0% found this document useful (0 votes)
296 views366 pages

Provenness Criteria for Bidding

This document provides bidding documents for the Main Plant Turnkey Package of the Barethi Super Thermal Power Project Stage I (4x660 MW). It includes details of forms and procedures, provenness criteria, and attachments required for bid qualification. The bidding documents are for NTPC Limited and pertain to equipment supply, installation, and commissioning for the greenfield thermal power project.

Uploaded by

Himadri S
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
296 views366 pages

Provenness Criteria for Bidding

This document provides bidding documents for the Main Plant Turnkey Package of the Barethi Super Thermal Power Project Stage I (4x660 MW). It includes details of forms and procedures, provenness criteria, and attachments required for bid qualification. The bidding documents are for NTPC Limited and pertain to equipment supply, installation, and commissioning for the greenfield thermal power project.

Uploaded by

Himadri S
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

NTPC Limited

(A Government of India Enterprise)

BARETHI SUPER THERMAL POWER PROJECT


STAGE - I (4 X 660 MW)

BIDDING DOCUMENTS

FOR

MAIN PLANT TURNKEY PACKAGE

SECTION - VII
BOOK 1 OF 3 (PART-2)

Bidding Document No. : CS-9579-001-2


NTPC Limited
(A Government of India Enterprise)

BARETHI SUPER THERMAL POWER PROJECT


STAGE - I (4 X 660 MW)

BIDDING DOCUMENTS

FOR

MAIN PLANT TURNKEY PACKAGE

SECTION - VII
BOOK 1 OF 3 (PART-2)

Bidding Document No. : CS-9579-001-2

(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

1. (i) Bid Form Techno-Commercial Bid alongwith Attachments


[enclosed as Section-VII, Book 1 of 3 (Part-1), Book 1 of 3 (Part-2)]

(ii) Bid Form Price Bid alongwith Attachments & Price


Schedules [enclosed as Section-VII, Book 2 of 3]

Book 3 of 3 Consisting of the following :

Book 3 of 3 [Part 1]

2. Bid Security Form - Bank Guarantee

2a. Bid Security Form Letter of Credit

3. (a) Form of Notification by the Employer to the Bidder

(b) Form of Sight Draft

4. Forms of Notification of Award

5. Form of Contract Agreement

6. Performance Security Forms

6a. Performance Security Form for Phased Manufacturing Programme (PMP)

7. (i) Bank Guarantee Form for Advance Payment (Supply-FOB/Ex-works)

(ii) Bank Guarantee Form for Advance Payment


(Installation Services / Civil / Structural Works)

8. Form of Completion Certificate

9. Form of Operational Acceptance Certificate

10. Form of Trust Receipt

11. Forms of Indemnity Bond (2 Nos.)

12. Form of Authorization Letter

13. Forms of Deed of Joint Undertaking (DJU) [Book 3 of 3, Part-2]

14. Form of Bank Guarantee by Executants of DJUs other than Contractor

15. Form of Bank Guarantee Verification Check List

16. Form of Validity Extension of Bank Guarantee

17. Form of Indemnity Bond (Disposal of Surplus Material)


ATTACHMENT-3K

PROVENNESS CRITERIA
ATTACHMENT - 3K
PAGE 1 OF 362

MAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience Details - Applicable to all the Bidders)

Bidder’s Name and Address : To


Contract Services-I
NTPC Limited
Noida-201301

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

Coal Pulverisers *3.1/*3.2/*3.3

Raw Coal Feeders *3.1/*3.2/*3.3

Boiler Startup *3.1/*3.2/*3.3


drain recirculation
pumps

Primary Airpreheater* *3.1/*3.2/*3.3

Secondary Air preheater* *3.1/*3.2/*3.3

Tri-sector Air Preheater* *3.1/*3.2/*3.3

Auxiliary Boiler 3.1

Electrostatic Precipitator *4.1.1/*4.1.2/*4.1.3

Note : *Strikeoff whichever is not applicable.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 2 OF 362

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,

i) Copy of document of incorporation of JV/Subsidiary company in India

ii) 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.

iii) Copy of document of at least 26% equity participation of qualified equipment


manufacturer in the Indian JV company/subsidiary company directly or
indirectly through its holding company /Subsidiary company, which shall be
maintained for a lock -in period of seven (7) years from the date of
incorporation of such JV/subsidiary or up to the end of defect liability period
of the contract which ever is later.

Further, the details of collaborator or technology licenser or technology provider of


the qualified equipment manufacturer who meets the requirement stipulated at 3.1
shall be filled by the Bidder in the format A to G (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.

* strike out whichever is not applicable.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 3 OF 362

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

(i) Name of the station and


location

(ii) Details of units

(a) Capacity of each


unit (MW)

(b) No. of fans per unit

(iii) Client name and its


address,

- Fax No. & Tel. No.

- e-mail id

- website address

(iv) Name of the manufacturer


& address

(v) Date of commissioning of


the fans

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 4 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(vi) Brief Technical particulars


of the fans

(a) Type (Axial) *Yes/*No

(b) Make & Model

(c) No. of Stages

(d) Capacity

(i) Flow (M³/Sec.)

(ii) Head (mmwc)

(e) Speed of fan (rpm)

(f) Flow control device


(variable blade pitch
control as applicable)

(g) Bidder to enclosed flow


Vs head curve of PA Fan
for the reference plant

(vii) Whether the PA Fan have


been in successful operation
for a period not less than
one (1) year prior to the date
of techno-commercial bid opening *Yes/*No

B. ID FAN

(i) Name of the station


and location

(ii) Details of units

(a) Capacity of each unit


(MW)

(b) No. of fans per unit

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 5 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(iii) Client name and its


address,

- Fax No. & Tel. No.

- e-mail id

- wedsite address

(iv) Name of the manufacturer


& address

(v) Date of commissioning


of the fans

(vi) Brief Technical particulars


of the fans

(a) Type (axial) *Yes/*No

(b) Make & Model

(c) No. of stages

(d) Capacity

(i) Flow (M³/Sec.)

