Provenness Criteria for Bidding
Provenness Criteria for Bidding
BIDDING DOCUMENTS
FOR
SECTION - VII
BOOK 1 OF 3 (PART-2)
BIDDING DOCUMENTS
FOR
SECTION - VII
BOOK 1 OF 3 (PART-2)
(This document is meant for the exclusive purpose of bidding against this Bid
Document No. / Specification and shall not be reproduced or otherwise used for
purposes other than that for which it is specifically issued).
TABLE OF FORMS AND PROCEDURES
[Link]. Description
Book 3 of 3 [Part 1]
PROVENNESS CRITERIA
ATTACHMENT - 3K
PAGE 1 OF 362
Summary of Critical Equipment indicated under clause 3.0 & 4.0, sub-section-I-A, Part-A of
Section-VI.
-----------------------------------------------------------------------------------------------------------------------------
Equpiment Sub-Vendor Collaborator’s Seeking Qualification
Name Name Name, as per clause.......
if applicable Sub-Section-IA, Part-A
of Section-VI
-----------------------------------------------------------------------------------------------------------------------------
PA Fans *3.1/*3.2/*3.3
ID Fans *3.1/*3.2/*3.3
FD Fans *3.1/*3.2/*3.3
1. If qualification sought as per clause 3.1 then the details of the sub vendor
(manufacturer) shall be filled by the bidder in the format A to H.
2. If the qualification sought as per the clause 3.2, then the details of proposed sub
vendor (i.e manufacturer of such equipments for at least 200MW unit rating) shall
be filled individually for each equipment by the bidder in the format A to G and the
details of collaborator or technology licenser who meets the requirement stipulated at
3.1 shall also be filled by the bidder in the format A to G separately. Further, in
case of qualification vide clause 3.2 a copy of collaboration or valid licensing
agreement for design, engineering, manufacturing, supply of such equipment in India
with the collaborator or technology licenser who meets the requirement stipulated at
3.1 shall also be furnished.
3. If the qualification sought as per the clause 3.3, then the details of JV/Subsidiary
Company formed for manufacturing of such equipments in India shall be furnished
individually for each equipment by the bidder such as,
1.00.00 (Applicable for Bidder/his sub vendors seeking qualification as per clause no.
3.1, Sub section-IA, Part-A of Section-VI. Bidder shall furnish the required
data only for those equipments / auxiliaries which are proposed to be
sourced under this route.)
We, hereby furnish the data on proveness criteria for critical equipment,
auxiliaries, systems and Bought Out Items such as PA, ID and FD Fans,
Coal Pulverisers, Raw Coal feeders, Boiler Start up drain recirculation
pumps, Air pre-heaters, Auxiliary Boiler, which have been designed (either by
self manufacturer or under Collaboration/Licencing Agreement), manufactured/
got manufactured and supplied by us /Manufacturer (or manufactured/ got
manufactured & supplied by our proposed sub-vendors) and these are in
successful operation in at least one (1) plant for a period not less than one
year prior to the date of techno-commercial bid opening. The details of type
and minimum equipment rating of such equipment are given below :
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
A. PA FAN
- e-mail id
- website address
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(d) Capacity
B. ID FAN
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
- e-mail id
- wedsite address
(d) Capacity
C. FD FAN
- e-mail id
- website address
(d) Capacity
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
D. COAL PULVERISERS
– email id
– website address
(a)
(b)
(c)
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(v) Details of Units
(a) Type
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(iii) Bidder to enclose
all relevant correction
curve for variation in
the pulveriser capacity
of the reference plant
w.r.t parameters indi-
cated at (ii) above
d) Details of materials
for pulveriser com-
ponent for the
reference plant
Material
– material of liners
– material of rolls/
tyres/balls
– material of ring
segments
1) HHV (kcal/hr)
2) Ash (%)
3) Moisture (%)
4) YGP Abrasiveness
index of coal
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
– email id
– website address
(a)
(b)
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
- Method
- Range of measurement
- e-mail id
- website address
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(ii) Details of units
- e-mail id
- website address
(a) Type
(b) Model
(c) Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
- e-mail id
- website address
(a) Type
(b) Model
(c) Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(vii) Whether the Secondary Air
Preheater have been in
successful operation for
a period not less than
one (1) year prior to the date
of techno-commerical bid opening *Yes/*No
- E-mail id
- website address
(a) Type
(b) Model
(c) Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
H. AUXILIARY BOILER
– e-mail id
– website address
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
2.01.00 We, hereby confirm that we/our sub-vendors are a regular manufacturer of
equipment (PA, ID and FD Fans, Coal Pulverisers, Raw Coal feeders, Boiler
Start up drain recirculation pumps, Air pre-heaters, Auxiliary Boiler for units of
atleast 200MW rating and the details in this regard on provenness criteria as
per clause 3.1, sub-section-IA, Part-A, Section-VI are hereby furnished below:
3.01.00 We, hereby confirm that JV company/ Subsidiary company (Strike off
whichever is not applicable) formed for manufacturing and supply of
euqipment(s) PA, ID and FD Fans, Coal Pulverisers, Raw Coal feeders,
Boiler Start up drain recirculation pumps, Air pre-heaters, Auxiliary Boiler has
a valid collaboration or licensing agreement for design, engineering,
manufacturing of such equipment(s) in India with a qualified equipment
manufacturer who meets the requirements stipulated at clause 3.1 of sub-
section-IA, Part-A, Section VI of bidding documents (or the technology
provider of the qualified equiment manufacturer). Further, in such a case,
such qualified equipment manufacturers is having, directly or indirectly through
its holding company/subsidiary company, atleast 26% equity participation in
the Indian Joint Venture Company/subsidiary company, which shall be
maintained for a lock-in period of seven (7) years from the date of
incorporation of such Joint Venture / Subsidiary or upto the end of defect
liability period of the contracdt, whichever is later. In addition, the sub-vendor
along with the Indian Joint Venture Company/Subidiary Company, qualified
equipment manufacturers and its holding/subsidiary company, as applicable,
shall furnish DJU for each equipment in which executant of the DJU shall be
jointly and severally liable for the successful performance of the equipment
as per the format enclosed at Annexure-III of Attachment-3K.
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(b) Whether pulverised coal
fired steam generator Yes/No
7. Date of Order
8. Date of Commissioning
Note: Wherever the term 'Coal Fired" is appearing above, "Coal" shall be deemed to also
include bituminous Coal/Brown Coal/lignite.
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
7. Scope of Work
9. Date of Commissioning
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant#1 Plant#2 Plant#3
-----------------------------------------------------------------------------------------------------------------------------
7. Date of Commissioning
3. Name of Package/Contract
7. Date of Order
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station - I
-----------------------------------------------------------------------------------------------------------------------------
8. Date of Commissioning
(d) Commissioning/Supervised
Commissioning Yes/No
-----------------------------------------------------------------------------------------------------------------------------
(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Client with full address
Fax No. & Tel No.
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
7. Date of Order
8. Date of Commissioning
-----------------------------------------------------------------------------------------------------------------------------
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
7. Date of Order
8. Date of Commissioning
(d) Commissioning/Supervised
Commissioning Yes/No
(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................
sub-vendor shall either source the Electrostatic Precipitator from such Associate/Collaborator
or Manufacture the Electrostatic Precipitator as per the design & manufacturing drawings of
such Associate/Collaborator under an ongoing Collaboration Agreement/Technology Licensing
Agreement and furnish a Deed of Joint Undertaking as per the requirement of clause no.
4.1.2(b) of Sub-Section-I-A, Part A, Section VI.
2. In case of any breach of the Contract committed by the Contractor *and *his Sub-
Vendor, we the Associate/Collaborator do hereby undertake, declare and confirm that
we shall be fully responsible for the successful performance of the Electrostatic
Precipitator and undertake to carryout all the obligations and responsibilities under
this Deed of Joint Undertaking in order to discharge the Contractor's obligations
stipulated under the Contract. Further, if the Employer sustains any loss or damage
on account of any breach of the Contract for the Electrostatic Precipitator, we the
Associate/Collaborator and Contractor *and *his Sub-Vendor jointly and severally
(b) In the event the Associate/Collaborator and the Contractor *and *his Sub-
Vendor fail to demonstrate that the Electrostatic Precipitator meets the
guaranteed parameters and demonstration parameters as specified in the
contract, the Associate/Collaborator and the Contractor and *and *his Sub-
Vendor shall promptly carry out all the corrective measures related to
engineering services at their own expense and shall promptly provide
corrected design to the Employer.
(c) Implementation of the corrected design and all other necessary repairs,
replacements, rectification or modifications to the Electrostatic Precipitator
and payment of financial liabilities and penalties and fulfillment of all other
contractual obligations as provided under the contract shall be the joint and
severally responsibility of the Contractor *and *his Sub-Vendor and Associate/
Collaborator.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking
shall be settled as per arbitration procedure/rules mentioned in the Contract
Documents. This Deed of Joint Undertaking shall be construed and
interpreted in accordance with the Laws of India and the Courts of Delhi
shall have exclusive jurisdiction.
9. That this Deed of Joint Undertaking shall be operative from the effective date
of signing of this Deed of Joint Undertaking.
..................................................
(Official Address) Name.................................................
Designation........................................
1. WITNESS ForM/s.............................................
(*Contractor's Sub-Vendor)
..................................................
(Official Address) Name.................................................
Designation........................................
..................................................
(Official Address) Name.................................................
Designation........................................
The DEED OF UNDERTAKING executed this ............... day of .................... Two thousand
.............. by M/s ............................. a Company incorporated under ................. .having its
Registered Office at ................(hereinafter called the "Contractor", which expression shall
include its successors, administrators, executors and permitted assigns) AND
M/s .................. a Company registered under the .................... having its Registered Office at
.................... (hereinafter called the "Collaborator/Technology Licenser" , which expression
shall include its successors, administrators, executors and permitted assigns),
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, installation, testing, commissioning and conductance of
guarantee tests for the EPC Package for Khargone STPP (2x660MW) (hereinafter referred
to as "Plant") vide its Bidding Document No. CS-9578-001(R)-2.
2. In case of any breach of the Contract committed by the Contractor *and *his Sub-
Vendor, we the Collaborator/Technology Licenser do hereby undertake, declare and
confirm that we shall be fully responsible for the successful performance of the
Electrostatic Precipitator and undertake to carryout all the obligations and
responsibilities under this Deed of Joint Undertaking in order to discharge the
Contractor's obligations stipulated under the Contract. Further, if the Employer
sustains any loss or damage on account of any breach of the Contract for the
Electrostatic Precipitator, we the Collaborator/Technology Licenser and Contractor
*and *his Sub-Vendor jointly and severally undertake to promptly indemnify and pay
such loss/damages caused to the Employer on its written demand without any
demur, reservation, Contest or protest in any manner whatsoever. This is without
prejudice to any rights of the Employer against the Contractor/ *his Sub-Vendor
under the Contract and/or guarantees. It shall not be necessary or obligatory for the
Employer to first proceed against the Contractor/ *his Sub-Vendor before proceeding
against the Collaborator/Technology Licenser nor any extension of time or any
relaxation given by the Employer to the Contractor shall prejudice any rights of the
Employer under this Deed of Joint Undertaking to proceed against the Contractor.
(b) In the event the Collaborator/Technology Licenser and the Contractor *and
*his Sub-Vendor fail to demonstrate that the Electrostatic Precipitator meets
the guaranteed parameters and demonstration parameters as specified in the
contract, the Collaborator/Technology Licenser and the Contractor and *and
*his Sub-Vendor shall promptly carry out all the corrective measures related
to engineering services at their own expense and shall promptly provide
corrected design to the Employer.
(c) Implementation of the corrected design and all other necessary repairs,
replacements, rectification or modifications to the Electrostatic Precipitator
and payment of financial liabilities and penalties and fulfillment of all other
contractual obligations as provided under the contract shall be the joint and
severally responsibility of the Contractor *and *his Sub-Vendor and Associate/
Collaborator.
4. We, the Contractor *and *his Sub-Vendor and the Collaborator/Technology Licenser
do hereby undertake and confirm that this Undertaking shall be irrevocable and shall
not be revoked till ninety (90) days after the end of the defect liability period of the
last equipment covered under the Contract and further stipulate that the Undertaking
herein contained shall terminate after ninety (90) days of satisfactory completion of
such defect liability period. In case of delay in completion of defect liability period,
the validity of this Deed of Joint Undertaking shall be extended by such period of
delay. We further agree that this Undertaking shall be without any prejudice to the
various liabilities of the Contractor including Contract Performance Security as well
as other obligations of the Contractor in terms of the Contract.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure/rules mentioned in the Contract Documents.
This Deed of Joint Undertaking shall be construed and interpreted in accordance
with the Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate/Collaborator and the Contractor *and *his Sub-Vendor agree that
this Undertaking shall form an integral part of the Contracts from the date of
signing of this Deed of Joint Undertaking. We further agree that this Deed of Joint
Undertaking shall continue to be enforceable till its validity.
9. That this Deed of Joint Undertaking shall be operative from the effective date of
signing of this Deed of Joint Undertaking.
..................................................
(Official Address) Name.................................................
Designation........................................
WITNESS ForM/s.............................................
(*Contractor's Sub-Vendor)
..................................................
(Official Address) Name.................................................
Designation........................................
..................................................
(Official Address) Name.................................................
Designation........................................
ATTACHMENT - 3K
PAGE 41 OF 362
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, construction, installation, testing, commissioning and conductance of
guarantee tests for the EPC Package for Khargone STPP (2x660MW) (hereinafter referred
to as "Plant") vide its Bidding Document No. CS-9578-001(R)-2.
The *Contractor / *his Sub-Vendor alongwith the Indian Joint Venture Company/Subsidiary
Company, Qualified Equipment Manufacturers and its Holding / Subsidiary Company, as
applicable, are required to jointly execute and furnish prior to the placement of order on the
(c) Implementation of the corrected design and all other necessary repairs,
replacements, rectification or modifications to the ………………………………
(Name of Equipment) and payment of financial liabilities and penalties and
fulfillment of all other contractual obligations as provided under the contract
shall be the joint and severally responsibility of the **Sub-Vendor and Indian
*JV/*Subsidiary Company and Qualified Equipment Manufacturer and the
*Holding/*Subsidiary Company of Qualified Equipment Manufacturer.
4. We, the **Sub-Vendor and Qualified Equipment Manufacturer and the *Holding/
*Subsidiary Company of Qualified Equipment Manufacturer and Indian *JV/
*Subsidiary Company do hereby undertake and confirm that this Undertaking shall be
irrevocable and shall not be revoked till ninety (90) days after the end of the defect
liability period of the equipment covered under the Contract and further stipulate that
the Undertaking herein contained shall terminate after ninety (90) days of satisfactory
completion of such defect liability period. In case of delay in completion of defect
liability period, the validity of this Deed of Joint Undertaking shall be extended by
such period of delay. We further agree that this Undertaking shall be without any
prejudice to the various liabilities of the Contractor including Contract Performance
Security as well as other obligations of the Contractor in terms of the Contract.
6. In case of Award, in addition to the Contract Performance Security for the Contract,
the **Sub-Vendor and Qualified Equipment Manufacturer and the *Holding/*Subsidiary
Company of Qualified Equipment Manufacturer and Indian *JV/*Subsidiary Company
shall each furnish 'as security' an on demand Performance Bank Guarantee in
favour of the Employer as per provisions of the bidding documents. The value of
such Bank Guarantee shall be equal to INR 1.5 Million (Indian Rupees One and
Half Million) and it shall be guarantee towards the faithful performance /compliance
of this Deed of Joint Undertaking in accordance with the terms and conditions
specified herein. The bank guarantee shall be unconditional, irrevocable and valid till
ninety (90) days beyond the end of defect liability period of the last equipment
covered under the Contract. In case of delay in completion of the defect liability
period, the validity of this Bank Guarantee shall be extended by the period of such
delay. The guarantee amount shall be promptly paid to the Employer on demand
without any demur, reservation, protest or contest.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure/rules mentioned in the Contract Documents.
This Deed of Joint Undertaking shall be construed and interpreted in accordance
with the Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the **Sub-Vendor and Qualified Equipment Manufacturer and the *Holding/
*Subsidiary Company of Qualified Equipment Manufacturer and Indian *JV/
*Subsidiary Company agree that this Undertaking shall form an integral part of the
Contracts from the date of signing of this Deed of Joint Undertaking. We further
agree that this Deed of Joint Undertaking shall continue to be enforceable till its
validity.
9. That this Deed of Joint Undertaking shall be operative from the effective date of
signing of this Deed of Joint Undertaking.
..................................................
(Official Address) Name.................................................
Designation........................................
..................................................
(Official Address) Name.................................................
Designation........................................
..................................................
(Official Address) Name.................................................
Designation........................................
..................................................
(Official Address) Name.................................................
Designation........................................
Note : Power of Attorney of the persons signing the said Deed of Joint Undertaking is to
be furnished.
