BID DOCUMENT

NAME OF WORK: THIRD PARTY MATERIAL INSPECTION FOR

OPGC II 2X660MW SUPERCRITICAL COAL FIRED POWER PLANT.

CONTENTS

DESCRIPTION NO. OF PAGES COVER PAGE 01 PAGE NOTICE INVITING TENDER (NIT) 02 PAGE REQUEST FOR PROPOSAL 1 BOOKLET

ODISHA POWER GENERATION CORPORATION LTD.

IB Thermal Power Station, Banaharpali, Jharsuguda – 768234 (ODISHA) Email: [email protected]

Page 1 of 126

ODIHA POWER GENERATION CORPORATION LIMITED IB THERMAL POWER STATION At/PO: BANHARPALI, DIST: JHARSUGUDA – 768 234 (ODISHA) TELEPHONE: 7735020001

Email: [email protected]

NOTICE INVITING TENDER

NIT No. ITPS Unit -3&4 /F-2/2014/01 Date: 20.06.2014

Sealed bids in prescribed format are invited from bonafide, reputed and registered Agencies / Firms / Companies for execution of the following works at Ib Thermal Power Station, Banharpali:

Cost of Last date Date of Name of the works each Duration of of Sale of submission Sl. EMD Tender the Job Tender & Bid paper document Opening

Third Party Inspection 15.07.2014 Services for OPGC II (3.00P.M) & 1 Rs.6000/- Rs. 6 lac 4 Yrs. 14.07.2014 2x660MW Supercritical Coal 15.07.2014 Fired Power Plant (3.30P.M.)

NB: For the works at Sl. No.1 bidders having the requisite qualifying criteria specified in the bid documents shall only be considered.

Bid documents can be obtained from Contract Cell Unit 3&4, ITPS, Banharpali during office days & hours on submission of tender cost as mentioned above. Bid documents can also be downloaded from our website www.opgc.co.in and used as tender document.

Cost of bid documents (non-refundable) shall be paid by Demand Draft in favour of OPGC Ltd. drawn on State Bank of India (Code-9510) / Andhra Bank (Code-0662) / Central Bank of India (Code-283899). Cost of bid documents, if downloaded from our website, shall have to be submitted along with the bid and the DD towards the tender cost (separate from EMD) should be prepared on or before the last date of sale of tender, otherwise shall be liable for rejection. In case of discrepancy found between tender document downloaded from website and the master copy in our office, the latter shall prevail. No claim on this account shall be entertained. Complete bids shall be received at Contract Cell Unit 3&4, ITPS. Bids shall also be opened at Contract Cell Unit 3&4, ITPS in presence of the bidders or their authorized representatives if present at the time of opening. If the last date of sale / receipt / opening happens to be a HOLIDAY, the tender will be sold / received / opened at the respective time on the next working day. The photocopies of all the supporting documents required for participating in the tender mentioned in NIT/Tender paper shall be submitted along with the bid; otherwise the bid is liable for rejection. Bids without EMD will be out rightly rejected.

Page 2 of 126

Bids received after stipulated date & time shall not be entertained. OPGC shall not take any liability on account of any postal delay or any delay whatsoever in nature. Authority reserves the right to accept / reject any or all tenders, split up the scope among eligible bidders or cancel the tender altogether without assigning any reason thereof.

Contract (Cell No. 0773502001)

N.B: For further details and downloading of Tender documents, please visit our web site www.opgc.co.in (Important: Corrigenda/amendments, if any will be notified only on the above websites and will not be published in any other media)

SAFE AND CLEAN POWER IS OUR COMMITMENT

Page 3 of 126

Power for Progress

REQUEST FOR PROPOSAL

FOR

THIRD PARTY INSPECTION SERVICES FOR

OPGC II 2X660MW SUPERCRITICAL COAL FIRED POWER PLANT

AT IB THERMAL POWER STATION, BANHARPALI, ODISHA

THROUGH COMPETITIVE BIDDING

ODISHA POWER GENERATION CORPORATION LTD. (A joint venture of Government of Odisha and AES Corp., USA) 7th Floor, Fortune Towers, Bhubaneswar, Odisha, India -751023 EMAIL: [email protected]

Page 4 of 126 LETTER OF INVITATION

Date: 20.06.2014

Dear Sir / Madam,

ODISHA POWER GENERATION CORPORATION LTD. (hereinafter referred as “Owner”) seeks to select Contractor (hereinafter referred as “Contractor” or “Bidder”) for Third Party Inspection Services for OPGC II 2x660MW Supercritical Coal Fired Power Plant at IB-Thermal Power Station at Banharpali in the district of Jharsuguda , Odisha.(Hereinafter called “Work”) for which this Request for Proposal (hereinafter referred as “RFP”) is issued on open tender basis. More details on the work are provided in the attached documents

The Bidder will be selected as per procedure laid down in this document in accordance with the policies of the Owner as detailed below in this RFP. Bidder will enclose a complete copy of this RFP document, duly signed and stamped on all pages, along with the offer.

For and on behalf of,

ODISHA POWER GENERATION CORPORATION LIMITED. ZONE- A, 5TH FLOOR, FORTUNE TOWERS, CHANDRASEKHARPUR, BHUBANESWAR – 751023, ODISHA, INDIA

Page 5 of 126

INFORMATION TO BIDDERS

1) The bids complete in all respect must be submitted in a sealed envelope super scribed with tender enquiry number, name of the work and due date of opening. Both Techno-commercial and Price Bid are to be submitted together in one envelope. The bid documents are not transferable. The bidder must submit the following along with the bid:

a) EMD of requisite amount as per NIT.

b) Photocopies of Provident Fund Registration certificate, Service Tax Registration certificate, Income Tax PAN.

c) Bid documents duly signed & stamped in all pages as a token of acceptance.

d) In case of bidders submitting the documents downloaded from OPGC web site, the cost of bid documents (as per NIT) must be submitted (separately from EMD) in the form of Demand Draft. The draft towards cost of bid documents must be drawn on or before the last date of sale of bid documents.

e) Original price bid duly filled in, signed & stamped on each page shall be submitted. Any price breakup (if required) must be submitted separately. The rates offered by the bidder shall be clearly written in English (clearly hand written or typed) both in words and figures and shall be free from any aberrations, deletions, and corrections and overwriting. In case of any illegibility of the offer submitted by bidder the interpretation by OPGC shall be final and binding on the bidder. Insertion, postscript, addition and alteration shall not be accepted after submission of the bid.

Note: Tenders submitted without the requisite documents shall be liable for rejection.

2) Bidders are advised to submit the tender based strictly on the terms and conditions and specifications contained in the tender documents and not stipulate any deviations in normal case.

3) OPGC will award the contract to the successful bidder whose bid (offered/evaluated) has been found the lowest based on evaluation criteria as mentioned in the RFP document.

Page 6 of 126 4) OPGC reserves the right to evaluate the quotation on such deviations having financial implications by adding the cost determined by OPGC.

5) Wherever it is mentioned in the specification that the contractor shall perform certain work or provide certain facilities, it is understood that the contractor shall do so at his cost.

6) Before quoting the rates the Bidder should go through the specifications, scope of work, terms and condition etc. and get himself fully conversant with them. The bid should include cost of mobilization and cost to adhere to all safety norms as described in the tender. No relaxation or request for revision of quoted/accepted rates shall be entertained subsequent to the opening of bid on account of mobilization or Safety costs.

7) The details of items in the price schedule if any shall be read in conjunction with the corresponding technical specifications. Items of work provided in the price schedule but not covered in the technical specifications shall be executed strictly as per instructions of Engineer in charge.

8) OPGC reserves the rights of accepting the whole or any part of the tender and bidder shall be bound to perform the same at their quoted rates.

Page 7 of 126

DISCLAIMER.

The information contained in this Request for Proposal ("RFP") or provided subsequently to the Bidder(s), whether verbally or in documentary or any other form, by or on behalf of the Owner or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.

This RFP is not an agreement and is neither an offer nor invitation by the Owner to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Bid pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Owner in relation to the Project. Such assumptions, assessments, statements and information contained in this RFP may not be complete, accurate, adequate or correct. Each Bidder should therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law.

The Owner, its employees and advisors make no representations or warranty and shall have no liability to any person, including any Bidder, under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP.

The Owner also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.

The Owner may, in its absolute discretion but without being under an obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP.

Page 8 of 126

ANNEXURE I – INSTRUCTIONS TO BIDDER

ANNEXURE II – SCOPE OF SERVICES

ANNEXURE III – VENDOR LIST

ANNEXURE IV – PRICE FORMAT

ANNEXURE V – TERMS OF THE CONTRACT

Page 9 of 126

ANNEXURE I - INSTRUCTIONS TO BIDDER

Page 10 of 126 Contents

SAFE AND CLEAN POWER IS OUR COMMITMENT ...... 3 DISCLAIMER ...... 8 1. OPGC BACKGROUND ...... 12

1.1. GENERAL GUIDELINES ...... 12 2. BIDDING PROCESS ...... 13 3. BIDDING GUIDELINES AND INSTRUCTION TO BIDDERS ...... 13 3.1. BID SECURITY ...... 13 3.2. FORMS OF BID SECURITY...... 13 4. QUALIFICATION REQUIREMENTS ...... 14 5. EVALUATION CRITERIA ...... 14 6. PRICE BID SUBMISSION GUIDELINES ...... 15 6.2. PRICE BID - TAXES AND DUTIES ...... 15 7. AWARD OF CONTRACT PROCEDURE ...... 16 7.1. EXECUTION OF THE CONTRACT DOCUMENT ...... 16

7.1.1. CONTRACT PERFORMANCE SECURITY ...... 16 7.1.2. GOVERNING LAW ...... 16 7.2. DISPUTE RESOLUTION ...... 16 ARTICLE II. ENGINEER IN-CHARGE OF OWNER ...... 119 ARTICLE III. PAYING OFFICER ...... 120

Page 11 of 126 1. OPGC BACKGROUND

Odisha Power Generation Corporation Limited is a company incorporated under the Companies Act 1956, India (“OPGC” or the “Owner”). OPGC started as a wholly owned company of the Government of Odisha (the “GoO”) with the main objective of establishing, operating and maintaining large thermal power generating stations. In the pursuit of its objective, OPGC established Ib thermal power station having two units of 210 MW each in the Ib valley area of Jharsuguda District in the state of Odisha (units 1 and 2) (“ITPS”). The plant has been in operation since 1996. The entire generation from these units is contracted to GRIDCO, the state owned trading company/bulk supplier, on the basis of a long-term power purchase agreement.

As a part of the reform process in the energy sector, GoO divested 49% of the equity in favour of AES Corporation of USA (AES) in early 1999.

AES is engaged in the business of developing, financing, constructing, owning and operating power generating facilities around the world. Headquartered in Arlington, Virginia, USA, AES owns and operates a diverse and growing portfolio of generation and distribution businesses with the capacity to serve in 27 countries on 5 continents. AES power plants encompass a broad range of technologies and fuel types, from coal to gas to renewable such as wind, hydro and biomass. AES’s operating plants have an electrical output of more than 40,000 MW. AES subsidiaries include operating facilities and development activities around the world.

As part of its capacity addition program OPGC intends to establish 2X660 MW (gross) coal based Unit 3 and 4 (Project) adjacent to the existing plant at the above location. The Project is being developed, owned and shall be operated by the Owner.

1.1. General Guidelines.

The information in this section is provided for the general guidance of the Bidders

Odisha Power Generation Corporation Limited. Owner and its corporate 7th Floor, Fortune Towers, office Bhubaneswar , Odisha, India – 751024

Village : Banaharpalli, Dist: Jharsaguda Location Odisha, India - 768234 Latitude: 21° 48’ North, Longitude: 83° 52’ East

Road – Belpahar on NH-200 is 18 km from ITPS

Rail - Belpahar on Howrah- railway line Access to site is around 18 km from ITPS Air Port – Bhubaneswar/Kolkata

Page 12 of 126

2. BIDDING PROCESS

The Owner intends to conduct a bidding process based on a Competitive Bidding by Open tender process.

The Bidders are required to submit their Bid Security, Techno-Commercial Bid and Price bid in three separate sealed envelopes together as mentioned below:

(i) First Envelop.( Bid Security)

• Bid Security as per the Bid Security format (Annexure A).

(ii) Second Envelop(Techno-Commercial Bid)

• Covering Letter from the Bidder as per format. ( Annexure B)

• Techno-Commercial Bid.

(iii) Third Envelop(Price Bid)

Price Bids as per format (Annexure IV)

3. BIDDING GUIDELINES AND INSTRUCTION TO BIDDERS

3.1. Bid Security

Bidders must furnish a Bid Security in favour of OPGC in the aggregate amount of Rs

. The Bid Security must be in form as indicated below of the RFP and must be issued by a recognized bank domiciled or licensed to conduct business in India and acceptable to Owner. It is advisable for Bidders to check with OPGC in advance of Bid Submission Date as to the acceptability of the proposed issuing bank.

3.2. Forms of Bid Security

The Bid Security offered shall be in one of the following alternative forms as indicated (i) and (ii) below and subject to approval of the Owner. The other conditions applicable are also mentioned below. i. Demand draft drawn in any nationalized bank or any recognized scheduled bank domiciled or licensed to conduct business in India in favor of Odisha Power Generation Corporation Ltd, payable at Bhubaneswar.

ii. An irrevocable valid and fully enforceable bank guarantee, from an Indian Nationalized Bank or from a recognized scheduled bank domiciled or licensed to conduct business in India and acceptable to the Owner, in favour of Odisha Power Generation Corporation Ltd, Bhubaneswar, as per the format indicated in Annexure A.

No interest shall be payable by the Owner on the above Bid Security. The Bid Security shall be made payable without any condition to the Owner and shall be valid for a period of 120 days from the Bid Opening Date of Techno Commercial Bid as mentioned in the Bid document.

Page 13 of 126 Bid Validity Period: The Techno-commercial and Price Bid, shall remain valid 04 month from the bid opening date as specified in the Bid document or any extension thereof.

4. QUALIFICATION REQUIREMENTS

The Bidder should meet the following Qualification Requirement stipulated hereunder.

A. TECHNICAL QUALIFICATION:

(a) Bidder shall be a Third Party Inspection Consultant with Global presence.

(b) Bidder should have minimum 10 years experience of providing Third Party Inspection services in engineering industries.

(c) Bidders should have carried out third party inspection for boiler and its auxiliaries (complete or part thereof), steam turbine generator and auxiliaries (complete or part thereof) and balance of plant packages (complete and part thereof) in at least one coal based power plant of at least 500 MW unit capacity.

(d) Bidder should be certified Inspecting authority under Indian Boiler regulations by the Central Boiler Board (bidder shall submit copy of IBR certificate issued by Central Boiler Board)

(Bidder to submit documentary proof of above points either through unpriced work order copies / completion certificate / any reference up to the satisfaction of the Owner which will form a part of Techno-commercial offer.)

B. FINANCIAL QUALIFICATION

(a) The Bidder should have Average Annual Turnover of at least Rs 50 Million (Rupees Fifty Million only) in the last three (3) completed years, reckoned from the Bid Submission Date; “Average Annual Turnover” shall mean the revenue earned by the Bidder by offering services to their clients.

(Bidder has to submit the annual reports for last three years, in absence of unaudited account; the same should be certified by practicing accountant)

5. EVALUATION CRITERIA

The evaluation of the Bids will be carried out by the Owner as mentioned below.

5.1. OPGC will evaluate the Qualification Requirements and during this process if any Bidder is found not meeting the Qualifying Requirements, then its Techno Commercial Bid will not be reviewed further. Price bid of only those bidders will be opened who meet the Qualification requirement and whose bids meet the Technical requirement as per Annexure B. Opening of price bid date to be intimated to all techno-commercial qualified bidders.

Evaluation of Price bid to be done based on L-1 basis. Page 14 of 126 6. PRICE BID SUBMISSION GUIDELINES

Price Bid to be submitted along with the Techno-commercial bid. Bidder shall quote both in figures and in words in the Price schedule forming part of the Price Bid. In Price Bid, the price of each item shall be entered and total indicated for all items. In the event of any discrepancy between original and any copy, the original shall govern. If any ambiguities are observed in the subtotal and total given in words and figures, the following procedure shall be followed to resolve such ambiguity:

6.1.1. When the total price quoted by the Bidder in figures and words differ and the price indicated in words is lower than that indicated in figures, the Bid price in words shall be taken as correct Bid price.

6.1.2. When the total price quoted by the Bidder in figures and words tally but found incorrect based on the total amount worked out from subtotal, then subtotal quoted by the Bidder shall be taken as correct to arrive at the total.

6.1.3. When it is not possible to ascertain the correct Bid price by either of above methods, the price quoted in words shall be taken as correct.

6.1.4. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected.

If the Bidder does not accept the correction of errors, its bid will be rejected.

6.2. Price Bid - Taxes and Duties

All prices to be quoted in INR. The Price Bid shall include all taxes and duties inclusive of central and local taxes and duties, service tax, cess as applicable seven (7) days prior to Bid Submission Date and the break-up of these taxes and duties, in amount and absolute rate terms, shall be clearly indicated in Price Bid as per Price Bid formats.

Non inclusion or omission of the requested break-up of taxes and duties on the part of the Bidder shall be construed as inclusive of such duties or taxes in his quoted price.

The taxes, duties, levies etc prevailing during the contract period shall be considered as applicable on the date of submission of the tender. Any increase by statutory authorities shall be paid extra on submission of authentic document. However, any benefit arising on account of any decrease in taxes and duties, change in tax regime etc would be passed on to the Owner.

Page 15 of 126 7. AWARD OF CONTRACT PROCEDURE

Owner reserves the right to accept or reject any or all Price Bids submitted by Shortlisted Bidders and further reserves the right not to award the Contract to the lowest evaluated Shortlisted Bidder or not at all. Due to uncertainties in the industry, this RFP does not obligate Owner to award a Contract or to proceed with the Project.

7.1. EXECUTION OF THE CONTRACT DOCUMENT

Successful Bidder shall enter into the Contract with the Owner after award of the Work.

7.1.1. Contract Performance Security

In the event of award of the work, the Successful Bidder shall be required to submit Contract Performance Security (10% of the Contract value) within 7 days of order.

7.1.2. Governing Law

The governing law for the Contract is Indian Law.

7.2. Dispute Resolution

Any dispute resolution, arising from or in connection with the bidding process or this RFP, will be resolved by reference to the exclusive jurisdiction of the courts in Jharsuguda or to the jurisdiction of the Hon’ble High Court of Odisha, as relevant.

Note: In case the bidder intends to have any pre-bid clarification related to this RFP, request for such can be given by email and Owner at its own discretion may accept such request and confirm to bidder by email.

Page 16 of 126

Annexure A

BID SECURITY

Guarantee No. [insert]

BY THIS BID SECURITY dated the [insert] day of [insert],

[insert]. WHEREAS

A.Odisha Power Generation Corporation Limited, a company incorporated under the (Indian) Companies Act, 1956, with its registered office at 7th Floor, Module-A, Fortune Towers, Chandrasekharpur, Bhubaneswar 751-023 (hereinafter referred to as the "Owner", which expression shall include its successors and permitted assigns) invited bids for project control services consultant and [insert], a company incorporated under the (Indian) Companies Act, 1956, with its registered office at [insert] (hereinafter referred to as the "Bidder", which expression shall include its successors) submitted its bid for executing the Works ("Bid").

B.The Bidder is required to submit a Bid Security along with the Bid and has agreed to furnish bid security in the form of an unconditional, irrevocable and on- demand bank guarantee ("Bid Security") of Rs. ) ("Bid Security Amount") to the Owner.

C.The Bidder has approached the [insert] (hereinafter referred to as the "Bank") for issuance of the Bid Security and at the Bidder's request and for sufficient consideration the Bank has agreed to provide such guarantee.

NOW THE TERMS AND CONDITIONS of this Bid Security are:

1. Where applicable, the words and expressions used in this Bid Security shall have the meaning assigned to them in the Request for Proposal (RFP).

2.The Bank shall, upon a written demand from the Owner informing the Bank of the Bidder's failure to comply with the terms and conditions of the RFP, pay to the Owner, without further proof or conditions and without contest, recourse, demur or protest and without any enquiry to the Owner or the Bidder, forthwith and in full amount without any deductions or set off or counter claims whatsoever the sum claimed by the Owner in such demand letter not exceeding an amount equivalent to the Bid Security Amount. The Bank will pay the amount specified in the demand notwithstanding any direction to the contrary given or any dispute raised by the Bidder or any other person.

Any payment made hereunder shall be free and clear of and without deduction for, or on account of, any present or future taxes, deductions or withholdings of any nature whatsoever and by whomsoever imposed, and where any withholding on a payment is required by any applicable law, the Bank shall comply with such withholding obligations and shall pay such additional amount in respect of such payment so that the Owner receives the full amount due hereunder as if no such withholding occurred. Page 17 of 126 3.This Bid Security shall be irrevocable and remain in full force for a period of 120 days from DD/MM/YYYY [Bid Opening Date of Techno Commercial Bid] i.e., upto DD/MM/YYYY 120 days from the Bid Opening Date of Techno Commercial Bid] or such extended period as may be mutually agreed between the Owner and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Bid Security have been paid.

4.The Bid Security shall not be affected by any change in the constitution or winding up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person.

5.The Bank’s obligations under this Bid Security Guarantee for the Bid Security Amount is primary, independent and absolute and not by way of surety only.

6.The Bank hereby agrees that its liability under this Bid Security shall not be discharged by virtue of any agreement between the Owner and the Bidder, whether with or without the Bank's knowledge, or by reason of the Owner showing any indulgence or forbearance to the Bidder.

7.In order to give full effect to this Bid Security, the Owner shall be entitled to treat the Bank as the principal debtor. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this Bid Security from time to time to vary any of the terms and conditions contained in the said RFP or to extend time for submission of the Bid or the Bid validity period or the period for fulfilment and compliance with all or any of the terms and conditions contained in the said RFP by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said RFP or the securities available to the Owner, and the Bank shall not be released from its liability under these presents by any exercise by the Owner of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other act or omission on the part of the Owner or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability.

8.Any reference in this Bid Security to any other agreement or document shall, unless otherwise expressly provided herein, be construed as a reference to that other agreement or document as the same may be amended, supplemented or novated from time to time.

