barakhamba Road, New Delhi - 6 110001 M/s Apar Industries Limited, Conductors Division, Survey no. 148/1, Silvassa-Rakholi Road, Village- 7 Kudaca Silvassa-396230 8 M/s Shashi Cables Ltd., A-3 Amasui Industrial Area Lucknow ACSR Raccoon (80mm2 )& Dog(100m2)Conductor 1 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, PUNJAB 141401 2 M/s Century Infrapower (P) Ltd. Hisar Office: H. No. 23, M.C. Colony, Hisar-332001, Haryana ACSR Leopard (130mm2) & Panther (200m2) Panther Conductor 1 M/s Century Infrapower (P) Ltd. Hisar Office: H. No. 23, M.C. Colony, Hisar-332001, Haryana 2 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, PUNJAB 141401 LT XLPE AB Cable of size i) 3Cx16+25 mm2 ii) 3Cx50+35 mm2 1 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur 2 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D, Vishwarkama Indl. Area, Jaipur. 3 M/s APAR Industries 306-307 BMC House No. 1 Block Middle Circle Cannaught Circus , New Delhi 4 M/s KEI Industries Ltd.D-90, Okhla Industrial Area, Phase-I, New Delhi. M/s Gupta Power Infrastructure Ltd., Cuttack Road, Bhubaneswar (E-mail: [email protected] 5 [email protected]) Fax: 06742312083 M/s Allied Engineering Works Pvt. Ltd., M-11, Badli Industrial Estate, Delhi (E-mail: 6 [email protected]) Fax: 011-27872657 M/s Laser Cables Pvt. Ltd., “Usha Kiran”, 12A, Camac Street, 5th Floor, Kolkatta. (E-mail: 7 [email protected]) Fax: 033-22829206 8 M/s KEC International Limited Plot No. 803 to 825Village Samlaya Taluka SavliVadodra LT XLPE AB Cable of size i) 3Cx25+25 mm2 ii) 3Cx95+70 mm2 iii) 3Cx120+70 mm2 1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi 2 M/s APAR Industries 306-307 BMC House No. 1 Block Middle Circle Cannaught Circus New Delhi

Sr. Name of the Firm and Address No. 3 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D, Vishwarkama Indl. Area, Jaipur. 25 & 63 kVA Distribution Transformers M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, MEDAK 1 DISTRICT ANDHRA PRADESH. 2 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar, Jaipur-302023. 3 M/s Amson Transformers,D-201 Phase-VIII-B Industrial Focal Point SAS Nagar Mohali-167 001 4 M/s Jay Bee Industries, 310, Industrial Area, Phase-II, Panchkula-134113, Haryana (India) 5 M/s Nucon Power Control Pvt. Ltd.,D-46, Phase-V, Focal Point ,Ludhiana 6 M/s PP Industries A-16, New Focal Point, Dabwali Road, Bathinda 7 M/s Jay Bee Industries Village Bhatian, Bharatgarh Road Nalagarh 8 M/s Ganpati Enterprises, S-26, Alankar Plaza,Central Spine, Vidhyadhar Nagar, Jaipur-302023 9 M/s Vijai Electricals Plot No. 1A, Sector-12, IIE, SIDCUL, Haridwar-249403 10 M/s J&G Transformers 13 Km Gurgaon, Road, V&PO Dhorka, Distt. Gurgaon 100 kVA Distribution Transformers M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, 1 MedakDistrictAndhraPradesh. 2 M/s Ganpati Enterprises, S-26, Alankar Plaza,Central Spine, Vidhyadhar Nagar, Jaipur-302023 3 M/s Amson Transformers, D-201 Phase-VIII-B Industrial Focal Point SAS Nagar Mohali-167 001 4 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar, Jaipur-302023. 5 M/s Jay Bee Industries, 310, Industrial Area, Phase-II, Panchkula-134113, Haryana (India) 6 M/s Nucon Power Control Pvt. Ltd.,D-46, Phase-V, Focal Point ,Ludhiana 7 M/s PP Industries A-16, New Focal Point, Dabwali Road, Bathinda 8 M/s Jay Bee Industries Village Bhatian, Bharatgarh Road Nalagarh 200 kVA Distribution Transformers M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, 1 MedakDistrictAndhraPradesh. 2. M/s Nucon Power Control Pvt. Ltd.,D-46, Phase-V, Focal Point ,Ludhiana 3. M/s Jay Bee Industries, 310, Industrial Area, Phase-II, Panchkula-134113, Haryana (India) 4 M/s Amson Transformers, D-201 Phase-VIII-B Industrial Focal Point SAS Nagar Mohali-167 001 5 M/s Vidhata Transformers (P) Limited 1774 HSIDC (Inds., Estate) Rai Dist Sonepat 400 kVA Distribution Transformers M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, MEDAK 1 DISTRICT ANDHRA PRADESH. 2. M/s Jay Bee Industries, 310, Industrial Area, Phase-II, Panchkula-134113, Haryana (India) 630 & 990 kVA Distribution Transformers M/s Toshiba Transmission & Distribution System (India) (P) Ltd.Rudraram, Patancheru Mandal, MEDAK 1 DISTRICT ANDHRA PRADESH. 11 Meter long (400 Kg) PCC poles 1 M/s Raju Construction Company, Village-Alipur, Ramgarh-Barwala Road, Panchkula 2 M/s JP Construction Company, 191, Industrial Area, Phase-I, Panchkula