(ii) Head (mmwc)

(e) Speed of fan (rpm)

(f) Flow control device


(Variable blade pitch
control as applicable)

(g) Bidder to furnish flow


Vs Head curves of the
ID fans for the reference
plant

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 6 OF 362
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(vii) Whether the ID fans have
been in successful operation
for a period not less than
one (1) year prior to the date
of techno-commercial bid opening *Yes/*No

C. FD FAN

(i) Name of the station and


location

(ii) Details of units

(a) Capacity of each


unit (MW)

(b) No. of fans per unit

(iii) Client name and its address,

- Fax No. & Tel. No.

- e-mail id

- website address

(iv) Name of the manufacturer


& address

(v) Date of commissioning of


the fans

(vi) Brief Technical particulars


of the fans

(a) Type (Axial) *Yes/*No

(b) Make & Model

(c) No. of stages

(d) Capacity

(i) Flow (M³/Sec.)

(ii) Head (mmwc)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 7 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(e) Speed of fan (rpm)

(f) Flow control device


(variable blade pitch
control as applicable)

(g) Bidder to enclose flow


vs head curve of FD
fan for the reference
plant

(vii) Whether the FD fans have


been in successful operation
for a period not less than
one (1) year prior to the date
of techno-commercial bid opening *Yes/*No

D. COAL PULVERISERS

(i) Name of the Station


and location

(ii) Client Name and Its Address.


and Fax No.

– email id

– website address

(iii) Name of the manufacturer


& address

(iv) Date of commission of


the Coal Pulverisers

(a)

(b)

(c)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 8 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(v) Details of Units

(a) Capacity of each unit (MW)

(b) No. of Pulverisers per Unit

(vi) Brief Technical particulars


of the Coal Pulverisers

(a) Type

(b) Size & Model no.

(c) Capacity (Tonnes/hr.)

(i) Capacity of coal


pulveriser for the
reference plant
(Tonnes/hr.) under
following associated
conditions :
(bidder to fill in below)

(a) Coal fineness (....... % through


.......... mesh)

(b) Coal input size (upto ...... mm)

(c) Total moisture in (.................. %)


coal

(d) HGI of input coal (.......................)


feed

(ii) Capacity of coal pulverisers


for the reference plant
(Tonne/hr.) with following
associated conditions

(a) Coal fineness 70%


through 200 mesh

(b) Coal input size up


to 50 mm

(c) Total moisture in


input coal 12%

(d) HGI of Coal 55


Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 9 OF 362

-----------------------------------------------------------------------------------------------------------------------------
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 & wear


Life of wear parts

Material

– material of liners

– material of rolls/
tyres/balls

– material of ring
segments

– wear life of liners

– wear life or rolls/


tyres/balls

– wear life of ring


segments

(e) Details of coal quality


for the project

1) HHV (kcal/hr)

2) Ash (%)

3) Moisture (%)

4) YGP Abrasiveness
index of coal

5) Hard Grove Grinda-


bility Index (HGI)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 10 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(vii) Whether the coal pulverisers


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. RAW COAL FEEDER

(i) Name of the station


and location

(ii) Client name and his


address and Fax No.

– email id

– website address

(iii) Name of the manufacturer


& address

(iv) Date of commissioning


of Raw Coal feeder

(a)

(b)

(v) Details of units

(a) Capacity of each unit (MW)

(b) No. of Raw Coal


feeder per unit

(vi) Type & Rating

(vii) Feeder size and Model no.

(viii) Normal capacity (tonnes/hr)

(ix) Maximum capacity (tonnes/hr)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 11 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(x) Method of output control

(xi) Feeder belt width (mm)

(xii) Motor Rating & Auxiliary


Power consumption (KW)

(xiii) Raw coal weighers -

- Method

- Range of measurement

(xiv) Whether the raw coal feeder


have been in successful operation
for a period not less than one
(1) year prior to the date of techno-
commercial bid opening *Yes/*No

F. BOILER STARTUP DRAIN


RE-CIRCULATION PUMPS

(i) Name of the station and its


location

(ii) No. of units & capacity in


MW of each Unit

(iii) No. of pumps per unit

(iv) Client name and its address,

- Fax No. & Tel. No.

- e-mail id

- website address

(v) Name and Designation of the


responsible person in client’s
organisation

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 12 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(vi) Name of the manufacturer


& address

(vii) Contract No. & Date

(viii) Starting date of work

(ix) Scheduled date of completion

(x) Actual date of completion

(xi) Date of Commissioning


of system/Package

(xii) Whether the Boiler Startup drain


Recirculation pumps have been
in successful operation for a
period not less than one (1)
year prior to the date of techno-
commercial bid opening *Yes/*No

(xiii) Brief Technical Particulars of


the pump

- Type & Model

- Gland less pump with *Yes/*No


submerged type wet
motor with external high
pressure cooler

- Capacity, head & duty


conditions

G (a) PRIMARY AIR PREHEATER (If applicable)

(i) Name of the station and


location

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 13 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(ii) Details of units

(a) Capacity of each unit (MW)

(b) No. of Primary Air


preheaters per unit

(iii) Client name and its address,

- Fax No. & Tel. No.

- e-mail id

- website address

(iv) Name of the manufacturer


& address

(v) Date of commissioning of


the Primary Air preheater

(vi) Brief Technical particulars


of the Primary Air preheater

(a) Type

(b) Model

(c) Size

(d) Air quantity entering


Primary Air preheater
(T/hr.)

(e) Gas quantity entering


Primary Air preheater
(T/hr.)

(vii) Whether the Primary Air Preheater


have been in successful operation
for a period not less than one (1)
year prior to the date of techno-
commercial Bid opening

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 14 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

G (b) SECONDARY AIR PREHEATER (If applicable)

(i) Name of the station and


location

(ii) Details of units

(a) Capacity of each unit


(MW)

(b) No. of Secondary Air


preheaters per unit

(iii) Client name and its address,

- Fax No. & Tel. No.

- e-mail id

- website address

(iv) Name of the manufacturer


& address

(v) Date of commissioning of


the Secondary Air preheater

(vi) Brief Technical particulars


of the Secondary Air preheater

(a) Type

(b) Model

(c) Size

(d) Air quantity entering


Secondary Air preheater
(T/hr.)

(e) Gas quantity entering


Secondary Air preheater
(T/hr.)
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 15 OF 362

-----------------------------------------------------------------------------------------------------------------------------
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

G (c) TRI SECTOR AIR PREHEATER (If Applicable)

(i) Name of th station and location

(ii) Details of units

(a) capacity of each unit (MW)

(b) No. of tri-Sector Air preheaters


per unit

(iii) Client name and its address

- Fax No. & Tel .No.