9.The Bank represents, warrants and undertakes to the Owner that:

(a)it has the power to execute, deliver and perform the terms and provisions of this Bid Security and has taken all necessary action(s) to authorise the execution, delivery and performance by it of this Bid Security;

(b)the Bank has duly executed and delivered this Bid Security, and this Bid Security constitutes its legal, valid and binding obligation enforceable in accordance with its terms except as the enforceability thereof may be limited by applicable bankruptcy, insolvency, moratorium or other similar laws affecting the enforcement of creditors’ rights generally and by general equitable principles;

Page 18 of 126 (c)neither the execution, delivery or performance by the Bank of this Bid Security, nor compliance by it with the terms and provisions hereof will: (i) contravene any material provision of any law, statute, rule or regulations or any order, writ, injunction or decree of any court or governmental instrumentality; (ii) conflict or be inconsistent with or result in any breach of any of the material terms, covenants, conditions or provisions of, or constitute a default under any agreement, contract or instrument to which the Bank is a party or by which it or any of its property or assets is bound; or (iii) violate any provision of the Bank's constituent documents;

(d)no order, consent, approval, license, authorization or validation of, or filing, recording or registration with (except as have been obtained or made prior to the date hereof), or exemption by, any governmental or public body or authority, or any subdivision thereof, is required to authorise, or is required in connection with: (i) the execution, delivery and performance of this Bid Security; or (ii) the legality, validity, binding effect or enforceability of this Bid Security; and

(e)this Bid Security will be enforceable when presented for payment to

[Nam e of the Issuing Bank] Bhubaneswar.

10. If any one or more provisions contained in this Bid Security are or become invalid, illegal or unenforceable in any respect, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby, and the Bank shall enter into good faith negotiations with the Owner to replace the invalid, illegal or unenforceable provision.

11. All documents arising out of or in connection with this Bid Security shall be served:

(i)Upon the Owner, at 7th Floor, Fortune Towers, Bhubaneswar, Odisha marked for the attention of Project Manager;

(ii) Upon [Name and address of the Issuing Bank].

12. Any such demand, notice or communication shall be deemed to have been duly served:

(i) If delivered by hand, when left at the proper address for service;

(ii) If given or made by pre-paid registered post or facsimile transmission, when

received. 13. The Owner and the Bank may change their respective nominated addresses for service of documents to another address in India but only by prior written notice to each other. All demands and notices must be in writing.

14. It shall not be necessary for the Owner to proceed against the Bidder before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Owner may have obtained from the said

Page 19 of 126 Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealised.

15. This Bid Security shall be governed by and construed according to the laws for the time being in force in India and the Bank agrees to submit to the exclusive jurisdiction of the courts at Bhubaneswar, Odisha for the purposes of settling any disputes or differences which may arise out of or in connection with this Bid Security and for the purpose of enforcement under this Bid Security.

16. We, the Bank, further undertake not to revoke this Bid Security during its currency except with the previous express consent of the Owner in writing.

17. Notwithstanding anything else in the Bank Guarantee,

(a) our liability under this Bank Guarantee shall not exceed Rs______. (b) The Bank Guarantee shall be valid till DD/MM/YYYY 120 days from the Bid Opening Date of Techno Commercial Bid]; (c) We, the Bank, are liable to pay the guaranteed amount of Rs or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before DD/MM/YYYY (30 days beyond 120 days from the Bid Opening Date of Techno Commercial Bid].

IN WITNESS whereof this Bid Security has been executed as a deed on the date first before written.

[NAME OF BANK]

[Name] [Designation]

Page 20 of 126

Annexure - B

COVERING LETTER – ON BIDDER’S LETTERHEAD

Date:

Contract Manager (OPGC - II) Ib Thermal Power Station Odisha Power Generation Corporation Limited Banharpali, Jharsuguda, Odisha.

Dear Sir,

Sub: Nature of the work as specified above.

CONFIRMATIONS AND DECLARATIONS

1. The Proposal is being submitted by (Bidder - Organization name) (“Bidder”) in accordance with the conditions stipulated in the RFP of OPGC dated and following amendments there to, issued by OPGC receipt of which is hereby acknowledged.

Number Dated

Number Dated

Number Dated

Number Dated

2. Bidder has examined in detail, understood the contents, and agrees to abide by all terms and conditions stipulated in the RFP issued by OPGC. In support of the same, bidder has enclosed all pages of the RFP singed and stamped by the bidder along with the offer.

3. Bidder confirms that it has submitted only one Proposal and that we don’t have any conflict of interest with any other bidder participating in this bid process.

Page 21 of 126

4. Bidder has necessary legal right and authorization to submit the Proposal in connection with this project. A true copy of the relevant Board Resolution/authorisation by the proprietor/authorisation by Managing Director/authorisation by Managing Partner is attached hereto. (APPENDIX 1).

5. Bidder designates Mr. /Ms. ------as Bidder’s representative, who is authorized to perform all tasks including, but not limited to providing information, responding to enquiries, entering into commitment etc. on behalf of the Bidder, in respect of the Project. The Power of Attorney issued in favor of Mr. /Ms. by the Bidder is attached hereto. (APPENDIX 2)

6. Bidder confirms that it is submitting this Proposal of this RFP and that it meets the Technical Qualification requirements on its own. (APPENDIX 3)

7. Not used.

8. Bidder has enclosed Organizational details. (APPENDIX 5)

9. The information contained in the proposal is complete and accurate in all material respects. Bidder undertakes to notify the OPGC promptly upon Bidder becoming aware of any material fact which tends to render Bidder’s proposal misleading or inaccurate. Bidder acknowledges and agrees that any material misrepresentation made in connection with Bidder’s proposal might result in its invalidation and Bidder’s disqualification from the bidding process.

10. Bidder acknowledges and agrees that OPGC has the right not to qualify any bidder on grounds of national interest, security or public policy.

For and on behalf of the Bidder’s : ------

Organisation name : ------

(Signature of the Authorised Signatory) : ------

Name of the Person : ------

Designation : ------

Place :------

Page 22 of 126 Table of Enclosures:

S. No. Appendix Details True Copy of Board Resolution /authorisation by the 1 APPENDIX 1 proprietor/authorisation by Managing Director/authorisation by Managing Partner of the Bidder 2 APPENDIX 2 Power of Attorney issued by the Bidder 3 APPENDIX 3 Format for Technical Qualification Requirements 4 APPENDIX 4 Not used. 5 APPENDIX 5 Organisation Details of the Bidder

Page 23 of 126 APPENDIX-I

BOARD RESOLUTION OF THE BIDDER/AUTHORISATION BY PROPIETOR/AUTHORISATION BY MANAGING DIRECTOR/AUTHORISATION BY MANAGING PARTNER

(Refer paragraph 4 of the Covering Letter)

Format of the Board Resolution for the Bidder

The Board, after discussion, at the duly convened Meeting on [insert date], with the consent of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed the following Resolution:

RESOLVED THAT pursuant to the provisions of the Companies Act, 1956 and compliance thereof and as permitted under the Memorandum and Articles of Association of the Company, approval of the Board be and is hereby accorded for placing the Bid against the Request for Proposal (RFP) dated , as amended from time to time, issued by Odisha Power Generation Corporation Limited (“OPGC”) for …….(nature of work)…………………………… at Ib Thermal Power Station.

FURTHER RESOLVED THAT , , (Name of the

Person(s)) be and is hereby authorised to enter into take all the steps required to be taken by the Company in this regard, including in particular, signing of the Qualification Proposal, making changes thereto and submitting amended Qualification Proposal, all the related documents, certified copy of this Board Resolution or letter, undertakings etc, required to be submitted to OPGC or such other documents as may be necessary in this regard.

Certified True Copy

Notes:-

1. This certified true copy of the Board Resolution should be submitted on the letterhead of the company, corporation or entity, signed by the Company Secretary or any of the authorised Directors of the Company and the rubber stamp for the company, corporation or entity shall be affixed.

Page 24 of 126 2. The contents of the format of the Board Resolution should be suitably re-worded indicating the identity of the company, corporation or entity passing the resolution i.e. the Bidder.

3. The contents of the format may be suitably re-worded in case the Bidder is an individual/a proprietary firm/ a partnership firm. In such case highest authority shall issue the authorization.

Page 25 of 126 APPENDIX - 2

FORMAT FOR POWER OF ATTORNEY

(Refer paragraph 5 of the Covering Letter)

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.)

WHEREAS Odisha Power Generation Corporation Limited (“OPGC”) has issued Request for Proposal (“RFP”) on , as amended from time to time, for inviting the bids in respect of ……………..(nature of work)………………………… at Ib Thermal Power Station (“Project”).

Know all men by these presents, We………………………………………………….(name and address of the registered office) do hereby constitute, appoint and authorise Mr. / Ms………………………………(name and residential address) who is presently employed with us and holding the position of ……………………………………………. as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the Project envisaging ……………..(nature of work)………………………… at Ib Thermal Power Station (“Project”)., including signing and submission of all documents and providing information / Bids to Odisha Power Generation Corporation Limited, representing us in all matters before Odisha Power Generation Corporation Limited, and generally dealing with Odisha Power Generation Corporation Limited in all matters in connection with our bid for the said Project.

The attorney has been duly authorized and vested with requisite powers to submit and execute the aforesaid documents and do all things necessary for our bid to OPGC. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

For Company Seal Accepted

………….. (Signature) (Name, Title and Address Of the Attorney

Page 26 of 126 APPENDIX - 3

FORMAT FOR TECHNICAL QUALIFICATION REQUIREMENT

[On the letter head of the Bidder]

(Refer paragraph 6 of the Covering Letter) Date: To,

Contract Manager (OPGC -II) Ib Thermal Power Station Odisha Power Generation Corporation Limited Banharpali, Jharsuguda, Odisha.

Dear Sir,

Sub: Certification of the Technical Qualification Requirement with respect to Bidder Qualification Criteria as per this RFP ref no...... dated......

We certify that (Name of the Bidder) we meet the Technical Qualification Requirement as below

i. …………………………………………………. ii. ………………………………………………….. iii. ……………………………………………………

All documentary proof is enclosed as per list given below in support of above qualification.

Thanking you,

For [Insert name of Bidder, company, corporation or entity]

(Please affix the company seal of the Bidder, company, corporation or entity)

Page 27 of 126 APPENDIX - 4

FORMAT FOR FINANCIAL QUALIFICATION REQUIREMENT

[On the letter head of Bidder]

(Refer paragraph 7 of the Covering Letter)

Date: To, Contract Manager (OPGC -II) Ib Thermal Power Station Odisha Power Generation Corporation Limited Banharpali, Jharsuguda, Odisha.

Dear Sir,

Sub: Certification of the Financial Qualification Requirement with respect to Bidder Qualification Criteria as per this RFP ref no...... dated......

We certify that (Name of the Bidder) we meet the Financial Qualification Requirement as below:.

(a) Annual Turnover

The average annual turnover in the three (3) financial years immediately preceding the Bid Submission Date is be not less than Rs………………………………………..(in words)

Notes:

1. The Years indicated are Financial Years.

2. The Bidder shall submit the Audited Annual Report enclosing detailed financial statement, if required, for the relevant Years;

Thanking you,

For [Insert name of Bidder]

(Please affix the company seal of the Bidder)

Page 28 of 126 APPENDIX- 5 ORGANISATION DETAILS (Refer paragraph 11 of the Covering Letter)

Please fill in the following proformas for providing the information. Please provide all the required information on separate sheets, if required, but strictly as per the proformas. The pages of the information submitted shall be numbered sequentially and the page number of each answer should be noted against the respective item below on this original format. Attachment, if any, to this document may be numbered as Appendix 6, and so on.

1.1. Business profile of the Bidder

Bidder shall provide its business profile in detail. Bidder shall also provide information on its corporate management structure pertinent to the control and management of the Project, including relevant experience, resource availability, financial stability, corporate structure (if appropriate), and safety and environmental records and programs. General information should also be provided on corporate resources and capabilities including information on location and resources of offices in which work will be done, and current and future workloads of those offices.

1.2. Details of the Bidder : ( any clause if not applicable , please specify)

1.2.1. Name of Bidder

1.2.2. Legal status: (e.g. incorporated private company, unincorporated business, etc.)

1.2.3. Country of Origin:

1.2.4. Year of incorporation:

1.2.5. Principal place of business:

1.2.6. Address of the Company:

1.2.7. Contact Person, Telephone No., Fax No., E- Mail Address

1.3. For the Bidder , state the following information

1.3.1. Names and titles of Directors or partners:

1.3.2. Are there any pending litigations against the Bidder? [Yes/No]

1.3.3. If “Yes”, please furnish the list and provide explanation. Bidders found to be habitual of repeated litigation are liable to be disqualified.

1.3.4. Are there any pending litigations on “Intellectual Property Rights” against the Bidder? [Yes/No]

1.3.5. If ‘Yes’, please provide details of “Intellectual Property Rights” issues if any, related to the Bid for this project.

1.3.6. Extent of participation (including planning and deployment of key personnel) by the Bidder for the proposed work?

1.3.7. Has the Bidder ever failed to complete any work awarded or has been levied liquidated Page 29 of 126 damage for delay in completion of work in the last 5 years? [Yes/No] If “Yes”, please furnish the list and provide explanation. 1.3.8. Has the Bidder/ Technically Qualified company, corporation or entity been blacklisted by any Government Department / PSU/Private Company? [Yes/No]

If “Yes”, please furnish the list and provide explanation.

1.4. PAN (Permanent Account Number) of Bidder:

1.4.1. Enclosed IT clearance certificate from appropriate authorities (in case of Indian Firm)

1.5. Service Tax registration number of Bidder:

1.6. Sales Tax details of the Bidder:

1.6.1. Local Sales Tax Registration No.

1.6.2. Central Sales Tax Registration No.

1.6.3. Excise Duty Registration No.

1.6.4. Enclosed Sales Tax & Excise Duty Clearance Certificate

1.7. Field of work and licensed capacities:

1.8. PF registration details:

1.9. Labour License details:

1.10. General Organization chart of Bidder/ Technically Qualified company, corporation or entity :

1.11. List of contracts booked / under negotiations for the next three years for the Bidder :

1.11.1. Contracts under execution and completion time.

1.11.2. Contracts under negotiations and completion time

1.12. Safety Statistics in the last 3 years for Bidder :

Sl Description

1 List of projects and number of man-hours of work 2 Number of fatal accidents 3 Loss time incidents (LTI)

1.13. Do you anticipate any change in the ownership during proposed period of Work?

1.14. Names of Responsible persons and their designation: (for handling all aspects of this tender/order) in the following Format.

Person Designation Based at Telephone No./E-mail/Fax

1.13. People Information The consultant should provide satisfactory evidence acceptable to OPGC to show that: (a) He is a reputed firm/consultant who regularly undertakes the works similar to the subject tender and has adequate technical knowledge and experience.

(b) He has adequate skilled and experienced manpower resources to provide the PMC services of international standard.

Page 30 of 126

ANNEXURE II: SCOPE OF SERVICES

Page 31 of 126 1. SCOPE OF SERVICES

The Bidder shall act in the capacity of an independent third party. The Bidder supplies information in the form of ascertainment, advice, assessment or recommendations, for the principal purpose of contributing to the prevention of the risks to which the beneficiaries of its services are exposed, and of helping the Purchaser assure the quality of their products or services. To this end, the Bidder performs actions including surveys, inspections, verifications, assessments, audits or appraisals, and project quality management and coordination with the Purchaser’s engineering manager and other Purchaser’s engineers; the Bidder shall provide a weekly and monthly reports (in English) of the progress of inspections and verifications performed in each vendor location and shall have at least a weekly meeting with the Purchaser’s engineering manager (meetings will be held in English) to discuss situation and future actions in relation to the QA/QC activities and problems, during such meeting the Service Provide should propose solutions to the problems encountered and such a solutions should encompass the project schedule and expected quality. The Bidder should designate a project manager which will be performing the managerial tasks described prior in this paragraph, the Bidder’s project manager shall be fluent in English language and shall serve as a liaison between the Purchaser engineering manager and the contractors quality managers and inspectors. In the course of such performance, it has recourse to techniques and processes such as examination, sampling, testing, analysis and measurement, thereby enabling it to exercise complete independence, impartiality and objectivity in collecting the information it has been requested to supply. Such information is communicated to the beneficiary in the form of an inspection sheet, report, certificate, attestation or mark, or by any other suitable means. The Purchaser shall notify and arrange for Bidder to have access to all plans and specifications necessary and will also arrange access to all places where the materials, equipment components and parts are being manufactured, stored, packed, loaded, fabricated or otherwise prepared for Bidder to provide quality assurance, inspection or testing services as agreed.

1.1. Project Coordination

1.1.1. Project item supply and logistics activities performed by the EPC contractor and its subcontractors, in terms of overall status of equipment quality.

1.1.2. Not used

1.1.3. Participate in weekly meeting if required with the Purchaser’s engineering manager to discuss situation and future actions in relation to the QA/QC activities and problems

1.1.4. Supervise the processes of equipment supplier’s DQP/ITP creation, revision and completion.

1.1.5. Manage and coordinate the Vendor List verification and new vendor qualification.

1.1.6. Provide guidance to Service Provider’s assigned personnel in the quality assurance and control services.

1.1.7. Coordinate and facilitate the resolution of NCRs.

Page 32 of 126 1.2. Project Quality Assurance Services including but not limited to:

1.2.1. Establish an effective communication procedure between the Purchaser, EPC contractor and equipment suppliers to standardize the notification of inspection, testing and other service requests.

1.2.2. Together with EPC contractor develop the content and agenda of kick-off meeting at equipment supplier.

1.2.3. Review equipment suppliers’ QDPs and ITPs, provide professional comments and suggestions, and add 3rd party inspector’s “R”, “W” and “H” points onto them to complete the ITPs.

1.2.4. Review and verify EPC contractor’s Vendor List, and suggest reliable alternate vendors when necessary.

1.2.5. Conduct vendor qualification process to support the Purchaser’s review and approval of newly proposed vendors by the EPC contractor.

1.2.6. Review equipment suppliers’ quality management manuals and certifications to ensure their quality assurance systems are duly developed.

1.2.7. Not used.

1.2.8. Not used.

1.3. Shop Inspection and Testing Services

1.3.1. Based upon the criticality and complexity of the equipment, the shop inspection and testing service is categorized into three types:

1.3.1.1. Resident Inspection: the Bidder assigns full-time inspector(s) to the equipment suppliers to perform all-round quality surveillance and delivery expediting at various vendors’ works.

1.3.1.2. Visit Inspection: the service provider’s inspector visits equipment supplier according to the “R”, “W” and “H” points on the ITPs to perform spot check on the important processes and tests at various vendors’ works.

1.3.1.3. On-call Inspection: the inspection is performed on an as-needed basis. When the Purchaser decides to call the services that are not planned by this Quality Assurance & Control Service Scope the request shall be communicated. . 1.3.1.4. As a general practice, the steam turbine and boiler require resident inspection.

1.3.2. The shop inspection and testing services include but not limited to:

Page 33 of 126 1.3.2.1. Participate in equipment supplier kick-off meetings to establish working procedure and mutual understanding of the quality requirements and delivery schedule.

1.3.2.2. Not used.

1.3.2.3. view suppliers’ certifications, working procedures, material mill sheets, inspection and testing records and reports.

1.3.2.4. Spot check suppliers’ work in process, report findings and non conformance and issue NCR according to the related procedure.

1.3.2.5. Witness tests according to the ITPs.

1.3.2.6. View and check relevant document and sign the sign-off sheets to certify the equipment ready for shipment.

1.3.3. Detailed Shop Inspection and Testing Activities including but not limited to:

1.3.3.1. Document Review and Approval

1.3.3.1.1. Certificates of welders & NDE personnel 1.3.3.1.2. WPS / PQR 1.3.3.1.3. NDE procedure 1.3.3.1.4. Pressure / Hydraulic testing procedure 1.3.3.1.5. Painting procedure 1.3.3.1.6. Heat stability test procedure 1.3.3.1.7. Heat treatment procedure 1.3.3.1.8. Dynamic test procedure 1.3.3.1.9. Sequence measuring procedure 1.3.3.1.10. Resistance measuring and voltage test procedure 1.3.3.1.11. Row material mill test certificates 1.3.3.1.12. Mill test certificates of welding consumables

1.3.3.2. NDE Inspection

1.3.3.2.1. Review NDE reports 1.3.3.2.2. Review X-ray films 1.3.3.2.3. Witness supplier’s NDE performances (UT, MT or PT)

1.3.3.3. machining

1.3.3.3.1. Examine the surface finish 1.3.3.3.2. Inspect or review the machining dimension

Page 34 of 126 1.3.3.4. Inspection of Main Assembly and Sub-assembly during Fabrication

1.3.3.4.1. Materials and parts to meet drawing & specification requirements 1.3.3.4.2. Check the contacting surface area 1.3.3.4.3. Clearance 1.3.3.4.4. Tightening 1.3.3.4.5. Alignment 1.3.3.4.6. Cleaning 1.3.3.4.7. Greasing 1.3.3.4.8. Distortion 1.3.3.4.9. Deflection

1.3.3.5. Inspection of Electrical Installation

1.3.3.5.1. Materials and components to meet drawing & specification requirements 1.3.3.5.2. Cabling and wiring 1.3.3.5.3. Termination 1.3.3.5.4. Labelling 1.3.3.5.5. Installation 1.3.3.5.6. Protection 1.3.3.5.7. Tightening 1.3.3.5.8. Earthing

1.3.3.6. witnessing Hydrostatic, Pneumatic and Other Pressure/Leak Tests

1.3.3.6.1. Water/other testing medium to meet specification and standard requirements 1.3.3.6.2. Test pressure and other parameter 1.3.3.6.3. Testing device range of measurement 1.3.3.6.4. Calibration of testing device 1.3.3.6.5. Preparation and safe use of testing device 1.3.3.6.6. Examining the pressure and whether there is a leakage

1.3.3.7. witnessing Performance Tests

1.3.3.7.1. Residual stress measurement of shaft 1.3.3.7.2. Balance test of shaft 1.3.3.7.3. Over speed test of shaft 1.3.3.7.4. Running up test 1.3.3.7.5. Speed measurement 1.3.3.7.6. Noise measurement

1.3.3.8. witnessing Electrical Tests and FATs

1.3.3.8.1. Insulation test 1.3.3.8.2. Conductivity test 1.3.3.8.3. Resistance test Page 35 of 126 1.3.3.8.4. High voltage test 1.3.3.8.5. Discharge test 1.3.3.8.6. Iron loss test 1.3.3.8.7. Burn on test

1.3.3.9. Shop Painting Inspection

1.3.3.9.1. Primary weather protection at each step of fabrication. 1.3.3.9.2. External and internal surfaces blasting and profile check. 1.3.3.9.3. Compliance of the client’s paint scheme 1.3.3.9.4. Primer coat DFT check 1.3.3.9.5. Paint touch-up and repair check as per paint repair procedure. 1.3.3.9.6. Intermediate / final paint inspection 1.3.3.9.7. Paint adhesion test 1.3.3.9.8. Final DFT check

1.3.3.10. Packing and Loading Inspection at Factory

1.3.3.10.1. Correctness and accuracy of packing list against BOM 1.3.3.10.2. Packages to meet drawing and specification requirements

1.3.3.11.1. Visual inspection of quantity and quality of container, and lifting 1.3.3.11.2. Witnessing & reporting equipment loading onto the vessel 1.3.3.11.3. Verifying the proper location and fastening of equipment on the vessel

1.4. Human Resources and Administrative Aspects of Services

1.4.1. Dispatch of inspection personnel to locations within agreement

1.4.2. Provision of qualified personnel for activities to be performed

1.4.2.3. Inspectors shall be qualified according to relevant services to be performed. Test witness inspectors shall have engineering or technical background in general fields related to the tests and experience performing tests being observed

1.4.2.4. lding inspection should involve inspectors who are qualified in accordance to the Service Provider’s written practice and the Contract Requirement.