Sr. Name of the Firm and Address No. 3 M/s Shiv Concrete Products, Tehsil Tosham, Village Dulheri, District:- Bhiwani 4 M/s Haryana Concrete Products (P) Limited, House No. 6 Model Town Hansi 5 M/s Amrawati Infrastructure Projects (P) Ltd. Village Kakrali, Ramgarh, Mubarakpur Road, Derabassi M/s Hanuman Concrete Products (P) Ltd., Mauja- Hazipurviran, P.O. Khekra Distt. (U.P.) Bhagpat. E-mail- 6 [email protected] 7 M/s Poonam Concrete V&PO Hazampur, Tehsil Hansi (Hisar). E-mail: [email protected] M/s Haryana Concrete Products Ltd., 7th K.M. Tosham Road, V&PO Hazampur, Tehsil Hansi (Hisar). E- 8 mail: [email protected] M/s Rukmani Concretes (P) Ltd., Plot No. 5, 6 & 7 Bijoli Industrial Area, Bijoli Jhani (UP). E-mail: 9 [email protected] 10 M/s Singla Construction Co., Vill., Kakrali Ramgarh Mubarikpur The Derabassi 8 & 9 Meter long (200 Kg) PCC poles 1 M/s Raju Construction Company, Village-Alipur, Ramgar-Barwala Road, Panchkula 2 M/s Amrawati Infrastructure Projects (P) Ltd. Village Kakrali, Ramgarh, Mubarakpur Road, Derabassi 3 M/s J.P. Const. Company,Plot No. 191, Industrial Area, Phase-I Panchkula 4 M/s Poonam Concrete,V. &P.O. Hazampur,I. Hansi (Hisar) M/s Mansa Infrastructure VPO – Kketpurali (Near Rattewali) Dist., Panchkula (Haryana) PIN: 134204.” E- 5 mail – [email protected] 6 M/s Shri Sai Concrete, NH-71, Village Bishanpura.Rohtak Road Jind-126 102 (Haryana) 7 M/s Hari Concrete PO & Vill., Milakpur Tehsil Bawani Khera Dist., Bhiwani 8 M/s Haryana Concrete Products (P) Limited, House No. 6 Model Town Hansi 9 M/s Shree Shiv Ganga Near KT College Sardulgarh Road Ratia (Haryana) M/s Shree Prestress Concrete Products (P) Ltd., 25 KM Delhi Baghpat Road, Vill-Subhanpur Baghpat (PO 10 Madlauda) 11 M/s Hanuman Concrete Products (P) Ltd., Maujla-Hazipurviran PO Khera-250101 Baghpat- 12 M/s Singla Construction Co., Vill., Kakrali Ramgarh Mubarikpur The Derabassi 13 M/s Haryana Cement Udyog, House No. 233,Sector-6, Karnal. LT PVC Cables 1 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur 2 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-110024. 3 M/s Saffron Cable Industries (P) Limited, B-1/17, 1st Floor, Janakpuri, New Delhi-110058 4 M/s APAR Industries 306-307 BMC House No. 1 Block Middle Circle Cannaught Circus New Delhi 5 M/s KEI Industries Ltd.D-90, Okhla Industrial Area, Phase-I, New Delhi. 6 M/s Pasondia Cables Private Limited 23, Naya Ganj Ghaziabad (UP) 7 M/s KEC International Limited Plot No. 803 to 825Village Samlaya Taluka Savli Vadodra 8 M/s GEMSCAB Industries Limited 44 2nd Floor Shardhanand Marg Delhi-11006 LT AB Cables 1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi 2 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur 3 M/s APAR Industries 306-307 BMC House No. 1 Block Middle Circle Cannaught Circus New Delhi

Sr. Name of the Firm and Address No. 4 M/s KEI Industries Ltd.D-90, Okhla Industrial Area, Phase-I, New Delhi. 5 M/s Pasondia Cables Private Limited 23, Naya Ganj Ghaziabad (UP) CT’s / PT’s & NCT’s M/s Concord Electrical Industries, 46-47/48 DSIDC Scheme-I, Okhla Industrial Area, Phase-II, New Delhi 1 (33 kV CT’s & 11 kV NCTs and LT CT’s). 2 M/s Skipper Electricals (India) Ltd., F-667-668, RIICO, Industrial Area, Phase-II, Bhiwadi- 301019, District:- Alwar, Rajasthan

3 M/s Continental Engineers, Off & Wks: 9, Moti Doongri Road, Near Unjara Garden, Jaipur, Rajasthan – 302004 Jaipur (LT CT’s)

M/s Vishal Transformers & Switchgears Pvt. Ltd., Meerut (33 kV CT’s & PT’s and 11 kV CT / PT’s and LT 4 CTs) (LT CT’s) 5 M/s Concord Electrical Industries 46-47/48 DSIDC Scheme-I Okhla Inds Area Phase-I I New Delhi Termination Kits 1 M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar, Khajuri Road, Yamuna Nagar-135001. 2 M/S Yamuna Cable Accessories Pvt. Ltd. Sardana Nagar Ambala Road Jagadhri (Yamunanagar) 3 M/s Hari Consolidated (P) Ltd., E-25, Flatted Factory Complex, Jhandewalan, New Delhi-110055 4 M/s Bali Enterprises 37 & 39 Industrial Area Estate Phase-II Yamuna Nagar Haryana-01 FRP Cross Arms 1 M/S Yamuna Power & Infrastructure Ltd, Sardana Nagar Ambala Road Jagadhri (Yamunanagar) 4-in-1, 6-in-1 Meter Box with MOC for single phase meters, 1-in-1 Meter Box for Three Phase & Single Phase Meters, LT CT Operated meter box for Meters & CTs and 3 Phase & 1 Phase MOC box 1 M/s Microtech Engineers, 57/75 Thapar Colony, Yamuna Nagar, Haryana. (20-in-1) 2 M/s Victor Switchgear Pvt., Limited Satpur, MIDC Nashik (Maharashtra) 3 M/s Arun Enterprises, B-48, Site-IV, Sahibabad – 201010, District- Ghaziabad (U.P.) (All items above) 4 M/s Avon Meters Pvt. Ltd.D-15-17, Indl. Focal Point,Derabassi – 40507 (Pb.) M/s Delhi Control Devices Pvt. Ltd. K-185/2 (Basement), Surya Plaza,New Friends Colony, New Delhi - 5 110025 6 M/s Neelu Packing Industries.B-16, Sector 83,Phase – II, Noida - 201305 7 M/s RMC Switchgears Limited B-11(B&C) Malviya Inds Area Jaipur 8 M/s Shiv Electrical & Engineering Works VPO Brahman Majra Panipat AB Cable Accessories, Polymeric Surge Arrestors, C-wedge connectors and electrical safety equipments i.e. gloves, helmets etc. M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar, Khajuri Road, Yamuna Nagar-135001 for 1 Polymeric Lightning Arrestors (LAs) MS Nuts & Bolts (6 mm to 20 mm dia and upto 150mm length) 1 M/s G.S. Castings, Ladwa Road, Village Sirsama, Kurukshetra. GSS Wire 7/8 SWG & 7/14 SWG M/s Ceebuild Company Pvt. Ltd., 23A, Netaji Subhash Road, 2nd Floor, Room #19 & 20, Kolkata. E-mail: 1 [email protected] 2 M/s Himachal Wire, Industrial Avenue, GT Road, Damtal, Distt. Kangra, Himachal Pradesh. E-mail:

Sr. Name of the Firm and Address No. [email protected] M/s Bajrang wire Products (India) Pvt. Ltd., E-762 (A), Road No.9, F-1.V.K.I. Area, Jaipur-302 013 E-mail: 3 [email protected] Inbuilt CT Metetrs 1 M/s Secure Meters Limited SCO No. 90, IInd Floor, Sector-46-C, Chandigarh. M/s Genus Power Infrastructure Ltd., SPL-3, RIICO Industrial Area Tonk Road, Sitapur, Jaipur -302022 2 (India) AB Cable Accessories, Polymeric Surge Arrestors, C-wedge connectors and electrical safety equipments i.e. gloves, helmets etc. M/s Raychem RPG (P) Ltd. Plot No. Village Kanjari, Holai Taluka, Near Halol GIDC, Panchamahal Distt. 1 Gujarat-388350.

Appendix 5. Scope of Works and Supply by the Employer

The following Personnel, Facilities, works and supplies will be provided/supplied by the Employer, and the provisions of GC Clauses 10, 21 and 24 shall apply as appropriate.