Details of Provenness for the offered Steam Turbine as per Clause No. 1.0, Sub-Section-
I-A, Part-A, Section-VI of Bidding Documents.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant Module Operating Date of Comm-
Name No. Steam para- encement of
meters i.e. Successful
Initial Pre- Operation
ssure, Initial
Temperature
& Reheat
Steam
Temperature
-----------------------------------------------------------------------------------------------------------------------------
1. Provenness of
HP Turbine
Module
2. Provenness of
IP Turbine
Module
3. Provenness of
Combined HP
and IP Turbine
Module
(if applicable)
4. Provenness of LP
Turbine(s) Module
Certified that the offered Steam Turbine Set shall be built up using above proven HP, IP
and LP turbine modules of M/s................................ (Name of Steam Turbine Manufacturer).
The Turbine to be supplied under this contract shall be manufactured assembled and
tested at .................... (Name of the Factory) where turbine of atleast 500 MW rating have
been manufactured in past/the Indian manufacturing company under supervision of
................... (Qualified Steam Turbine Manufacturer).
Certificate(s) from Owner that the aforesaid Steam Turbine Modules are in successful
operation for atleast one (1) year prior to the date of Techno-Commercial bid opening and
caused no serious problem in past, are furnished alongwith techno-commercial Bid at
Annexure 1 to this Attachment-3K.
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...................................................
(Designation)................................................
(Common Seal)...........................................
ANNEXURE-I TO ATTACHMENT-3K
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reference module Offered module
-----------------------------------------------------------------------------------------------------------------------------
HP Turbine
3 Number of exhausts
4 Bearing span
7 Minimum/Maximum inner
casing diameter
8 Minimum/Maximum outer
casing diameter
IP Turbine
3 Number of exhausts
4 Bearing span
6 Minimum/Maximum inner
casing diameter
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reference module Offered module
-----------------------------------------------------------------------------------------------------------------------------
7 Minimum/Maximum outer
casing diameter
LP Turbine
1 Bearing span
-----------------------------------------------------------------------------------------------------------------------------
Summary of Critical Equipment indicated under clause 3.0 & 4.0, sub-section-I-A, Part-A of
Section-VI
------------------------------------------------------------------------------------------------------------------------------------------------------------
Equpiment Sub-Vendor Collaborator’s Seeking Qualification
Name Name Name, as per clause.......
if applicable Sub-Section-IA, Part-A
of Section-VI
------------------------------------------------------------------------------------------------------------------------------------------------------------
Name of Name of Name of Proven Clause (i.e. 3.1
equipment proposed equipment or 3.2 or 3.3 of
Sub-Vendor manufacturer. (If sub-section-IA
the proposed Section-VI, Part-A)
sub-vendor under which
himself does Qualification of
not meet the sub-vendor is
provenness sought
criteria)
------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------
Name of Name of Name of Proven Clause (i.e. 3.1
equipment proposed equipment or 3.2 or 3.3 of
Sub-Vendor manufacturer. (If sub-section-IA
the proposed Section-VI, Part-A)
sub-vendor under which
himself does Qualification of
not meet the sub-vendor is
provenness sought
criteria)
------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------
1. If qualification sought as per clause 3.1 then the details of the Bidder / Sub-vendor
(manufacturer) shall be filled by the bidder in the format A to F.
2. If the qualification sought as per the clause 3.2, then the details of Bidder / proposed Sub-
vendor (i.e manufacturer of such equipments for at least 200MW unit rating) shall be filled
individually for each equipment by the bidder in the format A to F and the details of
collaborator or technology licenser who meets the requirement stipulated at 3.1 shall also be
filled by the bidder in the format A to F separately. Further, in case of qualification vide
clause 3.2 a copy of collaboration or valid licensing agreement for design, engineering,
manufacturing, supply of such equipment in India with the collaborator or technology licenser
who meets the requirement stipulated at 3.1, sub-section-IA, Part-A, Section-VI of Bidding
Document shall also be furnished.
3. If the qualification sought as per the clause 3.3, then the details of JV/Subsidiary Company
formed for manufacturing of such equipments in India shall be furnished individually for each
equipment by the bidder such as,
Further, the details of collaborator or technology licenser or technology provider of the qualified
equipment manufacturer who meets the requirement stipulated at 3.1, sub-section-IA, Part-A,
Section-VI of Bidding Document shall be filled by the Bidder in the format A to F (format
given at 1.00.00). In addition to that, the sub vendor along with the Indian JV company/
subsidiary company, qualified equipment manufacturer and its holding company/subsidiary
company as applicable shall furnish the DJU.
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------
1.02.07 Scheduled Date of Completion
1.02.08 Actual Date of Completion
1.02.09 Date of Commissioning of
System/Package
Whether the system/equipments Yes/No
are in successful operation prior
to the date of techno-commercial
bid opening
1.02.10 Date of Commencement of
Successful Operation
1.02.11 Brief Scope of Work
1.02.12 M/s ................................ (Name
of the Sub-vendor) is a regular
manufactuerer of ..............................
(Name of the equipment) for units
of atleast 200 MW rating Yes/No
1.02.13 Certificate from such Owner that aforesaid
equipment has been supplied by the
sub-vendor and is running satisfactairly
prior to the date of techno-commercial
bid opening is enclosed to this Attachment
at Annexure.......... Yes/No
1.02.14 The proposed sub-vendor M/s. ...................
has a collaboration/valid licensing
agreement for design, engineering,
manufacturing, supply of ..........................
(Name of the equipment) in India with
M/s ...................................... (Name of
Collaborator) who meets the requirement
at clause no. 3.1 of sub-section-IA, Part-A,
Section-VI & the relevant details are furnished Yes/No
at relevant Attachment (as applicable)
Also the copy of Collaboration/Licensing
agreement is enclosed to this Attachment
at Annexure...... Yes/No
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature).................................................
(Designation)..............................................
(Common Seal)..........................................
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
A. CONDENSER
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(xiv) Make
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1.10.00 Whether the System/Equipments Yes/No
are in successful operation for
a minimum period of one (1) year
prior to the date of techno-Commercial
bid opening
(i) Designed by
(ii) Manufactured by
(x) Type
- Vertical
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1. H.P Heaters
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(a) Horizontal/Vertical
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(vii) Make
2. L.P. Heaters
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(a) Horizontal/Vertical
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(vii) Make
3. DEAERATORS
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(b) Horizontal/Vertical
(ix) Make
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(xi) Type
- Horizontal
- Centrifugal
- Multistage
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1. HP Bypass System
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(v) Type/Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
2. LP Bypass System
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(iv) Type/Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
F. CONDENSER AIR
EVACUATION PUMPS
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(xiv) Casing Material
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1.12.00 Date of Commencement of Successful
Operation
(i) Designed by
(ii) Manufactured by
(iii) Erected by
(iv) Commissioned by
(x) Make
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(i) Designed by
(ii) Manufactured by
(iii) Erected by
(iv) Commissioned by
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
viii) Make
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation).................................................
(Common Seal)..............................................
Sub : Sub-Qualifying Requirements for the Fire Detection and Protection System
1.
We/ sub-vendor declare that we have designed, supplied, erected and commissioned
atleast One (1) fire protection system of Contract value not less than Rs.35.0 million or
equivalent in foreign currency (exchange rate applicable as on date of Techno-commercial
Bid Opening), in industrial installation. The Fire Protection System comprise of
b) high velocity water (HVW) spray or medium velocity water (MVW) spray or sprinkler
system.
W e further declare that the systems mentioned above have been designed to the
recommendations of *Tariff Advisory Committee of India or Oil Industry Safety Directorate
(OISD) or any other International reputed authority (like LPC-U.K. or NFPA - USA) and
these systems is in successful operation for atleast One (1) year prior to date of Techno-
commercial bid opening. The details of Fire Protection system executed by us are
furnished below : -
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
a) Design Yes*/No*
b) Supply Yes*/No*
c) Erection Yes*/No*
d) Commissioning Yes*/No*
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
We further confirm that not withstanding anything stated above, the Employer reserves the
right to assess our / our Sub-vendor’s capabilities and capacity to perform the Contract,
should the circumstances warrant such assessment in the overall interest of the Employer
in line with QR requirment at Clause No. 4.5 of Sub-Section-IA, Part-A, Section-VI.
-----------------------------------------------------------------------------------------------------------------------------
Note : (1) Contiuation sheets of like size and format may be used as per Sub-vendor
requirement and be annexure to this attachment.
2.
We/ Sub-Vendor furnish the following details of the firm from whom the analogue addres-
sable type fire alarm system is proposed to be supplied for this package.
We / sub-vendor further declare that the analogue addressable type fire alarm system
proposed to be supplied shall be sourced from a firm M/S_____________________ who
has supplied at least One (1) similar system and these system has been approved or
listed by UL-USA / FM-USA / LPC-UK / similar agency and are in successful operation
for atleast One (1) year prior to date of Techno-commercial bid opening. The details of the
proposed firm are furnished below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
h) Date of commissioning of
the above system ..........................
j) Documentary evidence/certificate
in support of above system to
be enclosed ..........................
-----------------------------------------------------------------------------------------------------------------------------
Note : If a Sub-vendor proposed more than one firm for the supply of analogue
addressable type fire alarm system, separate data shall be submitted in the above
format for each of the proposed suppliers.
3.
We / our sub-vendor furnish the following details of the firm from whom the inert gas fire
extinguishing system is propsoed to be supplied for this package.
We / our sub-vendor further declare that the Inert gas fire extinguishing system to be
supplied under the package shall be sourced from an agency M/S_____________________
who has designed and supplied at least One (1) Inert gas total flooding fire extinguishing
system having a total risk Volume of atleast 1000 Cu.m. Further, we declare that this
system have been designed to the recommendation of Tariff Advisory Committee of India
or any other international reputed authority (like LPC-U.K. or NFPA, USA) and have been in
operating condition for a period not less than One (1) year prior to date of Techno-
commercial bid opening. The details of the proposed firm are furnished below :
-----------------------------------------------------------------------------------------------------------------------------
Name of the Agency propsoed for
this Package by the bidder : ......................................................................
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
k) Documentary evidence/certificate
in support of above to be
enclosed ..........................
-----------------------------------------------------------------------------------------------------------------------------
Note: If a Sub-vendor proposed more than one firm for the supply of total flooding inert
gas fire extinguishing system, separate data shall be submitted in the above format
for each of the proposed suppliers/ agent.
Date : (Signature)..................................................
(Designation)..............................................
(Common Seal).........................................
(A) In line with the Sub-Qualifying Requirements stipulated in Clause No. 4.6 of Sub-
Section-IA, Part-A of Section-VI, we/our sub-vendor hereby confirm that we/our sub-
vendor have designed, supplied, erected and commissioned atleast One (1) number
of Air Conditioning systems having a total installed capacity of 300TR or more,
which included atleast one chilling unit with a minimum capacity of 60 TR. The
system have been in successful operation for atleast One (1) year prior to the date
of Techno-Commercial bid openig. The details are give below:
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
5. Date of Commissioning
---------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------
(B) We further declare that the chillers to be suppplied under the package shall be
sourced from manufacturer M/s......................................... who has manufactured and
supplied atleast One (1) no. of similar type of chiller unit having a capacity of not
less than 150 TR and have been in successful operation for atleast One (1) year
prior to the date of Techno-Commercial bid opening.
Chillers proposed to be supplied under this package would be sourced from following
manufacturers. Experience details of the manufacturers are given below :
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
3. Date of Commissioning
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..................................................
(Designation)..............................................
(Common Seal).........................................
In line with the Sub-Qualifying Requirements stipulated in clause no. 4.7 of Sub-Section-IA,
Part-A, Section-VI of Technical Specification of Bidding Documents, we/our Sub-vendor have
designed, supplied, erected and commissioned atleast One (1) number ventilation system
including air washer units having individual fan capacity of 80,000 Cum/hr. or more the
system are in successful operation for atteast One (1) year prior to the date of Techno-
commercial bid opening.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Plant 1
-----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Sl. Item Plant 1
----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)..................................................
(Common seal).............................................
Note : Continuation sheets of like size and format may be used as per Sub-vendor's
requirement and shall be annexed to this Attachment-3K.
Sub : Sub-Qualifying Requirements for the Compressed Air System stipulated in Clause
No. 4.8 of Sub-Section-IA, Part-A, Section-VI of Technical Specification of Bidding
Documents.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------
A) Air Compressor
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------
c) Capacity
i) Flow (NM3/Min)
We/our sub-vendor further declare that the Air Drying Plant (ADP) to be supplied
under the package shall be sourced from manufacturer(s) M/s......................... who
have manufactured and supplied atleast one (1) no. Air Drying Plant each of ca-
pacity 50 NM3/min or more and type same as offered, which have been in suc-
cessful operation prior to the date of Techno-Commecial Bid opening. The experi-
ence details of manufacturer are as follows :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------
a) Type
b) Flow (NM3/Min)
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 95 OF 362
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)..................................................
(Common seal).............................................
Qualification details for Water Pre-treatment Plant & Liquid Effluent Treatment Plant.
8. Date of Commissioning of
the plant
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)..................................................
(Common seal).............................................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Data
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Data
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...................................
Designation).................................
(Common seal)............................
Note : Continuation sheets of like size and format, may be used and annexed to this
Schedule if required.
----------------------------------------------------------------------------------------------------------------------------
Sl. No. Plant No. 1 Plant No. 2 Plant No. 3
----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Sl. No. Plant No. 1 Plant No. 2 Plant No. 3
----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)...................................................
(Common seal)..............................................
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 102 OF 362
We, hereby furnish the data on proveness criteria for manufacturer of Coal Mill reject han-
dling system of capacity 5 MTPH or higher as per clause no. 4.7.1 of Sub-section-I, Part-
A of Section-VI which have been in successful operation in at least one (1) plant for a pe-
riod not less than one year prior to the date of Techno-Commercial bid opening. The de-
tails of type and minimum equipment rating of such equipment are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
– e-mail id
– website address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)...................................................
(Common seal)..............................................
– e-mail id
– website address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...................................
Designation).................................
(Common seal)............................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
– e-mail id
– website address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...................................
Designation).................................
(Common seal)............................
Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no.
4.7.3, Sub section-IA, Part-A of Section-VI.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
– e-mail id
– website address
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...................................
Designation).................................
(Common seal)............................
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, construction, installation, testing, commissioning and conductance of
guarantee tests for the EPC Package for Khargone STPP (2x660MW) (hereinafter referred
to as "Plant") vide its Bidding Document No. CS-9578-001(R)-2, which interalia include Mill
Reject Handling System
1. We the Qualified Manufacturer of pneumatic type coal mill reject handling system
and bidder/sub vendor/JV company/Subsidiary company, do hereby declare and
undertake that we shall be jointly and severally responsible to the Employer for the
successful performance of the Mill reject handling system.
Further, the Manufacturer shall depute their technical experts from time to
time to the bidder / sub vendor /* JV* / Subsidiary company works /
Employer's project site as required by the Employer and agreed to by bidder
/ sub vendor / JV company / Subsidiary company to facilitate the successful
performance of the Mill reject handling system as stipulated in the aforesaid
Contract.
(c) Implementation of the corrected design and all other necessary repairs,
replacements, rectification or modifications to the Mill reject handling system
and payment of financial liabilities and penalties and fulfillment of all other
contractual obligations as provided under the contract shall be the joint and
severally responsibility of the bidder/sub vendor/JV company/Subsidiary
company and manufacturer.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure/rules mentioned in the Contract Documents.
This Deed of Joint Undertaking shall be construed and interpreted in accordance
with the Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
9. That this Deed of Joint Undertaking shall be operative from the effective date of
signing of this Deed of Joint Undertaking.
.................................................. Name.................................................
(Official Address)
Designation........................................
.................................................. Name.................................................
(Official Address)
Designation........................................
.................................................. Name.................................................
(Official Address)
Designation........................................
.................................................. Name.................................................
(Official Address)
Designation........................................
Note :
-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
--------------------------------------------------------------------------------------------------------------------
1. Name of Client
-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
--------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
B.
In terms of clause no. 4.14 (b) of Sub-Section-I A, Part-A of Section-VI, we/our sub-
vendor confirm that, we/our sub-vendor is a contractor in water treatment plant and
has executed at least one (1) number Ion Exchange Based demineralising plant of
minimum capacity of 60 Cu.m/hr consisting of maximum two (2) streams and
associated for this bid with an associate who in turn fully meets the requirements
stipulated at 4.14(a) of Sub-Section-IA, Part-A, Section-VI above as per following
details:
-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
--------------------------------------------------------------------------------------------------------------------
1. Name of Client
-------------------------------------------------------------------------------------------------------------------
Details of Associate :
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Associate
a) Design Yes*/No*
b) Supply Yes*/No*
c) Erection Yes*/No*
d) Commissioning Yes*/No*
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...............................................
(Designation)............................................