1.4.3. Creation of inspection reports which will become property of the Purchaser

1.4.4. Provision of all resources utilized by inspectors with exception of those which are within Purchaser’s scope. This may include reference material such as international standards, tools used for inspection, computers, cameras, etc.

Page 36 of 126 1.4.5. Not used. 1.4.6. Translation of inspection reports to English language

1.5. Deliverables

1.5.1. Inspection Reports Inspection reports should be formatted on the Service Provider’s letterhead and signed by the inspector who participated in the inspection. The report should have summary of inspection results including status of satisfaction of any acceptance criteria given for the activity or location. Any non- conformances to governing documents provided for the inspection, applicable codes and standards, or good engineering practices shall also be noted in the inspectors report. Non-conformances observed by the qualified inspector should be noted regardless of whether or not these are within the test scope defined. Notwithstanding the requirement to report on observed non-conformances, neither the inspector nor the Bidder will be held responsible for failure to observe, or incorrectly observing, non- conformances which are outside of defined inspection scope. Inspection reports should include copies of test data, photography and other materials evidencing the test and showing conditions of the activity or facility.

1.5.2. Weekly Progress reports The weekly progress report shall be created by the Bidder and shall indicate the status of the scheduled meetings, tests, and other activities identified in the project schedule related to QA/QC and its status. The weekly report shall contain the upcoming activities and the plans made by the Bidder to meet the requirements of the QA/QC schedule. The weekly report shall incorporate the Bidder opinion in reference to the progress of the QA/QC activities and areas of concern. This report shall be issued before the weekly meeting to be held with the Purchaser engineering manager, the report shall be prepared in electronic format and sent by email.

1.5.3. Monthly Progress reports The monthly progress report shall be created by the Bidder and shall indicate the status of the scheduled meetings, tests, and other activities identified in the project schedule related to QA/QC and its status. The monthly report shall contain the upcoming activities and the plans made by the Bidder to meet the requirements of the QA/QC schedule. The monthly report shall incorporate the Bidder opinion in reference to the progress of the QA/QC activities and areas of concern. This report shall be issued before the monthly meeting to be held with the Purchaser engineering manager, the report shall be prepared in electronic format and sent by email.

2. INSPECTION CO-ORDINATION PROCEDURE:

Page 37 of 126 • BIDDER (Third party inspection agency) shall give minimum 2 days inspection notification to OWNER (OPGC) for arranging inspection at vendor’s (Sub-contracts of OPGC as specified in vendor list or any addition thereof) works. • BIDDER shall forward the inspection call along with relevant documents to the designated Bidder’s coordinator. • All inspections shall be carried out in line with the approved QAP and as per the relevant codes, Specifications, Drawings including witnessing of all the mentioned tests at Vendor/Sub-Vendor work. • Inspection shall be carried out only as per the action-2 and/or action-6 stamped documents. These Documents shall generally be provided to OWNER along with the inspection calls. • Respective branch of OWNER will confirm the Inspection booking by phone or by e-mail within same working day (during working hours) of receipt of inspection call from BIDDER. The inspection booking mail of OWNER shall contain the name of the inspection engineer with contact details. • OWNER will book the inspection only after written confirmation from BIDDER QA &I Dept, in no case the inspection call will be booked directly on vendor’s communication. • In case OWNER receives direct inspection call from vendor then the same will be forwarded to BIDDER QA & I Dept for confirmation. • Review/Approval of WPS, PQR, WPQ, Weld Map, NDT Schemes, Inspection & Test Procedures, calibration of instruments, etc. • Review of Type Test Reports for electrical equipments. Type test of all the equipments should have been performed within last five years from the date of award of contract to BIDDER. • The inspection report (as per OWNER format) shall be used. • Stamping of items suitably for identification and traceability and same to be mentioned in the inspection report/Release Note. • Review of packing procedure of the vendor/supplier at the time of final inspection and intimate BIDDER in case of any observations. • The inspection report shall clearly mention the balance tests to witnessed or balance documents to be reviewed or balance deviations to be resolved before IRN issuance. • Maintenance of Inspection reports for stage and final inspections highlighting HOLD, Deviations etc. • Inspection Engineer will collect the Original Back up documents from vendor, if vendor refuse to submit the same to OWNER, Inspection Engineer will mentioned the same in Inspection Report. • All TCs, stage inspection reports, witness reports shall have sign of OWNER inspector along with stamp/seal and date. • “Inspection Release Note” or “IRN” shall be issued to BIDDER by OWNER within next working day of submission of final inspection report or clearance of deviations/NCRs if any observed during inspection. Soft (scanned) copy of IRN and MTC/Major Test Reports shall be forwarded to BIDDER on immediate basis for issue of MDCC. OWNER has to mention following points in IRN. • All Reference Documents like QAP with latest Revisions, Drawing NO. With Rev. ,PR No/ specification

Page 38 of 126 • All Reviewed/Witnessed Activities as per QAP. • IRN, inspection reports, Original Test certificates and other backup documents required as per approved QAP should reach BIDDER office maximum within 5 days of completion of inspection. • Unless instructed otherwise OWNER shall not forward the IRNs directly to the vendor. • In case of any conflict at manufacturer’s end OWNER inspection engineer will contact BIDDER over phone to resolve the dispute. • Abortive visits if any shall be informed to BIDDER over phone by OWNER inspection engineer before leaving the vendor’s premises. • Reference to technical clarifications, deviations or resolutions given by BIDDER during inspection shall not be reflected in the IRN. These may be mentioned separately in the Inspection visit report or e mail. • Certification of “As Built” drawings, if required • OWNER office should be in possession of relevant IS/ASTM/DIN/API/HIS/ASME (main standards) codes to be referred for inspection. • OWNER shall not stamp or sign on the original IBR TC. The photocopies may be stamped if required. • Critical inspections report (BIDDER shall identify critical inspections) shall be accompanied with photographs (if permitted by vendor) of the item/equipment inspected. • For critical items BIDDER will decide the name of the inspector and will communicate the same to respective OWNER office.

3. QUANTUM OF MANDAYS & MAN MONTH REQUIREMENT

The quantum of mandays is purely depending upon the no. of projects, project progress, Technical competency of the agency/inspector, Vicinity to the place of inspection, services rendered by the BIDDER and Owner’s Discretion. However based on the Project in hand, the following man days & man-month are envisaged.

Shop Inspector – Resident - Man- month basis ( Man-day x 26 days)

Estimated Inspection A Shop Inspector – Resident Periods in Man- months A1 Boilers and its accessories 20 A2 Steam Turbines and its accessories 18 A3 Generators and its accessories 4 A4 Steam Turbines and its accessories (Germany) 18 A5 Generators and its accessories (Germany) 4 Sub Total 64 Shop Inspector – On call basis

Estimated B Equipment Name/Spec Inspection Periods in Man-

Page 39 of 126

days

B Project co-ordinator 100

B1 Fly Ash handling system 267

B2 Bottom Ash handling system 267

B3 Belt conveyor 201

B4 Ball Mill 201

B5 Coal handling system 45

B6 ESP 36

B7 FGD system 68

B8 Pulveriser 23

B9 Heat Exchanger 102

B10 Stacker and Reclaimer 54

B11 Feed water tank 9

B12 Boiler feed water pump 14

B13 Booster Pump 102

B14 CW pumps 14

B15 Condensate pump 168

B16 Vacuum pump 9

B17 General service pump 9

B18 Compressor 102

B19 Induced Draft Fan 14

B20 Forced draft fan 14

B21 Primary Air Fan 14

B22 Control Valves 9

B23 Safety valves 9 Page 40 of 126

B24 HP/MP valves 9

B25 Gantry Cranes 14

B26 Main Building Steel structure 18 Alloy Piping (main steam, B27 reheat steam, HP feed water) 30

B28 Carbon Piping 14

B29 Pipe support & hangers 9

B30 Oil firing and oil tank 9

B31 Cycle Makeup Treatment System 9

B32 Steam Cycle Sampling and Analysis Equipment 14

B33 Chemical Feed Equipment 9

B34 Generator Circuit breaker 14

B35 DCS 9

B36 Generator Setup transformer 18

B37 Auxiliary Transformer 18

B38 Standup / Standby Transformer 18

B39 LV transformer 14

B40 MV and LV motors 14

B41 GIS 14

B42 MV switchgear 14

B43 LV switchgear 14

B44 Isolated Phase Bus 14

B45 Diesel Generator 14

B46 UPS 9

B47 HV Cable 9

B48 Battery 9 B49 DC & Control Protection panel Page 41 of 126

9

B50 Excitation Transformer 9 Reviewer for Vendor List Verification and New Vendor C1 Qualification at Bidders office. 21

C2 DQP/ITP Reviewer at Bidders office. 70

D1 Shop Inspector – On call basis at site 150

Note: The above is tentative and may vary to any extent depending upon the actual requirement during the execution of the project. Man-month to be considered as Calendar Month. Depending on requirement, Owner at its OWN discretion will operate the above line items.

4. FACILITIES TO BE PROVIDED BY BIDDER Bidder has to arrange by its own all facilities including but not limited to accommodation, travelling, logistics, boarding for its manpower including all necessary insurance and statutory compliance for carrying out the said job as per this RFP.

5. . PAYMENT TERMS: Invoice (for man-day and man-month ) to be raised once a month with all necessary supporting documents like, timesheet, Inspection call /Notice from Owner with all corresponding Inspection Reports and deliverables as specified in Cl. 1.5 above, and as specified by Engineer- in-charge for certification. In case of any discrepancy in Inspection report and deliverables, necessary corrections have be incorporated by Bidder before submission of certified bills.

66. MAN-DAY AND MAN-MONTH RATES

Man-day and Man-month rates shall be FIRM and Valid till the completion period. (i, e, Four years from the bid submission date ) No rate revision on whatsoever account shall be entertained during the contract period. Man-day charges in case of Inspection less than 4 hours to be considered as half day man-day fee. Services given for a part of a Calendar Month will be paid on prorate basis.

7 . TRAVEL EXPENSES, LODGING & BOARDING EXPENSES

Travelling, lodging and boarding expense shall be reimbursed by OPGC as specified in Appendix -C.

8. . TAXES AND DUTIES: Prices are inclusive of all applicable taxes and duties except Service Tax and Cess on ST. Service tax shall be reimbursed at actual as per the prevailing rates during the contract period. The invoice shall clearly mention the Service Tax registration No. and the amount payable towards Service tax.

99. WORKING HOURS :

Page 42 of 126

Inspection at supplier premises may warrant any extended hours and the same shall be complied by the bidder. Owner shall not entertain any overtime charges on whatsoever account.

10. SELECTION OF INSPECTOR

The Bidder shall provide the latest updated list of their Inspectors area-wise on a quarterly basis to Owner. In case the critical items, Owner at its discretion may opt for selecting the Inspector and in such a case, the Bidder shall provide the updated CV of the relevant inspector for consideration and acceptance of Owner. In such cases only the Owner approved Inspector shall carry out the inspection at supplier premises.

11. RISK PURCHASE

Owner shall proceed with Risk Purchase and Debit the Extra cost implications to the Bidders account, in case of Agency fail to meet the requirements of Owner even after the 02 days of booking the Inspection call.

Following situations are exemptions:- lf Bidder communicates the constraint of manpower /inspector to Owner immediately on receipt of the inspection call. However this exemption is purely on the discretion of Owner.

12. DOCUMENTATION

IRC/IRN, inspection report, TC’s and other backup documents required as per the approved QAP should reach Owner within 2 days of completion of the inspection (through hard copy or scan copy). The formats of the above documents and the documentation required to be mentioned by bidder are to be given after award of the job.

13. CONFIDENTIALITY OF DOCUMENTS

The Bidder and their deployed Inspectors shall maintain the confidentiality and secrecy of the documents. Any documents provided for the purpose of carrying out the inspection activities generated shall be preserved and kept confidential. Any breach of this may lead to cancellation of contract/any suitable action may be initiated against agency.

14. STATUTORY REQUIREMENTS

Bidder shall arrange/adopt all statutory requirements as applicable for the execution of this work. Bidder shall indemnified Owner from any claims arising from any statutory authorities at any point of time. Bidder shall provide the proof of documents to Onwer in case of any demand from statutory authorities or as needed by Owner.

16. SAFETY INSTRUCTIONS

Safety is the Prime most responsibility of everyone and the Bidder as well as its Deployed Inspectors shall adhere to all security, health, safety &Environmental Requirement as per our safety/HSE and shall adopt all safety measures while carrying out the inspection. Bidder shall

Page 43 of 126 provide the inspectors with the basic orientation on safety aspects. No deviation to Safety Guidlines is acceptable. Any deviation to these guidlines may lead to cancellation of contract.

17. OTHERS GENERAL GUIDELINES

a. The BIDDER shall deploy the Inspectors who are qualified and experienced and having the capability and capacity to carry out the inspections efficiently at the inspection location. If any person found incompatible at the inspection location while doing so shall be notified by Owner for withdrawal of the inspector and the Bidder shall arrange for the suitable replacement immediately. No man-day charges shall be applicable for such visits.

b. The Inspector shall carry out the inspection as per the requirement/guidlines of the respective Project Quality team.

c. In the event of breach of any of the above terms of non-compliance or violation of any of the prevention or any statute applicable for time to time, it shall be Bidder’s liability to pay such damages deemed proper by• the Owner beside other penalties imposed or to be imposed for such breach or non compliance or violation as the case may be.

Page 44 of 126

ANNEXURE III

VENDOR LIST

Page 45 of 126

ANNEXURE III – A

Country Of Sl. No Equipment BTG Supply Sub-Contractors Manufacture

1 Steam Generator Proper And Accessories (a) Structural Steel (b) Headers (c) Water Wall Tube (d) Super Heater Assembly (e) Reheater Assembly (f) Economizer Assembly

(g) Separator & Storage Tank (h) Safety Valves (i) Motor Operated Valves (j) Silencers

(k) Refractories, Insulation & Cladding

1. Hayward Taylor Uk Boiler Recirculation (l) 2. Ksb Pumps * Germany 3. Torishma Japan (m) Power Cycle Piping • Control Component Inc.

• Instrum Entation Ltd. Ht & Lt Prds (Pcv, Tcv, (n) Dsh) • Holter Regelar Maturen Gmbh & Co.

• Koso Fluid Control S (Pvt) Ltd

Page 46 of 126

(o) Blow Down Tanks / Flash Tanks (p) Soot Blowing System (q) Coal Firing System (i) Coal Sampling System

(ii) Coal Shutoff Gates / Valves / Chutes (iii) Raw Coal Feeders * Bhel India (iv) Pulverized Coal Pipes (v) Coal Pulverizers * Bhel India (vi) Valves (vii) Seal Air Fans * Bhel India

(viii) Coal Burners * Bhel India (R) Draft System (i) Air Preheater *

C. Doctor And Company Pvt. Ltd, Coimbatore

Patel Airtemp (India) Ltd, Rakanpur Air Receiver India Veesons Energy System Pvt. Ltd, Tiruchy

C. Doctor And Company Pvt. Ltd, Coimbatore (ii) Steam Coil Air Heater Patel Airtemp(India) Ltd, Rakanpur India Baroda Equipment And Vessels Pvt. Ltd (iii) Primary Air Fans *

Unique Transmission (India) Pvt. Ltd, Kolkata

Flender, / Kharagpur Rigiflex Couplings Ktr Kupplungstechnik Gmbh, Germany

Esco Couplings Nv, Belgium

Bearings Schaeffler Kg (Formerly Fag),

Page 47 of 126

Germany/ Chennai Skf Germany / Singapore / Chennai Kugel Und Rollenlagerwerke Leipzig Gmbh (Krw), Germany

Nsk Limited, Japan Timken, Usa (iv) Forced Draft Fans *

Unique Transmission (India) Pvt. Ltd, Kolkata

Flender, Chennai / Kharagpur Rigiflex Couplings Ktr

Kupplungstechnik Gmbh, Germany Esco Couplings Nv, Belgium

Schaeffler Kg (Formerly Fag), Germany/ Chennai

Skf Germany / Singapore / Chennai

Bearings Kugel Und Rollenlagerwerke Leipzig Gmbh (Krw), Germany Nsk Limited, Japan Timken, Usa (v) Induced Draft Fans *

Unique Transmission (India) Pvt. Ltd, Kolkata

Flender, Chennai / Kharagpur Rigiflex Couplings Ktr Kupplungstechnik Gmbh, Germany

Esco Couplings Nv, Belgium

Schaeffler Kg (Formerly Fag), Germany/ Chennai Bearings Skf Germany / Singapore / Chennai Kugel Und Rollenlagerwerke

Southern Lubrications Pvt. Ltd, Bangalore

(vi) Cenlub Industries Limited, Lube Oil System Faridabad

Lincoln Helios (India) Ltd, Bangalore Psi Engineering Systems, Chennai

Page 48 of 126

(vii) Damper And Expansion Joints

Auma (India) Private Limited, India Bangalore

Actuators Rotork Controls (India) Private Limited, Chennai

Limit Torque (I) Limited, Chennai

1. C.Doctor (Imm) 2. Patel Airtemp (I) India (viii) Scanner Cooling Air Fan Ltd 3. Air Control India * India

Boiler Control & 2 Instrumentation

Fsss System / Burner Edn/Bhel For Fsss/Bms India (a) Management System Including Flame Scanner *

(b) Furnace Flame Monitoring Television,

(c) Electronic Water Level Indicators (Ewli) (d) Coal Feeder Control

(e) Electromatic Safety Valve

(f) Furnace Temperature Probe

Electrostatic Precipitator 3 * (a) Guillotine Dampers

Auma (India) Private Limited, India Bangalore

Actuators Rotork Controls (India) Private Limited, Chennai

Limit Torque (I) Limited, Chennai

(b) Discharge / Collecting Bhel India Electrode Rappers

Page 49 of 126

(c) Transformer Rectifier Bhel India Units (d) Rectifier Control Cubicle Bhel India (e) Ht Switch Gear (f) Indoor Dry Transformer Not Applicable

• Unilec Engineers Limited Non Segregated Bus (g) • C And S Electric Ltd. Duct • Kmg Atoz Systems Pvt.Ltd • Spaceage Switchgears Ltd.

Remarks

Abb Ltd, Faridabad

Emerson Process Management India Pvt Analysers Shall Be

From Rosemount Analytical / Hach Ultra Fr Usa, Hach

Forbes Marshall Ltd, Pune Usa. Abb Uk, Polymetr

Zellwegger -

Analyticals Steam & Water Analysis 4 For Thermal Plant < / System Instrumentation Limited, Kota = 120mw. Analysers From Yokagawa,

Japan, Hach Usa & Lowe Engineering Ltd, Uk Orion Usa

Yokogawa, India / Japan

Honeywell, Pune For Thermal Plant < / = 120mw. Analysers From Honeywell, Usa & Waltron, Usa • Mecawber

Beekay Pvt Ltd. • Dc Industri Al Plant Services Ltd

Mill Reject Handling • Melco India Pvt.Ltd. 5 System * • United Conveyor Corpora Tion (India) Pvt. Ltd. • H. V. Equipment S Pvt. Ltd.,

Page 50 of 126

We Understand That The Conveying Air Compressors Are For Conveying Air 6 Mill Reject Handling System. In This Case, The Vendors Are Compressors * Same As Given Against Sl. No. 5 (Mrhs)

7 Air Receivers

M/S.Tushaco Pumps Ltd Daman

Fuel Oil And Firing 8 M/S.Alekton Chennai Equipment *

Ut Pumps Faridabad

• Psi Enginee Ring Systems (P) Ltd.

• Milton Roy India (P) Ltd.

• Swelore Engg. Pvt. Ltd

• V.K Pump Industri Es Pvt Ltd

• Technos Trength Pvt. Ltd. 9 Chemical Feed Systems • Techno Consult Ants

• Enpro Industri Es Pvt.Ltd.