All Personnel, Facilities, works and supplies will be provided by the Employer in good time so as not to delay the performance of the Contractor, in accordance with the approved Time Schedule and Program of Performance pursuant to GC Sub-Clause 18.2.

Unless otherwise indicated, all Personnel, Facilities, works and supplies will be provided free of charge to the Contractor.

Personnel Charge to Contractor (if any) NIL None

Facilities Charge to Contractor (if any) NIL None

Works Charge to Contractor (if any) NIL None

Supplies Charge to Contractor (if any) NIL None

Appendix 6. List of Documents for Approval or Review

Pursuant to GC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor to prepare, and present to the Project Manager in accordance with the requirements of GC Sub-Clause 18.2 (Program of Performance), the following documents for

A. Approval

1. Copy of Contract Agreement supplied by the contractor.

2. Performance Bank Guarantee.

3. Bank Guarantee against advance payment.

4. Route survey as per site conditions.

5. GTPs / Drawings of the materials to be supplied by the contractor.

B. Review

In case of any discrepancies following documents shall be reviewed.

1. Copy of Contract Agreement supplied by the contractor.

2. Performance Bank Guarantee.

3. Bank Guarantee against advance payment.

4. Route survey as per site conditions.

5. GTPs / Drawings of the materials to be supplied by the contractor.

Appendix 7. Functional Guarantees

The Performance Guarantee shall cover additionally the following guarantees to the Owner: a) The Successful Bidder guarantees the successful and satisfactory operation of the material/ equipment furnished and erected under the Contract, as per the specifications and documents. b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract. The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract.

The works shall be completed in all respects including supply of material, erection, testing and commissioning as per detail in the technical specifications, within Nine (09) months from the date of issue of Letter of Intent.

Date of inspection and clearance by Chief Electrical Inspector will be considered as date of completion of works. NOTE: - The request for CEI clearance shall be made by SDO concerned through e-mail also with CC to work order issuing authority.

In addition to the above:

The warranty of equipments shall be for the period as per provisions made in the Technical Specifications of the Nigam from date of commissioning and where the warranty period has not been specified the same shall be 12 months.

In the event of breach of any of the terms and conditions by the Contractor, the Employer can terminate the Contract and shall encash the PBG without any notice to the Contractor at any stage and the Contractor shall have no claim whatsoever on the Employer on this account. But the Contractor shall be liable to pay to the Employer a sum equivalent to 5% of the value of the Contract as liquidated damages and not as penalty. This shall be in addition to penalty already recovered on account of delay in work. The Contractor shall in addition and without prejudice to the above said damages, make good any loss or damage that may be incurred by the Employer in getting the left out Works executed from elsewhere at the risk and cost of the Contractor. In case of delay in the execution of Works, the Owner will have the right to get the Work executed from any alternative source, at the sole risk and cost of the Contractor. Any extra expenditure incurred in such action shall be recoverable in full from the Contractor in addition to Owner's right of claim for liquidated damages.

Appendix 8. Labour Regulations

Contractor’s LabourRegulation

ShortTitle

These regulations may be called Haryana Public Works Department Contractor’s Labour Regulations.

Definition In these regulations, unless otherwise expressed or indicated the following words and expressions shall have the meaning hereby assigned to them respectively that is to say:

(1) Labour means workers employed by a Public Works Department contractors directly or indirectly through a sub-contractor or other persons of by an agent on his behalf.

(2) Fair wages means, whether for item or place work, notified at the time of inviting tenders for the work and where such wages have not been so notified the wages prescribed by the Public Works, Department for the district in which the work is done.

(3) “Wages” shall have the same meaning as defined in the payment of Wages Act 1936 and includes time and place rate wages.

Display of notice regarded wages etc.

The contractor shall before he commences his work on contract display and correctly maintain & continue to display and correctly in a clean and legible condition in conspicuous places on the work notice in English and in the Local Language spoken by the majority of the Workers giving the fair wages notified or prescribed by the Haryana Public Works Department and the hours of work for which such wages are earned.

Payment ofWages

(i) Wages due to every worker be paid to him directly.

(ii) All wages shall be paid in current coin or currency or in both.

Fixation of Wages Periods

(i) The contractor shall fix the wage periods in respect of which the wages shall be payable.

(ii) No wage period shall exceed one month.

(iii) Wages of every workman employed on the contract shall be paid before the expiry of ten days after the last day of the wage period in respect of which the wages are payable.

(iv) When the employment of any worker is terminated by or on behalf of the Contractor, the wages, earned by him shall be paid before the expiry of succeeding the one on which his employment is terminated.

(v) All payment of wages shall be made on a working day.

Wages Book and Wages Slip etc.

(i) The contractor shall maintain a wage book of each worker in such form as may be convenient but the same shall include the following particulars

(a) Rate of daily or monthly wages.

(b) Name of work on which employed.

(c) Total numbers of days worked during each wage period.

(d) Total amount payable for the work during each wage period.

(e) All deductions made from the wages with an indication in each case of the ground for which the deduction is made.

(f) Wages actually paid for each wage period.

(ii) The contractor shall also maintain a wage slip for each worker employed on the work.

(iii) The authority competent to accept the contract may grant an exemption from the maintenance of Wages book and Wage Slips to a contractor who in his opinion may not directly or indirectly employ more than 100 persons in the work.

Fines and deductions which may be made from wages

(4) The wages of a worker shall be paid to him without any deduction of any kind except the following:

(a) Fines.

(b) Deductions for absence from duty i.e. from the place or places where by the terms of his employment he is required to work. The amount of deduction shall be in proportionate to the person for which he was absent.

(c) Deductions for damage to or loss of goods expressly entrusted to the employed person for custody or for loss of money for which he is required to account where such damage or loss is directly attributable to his neglect or default.

(d) Any other deductions which the PWD may from time to time allow.

2.) No fine shall be imposed on a worker and no deduction for damage or loss be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

3.). The total amount of fine which may be imposed in any one wage period on a worker shall not exceed an amount equal to 50 paisa in a rupee of the wage payable to him in respect of that wage period.

4.) No fine imposed on any worker shall be recoverable from him by installments or after the expiry of 60 days from the date on which it was imposed.

Register of Fine etc.

1. The contactor shall maintain a register of fine and of all deductions for damage or loss such Register shall maintain the reason for which fine was imposed or deduction for damage or loss was made.

2. The contractor shall maintain, a list in English and local Indian Language clearly defining acts and commissions for which penalty of fine can be imposed. He shall display such list and maintain it in a clean and legible condition in conspicuous places On the work.

Preservation of Books The wage book, the wage slips and the Register of lines, deductions required be maintained under these regulations shall be preserved for 12 months after the date of last entry made in them.

Power of Labour Welfare Officer to make Investigation of Enquiry

The Labour Welfare Officer or any person authorized by the Government on their behalf shall have power to make enquiries with a view to ascertaining and enforcing due and proper observance of the wage clause and provisions of their regulations. He shall investigate into any complaint regarding the default made by the Contractor or sub-Contractor in regard to such provisions.