- E-mail id

- website address

(iv) Name of the manufacturer & address

(v) Date of commissioning of the


tri-sector Air preheater

(vi) Brief Technical particulars of the


Tri-Sector Air preheater

(a) Type

(b) Model

(c) Size

(d) Air quantity entering


Tri-sector air preheater (T/Hr.)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 16 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(e) Gas quantity entering Tri-Sector


air preheater (T/hr.)

(vii) Whether the Tri-Sector Air preheater


have been in successful operation for
a period not less than one (1) year
prior to the date of techno-commercial
bid opening *Yes/*No

H. AUXILIARY BOILER

(i) Name of the station and its


location

(ii) Client name and its address,


Fax No. & Tel. No.

– e-mail id

– website address

(iii) Name and Designation of the


responsible person in client’s
organisation

(iv) Name of manufacturer & address

(v) Contract No. & Date

(vi) Details of units

(vii) Capacity of Auxiliary


Boiler (T/hr.)

(viii) Oil fired Yes*/No*

(ix) Water tube boiler Yes*/No*

(x) Auxiliary Boiler Rating Yes*/No*

(a) Rated Pressure

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 17 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(b) Rated Temperature

(xi) Starting date of work

(xii) Schedule date of completion

(xiii) Actual date of completion

(xiv) Date of commissioning

(xv) Brief scope of work

(xvi) Whether the Auxiliary Boiler


have been in successful
operation for a period not
less than one (1) year prior
to the date of techno-commercial
bid opening *Yes/*No

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 18 OF 362

*2.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as


per clause no. 3.2, Sub section-IA, Part-A of Section-VI.

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:

*Bidder to strike off whichever is not applicable.

(Data to be furnished in line with format given at 1.00.00 of this


Attachment))

2.02.00 We further confirm that details in respect of collaboration / valid licencing


agreement for the aforesaid equipment as per 2.01.00 above who meets the
requirement stipulated at clause 3.1, sub-section-IA, Part-A, Section-VI are
enclosed as per Annexure-I to this Attachment. The data in respect of
proveneness criteria for these equipment which 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 are furnished below. We further confirm
that we/ our sub vendor(s) have created manufacturing and testing facilities
at our/ their works as per collaborator’s/ Licensor’s design, manufacturing &
quality control system for these equipment(s)/ Auxiliary(ies).

(Data to be furnished in line with format given at 1.00.00 of this


Attachment)

*3.00.00 Applicable for JV Company/Subsidiary Company meeting provenness


criteria as per clause no. 3.3, Sub section-IA, Part-A of Section-VI.

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,

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 19 OF 362

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.

4.0.0 Electrostatic Precipitator

(A) FOR BIDDER/HIS SUBVENDOR SEEKING QUALIFICATIONS AS PER


CLAUSE 4.1.1 OF THE SUB-SECTION-IA, PART-A OF SECTION-VI.

We / proposed sub-vendor meet the requirement of Clause 4.1.1 of the sub-


section-IA, Part-A of section-VI and to satisfy this requirement, we declare the
following :

We / proposed sub-vendor have designed, supplied, erected/supervised


erection and commissioned/supervised commissioning rigid discharge
framework Electrostatic Precipitators (of the type offered), having a designed
efficiency of not less than 99%, operating in conjunction with pulverized coal
fired steam generating units, rated for a minimum of 500 MW unit size or
minimum 1500T/hr steaming capacity, which are in successful operation in
atleast one installation for a period not less than One (1) year prior to the
date of Tech-commercial bid opening. The details of above are as under :
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Client with full address,


Fax No. & Tel. No.

2. Name of station & its location

3. Name of Package/Contract

4. Name of the Contractor on whom the


order for executing the reference plant
(Electrostatic Precipitator) was placed
by the Owner of the reference plant.

5. In case the Bidder/ his sub-vendor is not


the Contractor at [Link]. 4, Name of the
Organisation which placed order for
reference plant (Electrostatic Precipitator)
on the Bidder / Sub-Vendor

6. Detail of Steam Generator/Unit for


which Electrostatic Precipitator supplied.

(a) Unit Rating (MW)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 20 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(b) Whether pulverised coal
fired steam generator Yes/No

(c) Steaming capacity of


steam generator

7. Date of Order

8. Date of Commissioning

9. Type of Electrostatic Precipitator Yes/No


(Whether rigid discharge framework
now being offered)

10. Design Efficiency of ESP %

11. Scope of Work included

(a) Design Yes/No

(b) Supply Yes/No

(c) Erection/Supervised Erection Yes/No

(d) Commissioning/Supervised Yes/No


Commissioning

12. No. of years in successful operation prior


to the date of Tech-commercial Bid opening

13. Certificate from client in support of querries Yes/No


of Sl. No. 1 to 12 enclosed as Annex........

14. Certificate from Owner of the Plant Yes/No


(in case the Order is received from
intermediary organization)
-----------------------------------------------------------------------------------------------------------------------------
(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................

Note: Wherever the term 'Coal Fired" is appearing above, "Coal" shall be deemed to also
include bituminous Coal/Brown Coal/lignite.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 21 OF 362

B. FOR BIDDER/ HIS SUB-VENDOR SEEKING QUALIFICATIONS AS PER


CLAUSE 4.1.2 OF THE SUB-SECTION-IA, PART-A OF SECTION-VI.

Note : BIDDER IS REQUIRED TO FILL EITHER REQUIREMENT UNDER CLAUSE


I(A) OR CLAUSE II(B) BELOW, WHICHEVER IS APPLICABLE ALONGWITH
CLAUSE (II).

(I)(A) We / proposed sub-vendor meet the requirement of Clause 4.1.2(a)(i) of the


Sub-section-IA, Part-A ofSection-VI and to satisfy this requirement, we declare
the following :

We / sub-vendor are an Engineering, Procurement and Construction (EPC)


organization executing contracts for setting up of Coal fired power plants and
have experience of supplying atleast one (1) no. coal fired power plant of 200
MW capacity or above comprising of Electrostatic Precipitators, which is in
successful operation for a period of not less than One (1) year prior to date
of Techno-commercial bid opening. The details of above are as follows :

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Client with full address


Fax No. & Tel No.