• Power Piping Company

• Positive Metering Pumps (I) Pvt. Ltd. 10 Turbine Building

(a) Structural Steel And Building

Building Enclosures – (b) Roofing / Siding / Metal Deck 11 Turbine & Generator

(a) Emergency Stop Valve / Control Valve / Nrv’s

Page 51 of 126

1. Ael, 1. Germany

2. Allweiler, 2. Germany

3. Delmas, 3. Germany,

4. Flenco 4. Italy

5. Howard Marten, 5. Canada,Usa Lube Oil System With (b) Tanks / Pumps / Filters / 6. Hydac, 6. Germany Extractors Etc * 7. Kelag, 7. Switzerland

8. King Dynamic 8. Switzerland

9. Oeltechnik 9. Germany

(c) Gland Sealing System 1. India 1. Lloyd Insulations 2. India

2. Min Wool, 3. India (d) Turbine Insulation 3. Murugappa Morgan Thermal 4. Germany Ceramics Ltd,

4. Heinrich Tapp Gmbh & Co. Kg, (e) Generator * Bhel India Automatic Voltage (f) Edn/ Bhel For Davr Ctrls India Regulator *

(g) Excitation Cubicles Brushless Offered, Not See

12 Steam Turbine Control & Instrumentation * Turbine Stress Evaluator (a) (Tse) N.A./(Part Of Core System). Electro Hydraulic (b) Turbine Controls (Ehtc)

Lp Bypass And Gland (c) Steam Pressure Control Edn/ Bhel For Lpbp India (Lpbp)

Turbine Protection And (d) Interlock System. (Tp) N.A./(Part Of Core System). Automatic Turbine (e) Tester (Att)

Page 52 of 126

Automatic Turbine (f) Edn/ Bhel India Rolling System (Atrs)

Ge-Energy(Bentynevada),Usa/ Ge Iipl, India

Rockwell Automation, Usa / India

Shinkawa, Japan / Forbes Marshall, Pune

Turbine Supervisory (g) Instruments (Tsi) Meggit- Vibrometer, Switzerland /Meggit India Private Ltd.

Bruel & Kjaer Vibro, Gmbh/ Sherman,

Newdelhi

Skf,Usa/India

Bently Nevada ,Usa / India

Rockwell Automation, Usa / India Vibration Monitoring Shinkawa Japan / Forbes Marshall, (h) System With Vibration Pune Analysis & Decision Support System Vibrometer / Meggit, Switzerland / India

S K F, Usa / India Hp-Lp Bypass Control (i) Edn/ Bhel For Hpbp India System.

1. Welland & Tuxhorn, 1. Germany

13 2. Cci, 2. Switzerland Lp Bypass System * 3. Bomafa, 3. Germany

4. Waldemar Pruss Armaturenfabrik 4. Germany

Hp Bypass System * (a) Bypass Valves Bhel India

Hydraulic Actuators / Actuators (b) Hydraulic Oil Skid a) M/S Iyappan Engineering

Page 53 of 126

b) M/S Vaitheeswaran Industries India

c) M/S Divya Enco Hydraulic Power Unit India i) Yuken

ii) Hydac India

India India

Condenser & Air 14 Extraction System * (a) Condenser Bhel India

1.Cst Vallnox 1. India

2.Ratnamani, 2. India

3.Remi. 3. India A1 Welded Austentic Tubes 4.Shinhan Metal Co. Ltd ( For Condenser) 5.Ratnadeep Metal & Tubes Limited, 4. Korea

5. India (b) Expansion Joints Bhel India

1. Gardner Denver Nash Machinery, 1. China

2. Edwards Limited,

3. Unique Systems Inc.,

Air Extraction Vacuum 4. Tsurumi Manufacturing Co. Ltd. 2. Uk/China (c) Pumps

3. Usa

4. Japan

• Klump& Koller Gmbh

• Gea Bgr Energy System India Ltd.

• Northern Heavy Industries Group (d) On-Load Tube Cleaning Co. Ltd., System • Eimco Water Technol Ogies Llc

• M/S Shangha I Fengqing Mechanical & Electricalequipment Engg

Page 54 of 126

• Multitex Filtration Engrs Ltd

1. Alfa Laval India Ltd., 1. India Turbine Oil Purification (e) System 2. West Fallia Seperator

2. India

Power Cycle Equipment Bhel India 15 * (a) Boiler Feed Pumps Bhel India Steam Turbine For Boiler Bhel India (b) Feed Pumps Including Exhaust Duct

Steam Turbine (c) Bhel India Governing System

BFP Turbine Electro Bhel India (d) Hydraulic Governing System

Shinkawa Japan BFP Turbine Supervisory (e) Instruments Bently Nevada Usa Meggit Switzerland

(f) Motors For Bfp Bhel India (g) Hydraulic Coupling Voith Germany (h) Lubricating Oil System Bhel India Feed Water Booster (i) Bhel India Pumps

Condensate Extraction (j) Bhel India Pumps

(k) Deaerator Bhel India High Pressure Feed (l) Bhel India Water Heaters

Low Pressure Feed (m) Bhel India Water Heaters

16 Power Cycle Piping *

S&G Engineers (P) Ltd India (a) Carbon Steel Piping

Dee Development Engineers Pvt. Ltd. India

Page 55 of 126

Unitech Machines Limited India

Seam Industries Limited India

Bend Joints Pvt Limited India

Flash Forge Pvt Ltd., India

Sakthi Hi-Tech Contstrn. (P) Ltd India

Triomech Engineering Pvt.Ltd., India

Power Piping Co. India

Unitech Machines Ltd., India

Dee Development Engineers Pvt. Ltd. India (b) Alloy Steel Piping

S&G Engineers (P) Ltd India

Flash Forge Pvt Ltd., India

I B F Spa Italy

Ui Pipe Fittings Pvt Ltd., India

Erne Fittings Gmbh, Austria

T.K.Co Rporation, South Korea

Tianjin Jinding Piping Co Ltd., China

Igawara Indl Service&Trading Pte Lt Singapore

True Fab Engineers ( P ) Ltd, India

Carbon Steel Fittings Sivanandha Pipe Fittings Ltd India (c) (Elbows / Bends / Tees

Etc) Unitech Machines Ltd., India

Tube Bend (Calcutta) Pvt Ltd India

Dee Development Engineers Pvt. Ltd. India

P.K.Tubes & Fittings Pvt. Ltd, India

Preshzinger Engineering Co India

Gujarat Infrapipes Pvt. Ltd., India

Eften Engineering Pvt.Ltd., India

Tube Products Incorporate India

Page 56 of 126

Gam Reccordi Spa Italy

M.E.G.A. S.P.A. Italy

Petrol Raccord Spa Italy

Sungkwang Bend Co.Ltd South Korea

Valvitalia S.P.A-Tecnoforge Divn. Italy

Flash Forge Pvt Ltd., India

S&G Engineers (P) Ltd India

Allied International Srl, Italy Carbon Steel Valves (d) (Manual / Motorized / Control)

True Fab Engineers ( P ) Ltd, India

Ui Pipe Fittings Pvt Ltd., India

Sivanandha Pipe Fittings Ltd India

Igawara Indl Service&Trading Pte Lt Singapore

Unitech Machines Ltd., India

Tianjin Jinding Piping Co Ltd., China

Erne Fittings Gmbh, Austria

T.K.Co Rporation, South Korea Alloy Steel Fittings (e) (Elbows / Bends / Tees Allied International Srl, Italy

Etc) S&G Engineers (P) Ltd India

Tube Bend (Calcutta) Pvt Ltd India

Flash Forge Pvt Ltd., India

P.K.Tubes & Fittings Pvt. Ltd, India

I B F Spa Italy

Dee Development Engineers Pvt. Ltd. India

Valvitalia S.P.A-Tecnoforge Divn. Italy

Sungkwang Bend Co.Ltd South Korea

Page 57 of 126

Petrol Raccord Spa Italy

Preshzinger Engineering Co India

M.E.G.A. S.P.A. Italy

Gujarat Infrapipes Pvt. Ltd., India

Gam Reccordi Spa Italy

Eften Engineering Pvt.Ltd., India

Alloy Steel Valves (f) (Manual / Motorized / Control)

Anchors / Hangers / Bhel India (g) Vibration Dampers / Restraints Etc

Cw Piping And Low 17 Pressure Piping, Valves And Specialties (a) Rubber Expansion Joints (b) Butterfly Valves

18 Horizontal Centrifugal Pumps 19 Heat Exchangers • Idmc Limited

Plate Heat Exchangers • Tranter India Private Limited (a) Including Isolation • Gea Ecoflex India Pvt Ltd Valves / Relief Valves • Alfa Laval (India) Ltd. Phe Cleaning System (b) (Pump, Piping, Valves Etc)

Air Conditioning System • S104 Sterling And Wilson Pvt.Ltd. 20 * • Mw High Tech Project S (I) Pvt. Ltd. (a) Water Cooled Screw Chiller Unit • Draft- Air (India) Pvt. Ltd.

(b) • Abb Ltd. Cooling Towers (c) • Voltas Ltd. Air Handling Units • Blue Star Ltd (d) Fresh Air Units

Page 58 of 126

(e) Filters (f) Humidifiers / Heaters (g) Fire Dampers

(h) Water Cooled Precision Air Conditioners 21 Ventilation System * • Blue Star Ltd.

(a) • Alstom Ltd. Centrifugal Fans (b) • Roots Cooling Systems Pvt.Ltd. Air Washer Units • Draft- Air (India) Pvt. Ltd. (c) Air Filtration System • Air Link Enginee Rs Pvt. Ltd.

(d) Roof Exhausters • Abb Ltd.

• S.K.Syst Ems Private Ltd.

• Voltas Ltd.

Wall Exhausters / Supply • Polution Control S Ltd (e) Fans And Tube Axial Fans • Advance Ventilation Pvt.Ltd.

• Sterling And Wilson Pvt.Ltd.

• C.Docto R And Co. Pvt.Ltd Compressed Air System 22 • Ingerso Ll- Rand (India) Ltd. * • Elgi Equipme Nts Ltd

(a) Instrument Air • Atlas Copco (India) Ltd. Compressors • Kirloskar Pneumatic Co.Ltd. (b) Service Air Compressors • Chicago Pneumatic Sales (c) Air Driers

Jaksons Limited / Powerica Ltd / India (However, It Gmmco / Til / Vijay Power Systems / May Please Be Noted

Supernova Engineers Ltd That The Engine And Alternator May Be Imported By These Dg Packagers From

Their Respective 23 Diesel Generator Set * Principals. Further Details Shall Be Furnished During Engg. For The Respective Make Offered During Project Execution)

Page 59 of 126

• City Lifts (India) Ltd.

24 Elevators • Kone Elevato R India Ltd.

• Otis Elevator (a) Steam Generator Area (b) T-G Building (c) Stack Elevator

25 Miscellaneous Hoists And Cranes

• Su Motors Pvt. Ltd.

• Kishor Pumps Pvt. Ltd.

• Sam Turbo Industr Y Ltd. 26 Sump Pumps • Flowmore Ltd.

• Wpil Limited

• Darling Pumps Pvt. Ltd

• Ksb Pumps Ltd.

• Va Tech Wabag Ltd

• Driplex Water Engg Ltd

• Triveni Engieering & Industries

Ltd., Condensate Polishing 27 System * • Siemens Limited

• Aquatech Systems (Asia) Pvt. Ltd

• Bgr Energy Systems Limited.,

• Thermax Ltd.

• Ion Exchang E (India) Ltd

Generator Bhel India 28 Transformer(Gt),400/21 kv *

Unit Bhel India 29 Transformer(Ut),21/11k v *

Reserve Auxiliary Bhel India 30 Transformer(Rat),400/1 1kv *

Page 60 of 126

Unit Auxiliary Bhel India 31 Transformer(Uat),11/3.3 kv *

Station Auxiliary Bhel India 32 Transformer(Sat),11/3.3 kv * 33 Lt Transformer,11/415kv

Main Plant Dc 34 System(220v Dc And 24vdc) *

Amararaja, Tirupati.

Caldyne, Kolkata

24 V Dc Thyristor Based Chhabi Electricals, Jalgaon. Battery Charger & Dcdb

Hbl Power Systems,Hyderabad

Mastech,Mumbai

Amararaja, Tirupati.

Chhabi Electricals, Jalgaon.

Caldyne, Kolkata

24 V Dc Smps Based Chloride,Uk/Dbpower,Pune Battery Charger & Dcdb

Eltek-Sgs Valere Power ,Gurgaon

Hbl Power Systems, Hyderabad

Mastech,Mumbai

Main Plant Dc System For 220 V Dc :- Vendors Are Same As Mentioned Against Sl. (220 Vdc)* No. 48 & 49 (Battery & Battery Charger)

35 Main Plant Ups System

36 Ht Switch Gear * Bhel India

37 Lt Switch Gear *

38 Motors * Bhel India

39 Cables (a) Ht Power Cable • Kec International Limited

Page 61 of 126

• Ravin Cables Limited

• Uniflex Cables Limited

• Fort Gloster Industries Ltd.

• Nicco Corporation Ltd.

• Universal Cables Ltd.

• Torrent Cables Ltd.

• Cable Corporation Of India Ltd.

• Diamond Power Infrastructure Ltd

• Sriram Cables Pvt. Ltd.

• Havells India Limited

• Kei Industries Ltd.

• Hindusthan Vidyut Products Ltd.

• Krishna Electrical Industries Ltd.

• Paramount Communications Ltd.

• Polycab Wires Pvt. Ltd.

Delton Cables,Faridabad

Cords Cables, Rajasthan

Univeral Cables,Satna

Nicco Cable, Kolkata

Radiant Cables Hyderabad

Torrent, Nadiad

Industrial Cables Ltd,Rajpura

(b) Lt Power Cable Fort Glaster Industries Ltd,Kolkatta

Incab,Pune

Ccil,Bangalore

Reliance Engrs.,Bangalore

Goyolene Fibres ,Mumbai

Kei Industries Ltd ,Chennai

Polycab, Daman

Paramount Cables,Alwar

Page 62 of 126

1. Sriram Cables Pvt Ltd India

2. Prestige Cable Industries

3. Paramount Communication Ltd

4. Nicco Corporation Limited India

5. Cords Cable Industries Ltd.

6. K E I Industries Limited India

7. Universal Cables Limited

India

India

India

India

Lt Xlpe Power Cable

• Radiant Cables Pvt. Ltd.

• Krishna Electrical Industries Ltd.

• Sriram Cables Pvt. Ltd.

• Havells India Ltd.

• Special Cables Pvt. Ltd.

• Hindusthan Vidyut Products Ltd.

• Scot Innovation Wires And Cables Pvt. Ltd.

• Diamond Power Infrastructure Ltd

• Cable Corporation Of India Ltd.

• Ecko Cables Pvt. Ltd.

• Torrent Cables Ltd.

• Gemscab Industries Ltd.

• Kei Industries Ltd.

• Polycab Wires Pvt. Ltd.

• Paramount Communications Ltd.

• Ravin Cables Limited

Page 63 of 126

• Rallison Electricals Pvt. Ltd.

• Suyog Electricals Ltd.

• Paragon Cable India

• Kec International Limited Lt Lt Pvc Power Cable • Sriram Cables Pvt. Ltd.

• Kec International Limited

• Scot Innovation Wires And Cables Pvt. Ltd.

• Paramount Communications Ltd.

• Polycab Wires Pvt. Ltd.

• Kei Industries Ltd.

• Torrent Cables Ltd.

• Nicco Corporation Ltd.

• Diamond Power Infrastructure Ltd

• Cable Corporation Of India Ltd.

• Goyolene Fibres (India) Pvt.Ltd.

• Havells India Limited

• Special Cables Pvt. Ltd.

• Crystal Cable Industries Ltd.

• Krishna Electrical Industries Ltd.

• Cords Cable Industries Ltd.

• Fort Gloster Industries Ltd.

• Hindusthan Vidyut Products Ltd.

• Ravin Cables Limited

• Radiant Cables Pvt. Ltd. Lt Hrpvc Power Cables • Paramount Communications Ltd.

• Ravin Cables Limited

• Fort Gloster Industries Ltd.

• N002 Nicco Corporation Ltd.

• Crystal Cable Industries Ltd.

• Cable Corporation Of India Ltd.

• Torrent Cables Ltd.

• Polycab Wires Pvt. Ltd.

• Sriram Cables Pvt. Ltd.

Page 64 of 126

• Goyolene Fibres (India) Pvt.Ltd.

• Hindusthan Vidyut Products Ltd.

• Kei Industries Ltd.

• Kec International Limited

• Universal Cables Ltd.

• Cords Cable Industries Ltd.

• Special Cables Pvt. Ltd.

• Radiant Cables Pvt. Ltd.

• Krishna Electrical Industries Ltd

Lt Pvc Control Cable

• Radiant Cables Pvt. Ltd.

• Goyolene Fibres (India) Pvt.Ltd.

• Fort Gloster Industries Ltd.

• Krishna Electrical Industries Ltd.

• Crystal Cable Industries Ltd.

• Havells India Limited

• Delton Cables Ltd.

• Nicco Corporation Ltd.

• Thermo Cables Ltd.

• Torrent Cables Ltd.

• Govind Cables Pvt. Ltd. (c) Lt Control Cable • Cmi Ltd.

• Scot Innovation Wires And Cables Pvt. Ltd.

• Suyog Electricals Ltd.

• Hindusthan Vidyut Products Ltd.

• Diamond Power Infrastructure Ltd

• Universal Cables Ltd.

• Prew Industries Limited

• Kei Industries Ltd.

• Gemscab Industries Ltd.

• Kec International Limited

• Cords Cable Industries Ltd.

• Polycab Wires Pvt. Ltd.

• Rallison Electricals Pvt. Ltd.

Page 65 of 126

• Special Cables Pvt. Ltd.

• Ravin Cables Limited

• Paramount Communications Ltd.

• Elkay Telelinks Ltd. Lt Xlpe Control Cable • Paragon Cable India

• Radiant Cables Pvt. Ltd.

• Paramount Communications Ltd.

• Cable Corporation Of India Ltd.

• Ecko Cables Pvt. Ltd.

• Gemscab Industries Ltd.

• Krishna Electrical Industries Ltd.

• Kei Industries Ltd.

• Rallison Electricals Pvt. Ltd.

• Kec International Limited

• Diamond Power Infrastructure Ltd

• Suyog Electricals Ltd.

• Torrent Cables Ltd.

• Sriram Cables Pvt. Ltd.

• Special Cables Pvt. Ltd.

• Universal Cables Ltd.

• Havells India Ltd.

• Hindusthan Vidyut Products Ltd.

• Ravin Cables Limited

• Polycab Wires Pvt. Ltd. Lt Hrpvc Control Cables • Krishna Electrical Industries Ltd.

• Kec International Limited

• Thermo Cables Ltd.

• Rallison Electricals Pvt. Ltd.

• Cords Cable Industries Ltd.

• Universal Cables Ltd.

• Kei Industries Ltd.

• Goyolene Fibres (India) Pvt.Ltd.

• Hindusthan Vidyut Products Ltd.

Page 66 of 126

• Prew Industries Limited

• Special Cables Pvt. Ltd.

• Torrent Cables Ltd.

• Crystal Cable Industries Ltd.

• Cmi Ltd.

• Cable Corporation Of India Ltd.

• Suyog Electricals Ltd.

• Nicco Corporation Ltd.

• Fort Gloster Industries Ltd.

• Paramount Communications Ltd.

• Ravin Cables Limited

• Gemscab Industries Ltd.

• Delton Cables Ltd.

• Elkay Telelinks Ltd.

• Polycab Wires Pvt. Ltd.

• Radiant Cables Pvt. Ltd. (d) Cable Lugs

• Avaids Technovators Pvt. Ltd.

Main Plant Illumination 40 • Bajaj Electricals Ltd. System / Lighting Fixtures • Crompton Greaves Ltd.

• Philips Electronics India Ltd

41 Ht/ Lt Busduct *

Isolated Phase Bhel India (a) Busduct(Ipbd),Main& Tapoff,21kv

Segregated Phase Bhel India (b) Busduct(Spbd),11kv,3.3k v

• Unilec Engineers Limited (c) Non Segregatted Phase • C And S Electric Ltd. Busduct(Nspbd),415v • Kmg Atoz Systems Pvt.Ltd Spaceage Switchgears Ltd.

(d) Bus Insulators And ** Attached At Annexure-1 Fitting Accessories

42 Generator Circuit • Abb Switzerl And Ltd.,

Page 67 of 126

Breaker(Gcb) * • Alstom Grid Sas

43 Motor Actuator

• Am-Tech Engineering Services

• Associated Power Structures Pvt. Ltd.

• Inar Profiles Pvt.Ltd.

• Industrial Perforation (I) Pvt.Ltd.

• Parmar Metals Pvt.Ltd.

• Rabi Engineering Works Pvt. Ltd. 44 Cable Trays • Premier Power Products (Calcutta) Pvt Ltd

• Jamna Metal Company

• R037 Ratan Projects & Engineering Co. Pvt.Ltd.

• Unitech Fabricators And Engineers Pvt Ltd

• Patny Systems (P) Ltd Rukmani Electrical & Components Pvt Ltd

45 Proximity Switches

46 Lt Isolators

Control Panels/ Lighting 47 Panels/ Jb’s

• Exide Industries Ltd

48 Battery • Hoppecke Batterien Gmbh & Co.Kg,

• Hbl Power Systems Ltd

• Hbl Power Systems Ltd

• Mass-Tech Controls Pvt.Ltd.