Report of Labour Welfare Officer

The Labour Welfare Officer or any other person authorized aforesaid shall submit a report of the result of his investigations enquiry to the Executive Engineer concerned indicating the extent, if any, to which the default has been committed and the amount of fine recoverable in respect of the acts or commission and omission of the labourer with a note that necessary deduction from contractor’s will be made and the wages and other dues be paid to the labourers concerned.

Appeal against the decision of Labour Welfare Officers

Any person aggrieved by the decision and recommendation of the Labour Welfare Officer or other person so authorized may appeal against decision to the Labour Commissioner but subject to such appeal the decision of the officer shall be final and binding upon the Contractor.

No party shall be allowed to be represented by a lawyer during any investigation, e n q u i r y appeal or any other proceedings under these regulations.

Inspection of Register The contractor shall allow inspection of the Wage Book. Wage Slips to any of his workers or to his agent at a convenient time and place after due notice is received, or to the Labour Welfare Officer or any other person authorized by the Haryana Government in his behalf.

Submission of Returns The contractor shall submit periodical as may be specified from time to time.

Amendment The Haryana Government may, from time to time and to amend these regulations, the decision of the Labour Commissioner, Haryana Government or any other person authorized by the Haryana Government in that behalf shall be final.

III-FAIR WAGESCLAUSES

FAIR WAGECLAUSES

(a) The Contractor shall pay not less than the fair wage to labourers engaged by him on the work. EXAMINATION :- Fair Wage’ means wage whether for time of piece work notified from time to time for the area and where such wages have not been so notified the wages specified by the Public Works ( B& R) Deptt. Haryana for the district in which the work is done.

(b) The Contractor shall not withstanding the provisions of any agreement to the contrary, caused to be paid fair wages to labour, indirectly engaged on the work including any labour engaged by his sub-contractors in connection with the said work, as if the labourers had been directly employed by him.

(c) In respect of labour directly or indirectly employed on the works for the performances of the contractor’s part on this agreement the contractor shall comply with or cause to be complied with the Haryana PWD Contractor’s Labour’s Regulations made by the Government from time to time in regard to payment of wages wage period deductions from wages recovery of wages not paid and deductions unauthorized made maintenance of wage register wage book, wage slip, publication of wages and other terms of

employment inspection and submission of periodical returns and all other matters of a lime nature.

(d) The Executive Engineer or Sub Divisional Engineer concerned shall have the rights to deduct, from the moneys due to the Contractor, any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non- fulfillment of the conditions of the contract for benefit of the workers, non payment of wages or deductions made from his or their wages, which are not justified by terms of the contract for non observance of the regulations referred to in clause (c)above.

(e) Vis-à-vis the Haryana Government, the Contractor shall be primarily liable for all payments to be made under and the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his subContractors.

(f) The regulations shall be deemed to be a part of this contract and any branch there shall be deemed to be branch of this contract.

RULES FOR PROTECTION OF HEALTH & SANITARY ARRANGEMENTS

Rules for the Protection of Health and Sanitary Arrangements for Workers Employed by the Haryana Public Works Department or its Contractors

The Contractor shall at his own expense provide or arrange for the provision of foot wear for any labour doing cement mixing work (the Contractor has undertaken to execute under this contract) to the satisfaction of the Engineer – in – charge and on his failure to do so Government shall be entitled to provide the same and recover the cost thereof from Contractor.

The Contractor shall submit by the 4th and 19th of every month to the Executive Engineer a true statement showing in respect of the second half of the proceeding month and the first half of the current month respectively (i) the number of labourers employed by him on the work (ii) their working hours (iii) the wages paid to them (iv) the accident that occurred during the said forthright showing the circumstances under which they happened and the extent of damage and injury caused by them and (v) the number of female workers who have been allowed Maternity benefit according to clause 19-F and the amount paid to them failing which the Contractor shall be liable to pay to Government a sum not exceeding Rs. 50/- for each default or materially incorrect statement. The decision of the Executive Engineer shall be final in deducting from any bill due to the contractor the amount levied as fine.

Maternity benefit for female workers employed by the Contractor, leave and pay during leave shall be regulated as follow:-

1. LEAVE (i) in case of delivery/maternity leave not exceeding 8 weeks (4 weeks up to and including the day of delivery and 4 weeks following that day) (ii) in case of miscarriage: up to 3 weeks from the date of miscarriage.

2. PAY (i) In case of delivery, leave pay during maternity leave will be at the rate of the woman’s average daily earning calculated on the total wages earned on the day when full time work was done during a period of 3 months immediately preceding the date of which she gives notice that she excepts to be confined or at the rate of Rs. 12/- per day which ever is greater.

(ii) In case of miscarriage, Leave pay at the rate of average daily earning calculated on the total wages earned on the days when full time work was done during a period of 3 months immediately proceeding the date of such miscarriage.

(iii) Conditions for the grant of Maternity leave: - No Maternity leave benefit shall be admissible to a woman unless she produces a certificate of confinement and excepted delivery within 4 weeks proceeding the date on she proceeds on leave.

3. FIRST AID (a) At every work place, there shall be maintained in readily accessible place first aid appliances including an adequate supply of sterilized dressing and cotton wools. The appliances shall be kept in good order and in large workplaces it shall be placed under the charge of a responsible person who shall be readily available during the working hours.

(b) All large work places where hospital facilities are not available within easy distance of the work, first aid post shall be established and be run by a trained compounder.

(c) Where large work places are remote from regular hospital an indoor ward shall be provided with one bed for every 250employees.

(d) Where large work places are situated in cities, towns in their suburbs and no beds are considered necessary owing to the proximity of city or town hospitals a suitable transport shall be provided to facilitate removal of urgent cases to these hospitals.

At other work place, the conveyance facilities such as car shall be kept readily available to take injured or persons suddenly taken seriously ill, to the nearest hospital.

SCALES OF ACCOMMODATION IN LATRINES URINALS These shall be provided within the precinct of every work places, Latrines and Urinals in an accessible place and the accommodation separately for each of them shall not be less than the following scales :- No. of Shades

(a) Where the number of persons does not exceed50 2

(b) Where the number of persons exceeding 50 but 3 does not exceeds100 3 per100 (c) For every additional100

In particulars cases the Executive Engineer shall have the powers to very the scale where necessary.

Latrines and Urinals for women If women are employed, separate latrines and urinals screamed from these for men and marked in vernacular in conspicuous letters ‘FOR WOMEN ONLY’ shall be provided on the scale laid in rules, Similarly those for men shall be marked ‘FOR MEN ONLY’ A poster showing the figures of a man and women shall also be exhibited at the entrance of latrine for each sex. There shall be adequate supply of water close to latrines.

LATRINES AND URINAL Except in work places provided with flush latrines concerned with a water borne sewerages systems all latrines shall be provided with receptacies order earth system which shall be in working order and kept in strictly sanitary conditions. The receptacles shall be tarried inside and outside at least once a year.