(Common seal).........................................
in favour of NTPC Ltd., A Govt. of India Enterprise, incorporated under the Companies Act,
1956, having its Registered Office at NTPC Bhawan, Scope Complex, 7, Institutional Area,
Lodhi Road, New Delhi - 110 003, INDIA (hereinafter called ‘‘NTPC’’ or ‘‘Employer’’ which
expression shall include its successors, administrators, executors and assigns).
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, construction, installation, testing, commissioning and conductance of
guarantee test for EPC Package for Khargone Super Thermal Power Project (2x660 MW),
hereinafter reffered to as "Plant" vide its Bid Document No : CS-9578-001(R)-2, which
interalia includes Condensate Polishing Plant (CPU).
This is without prejudice to any rights of the Employer against the Contractor/*its
Sub-Vendor under the Contract and/or guarantees. It shall not be necessary or
obligatory for the Employer to first proceed against the Contractor/*its Sub-Vendor,
before proceeding against the Associate/Collaborator (with respect to obligations and
responsiblities of the Associate/Collaborator covered under this Deed of Joint
Undertaing), nor any extension of time would prejudice any rights of the Employer
under this Joint Deed of Undertaking to proceed against the Associate/Collaborator &
Contractor.
(a) The Associate/Collaborator will be fully responsible for design, engineering &
commissioning and extending all necessary support for putting in to
satisfactory operation and carrying out the Guarantee Tests for Condensae
Polishing Plant to the satisfaction of the Employeer.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications to the Condensate Polishing Plant
and payments of financial liabilities, penalties and any other obligations as
provided under the Contract shall be the joint and several responsibilities of
the Contractor/*Sub-Vendor and Associate/Collaborator.
6. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure/rules mentioned in the Contract Documents.
This Deed of Undertaking shall be construed and interpreted in accordance with the
Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
7. We, the Associate/Collaborator, the Contractor and *its sub-vendor agree that this
Undertaking shall be irrevocable and shall form an integral part of the Contract.
We further agree that this Undertaking shall continue to be enforceable till the
successful completion of Contract and till the Employer discharges it.
8. The Deed of Joint Undertaking (DJU) shall be submitted at the time of placement of
order on the approved sub-vendor and shall be operative from the effective date of
signing of this Deed of Joint Undertakding.
1. ................................................. ..........................................................
(Name in Block Letters) (Signature of the authorised
representative)
For M/s............................................
(Bidder/ Contractor)
2. ................................................. ..........................................................
(Name in Block Letters) (Signature of the authorised
representative)
................................................. Name : ...........................................
(Official Address) Designation : ..................................
Common Seal of the Company
..........................................................
For M/s............................................
*Sub-vendor (if applicable)
3. ................................................. ..........................................................
(Name in Block Letters) (Signature of the authorised
representative)
................................................. Name : ...........................................
(Official Address) Designation : ..................................
Common Seal of the Company
..........................................................
(2) The bank Guarantee shall be from bank as per provisions of Section-
V (SCC) of the Bidding Documents.
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 126 OF 362
(A) We/our sub-vendor further declare that the Hydrogen Generation Plant to be
supplied under the package shall be sources for from Manufacturer(s)
M/s.......................................... who have designed and supplied at least one (1) no. H2
Plant of the type specified comprising of employer(s) and gas compressor(s) to
generate hydrogen at 5 nm³/hr (minimum) of 99.7% purity (minimum) at the main
electrolyser outlet which is in successful operation tor atleast one (1) yr. prior to the
date of techno-commercial bid opening. The experience details of Hydrogen
Generation plant supplier for which he is qualified is as follows:
-----------------------------------------------------------------------------------------------------------------------------
Note : Bidder to furnish documentary evidence in support of all the above information.
We the bidder/our sub-vendor have supplied, engineerd / got enginered, erected / got
erected (with or without Civil Works) and commissioned / supervised commissioning of at
least one (1) cross-counry / Municipal piping system of at least 3 Km. route length, con-
sisting of steel pipes / Glass Fibre Reinforced Plastics (GRP) pipes / Ductile Iron (DI)
pipes, of diameter 500 mm NB / DN or above, which are in successful operation for at
least One (1) year prior to the date of Techno-Commercial bid opening. The details of
above are as under :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Ref.
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Ref.
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Note :
(1) Bidder to furnish documentary evidences against the above data in the form of
completion certificate etc.
(2) Bidder may enclose additional sheets of the above format if required.
(3) Bidder to necessarily include data for piping system complete with fittings, Scope of
which included supply, engineered / got engineered, erected / got erected (with or
without Civil Works), commissioned / supervised commisioning.\
(4) Sub-Contractor details related to other items of MUW/Cross counry pipe system
shall be submitted during execution.
(Designation)..................................................
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note :(a) The reference Bottom Ash Handling System is of the same type i.e. jet pump system as is being offered by us for the present
plant.
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least two (2) years prior to the date of techno-commercial bid opening. (Yes/No.)
Signature of authorized signatory.........................
ATTACHMENT- 3K
PAGE 130 OF 362
OR
2.1 (a)(ii) Bottom Ash Handling system comprising a submerged scrapper chain conveyor system designed for the convey-
ing capacity of 20 tonnes/hour (dry ash basis) or more per conveyor, for pulverised coal fired boilers :
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design conveying Offered Ash Name of Date of Remarks
No. Plant with with MW capacity per scra- conveying manufacturer Commissioning
location Capacity in per conveyor (TPH) capacity by (Experience and No. of years in
which system referred by client bidder per list enclosed) successful operation
installed (Documentary conveyer prior to date of techno-
evidence attached) (TPH) commercial bid opening
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. submerged scrapper chain conveyor system as
is being offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least two (2) years prior to date of techno-commercial bid opening.
(Yes/No.)
2.1(b) Pneumatic Fly Ash Handling System(Strike out whichever is not applicable)
(i) Pneumatic Fly ash handling system for conveying fly ash from electrostatic precipitators (ESPs) of a single pulverised
coal fired boiler unit, by pressure conveying system designed for 30 TPH or more conveying capacity.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) specified bidder (TPH) list enclosed) as on date of techno-
installed by client commercial bid opening
(Documentary
evidence attached)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. pressure system as is being offered by us for the
present plant.
(ii) Successful operation of above plants for at least two (2) years as on date of techno-commercial bid opening. Yes/No.
OR
2.1(b)(ii) Pneumatic Fly ash handling system for conveying fly ash from electrostatic precipitators (ESPs) of a single pulverised
coal fired boiler unit, by vaccum conveying system designed for 30 TPH or more conveying capacitiy per vaccum
extractor.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) bidder (TPH) list enclosed) as on date of techno-
installed specified by client commercial bid opening
(Documentary
evidence attached)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. vacuum system as is being offered by us for the
present plant.
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
2.1(c) Pneumatic Fly Ash Transportation System having capacity of not less than 20 TPH for transporting Fly Ash from a
pulverised Coal fired boiler unit for a conveying distance of not less than 500 mtr. including fly ash storage silos.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Fly Ash Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW transportation transportation manufacturer and No. of years in
location Capacity in capacity (TPH) capacity and (Experience successful operation
which system and conveying conveying list enclosed) as on date of techno-
installed distance specified distance commercial bid opening
by client (Documentary
evidence attached)
------------------------------ ------------------------
Capacity Conveying Capacity Conveying
distance distance
TPH Mtr. TPH Mtr.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
2.1(d) Complete High concentration Ash Slurry Disposal system for handling not less than 40 tonnes of ash per hour for pulverised
coal fired power stations which includes, among others, positive displacement ash slurry pumps & piping system with
associated controls.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Total Qty. Scope of Name of Name of Date of Commissioning Remarks
No. Plant with with MW of ash handled work alongwith design and manufacturer and No. of years in
location Capacity in (TPH) scheme engineering (Experience successful operation
which system (enclosed with agency list enclosed) as on date of techno-
installed bid) commercial bid opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date : (Signature)...............................................
(Designation)...........................................
(Common seal).......................................
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
3.0 We are qualified under clause 4.11.2 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents.
3.1 We are a supplier of ash handling systems and have executed Ash Handling Plants for pulverised coal fired boiler units generating not
less than 40 TPH of ash per Boiler which includes bottom ash handling system comprising either a jet pump system in conjunction
with water impounded Bottom Ash Hopper or submerged scrapper chain conveyor system or dry bottom ash system involving design
and engineering / design and engineering through external agency/agencies, manufacture, supply, erection and commissioning for the
following plants (Refer clause no. 4.11.2(a) of Sub-Section-IA, Part-A, Section-VI of bidding documents)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Total Total ash Type of Name of Name of Date of Remarks
No. Plant with with MW Ash handling Bottom design and manufacturer Commissioning
location Capacity in generation capacity Ash Engineering (Experience and No. of
which system per boiler (bottom+fly Handling agency list enclosed) years in succ-
installed (T/Hr) ash) (Ton- System (Experience) essful opera-
nes/hour) Supplied list enclosed) tion as on date
per boiler of techno-com-
mercial bid opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
3.2 We are a supplier of ash handling systems and have executed ash handling plant for pulverised coal fired boiler unit, generating not
less than 40 TPH of ash per Boiler which includes fly ash handling system for conveying fly ash from ESPs in dry form (involving
pneumatic conveying systems of vacuum or pressure type) or in wet (slurry) form involving design and engineering/design and engi-
neering through external agency/agencies, manufacture, supply, erection, and commissioning for the following plants (Refer clause no.
4.11.2(b) of sub-section-IA, Part-A, Section-VI of bidding documents).
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
[Link]. Name of No. of Units Total Total ash Type of Name of Name of Date of Remarks
Plant with with MW Ash handling fly Ash design and manufacturer Commissioning
location Capacity in generation capacity Handling Engineering (Experience and No. of
which system per boiler (bottom+fly System agnecy list enclosed) years in succ-
installed (T/Hr) ash) (Ton- supplied (Experience) essful opera-
nes/hour) list enclosed) tion as on
per boiler date of techn-
commercal bid
opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techn-commercial bid opening. (Yes/No.)
BIDDER/HIS SUB-VENDOR TO FILL UP RELEVANT PORTION OF QUALIFICATION DATA FOR THE PORTION THE BIDDER/ HIS SUB-
VENDOR IS MEETING THE QUALIFYING REQUIREMENT AS PER CLAUSE 4.11.1 OF SUB-SECTION-IA, PART-A, SECTION-VI OF BID-
DING DOCUMENT.
4.0 We are a supplier of ash handling systems having executed ash handling systems involving design and engineering/ design and engi-
neering through external agency/agencies, manufacture, supply, erection and commissioning for the following systems.
(i) Bottom Ash Handling system comprising a jet pump system in conjunction with water impounded Bottom Ash Hopper designed for the
conveying capacity of 50 tonnes/hour (dry ash basis) or more per jet pump for pulverised coal fired boilers.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Name of Date of Remarks
No. Plant with with MW conveying conveying the design manufacturer Commissioning
location Capacity in capacity per capacity by and engine- (Experience and No. of
which system Jet pump (TPH) us per ering agnecy list enclosed) years in succ-
installed specified by Client Jet Pump (Experience essful opera-
(Documantary (TPH) list enclosed) tion as on
evidence (Clause 4.11.3 date of techno-
attached) Sub-Section commercial
IA, Part-A, Sec- bid opening
tion-VI of Bidding
Document)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. jet pump system as is being offered by us for the present
plant.
(b) Clients certificate enclosed in support of
OR
4.1(a)(ii) Bottom Ash Handling system comprising of a submerged scrapper chain conveyor system designed for the convey-
ing capacity of 20 tonnes/hour (dry ash basis) or more per conveyor, for pulverised coal fired boilers :
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design con- Offered Name of Name of Date of Remarks
No. Plant with with MW veying capacity Ash the design manufacturer Commissioning
location Capacity in per scrapper conveying & engineering (Experience and No. of
which system chain conveyor capacity by agency list enclosed) years in succ-
installed (TPH) specified us per (Experience essful opera-
by Client Scrapper list enclosed) tion as on
chain con- (clause no. date of techno-
veyor (TPH) 4.11.3 commercal bid
Sub-Section-IA, opening
Part-A, Section-VI
of Bidding Document)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. submerged scrapper chain conveyor system as is being
offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
(i) Pneumatic Fly ash handling system for conveying fly ash from electrostatic precipitators (ESPs) of a single pulverised coal fired boiler
unit; by pressure conveying system designed for 30 TPH or more conveying capacities.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Name of Date of Remarks
No. Plant with with MW conveying conveying the design manufacturer Commissioning
location Capacity in capacity (TPH) capacity by and engine- (Experience and No. of
which system specified us (TPH) ering agnecy list enclosed) years in succ-
installed by Client (Experience essful opera-
list enclosed tion as on
((clause no. date of bid
4.11.3 opening
Sub-Section-IA, date of techno-
Part-A, Section-VI commercial
of Bidding Document) bid opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. pressure system as is being offered by us for the
present plant / Reference pneumatic fly ash handling system as above are offered in support of seeking qualification for pressure
conveying system (strike out whichever is not applicable).
Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
OR
(ii) Pneumatic Fly ash handling system for conveying fly ash from electrostatic precipitators (ESPs) of a single pulverised coal fired boiler
unit; by vaccum conveying system designed for 30 TPH or more conveying capacity per vaccum extractor.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Name of Date of Remarks
No. Plant with with MW conveying conveying the design manufacturers Commissioning
location Capacity in capacity (TPH) capacity by and engine- (Experience and No. of
which System specified us (TPH) ering agnecy list enclosed) years in succ-
installed by Client (Experience essful opera-
list enclosed tion as on
(clause no. date of techno-
4.11.3 commecial
sub-section-IA bid opening
Part-A, Section-
VI of bidding
document
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling System is/are of the same type i.e. vacuum system as is being offered by us for the
present plant/we are qualified as per 4.19.1(b)(ii) of Sub-Section-IA, Part-A, Section-VI of bidding documents and above pneumatic
fly ash handling system is of the same type i.e. vaccum system as is being offered by us for the present plant (strike out whichever
is not applicable).
4.1(c) Pneumatic Fly Ash Transportation System having capacity of not less than 20 TPH for transporting Fly Ash from a Pulverised Coal
fired boiler unit for a conveying distance of not less than 500 mtr. including fly ash storage silos.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Fly Offered Ash Name of Name of Date of Remarks
No. Plant with with MW ash transpor- Transportation the design manu- Commissioning
location Capacity in tation capacity capacity & conveying and engin- facturers and No. of
which system & conveying distance eering agency (Experience years in succ-
installed distance specified (Experience list essful opera-
by Client list enclosed) enclosed) tion as on
[clause date of techno-
4.11.3 commercial
----------------------------------- -------------------------------- Sub-Section- bid opening
Capacity Conveying Capacity Conveying IA, Part-A
distance distance Section-VI
TPH Mtr. TPH Mtr. of Bidding
Document)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening. (Yes/No.)
4.1(d) Complete high concentration Ash Slurry Disposal system for handling not less than 40 tonnes of ash per hour for pulverised coal fired
power stations, which includes, among others, positive displacement ash slurry pumps & piping system with associated controls.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Total Scope of Name of Name of Date of Remarks
No. Plant with with MW Quantity work along the design manufacturers Commissioning
location Capacity in of ash with scheme and (Experience and No. of
which system handled (Enclosed Engineering list enclosed) years in succ-
installed (Tonnes/ with bid) agency essful opera-
Hour) (Experience tion as on
[clause date of techno-
4.11.3 commercial
Sub-Section- bid opening
IA, Part-A
Section-VI
of Bidding
Document)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
Date : (Signature)...........................................
Place : (Printed Name)....................................
(Designation)........................................
(Common seal)....................................
Signature of authorized signatory.........................
ATTACHMENT- 3K
PAGE 143 OF 362
1.2 M/s ........ * ............................................................................................ (our Collaborator/Associate) are a supplier of ash handling
systems having executed ash handling systems involving design, engineering, manufacture, supply, erection and commissioning for the
following systems. We also confirm that the activity of design and engineering for the systems described in this Attachment-
3K have been carried out by the Collaborator/Associate of the relevant systems, himself & not through external design
agency/agencies.
(i) Bottom Ash Handling System comprising a jet pump system in conjunction with water impounded Bottom Ash Hopper designed for the
conveying capacity of 50 tonnes/hour (dry ash basis) or more per jet pump for pulverised coal fired boilers :
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Remarks
No. Plant with with MW conveying conveying manufacturers Commissioning
location Capacity in capacity per capacity by (Experience and No. of
which equip- Jet Pump (TPH) our collaboator list enclosed) years in succ-
ment installed specified by Client per Jet Pump essful opera-
(TPH) tion as on
date of techno-
commercial bid
opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. jet pump system as is being offered by us for the present
plant.