• Statcon Power Controls Ltd

• Chloride Power Systems & Solutions Limited

49 Battery Charger • Chhabi Electricals Pvt.Ltd.

• Dubas Engg Pvt Ltd

• Statcon Power Controls Ltd

• Electronic Systems,

• Amara Raja Power Systems Limited

50 Circuit Breaker

Power Contactor/ 51 Auxiliary Contactor

Page 68 of 126

Protection Relays For 52 Switchgear

53 Auxiliary Relay

54 Thermal O/C Relays

Push Buttons/Indicating 55 Lamp

56 Meters

57 Ct/Pt

Central Control Room 58 And Control Equipment Room *

Dell

(a) Unit Operator Work Hp Stations

Ibm-Lenovo (b) Unit Control Panels Edn/ Bhel India (c) Electrical Control Panels Edn/ Bhel India

Barco, Belgium

Christie, Usa (d) Large Video Screen Display / Clock Planer, Usa

Delta, Thailan Bhel Approved Vendors ( If No Specific Vendor's Product )

Adarsh Controls,Bangalore

(e) Control Desks And Chemin,Pondicherry Furniture Hcl Infosystem , Bangalore

Pyrotech, Udaipur

Vrl Automation,Bangalore

Continuous Emission 59 Monitoring System

60 Station C&I

Page 69 of 126

Bently Nevada , Usa / India

Vibration Monitoring Rockwell Automation, Usa / India System With Vibration (a) Analysis & Decision Shinkawa Japan / Forbes Marshall, Support System For Pune

Equipment Other Than

Stg. * Vibrometer / Meggit, Switzerland / India

S K F, Usa / India 1) Instrumentation Limited, Palakkad (b) Control Valves 2) Mil Controls Ltd, Alwaye 3)Dresser Valve India Pvt Ltd

Emerson Process ( Formerly Fisher Rosemount), Usa / Daman Pressure Transmitters,

Differential Pr. Abb, Germany/ Faridabad Transmitter And Level Fuji, Japan Transmitter Honeywell, Usa/ Pune Yokogawa, Japan(Yokogawa India Ltd, Bangalore)

Dresser Masonielan, France. / Dresser Valves India Ltd,

Coimbatore

Chemtrols, Mumbai ( Eckardt, Germany )

Eckardt, Germany Level Transmitter (Displacement Type) Endress & Hauser Gmbh & Co, Germany

Yamatake ,Japan (c) Mil Controls Limited ,Kerala Levcon Instruments (P) Ltd , Kolkata

Krohne Marshall Ltd ,Pune V.Automat&Instruments Pvt Ltd , New Level Transmitter Endress+Hauser, Germany/India (Ultrasonic Type) Krohne, France Pepperl + Fuchs, Germany / India Vega,Germany Eriks, Singapore

Emerson Process, Usa / Daman Level Transmitter (Radar Endress+Hauser, Germany/India Type) Vega,Germany Honeywell, Usa / Pune Pepperl + Fuchs, Germany / India Emerson Process, Singapore /

Page 70 of 126

Daman Krohne, France K-Tek,Usa Magnetrol,Belgium

Fuji, Japan Vega,Germany

Endress+Hauser, Germany/India Yokogawa, Japan / Yokogawa

India Ltd, Bangalore

Emerson Process ( Formerly Fisher Rosemount), Usa / Daman

Abb, Germany/ Faridabad Temperature Fuji, Japan Transmitter Honeywell, Usa/ Pune Yokogawa, Japan / Yokogawa India Ltd, Bangalore Endress+Hauser, Germany Vega,Germany Magnetrol,Belgium Krohne, France Moore,Usa (d) Flow meters To Be Given During Detailed Engineering A N Instruments Pvt Ltd,

Kolkotta, General Instruments Consortium, Goa/Mumbai

Goa Thermostatic Instruments, Goa Forbes Marshall Ltd, Hyderabad

Precision Industries, Ahmadabad (e) Pressure Gauges / Dp Waaree Industries, Mumbai Gauges Walchand Industries Ltd., Dharwad H.Guru Instrumens (South India), B'lore Odin, Ahmadabad / Chennai Gluck, Mumbai Wika, India

Ashcroft India ( Earlier Precision Industries, Ahmadabad) Manometer, Mumbai Goa Thermostatic Instruments,

Goa General Instruments Consortium, Goa/Mumbai (f) Temperature Gauges A N Instruments Pvt Ltd, Kolkotta,

H.Guru Instrumens(South India), Bangalore Forbes Marshall, Hyderabad Page 71 of 126

Wika, India Waree,Dadra Ashcroft India Indfos Industries Ltd, Gaziabad

Sor Inc, Usa Precision Industries, Ahmadabad

Switzer Instrument Co, Chennai (g) Pressure / Dp Switches Gic Mumbai Waree, Vapi

Ashcroft India ( Earlier Precision Industries, Ahmadabad) Trafag-India, Ranipet General Instruments

(h) Consortium, Goa/Mumbai Flow Switches Krohne Marshall Pune Switzer Instrument Co, Chennai

Switzer Instrument Co, Chennai

(i) Indfos Industries Ltd, Gaziabad Temperature Switches General Instruments Consortium, Goa/Mumbai Levcon Instruments P Ltd,

Kolkata Magnetrol International Nv,

S.B.Electro-Mechanicals Pvt Ltd

, Pune Chemtrols Samil, Mumbai

Sigma Instruments Company, Mumbai

V.Automat&Instruments Pvt Ltd,

India Dk Insrtuments, Kolkata

Bharat Heavy Electricals Ltd,

Trichy (j) Level Switches Yarway, Usa

Levelstate, Uk

Solarton / Mobrey, Uk

S.B.Electro-Mechanicals Pvt Ltd, Pune Levcon Instruments P Ltd, Kolkata V.Automat&Instruments Pvt Ltd, India Dk Insrtuments, Kolkata Chemtrols Engg. (Pvt) Ltd.,

(k) Mumbai Level Gauges Levcon Instruments P Ltd, Kolkata Page 72 of 126

S.B.Electro-Mechanicals Pvt Ltd, Pune Sigma Instruments Company, Mumbai V.Automat&Instruments Pvt Ltd, India Dk Insrtuments, Kolkata General Instruments

Consortium, Goa/Mumbai

Pyro Elec Instruments Goa P Ltd (l) Thermocouples / Rtd Industrial Instruments, Kolkata Detrive, Mumbai Tempsens Instruments (I) Pvt Ltd, Udaipur

Abb Ltd Forbes Marshall Pvt. Ltd. Ge Intelligent Platforms Private Limited

Larsen And Toubro Ltd. (m) Programmable Logic Controllers (Plc) Rockwell Automation India Ltd

Siemens Limited Schneider Electric India Pvt.Ltd.

To Be Submitted During Detailed Engineering (n) Flow Orifices, Nozzles And Venturi Bharat Heavy Electricals Ltd,

Trichy Choksi Tube Company Limited,

India

Indian Seamless Metal Tubes Ltd, India

Maharashtra Seamless Ltd, Maharashtra Mannesmann Ag, Germany

(o) Trouvay Cauvin Gulf E C, Dubai Impule Pipes/Tubes Ratnamani Metals & Tubes Ltd, Ahmadabad Jindal Saw Pipes Ltd, India Sumitomo Corporation, Japan / Kawasaki / Nippon Heavy Meatal Tubes, Ahmadabad Tps Technitube Rohren Werke Gmbh, Germany Mahalakshmi Seamless, Maharashtra Aura Inc, New Delhi

(p) Excel Hydro-Pneumatics Pvt Ltd, Compression Fittings Mumbai Metpress Engineering Works,

Page 73 of 126

Kolkata Parker Hannifin, Usa Precision Engg Industries, Mumbai Hp Valves And Fittings, Chennai

Swagelock, Usa Astec Valves & Fittings Pvt Ltd, Thane Fluid Controls, Mumbai Panam Engineers, Mumbai Aura Inc, New Delhi

Baldota Valve And Fitting Co Pvt Lt, Mumbai Bharat Heavy Electricals Ltd,

Trichy

Excel Hydro-Pneumatics Pvt Ltd, Mumbai

Instrumentation Limited,

(q) Palghat Instrument Valves Metpress Engineering Works, Kolkata Precision Engg Industries, Mumbai Shalimar Valves, Mumbai Vikas Industrial Products, New Delhi Hydair Engg Works, Lonaval Aura Inc, New Delhi

Baldota Valve And Fitting Co Pvt Lt, Mumbai Excel Hydro-Pneumatics Pvt Ltd, Mumbai

Metpress Engineering Works, Kolkata

(r) Precision Engg Industries, Valve Manifolds Mumbai Flowtech, Kolkata Hp Valves And Fittings, Chennai

Astec Valves & Fittings Pvt Ltd, Thane Hydair Engg Works, Lonaval Mtl India Pvt Ltd (s) E/P Converter Watson Smith Ltd Fairchild Usa (t) To Be Submitted During Detailed Engineering Solenoid Valves The Major Subcontractors have been identified by (*) in the above table

Page 74 of 126 Annexure - 1

Sl. No. ITEMS/ COMPONENTS NAME OF BTG SUB- SUPPLIERS

1- Rubber Bellows (a) M/s Cori Engineering Pvt. Ltd., Chennai

(b) M/s Resistoflex Pvt. Ltd., Noida

(c) M/s United Rubber, Mumbai

(d) M/s The Rubber Products Ltd., Mumbai

(e) M/s D.Wren & Co., Kolkatta

(f) M/s Unirub Techno India Pvt. Ltd.

2- Neutral Grounding Resistor a ) M/s RSI Switchgear, Gurgaon b ) M/s SR Narkheda ,Pune c ) M/s Bhartia Culter, Faridabad d ) M/s Amp.Control , Pune e ) M/s Essan, Bangalore

3- Neutral Grounding Transformer (a) M/s Pragati, Thane

(b) M/s Prayog Elect.,Pune

(c) M/s PS Electricals, Chennai

4- Lightning Arrester a ) M/s Elpro International Ltd., Pune b ) M/s Oblum Electricals, Hyderabad c ) M/s Alstom, Pondichery

5- Surge Capacitor a ) M/s Madhav Capacitor Pvt.Ltd., Pune b ) M/s Shakti Capacitor Pvt.Ltd., Sangli c ) M/s Magnawine magnetics Pvt. Ltd., Sangli

d) M/s ABB Ltd. Bangalore

6- Current Transformer a ) M/s Prayog Electrical Pvt.Ltd., Pune b ) M/s Pragati Electrical Pvt.Ltd., Thane c ) M/s Silkaans Electrical Mfg.Co. Pvt. Ltd., Mumbai

d ) M/s Electrical Control & System, Vadodara

e ) M/s Paras Power Engineering Pvt Ltd., Bangalore

f ) M/s Kalpa Electricals, Bangalore

g) M/s Instrans Engg & Mfg, Bangalore

7- Potential Transformer a ) M/s Prayog Electrical Pvt.Ltd., Pune

Page 75 of 126

b ) M/s Pragati Electrical Pvt.Ltd., Thane

c ) M/s Silkaans Electrical Mfg.Co. Pvt. Ltd., Mumbai

d ) M/s Electrical Control & System, Vadodara

e ) M/s Paras Power Engineering Pvt Ltd., Bangalore

f ) M/s Kalpa Electricals, Bangalore

g) M/s Instrans Engg & Mfg, Bangalore

8- Epoxy Insulators a ) M/s Baroda Bushing & Insulator, Vadodara

b ) M/s Baroda Mould & Dies, Vadodara c ) M/s India Insulator, Miraj d ) M/s A-Bond Strands Pvt.Ltd., Chennai e ) M/s Epothane, Ghaziabad

9- Epoxy Seal Off Bushing a ) M/s Baroda Bushing & insulator, Vadodara

b ) M/s Baroda Mould & Dies, Vadodara c ) M/s India Insulator, Miraj d ) M/s A-Bond Strands Pvt.Ltd., Chennai

10- HOT AIR BLOWING Equipment/Air a ) M/s SK System Pvt.Ltd., New Delhi Pressurization Equipment b ) M/s Elmech Pneumatic Industries, New Delhi

c ) M/s Mellcon Engineers Pvt. Ltd., New Delhi

11- Galvanized steel Structure a ) Sanjay Engg.& Fabricator, Muzaffarnagar

b ) Nexo Structure, Ludhiana c ) K R Transmission, Mumbai d ) Sangam Steel Structure, Naini e ) New Modern Technomech , Baripada f ) Amruta Engineers & Galvaniser, Vadodara

g ) RPG, Transmission, New Delhi h ) Associaated Transrail, Baroda i ) KPTC, Gandhinagar j ) Bajaj Electricals, Mumbai

Page 76 of 126

k ) Advance Steel . Ghaziabad

l ) R & C Nagpur

m ) R S Intraproject, New Delhi

n) Pioneer Fabricators, Meerut

o) Anil Steel, Sonipat

p) Passive infra projects, ROHTAK

12- SPVT & NG Cubicle Assembly (a) M/s Pyrotech Electronics Pvt.Ltd., Udaipur

(b) M/s Mika Engineering, Mumbai

(c) M/s RSI Switchergear Pvt.Ltd, Guragon

(d) M/s Control & Switchgear Co. Ltd.

(e) M/s. BHEL, Bangalore.

13- Copper Strip Flexible/Copper Braided (a) M/s Forward Engg. Industries, Bhopal Flexible (b) M/s Shree Cables & Conductors Pvt.Ltd., Bhopal

(c) M/s B.B. Electro Technique, Mumbai/Thane.

(d) M/s Techno Fusion, Mumbai.

(e) M/s Dalmia Construction Co., Mumbai

(f) M/s. Rashm enterprises, Bhopal

Page 77 of 126 Annexure III - B

Sl. No. Items BTG Service Sub- Contractors 1. M/s. Larsen & Toubro Limited, Chennai

2. M/s. Bhavani Erectors Pvt. Ltd. Kollam, Kerala

3. M/s. Sunil Hitech Engineers Pvt. Ltd.

Nagpur

4. M/s. Power Mech Project Pvt. Ltd.

Vijayawada 1 Boiler and Auxiliaries 5. M/s. Indwell Constructions Private Limited, Vijayawada 6. M/s.Texcel Engineers Pvt. Ltd. Chennai 7. M/s. EDAC Engg. Chennai 8. M/s. Petron Engg Construction Limited, Mumbai 9. M/s. Tata Projects Limited, Hyderabad 1. M/s. Larsen & Toubro Limited, Chennai

2. M/s. Bhavani Erectors Pvt. Ltd. Kerala

3. M/s. Sunil Hitech Engineers Pvt. Ltd.

Nagpur

4. M/s. Power Mech Project Pvt. Ltd.

Vijayawada

5. M/s. Indwell Constructions Private 2 Rotating Machines Limited, Vijayawada 6. M/s. Texcel Engineers Pvt. Ltd.Chennai 7. M/s. EDAC Engg. Chennai 8. M/s. Petron Engg. Construction Limited, Mumbai 9. M/s. Tata Projects Limited, Hyderabad 10. M/s. Brothers Engineering and Erectors, Chennai 1. M/s. Larsen & Toubro Limited, Mumbai

2. M/s. Brothers Engineering and Erectors, Chennai 3. M/s. Bhavani Erectors Pvt. Ltd. Kerala

4. M/s. Sunil Hitech Engineers Pvt. Ltd. Nagpur 5. M/s. Indwell Constructions Private 3 Electrostatic Precipitators Limited, Vijayawada 6. M/s. Texcel Engineers Pvt. Ltd.Chennai 7. M/s. Petron Engg. Construction Limited, Mumbai 8. M/s. Tata Projects Limited, Hyderabad 9. M/s. Brothers Engineering and Erectors, Chennai

Page 78 of 126

10. M/s. Param jyothi Engineers, Vijayawada 11. M/s. EDAC Engg. Chennai 1. M/s. Larsen & Toubro Limited, Mumbai

2. M/s. Petron Engineering Construction Limited, Mumbai 3. M/s. Tata Projects Limited, Hyderabad

4. M/s. Indwell Constructions Private Limited, Vijayawada 5. M/s.PCP International Limited, Chandigarh 4 Power Cycle Piping 6. M/s. Texcel Engineers Private Limited, Chennai 7. M/s. Bhavani Erectors pvt. Ltd. Kerala 8. M/s. Sunil Hitech Engineers Pvt. Ltd. Nagpur 9. M/s. Power Mech Project Pvt. Ltd. Vijayawada 10. M/s. EDAC Engg. Chennai 1. M/s. Petron Engg. Construction Limited,

Mumbai 2. M/s. Indwell Construction Private Limited, Vijayawada

3. M/s. PE Erectors , Kolkata 4. M/s. Power Mech Engineers Private

Limited, Vijayawada 5. M/s. Engenius Erectors Private Limited, 5 Steam Turbine Generator Chennai 6. M/s. Brothers Engineering and Erectors, Chennai 7. M/s. Larsen & Toubro Limited, Mumbai 8. M/s. EDAC Engg. Chennai 9. M/s. Alpha Power Engineering Services (P) Ltd, Korba 10. M/s. Tata Projects Limited, Hyderabad

1. M/s. Larsen & Toubro Limited, Mumbai

2. M/s. Tata Projects Limited, Hyderabad 3. M/s. PRV Constructions Pvt Ltd

4. M/s. Mahati Electrics, Pune

5. M/s. Chemin controls and

6 Electrical lnstrumentation(P)Ltd, Pondichery 6. M/s. Vasavi Electro Systems Pvt Ltd, lbrahimpatnam 7. M/s. Sigma Constructions, Kolkata 8. M/s. Technimont ICB\P Ltd, Mumbai 9. M/s. Pace Process controls (P) Ltd, Vizag

1. M/s. Indwell Construction Private Limited, Vijayawada 7 Control and Instrumentation 2. M/s. Larsen & Toubro Limited, Mumbai 3. M/s. Tata Projects Limited, Hyderabad 4. M/s. PRV Constructions Pvt Ltd

Page 79 of 126

5. M/s. Mahati Electrics, Pune 6. M/s. KSL Technocrats, Paloncha 7. M/s. Technimont ICB\P Ltd,Mumbai 8. M/s. Chemin controls and Instrumentation (P)Ltd, Pondichery 9. M/s. Pace Process controls (P) Ltd, Vizag 10. M/s. Sigma Constructions, Kolkata 11. M/s. Autotrical,Vishakhapatnam 12. M/s. Powertronix, Kolkata 13. M/s. ENTECH, Kolkata 1. M/s. East Coast Constructions & Industries

Ltd 2. M/s. ERA infra Ltd

3. M/s.JMC projects (India) Ltd

4. M/s. Mysore Construction Company Ltd 5. M/s. Nagarjuna Construction Company

Ltd. Hyderabad

6. M/s. National Building Construction Corporation New Delhi

7. M/s. Petron Civil Engg

8. M/s. Punj Llyod 9. M/s. Shapoorji & Pallonji& Co Ltd

10. M/s. Simplex Infrastructure Ltd. New

Delhi 11. M/s. SNC Power Corporation Ltd. 8 Structural works Bangalore 12. M/s. GeneralMechanical Works Pvt Ltd 13. M/s. SunilHitech Engineers Pvt. Ltd. Nagpur 14. M/s. Power Mech Project Pvt. Ltd. Vijayawada 15. M/s. P&R Engg Services 16. M/s. Indwell Constructions Pvt Ltd 17. M/s. Offshore Industrial Construction Pvt Ltd 18. M/s. Larsen & Toubro Limited,Mumbai

19. M/s. Tata Projects Limited, Hyderabad. 20. M/s. Consolidated Construction Consortium Ltd. Chennai 21. M/s. Harji Engg Works(P) Ltd

Page 80 of 126

ANNEXURE – III C

Sl. Equipment BOP Supply Subcontractors No

WPIL, Kirloskar Brothers Ltd., Mather & Platt, Jyoti Pumps, KSB Pumps, Flowmore, Flowserve, Xylem 1.00 Vertical wet pit type pumps * Water Solutions

WPIL, Kirloskar Brothers Ltd., Mather & Platt, Jyoti Pumps, KSB Pumps, Sulzer Pumps Ltd, Sam 2.00 Horizontal Centrifugal Pumps * Industrial Pumps, Beacon Weir, Flowmore, Maxflow, Varat, Flowserve, SPX-JOHSON

Tushako, Roto Pumps, UT Pumps, Delta Pumps, 3.00 Screw Pumps ALPHA HELICAL

4.00 Raw Water Pre-treatment Plant * BGR Energy Systems Ltd.,

a) Chemical Dosing System BGR Energy Systems Ltd.,

Pennwalt Ltd., Perfect Chloro System, BANACO, IDC, b) Chlorination system IEC Fabchem, Capital Controls

c) Sludge Pumps KBL, Sulzer, Flowmore.

5.00 Demineralization Plant * BGR Energy Systems Ltd.,

Everest Blower, Key International, Usha a) Air Blowers Compressor, Unimark, CKD KOMPRESSORY, KULKARNI POWER TOOLS, ROOTS BLOWER, SWAM

b) Ultra filtration Units BGR Energy Systems Ltd

ANTICO, Mather & Plat Pumps Ltd., Jonson Pump, c) Acid / Caustic handling pump ANALA, POSITIVE METERING, SHAPO TOOLS

Waste Water Treatment Plant BGR Energy Systems Ltd., 6.00 (Effluent Treatment Plant) *

a) Oil Water Separator K- Pack/ Thermax / Paramount India Limited

KSB /SU Motors/ Kirloskar Brothers/ Kishore Pumps b) Submersible pumps for Sewage /Beacon Weir C.R.I.,

c) RO Plant M/s. BGR Energy Systems Ltd

Page 81 of 126

Sl. Equipment BOP Supply Subcontractors No

Mcnally Bharat, Indure, Macawber Beekay, DCIPS, 7.00 Ash Handling System * L&T, UNITED CONVEYOR CORPORATION (INDIA) PVT. LTD.

Mcnally Bharat, Indure, Macawber Beekay, DCIPS, a) Clinker Grinder L&T, UCC, AS PER OEM STANDARD

Mcnally Bharat, Indure, Macawber Beekay, DCIPS, b) Jet Pump L&T, UCC, AS PER OEM STANDARD

NASH ELMO, FLOW TECH PVT LTD., KAKATI, c) Liquid ring Vacuum Pumps * VACUNAIR, AZMEC SRL, UCC, AS PER OEM STANDARD Thermax Pvt. Ltd. , Acco, DCIPS, Flakt (I) Ltd.

Bag Filters / Dust collectors / Dust (ABB), Batliboi, Enviro care, d) Separators FMI, Rathi, Baltech

Atlas Copco, Kirloskar Pneumatic, Ingersoll Rand, Elgi, Denver Gardner e) Screw compressors * Arzener, Kaeser Compressor, Chicago Pneumatic.

Mcnally Bharat, Indure, Macawber Beekay, DCIPS, f) Rotary Conditioners cum Unloader’s L&T, UCC or OEM standard

Kay International, SWAM Pneumatic, Everest, g) Lobe type blowers Kulkarni Sam Industrial Pumps Pvt. Ltd., Indure Warman, h) Ash slurry pumps * Warman, Warman International, METSO Pumps, Greaves, Flowmore , Sala

i) Scoop type fluid coupling Greaves, Voith, Fluidomat

j) HCSD pumps * GEHO, ABEL, Putzmisex

8.00 Coal Handling System * BGR Energy Systems Ltd.

Larsen & Toubro Ltd. McNally Bharat Elecon Engg. Co. Ltd.

TRF Limited a) Paddle Feeders * SANDVIK INDIA Thyssen Krupp FL Smidth

Page 82 of 126

Sl. Equipment BOP Supply Subcontractors No Sempertrans Nirlon, Mumbai

Jonson Rubber Phonix Yule, Kolkata Hilton-Forech b) Conveyor belting * NORTHLAND MRF ORIENTAL RUBBER HINDUSTAN RUBBER

Idlers :- Arudra, Elecon, TRF, MBE, ROLLWELL, MINI STAR, DEVAS ENGINEERING, PRAYAS ENGINEERING

c) Idlers / Pulleys Pulleys :- MBE, Elecon, Arudra, HOLZMAN KOLKATA, PRAYAS ENGINEERING, NEW INDUSTRIAL SYSTEM, MIRAZ ENGINEERING

d) Fixed trippers / Motorised trippers Elecon, TRF, MBE, L&T. BGR Energy

Elecon, New Allenbery Works, Premium Energy e) Gear-boxes Transmission , Flender Ltd., Shanthi, Greaves.

f) Fluid Coupling Premium Energy Transmission, Voith, Fluidomat

Electromag, Bengal Technocrat, Strom Craft, g) Brakes Industries Syndicate.