The inside walls shall be constructed of masonry or some suitable heat resisting non absorbent material and shall be cement washed inside and outside at least once a year. The dates of cement shall be noted in register maintained for this purpose and kept available for inspection. DISPOSAL OF EXCRETA

Unless otherwise aggranged for by the local sanitary authority arrangements for proper disposal and a sanitary of excreta by incineration at the work place shall be made by means of a suitable incineration approved by the Asstt. Director of Public Health or Municipal Medical Officer of Health, as the case may be, in whose jurisdiction the

work place is situated. Alternately excreta may be disposed of by putting a layer of night soil at the bottom of pucca tank prepared for the purpose and covering it with 9 inches layers of earth for a fortnight when it will turn into a manure. CRECHE: At every work place these shall be provided free of cost two suitable sheds one main and the other for the use of labour. The height of the shelter shall not be less than eleven feet from the floor level to the lowest part of thero of. PROVISION OR SHELTER DURING REST: At every work place at which 50 or more women workers are ordinary employed, these two huts for use of children under the age of six years belonging to such women. One hut shall be used for infants “Games and to play” and the other as their bed room. The hut shall not be constructed on a lower standard then the following:-

(i) Thatched roofs. (ii) Mud floors and walls. (iii) Plants spread over mud floor and covered with mating. The huts shall be provided with suitable and sufficient opening for light and ventilations. There shall be adequate provision of sweepers to keep the place clean. There shall be two day attendant. Sanitary, utensils shall be provided to the satisfaction of Health Office of the area concerned. The use of the hut shall be restricted to children, their attendant and mothers of the children.

CANTEEN: A cooked food canteen on a moderate scale shall be provided for the benefit of workers where over it is considered expedient.

GENERAL RULES AS TO SCAFFOLDS:

(i) Suitable scaffolds shall be provided for all workmen for all works that cannot be safely done from a ladder or by other means.

(ii) A scaffolds shall not be constructed taken down or substantially altered except.

(a) Under the supervision of a competent and responsible person and

(b) As far as possible by competent workers possessing adequate

experience in this kind of work.

(c) All scaffolds and appliances connected there with and ladder shall:-

1. be of sound material.

2. be of adequate strength having regard to the load and strains to which they will be subjected and.

3. be maintained in proper condition.

4. scaffolds shall not be overloaded and so far as practicable, the load shall be evenly

distributed. 5. scaffolds shall be so constructed that no part there of can be displaced in on normal use. 6. Before installing, lifting gear on scaffolds special precautions shall be taken to ensure the strength and stability of the scaffolds.

7. scaffolds shall be periodically inspected by the competent person.

8. before allowing a scaffold to be used by the workman, every care shall be taken to see whether the scaffolds have been erected by his workmen and steps taken to ensure that it complies fully with the requirement of the articles.

9. Working platforms gangways and stairways shall. (a) be so constructed that no part of the road is covered.

(b) Be so constructed and maintained, having regard to the prevailing condition as to reduce as for as practicable. (c) Be kept free from any unnecessary obstruction.

(d) In case of working platforms gangways place and stairways at a height exceeding that to be prescribed by a national laws and regulations:-

(i) Every working platform and every gangway shall be closely boarded unless other adequate measures are taken to ensure safety.

(ii) Every working platform and every gangway shall have adequate width, and. Every opening in the floor of a building or in working platforms shall except for the time and to the extent required to allow the access of persons or the transport or shifting of material be provided with suitable means to prevent the fall of persons or materials.

When persons are employed on a roof where there is a danger of failing from a height exceeding that to be prescribed by national laws of regulations suitable precautions shall be a taken to prevent the fall of persons or materials. Suitable precautions shall be taken to prevent persons being struck by articles which might fall from scaffolds or other working places.

1. Soft means of access shall be provided to all working platforms an other working places. 2. Every place where work is carried on the means approach there to shall be adequately lighted. 3. Every ladder shall be securely fixed of such length as to provide secure hand held and foot at every position at which it is used.

4. Adequate precautions shall be taken to prevent danger from electrical equipment.

5. No material on the site shall be so stacked or placed as to cause danger to any person.

GENERAL RULES AS TO SAFETY EQUIPMENT AND FIRST AID (1) All necessary personal safety equipment shall be kept and available for use of the persons employed on the site be maintained in condition suitable for immediate use.

(2) The worker shall be required to use the equipment thus provided and the employed shall take adequate steps to ensure proper use of the equipment by these concerned.

Adequate provision shall be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work.

Appendix 9 PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER BY UHBVN FOR PERFORMANCE OF ITS CONTRACT

(Entire Equipment consignment in one lot) (On non-Judicial Stamp Paper of appropriate Value) INDEMNITY BOND

This Indemnity Bond is made this………………. Day of ………………..2014 by …………………………. A Company registered under the Companies Act, 1956 / Partnership firm / proprietary concern having its Registered Office at ……………( here in after called as ‘Contractor’ or ‘Obligator’ which expression shall include its successors and permitted assigns) in favour of UTTAR HARYANA BIJLI VITRAN NIGAM LTD. , PANCHKULA (hereinafter called UHBVN which expression shall include its successors and assigns).

WHEREAS UHBVN has awarded to the Contractor a Contract for ……………… vide its Letter of Award / Contract No………………….. dated …………. and its Amendment No………………… and Amendment No………………. (applicable when amendments have been issued) (hereinafter called the Contract ) in terms of which UHBVN is required to hand over various Equipment to the Contractor for execution of the Contract.

And WHEREAS by virtue of Clause No. ………………………… of the said Contract, the Contractor is required to execute an Indemnity Bond in favour of UHBVN for the Equipment handed over to it by UHBVN for the purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the ‘Equipment’).

NOW THEREFORE, This Indemnity Bond witnessed as follows:

1. That in consideration of various Equipment as mentioned in the Contract, valued at Rs. ………………. (Rupees……………………………..) handed over to the Contractor for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep UHBVN indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of the Equipment as per dispatch title documents handed over to the Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is expressly understood by the Contractor that handing over of the dispatch title documents in respect of the said Equipment duly endorsed by UHBVN in favour of the Contractor shall be constructed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment in trust as Trustees for an on behalf of UHBVN.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit / protection and custody of the Equipment at UHBVN project Site against all risks whatsoever till the Equipment are duly used / erected in accordance with the terms of the Contract and the Plant / Package duly erected and commissioned in accordance with the terms of the Contract, is taken over by the UHBVN. The Contractor undertakes to keep UHBVN harmless against any loss or damage that may be caused to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the performance / execution of the Contract strictly in accordance with its terms and conditions and no part of the Equipment shall be utilized for any other work or purpose whatsoever, It is clearly understood by the Contractor that non-observance of the

obligations under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of Contractor for all intents and purpose including legal / penal consequences.