2. Name of station & its location

3. Name of Package/Contract

4. Name of the Contractor on


whom the order for executing
the reference plant was placed

5. In case the Bidder/ his sub-vendor is


not the Contractor as per [Link].4
above, the name of organisation
which has placed the order for
reference plant (Electrostatic
precipitator) on the Bidder/Sub-vendor

6. Details of Steam Generating Unit

(a) Unit Rating (MW)

(b) Whether Pulverised coal fired Yes/No

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 22 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

7. Scope of Work

8. Whether scope of work included Yes/No


supply of Electrostatic Precipitator

9. Date of Commissioning

10. No. of years in successful


operation prior to the date of
Techno-commecial Bid opening.

11. Certificate from client in support Yes/No


of querries of [Link]. 1 to 10 above
is enclosed as Annex........

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 23 OF 362

(I)(B) We / proposed sub-vendor meet the requirement of Clause 4.1.2(a)(ii) of


sub-section-IA, Part-A of Section -VI, and to satisfy this requirement, we
declare the following:

We / proposed sub-vendor are an Engineering, Procurement and Construction


(EPC) organization and have executed, in the last 10 years, large industrial
projects on EPC basis (with or without civil works) in the area of power,
steel, oil & gas, petro-chemical, fertilizer and / or any other process industry
with the total value of such projects being Rs.5,000 million or more. At least
one of such projects have a contract value of Rs.2,000 million or more.
These projects are in successful operation for a period of not less than One
(1) year prior to the date of Techno-commercial bid opening.:

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant#1 Plant#2 Plant#3
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Client with full address


Fax No. & Tel No.

2. Name of station & its location

3. Name of the responsible person


in Owner's organisation

4. Contract No. & Date

5. Nature/area of EPC Project


(Power/Steel/Oil & Gas /
Petrochemical/fertilizer/other
process industry) (please specify)

6. Scope of Work (Please also specify


whether civil work is included)

7. Date of Commissioning

8. No. of years in successful operation


as on date of Techno-commercial
bid opening.

9. Contract value of project

10. Necessary documents/certificate


is support of above are attached
at Annexure......... of this Attachment.
-----------------------------------------------------------------------------------------------------------------------------
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 24 OF 362

(II) In order to meet the requirement of Clause 4.1.2(b) of sub-section-IA, Part-A


of Section-VI, we further declare the following :

We / proposed sub-vendor have associated/collaborated with Electrostatic


Precipitator Manufacturer M/s...................... whose address is .........................
and who have designed, supplied, erected/supervised erection and
commissioned/supervised commissioning rigid discharge framework
Electrostatic Precipitators (of the type offered), having a designed efficiency of
not less than 99%, operating in conjunction with pulverized coal fired steam
generating units, rated for a minimum of 500 MW unit size or minimum
1500 T/hr steaming capacity, which are in successful operation in atleast one
installation for a period of not less than One (1) year prior to the date of bid
opening. The details of above are as under :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station - I
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Client with full address
Fax No. & Tel. No.

2. Name of station & its location

3. Name of Package/Contract

4. Name of the Contractor on whom the


order for executing the reference plant
(Electrostatic Precipitator) was placed
by the Owner of the reference plant.

5. In case the Bidder/Sub-vendor is not


the Contractor at Sl. No. 4, Name
of the Organisation which placed
order for reference plant (Electrostatic
Precipitator) on the Bidder/Sub-venor

6. Detail of Steam Generator/Unit for


which Electrostatic Precipitator supplied

(a) Unit Rating (MW)

(b) Whether pulverised coal fired


steam generator Yes/No

(c) Steaming capacity of steam


generator

7. Date of Order

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 25 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station - I
-----------------------------------------------------------------------------------------------------------------------------

8. Date of Commissioning

9. Type of Electrostatic Precipitator Yes/No


(Whether rigid discharge framework
now being offered)

10. Design Efficiency of ESP %

11. Scope of Work included

(a) Design Yes/No

(b) Supply Yes/No

(c) Erection/Supervised Erection Yes/No

(d) Commissioning/Supervised
Commissioning Yes/No

12. No. of years in successful


operation prior to the date of
Techno-commercial Bid opening.

13. Certificate from client in support Yes/No


of querries of [Link]. 1 to 12
above is enclosed as Annex........

14. Deed of Joint Undertaking as per Yes/No


format enclosed in Annexure I of
Attachment-3K Bidding Documents

15. Copy of Collaboration Agreement/ Yes/No


Technology licensing Agreement
enclosed

-----------------------------------------------------------------------------------------------------------------------------

(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 26 OF 362

(C) FOR BIDDER/HIS SUBVENDOR SEEKING QUALIFICATIONS AS PER


CLAUSE 4.1.3 OF SUB-SECTION-IA, PART-A OF SECTION-VI

(i) We / proposed sub-vendor meet the requirement of Clause 4.1.3 of Sub-


section-IA, Part-A of Section-VI, and to satisfy this requirement, we declare
the following :

We / proposed sub-vendor have designed, supplied, erected/supervised


erection and commissioned/supervised commssioning rigid discharge
framework Electrostatic Precipitators (of the type offered), having a designed
efficiency of not less than 99%, operating in conjunction with pulverised coal
fired steam generating units, in at least One (1) installation rated for a
minimum of 200 MW unit size or minimum 600 T/hr steaming capacity,
which are in successful operation for a period not less than One (1) year
prior to the date of bid opening. The details of above are as follows:

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Client with full address
Fax No. & Tel No.

2. Name of station & its location

3. Name of Package/Contract

4. Name of the Contractor on whom


the order for executing the reference
plant was placed

5. In case the Bidder/Sub-vendor is


not the Contractor as per [Link].4
above, the name of organisation
which has placed the order for
reference plant (Electrostatic
precipitator) on the Bidder/Sub-vendor

6. Detail of Steam Generator/Unit for


which Electrostatic Precipitator supplied.

(a) Unit Rating (MW)

(b) Whether pulverised coal fired


steam generator Yes/No

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 27 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(c) Steaming capacity of


steam generator

7. Date of Order

8. Date of Commissioning

9. Type of Electrostatic Precipitator Yes/No


(Whether rigid discharge frame
work now being offered)

10. Design Efficiency of ESP

11. Scope of Work included

(a) Design Yes/No

(b) Supply Yes/No

(c) Erection Yes/No

(d) Commissioning Yes/No

12. No. of years in successful


operation prior to the date
of Techno-commercial Bid opening.