MMHE, Precession, D.A. Engineers, VIKAS Flap gates / Rod Gates / RACK & h) CONTROLS, PRECISION PROCESSING, HOLTZMAN PINION GATE CONVEYOR SYSTEMS, UNITED TECHNOMECH.

Pull chord switches / Belt sway AG Associates, Mumbai, Jayshree, Pune, Kana i) switches Electronic, Pune

MBE, Metso, Elecon, Electro Zavod, TRF, j) Vibrating Feeder International Combustion, Electromag devices

Elecon, L&T, MBE, TRF, FL Smidth, METSO k) Stacker cum Reclaimer * MINERALS (S & H), TEK KRAFT, SANDVIK INDIA, THYSENKRUPP.

Electro-Zavod, PBL, Eriez, Electromagnetic l) Magnetic Separators industries,

Electromag Devices Ltd., Mumbai, M.R. Equipment, m) Metal Detectors Power Build, Vallabh Vidyanagar, STERLING MAGNET, SHIVA SYSTEMS PVT LTD., PBL

Page 83 of 126

Sl. Equipment BOP Supply Subcontractors No

n) Belt Weighers PBL, TRANSWEIGH, IPA, SCHANK.

Sunrise, Eastman Crusher Pvt. Ltd., Advance o) Coal sampling unit Sampling System.

APC System, F. Harley, KAVERY, Spraying System, Dust Suppression / Dust Extraction / Thermax, AEROVENT, RIECO INDUSTRIES LTD, WRC p) Ventilation System (VENTILATION), AEROVENT (VENTILATION), LAXMI ENGG WORKS (VENTILATION), C DOCTOR.

Main and Auxiliary Cooling Water 9.00 System and Accessories

WPIL, Kirloskar Brothers Ltd., Xylem, JYOTI, a) CW Pumps * MATHER&PLATT, FLOWMORE, FLOWSERVE

GEA COOLING TOWER TECHNOLOGIES PVT b) Induced Draft Cooling towers * LTD,/BGR Energy Systems Limited

Jash Engineering, BSBK, Mcmet, TRIVENI, GMW c) Stop Log Gates ENGG, DURGA ENGG, Macmet

Tyco, Fouress, L&T-Audco, Keystone

R&D Multiples, IL Palghat, KBL, Dembla, Advance d) Butterfly Valves * Valves, Procon Process Control, Hawa,Intervalve, BDK, VAG, Leader, KSB/Fluidline, Venus Valves, Bray, Micon, Crane,

BGR ENERGY SYSTEM LTD., C Doctor and Co. Pvt. 10.00 Ventilation system * Ltd, M/s. SK Systems Pvt. Ltd., M/s. Space Heating and Cooling Pvt. Ltd

11.00 Air conditioning system * BGR ENERGY SYSTEM LTD.,

Fire Protection and Detection system BGR ENERGY SYSTEM LTD., Technofab, UTC 12.00 * Fire,Tyco, New Fire, Unitech, HD Fire

Kirloskar Brothers Ltd., Mather & Platt, Flowmore, Horizontal centrifugal fire water a) MAXFLOW, SAM TURBO, SULZER, KISHORE PUMPS, pumps * VARAT PUMPS, BEACON WEIR, JYOTI, SAM TURBO.

b) Diesel engines * Caterpillar, Cummins, Kirloskar, GREAVES.

Page 84 of 126

Sl. Equipment BOP Supply Subcontractors No

HD FIRE, FIRETECH, NEWAGE, TYCO, KIDDE, SHAH c) Spray Nozzles BHOGILAL,

WINCO, NEWAGE, SHAHBOGILAL, HD FIRE, KIDDE, d) Water Monitors FIRETECH,

WINCO, NEWAGE, SHAHBOGILAL, HD FIRE, KIDDE, e) Hydrant Valves VENUS.

f) Detectors HD FIRE, FIRETECH, TYCO, NEWAGE, KIDDE.

g) Deluge valves KIDDE, HD FIRE.

h) Fire Dampers WILL BE PROVIDED DURING EXECUTION STAGE.

i) Foam concentrate feed pumps ROTODEL, NEMO, DELTA PD, NETZSCH

Aerox Nigen, MVS, EASTERN ELECTROLYSER, 13.00 Hydrogen Generation Plant * CAPITAL CONTROLS, SUKAN ENGINEERS, MOLSIEVE DESIGN LTD., TIANJIN CHINA, HYDROGENICS.

a) Hydrogen Gas Compressors * AS PER OEM STANDARD

BGR Energy Systems Limited. Engineering and 14.00 Fuel Oil System * execution by BGR Energy)

a) Fuel Oil pump * Tushako, Roto Pumps, UT Pumps, DELTA PUMPS.

OTIS, Kone, Thysen Krupp, CITY LIFTS, UT LIFTS, 15.00 Elevators * JOHNSON LIFTS MECASTER, UNIVERSAL, ALI KRAFT (Rack and pinion elevator)

Hercules, Mukund, Anupam, Lifting Equipment & Accessories, Tuobro Furguson, Consolidated Hoist,

Eddy cranes, CENTURY CRANES, TRACTEL TRIFOR 16.00 Miscellaneous Hoists and Cranes * INDIA (P) LTD, ELECTROMECH, GRIP ENGINEERS, UNIVERSAL CONSTRUCTION MACHINERY, TRACTEL, INDEF

Kirloskar, Flowmore, Kishore, Jyoti, MAXFLOW, 17.00 Sump Pumps SAMTURBO, VARAT, WPIL,

Page 85 of 126

Sl. Equipment BOP Supply Subcontractors No

Crompton Greaves Limited, Voltamp Transformers

Auxiliary Transformer / LT limited, Kirloskar Electric Co. Ltd., RayChem, Emco 18.00 Ltd. BHARATH BIJLEE, SCHNEIDER, INTRA-VIDYUT, Transformer * INDCOIL LTD, AMEX – IMPEX, MEGAWIN, TRANSFORMERS & RECTIFIERS LTD., GE PROLEC,

Siemens, Schneider, ABB, Alstom,

CGL, GE, MEGAWIN, SYSTEM CONTROL, JYOTI LTD. 19.00 HT / LT Switch Gear * CONTROL & SWITCH GEAR, CONTROL & SCHEMATICS, SPACE AGE, ELPRO, UNILEC, POWERGEAR

Polycab, KEI Cables, Havells, Finolex, Nicco

UNIVERSAL CABLES, TORRENT CABLES,RPG CABLES,CCI,FORT GLOSTER,GEMSCAB, INCAB,PARMOUNT, GUPTA POWER, DELTON, 20.00 HT / LT / Control Cables * ISHWAR CABLES, DAKSHA ( Only for Control Cable),Tirupati (Only for Control Cable), ROMESH CABLES, ROLLEX, ALPHA COMMUNICATION, KRISHNA ELECTRICAL CABLES, CORDS CABLE, SUYOG ELECTRICAL, THERMO CABLES, PARAMOUNT.

Siemens, C&S Ltd., REEP

21.00 Segregated Phase Bus duct (SPBD) * SPACE AGE, BHEL, ALSTOM, BUSBAR SYSTEM, SCHNEIDER, GLOBE ELECTRICAL, UNILEC,GE,ELPRO STARDRIVE, ELPRO.

Crompton Greaves Limited, Siemens, Kirloskar Electric Co. Ltd., Bharat Bijlee, Alstom

22.00 AC & DC Motors * BHEL, ABB LTD., MARATHON, GE, HITACHI,,TOSHIBA, JYOTI LTD., WEG INDIA LTD, TECO ELECTRIC & MACHINERY ( P) Ltd., HYOSUNG, HYUNDAI.

Crompton Greaves Limited, Rotork Controls, Limitorque, Auma 23.00 Electric Motor Actuators BEACON, TECHNO-MECH, ACTUATORS INDIA,PRECISION,HMTCONTINENTAL PROFILES.

Page 86 of 126

Sl. Equipment BOP Supply Subcontractors No

Illumination system / Lighting Philips, Bajaj,Crompton Greaves Limited, Wipro 24.00 Fixtures * SURYA, SPACEAGE, THORN, BALIGA, FCG.

Technofab, Anand Udyog, Patny Systems, Sterlite

INDIANA,DOLPHININDUSTRIAL,PERFORATORS, 25.00 Cable trays METTALITE, VATCO, JAMNA METAL, GLOBE ELECTRICAL, MAHAVIR, BARODA GALVANISERS, NIRMAL ENGG. PAREKH ENGINEERS, AV ENGINEERS, RATAN ENGINEERING PROJECTS, RUKMANI, VATCO.

26.00 Proximity switches JAYASHREE, AW, AG

Siemens, L&T, Havells, Schneider

27.00 LT Isolators GEC, ALSTOM, NGEF, COOPER BUSHMAN, STANDARD,CGL, MDS.

Siemens, L&T, C&S, Control & Schematic

28.00 Control panels/ Lighting panels/ JB’s GE POWER,SCHNEIDER, SPACE AGE, CONTROL & SCHEMATICS, ELPRO, UNILEC, VIDYUT CONTROLS, PYROTECH ELPRO, POWERGEAR, POSITRONICS.

Siemens, L&T, C&S, Schneider

29.00 Power Contactor/ Auxiliary Contactor BCH, TELEMECHANIQUE & CONTROLS (I) LTD., GE POWER CONTROLS, ABB

Siemens, Schneider, ABB, Alstom 30.00 Protection Relays for Switchgear JYOTI, ESSUN RAYROLLE,GE, GEC,L&T, CSEG

Siemens, Schneider, ABB, L&T

31.00 Auxiliary Relay TELEMECHNADINE, BCH,CGL, SPACEAGE, HYUNDAI, JYOTI, ESSUN RAYROLLE, GE

Siemens, Schneider, ABB, L&T

32.00 Thermal O/C Relays TELEMECHNADINE, BCH,CGL, SPACEAGE, HYUNDAI, JYOTI, ESSUN RAYROLLE, GE

Siemens, C&S Ltd., L&T, Schneider

HENSEL, HONEYWELL, TELEMECHANIQUE, AE, GEC, 33.00 Push Buttons/Indicating Lamp ALSTOM, RISHAB, IMP,MECO, BCH, TELKNIC, VAISHNO, RAAS CONTROL.

Automatic Electronic, MECO, Rishab, Siemens 34.00 Meters GEC,ALSTOM,L&T,IMP, ENERCON,SILKANS

Page 87 of 126

Sl. Equipment BOP Supply Subcontractors No

Siemens, Crompton Greaves Limited, ABB, Alstom

PRAGATI, AE, ABB, ASEA, JYOTI, KAPPA, GILBERT & 35.00 CT/PT MAXWELL, PRECISE ELECTRICALS, PRAYOG, ECS, SIEMENS, AVK-SEG & CONTROLS

BGR ENERGY SYSTEMS LIMITED.

BHEL, WS INDUSTRIES LTD, TELK, ELPRO

Switchyard Equipment and INTERNATIONAL, OBLUM ELECTRICALS, LAMCO, IEC, 36.00 Accessories * BIRLA NGK, MODERN INSULATORS, JSI, GR POWER SWITHGEAR, HEVELM, SWITCH GEAR & STRUCTURE, MULLER, ELECTROLITE, EASUN REYROLLE,

37.00 Instrumentation and Controls

Pyro Electric / Rittal / Pyrotech / Chemin / Schneider a) Electronic control panels / Manisha Enterprises

Shinkawa (Forbes Marshall) / Bently Nevada (GE) / b) Vibration Monitoring System * Vibrometer (Meggitt India) / (Rockwell) / Bruel & Kjaer / Provibtech

Fisher Sanmar / Arca Valves (Forbes) / Forbes Marshall / IL / Kitamura Japan (Tyco Valves) / c) Control Valves Masoneilan-Dresser / Fouress / MIL Controls / Severn Glocon / ABB

d) E/P Converter n / Moore Controls / MTL / Yokogawa / ABB / Eckardt or as per OEM standard

e) Solenoid valves Vickers / Rotex / Schrader / Rexroth / Avcon

Pressure Transmitters, Differential ABB / Honeywell / Emerson / Yokogawa / E&H / M- f) Pr. Transmitter and Temperature Systems Transmitter level transmitter

Mass Flowmeters - ABB / E&H / Emerson / Forbes Marshall / Honeywell Ltd. / Yokogawa

g) Flowmeters Ultrasonic - Forbes Marshall / Yokogawa / Emerson Process Management

Magnetic - ABB / E&H / Forbes Marshall / Yokogawa

Flow meter Turbine type / vortex n Flowmeter / Hartmann Braun / Emerson / Bopp & h) type / Positive Displacement type / Reuther / Forbes Marshall (Krohne) / KOBOLD / Annubar type with Integrated Flow Oval Corporation / ESPL / Toshniwal /

Page 88 of 126

Sl. Equipment BOP Supply Subcontractors No Transmitter

Ashcroft / Forbes Marshall / General Inst Consortium / Waaree / Wika / Fiebig Manometer / i) Pressure Gauges / DP Gauges Switzer / AN Instruments / Goa Thermostatic / PYROELECTRIC, BAUMER, PUNE TECHTROL.

ft / Forbes Marshall / General Inst Consortium / j) Temperature Gauges Waaree / Wika / Fiebig Manometer / Switzer Instruments / AN Instruments / Goa Thermostatic, PYROELECTRIC, BAUMER k) Pressure / DP Switches

l) Flow switches ft / Switzer Instruments / Waaree / SOR / Indfoss / Goa Thermostatic / Trafag m) Temperature Switches

n) Level Switches Levcon / Magnetrol / V-Automat, PUNE TECHTROL

Chemtrols Engg. Pvt Ltd / E&H / Levcon Instruments Pvt. Ltd / Level State System, UK / Magnetrol / Nivo o) Level gauges Controls Ltd / SBEM Pvt Ltd / Nevelco / V-Automat / DK Instruments

Detriv Instruments / General Inst Consortium / Pyro p) Thermocouples / RTD Electric (Goa Thermostatic) / Sanmur Controls / Tempsen Device / Waaree

Programmable Logic Controllers ABB / GE IP / Allen Bradley (Rockwell) / Siemens / q) (PLC) Schneider / Honeywell

Daniel Flow Products Inc. / IL / Micro Precision / GIC r) Flow Orifices, Nozzles and Venturi / ESPL

s) Impulse Pipes/Tubes

t) Compression Fittings Placka Instruments & Controls / Swagelok / Excel Hydro/ Astec Instruments / Fluid Controls / u) Copper Tube Precision Engineering / Technomatic / Parker / Metpress / Wesmec v) Instrument Valves

w) Valve Manifolds

x) PCs, Work Stations, Industrial laptops Compaq / IBM / HP / Dell y) ers HP / Cannon / Epson

Page 89 of 126

Sl. Equipment BOP Supply Subcontractors No

Electronic Indicators / Controllers / Honeywell, ABB, Yokogawa, Fuji, Laxsons, z) Microprocessor Based Recorders / Camille Bauer, Eurotherm Receiver Indicator

Masonelian / Magnetrol / YBL / Chemtrols / V- aa) Level Transmitters (Displacer Type) Automat / Levcon

Level Transmitters (Ultrasonic, Radar bb) E&H / Emerson / Kistler Morse / EIP Enviro type)

cc) 3D Level Scanner Binmaster / APM / K-TEK of USA

ABB / Eureka Industries / Instrumentation Engs / dd) meter Krohne / Placka

mentation Cables, Thermocouple Delton / Cords Cables / Lapp Kable / Toshniwal / ee) extension & compensating cables, Thermo Cables / Poly Cab / Suyog Electricals / Optical Fibre Cables Belden / Gupta Power

Baliga / Ceag Flame Proof Control Gears / Flexpro Electricals / Rittal / Chemin / Pyrotech / ff) ment Junction Boxes Pepperl & Fuchs / Schneider / Manisha Enterprises

gg) Glands Comet Brass Product / Baliga / SMI

hh) lter Regulator Placka / Shavo Norgen / Masoneilan

ABB / Emerson (Fisher) / Spirax sarco, Samson, ii) tors: Pneumatic operated Keystone / Rotex / Festo

jj) tors: Motor operated Auma / Rotork / Limitork / EMG.

kk) Electrical Panel Meter (Ammeter, Automatic Electric, Meco, ABB Voltmeter)

IL / Chemin / Pyrotech / Rittal / Manisha ll) LIE / LIR / LCP / Gauge Board Enterprise

OEN / Phoenix / L&T / Omron / Jyoti / mm) s Paramount

nn) Annunciation System Minilec / Procon / Aplab

oo) inal Blocks Elmex / Phoneix / Wago / Weidmuller

Siemens / ABB / Meco / Automatic Electric / pp) ducers Honeywell / GE Sensing / Alstom

Kaycee, Siemens, Alstom, L&T, Schneider, ABB, qq) tor Switches & Control Switches GE

Emerson / Fuji / DB Power / Hi-Rel / Aplab / APC rr) erruptible Power Supply / Keltron / Novateur Electrical & Digtial Systems

Page 90 of 126

Sl. Equipment BOP Supply Subcontractors No

ss) ry for UPS HBL Nife / Exide / Amco / Amara Raja

ADDITIONAL SUB CONTRACTORS LIST

Sl. Equipment BOP Subcontractors No L&T

ELECON 1. RING GRANULATOR MC NALLY BHARAT TRF THYSSEN KRUPP ELECON

INTERNATIONAL COMBUSTION THYSENKURUPP 2. VIBRATING GRIZZLY SCREEN MCNALLY BHARAT ELCTROZAROD TRF HOSCH

3. BELT CLEANER BMH CONCARE SPILLBAN CONVEYOR SKF

NBC

NORMA FAG 4. BEARINGS KOYO ZKL NTN COOPER SPRAYING SYSTEM (I) PVT. LTD., BANGALORE

PROJECTS & CONTROL, KOLKATA

WRC ENGINEERING, GUJRAT

APC SYSTEMS PVT LIMITED, KOLKATA 5. PLAIN WATER TYPE DUST SUPPRESSION SYSTEM KAVERI CHEMTROLS, WRC F. HARLEY SPRAYING SYSTEM (I) PVT. LTD., BANGALORE 6. DRY FOG SYSTEM APC SYSTEMS PVT LIMITED, KOLKATA

Page 91 of 126

Sl. Equipment BOP Subcontractors No WRC ENGINEERING, GUJRAT F.HEARLY COMPANY PVT LTD, KOLKATA. KAVERI PROJECTS AND CONTROLS CHEMTROLS, WRC ULTRATECH LTD.

ACC LTD. SANGHI CEMENT

SIDHEE CEMENT AMBUJA CEMENT CEMENT 7. SHREE DIGVIJAY CEMENT SAURASHTRA CEMENT HMP CEMENT BHARATHI CEMENT JAYPEE CEMENT, MYHOME CEMENT SAIL

JSW STEEL

TATA STEEL

RINL

ESSAR STEEL SUJANA METAL PRODUCTS / SUJANA TOWERS

8. REINFORCEMENT STEEL SHYAM STEEL SRMB LIMITED JINDAL STEEL & POWER LIMITED JAI BALAJI SAGAR – TATA STEEL SHRI BAJARANG SUL (SRMB) SAN VIJAY SAIL

JINDAL STEEL & POWER LIMITED

RINL (MS RODS) ESSAR STEEL

SUJANA METAL PRODUCTS / SUJANA TOWERS JSW STEEL 9. STRUCTURAL STEEL SANVIJAY JINDAL STAINLESS STEEL (SS PLATES) SHYAM STEEL (MS RODS) WELSPUN MONNET ISPAT ARCELOR MITTAL

Page 92 of 126

Sl. Equipment BOP Subcontractors No BAO STEEL THYSSENKRUPP OUTOKUMPU HYUNDAI DAEWOO CORUS NIPPON STEEL DUFERCO ASIA LLYICH SEVERSTEL MAHAMAYA STEEL KBL

MATHER & PLATT FLOW MORE 10. FIRE WATER PUMPS MAXFLOW SAM TURBO JYOTI

KOEL GREAVES 11. DIESEL ENGINE CUMMINS CATERPILLAR INGERSOLL RAND

CHICAGO PNEUMATIC

12. AIR COMPRESSOR KIRLOSKAR PNEUMATIC ATLAS CAPCO ELGI

R&D MULTIPLES

HAWA VALVES

CRANE

AUDCO

13. BUTTERFLY VALVE INTERVALVE KEYSTONE BDK AV VALVES FOURESS KSB / FLUIDLINE

LEADER VENUS 14. GATE /GLOBE / CHECK VALVE BDK AV VALVES H-SARKAR

Page 93 of 126

Sl. Equipment BOP Subcontractors No HAWA VALVES FOURESS CHEMTEK, GM ENGG, LEVCON MICROFINISH OSWAL R&D MULTIPLES LEADER VALVES DEMBLA MICON DURGA ENGG.