4. That UHBVN is and shall remain the exclusive Owner of the Equipment free from all encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all times be open to inspection and checking by Chief Engineer/ Engineer or other employees / agents authorized by him in this regard. Further, UHBVN shall always be free at all times to take possession of the Equipments in whatever form the Equipments may be, if in its opinion, the Equipment are likely to be endangered, mis-utilized or converted to uses other than those specified in the Contract, by any acts of omission or commission on the part of the Contractor or any other person or on account of any reason whatsoever and the Contractor binds himself and undertakes to comply with the directions of demand of UHBVN to return the Equipment without any demur or reservation.

5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipment or the same or any part thereof is mis-utilized in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge / Engineer of UHBVN as to assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and undertakes to replace the lost and / or damaged Equipment at its own cost and / or shall pay the amount of loss of UHBVN without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to UHBVN against the Contractor under the Contract and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the terms and conditions of this Bond to the satisfaction of UHBVN THEN, the above Bond shall void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through it authorized representative under the common seal of the Company, the day, month and year first above mentioned.

SCHEDULE

Particulars Quantity Particulars of Value of the Signature of of the Dispatch title Equipment Attorney in Equipment documents token of handed over. RR/GR No. Date receipt. Bill Carrier of lading

For and on behalf of M/S ………………………………………………. ……………………………………………………………………………

WITNESS:

1. i) Signature………………………… Signature…………………………..

ii) Name …………………………… Name …………………………….. iii) Address ………………………… Designation ………………………. ………………………………… Authorized Representative

2. i) Signature………………………… ii) Name …………………………… iii) Address ………………………… (Common Seal) ………………………………… (In case of Company)

* Indemnity Bond are to be executed by the authorized person and (I) in case of contracting Company under Common Seal of the Company or (ii) having the power of attorney issue under common seal of the company with authority to execute Indemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney and such documents should be attached to Indemnity Bond.

TRUST RECEIPT

(To be provided on Non judicial Stamp Paper)

TRUST RECEIPT

We, ______(Name of Contractor), having principal place of business at ______(Address of Contractor) is having been awarded a Work of Award No. ______(Work Order No) valued at Rs. ______(Rupees ______Only) (Contract Value) towards Supply of material for erection, testing & commissioning of 33KV Substations at ______on turnkey basis against Bid No - ______from Uttar Haryana Bijli Vitran Nigam (UHBVN), Panchkula.

We do hereby acknowledge the Plant, Equipment & Materials as are fully described & mentioned in the schedule annexed attached hereto, which shall from an integral part of this receipt as ‘Trustee’ of Uttar Haryana Bijli Vitran Nigam (UHBVN).

The aforesaid material etc. so received by us shall be exclusively used in the successful performance of the aforesaid contract & for no other purpose whatsoever. We have undertaken not to create any charge, lien or encumbrances, over the aforesaid material etc. in favor of any other person/ institution/ bank.

For and on behalf of M/S ………………………………………………. ……………………………………………………………………………

Date: ______Place: ______

Performance Security Form - Bank Guarantee

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [insert name and address of Employer]

Date: [insert date of issue]

PERFORMANCE GUARANTEE No.: [insert guarantee reference number]

Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract No. [insert reference number of the Contract] dated [insert date] with the Beneficiary, for the execution of [insert name of Contract and brief description of Facilities] (hereinafter called “the Contract”).

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

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words] ([insert amount in figures])2, such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed document accompanying or identifying the demand, stating that the Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or to show grounds for its demand or the sum specified therein.

The Performance Security shall not be reduced on the date of the Operational Acceptance.

This guarantee shall expire no later than the earlier of:3 28 days after the expected expiration date of the Defect Liability Period

Consequently, any demand for payment under this guarantee must be received by the Guarantor at its office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

2 The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the Letter of Acceptance and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Beneficiary. 3 This text shall be revised as and where necessary to take into account (i) partial acceptance of the Facilities in accordance with GC Sub-Clause 25.4.

______[signature(s)] [Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.]

Bank Guarantee Form for Advance Payment

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [insert name and address of the Employer]

Date: [insert date of issue]______

ADVANCE PAYMENT GUARANTEE No.: [insert guarantee reference number]

Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into Contract No.[insert reference number of the Contract] dated [insert date] with the Beneficiary, for the execution of [insert name of Contract and brief description of Facilities] (hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum of [insert amount in words] ([insert amount in figures]) is to be made against an advance payment guarantee.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words]([insert amount in figures] 4) upon receipt by us of the Beneficiary’s first demand in writing accompanied by a written statement stating that the Applicant is in breach of its obligation under the Contract because the Applicant used the advance payment for purposes other than toward the execution of the Works.

A demand under this guarantee may be presented as from the presentation to the Guarantor of a certificate from the Beneficiary’s bank stating that the advance payment referred to above has been credited to the Applicant on its account number [insert number] at [insert name and address of Applicant’s bank].

The maximum amount of this guarantee shall be progressively reduced in proportion to the value of each part-shipment or part-delivery of plant and equipment to the site, as indicated in copies of the relevant shipping and delivery documents that shall be presented to the Guarantor. This guarantee shall expire, at the latest, upon the Guarantor’s receipt of documentation indicating full repayment by the Applicant of the amount of the advance payment, or on the ___ day of ______, 2___, whichever is earlier 5 . Consequently, any demand for payment under this guarantee must be received by the Guarantor at its office on or before that date.

4 The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer. 5 Insert the expected expiration date of the Time for Completion. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 4586.

______[signature(s)]

[Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.]

guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [e.g. six months], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.” 6 As the case may be, ICC Publication No. 758 (or subsequent ICC Publications) may be used. In such cases, modify the Publication number.

Annexure – A

Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable. 1. Registration of bidders on e-Procurement Portal:- All the bidders intending to participate in the tenders processed online are required to get registered on the centralized e - Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website for more details. 2. Obtaining a Digital Certificate: 2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India. 2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website – https://haryanaeprocurement.gov.in. 2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate from: M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana, SCO – 09, IInd Floor, Sector – 16, Panchkula – 134108 E - mail: [email protected] Help Desk: 1800-180-2097 (Toll Free Number) 2.4 Bid for a particular tender must be submitted online using the digital certificate (Encryption & Signing), which is used to encrypt the data and sign the hash during the stage of bid preparation & hash submission. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe place under proper security (for its use in case of emergencies). 2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user. 2.7 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company. 3 Opening of an Electronic Payment Account: Tender document can be downloaded online. Bidders are required to pay the tender documents fees online using the electronic payments gateway service. For online payments guidelines, please refer to the Home page of the e-tendering Portal https://haryanaeprocurement.gov.in. 4 Pre-requisites for online bidding: In order to bid online on the portal https://haryanaeprocurement.gov.in , the user machine must be updated with the latest Java. The link for downloading latest java applet is available on the Home page of the e-tendering Portal. 5 Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal eProcurement system on the Home Page at https://haryanaeprocurement.gov.in. 6 Download of Tender Documents: The tender documents can be downloaded online, on payment of tender documents fees by using the e-Procurement portal https://haryanaeprocurement.gov.in. 7 Bid Preparation (Technical & Financial) Online/offline Payment of Tender Document Fee, eService fee, Bid security fees and Submission of Bid Seal (Hash) of online Bids: 7.1 The online payment for Tender document fee, eService Fee & Bid security can be done using the secure electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for Bid security can be made online directly through RTGS / NEFT . The secure electronic payments gateway is an online interface between contractors and Debit card / online payment authorization networks. 7.2 The bidders shall upload their technical offer containing documents, qualifying criteria, technical specification, schedule of deliveries, and all other terms and conditions except the rates (price bid). The bidders shall quote the prices in price bid format. 7.3 Submission of bids will be preceded by submission of the digitally signed & sealed bid (Hash) as stated in the time schedule (Key Dates) of the Tender. NOTE:- (A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and time, his/hers bid will be considered as bid not submitted, and hence not appear during tender opening stage. (B) Bidders participating in online tenders shall check the validity of his/her Digital