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
OR
(ii) Bottom Ash Handling System comprising of a submerged scraper chain conveyor system designed for the conveying capacity of 20
tonnes/hour (dry ash basis) on more per conveyor, for pulverised coal fired boilers :
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Remarks
No. Plant with with MW conveying conveying manufacturers Commissioning
location Capacity in capacity (TPH) capacity by (Experience and No. of
which equip- specified by our collaborator list enclosed) years in succ-
ment installed Client per scrapper essful opera-
chain conveyor tion as on
(TPH) date of techno-
commecial bid
opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : 1. The reference Bottom Ash Handling System is of the same type i.e. submerged scrapper chain conveyor system, as is being
offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
(i) Pneumatic Fly ash handling system for conveying fly ash from electrostatic precipitators (ESPs) of a single pulverised coal fired boiler
unit, by pressure conveying system designed for 30 TPH or more conveying capacities.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Remarks
No. Plant with with MW conveying conveying manufacturers Commissioning
location Capacity in capacity (TPH) capacity by (Experience and No. of
which equip- specified by our collaborator list enclosed) years in succ-
ment installed Client (TPH) essful opera-
tion as on
date of techno-
commercial bid
opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : 1. The reference Pneumatic Ash Handling Systems are of the same type i.e. pressure system, as is being offered by us for the
present plant / Reference pneumatic ash handling system as above are offered in support of our qualification for pressure conveying
system (strike out whichever is not applicable).
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
OR
(ii) Pneumatic fly Ash Handling System for conveying fly ash from electrostatic precipitators of single pulverised coal fired boiler unit by
vacuum conveying system designed for 30 TPH or more conveying capacity per vaccum extractor.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Maximum Offered Ash Name of Date of Remarks
No. Plant with with MW conveying ash produc- conveying manufacturers Commissioning
location Capacity in capacity (TPH) tion rate of capacity by (Experience and No. of
which equip- specified by unit (TPH) our list enclosed) years in succ-
ment installed Client collaboator per essful opera-
per vacuum tion as on
extractor date of techno-
(TPH) commercial
bid opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : 1. The reference Pneumatic Ash Handling Systems are of the same type i.e. vaccum system, as is being offered by us for the
present plant /we are qualified as per 4.11.1(b)(ii) of Sub-Section-IA of Part-A of Section-VI and above pneumatic fly ash handling
system is of the same type i.e. vaccum system as is being offered by us for the present plant (strike out whichever is not applicable).
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
1.2 (c) Pneumatic Fly Ash Transportation System having capacity of not less than 20 TPH for Transporting Fly Ash from pulverised coal fired
boiler unit for a conveying distance of not less than 500 mtr. including fly ash storage silos.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Fly Offered Ash Name of Date of Remarks
No. Plant with with MW ash transpor- Transportation manufacturers Commissioning
location Capacity in tation capacity capacity & conveying (Experience and No. of
which equip- & conveying distance by list enclosed) years in succ-
ment installed distance specified Collaborator essful opera-
by Client tion as on
date of techno-
commercal
----------------------------------- -------------------------------- bid opening
Capacity Conveying Capacity Conveying
distance distance
TPH Mtr. TPH Mtr.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
1.2(d) Complete high concentration Ash Slurry Disposal system for handling not less than 40 tonnes of ash per hour for pulverised coal fired
power stations, which includes, among others positive displacement ash slurry pumps & piping system.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Total Scope of Name of Date of Remarks
No. Plant with with MW Quantity work along manufacturers Commissioning
location Capacity in of ash with scheme (Experience and No. of
which equip- handled (Enclosed list enclosed) years in succ-
ment installed (Tonnes/ with bid) essful opera-
Hour) tion as on
date of techno-
commercial bid
opening
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(i)
(ii)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : Clients certificate enclosed in support of
(ii) Successful operation of above plant(s) for at least two (2) years as on date of techno-commercial bid opening (Yes/No.)
Date : (Signature)...........................................
(Designation)........................................
(Common seal)....................................
Sub-Vendor seeking qualification under clause no. 4.11.2 of Sub-Section-IA, Part-A, Section-VI will fill up relevant portion of the
above qualification data for which they collaborate(s)/associate(s) in this Attachment-3K and strike out which ever is not applicable.
In conformity with the requirements specified under clause 4.11.4(a) Sub section-IA, Section -VI, Part-A of High concentration
slurry disposal system module, we have offered HCSD pumps manufactured by M/s .......................................... who have
supplied and installed positive displacement pumps for High concentration slurry disposal system for similar duty applications
and have at least two (2) nos. pumps of the same models that are being offered having capacity not less than 150 cubic
meters per hour which are in successful operation for at least two (2) years as on date of Techno-Commercial bid opening.
In support of the above, we furnish below the following details.
b) Pump Model :
c) Size of Pumps :
d) Number of pumps :
....................................................................................................................................................................................................................
Date : (Signature)...........................................
(Designation)........................................
(Common seal)....................................
In conformity with the requirements specified under clause 4.11.4(c) Sub section-IA, Section -VI, Part-A of Horizontal centrifugal
pump module, we have offered Bottom Ash Slurry pumps manufactured by M/s ............................................ who have in the
past supplied and installed ash slurry pumps for similar duty application and have at least two (2) nos. pumps of the same
models that are being offered having capacity not less than 1000 cubic meters per hour at each of two (2) different stations
which are in successful operation for at least two (2) years as on date of Techno-Commercial bid opening. In support of the
above, we furnish below the following details.
b) Pump Model :
c) Size of Pumps :
d) Number of pumps :
....................................................................................................................................................................................................................
Date : (Signature)...........................................
(Designation)........................................
(Common seal)....................................
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply, trans-
portation to site, construction, installation, testing, commissioning and conductance of guar-
antee tests for the EPC Package for Khargone STPP (2X660MW) (hereinafter referred to
as “Plant”) vide its Bidding Document No. : CS-9579-001-2.
And whereas WHEREAS M/s .............. (Bidder) is submitting its proposal in response to the
aforesaid Invitation for Bid by the Employer for EPC Package for Khargone STPP
(2X660MW), against the Employer’s Bidding Documents No. CS-9579-001-2 including
design, engineering, manufacture, supply, transportation to site, installation, testing and
commissioning (including trial operation and Performance & Guarantee tests) of the Ash
(a) a wet ash conveying system for ash collected in the boiler furnaces, economiser,
and air preheaters , dewatering system including treatment system for bottom ash
overflow water and decanted water from dewatering bins.
(b) a dry fly ash conveying system for the ash collected in electrostatic precipitators
collection hoppers.
(c) a dry fly transportation and storage system including dry fly ash storage silos for
loading trucks and dry fly ash silos for HCSD system.
(d) High concentration slurry disposal system for combined bottom ash and fly ash.
AND WHEREAS the bid documents stipulate that bidding is open to a bidder/subvendor
who meets the requirements of Clause No. 4.11.2 of Item No. 3.0 of Bid Data Sheets
(BDS) of Bidding Documents, provided they collaborate(s)/associate(s) with a party(ies) who
meets either the total requirement or the balance part under Clause No. 4.11.1 of Item No.
3.0 of Bid Data Sheets (BDS) of Bidding Documents, which the Bidder/subvendor himself
is not able to meet.
1. That in consideration of the Award of the Contract by the Employer to the Bidder,
we the aforesaid Associate/Collaborator, Bidder and Subvendor, do hereby declare
and undertake that we shall be jointly and severally responsible to the Employer for
the successful performance of the Relevant System(s) of Ash Handling System
such that if fully meets the guaranteed parameters required as per the Contract
specification.
2. In case of any breach of the Contract committed by the Bidder and Subvendor, we
the Associate/Collaborator do hereby undertake, declare and confirm that we shall
be fully responsible for the successful performance of the Relevant System(s) of
Ash Handling System and undertake in order to discharge the Bidder's obligations
and responsibilities stipulated in the contract. Further if the Employer sustains any
loss or damage on account of any breach of the Contract, we the Collaborator/
Associate jointly and severally undertake to promptly indemnify, and pay such loss/
damages caused to the Employer on its written demand without any demur,
reservation, contest or protest in any manner whatsoever.
"*" Please fill up Clause No. 4.11.1(a) and/or 4.11.1(b) and/or 4.11.1(c) and/or 4.11.1(d)
whichever is/are applicable.
This is without prejudice to any rights of the Employer against the Contractor under the
Contract and/or guarantees. It shall not be necessary or obligatory for the Employer to first
proceed against the Associate(s)/Collaborator(s), nor any extension of time would prejudice
any rights of the Employer under this Deed of Joint Undertaking to proceed against the
Associate/Collaborator.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications to the Relevant System(s) of Ash
Handling System and payments of financial liabilities, penelties and any other
obligations as provided under the Contract shall be the joint and several
responsibilities of the Bidder/Subvendor and Associate(s)/Collaborator(s).
7. This Deed of Undertaking shall be construed and interpreted in accordance with the
Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate/Collaborator, Bidder and subvendor agree that this Undertaking
shall be irrevocable and shall form an integral part of the Contract. We further
agree that this Undertaking shall continue to be enforceable till the successful
completion of Contract and till the Employer discharge it.
9. That this Deed shall be operative from the effective date of the Contract.
1. ................................................. ..................................................................
(Name in Block Letters) (Signature of the authorised
representative)
2. ................................................. ..................................................................
(Name in Block Letters) (Signature of the authorise representative)
................................................................
For M/s.....................................................
(Contractor)
3. ................................................. ..................................................................
(Name in Block Letters) (Signature of the authorise representative)
2. The list of banks which are acceptable to NTPC for issuing Bank
Guarantee is indicated in Annexure-I to SCC.
Dear Sirs,
-----------------------------------------------------------------------------------------------------------------------------
* Sub-vendor to strike out whichever is not applicable.
Signature of authorized signatory.........................
ATTACHMENT - 3K
PAGE 161 OF 362
-----------------------------------------------------------------------------------------------------------------------------
* Please strike out whichever is not applicable.
Date : Signature)..........................................
(Designation).....................................
(Common seal)...................................
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply, trans-
portation to site, construction, installation, testing, commissioning and conductance of guar-
antee tests for the Main Plant Turnkey Package for Barethi STPP, stage-I (4X660MW)
(hereinafter referred to as “Plant”) vide its Bidding Document No. : CS-9579-001-2.
And whereas WHEREAS M/s .............. (Bidder) is submitting its proposal in response to the
aforesaid Invitation for Bid by the Employer bearing proposal No.............................. dated
.................. for Main Plant Turnkey Package for Barethi STPP, stage-I (4X660MW), against
the Employer’s Bidding Documents No. CS-9579-001-2 including design, engineering,
manufacture, supply, transportation to site, installation, testing and commissioning (including
trial operation and Performance & Guarantee tests) of the Coal Handling Plant.
3. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure/rules mentioned in the Contract Document.
This Deed of Undertaking shall be construed and interpreted in accordance with the
Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
4. We, the Collaborator/Associate , Bidder and Subvendor agree that this Undertaking
shall be irrevocable and shall form an integral part of the Contracts. We further
agree that this Undertaking shall continue to be enforceable till the successful
completion of Contract and till the Employer discharge it.
5. That this Deed shall be operative from the effective date of the Contract.
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
For M/s.........……....................................
(Subvendor)
Witness :
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
For M/s.........……....................................
(Bidder)
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
Note : * Bidder and his Collaborator/Associate to strike out whichever is not applicable.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
1.02.00 We/our sub-vendor confirm that we meet the provenness requirements specified
in Cl. No.6.0 of provenness requirements in the Sub-Section-IA, Part-A, Section-
VI of Bidding Documents. In this regard we declare that the offered BOP C&I
DDCMIS is the same or of the same series which is operating successfully for
BOP C&I application or SG C&I application or TG C&I application in at least
one (1) unit of power station having unit rating of 200 MW or above for a period
of not less than one (1) year prior to the date of techno-commercial bid open-
ing and the offered BOP C&I DDCMIS have been commissioned in at least one
(1) unit of a power station having unit rating of 200 MW or above as on the
date of techno-commercial bid opening the details of which are given below :
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
* Boiler protection
of coal fired units.
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
(c) Whether coal fired station *Yes/No
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
2.01.01 We/our sub-vendor confirm that we meet the provenness requirements speci-
fied Cl. No.6.0 of provenness requirements in the Sub-Section-IA, Part-A,
Section-VI of Bidding Documents. In this regard we declare that we have en-
gineered, supplied and commissioned SG C&I part of Distributed Digital Con-
trol, Monitoring & Information System (DDCMIS) in at least one (1) unit of
power station having unit rating of 200 MW or above, the details of which
are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
2.01.02 We/our sub-vendor confirm that we meet the provenness requirements speci-
fied in Cl. No.6.0 of provenness requirements in the Sub-Section-IA, Part-A,
Section-VI of Bidding Documents. In this regard we declare that we have en-
gineered, supplied and commissioned BOP C&I part of Distributed Digital
Control, Monitoring & Information System (DDCMIS) in at least one (1) unit of
a power station having unit rating of 200 MW or above and we have col-
laborated / associated with M/s.................................. (Name of Associate/Col-
laborator) whose address is ..................................... and who have engineered,
supplied and commissioned SG C&I Distributed Digital Control, Monitoring &
Information System (DDCMIS) in at least one (1) unit of a power station hav-
ing unit rating of 200 MW or above, the details of which are given below :
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link] Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
3. Name of Package/Contract
along with Order/LOA No.
& Date
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
3.02.00 We/our sub-vendor confirm that we meet the provenness requirements speci-
fied in Cl. No.6.00 of provenness requirements in the Sub-Section-A, Part-A,
Section-VI of Bidding Documents. In this regard we declare that the offered
TG C&I DDCMIS is operating successfully for BOP C&I application or SG
C&I application or TG C&I application in at least one (1) unit of power sta-
tion having unit rating of 200 MW or above for a period of not less than one
(1) year prior to the date of techno-commercial bid opening and the offered
TG C&I DDCMIS have been commissioned in at least one (1) unit of power
station having unit rating of 200 MW or above as on the date of techno-com-
mercial bid opening, the details of which are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[In case the Bidder does not have the engineering experience of the complete
plant as described above, then the Bidder shall get the Control and Instru-
mentation engineering of the remaining plant area (s) done through any of its
sub vendor(s) / supplier(s) or through Engineering firm(s) who meets the
above requirement for the respective plant area(s) and all the following de-
tails are to be filled separately for respective sub vendor(s) / supplier(s) /
Engineering firm(s).]
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
(i) Make/Model
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
(i) Make/Model
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
(Common seal).................................
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, construction, installation, testing, commissioning and conductance of
guarantee tests for the Main Plant Turnkey Package for Barethi STPP, Stagre-I (4x660MW)
(hereinafter referred to as "Plant") vide its Bidding Document No. CS-9579-001-2, which
interalia include C&I equipments/systems (DDCMIS etc.)
AND WHEREAS vide Para 2 of clause 6.1 of Sub-Section-IA, Part-A, Section-VI of bidding
documents, it has been specified that bidder/contractor/*sub-vendor who fully meets the
required experience for BOP C&I DDCMIS specified in Para 1 of clause 6.1 of Sub-Section-
IA, Part-A, Section-VI of bidding documents, may also supply SG C&I and/or TG C&I
DDCMIS provided he collaborates/Associates with DDCMIS/DCS Manufacturer(s) who fully
meets the requirements specified at Para 1 of clause 6.1 of Sub-Section-IA, Part-A,
Section-VI of bidding documents for SG C&I and/or TG C&I DDCMIS respectively as on
the date of Techno-commercial bid opening.
2. In case of any breach of the Contract committed by the Contractor *and *his Sub-
Vendor, we the Associate(s)/Collaborator(s) do hereby undertake, declare and con-
firm that we shall be fully responsible for the successful performance of the
DDCMIS and undertake to carryout all the obligations and responsibilities under this
Deed of Joint Undertaking in order to discharge the Contractor's/*Sub-vendor's obli-
gations stipulated under the Contract. Further, if the Employer sustains any loss or
damage on account of any breach of the Contract for the DDCMIS, we the
Associate(s)/Collaborator(s) and Contractor *and *his Sub-Vendor jointly and severally
undertake to promptly indemnify and pay such loss/damages caused to the Em-
ployer on its written demand without any demur, reservation, Contest or protest in
any manner whatsoever. This is without prejudice to any rights of the Employer
against the Contractor/ his Sub-Vendor under the Contract and/or guarantees. It shall
not be necessary or obligatory for the Employer to first proceed against the Con-
tractor/ *his Sub-Vendor before proceeding against the Associate(s)/Collaborator(s)
nor any extension of time or any relaxation given by the Employer to the Contrac-
tor shall prejudice any rights of the Employer under this Deed of Joint Undertaking
to proceed against the Contractor/*Sub-vendor and / or Associate(s) /
Collaborator(s).
(b) In the event the Associate(s)/Collaborator(s) and the Contractor *and *his
Sub-Vendor fail to demonstrate that the DDCMIS meets the guaranteed pa-
rameters and demonstration parameters as specified in the contract, the
Associate(s)/Collaborator(s) and the Contractor *and *his Sub-Vendor shall
promptly carry out all the corrective measures related to engineering services
at their own expense and shall promptly provide corrected design to the
Employer.
Signature of authorized signatory.........................