13. Certificate from client in support Yes/No


of querries of [Link]. 1 to 12
enclosed as Annex........

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 28 OF 362

(ii) In order to meet the requirement of Clause 4.1.3(b) of Subsection-IA, Part-


A, Section-VI, we further declare the following :

W e / proposed sub-vendor have an ongoing collaboration agreement/


Technology Licensing Agreement prior to the date of submission of proposal
of sub-vendor with manufacturer of Electrostatic Precipitator M/
s................................ whose address is ......................... and who have
designed, supplied, erected/supervised erection and commissioned /
supervised commissioning rigid discharge f ramework Electrostatic
Preceipitators (of the type offered), having a designed efficiency of not less
than 99%, operating in conjunction with pulverized coal fired steam generating
units, rated for a minimum of 500 MW unit size or minimum 1500 T/hr
steaming capacity, which are in successful operation in atleast one installation
for a period of not less than one (1) year prior to the date of bid opening.
The details of above are as under :
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Client with full address
Fax No. & Tel. No.

2. Name of station & its location

3. Name of Package/Contract

4. Name of the Contractor on whom


the order for executing the reference
plant (Electrostatic Precipitator)
was placed by the Owner of the
reference plant

5. In case the Associate/Collaborator is


not the Contractor at [Link].4, Name
of the Organisation which placed order
for reference plant (Electrostatic Precipitator)
on the Associate/Collaborator

6. Detail of Steam Generator/Unit for


which Electrostatic Precipitator supplied

(a) Unit Rating (MW)

(b) Whether pulverised coal fired


steam generator Yes/No

(c) Steaming capacity of steam generator

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 29 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

7. Date of Order

8. Date of Commissioning

9. Type of Electrostatic Precipitator Yes/No


(Whether rigid discharge framework
now being offered)

10. Design Efficiency of ESP

11. Scope of Work included

(a) Design Yes/No

(b) Supply Yes/No

(c) Erection/Supervised Erection Yes/No

(d) Commissioning/Supervised
Commissioning Yes/No

12. No. of years in successful


operation prior to the date of
Techno-commercial Bid opening.

13. Certificate from client in support Yes/No


of quarries of [Link]. 1 to 12
above is enclosed as Annex........

14. Copy of Collaboration Agreement/ Yes/No


Technology Licensing Agreement enclosed

15. Deed of Joint Undertaking as per Yes/No


format enclosed in Annexure II of
Attachment-3K
-----------------------------------------------------------------------------------------------------------------------------

(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................

Signature of authorized signatory..................


ANNEXURE-I
ATTACHMENT - 3K
PAGE 30 OF 362

FORM OF DEED OF JOINT UNDERTAKING TO BE PROVIDED


ALONGWITH ELECTROSTATIC PRECIPITATOR MANUFACTURER
AS PER CLAUSE 4.1.2(b) OF SUB-SECTION-I-A, PART A, SECTION VI

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY CONTRACTOR *AND *HIS


SUB-VENDOR MEETING THE REQUIREMENTS SPECIFIED AT CLAUSE NO. 4.1.2(a)(i)
or 4.1.2(a)(ii) OF SUB-SECTION-IA, PART A, SECTION VI ALONGWITH T HE
ASSOCIATE / COLLABORATOR (ELECTROSTATIC PRECIPITATOR MANUFACTURER
MEETING THE REQUIREMENTS AS PER CLAUSE 4.1.1 OF SUB-SECTION-I-A, PART
A, SECTION VI ON HIS OWN) FOR SUCCESSFUL PERFORMANCE OF
ELECTROSTATIC PRECIPITATOR, IN WHICH THE ASSOCIATE/COLLABORATOR AND
THE CONTRACTOR *AND *HIS SUB-VENDOR ARE JOINTLY AND SEVERALLY
LIABLE TO THE EMPLOYER TO PERFORM ALL THE CONTRACTUAL OBLIGATIONS
INCLUDING THE TECHNICAL GUARANTEES FOR COMPLETE ELECTROSTATIC
PRECIPITATOR

The DEED OF JOINT UNDERTAKING executed on 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 incorporated under ……………….having its
Registered Office at ………………………….(hereinafter called the "SUB-VENDOR", 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 "Associate/Collaborator", which expression shall
include its successors, administrators, executors and permitted assigns),
in favour of NTPC Limited, A Government 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-110003 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 tests for the EPC Package for Khargone STPP (2x660MW) (hereinafter
referred to as "Plant") vide its Bidding Document No. CS-9578-001(R)-2.
AND WHEREAS vide clause 4.1.2(b) of Sub-Section-I-A, Part A, Section VI of bidding
documents, it has been specified that bidder/his sub-vendor who meets the required
experience as per clause 4.1.2(a)(i) or 4.1.2(a)(ii) of Sub-Section-I-A, Part A, Section VI
shall Associates/Collaborate with a Electrostatic Manufacturer who meets the requirements
of Clause 4.1.1 of Sub-Section-I-A, Part A, Section VI on his own. In such case bidder/his

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 31 OF 362

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.

WHEREAS M/s …………………................... (Contractor) has submitted its proposal in


response to the aforesaid Invitation for Bid by the Employer bearing No. ..................... dated
............... for the EPC Package for Khargone STPP (2x660MW) against the Employer's
Bidding Documents.