Signature Certificate before participating in the online Tenders at the portal http://haryanaeprocurement.gov.in.

(C) For help manual please refer to the ‘Home Page’ of the e-Procurement website at https://haryanaeprocurement.gov.in, and click on the available link ‘Download’ to download the file.

BIDDING DOCUMENT S

(NIT No. 149/UH/JICA/AMB/2017-18) (Bid No. B-496) for

Supply, Erection, Testing & commissioning of new 11 kV feeders with 80 mm2 ACSR Conductor, augmentation required for bifurcation / trifurcation of existing overloaded 11 kV feeders with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, under OP circle AMBALA on turnkey basis

UNDER PACKAGE 23

Employer: Uttar Haryana Bijli Vitran Nigam Country: India Project: Haryana Distribution System Upgradation Project Loan No.: ID-P240

VOLUME – II of II Bill of Quantity & Technical Specifications

C:\Go-Worker\Temp\Task-864066909\57f4ca0547e77d831fbd58e0eadccf09.Doc 1

Bill of Quantity

Sr. No. Description Unit Quantity Required

1 PCC Poles 9 M long, 200Kg Nos. 3446 2 V-shape Cross Arm 100X50X6 mm, weight 12.135Kg. Nos. 2940 3 11kV Pin Insulator Porcelain with GI Pins Nos. 9450 4 11kV Disc Insulator Porcelain(T&C type) Nos. 4091 5 Top Brackets Nos. 2940 6 Back Clamps Nos. 4546 7 GSL No.8 SWG for earth wire KG 23100 8 Stay Set Complete with X-Plate, elbow & rod etc. Nos. 2192 9 Full Clamps Nos. 1098 10 Stay Wire 7/8 SWG KG 13520 11 Earthing set complete with Elbow, Rod etc. Nos. 466 12 Danger Plate Nos. 3150 13 Number Plate Nos. 3150 14 C-wedge connector Nos. 2940 15 Barbed Wire KG 3360 16 Phase Plate for RYB Phase Set 420 17 11kV Disc Fittings (T&C Type) Nos. 1899 18 PG Clamps Nos. 1899 19 MS Channel 100x50x6 - 2400 mm Nos. 463 20 MS Angle Iron50x50x6 - 2400mm Nos. 633 21 MS Angle Iron for Bracings - 50x50x6mm (2860/3220mm) Nos. 676 22 MS Angle Iron for Belting - 50x50x6mm (1400/2040mm) Nos. 676 23 MS Nuts & Bolts off sizes KG 6940 24 ACSR Conductor 80mm2 KM 643 25 HT AB cable 3x185mm2+1x240mm2 KM 13.82 25 11KV XLPE cable 3x300mm2 KM 3 26 I/D cable box 3x300mm2 Nos. 43 27 O/D cable box 3x300mm3 Nos. 43 28 350MVA 18.4KA O/G type VCB Nos. 43 29 11KV LA, 5KA , 9KV (set of 3nos.) Nos. 43 30 11KV 400Amps G.O Switch Nos. 128 31 MS channel 100x50x6 -2200mm Nos. 170 32 G.I.Strips 25x6mm,9mtr.for earthing Nos 420

Technical Specifications / Drawings

The material provided by the contractor shall conform to the technical specifications and the drawings as indicated below:-

Source for No. of Technical Specification Name of Technical Specification Collection Outdoor types Distribution Transformer of 11 KV www.uhbvn.org.in

CSC-III-R-II/DH/UH/P&D/2011-2012 / 433-250 V Class up to and including 100 KVA i.e. (25 KVA TO 100 KVA) with CSP. www.uhbvn.org.in

CSC-VI-R-I/DH/UH/P&D/2010-11 GSS WIRE OF 7/8 SWG (4MM). PCC POLES (200KG) W.L. (F.O.S-2.5) 8/9 www.uhbvn.org.in CSC-VII-R-I/DH/UH/P&D/2009-10 METER LONG. 5KV MOTORISED /HAND OPERATED www.uhbvn.org.in

CSC-VIII/DH/UH/P&D/2009-2010 INSULATION RESISTANCE TESTER (PORTABLE). HARD DRAWN STRANDED STEEL CORED www.uhbvn.org.in

CSC-X-RI/DH/UH/P&D/2010‐2011 ALUMUINIUM CODUCTORS (20, 30&50MM2) FOUR CORE AND TWO CORE XLPE www.uhbvn.org.in CSC-XI/DH/UH/P&D/2009-2010 INSULATED & XLPE SHEATHED ARMOURED CABLES 11 KV CROSS – LINKED POLY ETHYLENE www.uhbvn.org.in

CSC-XII/DH/UH/P&D/2009-2010 INSULATED PVC SHEATED SINGLE CORE POWER CABLE 11 kV XLPE POWER CABLE (CROSS LINKED www.uhbvn.org.in

CSC-XIV/DH/UH/P&D/2009-2010 POLYTHELENE DRY GAS CURED) PCC POLES 11 METER LONG(WL-400 K.G. www.uhbvn.org.in CSC-XV-R-I/DH/UH/P&D/2009-10 F.O.S-2.5)

CSC-XVI-R-I/DH/UH/P&D/2010-11 G.I. WIRE www.uhbvn.org.in www.uhbvn.org.in PCC POLES 8 METER (WL-200 KG) AND 9 CSC-XIX/DH/UH/P&D/2009-2010 METER (WL-400KG)

CSC-XX-R-III/DH/UH/P&D/2012-2013 33 kV Control & Relay Panel www.uhbvn.org.in

CSC-XXI/DH/UH/P&D/2009-2010 30 kV LA www.uhbvn.org.in 36 kV Isolators & Isolators-Cum-Earth Switch for www.uhbvn.org.in

CSC-XXII/DH/UH/P&D/2009-2010 33 kV S/Stns..