FLOWTECH FLOWMORE 15. STRAINER (BASKET & Y-TYPE) PROCEDYNE FILTERATION

WINCO NEWAGE 16. HYDRANT VALVES SHAHBOGILAL HD FIRE WINCO

NEWAGE

17. WATER MONITOR SHAHBOGILAL HD FIRE KIDDE WINCO

18. BRANCH PIPE WITH NOZZLE NEWAGE SHAHBOGILAL JAYSHREE

CHATTARIYA

19. FIRE HOSE NEW AGE SHAH BOGILAL WINCO KIDDE 20. DELUGE VALVE HD FIRE HD FIRE

FIRETECH

21. SPRAY NOZZLES NEWAGE TYCO KIDDE 22. QB DETECTOR / SPRINKLER HD FIRE

Page 94 of 126

Sl. Equipment BOP Subcontractors No FIRETECH TYCO NEWAGE KIDDE

ROTODEL NEMO 23. FOAM PUMP DELTA PD, NETZCH HD FIRE

24. FOAM PROPORTIONER & CHAMBER FIRE TECH NEWAGE NEW AGE

25. FOAM GENERATOR ZENITH HD FIRE SAFEX

MINIMAX

KANEX CEASE FIRE 26. FIRE EXTINGUISHER USHA FIRE NATIONAL FIRE ARMOUR ZENITH KANADIA

KIDDE

AGNICE

UNITECH MACHINES

TYCO

27. FIRE ALARM & DETECTION SYSTEM MINIMAX TECHNOFAB RELIANCE ENGINEERING MEHTA & ASSOCIATES SIEMENS ION EXCHANGE

DOW CHEMICALS 28. ION EXCHANGE RESINS PUROLITE THERMAX ROHM&HAAS K-PACK SYSTEMS

PARAMOUNT 29. OIL SEPARATOR KROFTA, ULTRASEP

Page 95 of 126

Sl. Equipment BOP Subcontractors No

TRIVENI ENGINEERING

FIL-SEP ENGINEERS SOLID CONTACT CLARIFIER & 30. WASTEWATER ENGG. CLARIFLOCCULATOR VOLTAS KUNAL ENGG,

GEO MILLER

MM AQUA

31. INCLINED SETTLER TYPE OF CLARIFIER ENVIRO CONTROL ASSOCIATES KROFTA, GUDDI K PACK GUDDI PLASTCON 32. LATERALS / NOZZLES VP ENGINEERS

ANTICO

ANALA PUMPS 33. ACID/ALKALI UNLOADING PUMPS SHAPO TOOLS MATHER&PLATT, JOHNSON CEECONS PROCESS

MECON ENGG. SJ INDUSTRIES

34. AGITATORS / MIXERS REMI FIBRE & FIBRE PRODUCTS AGRO ALLIED ACCESSORY, POSITIVE MIXTURES

BGR ENERGY SYSTEMS LIMITED

VESSELS (MSEP/MSRL/FRP/ RESIN ACE, ATS CHEM, CRYSTAL ENGG, UHE, ISHAN, KEC, 35. TRAP/CARBON TRAP) PAALSUN, CREATIVE COMPOSITES, SRIRAM, MALIGA, VARUNA, CRYSTAL ENGG

PROCESS PUMPS

KISHORE

SAM TURBO 36. HORIZONTAL CENTRIFUGAL PUMPS KSB MATHER & PLATT FLOWMORE FLOWSERVE, Page 96 of 126

Sl. Equipment BOP Subcontractors No SPX-JOHNSON VARAT, WPIL MILTONROY INDIA (P) LTD

SWELORE ANALA

PROMINENT FLOWSERVE 37. METERING /DOSING PUMPS SHAPO TOOLS VK PUMPS POSITIVE METERING PSI ENGG SWELLORE KISHORE PUMPS

FLOW MORE SAM

38. SUMP PUMP VARAT PUMPS KBL WPIL GRUNDFOSS ROTO PUMPS

ALPHA HELICAL PUMPS 39. SCREW PUMPS HYDRO PROKAV TUSHACO PUMP SEEPEX KULKARNI POWER TOOLS

KAY ENGG. WORKS SWAM PNEUMATICS 40. AIR BLOWER (LOBE TYPE) BETA ROOTS EVEREST TRANSMISSION KULKARNI POWER TOOLS

FANTECH

41. BLOWERS (CENTRIFUGAL) TC – NADI CONTINENTAL THERMAL SWAM PNEUMATICS BDK

FOURESS INDIAN VALVE 42. PLUG VALVE NSSL FISHER-XOMOX SANMAR L & T Page 97 of 126

Sl. Equipment BOP Subcontractors No GM ENGG, MICON FISHER XOMOX

PRECISION BDK

VAAS INDUSTRIES LTD.

FLOCON A.V VALVES

LEADER ROTEX

43. BALL VALVES R&D MULTIPLES HAWA VALVES VENUS VALVES GM ENGG, BRAY, DEMBLA, HP VALVES, KSB/FLUIDLINE MICON

TELEFLO STRAINERS MULTIPLEX ENGRS

PROCEDYNE HAWA ENGINEERS STRAINERS 44. FIL-SEP ASTRAL GRAND PRIX FLOWTECH ENGINEERS BK EQUIPMENTS GREAVES LIMITED

FLENDER MACNEILL GEARS LTD.

HELICON GEAR BOX ELECON ENGG. LTD. 45. NEW ALLENBURY WORKS PREMIUM ENERGY TRANSMISSION LTD BONFIGLIOLI SHANTI

SPIRAX PRESSURE REDUCING VALVE OMMA 46. SANMAR FAINGER LESSER

Page 98 of 126

Sl. Equipment BOP Subcontractors No

VICKERS (PRESENTLY CALLED AS EATON)

47. HYDRAULIC ACTUATOR / CYLINDER VELGIN REXROTH BOSCH EQUIVALENT AS PER VALVE VENDOR’S STANDARD

SCHRADER & DUNCAL NUCON

XOMOX ASCO PNEUMATIC ACTUATOR / CYLINDER 48. ROTEX AUTOMATION LTD IL, PALGHAT THE PRECISION PROCESSING CO. AVCON EQUIVALENT AS PER VALVE VENDOR’S STANDARD EMERSON

ABB YOKAGAWA 49. TRANSMITTERS HONEYWELL SBEM SIEMENS ENDRESS & HAUSER

FORBES MARSHAL

GE

50. FLOW METERS NIVO CONTROL ABB EMERSON EUREKA GIC

WIKA PRECISION

AN INSTRUMENTS WARREE

51. PRESSURE GAUGES / DP GAUGES INDOSONIC INSTRUMENTS, MUMBAI H-GURU PUNE TECHTROL GOA THERMOSTATIC, BAUMER, PYROELECTRIC,

PYROELECTRIC ANI 52. TEMPERATURE GAUGES GIC WIKA Page 99 of 126

Sl. Equipment BOP Subcontractors No INDOSONIC INSTRUMENTS, MUMBAI BAUMER SWITZER

GIC

53. PRESSURE / DP SWITCHES INDFOSS PYROELECTRIC GOA BAUMER SWITZER

KROHNE 54. FLOW SWITCHES CHEMTROL TRAC PUNE TECHTROL SWITZER

55. TEMPERATURE SWITCHES INDFOSS PYROELECTRIC GOA LEVCON

SB ELECTRO SBEM

NEVELCO PUNE TECHTROL 56. LEVEL GAUGES (FLOAT / DISPLACER TYPE) SIGMA CHEMTROL V-AUTOMAT DK INSTRUMENT SCIENTIFIC DEVICES. LEVCON

CHEMTROL

PUNE TECHTROL

57. LEVEL GAUGES (REFLEX TYPE) GIC V-AUTOMAT NEVELCO SCIENTIFIC DEVICES.

GIC PYROELECTRIC 58. THERMOCOUPLES / RTD DETRIEV TEMPSEN ROSEMOUNT

59. I/P CONVERTERS ABB MOORE MIL

60. CONTROL VALVES ABB DEMBLA Page 100 of 126

Sl. Equipment BOP Subcontractors No IL DRESSER FISHER XOMOX MICRO PRICISION

ILP ESPL 61. ORIFICE GIC STAR MECH EUREKA LEVCON

CHEMTROL SB ELECTROMECH 62. LEVEL SWITCH NEVELCO V-AUTOMAT PUNE TECHTROL, CHEMTROL

MASONEILAN AUTOMAT

63. DISPLACER TYPE LEVEL TRANSMITTER NEVELCO SBEM PUNE TECHTROL, SCIENTIFIC DEVICES YOKOGAWA

EMERSON HACH 64. ANALYSERS FORBES MARSHAL AMETEK ABB ASCO

65. SOLENOID VALVES ROTEX AVCON SULZER

PEI

KSB KIRLOSKAR 66. HIGH PRESSURE PUMPS FLOWSERVE BEACON WEIR MATHER & PLATT GRUNDFOSS DOW

67. UF MEMBRANES NORIT KOCH Page 101 of 126

Sl. Equipment BOP Subcontractors No TEAM –MEMBRANE HITECH HYDRANAUTICS IMT DOW

68. RO MEMBRANES HYDRANAUTICS TORAY

CODELINE ADVANCE COMPOSITE 69. RO PRESSURE VESSEL UKL AQUANOMICS NANDHI MARKETING

GEO CATRIDGE

GOPANI

70. RO CATRIDGE FILTER PENTAIR AVENTURA ISHA ENGG MBE COAL & MINERAL TECHNOLOGIES JASH

71. SLUICE GATES VENUS VALVES DURGA ENGG. AMBICA

GLOBAL ADSORBENTS

72. FILTER MEDIA NKT BLUESTONE AGENCIES PEBBEL STONE ASTRAL

73. CPVC VALVES & FITTINGS GEORGE FISCHER GLYNWELD

VISHNU SAI

ARUL RUBBER-CHENNAI

KARTHICK ENGG

ATS CHEM

74. RUBBER LINING / PIPING SALEM RUBBER ACE ENGG LEBRACS VARUNA MIL

HITACHI ABB 75. VFD DANFOSS L & T Page 102 of 126

Sl. Equipment BOP Subcontractors No SCHNEIDER BDK

KSB/ FLUIDLINE

CRANE PROCESS FLOW TECH FLOWWAY 76. DIAPHRAGM VALVE (MANUAL/ AUTO) PROCON ADVANCE VALVES GM ENGG HAWA ENGG

77. AIR CONDITIONING SYSTEM BGR ENERGY SYSTEMS LIMITED

BLUE STAR

C.DOCTOR AEROVENT 78. WET VENTILATION SYSTEM AIRLINK HYDERADBAD POLLUTION CONTROL SK SYSTEMS ADROIT KHAITAN

AIRLINK ADROIT

AEROTHERM 79. VENTILATION FANS INDUSTRIAL FANS NADI NUTECH KRUGER ALMONARD CARRIER

VOLTAS BLUE STAR

80. CHILLER UNITS KIRLOSKAR TRANE YORK HITACHI EMERSON

VOLTAS BLUE STAR 81. DX UNITS CARRIER HITACHI ETA CARRIER

82. PACKAGE/SPLIT/WINDOW UNITS VOLTAS BLUE STAR

Page 103 of 126

Sl. Equipment BOP Subcontractors No HITACHI LG SAMSUNG DAIKIN CITIZEN

ZECO 83. AIR HANDLING UNITS TRAC FUJICO CARYAIRE CARRIER MAXFLOW

BEACON

FLOWMORE CHILLED WATER AND CONDENSER WATER SAM TURBO 84. PUMPS KSB SULZER VARAT PUMPS MATHER & PLATT

BHEL ABB

WS INDUSTRIES LTD 85. 400 KV CT/VT/CVT TELK CGL ALSTOM (AREVA T & D) SIEMENS (FOR CVT) ELPRO INTERNATIONAL

OBLUM ELECTRICALS

WS INDUSTRIES LTD

86. 400 KV LIGHTING ARRESTER CGL AREVA T&D ( ALSTOM) ABB LAMCO

WS INDUSTRIES LTD ALSTOM (AREVA T & D)

IEC 87. 400 KV BPI/HPI/DISC INSULATORS BIRLA NGK BHEL MODERN INSULATORS JSI GR POWER SWITHGEAR

ABB 88. 400 KV ISOLATORS SIEMENS HEVELM SWITCH GEAR & STRUCTURE

Page 104 of 126

Sl. Equipment BOP Subcontractors No MULLER ELECTROLITE ELPRO INTERNATIONAL KIRON POWERGEAR ALSTOM (AREVA T&D) BHEL

ABB SIEMENS 89. 400 KV CIRCUIT BREAKER CGL AREVA T&D ( ALSTOM) TELK DIAMOND WIRES

MODERN MELLEABLE

APAR INDUSTRIES RAM SWAROOP ELECTRICALS

BHART WIRES & ROPES KEI

HVPL SWITCHYARD CONDUCTORS (ACSR) & 90. CGL EARTH WIRES WSI SMITA OMERGA BEC HIRAN ALUMINIUM JK INDUSTRIES STERLITE BALCO

91. IPS TUBE INDAL HINDALCO ALSTOM (AREVA T & D)

ABB SIEMENS 92. SEWITCHYARD CONTROL & RELAY PANEL EASUN REYROLLE SCHNIDER GE CONSUMER AND INDUSTRIAL ABB LTD.

SIEMENS LTD. ALSTOM (AREVA T & D) 93. SCADA SCHNEIDER ELECTRIC GE EASUN REYROLLE 94. PA SYSTEM ABB Page 105 of 126

Sl. Equipment BOP Subcontractors No PHILIPS SIEMENS BPL TELECOM TATA TELECOM ERICSSON ACCORD COMMUNICATION HCL ALCATEL

PHILIPS

SIEMENS HONEYWELL 95. TELECOMMUNICATION EQUIPMENT BOSCH TATA TELECOM BPL TELECOM ABB ABB

BHEL 96. PLCC SIEMENS (FOR DIGITAL PLCC) BPL ALSTOM (AREVA T&D) CONTROL & SWITCHGEAR

ANDREW YULE SPACEAGE SWITCHGEAR 97. MARSHALLING KIOSKS / JB ENTERPRISING ENGINEERS MIKA ELECTROCONTROLS BCH SIEMENS,

ABB

SEMS

98. TARIFF METERING L&T SECURE, ELSTER, SCHNEIDER

RASTRIA UDYOG KLEMMEN ENGG

AARPEE ASSOCIATES PVB ENTERPRISES SWITCHYARD HARDWARE (CLAMPS & 99. TYCO CONNECTORS) FRAMETOME IAC ELECTRICALS LTD EXALT ENGG MEGHA 100. HOTLINE INSULATOR WASHERS ALTEC,

Page 106 of 126

Sl. Equipment BOP Subcontractors No AB-CHANCE RICHARDSON & GUDAS

UTKAL

BARODA STRUCTURALS TRIVENI

KALPATRU TECHNO ENGG. 101. STRUCTURES MV ENGG. METALLITE ASTER, ATAN ENGG, RUKMANI VATCO RASHTRIYA UDYOG

INTERNATIONAL TRANSFMISSION PRODUCTS 102. INSULATOR HARDWARE MODERN MELLEABLES TYCO EMC

Page 107 of 126 ANNEXURE – III D

Sl.No Services BOP Sub-Contractors BGR ENERGY SYSTEMS LTD.,

L&T ECC, M/s Indwell Constructions Pvt. Ltd., M/s Power Mech Projects Pvt Ltd GENERAL MECHANICAL WORKS, BARODA,

PETRON CIVIL ENGG LTD., MUMBAI, SUNIL HITECH ENGINEERS LTD., L&T ECC, CHENNAI,

BRIDGE & ROOF CO (I) LTD., CALCUTTA, SIMPLEX CONCRETE PILES (I) LTD., MUMBAI, TATA PROJECTS LIMITED – HYDERABAD,

HARJI ENGINEERING WORKS (P) LIMITED, SATNAM GLOBAL INFRPROJECTS LIMITED, STEWARTS AND LLYODS INDIA LIMITED,

NEWTON ENGINEERING, EDAC ENGINEERING, OCTAMEC ENGINEERING,

Structural Steel GEODESIC TECHNIQUES PRIVATE LIMITED, 1. Erection Contractor TECHNO FAB, SIMPLEX ENGG. & FOUNDARY WORKS PRIVATE LIMITED, BHILAI ENGINEERING WORKS, UB ENGINEERING, OFFSHORE INSTRUCTURES LIMITED, IOT ANWESHA ENGINEERING & CONSTRUCTION LIMITED, PRIME GROUP, RELIABLE HI-TECH INFRASTRUCTURES PVT. LTD., SPAN ERECTORS PRIVATE LIMITED, ZUBERI ENGINEERING COMPANY, SAVITHA CONSTRUCTIONS PRIVATE LIMITED, KARPARA STEEL PRIVATE LIMITED, SANGHA ERECTORS, S & G, FARIDABAD, AARATHI INFRA-PROJECTS PVT LIMITED, DYNAMIC SS ENGINEERING CO.PVT.LTD, BRIDGE & ROOF. BGR ENERGY SYSTEMS LTD.,

Mechanical Erection (Additional Sub-contractors shall be informed during execution 2. Contractor stage) L&T ECC, Petron BGR ENERGY SYSTEMS LTD.,

(Additional Sub-contractors shall be informed during execution stage) General Civil and Gammon, HCC, L&T ECC 3. Building Work SIMPLEX INFRASTRUCTURE LIMITED , NEW DELHI, BRIDGE & ROOF CO (I) LTD., CALCUTTA, JMC PROJECTS, NOIDA, L & T ECC, CHENNAI, Page 108 of 126

SHAPOORJI PALLONJI & CO PVT LTD., MUMBAI, HINDUSTAN CONSTRUCTION CO. LTD., MUMBAI, PETRON CIVIL ENGG LTD., MUMBAI, GAMMON (INDIA) LIMITED , MUMBAI, CHOPRA BROTHERS INDIA LIMITED , HARYANA, ASIA ENGINEERING PRIVATE LIMITED , CHENNAI, NAGARJUNA CONSTRUCTION INDIA LIMITED, HYDERABAD, JPS BUILDERS & CONTRACTORS, HARYANA, GANNON DUNKERLY & CO LIMITED, SKYLINE ENGINEERING CONTRACTS (INDIA) PVT LTD, SNC POWER CORPORATION PVT LTD , EAST COAST METALS & MINERALS PRIVATE LIMITED, I.D.T.C LTD., MUMBAI, GOODWILL, KOTA, J.R. CONTRACTOR, SURATGARH, DHANIRAM CONTRACTOR, SURATGARH, ERA GROUP, NEW DELHI, CONSOLIDATED CONSTRUCTION CONSORTIUM LIMITED , CHENNAI, SEW INFRASTRUCTURE LIMITED , HYDERABAD, VIJAY NIRMAN COMPANY PVT LTD , NAGPUR , IVRCL , PUNE, BSBK PRIVATE LIMITED, BHILAI , COASTAL PROJECTS LIMITED , BANGALORE , BYGGING INDIA, AAKAMAI CONSTRUCTION, BRIDGE & ROOF, BSBK ENGG, EAST COAST CONSTR, EAST COAST METALS & MINERALS, JMC PROJ, MP ASSOCIATES & CONTRACTORS, SKYLINE ENGG CONTRACTS, CHOPRA BROTHERS, ASIA ENGINEERING, SNC POWER CORP, ERA GROUP, CCCL, VIJAY NIRMAN, COASTAL PROJECTS. BGR ENERGY SYSTEMS LTD., (Additional Sub-contractors shall be informed during execution 4. Chimney Work stage) Gammon, HCC, L&T ECC BGR ENERGY SYSTEMS LTD, Electrical Erection (Additional Sub-contractors shall be informed during execution 5. Contractor stage) L&T ECC, BGR ENERGY SYSTEMS LTD.,

C&I Erection (Additional Sub-contractors shall be informed during execution 6. Contractor stage) ADS Corporation, L&T ECC, Siemens, Chemin, EDAC BGR ENERGY SYSTEMS LTD (Additional Sub-contractors shall be informed during execution 7. Cable Contractor stage) L&T ECC

Page 109 of 126

ANNEXURE IV

Page 110 of 126

PRICE BID FORMAT

Note 1. Rates to be firm and fixed for 4 years from the bid submission date 2. Rate all inclusive except Service Tax @12.36% and out of pocket expense. 3. Depending on requirement, Owner at its own discretion will operate the above line items.

Shop Inspector – Resident - Man- month basis ( Man-day x 26 days)

Estimated

Inspection Man-month Amount A Shop Inspector – Resident Periods in Man- Rate (Rs) months

A1 Boilers and its accessories 20 -

A2 Steam Turbines and its accessories 18 -

A3 Generators and its accessories 4 -

A4 Steam Turbines and its accessories (Germany) 18 -

A5 Generators and its accessories (Germany) 4 -

Sub Total 64 - Shop Inspector – On call basis Estimated Inspection B Equipment Name/Spec Man-day rate Periods in Man- days

B Project co-ordinator 100 -

B1 Fly Ash handling system 267 -

B2 Bottom Ash handling system 267 -

B3 Belt conveyor 201 -

B4 Ball Mill 201 -

B5 Coal handling system 45 -

B6 ESP 36 - B7 FGD system Page 111 of 126

68 -

B8 Pulveriser 23 -

B9 Heat Exchanger 102 -

B10 Stacker and Reclaimer 54 -

B11 Feed water tank 9 -

B12 Boiler feed water pump 14 -

B13 Booster Pump 102 -

B14 CW pumps 14 -

B15 Condensate pump 168 -

B16 Vacuum pump 9 -

B17 General service pump 9 -

B18 Compressor 102 -

B19 Induced Draft Fan 14 -

B20 Forced draft fan 14 -

B21 Primary Air Fan 14 -

B22 Control Valves 9 -

B23 Safety valves 9 -

B24 HP/MP valves 9 -

B25 Gantry Cranes 14 -

B26 Main Building Steel structure 18 - Alloy Piping (main steam, B27 reheat steam, HP feed water) 30 -

B28 Carbon Piping 14 -

B29 Pipe support & hangers 9 -

B30 Oil firing and oil tank 9 -

B31 Cycle Makeup Treatment System 9 -

B32 Steam Cycle Sampling and Analysis Equipment 14 - Page 112 of 126

B33 Chemical Feed Equipment 9 -

B34 Generator Circuit breaker 14 -

B35 DCS 9 -

B36 Generator Setup transformer 18 -

B37 Auxiliary Transformer 18 -

B38 Standup / Standby Transformer 18 -

B39 LV transformer 14 -

B40 MV and LV motors 14 -

B41 GIS 14 -

B42 MV switchgear 14 -

B43 LV switchgear 14 -

B44 Isolated Phase Bus 14 -

B45 Diesel Generator 14 -

B46 UPS 9 -

B47 HV Cable 9 -

B48 Battery 9 -

B49 DC & Contol Protection panel 9 -

B50 Excitation Transformer 9 - Reviewer for Vendor List Verification and New C1 Vendor Qualification at Bidders office. 21 -

C2 DQP/ITP Reviewer at Bidders office. 70 -

D1 Shop Inspector – On call basis at site 150 -

2,338 TOTAL IN RS. (A + B + C + D)

Service Tax @12.36% -

GRAND TOTAL -

Page 113 of 126

ANNEXURE V

Page 114 of 126

TERMS AND CONDITIONS OF THE CONTRACT (“WORK ORDER”)

1.1 ENGAGEMENT.

Subject to the terms and conditions of this Agreement, OPGC is engaging the Third Party Inspection Services Consultant, and the Third Party Inspection Services Consultant agrees to provide services as per the terms of the Work Order to OPGC. These terms shall not limit OPGC’s right to perform, or to select others to perform same or similar services.