AND WHEREAS M/s ………………….……. ( *Contractor/*his sub-vendor) is an Engineering,


Procurement and Construction (EPC) Organisation and meets the requirement specified at
clause no. *4.1.2(a)(i) *or *4.1.2(a)(ii) of Sub-Section-I-A, Part A, Section VI and for
executing the contract desire to associate/collaborate with M/s .............……………..
(hereinafter referred to as Associate/Collaborator) who is a Electrostatic Precipitator
manufacturer and meets the requirements as specified in clause no.4.1.1 of Sub-Section-I-
A, Part A, Section VI on its own, for *sourcing the Electrostatic Precipitator from the above
Associate/Collaborator or *Manufacturing the Electrostatic Precipitator as per the design and
manufacturing drawings of above Associate/Collaborator under an ongoing Collaboration
Agreement/Technology Licensing Agreement. The Contractor, his sub-vendor (if applicable)
and the Associate/Collaborator are required to jointly execute and furnish along with the bid
an irrevocable Deed of Joint Undertaking and be jointly and severally responsible and
bound unto the Employer for successful performance of the Electrostatic Precipitator and be
jointly and severally liable to perform all contractual obligations for the Electrostatic
Precipitator for the EPC Package for Khargone STPP (2x660MW) fully meeting the
stipulated technical requirements, guaranteed parameters and characteristics for the
Electrostatic Precipitator as per the Bidding Documents in the event the bid is accepted by
the Employer resulting into a Contract.

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER :

1. We the Associate/Collaborator and the Contractor *and *his Sub-Vendor, do hereby


declare and undertake that we shall be jointly and severally responsible to the
Employer for the execution and successful performance of the complete Electrostatic
Precipitator and all the contractual obligations including the technical guarantees for
the complete Electrostatic Precipitator.

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

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 32 OF 362

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 Associate/Collaborator 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.

3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the


manner of achieving the objective set forth in paragraph 1 above shall be as follows:

(a) We the Associate/Collaborator shall be fully responsible for complete design,


manufacture, supply, installation so as to ensure satisfactory, reliable, safe
and trouble free performance of Electrostatic Precipitator.

Further, the Associate/Collaborator shall depute their technical experts from


time to time to the Contractor's/*his sub-vendor's /Employer's project site as
required by the Employer and agreed to by Contractor *and *his Sub-Vendor/
Collaborator/Associate to facilitate the successful performance of the
Electrostatic Precipitator as stipulated in the aforesaid Contract.

Further, the Associate/Collaborator shall ensure proper design, manufacture,


installation, testing and successful performance of the Electrostatic Precipitator
under the said Contract in accordance with stipulations of Bidding Documents
and if necessary, the Associate/Collaborator shall advise the Contractor/ *his
Sub-Vendor suitable modifications of design and implement necessary
corrective measures to discharge the obligations under the contract.

(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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 33 OF 362

4. We, the Contractor *and *his Sub-Vendor and the Associate/Collaborator 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.

5. The Contractor *and *his Sub-Vendor and Associate/Collaborator will be fully


responsible for the quality of all the equipment/main assemblies/components
manufactured at their works or at their Vendors' 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, in addition to the Contract Performance Security furnished


by the Contractor, the Associate/Collaborator *and *Contractor's Sub-Vendor
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 12 Million (Indian
Rupees Twelve 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 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 Undertaking shall continue to be enforceable till its validity.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 34 OF 362

9. That this Deed of Joint Undertaking shall be operative from the effective date
of signing of this Deed of Joint Undertaking.

IN WITNESS WHEREOF, the Associate/Collaborator and the Contractor *and *his


Sub-Vendor 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.

1. WITNESS For M/s .............................................


(Contractor)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company............................................

1. WITNESS ForM/s.............................................
(*Contractor's Sub-Vendor)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company............................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 35 OF 362

1. WITNESS For M/s .............................................


(Associate/Collaborator)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the Company


............................................................

Note: Power of Attorney of the person signing on behalf of Associate/Collaborator, Bidder


and *his Sub-vendor are to be furnished by Bidder.

* Contractor shall strike out, whichever is not applicable.

Signature of authorized signatory..................


ANNEXURE-II
ATTACHMENT - 3K
PAGE 36 OF 362

FORM OF DEED OF JOINT UNDERTAKING TO BE PROVIDED


ALONGWITH ELECTROSTATIC PRECIPITATOR MANUFACTURER
AS PER CLAUSE 4.1.3(B) OF SUB-SECTION-I-A, PART A, SECTION VI

(ON NON-JUDICI-AL STAMP PAPER OF APPROPRI-ATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY CONTRACTOR, *HIS *SUB-


VENDOR MEETING THE REQUIREMENTS SPECIFIED AT CLAUSE NO. 4.1.3 (a) OF
SUB-SECTION-I-A, Part A, SECTION VI ALONGWITH THE COLLABORATOR/
TECHNOLOGY LICENSOR (ELECTROSTATIC PRECIPITATOR MANUFACTURER
MEETING THE REQUIREMENTS AS PER CLAUSE 4.1.1 OF Sub-Section-I-A, Part A,
Section VI) FOR SUCCESSFUL PERFORMANCE OF ELECTROSTAT IC
PRECIPITATORS, IN WHICH THE COLLABORATOR/TECHNOLOGY LICENSER AND
THE BIDDER ARE JOINTLY AND SEVERALLY LIABLE TO THE EMPLOYER TO
PERFORM ALL THE CONTRACTUAL OBLIGATIONS INCLUDING THE TECHNICAL
GUARANTEES FOR COMPLETE ELECTROSTATIC PRECIPITATOR

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 incorporated under ……………….having its


Registered Office at ………………………….(hereinafter called the "Sub-Vendor", 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),

in favour of NTPC Limited, A Government of IndI-A Enterprise, incorporated under the


Companies Act, 1956, having its Registered Office at NTPC Bhawan, Scope Complex, 7,
Institutional Area, Lodhi Road, New Delhi-110003 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, 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.

AND WHEREAS vide clause 4.1.3(b) of Sub-Section-I-A, Part A, Section VI of bidding


documents, it has been specified that bidder who meets the required experience as per
clause 4.1.3(a) shall also have an on going Collaboration agreement / Technology Licensing
agreement prior to the date of submission of proposal of sub-vendor, with a Electrostatic
Precipitator Manufacturer, who meets the requirement of clause 4.1.1 of Sub-Section-I-A,
Part A, Section VI and furnish a Deed of Joint Undertaking as per the requirement of
clause no. 4.1.3(b) of Sub-Section-I-A, Part-A, Section-VI
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 37 OF 362

WHEREAS M/s ...................................... (Contractor) has submitted its proposal in response


to the aforesaid Invitation for Bid by the Employer bearing No. ..................... dated ...............
for EPC Package for its Khargone Super Thermal Power Project (2x660MW) against the
Employer's Bidding Documents.