ATTACHMENT - 3K
Page 203 of 362
(c) Implementation of the corrected design and all other necessary repairs, re-
placements, rectification or modifications to the DDCMIS and payment of fi-
nancial liabilities and penalties and fulfillment of all other contractual obliga-
tions as provided under the contract shall be the joint and severally respon-
sibility of the Contractor *and *his Sub-Vendor and Associate(s)/
Collaborator(s).
5. The Contractor *and *his Sub-Vendor and Associate(s)/Collaborator(s) will be fully re-
sponsible for the quality of all the equipment/main assemblies/components manufac-
tured at their works or at their Vendors' works or constructed at site, and their re-
pair or replacement, if necessary, for incorporation in the Plant and timely delivery
thereof to meet the completion schedule under the Contract.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure/rules mentioned in the Contract Documents.
This Deed of Joint Undertaking shall be construed and interpreted in accordance
with the Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate(s)/Collaborator(s) and the Contractor *and *his Sub-Vendor agree
that this Undertaking shall form an integral part of the Contracts from the date of
signing of this Deed of Joint Undertaking. We further agree that this Undertaking
shall continue to be enforceable till its validity.
9. That this Deed of Joint Undertaking shall be operative from the effective date of
signing of this Deed of Joint Undertaking.
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
For M/s.........……....................................
(*Contractor's Sub-vendor)
Witness :
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
Witness :
1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)
(I) We declare that we/our Sub-vendor's/ Agency(ies) meet the Provenness Criteria stipulated at Clause No. 7 of Part-A,
Sub-Section-IA of Section-VI of our own*/jointly with our Sub-Vendors as indicated below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Ref. of QR Clause 7.1 Clause 7.3
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sub : Provenness Requirements for the Civil Works Design and Detail Engineering
(II) We declare that we/our Sub-vendor's/ Agency(ies) meet the Criteria stipulated at Clause No. 7.0 of Part-A, Sub-Section-
IA of Section-VI of our own*/jointly with our Sub-Vendors as indicated below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
[Link]. Ref. of QR Clause 7.4
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(II) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.4 of Sub-Section-IA, Part-A of section-VI, we
declare that *We/our Sub-Vendors *M/s. ................................... have executed Site Levelling works for a thermal power
plant of 500MW or higher capacity, as per details given below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. Date of completion Actually executed Asking rate of Remarks
No. contracts of Client and date of works site leveling quantity** site levelling for
of Award ------------------------------ for the reference this contract
of Contract As per Actual contract ---------------------------
Contract ----------------------------- Cu.m/year
Cu.m/year
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the quantum of site leveling work executed
during the one year period in the above contracts is enclosed at Annexure ............................
ii) One Year means any continuous 12 months period within entire contract period.
(III) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.1 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ................................... have executed structural steel fabrication & erection works related to Main
Power House Buildings for a thermal power plant of 500MW or higher capacity, as per details given below:
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion Actually executed Asking rate Remarks
No. contracts of Client date of of works fabrication** for of fabrication
Award of ---------------------------------- the reference for this
Contract As per Actual contract contract
Contract (MT/year) (MT/year)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion Actually executed Asking rate Remarks
No. contracts of Client date of of works erection for of erection
Award of ---------------------------------- the reference for this
Contract As per Actual contract contract
Contract (MT/year) (MT/year)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the quantum of structural steel fabrication &
erection work executed during the one year period in the above contracts is enclosed at Annexure .............................
ii) One Year means any continuous 12 months period within entire contract period.
iii) Main Power House Buildings consist of Main Power House and Mill & Bunker Building.
*Strike out whichever is not applicable.
** Fabrication can be at shop / factory or site.
(IV) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.1 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ................................... have executed RCC works related to Main Power House Buildings for a thermal
power plant of 500MW or higher capacity, as per details given below:
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion of works Actually executed Asking rate Remarks
No. contracts of Client date of -------------------------------------------------- RCC for the of RCC
Award of As per Actual reference for this
Contract Contract ----------------------- contract contract
----------------------- Start Finish (Cu.m / year) (Cum/year)
start Finish
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the quantum of RCC work related to Main Power
House Buildings executed during the one year period in the above contracts is enclosed at Annexure .............................
ii) One Year means any continuous 12 months period within entire contract period.
iii) Main Power House Buildings consist of Main Power House.
(V) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.1 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ................................... have executed RCC works related to Turbo Generator Foundation for a thermal
power plant of 500MW or higher capacity, as per details given below:
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion of works Actually executed Asking rate Remarks
No. contracts of Client date of -------------------------------------------------- RCC for the of RCC
Award of As per Actual reference for this
Contract Contract ----------------------- contract contract
----------------------- Start Finish (Cu.m / year) (Cum/year)
start Finish
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the quantum of RCC work executed for TG
foundation during the one year period in the above contracts is enclosed at Annexure .............................
ii) One Year means any continuous 12 months period within entire contract period.
iii) Turbo Generator Foundation can be with Vibration Isolation System (VIS) or without VIS.
(VI) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.1 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ................................... have executed civil and structural works related to Chimney shell & steel flues
for a thermal power plant of 500MW or higher capacity, as per details given below:
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion of works Height of Whether Remarks
No. contracts of Client date of (Shell / Flue Liner) RCC Shell own Slip
Award of -------------------------------------------------- (m) from
Contract As per Actual equipment
Contract -----------------------
----------------------- Start Finish
start Finish
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding civil / structural steel work related to RCC Chimney
Shell & Flue Liner executed in the above contracts is enclosed at Annexure .............................
(VII) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.1 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ................................... have executed civil and structural works related to Ash Handling Plant, for a
thermal power plant of 500MW or higher capacity, as per details given below:
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion Actually executed Asking rate Remarks
No. contracts of Client date of of works work for the reference of work for
Award of ---------------------------- contract this contract
Contract As per Actual --------------------------------- --------------------------------
contract RCC Fab. Erec- RCC Fab. Erec-
(Cu. (MT/ tion (Cu.m/ (MT/ tion
m/Yr) Year) (MT/ Yr) Year) (MT/
Yr.) Yr.)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11 12 13
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the quantum of civil & structural steel work related
to Ash Handling Plant executed during the one year period in the above contracts is enclosed at Annexure ...................
ii) One Year means any continuous 12 months period within entire contract period
(VIII) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.6 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ............................. have carried out the design and detail engineering of Main Plant Building, Turbo
Generator Foundation (with or without VIS as offered by bidder), reinforce concrete Chimney with steel flues (minimum 200m
height), Ash Handling Plant and CW System for a thermal power plant of 500MW or higher capacity, as per details given
below :
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion Scope of Remarks
No. contracts of Client date of of Design/Engg works
Award of -----------------------------------------
Contract As per Actual
Contract
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the Completion of design & detailed engineering of
civil & structural works of a thermal power plant of 500MW or higher capacity is enclosed at Annexure ............................
ii) Certificate from client(s) i.e. M/s ............................................ regarding the Completion of design & detailed engineering of
reinforced concrete chimney with steel flues (minimum 200m height) is enclosed at Annexure ............................
iii) *Certificates from client(s) i.e. M/s …………………………….. regarding the Completion of design & detailed engineering of
Natural Draught Cooling Tower of RCC construction with splash type fill for a thermal power plant of 500MW or higher
capacity which has been in successful operation for atleast one (1) reckoned as on date of Techno commercial bid opening
is enclosed at Annexure ………………………….
(j) MW Rating
-----------------------------------------------------------------------------------------------------------------------------
Reference Offered
Generator Generator
-----------------------------------------------------------------------------------------------------------------------------
(iii) Rotor
(i) Stator
(ii) Rotor
-----------------------------------------------------------------------------------------------------------------------------
Reference Offered
Generator Generator
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
(Common seal).................................
d) Number of Units
h) Value of Order
i) Date of commissioning
-----------------------------------------------------------------------------------------------------------------------------
(B) We do not fulfil the requirements stipulated at Clause No. 5.1.1 of Sub-Section-IA,
Part-A, Section-VI of Bidding documents. We are however, qualified as we meet the
requirements mentioned at Clause No. 5.1.2 of Sub-Section-IA, Part-A, Section-VI of
Bidding documents. W e/ subvendor ……………………………. have designed,
manufactured, type tested, supplied, *erected/ *supervised erection and
*commissioned/ *supervised commissioning of Isolated phase busduct for a Turbo-
Generator of atleast 200 MW, which is in successful operation for a period of not
less than two (2) years prior to the date of techno-commercial bid opening, as per
details given below :
d) Number of Units
h) Value of Order
i) Date of commissioning
-----------------------------------------------------------------------------------------------------------------------------
Further, as per the requirement stipulated at Clause No. 5.1.2(ii) of Sub-Section-IA, Part-A,
Section-VI of Bidding documents, we confirm having an on-going technical collaboration
agreement with M/s……………………………………… (Associate/ Collaborator) who in turn
meets the requirements of Clause No. 5.1.1 of Sub-Section-IA, Part-A, Section-VI of Bidding
documents.
d) Number of Units
h) Value of Order
i) Date of commissioning
-----------------------------------------------------------------------------------------------------------------------------
Following are the details of our Associate/ Collaborator as per the requirement stipulated at
Clause No. 5.1.2(ii) of Sub-Section-IA, Part-A, Section-VI of Bidding documents with whom
we are having an ongoing technical collaboration agreement.
Date : (Signature)..........................................
(Designation) ....................................
(Company seal)..................................
Note :
Details of Transformers:
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Transformer
I II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station
Note :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Contract No. & Date
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Facility
-----------------------------------------------------------------------------------------------------------------------------
1.03.00 Yearly manufacturing
capacity in MVA
Installation-I........III
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Facility
-----------------------------------------------------------------------------------------------------------------------------
Date : (Designation)...........................................
Note :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation-I **Installation-II....VI
-----------------------------------------------------------------------------------------------------------------------------
1.03.00 Contract No. & Date
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Transformer
I II
----------------------------------------------------------------------------------------------------------------------------
(ii) Manufacturing Yes*/No* Yes*/No*
Date : (Designation)...........................................
Details of reactor:
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor**
I II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the Client
2.00.00 Client Name & Address,
Fax/Tel No.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor**
I II
-----------------------------------------------------------------------------------------------------------------------------
7.00.00 Whether Single phase *Yes/*No *Yes/*No
Shunt reactor
8.00.00 Date of commencement
of successful operation
9.00.00 Scope of work of aforesaid
Shunt reactor.
(i) Design *Yes/*No *Yes/*No
(ii) Manufacturing *Yes/*No *Yes/*No
(iii) Supply *Yes/*No *Yes/*No
10.00.00 No. of years in successful
operation
11.00.00 Supporting documents like *Yes/*No *Yes/*No
performance Certificate, completion
Certificate, letter of Award/purchase
Order/Contract Agreement etc. are
enclosed as Annexure No.................,
Page No. ..............
-----------------------------------------------------------------------------------------------------------------------------
We further confirm that not withstanding anything stated above, the Employer reserves the
right to assess our / Collaborator’s / our Associates / our Subsidiarie’s / our Group
Companie’s capabilities and capacity to perform the Contract, should the circumstances
warrant such assessment in the overall interest of the Employer in line with QR require-
ment at clause no. 5.3.1 of Provenness, Technical Specification, Section-VI.
Date : (Designation)...........................................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
9.00.00 Scope of work of aforesaid
Shunt reactor.
B. Details of manufacturing facility in India for 800 kV Class Reactors and details
of supplies of 800 kV Class or above Reactors from this facility :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Facility
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Address of Manufacturing facility
Fax and Tel. No.
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation-I..........III
----------------------------------------------------------------------------------------------------------------------------
We further confirm that not withstanding anything stated above, the Employer reserves the right
to assess our / our Collaborator’s / our Associates / our Subsidiarie’s / our Group Companie’s ca-
pabilities and capacity to perform the Contract, should the circumstances warrant such assessment
in the overall interest of the Employer in line with QR requirement at item No. 5.3.2 of
Provenness, Technical Specification, Section-VI.
-----------------------------------------------------------------------------------------------------------------------------
Date : (Designation)...........................................
Note :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
9.00.00 Scope of work of aforesaid
Shunt reactor.
Detail of Associate/Collaborator
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor
I II
----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the Associate
company
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor
I II
----------------------------------------------------------------------------------------------------------------------------
3.00.00 Address of the Associate
company including Fax /
Tel. No. & person responsible
in Associate Company.
Date : (Designation)...........................................
(I) We hereby confirm that We/Subvendor M/s ........................ have manufactured &
supplied atleast two (2) numbers (One each at two different installations) of at least
highest offered rating oil filled transformers which are in successful operation for a
period of atleast two (2) years prior to the date of techno-commercial bid opening
as per stipulated requirements mentioned at Clause No. 5.4.1 of Sub-Section-IA,
Part-A of Section-VI. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Description Installation Installation
No. No. 1 No. 2
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Description Installation Installation
No. No. 1 No. 2
-----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Note :
1) Subvendor to use their own performa for giving details of all routine and type test
facilities available with them.
III. We/subvendor ................................. hereby confirm that the transformer considered for
the above (Attachment-3K) have been successfully short circuit tested as per
requirement of Clause No. 5.4.3 of Sub-Section-IA, Part-A of Section-VI. The details
of the same are given below:
----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Details
----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Note :
1) Sub-vendor may provide any additional information regarding short circuit test on
transformers and enclose along with the proposal at Annexure.......... to this Attach-
ment-3K.
2) If needed Sub-vendor may use own performa for giving necessary details regarding
short circuit test conducted on transformers and enclose with the proposal at Annex-
ure......... to this Attachment-3K.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
LT SWITCHGEAR
1.3 DC Batteries
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
industrial installations and which
are in successful operation for
at least two (2) years prior to the date
of Techno-Commercial bid opening
Note : 1) Certificates from the client for the successful operation for each of the
above shall be Submitted.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
Sub QR Data to be filled in to meet the proveness requirements (Refer Clause No.
5.6 of Sub-Section-IA, Part-A, Section-VI) for 11KV/3.3KV Switchgears
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
1.4 No. of 11KV and / or 6.6KV Switchgear
panels manufactured and supplied on
an average per annum during the last
three years prior to date of Techno-
commercial bid opening (under Route 2)
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
1.8 Deed of Joint Undertaking executed jointly (Yes/No)
by Bidder/Subvendor and its Assocate/
colaborator furnished (under Route-2).
Further we confirm our associate/collaborator
shall furnish an on-demand Bank Guarantee
for INR 7 Million (INR Seven Million only)
-----------------------------------------------------------------------------------------------------------------------------
Note : 1) Certificates from the client for the successful operation for each of the
above shall be Submitted.
2) Supporting documents/ reference data as applicable shall be submitted.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
Sub QR Data to be filled in to meet the proveness requirements (Refer Clause No.
5.7 of Sub-Section-IA, Part-A, Section-VI. for Numerical Relays & Networking
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
Sub : Sub-Qualifying Requirements for the BFP Motor (Refer Clause No. 5.8
(a) of Sub-Section-IA, Part-A, Section-VI.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I Station-2
-----------------------------------------------------------------------------------------------------------------------------
BFP MOTOR
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1.01.07 Technical Particulars
(a) Make
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)....................................
(Designation).................................
(Common seal).............................
Sub : Sub-Qualifying Requirment of ID Fan Motor (Refer Clause No. 5.8 (b) of
Sub-Section-IA, Part-A, Section-VI).
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
ID FAN MOTOR
- e-mail id
- wedsite address
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
(a) Make
----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
(a) Atleast 300 Kms of PVC insulated, PVC sheathed stranded copper conductor 1.1
kV grade cables in one single contract.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(i) Manufactured Yes/No
----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(iv) Total Quantity supplied
prior to the date of techno-
commerial bid opening ......... Km
Date : (Signature)..........................................
(Designation)......................................
(Common seal)...................................
Note :
1. Continuation sheets of like size and format may be used as per the Sub-vendor's
requirement and shall be annexed to this Attachment-3K.
(a) Atleast 100 Kms of aluminium conductor, XLPE insulated, PVC sheathed power
cables of 1.1 kV or higher grade in one single contract.
(b) Atleast 100 km of aluminium conductor, PVC insulated, PVC sheathed power cables
of 1.1 kV or higher grade in one single contract.
(d) 1.1 kV or higher grade power cable of minimum 630 [Link]. conductor size.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
Power cables of 1.1 KV or higher
grade
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
6. Details of aluminium conductor, PVC
insulated, PVC sheathed Power cables
of 1.1 KV or higher grade
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(i) Manufactured Yes/No
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(iii) Voltage grade of Cable ................. kV
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
(Common seal)...................................
Note :
1. Continuation sheets of like size and format may be used as per the Sub-vendor's
requirement and shall be annexed to this Attachment-3K.
(i) Atleast 50 Kms of XLPE insulated power cables of 6.35/11 KV or higher voltage
grade, executed in one or more orders.
(ii) Atleast one (1) Km of flame retardant low smoke cables of any voltage level.