CSC-XXIII/DH/UH/P&D/2009-2010 11 kV Neutral CT. www.uhbvn.org.in

CSC-XXIV/DH/UH/P&D/2009-2010 36 kV Vacuum Circuit Breaker for 33 kV S/Stns. www.uhbvn.org.in CSC- XXVII-RII/DH/UH/P&D/2012- www.uhbvn.org.in

2013 10 MVA, 33 / 11 kV Power Transformer

CSC-XXVIII/DH/UH/P&D/2009-2010 11 kV 400 A GO Switch. www.uhbvn.org.in porcelain insulators and insulators fittings for 11 www.uhbvn.org.in

CSC-XXIX/DH/UH/P&D/2009-2010 kV overhead power lines. 11 kV XLPE insulated PVC sheathed single core - www.uhbvn.org.in

CSC-XXX/DH/UH/P&D/2009-2010 630 mm2 power cable STATIC CT /PT OPERATED TRIVECTOR www.uhbvn.org.in CSC-XXXIII/DH/UH/P&D/2009-2010 METERS FOR HT CONSUMERS/FEEDER METER

CSC-XXXVI/DH/UH/P&D/2009-2010 HEAT SHRINKABLE / PUSH ON www.uhbvn.org.in

C:\Go-Worker\Temp\Task-864066909\57f4ca0547e77d831fbd58e0eadccf09.Doc 3 TYPETERMINATIONS FOR 11 KV XLPE CABLES www.uhbvn.org.in CSC-XXXIX/DH/UH/P&D/2009-2010 33 Kv POTENTIAL TRANSFORMER 33 kV CURRENT TRANSFORMER FOR 33 kV www.uhbvn.org.in

CSC-XXXX/DH/UH/P&D/2009-2010 SUB STATIONS ONLY 11 kV AUTOMATICALLY SWITCHED www.uhbvn.org.in

CSC-XXXXIII/DH/UH/P&D/2009-2010 CAPACITOR BANKS AT 33/11kV SUB STATIONS TECHNICAL SPECIFICATION FOR 11 kV www.uhbvn.org.in

CSC-XXXXIV/DH/UH/P&D/2009-2010 XLPE POWER CABLE (CROSS LINKED POLYTHELENE DRY / GAS CURED) TECHNICAL SPECIFICATION FOR ABT www.uhbvn.org.in

CSC-46/R-1/DH/UH/P&D/2010-2011 METERING SYSTEM 2 CSC-49/DH/UH/P&D/2009-2010 33 KV, 3 X 300MM XLPE ARMOURED Cable www.uhbvn.org.in Hard-Drawn Stranded Steel Cored Aluminum www.uhbvn.org.in

CSC-LI/DH/UH/P&D/2009-2010 Conductor (ACSR- 80, 100 & 130mm2).

CSC-58/DH/UH/P&D/2010-2011 HT & LT METAL PARTS www.uhbvn.org.in Epoxy Cast Indoor type 11KV Measuring and www.uhbvn.org.in

CSC-61/DH/UH/P&D/2011-12 Protection Current Transformers for Installation on 11KV Circuit Breakers Porcelain Insulators(Pin/shackle) and Insulators www.uhbvn.org.in

CSC-62/DH/UH/P&D/2011-12 Fittings for 415/240V Overhead Power Lines

CSC-64/DH/UH/P&D/2011-12 For 415 VOLTS L.T. SWITCH BOARDS www.uhbvn.org.in

CSC-68/DH/UH/P&D/2011-12 For GALVANISED STEEL BARBED WIRE www.uhbvn.org.in For HOT DIP GALVANIZED HEXAGONAL www.uhbvn.org.in

CSC-73/DH/UH/P&D/2011-12 HEAD BOLTS AND NUTS ELECTRO GALVANIZED SPRINGS WASHERS

CSC-74-R-I/DH/UH/P&D/2012-13 For “12.5 MVA, 33 / 11 kV Power Transformer” www.uhbvn.org.in

CSC-75/DH/UH/P&D/2012-13 For DISTRIBUTION BOX www.uhbvn.org.in For Technical Specification for 11 KV Switchgear www.uhbvn.org.in

CSC-81/DH/UH/P&D/2013-14 Panels Vacuum Type with 11 KV Capacitor Control Panels 11 kV Switchgear Panel Vacuum type. 9 kV Lighting Arrestor (10 kA). To be collected from PD&C wing (DD-II) 9 kV 5 kA Lightning Arrestor. Section Power Conductor for Bus-Bar 200 mm² (Panther). 33 kV Post Insulator. 33 kV Pin Insulators & Insulator Pins. Composite Insulators for 33/ 11 kV works. Un-armoured Copper Control Cable. Ni-Cd Alkaline Batteries & Static Battery Charger for Ni-Cd Alkaline Batteries. To be collected from PD&C wing (DD-II) Fittings for 33 kV Line suitable for 130 mm² Section ACSR Conductor (Leopard). C-Type Wedge Connectors. Technical requirements / Parameters Drawings.

C:\Go-Worker\Temp\Task-864066909\57f4ca0547e77d831fbd58e0eadccf09.Doc 4 Technical Drawing:

Sr. Drawing No. No. of Technical Drawing Source for No. Downloads

1 C.E./P&D-02 Standard Drawing for Half/Back Clamp for X-Arm. Standard Drawing for Danger Plate, Number Plate, Phase 2 C.E./P&D-03 Plate & Fixing Clamp. Standard Drawing for 11 KV Line Support with Earth 3 C.E./P&D-04 Wire. 4 C.E./P&D-05 Standard Drawing for G.I. Pipe Earthing. Standard Drawing for 11 KV Line V-Cross Arm for Use 5 C.E./P&D-06 where Conductor of 50 mm2 or below is proposed.

Standard Drawing for Earth Rod 20 mm dia M. S. Cross 6 C.E./P&D-07 Plate. www.uhbvn.org.in Standard Drawing for laying of 11 KV 3 Nos. Single 7 C.E./P&D-08 Core Under Ground Cable.

Standard Drawing for supporting Structure for 33 KV 8 C.E./P&D-09 Lighting Arrester.

Standard Drawing for M. S. Channel 100x50x6 - 1600 9 C.E./P&D-10 MM T-Off.

Standard Drawing for M. S. Channel 100x50x6 - 2200 10 C.E./P&D-11 (For H Pole-9M. PCC Pole Support). Standard Drawing for M. S. Channel 75x40x6 - 2200 11 C.E./P&D-12 (For Fuse Unit-9M. PCC Pole Support). Standard Drawing for M. S. Angle 50x50x6 - 2400 MM 12 C.E./P&D-13 (For Earth Wire) For H Pole. 13 C.E./P&D-15 Standard Design for Out Door Cable Trench.

Note: The technical specifications/Drawings which are not included/given in tender documents, latest REC Standards and relevant ISS will be followed

Failure to comply with this requirement will result in rejection of the Subcontractor

C:\Go-Worker\Temp\Task-864066909\57f4ca0547e77d831fbd58e0eadccf09.Doc 5