(a) shall be OPGC’s Representative (“OPGC Representative”) for this Work Order.

(b) The Engagement Manager of the Third Party Inspection Services Consultant shall be _. The Engagement Manager shall be supported by other resources of the Third Party Inspection Services Consultant and support staff as required for timely completion of the Work. In the event of the Third Party Inspection Services Consultant wishes to change the Engagement Manager and/or the team members, for the Work, OPGC shall be duly informed and appropriate approval shall be taken by the Third Party Inspection Services Consultant from OPGC before the Engagement Manager and/or the support staff is taken of the Work. OPGC will have the right to prematurely terminate the Agreement and all outstanding Scope of Work in case of any change in the Engagement Manager and/or the team members, as identified, without OPGC’s approval.

2.1 SCOPE OF WORK (“WORK”)

(a) The Third Party Inspection Services Consultant shall provide services for Work which is placed as Appendix A enclosed herewith.

(b) The Third Party Inspection Services Consultant shall ensure that the Work is performed within the ambit of applicable policies, laws, rules and guidelines in force as amended from time to time.

(c) The Engagement Manager would be expected to be available for meetings/discussions at reasonable notice periods. In the event of the Engagement Manager not being available, a senior manager of the Third Party Inspection Services Consultant acceptable to OPGC shall be deputed for the meeting/discussions. OPGC shall have the right to review the Work with the Engagement Manager and other team members, as required.

(d) The Engagement Manager shall be responsible for monitoring the progress of the Work and notification to OPGC of any potential delays in Work as soon as the Third Party Inspection Services Consultant becomes aware of or ought to be aware of the same.

3. TERMS AND CONDITIONS

(a) OPGC will pay a Fee, as marked in Appendix C enclosed herewith, to the Third Party Inspection Services Consultant for the Work as placed in Appendix A.

Page 115 of 126 (b) The Third Party Inspection Services Consultant shall not seek any revision in the fee to be paid under this Agreement unless there is any material change in the Scope of Work for which it shall require OPGC's prior written approval.

(c) Within seven (7) days of the Effective Date, the Third Party Inspection Services Consultant shall submit Contract Performance Security in the format identified in Appendix D. Contract Performance Security shall have an initial validity of three hundred and sixty five (365) days from the Effective Date and shall be renewed as and when instructed by the Owner as per the terms of the Contract.

(d) OPGC reserves the right to materially change the Scope of Work under this Agreement at a later date within the term of the Agreement. If there is a material change in Work, then there will be a revision of Fee to be paid to the Third Party Inspection Services Consultant based on mutual agreement.

(e) Third Party Inspection Services Consultant shall solely be responsible for payment of any and all taxes, statutory dues, Service charges, cess and any other amounts whatsoever as a result of the performance of services by Third Party Inspection Services Consultant under this Agreement. The Fee is inclusive of all applicable taxes, cess, or any other statutory imposition whatsoever excluding service tax, which shall be reimbursed by OPGC along with the payments under this Agreement after statutory deduction. Any changes in taxes and duties due to change in, or the enactment, promulgation, issuance or entry into law of, any applicable law that occurs subsequent to the issuance of LOA would be pay to the Consultant. All payments to the Third Party Inspection Services Consultant shall be made subject to deductions of income tax, as applicable, under the Income Tax Act, 1961 or Finance Act or any other statutory modification or re-enactment thereof from time to time being in force. OPGC will provide to the Third Party Inspection Services Consultant tax deduction certificates(s). However, if the Third Party Inspection Services Consultant submits a valid certificate from Income Tax Department authorizing non deduction of tax at source, then OPGC shall not deduct TDS when making payments to the Third Party Inspection Services Consultant.

(f) The Third Party Inspection Services Consultant shall not transfer or assign or sub Contract the Agreement or any part thereof or any benefit or interest therein or there under without the written consent of OPGC.

4. TERMINATION.

(a) This Agreement shall be effective from date of signing of this Agreement (“Effective Date”) and shall remain valid till . Thereafter, this Agreement may be extended by mutual agreement in writing. Notwithstanding the foregoing, this Agreement may be terminated by OPGC, with or without cause, upon not less than 7 (seven) days prior written notice to the Third Party Inspection Services Consultant.

(b) Termination shall be effective upon receipt of notice of termination which shall be 48 hours after the dispatch of notice by OPGC or upon the date of termination specified in the termination notice, as applicable.

(c) In case of non-performance by the Third Party Inspection Services Consultant, the Agreement shall be terminated with 30 (thirty) days notice and the OPGC shall have the right to assign the balance Work to any other party at the Third Party Inspection Services Consultant’s cost and risk. Any additional costs incurred by OPGC for such completion of the balance Work, shall be recovered from the security or any dues of this agreement or any other Contract taken by the Third Party Inspection Services Consultant in OPGC.

Page 116 of 126 5. CONFIDENTIAL INFORMATION; PUBLICITY

(a) "Confidential Information" includes any information related to the services being rendered by the Third Party Inspection Services Consultant to OPGC or information furnished by OPGC to the Third Party Inspection Services Consultant for carrying out the study under this Agreement. Third Party Inspection Services Consultant agrees to restrict disclosure of the Confidential Information to those persons involved with performing the services for OPGC on a “need to know” basis. The Third Party Inspection Services Consultant and any persons involved in performing Services for OPGC on the Third Party Inspection Services Consultant’s behalf (hereinafter referred to as “Receiving Party”):

(i) shall maintain the confidentiality of the Confidential Information; (ii) shall not disclose such Confidential Information to any third party without the written approval of OPGC; and (iii) shall only use such Confidential Information for purposes of performing the work under this Agreement.

(b) Each party agrees to keep confidential the existence and terms of this Agreement for a period of one year upon expiry of this Agreement. Third Party Inspection Services Consultant agrees to maintain the confidentiality of Confidential Information at all times, except where disclosure is required to be made to the statutory authorities, and further agrees that each person involved in performing Services for OPGC on Third Party Inspection Services Consultant’s behalf shall be made aware of and shall agree in writing to the confidentiality obligations contained in this Agreement. No press releases or other publicity regarding this Agreement may be issued without OPGC’s prior written consent. Upon termination of this Agreement or at OPGC’s request (whichever occurs first), Confidential Information transmitted in record-bearing media or other tangible form including electronic form, and any copies accessible, shall be either returned to OPGC or destroyed with such destruction certified in writing.

6. REPRESENTATIONS AND WARRANTIES

(a) Third Party Inspection Services Consultant warrants that all services will be performed by qualified personnel in a professional manner. If any services are not in compliance with acceptable standards and is brought to Third Party Inspection Services Consultant’s attention within a reasonable time, then Third Party Inspection Services Consultant agrees to re-perform the services at its cost and expense. Third Party Inspection Services Consultant warrants that all services will be in compliance with all applicable central, state and local laws, orders, rules and regulations.

(b) Third Party Inspection Services Consultant warrants that it shall not place itself in a position which may, or does give rise to a conflict of interest (or a potential conflict of interest) between the interests of the Third Party Inspection Services Consultant with that of the Owner.

(c) Third Party Inspection Services Consultant shall at any point in time be able to justify the authenticity and reliability of any of the assumptions, figures, sources used in preparing the report and arriving at the conclusion.

(d) Third Party Inspection Services Consultant represents and warrants to OPGC that, in performance of its obligations as contained herein, the Third Party Inspection Services Consultant will employ or engage such appropriate personnel and shall alone be responsible for any and all obligations towards such Third Party Inspection Services Consultant Personnel, as specified under any law or as may be determined by any Court or other appropriate forum.

(e) Third Party Inspection Services Consultant agrees to indemnify and hold OPGC and its affiliates, principals, associates, their respective officers, directors, employees and/or agents, harmless from and

Page 117 of 126 against all claims, loss, liabilities, obligations, damages, costs, judgment, lien, suit, dues, cause of action, proceedings, order, demand, liability or actions, and all expenses incidental to the defense of any such claim, proceedings or action, based upon or arising out of this Agreement or breach of any obligations undertaken by Third Party Inspection Services Consultant in this Agreement. The indemnity in this Section shall be in addition to, and not in lieu of, all other legal rights and remedies that OPGC may have and shall survive expiry or termination of this Agreement.

7. RECORDS

(a) Third Party Inspection Services Consultant agrees to furnish to OPGC such information in respect to the services covered by this Agreement at such times and as often as OPGC may reasonably request. At reasonable times and on reasonable notice to Third Party Inspection Services Consultant, OPGC may examine, inspect and copy Third Party Inspection Services Consultant’s files, records, books and documents, which specifically pertain to the subject matter of this Agreement.

8. INDEPENDENT CONTRACTOR

(a) Third Party Inspection Services Consultant is an independent commercial contractor to OPGC. This Agreement does not create any agency, joint venture or partnership between Third Party Inspection Services Consultant and OPGC. Third Party Inspection Services Consultant shall not impose or create any obligation or liability of any kind, express or implied, or make any commercial contracts, promises, representations or warranties on behalf of or in the name of OPGC, or to enter into any obligation binding upon OPGC. Third Party Inspection Services Consultant agrees to indemnify, defend and hold OPGC harmless from and against any cost, expenses or any other liability whatsoever arising from Third Party Inspection Services Consultant’s failure to comply with any obligation under this Section.

9. COMPLIANCE WITH LAWS AND REGULATIONS

(a) Third Party Inspection Services Consultant shall at all times conduct its efforts hereunder in strict accordance with all applicable laws and regulations and with the highest commercial standards. Third Party Inspection Services Consultant shall effect or secure and maintain at its own cost all necessary governmental permits, licenses, approvals and registrations required in connection with the execution or performance of this Agreement. Third Party Inspection Services Consultant shall not engage in any practice or activity with respect to any of the services and assistance rendered by Third Party Inspection Services Consultant under this Agreement which is prohibited or in violation of any applicable central, state or local law in the Territory, or which in the opinion of legal counsel to OPGC is illegal or in violation of any applicable central, state or local law in the Territory. Third Party Inspection Services Consultant agrees with the policy as stated in this Clause, and further agrees that failure by Third Party Inspection Services Consultant or any persons under its responsibility including but not limited to its directors, officers, employees and agents to comply with any provision of this Clause shall constitute just and sufficient cause for immediate termination of this Agreement and thereupon Third Party Inspection Services Consultant shall have no claims whatsoever against OPGC.

10. MISCELLANEOUS

(a) No revision or modification of this Agreement shall be effective unless it is in writing and signed by all parties.

(b) The failure to insist upon the strict performance of any provision of this Agreement or to exercise any right granted under this Agreement, shall not be deemed to be a waiver or relinquishment of the future performance of any such provision or the future exercise of such right, but the obligation of Third Party Inspection Services Consultant and OPGC with respect to such future performance shall

Page 118 of 126 continue in full force and effect. Waiver, in order to be effective against a party shall be in writing signed by such party or its duly authorized representative.

(c) Each party signing this Agreement represents that it has all necessary rights and authority to enter into this Agreement and to bind the parties as provided.

(d) In no event shall OPGC be liable for special, incidental or consequential damages (including without limitation loss of use, time or data, inconvenience, commercial loss, lost of profits or savings) to the full extent such may be disclaimed by law. OPGC’s total liability under this Agreement, whether for breach of Contract, warranty, negligence, strict liability in tort or otherwise is limited to the total amount paid by OPGC to the Third Party Inspection Services Consultant under this Agreement.

(e) No person who is not a party to this Agreement (whether or not such person shall be named, referred to, or otherwise identified, or form part of a class of persons so named, referred to or identified, in this Agreement) shall have any right whatsoever to enforce this Agreement or any of its terms.

(f) This Agreement together with any documents referred to in it, supersedes any and all oral and written agreements, drafts, undertakings, representations, warranties and understandings heretofore made relating to the subject matter hereof and constitutes the entire Agreement and understanding of the Parties relating to the subject matter hereof. It is expressly agreed that this Agreement shall supersede all previous discussions and meetings held and correspondence exchanged between the Parties in respect of this Agreement and any decisions arrived at therein in the past and before coming into force of this Agreement shall have no relevance with reference to this Agreement and no reference of such discussions or meetings or past correspondence shall be entertained either by OPGC or Third Party Inspection Services Consultant for interpreting this Agreement or its implementation.

(g) Third Party Inspection Services Consultant acknowledges and agrees that no grant under any of OPGC's Intellectual Property rights is given or intended, including any license (implied or otherwise), under this Agreement.

(h) Without OPGC’s prior written approval, Third Party Inspection Services Consultant shall not assign, subcontract or transfer to third parties any of Third Party Inspection Services Consultant’s obligations under this Agreement.

11. GOVERNING LAW AND ARBITRATION

The governing law of this Agreement shall be the substantive law of India. Any dispute, claim or controversy arising out of this Agreement, including any question regarding its existence, validity or termination, shall be referred to and finally resolved by arbitration by a Sole Arbitrator to be appointed by the OPGC in Bhubaneswar in accordance with the Arbitration & Conciliation Act, 1996 as amended and for the time being in force. The jurisdiction for any proceedings arising out of or concerning or connected with such arbitration shall be of appropriate Court at Bhubaneswar.

Article II. ENGINEER IN-CHARGE OF OWNER

Mr. shall be the Engineer in-charge for this work. EIC shall be responsible for the entire study and liaison with Third Party Inspection Services Consultant on all matters/ activities relating to the assignment shall also be liaise with Third Party Inspection Services Consultant and make

Page 119 of 126 arrangements as appropriate to enable the interaction between Third Party Inspection Services Consultant and OPGC.

Article III. PAYING OFFICER

Finance Department from 2 x 660 MW Coal based super-critical power plant at Ib Thermal Power Station (ITPS) Village : Banaharpalli, Dist: Jharsaguda ,Odisha, India – 768 234.

12. NOTICES

All notices, demands, requests or other communications that are given by one party to the other party under this Agreement shall be in writing and sent in a manner that confirms delivery, addressed as follows:

If to OPGC, the address is:

2 x 660 MW Coal based super-critical power plant at Ib Thermal Power Station (ITPS) Village: Banaharpalli, Dist: Jharsaguda ,Odisha, India – 768 234.

If to Third Party Inspection Services Consultant, the address is:

Each party may designate by notice in writing a new address to which any future notices relating to this Agreement may be delivered. Documents delivered by hand shall be deemed to have been received upon delivery; documents delivered by courier shall be deemed to have been received upon receipt or at the time as delivery is refused by the addressee upon presentation.

Page 120 of 126

Appendix A

SCOPE OF WORK AND COMPLETION SCHEDULE

(As per Annexure II of the RFP document)

Page 121 of 126

Appendix B

(Not used.)

Page 122 of 126

Appendix C

FEE AND PAYMENT TERMS

1. Rates of man-hour and man-month basis have been indicated as per Annexure IV. Prices to remain fixed for the en tire duration of the job.

2. OUT OF POCKET EXPENSES Travelling expenses in 2nd AC/ Economy Class Air fare shall be reimbursed. Lodging expense up to Rs. 4000 per day shall be paid if not provided by Owner. Taxi fare @ Rs.24/- per kilometer shall be reimbursed for places not approachable by 2nd AC Train/ Economy Class Flight. Food expenses shall be paid at actual if not provided by Owner. Expenses related to travel and lodging will be reimbursed based on submission of documentary evidence and prior approval related to mode of travel, place and period of stay from Engineer- in-Charge.

3. TAXES AND DUTIES The Fees and Out of Pocket Expenses are exclusive of service tax, as applicable, but inclusive of all other applicable taxes and duties relevant to the work.

4. PAYMENT TERMS & TAXES a. The terms of payment applicable for the Scope of Work are mentioned in Annexure II, Clause 5.

b. Out Of Pocket Invoices: 100% of the out of pocket expenses is payable against monthly invoices.

c. Taxes and Duties : i. Each of the invoices shall include 100% of the applicable taxes and duties against the invoices and shall be paid in full.

ii. Advance Tax / Withholding Tax will be deducted by Owner at the time of release of payment and necessary certificate in respect of same as per the applicable laws will be provided.

Payments shall be released by Owner within thirty (30) business days from the receipt of correct invoice along with relevant supporting documents. Business Day means a day, other than a Sunday or any statutory holiday in Orissa.

Page 123 of 126

Appendix D

FORMAT OF CONTRACT PERFORMANCE SECURITY (On Non-Judicial Stamp Paper of Appropriate Value)

This Performance Security is executed on this [•] day of [•] at [•]

BY

[•] with its registered office at [•] and a branch office at [•] (hereinafter referred to as the “Bank”, which expression shall unless repugnant to the context thereof, be deemed to include its successors- in-interest and permitted assigns)

IN FAVOUR OF

Odisha Power Generation Corporation Limited, a company incorporated under the (Indian) Companies Act, 1956, with its registered office at 7th Floor, Module-A, Fortune Towers, Chandrasekharpur, Bhubaneswar 751-023 hereinafter referred to as the “Owner”, which expression shall unless repugnant to the context thereof, be deemed to include its successors-in-interest and permitted assigns).

WHERE AS

A. _, a company incorporated under the Indian Companies Act, 1956, with its registered office at hereinafter referred to as the “Consultant”, which expression shall unless repugnant to the context thereof, be deemed to include its successors- in-interest and permitted assigns) has been awarded a contract by the Owner for the Consultant for Project Control Services ("Contract").

B. In terms of clause 3 of the Contract, Consultant is required to furnish a performance security to the Owner in the form of an unconditional, irrevocable, on demand bank guarantee ("Performance Security") for INR (INR /-) (“Guaranteed Amount”).

NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS:

1.The Bank shall upon a written demand from the Owner informing the Bank of the Consultant's failure to fulfill its obligations under the Contract, pay to the Owner, without further proof or conditions and without contest, recourse, demur or protest and without any enquiry to the Owner or the Consultant, forthwith and in full amount, without any deductions or set off or counter claims whatsoever, the sum claimed by the Owner in such demand not exceeding an amount equivalent to the Guaranteed Amount. The Bank will pay the amount specified in the demand notwithstanding any direction to the contrary given or any dispute raised by the Consultant.

The Bank agrees that this Performance Security does not limit the number of claims that may be made by the Owner against the Bank provided that such claims taken together shall not exceed the Guaranteed Amount.

Page 124 of 126 Any payment made hereunder shall be made free and clear of and without deduction for, or on account of, any present or future taxes, deductions or withholdings of any nature whatsoever and by whomsoever imposed, and where any withholding on a payment is required by any Applicable Law, the Bank shall comply with such withholding obligations and shall pay such additional amount in respect of such payment so that the Owner receives the full amount due hereunder as if no such withholding had occurred.

2. This Performance Security shall be a continuing guarantee during its currency and shall remain in force and effect until the final completion of the work or until (date) whichever is earlier.

Upon the expiration of an additional claim period of (120) days from the date of final completion of work, i,e, on or before ( date) the obligations of the Bank under this Performance Security shall stand discharged.

3.The obligations of the Bank herein are absolute and unconditional, irrespective of the value, genuineness, validity, regularity or enforceability of the Contract or the insolvency, bankruptcy, reorganization, dissolution or liquidation of the Consultant or any change in ownership of the Consultant or any purported assignment by the Consultant or any other circumstance whatsoever which might otherwise constitute a discharge or defense of a guarantor or a surety.

Further, this Performance Security is in no way conditional upon any requirement that the Owner first attempts to procure the Guaranteed Amount from the Consultant or any other person, or resort to any other means of obtaining payment of the Guaranteed Amount.

4.The Bank hereby agrees that its liability under this Performance Security shall not be discharged by virtue of any agreement between the Consultant and the Owner, whether with or without the Bank's knowledge, or by reason of the Owner showing any indulgence or forbearance to the Consultant.

5.The Bank's obligations under this Performance Security for the Guaranteed Amount is primary, independent and absolute and not by way of surety only.

6.The Bank represents warrants and undertakes to the Owner that:

(a)this Performance Security will be operated and enforceable from Bhubaneswar branch when presented for payment to [Name and address of the Issuing Bank].

7.This Performance Security is a continuing one and all liabilities to which it applies or may apply under the terms hereof shall be conclusively presumed to have been created in reliance hereon. No failure or delay on the part of the Owner in exercising any right, power or privilege hereunder and no course of dealing between the Owner and the Bank, or the Consultant, shall operate as a waiver thereof, nor shall any single or partial exercise of any right, power or privilege hereunder preclude any other or further exercise thereof or the exercise of any other right, power or privilege.

8.If any one or more of the provisions contained in this Performance Security are or become invalid, illegal or unenforceable in any respect, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby, and the Bank

shall enter into good faith negotiations with the Owner to replace the invalid, illegal or unenforceable provision.

9. The Bank hereby agrees to execute and deliver all such instruments and take all such actions as may be necessary to make effective fully the purposes of this Performance Security.

10. Any demand, notice, request or other communication to be given or made under this Performance Security shall be deemed to have been duly received at operative branch at Bhubaneswar: (i) Upon the Owner, at 7th Floor, Fortune Towers, Chandrasekharpur, Bhubaneswar marked for the attention of Project Manager – Projects; (ii) Upon _[Name and address of operative branch of the Issuing Bank], Bhubaneswar marked to the attention of [Branch Manager, Name and address of the Issuing Bank], Bhubaneswar.

11. This Performance Security shall be governed by, and construed in accordance with, the laws of India. The Bank irrevocably agrees that any legal action, suit or proceeding arising out of or relating to this Performance Security may be brought in the courts at Bhubaneswar ,Odisha

12. Notwithstanding anything else in the Performance Security, (a) Our liability under this Performance Security shall not exceed INR (INR _/-); (b) The Performance Security shall be valid till DD/MM/YYYY [Expiry Date of the Performance Security]; (c) We, the Bank, are liable to pay the Guaranteed Amount of INR ¬¬¬¬¬¬¬¬¬ (INR /-) or any part thereof under this Performance Security only and only if you serve upon us a written claim or demand on or before DD/MM/YYYY ( days after the expiry date of the Performance Security).

IN WITNESS WHEREOF the Bank has set its hands hereunto on the day, month and year first hereinabove written.

Signed and delivered by [insert name of Bank] Bank by hand