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(i) Manufactured Yes/No
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
(Common seal)...................................
Note :
1. Continuation sheets of like size and format may be used as per the Sub-vendor's
requirement and shall be annexed to this Schedule.
* If the quantity ordered is less than 50 Km in one order than please furnish the
details for other orders in same format.
---------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.1 Installation No.2
---------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.1 Installation No.2
---------------------------------------------------------------------------------------------------------------------------
(k) No. of years of successful
operation prior to the date of
Techno-Commercial bid opening
---------------------------------------------------------------------------------------------------------------------------
Date : (Signature)................................................
(Designation)............................................
(Common Seal).......................................
Dear Sirs,
Note :1. For the purpose of qualifying requirement, one no. of bay shall be considered as
a bay comprising of atleast one circuit breaker, two disconnectors and single
phase current transformers.
3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.
Dear Sirs,
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard
Note :1. For the purpose of qualifying requirements, one no. of bay shall be considered
as a bay comprising of atleast one circuit breaker, two disconnectors and single
phase current transformers.
3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.
Dear Sirs,
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard
Note :1. For the purpose of qualifying requirements, one no. of bay shall be considered
as a bay comprising of atleast one circuit breaker, two disconnectors and single
phase current transformers.
3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.
Dear Sirs,
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard
3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.
Dear Sirs,
3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.
Dear Sirs,
-----------------------------------------------------------------------------------------------------------------------------
Whether enclosed
-----------------------------------------------------------------------------------------------------------------------------
Deed of Joint Undertaking with the Yes* / No *
Associate
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
(Company seal)..................................
Dear Sirs,
(A) 765 kV Equipments
(I)(a) For 765 kV Circuit Breakers : In order to satisfy the requirement of supplier expe-
rience as indicated in Clause No. 5.16.1(a) of Sub-Section-IA, Part-A, Section-VI of
Bidding Document, we declare that M/s.................................. ....................... is a Manu-
facturer who has manufactured and supplied atleast five (5) nos. of three phase
Circuit Breakers suitable for Air Insulated Substation/ Switchyard of 715 kV or above
class which have been in successful operation for minimum two (2) years prior to
the date of Techno-Commercial bid opening. The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
For 715 kV or above class Circuit Breakers
1 Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
2 Client's Name & its Address alongwith
Name of contact person with email
ID, Telephone & Fax Nos.
3 Name & Location of the Substation/
Switchyard
4 Name of Contract
5 Contract Reference No. & Date
6. Scope of the work for the aforesaid
Contract includes
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*
8. Date of commencement
of successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
(I)(b) For 765 kV Circuit Breakers : In order to satisfy the requirement of supplier expe-
rience as indicated in Clause No. 5.16.1(b) of Sub-Section-IA, Part-A, Section-VI of
Bidding Document, we declare that M/s.................................. ....................... is an In-
dian Manufacturer who have manufactured and supplied atleast ten (10) nos. of
three phase Circuit Breakers suitable for Air Insulated Substation/ Switchyard of 400
kV or above class which have been in successful operation for minimum two (2)
years prior to the date of Techno-Commercial bid opening and have manufactured
and supplied 715 kV or above class Circuit Breakers prior to the date of Techno-
Commercial bid opening. We also declare that the Collaborator of the Indian manu-
facturer meets the requirement stipulated under Clause No. 5.16.1(a) of Sub-Section-
IA, Part-A, Section-VI of bidding Document and will be responsible for satisfactory
performance of the offered equipment manufactured by Indian Manufacturer. The
details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
Contract includes
(i) Manufacture Yes*/No*
(Designation)......................................
(Company seal)...................................
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
---------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Circuit Breakers
1. Client's Name & its Address alongwith
Name of contact person with email
ID, Telephone & Fax Nos.
2. Name & Location of the Substation/
Switchyard
3. Name of Contract
4 Contract Reference No. & Date
5. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
---------------------------------------------------------------------------------------------------------------------------
9. Name of Collaborator
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
(I)(b) For 765 kV Circuit Breakers : In order to satisfy the requirement of supplier expe-
rience as indicated in Technical Specifications, Clause No. 5.16.1(b) of Sub-Section-
IA, Part-A, Section-VI of the Bidding Documents, we declare that M/
s........................................................... is an Indian Manufacturer whose
Collaborator..............................(Name of Collaborator) have manufactured and supplied
atleast five (5) nos. of three phase Circuit Breakers suitable for Air Insulated Sub-
station/ Switchyard of 715 kV or above class which have been in successful opera-
tion for minimum two (2) years prior to the date of Techno-Commercial bid opening.
We also declare that the Collaborator will be responsible for satisfactory perfor-
mance of the offered equipment manufactured by Indian Manufacturer The details
are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
For 715 kV or above class Circuit Breakers
1 Name and Address of Collaborator
and Name of contact person with
email ID, Telephone & Fax Nos.
2 Client's Name & its Address alongwith
Name of contact person with email
ID, Telephone & Fax Nos.
3 Name & Location of the Substation/
Switchyard
4 Name of Contract
5 Contract Reference No. & Date
Date : (Signature).........................................
(Designation)......................................
(Company seal)................................
8. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Signature of authorized signatory.........................
ATTACHMENT - 3K
MAIN PLANT TURNKEY PACKAGE Page 291 of 362
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
A) 765 kV Equipments
7. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Instrument Transformers (Current Transformer/
Capacitor Voltage Transformer as applicable)
3. Name of Contract
9. Name of Collaborator
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
10. Whether collaborator data enclosed Yes*/No*
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
(III)(a) For 765 kV Disconnectors : In order to satisfy the requirement of Supplier experi-
ence as indicated in Clause No. 5.16.3(a) of Sub-Section-IA, Part-A, Section-VI of
the Bidding Document, We declare that M/s..................................... is a Manufacturer
who have manufactured and supplied atleast five (5) nos. of three phase
Disconnectors suitable for Air Insulated Substation/Switchyard of 715 KV or above
class which have been in successful operation for minimum two (2) years prior to
the date of Techno-Commercial bid opening. The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
For 715 kV or above class Disconnectors
4 Name of Contract
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
5 Contract Reference No. & Date
8. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
(III)(b) For 765 kV Disconnectors : In order to satisfy the requirement of Supplier experi-
ence as indicated in Clause No. 5.16.3(b) of Sub-Section-IA, Part-A, Section-VI of
the Bidding Document, We declare that M/s..................................... is an Indian Manu-
facturer who have manufactured and supplied atleast five (5) nos. of three phase
Disconnectors suitable for Air Insulated Substation/Switchyard of 400 kV or above
class which have been in successful operation for minimum two (2) years prior to
the date of Techno-Commercial bid opening and have manufactured and supplied
715 kV or above class Disconnectors prior to the date of Techno-Commercial bid
opening. We also declare that the Collaborator of the Indian manufacturer meets the
requirement stipulated under Clause No. 5.16.3(a) of Sub-Section-IA, Part-A, Section-
VI of the Bidding Document and will be responsible for satisfactory performance of
the offered equipment manufactured by Indian Manufacturer. The details are given
below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
7. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Disconnectors
3. Name of Contract
9. Name of Collaborator
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
10. Whether collaborator data enclosed Yes*/No*
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Note : Continuation sheets of like size and format may be used as per Bidder's
requirement and shall be annexed to this Attachment.
(III)(b) For 765 kV Disconnectors : In order to satisfy the requirement of Supplier experi-
ence as indicated in Clause No. 5.16.3(b) of Sub-section-IA, Part-A, Sub-section-VI
of Bidding Document, We declare that M/s..................................... is an Indian Manu-
facturer whose Collaborator..............................(Name of Collaborator) have manufac-
tured and supplied atleast five (5) nos. of three phase Disconnectors suitable for Air
Insulated Substation/Switchyard of 715 KV or above class which have been in suc-
cessful operation for minimum two (2) years prior to the date of Techno-Commer-
cial bid opening. We also declare that the Collaborator will be responsible for satis-
factory performance of the offered equipment manufactured by Indian Manufacturer.
The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
For 715 kV or above class Disconnectors
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
5 Contract Reference No. & Date
8. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
(IV)(a) For 765 kV Surge Arrestors : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.16.4(a) of Sub-section-IA, Part-A, Sub-section-VI
of Bidding Document, We declare that M/s ....................................................... is a
Manufacturer who have manufactured and supplied atleast fifteen (15) nos. of single
phase Surge Arrestors suitable for Air Insulated Substation/Switchyard of 715 kV or
above class which have been in successful operation for minimum two (2) years
prior to the date of Techno-Commercial bid opening. The details are given below :
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
For 715 kV or above class Surge Arrestors
8. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
(IV)(b) For 765 kV Surge Arrestors : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.16.4(b) of Sub-section-IA, Part-A, Sub-section-VI
of Bidding Document, We declare that M/s ....................................................... is an
Indian Manufacturer who have manufactured and supplied atleast fifteen (15) nos. of
single phase Surge Arrestors suitable for Air Insulated Substation/Switchyard of 400
kV or above class which have been in successful operation for minimum two (2)
years prior to the date of Techno-Commercial bid opening and have manufactured
and supplied 715 kV or above class Surge Arrestors prior to the date of Techno-
Commercial bid opening. We also declare that the Collaborator of the Indian manu-
facturer meets the requirement stipulated under Clause No. 5.16.4(a) of Sub-section-
IA, Part-A, Sub-section-VI of Bidding Document and will be responsible for satisfac-
tory performance of the offered equipment manufactured by Indian Manufacturer.
The details are given below :
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
3. Name of Contract
7. Date of commencement of
successful operation
8. No. of years in Successful operation
prior to the date of Techno-Commercial
Bid opening
9. Client(s) certificate(s)
enclosed in support of stated
experience at Sr. No. 6 to 10
at Annexure ....................... to
this Attachment-3K.
(Designation)......................................
(Company seal)...................................
---------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Surge Arrestors
3. Name of Contract
8. Client(s) certificate(s)
enclosed in support of stated
experience at Sr. No. 6 to 10
at Annexure ....................... to
this Attachment-3K
---------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
9. Name of Collaborator
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
(IV)(b) For 765 kV Surge Arrestors : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.16.4(b) of Sub-section-IA, Part-A, Sub-section-VI
of Bidding Document, We declare that M/s ....................................................... is an
Indian Manufacturer whose Collaborator..............................(Name of Collaborator) have
manufactured and supplied atleast fifteen (15) nos. of single phase Surge Arrestors
suitable for Air Insulated Substation/Switchyard of 715 kV or above class which have
been in successful operation for minimum two (2) years prior to the date of
Techno-Commercial bid opening. We also declare that the Collaborator will be re-
sponsible for satisfactory performance of the offered equipment manufactured by
Indian Manufacturer The details are given below :
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
For 715 kV or above class Surge Arrestors
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
(I)(a) For 132 kV Circuit Breakers : In order to satisfy the requirement of supplier expe-
rience as indicated in Clause No. 5.17.1 of Sub-section-IA, Part-A, Sub-section-VI of
Bidding Document, we declare that M/s.................................. ....................... is a Manu-
facturer who have manufactured and supplied atleast five (5) nos. of three phase
Circuit Breakers suitable for Air Insulated Substation/ Switchyard of 132 kV or above
class which have been in successful operation for minimum two (2) years prior to
the date of Techno-Commercial bid opening. The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
1 Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
2 Client's Name & its Address alongwith
Name of contact person with email
ID, Telephone & Fax Nos.
3 Name & Location of the Substation/
Switchyard
4 Name of Contract
5 Contract Reference No. & Date
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
6. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*
8. Date of commencement
of successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
8. Date of commencement of
successful operation
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
(III) For 132 kV Disconnectors : In order to satisfy the requirement of Supplier experi-
ence as indicated in Clause No. 5.17.3 of Sub-section-IA, Part-A, Sub-section-VI of
Bidding Document, We declare that M/s..................................... is a Manufacturer who
have manufactured and supplied atleast five (5) nos. of three phase Disconnectors
suitable for Air Insulated Substation/Switchyard of 132 KV or above class which have
been in successful operation for minimum two (2) years prior to the date of
Techno-Commercial bid opening. The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
1 Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
2 Client's Name & its Address alongwith
Name of contact person with email
ID, Telephone & Fax Nos.
3 Name & Location of the Substation/
Switchyard
4 Name of Contract
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(ii) Supply Yes*/No*
8. Date of commencement of
successful operation
-----------------------------------------------------------------------------------------------------------------------------
*Please Strike off whichever is not applicable.
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
(IV) For 132 kV Surge Arrestors : In order to satisfy the requirement of Supplier expe-
rience as indicated in Technical Specifications, Clause No. 5.17.4 of Sub-section-IA,
Part-A, Sub-section-VI of Bidding Document, W e declare that M/s
....................................................... is a Manufacturer who have manufactured and sup-
plied atleast fifteen (15) nos. of single phase Surge Arrestors suitable for Air Insu-
lated Substation/Switchyard of 132 kV or above class which have been in success-
ful operation for minimum two (2) years prior to the date of Techno-Commercial bid
opening. The details are given below :
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
1 Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
4 Name of Contract
5 Contract Reference No. & Date
8. Date of commencement of
successful operation
-----------------------------------------------------------------------------------------------------------------------------
*Please Strike off whichever is not applicable.
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Dear Sirs,
4 Name of Contract
9. Date of Commissioning
10. Date of commencement of successful
operation
11. No. of years in Successful operation
prior to the date of techno-commercial
Bid opening
12. Client(s) certificate(s) enclosed in
support of stated experience at
Sr. No. 6 to 11 at Annexure.........
to this Attachment-3K
(Designation)......................................
(Common seal).................................
Note : Continuation sheets of like size and format may be used as per Sub-
vendor's requirement and shall be annexed to this Attachment.
(ii) For GENERATOR PROTECTION RELAYS, THE BAY PROTECTION UNITS IN-
CLUDING THE BUS BAR PROTECTION AND THE ENERGY METERING SYS-
TEM : In order to satisfy the requirement of Supplier experience as indicated in
Technical Specifications, Clause No. 5.18 of Sub-Section-IA, Part-A, Section-VI, we
declare that M/s ................................................... is a manufacturer who have manu-
factured and supplied the offered type of devices for respective equipment, which are
in successful operation in a 100 MW or above unit / 220 KV class or above Sub-
station/Switchyard for minimum one (1) year prior to the date of Techno-Commercial
bid opening. The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
1 Name and Address of Manufacturer
and Name of contact person with
email ID, Telephone & Fax Nos.
4 Name of Contract
9. Date of commencement of
successful operation
10. No. of years in Successful operation
prior to the date of techno-commercial
Bid opening
(Designation)......................................
(Common seal).................................
Dear Sirs,
-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Station-I Station-II
--------------------------------------------------------------------------------------------------------------------
8. Date of commissioning
9. Date of commencement
of successful operation
(Designation).................................
(Common seal).............................
Signature of authorized signatory.........................
ATTACHMENT - 3K
Page 327 of 362
Dear Sirs,
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
(ii) Manufacture Yes*/No*
8. Description of cable
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Note : 1. Continuation sheets of like size and format may be used as per the Bidder's
requirement and shall be annexed to this Schedule.
Dear Sirs,
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
7. No. of each accessories supplied for 132 kV
grade cable or higher which should be in
successful operation for atleast two (2) years
prior to the date of Techno-Commercial
Bid Opening.
b) Cable termination
Date : (Signature).........................................
(Designation)......................................
(Company seal)...................................
Note : 1. Continuation sheets of like size and format may be used as per the Bidder's
requirement and shall be annexed to this Schedule.
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, construction, installation, testing and commissioning & conductance of
guarantee tests for Main Plant Turnkey Package for Barethi Super Thermal Power Project
Stage-I (4x660MW) (hereinafter referred to as "Plant"), vide its Bidding Document No. :
CS-9579-001-2, which interalia include Isolated Phase Busduct.
AND WHEREAS Clause No. 5.1 of Technical Specifications (Section-VI, Part-A Sub-Section-
IA) of Bidding Documents stipulates that bidding is open to bidders/subvendors who meet
the requirements stipulated in Clause No. 5.1.2(i) of Technical Specifications (Section-VI,
Part-A Sub-Section-IA) and has a ongoing technical collaboration with a party who in turn
meets the stipulated requirements as per Clause No. 5.1.1 of Technical Specifications
(Section-VI, Part-A Sub-Section-IA) of Bidding Documents and submit an undertaking jointly
executed by Bidder and his Associate/Collaborator for successful performance of the
aforesaid equipment specified in the bid.
And whereas Bidder and Associate/Collaborator are executing an irrevocable Deed of Joint
Undertaking that they shall be held jointly and severally responsible and bound unto the
Employer for successful performance of the Isolated Phase Busducts to be supplied under
the Main Plant Turnkey Package for Barethi Super Thermal Power Project Stage-I
(4x660MW) fully meeting the performance parameters as per the Bid Specifications, in the
event the Bid is accepted by the Employer resulting in a Contract (hereinafter called the
"Contract").