AND WHEREAS M/s................................................ .(*Contractor/*his sub-vendor) meet the


requirements specified at clause no. 4.1.3(a) of Sub-Section-I-A, Part A, Section VI and
have an on-going collaboration agreement/technology licensing agreement prior to the date
of submission of proposal of sub-vendor, with M/s................................. (hereinafter referred to
as Collaborator/Technology Licenser) who is a manufacturer of Electrostatic Precipitator and
meets the requirements as specified in clause no. 4.1.1 of Sub-Section-I-A, Part A, Section
VI. The Contractor*and *his Sub-Vendor and the Collaborator/Technology Licenser are
required to jointly execute and furnish alongwith the bid an irrevocable Deed of Joint
Undertaking and be jointly and severally responsible and bound unto the Employer for
successful performance of the Electrostatic Precipitator and be jointly and severally liable to
perform all contractual obligations for the Electrostatic Precipitator for Khargone Super
Thermal Power Project (2x660MW), fully meeting the stipulated technical requirements,
guaranteed parameters and characteristics as per the Bidding Documents in the event the
bid is accepted by the Employer resulting into a Contract.

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER :

1. We the Collaborator/Technology Licenser and the Contractor *and *his Sub-Vendor,


do hereby declare and undertake that we shall be jointly and severally responsible
to the Employer for the execution and successful performance of the complete
Electrostatic Precipitator and all the contractual obligations including the technical
guarantees for the complete Electrostatic Precipitator.

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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 38 OF 362

3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the


manner of achieving the objective set forth in paragraph 1 above shall be as follows:

(a) We the Collaborator/Technology Licenser shall be fully responsible for


complete design, manufacture, supply, installation so as to ensure satisfactory,
reliable, safe and trouble free performance of Electrostatic Precipitator.

Further, the Collaborator/Technology Licenser shall depute their technical


experts from time to time to the Contractor's/*his sub-vendor's /Employer's
project site as required by the Employer and agreed to by Contractor *and
*his Sub-Vendor/ Collaborator/Technology Licenser to facilitate the successful
performance of the Electrostatic Precipitator as stipulated in the aforesaid
Contract.

Further, the Collaborator/Technology Licensers hall ensure proper design,


manufacture, installation, testing and successful performance of the
Electrostatic Precipitator under the said Contract in accordance with
stipulations of Bidding Documents and if necessary, the Collaborator/
Technology Licensers hall advise the Contractor/* his Sub-Vendor suitable
modifications of design and implement necessary corrective measures to
discharge the obligations under the contract.

(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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 39 OF 362

5. The Contractor *and *his Sub-Vendor and Collaborator/Technology Licenser will be


fully responsible for the quality of all the equipment/main assemblies/components
manufactured at their works or at their Vendors' 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, in addition to the Contract Performance Security furnished by the


Contractor, the Collaborator/Technology Licenser*and *Contractor's Sub-Vendor 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 12 Million (Indian Rupees Twelve 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 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.

IN WITNESS WHEREOF, the Collaborator/Technology Licenser and the Contractor


*and *his Sub-Vendor 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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 40 OF 362

1. WITNESS For M/s .............................................


(Contractor)

.................................................. (Signature of the Authorised


(Signature Name & Address) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company............................................

WITNESS ForM/s.............................................
(*Contractor's Sub-Vendor)

.................................................. (Signature of the Authorised


(Signature Name & Address) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company............................................

WITNESS For M/s .............................................


(Collaborator/Tehnology Licenser)

.................................................. (Signature of the Authorised


(Signature Name & Address) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the Company


............................................................

Note : Power of Attorney of the person signing on behalf of Collaborator/Technology


Licensor, Contractorand *his sub-vendor is to be furnished by Contractor.
" Contractor shall strike out, whichever is not applicable.

Signature of authorized signatory..................


ANNEXURE-III

ATTACHMENT - 3K
PAGE 41 OF 362

FORM OF DEED OF JOINT UNDERTAKING TO BE PROVIDED


FOR ……………………………………….(NAME OF EQUIPMENT)
AS PER CLAUSE 3.3 OF SUB-SECTION-I-A, PART A, SECTION VI

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY **SUB-VENDOR (i.e. SG


SUPPLIER/MANUFACTURER AS IN IT EM 3.1 OF SUB-SECTION-I-A, PART A,
SECTION VI), *INDIAN JOINT VENT URE COMPANY/*SUBSIDIARY COMPANY
MEETING THE REQUIREMENTS SPECIFIED AT CLAUSE NO. 3.3 OF SUB-SECTION-
I-A, PART A, SECTION VI ALONGWITH QUALIFIED EQUIPMENT MANUFACTURER
OF……………………………….(NAME OF EQUIPMENT ) MEETING T HE
REQUIREMENTS AS PER CLAUSE 3.1 OF SUB-SECTION-I-A, PART A, SECTION VI
AND ITS *HOLDING/*SUBSIDIARY COMPANY, AS APPLICABLE FOR SUCCESSFUL
PERFORMANCE OF ……………………………… (NAME OF EQUIPMENT), IN WHICH
EXECUTANT OF THE DJU ARE JOINTLY AND SEVERALLY LIABLE FOR THE
SUCCESSFUL PERFORMANCE OF THE………………………….(NAME OF EQUIPMENT)

The DEED OF UNDERTAKING executed this ………….day of ……………….Two thousand


………….by M/s …………………………a Company, meeting the requirements as per clause
3.3 of Sub-Section-I-A, part A, section VI, incorporated under ……………….having its
Registered Office at …………………………. (hereinafter called the "*Indian JV/*Subsidiary
Company", which expression shall include its successors, administrators, executors and
permitted assigns) AND

**M/s ……………………...................................…… a SG Supplier/Manufacturer as in Item 3.3


of sub-section-IA, Part-A, Section-VI, incorporated under .........................................……….
having its Registered Office at ………………………….(hereinafter called the "Sub-Vendor",
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 " Qualified Equipment
Manufacturer ", 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 "*Holding/
*Subsidiary Company of Qualified Equipment Manufacturer", which expression shall include
its successors, administrators, executors and permitted assigns),

in favour of NTPC Limited, A Government 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-110003 INDIA (hereinafter called "NTPC" or
"Employer" which expression shall include its successors, administrators, executors and
assigns).

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 42 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.