1. That in consideration of the Award of the Contract by the Employer to the Bidder,
we, the aforesaid Associate/Collaborator and the Bidder, do hereby declare and
undertake that we shall be jointly and severally responsible to the Employer for the
successful performance of the equipments and perform all the contractual
obligations including the technical guarantees.
2. In case of any breach of the Contract committed by the Bidder, we, the Associate/
Collaborator, do hereby undertake, declare and confirm that we shall be fully
responsible for the successful performance of the equipments and undertake in
order to discharge the Bidder/Sub Vendor's obligations and responsibilities stipulated
in the Contract. Further if the Employer sustains any loss or damage on account
of any breach of the Contract, we, the Associate/Collaborator and Bidder jointly and
severally undertake to promptly indemnify, and pay such losses/damages caused
to the Employer on its written demand without any demur, reservation, contest or
protest in any manner whatsoever.
This is without prejudice to any rights of the Employer against the Bidder/Sub
Vendor under the Contract and/or guarantees. It shall not be necessary or
obligatory for the Employer to first proceed against the Bidder/ Sub Vendor, nor any
extension of time would prejudice any rights of the Employer under this Deed of
Joint Undertaking to proceed against the Associate/Collaborator.
(b) In the event the Collaborator and Bidder/Sub Vendor fail to demonstrate
successful performance of equipments as set forth in paragraph 1 above,
the Associate/Collaborator and the Bidder/Sub Vendor shall promptly carry out
all the measures at their own expense and shall promptly provide corrected
designs to the Employer.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications to the equipments and payments
of financial liabilities, penalties and any other obligations as provided under
the Contract shall be the joint and several responsibilities of the Bidder/Sub
Vendor and Associate/Collaborator.
4. We, the Bidder and Associate/Collaborator do hereby undertake and confirm that the
Undertaking shall be irrevocable and shall not be revoked till the expiry of ninety
(90) days after the end of the defect liability period of the Plant under the Contract
and further stipulate that the Undertaking herein contained shall terminate after ninety
(90) days of satisfactory completion of such defect liability period. In case of delay
in completion of defect liability period under the Contract, the validity of this Deed of
Joint Undertaking shall be extended by such period of delay. We further agree that
this undertaking shall be without any prejudice to the various liabilities of the Bidder,
including the Contract Performance Security as well as other obligations of the
Bidder in terms of the Contract.
5. The Bidder/Sub Vendor and Associate/Collaborator will be fully responsible for the
quality of all equipment/main assemblies/components manufactured at their works
or at their Vendor's works or constructed at site, and their repairs or replacement if
necessary for incorporation in the Isolated Phase Busducts and timely delivery
thereof to meet the completion schedule under the Contract.
7. Any dispute that may arise in connection with this Deed of Undertaking shall be
settled as per arbitration procedure/rules mentioned in the Contract Documents. This
Deed of Joint Undertaking shall be construed and interpreted in accordance with the
Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate/Collaborator and the Bidder agree that this Undertaking shall be
irrevocable and shall form an integral part of the Contracts. We further agree that
this Undertaking shall continue to be enforceable till the successful completion of
Contract and till the Employer discharge it.
9. That this Deed of Undertaking shall be operative from the date of its execution.
IN WITNESS WHEREOF, the Associate/Collaborator and the Bidder, through their authorised
representatives, have executed these present and affixed common seals of their respective
companies on the Day, Month and Year first mentioned above.
Witness :
1. ................................................. ........................................................
(Signatures) (Signature of the authorised
representative)
For M/s.........…….............................
(Bidder)
2. ................................................. .........................................................
(Signatures) (Signature of the authorised
representative)
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply, transportation
to site, installation, testing & commissioning, completion of facilities for the 765 KV Class
Transformers under Main Plant Turnkey Package for its Barethi Super Thermal Power Project, (4
X 660 MW) (hereinafter referred to as “Plant”) vide its Bidding Document [Link]-9579-001-2.
AND WHEREAS Route No: 3 of Technical Specifications i.e. item 5.2.3 of Technical Specifications
(SECTION–VI PART-A SUB-SECTION-IA) of bidding documents stipulates that bidding is open to a
Bidder/Sub-vendor, who meets the requirements of Clause 5.2.3 of Technical Specifications
(SECTION–VI PART-A SUB-SECTION-IA) of bidding documents and have Collaboration/Association
for design and manufacturing of 800 KV class transformers in India and the Associate(s)/
Collaborator(s) who meets the requirement of Clause 5.2.1 for transformers of Technical
WHEREAS M/s …………………....... (Bidder) is submitting its proposal in response to the aforesaid
Invitation for Bid by the Employer for EPC Package for Barethi Super Thermal Power Project, (4 X
660 MW) against the Employer’s Bidding Documents.
1. That in consideration of the award of the Contract by the Employer to the Contractor, the
Contractor, the Subvendor (if applicable) and Associate do hereby declare and undertake
that we shall be jointly and severally responsible to the Employer for the execution and
successful performance of the equipments under the contract including the guaranteed
parameters, as specified under the said Contract to the satisfaction of the Employer.
2. In case of any breach of the Contract committed by the Contractor, we, the Associate do
hereby undertake, declare and confirm that we shall be jointly and severally responsible for
successful performance of the equipments under the Contract and undertakes to carry out
all the obligations and responsibilities under this Deed of Joint Undertaking. Further, if the
Employer sustains any loss or damage on account of any breach of the Contract, the
Associate and the Contractor jointly and severally undertake to promptly indemnify and pay
such losses/damages caused to the Employer on its written demand without any demur,
reservation, contest or protest in any manner whatsoever. This is without prejudice to any
rights of the Employer against the Contractor under the Contract and/or guarantees. It
shall not be necessary or obligatory for the Employer to first proceed against the Contractor
before proceeding against the Collaborator, or any extension of time or any relaxation given
by the Employer to the Contractor shall prejudice any rights of the Employer under this
Deed of Joint Undertaking to proceed against the Associate-A and the Contractor.
3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the manner of
achieving the objectives set-forth in paragraph 1 above shall be as follows:
Further, Associate shall depute his technical experts from time to time to the
Contractor’s works/ Employer’s project site as required by the Employer and agreed
to by the Contractor and the Associate to facilitate the successful performance of
the equipment as stipulated in the aforesaid Contract.
Further, Associate shall jointly & severally ensure proper design, engineering,
manufacture, supply, installation, testing and successful performance of the
equipments covered under the said Contract in accordance with stipulations of the
Contract and if necessary, they shall advise the Contractor suitable modifications
of design and implement necessary corrective measures to discharge the obligations
under the Contract.
b. In the event the Collaborator and the Contractor fail to demonstrate equipment as
specified in the Contract, the Collaborator and the Contractor shall promptly carry
out all the corrective measures at their own expense and shall promptly provide
corrected design to the Employer.
4. We, the Contractor and Associate do hereby undertake and confirm that this Deed of Joint
Undertaking shall be irrevokable and shall not be revoked till ninety (90) days after the
scheduled end of the defect liability period of the last equipment covered under the contract
and further stipulate that the undertaking herein contained shall terminate after ninety (90)
days of satisfactory completion of such defect liability period. In case of delay in completion
of the defect liability period, the validity of this deed of joint undertaking shall be extended by
such period of delay. We, the Contractor and Associate do further undertake and confirm
that this Deed of joint Undertaking shall be irrevocable and shall not be revoked till its
validity. We further agree that this Undertaking shall be without any prejudice to the various
liabilities of the Contractor including Contract Performance Security as well as other
obligations of the Contractor in terms of the Contract.
5. The Contractor and the Associate will be fully responsible for the quality of all the equipment/
main assemblies/ components manufactured at their works or at their vendor’s works or
constructed at site, and their repair or replacement, if necessary, for incorporation in the
plant, and timely delivery thereof to meet the completion schedule under the Contract.
6. In case of award, the Associate shall furnish as security separate on demand Performance
Bank Guarantees in favour of the Employer as per provisions of the bidding documents.
The value of such Bank Guarantees to be furnished by Associate shall be equal to INR 87
MILLION (Indian Rupees Eighty Million only) and this shall be guarantees towards the
faithful performance/ compliance of this Deed of Joint Undertaking in accordance with the
terms and conditions specified herein. The Bank Guarantees shall be unconditional,
irrevocable and initially valid till ninety (90) days beyond the scheduled end of defect liability
period of the last equipment covered under the contract. In case of delay in completion of
the defect liability period, the validity of these Bank Guarantees shall be extended by such
period of delay. The guarantee amounts shall be promptly paid to the Employer on demand
without any demur, reservation, protest or contest.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall be
settled as per the arbitration procedure/ rules mentioned in the Contract Documents. This
Deed of Joint Undertaking shall be construed and interpreted in accordance with the laws
of India and the courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate and the Contractor, agree that this Deed of Joint Undertaking shall form
an integral part of the Contracts for this package. We further agree that this Deed of Joint
Undertaking shall continue to be enforceable till its validity.
9. That this Deed of Joint Undertaking shall be operative from the effective date of its execution.
IN WITNESS WHEREOF, the Associate and the Contractor through their authorised
representatives, have executed these presents and affixed common seal of their respective
companies on the day, month and year first mentioned above.
For M/s…...........................................
(Associate)
WITNESS :
1. .............................................. ...........................................................
(Signature of the Authorised
Representative)
.............................................
(Official Address)
Designation........................................
Company Seal
...........................................................
For M/s…...........................................
(Bidder)
WITNESS :
1. .............................................. ...........................................................
(Signature of the Authorised
Representative)
.............................................
(Official Address) Name..................................................
Designation........................................
Company Seal
————————————————
For M/s…...........................................
(Sub-vendor){if applicable}
WITNESS :
1. .............................................. ...........................................................
(Signature of the Authorised
Representative)
.............................................
(Official Address) Name..................................................
Designation........................................
Company Seal
————————————————
Note:- This format is to be used by the Bidders who have associated for design & manufacture of
800 KV Class Transformers in India.
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply, transportation
to site, installation, testing & commissioning, completion of facilities for the 765 KV Class Reactors
under Main Plant Turnkey Package for its Barethi Super Thermal Power Project, (4 X 660 MW)
(hereinafter referred to as “Plant”) vide its Bidding Document [Link]-9579-001-2.
AND WHEREAS Route No: 3 of Technical Specifications i.e. item 5.3.3 of Technical Specifications
(SECTION–VI PART-A SUB-SECTION-IA) of bidding documents stipulates that bidding is open to a
Bidder/Sub-vendor, who meets the requirements of Clause 5.3.3 of Technical Specifications
WHEREAS M/s …………………....... (Bidder) is submitting its proposal in response to the aforesaid
Invitation for Bid by the Employer for EPC Package for Barethi Super Thermal Power Project, (4 X
660 MW) against the Employer’s Bidding Documents.
1. That in consideration of the award of the Contract by the Employer to the Contractor, the
Contractor, the Subvendor (if applicable) and Associate do hereby declare and undertake
that we shall be jointly and severally responsible to the Employer for the execution and
successful performance of the equipments under the contract including the guaranteed
parameters, as specified under the said Contract to the satisfaction of the Employer.
2. In case of any breach of the Contract committed by the Contractor, we, the Associate do
hereby undertake, declare and confirm that we shall be jointly and severally responsible for
successful performance of the equipments under the Contract and undertakes to carry out
all the obligations and responsibilities under this Deed of Joint Undertaking. Further, if the
Employer sustains any loss or damage on account of any breach of the Contract, the
Associate and the Contractor jointly and severally undertake to promptly indemnify and pay
such losses/damages caused to the Employer on its written demand without any demur,
reservation, contest or protest in any manner whatsoever. This is without prejudice to any
rights of the Employer against the Contractor under the Contract and/or guarantees. It
shall not be necessary or obligatory for the Employer to first proceed against the Contractor
before proceeding against the Collaborator, or any extension of time or any relaxation given
by the Employer to the Contractor shall prejudice any rights of the Employer under this
Deed of Joint Undertaking to proceed against the Associate-A and the Contractor.
3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the manner of
achieving the objectives set-forth in paragraph 1 above shall be as follows:
Further, Associate shall depute his technical experts from time to time to the
Contractor’s works/ Employer’s project site as required by the Employer and agreed
to by the Contractor and the Associate to facilitate the successful performance of
the equipment as stipulated in the aforesaid Contract.
Further, Associate shall jointly & severally ensure proper design, engineering,
manufacture, supply, installation, testing and successful performance of the
equipments covered under the said Contract in accordance with stipulations of the
Contract and if necessary, they shall advise the Contractor suitable modifications
of design and implement necessary corrective measures to discharge the obligations
under the Contract.
b. In the event the Collaborator and the Contractor fail to demonstrate equipment as
specified in the Contract, the Collaborator and the Contractor shall promptly carry
out all the corrective measures at their own expense and shall promptly provide
corrected design to the Employer.
4. We, the Contractor and Associate do hereby undertake and confirm that this Deed of Joint
Undertaking shall be irrevokable and shall not be revoked till ninety (90) days after the
scheduled end of the defect liability period of the last equipment covered under the contract
and further stipulate that the undertaking herein contained shall terminate after ninety (90)
days of satisfactory completion of such defect liability period. In case of delay in completion
of the defect liability period, the validity of this deed of joint undertaking shall be extended by
such period of delay. We, the Contractor and Associate do further undertake and confirm
that this Deed of joint Undertaking shall be irrevocable and shall not be revoked till its
validity. We further agree that this Undertaking shall be without any prejudice to the various
liabilities of the Contractor including Contract Performance Security as well as other
obligations of the Contractor in terms of the Contract.
5. The Contractor and the Associate will be fully responsible for the quality of all the equipment/
main assemblies/ components manufactured at their works or at their vendor’s works or
constructed at site, and their repair or replacement, if necessary, for incorporation in the
plant, and timely delivery thereof to meet the completion schedule under the Contract.
6. In case of award, the Associate shall furnish as security separate on demand Performance
Bank Guarantees in favour of the Employer as per provisions of the bidding documents.
The value of such Bank Guarantees to be furnished by Associate shall be equal to INR 32
MILLION (Indian Rupees Thirty Two Million only) and this shall be guarantees towards
the faithful performance/ compliance of this Deed of Joint Undertaking in accordance with
the terms and conditions specified herein. The Bank Guarantees shall be unconditional,
irrevocable and initially valid till ninety (90) days beyond the scheduled end of defect liability
period of the last equipment covered under the contract. In case of delay in completion of
the defect liability period, the validity of these Bank Guarantees shall be extended by such
period of delay. The guarantee amounts shall be promptly paid to the Employer on demand
without any demur, reservation, protest or contest.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall be
settled as per the arbitration procedure/ rules mentioned in the Contract Documents. This
Deed of Joint Undertaking shall be construed and interpreted in accordance with the laws
of India and the courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate and the Contractor, agree that this Deed of Joint Undertaking shall form
an integral part of the Contracts for this package. We further agree that this Deed of Joint
Undertaking shall continue to be enforceable till its validity.
9. That this Deed of Joint Undertaking shall be operative from the effective date of its execution.
IN WITNESS WHEREOF, the Associate and the Contractor through their authorised
representatives, have executed these presents and affixed common seal of their respective
companies on the day, month and year first mentioned above.
For M/s…...........................................
(Associate)
WITNESS :
1. .............................................. ...........................................................
(Signature of the Authorised
Representative)
.............................................
(Official Address)
Name..................................................
Designation........................................
Company Seal
...........................................................
For M/s…...........................................
(Bidder)
WITNESS :
1. .............................................. ...........................................................
(Signature of the Authorised
Representative)
.............................................
(Official Address)
Name...............................................
Designation........................................
Company Seal
...........................................................
For M/s…...........................................
(Sub-vendor){if applicable}
WITNESS :
1. .............................................. ...........................................................
(Signature of the Authorised
Representative)
.............................................
(Official Address)
Name.............................................
Designation........................................
Company Seal
————————————————
Note:- This format is to be used by the Bidders who have associated for design & manufacture of
800 KV Class Reactors in India.
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply,
transportation to site, construction, installation, testing and commissioning & conductance of
guarantee tests for Main Plant Turnkey Package for Barethi Super Thermal Power Project
Stage-I (4x660MW) (hereinafter referred to as "Plant"), vide its Bidding Document No. :
CS-9579-001-2, which interalia include MV Switchgears.
AND WHEREAS Item No. 5.6 Route 2 of Technical Specifications (Sub-Section-IA, Part-A
Section-VI) of Bidding Documents stipulates that the Bidder/ Sub Vendor based on
technological support of its Associate/Collaborator can also participate provided the Bidder/
Sub Vendor meets the requirements stipulated at Clause No. 5.6.4, 5.6.5 and 5.6.6 of
Technical Specifications (Sub-Section-IA, Part-A Section-VI) and its Associate or Collaborator,
who in turn meets the stipulated requirements at Clause No. 5.6.2 and 5.6.3 of Technical
Specifications (Sub-Section-IA, Part-A Section-VI) of Bidding Documents and submits a Deed
of Joint undertaking jointly executed by the Bidder/Sub Vendor and his Associate/Collaborator
in which the Bidder / Sub Vendor and its Associate/ Collaborator are jointly and severally
liable to the Employer for successful performance of the MV Switchgears specified in the
bidding documents vide specification No. CS-9579-001-2.
And whereas Bidder/ Sub Vendor and Associate/Collaborator are executing an irrevocable
Deed of Joint Undertaking that they shall be held jointly and severally liable and bound unto
the Employer for successful performance of the MV Switchgears to be supplied under the
Main Plant Turnkey Package for Barethi Super Thermal Power Project Stage-I (4x660MW)
fully meeting the performance parameters as per the Bid Specifications, in the event the
Bid is accepted by the Employer resulting in a Contract (hereinafter called the "Contract").
1. That in consideration of the Award of the Contract by the Employer to the Bidder/
Sub Vendor, we, the aforesaid Associate/Collaborator and the Bidder/ Sub Vendor, do
hereby declare and undertake that we shall be jointly and severally responsible to
the Employer for the successful performance of the MV Switchgears and perform all
the contractual obligations including the technical guarantees for the complete
package.
2. In case of any breach of the Contract committed by the Bidder/ Sub Vendor, we,
the Associate/Collaborator, do hereby undertake, declare and confirm that we shall
be fully responsible for the successful performance of the 11 KV / 3.3 KV
Switchgears and undertake to carryout all obligation and responsibilities under this
Deed of Joint Undertaking in order to discharge the Bidder's/Sub Vendor's obligations
and responsibilities stipulated in the Contract. Further if the Employer sustains any
loss or damage on account of any breach of the Contract, we, the Associate/
Collaborator and the Bidder/ Sub Vendor jointly and severally undertake to promptly
indemnify, and pay such losses/damages caused to the Employer on its written
demand without any demur, reservation, contest or protest in any manner
whatsoever.
This is without prejudice to any rights of the Employer against the Bidder/ Sub
Vendor under the Contract and/or guarantees. It shall not be necessary or obligatory
for the Employer to first proceed against the Bidder/ Sub Vendor, nor any extension
of time would prejudice any rights of the Employer under this Deed of Joint
Undertaking to proceed against the Associate/Collaborator.
(a) The Associate/Collaborator will be fully responsible for design, engineering and
successful performance of 11 KV / 3.3 KV Switchgears to the satisfaction of
the Employer.
(b) In the event the Associate/Collaborator and Bidder/ Sub Vendor fail to
demonstrate successful performance of MV Switchgears as set forth in
paragraph 1 above, the Associate/Collaborator and the Bidder/ Sub Vendor
shall promptly carry out all the corrective measures at their own expense
and shall promptly provide corrected designs to the Employer.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications to the 11 KV / 3.3 KV
Switchgears and payments of financial liabilities, penalties and any other
Signature of authorized signatory.........................
ATTACHMENT - 3K
Page 350 of 362
obligations as provided under the Contract shall be the joint and several
responsibilities of the Bidder/ Sub Vendor and Associate/Collaborator.
4. We, the Bidder/ Sub Vendor and Associate/Collaborator do hereby undertake and
confirm that the Undertaking shall be irrevocable and shall not be revoked till ninety
(90) days after the expiry of defect liability period of the Plant under the Contract
and further stipulate that the Undertaking herein contained shall terminate after ninety
(90) days of satisfactory completion of such defect liability period. In case of delay
in completion of defect liability period under the Contract, the validity of this Deed of
Joint Undertaking shall be extended by such period of delay.
We further agree that this undertaking shall be without any prejudice to the various
liabilities of the Bidder/ Sub Vendor, including the Contract Performance Security as
well as other obligations of the Bidder/ Sub Vendor in terms of the Contract.
5. The Bidder/ Sub Vendor and Associate/Collaborator will be fully responsible for the
quality of all equipment/ main assemblies/components manufactured at their works
or at their Vendor's works or fabricated/constructed at site, and their repairs or
replacement if necessary for incorporation in the MV Switchgears and timely delivery
thereof to meet the completion schedule under the Contract.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure / rules mention in the Contract Documents.
This Deed of Joint Undertaking shall be construed and interpreted in accordance
with the Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate/Collaborator and the Bidder/ Sub Vendor agree that this
Undertaking shall be irrevocable and shall form an integral part of the Contracts.
We further agree that this Undertaking shall continue to be enforceable till the
successful completion of defect liability period under the Contract and till the
Employer discharge it.
9. That this Deed of Undertaking shall be operative from the date of its execution.
WITNESS :
Name ................................................
Designation........................................
WITNESS :
Name ................................................
Designation........................................
Note: Power of Attorney of the persons signing on behalf of Associate / Collaborator and
Bidder / Contractor is to be furnished by the bidder and to be attached with the
signed Deed of Joint Undertaking.
The Bank Guarantee shall be from a Bank as per provisions of Section-V (SCC) of
the Bidding Documents.
WHEREAS, the Employer invited Bids for design, engineering, manufacture, testing and
inspection at manufacturer's works, packing, supply, transportation, transit insurance, delivery
to site, unloading, storage and equipment erection, associated civil and structural works
including Switchyard Control Room building (including putting the plant into satisfactory
operation) of the Main Plant Turnkey Package for Barethi Super Thermal Power Project,
Stage-I (4X660MW) vide Specification No. CS-9579-001-2.
Documents and submits a Deed of Joint undertaking jointly executed by the Bidder and its
Associate in which the bidder/Sub-vendor and its Associate are jointly and severally liable to
the Employer for successful performance of the Switchyard specified in the bidding
documents vide specification No. CS-9579-001-2.
And whereas Bidder/*Sub-Vendor and Associate are executing an irrevocable Deed of Joint
Undertaking that they shall be held jointly and severally liable and bound unto the Employer
for successful performance of the Switchyard to be supplied under the Main Plant Turnkey
Package for Barethi Super Thermal Power Project, Stage-I (4X660MW) fully meeting the
performance parameters as per the Bid Specifications, in the event the Bid is accepted by
the Employer resulting in a Contract (hereinafter called the "Contract").
This is without prejudice to any rights of the Employer against the Contractor under
the Contract and/or guarantees. It shall not be necessary or obligatory for the
Employer to first proceed against the Contractor/*Sub-Vendor before proceeding
against the Associate (with respect to obligations and responsibilites of the
Associate covered under this Deed of Joint Undertaking), nor any extension of time
or any relaxation given by the Employer to the Contractor/*Sub-vendor shall
prejudice any rights of the Employer under this Deed of Joint Undertaking to
proceed against the Associate.
(a) We the Associate will be fully responsible for design, erection, testing and
commissioning of complete switchyard to the satisfaction of the Employer.
Further, the Associate shall depute their technical experts from time to time
to the Contractor's/*Sub-Vendor's works/Employer's project site as required by
Employer and agreed to by the Contractor/Associate to facilitate the
successful performance of Switchyard as stipulated in the aforesaid Contract.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications to the Switchyard and payments
of financial liabilities, penalties and fulfillment of all other obligations as
provided under the Contract shall be the joint and several responsibilities of
the Contractor/*Sub-Vendor and Associate.
4. We, the Contractor/*Sub-Vendor and Associate do hereby undertake and confirm that
this Undertaking shall be irrevocable and shall not be revoked till ninety (90) days
ATTACHMENT - 3K
Page 355 of 362
after the expiry of defect liability period of the Plant under the Contract and further
stipulate that the Undertaking herein contained shall terminate upon satisfactory
completion of such defect liability period.
We further agree that this undertaking shall be without any prejudice to the various
liabilities of the Contractor/*Sub-Vendor, including the Contract Performance Security
as well as other obligations of the Contractor in terms of the Contract.
5. The Contractor/Sub-Vendor and Associate will be fully responsible for the quality of
all equipment/ main assemblies/components manufactured at their works or at their
Vendor's works or fabricated/constructed at site, and their repairs or replacement if
necessary for incorporation in the Switchyard and timely delivery thereof to meet the
completion schedule under the Contract.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure / rules mention in the Contract Documents.
This Deed of Joint Undertaking shall be construed and interpreted in accordance
with the Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
8. We, the Associate and the Contractor/*Sub-Vendor agree that this Undertaking shall
be irrevocable and shall form an integral part of the Contracts. We further agree
that this Undertaking shall continue to be enforceable till the successful completion
of defect liability period under the Contract and till the Employer discharge it.
9. That this Deed of Undertaking shall be operative from the date of signing of the
Deed of Joint Undertaking.
ATTACHMENT - 3K
Page 356 of 362
IN WITNESS WHEREOF, the Associate and the Contractor/*Sub vendor, through their
authorized representatives, have executed these presents and affixed common seals of
their respective companies, on the Day, Month and Year first mentioned above.
WITNESS :
1. ............................................... For M/s ...............................................
(Signature of the Authorised (Associate)
Representative)
(Signature Name & Address)
..........................................................
Name ................................................
Designation........................................
WITNESS :
Name ................................................
Designation........................................
Common Seal of the Company
............................................................
WITNESS :
Name ................................................
Designation........................................
2. The Bank Guarantee shall be from a Bank as per provisions of Section-V (SCC) of the Bidding
Documents.
ATTACHMENT - 3K
Page 357 of 362
FORM OF DEED OF JOINT UNDERTAKING
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
WHEREAS, the Employer invited Bids for Main Plant Turnkey Package vide Specification
No. CS-9579-001-2 for design, engineering, manufacture, testing and inspection at
manufacturer’s works, packing, supply, transportation, transit insurance, delivery to site,
unloading, storage and equipment erection, associated civil and structural works including
Switchyard Control Room building (including putting the plant into satisfactory operation) of
the Main Plant Turnkey Package for Barethi Super Thermal Power Project, Stage-I
(4X660MW).
*(Please specify here the equipment/system to be supplied by the Indian Manufacturer as specified
in Technical Specifications of the Bidding Documents)
** (Please specify here the relevant clause no. of Technical Specifications of the Bidding Documents)
ATTACHMENT - 3K
Page 358 of 362
AND WHEREAS Clause (……………………)** , of Technical Specifications of the Bidding
documents stipulates that M/s……………………………….(Indian Manufacturer) who satisfies
the qualification requirements specified in Clause (……………………)**, of Technical
Specifications of the Bidding documents can also supply (……………………)* provided their
collaborator meets the requirement stipulated under Clause (……………………)**, of
Technical Specifications of the Bidding documents and the Contractor furnishes a Deed of
Joint Undertaking meeting the requirement of Clause (……………………)**, of Technical
Specifications of the Bidding documents.
2. In case of any breach of the Contract committed by the Indian Manufacturer, we,
the Collaborator, do hereby undertake, declare and confirm that we shall be fully
responsible for satisfactory performance of the (……………………)* and undertake to
carry out all obligation and responsibilities under this Deed of Joint Undertaking in
order to discharge the Indian Manufacturer’s obligations and responsibilities stipulated
in the specifications for the said equipment. Further if the Employer sustains any
loss or damage on account of any breach of the Contract, we, the Indian
Manufacturer, the Collaborator and the Contractor jointly and severally undertake to
promptly indemnify, and pay such losses/damages caused to the Employer on its
*(Please specify here the equipment/system to be supplied by the Indian Manufacturer as specified
in Technical Specifications of the Bidding Documents)
** (Please specify here the relevant clause no. of Technical Specifications of the Bidding Documents)
ATTACHMENT - 3K
Page 359 of 362
written demand without any demur, reservation, contest or protest in any manner
whatsoever.
This is without prejudice to any rights of the Employer against the Contractor under
the Contract awarded by the Employer to the Contractor and/or any rights of the
Indian Manufacturer against the Collaborator under the Contract awarded by the
Indian Manufacturer to the Collaborator and/or guarantees. It shall not be necessary
or obligatory for the Employer to first proceed against the Contractor and/or the
Indian Manufacturer before proceeding against the Collaborator, nor any extension of
time or any relaxation given by the Employer to the Contractor and/or the Indian
Manufacturer would prejudice any rights of the Employer under this Deed of Joint
Undertaking to proceed against the Collaborator.
(a) The Collaborator will be fully responsible for satisfactory performance of the
(……………………)* to the satisfaction of the Employer.
Further, the Collaborator shall depute their technical experts from time to
time to the Indian Manufacturer’s works/Contractor’s works/Employer’s project
site if required to facilitate the satisf actory performance of the
(……………………)* as stipulated in the aforesaid Contract.
(b) In the event the Collaborator and/or the Indian Manufacturer and/or the
Contractor f ail to demonstrate satisfactory performance of the
(……………………)* as set forth in paragraph 1 above, the Collaborator, the
Indian Manufacturer and the Contractor shall promptly carry out all the
corrective measures at their own expense and shall promptly provide
corrected designs to the Employer.
(c) Implementation of the corrected designs and all other necessary repairs,
replacements, rectifications or modifications to the (……………………)* and
payments of financial liabilities, penalties and any other obligations as
provided under the Contract shall be the joint and several responsibilities of
the Collaborator , the Indian Manufacturer and the Contractor.
*(Please specify here the equipment/system to be supplied by the Indian Manufacturer as specified
in Technical Specifications of the Bidding Documents)
** (Please specify here the relevant clause no. of Technical Specifications of the Bidding Documents)
ATTACHMENT - 3K
Page 360 of 362
4. We, the Contractor, the Indian Manufacturer and the Collaborator do hereby
undertake and confirm that the Undertaking shall be irrevocable and shall not be
revoked till ninety (90) days after the expiry of defect liability period of the last
equipment covered under the Contract and further stipulate that the Undertaking
herein contained shall terminate upon satisfactory completion of such defect liability
period. In case of delay in completion of defect liability period, the validity of this
Deed of Joint Undertaking shall be extended by such period of delay. We further
agree that this Undertaking shall be without any prejudice to the various liabilities of
the Indian Manufacturer and/or the Contractor, including the Contract Performance
Security as well as other obligations of the Indian Manufacturer and/or the
Contractor in terms of the Contract awarded on the Indian Manufacturer by the
Contractor and/or the Contract awarded on the Contractor by the Employer.
5. The Contractor, the Indian Manufacturer and the Collaborator will be fully responsible
for the quality of all equipment/ main assemblies/components manufactured at their
works or at their Vendor’s works or fabricated/constructed at site, and their repairs
or replacement if necessary for incorporation in the (……………………)*.
7. Any dispute that may arise in connection with this Deed of Joint Undertaking shall
be settled as per arbitration procedure / rules mentioned in the Contract
Documents of the Contract signed between the Contractor and the Employer. This
Deed of Joint Undertaking shall be construed and interpreted in accordance with the
Laws of India and the Courts of Delhi shall have exclusive jurisdiction.
@
(Please specify here the amount of Bank Guarantee as specified in relevant clause of Technical
Specifications of the Bidding Documents)
*(Please specify here the equipment/system to be supplied by the Indian Manufacturer as specified
in Technical Specifications of the Bidding Documents)
** (Please specify here the relevant clause no. of Technical Specifications of the Bidding Documents)
ATTACHMENT - 3K
Page 361 of 362
8. We, the Indian Manufacturer, the Collaborator and the Contractor agree that this
Undertaking shall be irrevocable and shall form an integral part of the Contracts.
We further agree that this Undertaking shall continue to be enforceable till the
successful completion of defect liability period of the last equipment covered under
this Deed of Joint Undertaking and till the Employer discharges it.
9. That this Deed shall be operative from the date of the placement of order on the
Collaborator by the Indian Manufacturer for the supply of the (……………………)*
under the Contract awarded by the Employer to the Contractor.
IN WITNESS WHEREOF, the Indian Manufacturer, the Collaborator and the Contractor,
through their authorized representatives, have executed these present and affixed common
seals of their respective companies on the Day, Month and Year first mentioned above.
WITNESS :
.................................................
( Name and Official Address)
Name ................................................
2. ...............................................
(Signature of the Authorised Designation........................................
Representative)
.................................................. Common Seal of the Company
( Name and Official Address)
..........................................................
WITNESS :
1. ............................................... For M/s ...............................................
(Signature of the Authorised (Collaborator)
Representative)
(Signature, Name & Address)
.................................................
( Name and Official Address)
Name ................................................
*(Please specify here the equipment/system to be supplied by the Indian Manufacturer as specified
in Technical Specifications of the Bidding Documents)
** (Please specify here the relevant clause no. of Technical Specifications of the Bidding Documents)
ATTACHMENT - 3K
Page 362 of 362
2. ...............................................
(Signature of the Authorised Designation........................................
Representative)
.................................................. Common Seal of the Company
( Name and Official Address) ..........................................................
WITNESS :
.................................................
( Name and Official Address)
Name ................................................
2. ...............................................
(Signature of the Authorised Designation........................................
Representative)
*(Please specify here the equipment/system to be supplied by the Indian Manufacturer as specified
in Technical Specifications of the Bidding Documents)
** (Please specify here the relevant clause no. of Technical Specifications of the Bidding Documents)