AND WHEREAS vide clause 3.3 of Sub-Section-I-A, Part A, Section VI of bidding


documents, it has been specified that a JV / Subsidiary Company formed for
manufacturing and supply of equipment(s) in India as listed at clause no. 3.1 of Sub-
Section-I-A, Part A, Section VI can also manufacture such equipments, provided that it
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-I-A, Part-A, Section-VI of bidding
documents (or the technology provider of the qualified equipment manufacturer). Further, in
such a case, such qualified equipment manufacturers should have, 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 contract, whichever is later. In
addition, the contractor/sub-vendor along with the Indian Joint Venture Company/ Subsidiary
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.

WHEREAS M/s ...................................... (Contractor) has submitted its proposal in response


to the aforesaid Invitation for Bid by the Employer bearing No. ..................... dated ...............
for EPC Package for its Khargone Super Thermal Power Project (2x660MW) (hereinafter
referred to as “Plant”) against the Employer's Bidding Document No. CS-9578-001(R)-2.

AND WHEREAS M/s …………………................... (*Indian JV/*Subsidiary Company) has been


formed for manufacturing and supply of equipment(s) as listed at clause no. 3.1 of Sub-
Section-IA, Part A, Section-VI who has a valid collaboration or licensing agreement for
design, engineering, manufacturing of ……………………………….(Name Of Equipment) in
India with M/s ………………….…………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 equipment manufacturer).

AND WHEREAS M/s ………………….……. (Qualified Equipment Manufacturer) is having,


*directly *or *indirectly through its *holding company M/s……………………..../ *subsidiary
company M/s……………………...., 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 contract, whichever is later.

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

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 43 OF 362

approved sub-vendor of ........................... (Name of equipment), an irrevocable Deed of Joint


Undertaking and be jointly and severally responsible and bound unto the Employer for
successful performance of the ..................................... (Name of Equipment) for Khargone
Super Thermal Power Project (2x660MW ), fully meeting the stipulated technical
requirements, guaranteed parameters and characteristics as per the Bidding Documents, in
the event the bid is accepted by the Employer resulting into a Contract.

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER :

1. We the Qualified Equipment Manufacturer and the *Holding/*Subsidiary Company of


Qualified Equipment Manufacturer and Indian *JV/*Subsidiary Company and the Sub-
Vendor, do hereby declare and undertake that we shall be jointly and severally
responsible to the Employer for the successful perf ormance of the
……………………………… (Name of Equipment).

2. In case of any breach of the Contract committed by the Indian *JV/*Subsidiary


Company, we the **Sub-Vendor and Qualified Equipment Manufacturer and the
*Holding/*Subsidiary Company of Qualified Equipment Manufacturer do hereby
undertake, declare and confirm that we shall be fully responsible for the successful
performance of the ……………………………… (Name of Equipment) and undertake
to carryout all the obligations and responsibilities under this Deed of Joint
Undertaking in order to discharge the sub-vendors obligations stipulated under the
Contract. Further, if the Employer sustains any loss or damage on account of any
breach of the Contract for the ……………………………… (Name of Equipment), we
the Sub-Vendor and Qualified Equipment Manufacturer and the *Holding/*Subsidiary
Company of Qualified Equipment Manufacturer 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 Indian *JV/
*Subsidiary Company / **Sub-Vendor before proceeding against the Qualified
Equipment Manufacturer and the *Holding/*Subsidiary Company of Qualified
Equipment Manufacturer nor any extension of time or any relaxation given by the
Employer to the Indian *JV/*Subsidiary Company / **Sub-Vendor shall prejudice any
rights of the Employer under this Deed of Joint Undertaking to proceed against the
Qualified Equipment Manufacturer and the *Holding/*Subsidiary Company of Qualified
Equipment Manufacturer.

3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the


manner of achieving the objective set forth in paragraph 1 above shall be as follows:

(a) We the Qualified Equipment Manufacturer and the *Holding/*Subsidiary


Company of the Qualified Equipment Manufacturer shall ensure that complete
design, manufacturing, quality assurance and installation of the
……………………………… (Name of Equipment) is carried out inline with our

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 44 OF 362

manufacturing & quality drawings and procedures and shall be fully


responsible for its compliance so as to ensure satisfactory, reliable, safe and
trouble free performance of ……………………………… (Name of Equipment).

Further, we, the Qualified Equipment Manufacturer and the *Holding/


*Subsidiary Company of Qualified Equipment Manufacturer shall extend our
quality surveillance/ supervision/ quality control to the Contractor during
manufacture, erection, commissioning and performance testing, both at Indian
*JV/*Subsidiary Company's works and/ or at Employer's project site.

Further, the Qualified Equipment Manufacturer and the *Holding/*Subsidiary


Company of Qualified Equipment Manufacturer shall depute their technical
experts from time to time to the **sub-vendor's / Indian *JV/*Subsidiary
Company works/ Employer's project site as required by the Employer and
agreed to by **Sub-Vendor to facilitate the successful performance of the
……………………………… (Name of Equipment) as stipulated in the
aforesaid Contract.

Further, the Qualified Equipment Manufacturer and the *Holding/*Subsidiary


Company of Qualified Equipment Manufacturer shall ensure proper design,
manufacture, installation, testing and successful performance of the
……………………………… (Name of Equipment) under the said Contract in
accordance with stipulations of Bidding Documents and if necessary, the
Qualified Equipment Manufacturer and the *Holding/*Subsidiary Company of
Qualified Equipment Manufacturer shall advise the **Sub-Vendor/ Indian *JV/
*Subsidiary Company suitable modifications of design and implement
necessary corrective measures to discharge the obligations under the
contract.

(b) In the event Indian *JV/*Subsidiary Company/**Sub-Vendor fail to demonstrate


that the ……………………………… (Name of Equipment) meets the
guaranteed parameters and demonstration parameters as specified in the
contract, the Qualified Equipment Manufacturer and the *Holding/*Subsidiary
Company of Qualified Equipment Manufacturer 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 ………………………………
(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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 45 OF 362

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.

5. The **Sub-Vendor and Qualified Equipment Manufacturer and the *Holding/*Subsidiary


Company of Qualified Equipment Manufacturer and Indian *JV/*Subsidiary Company
will be fully responsible for the quality of all the equipment/main assemblies/
components manufactured at their works or at their Vendors' 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, 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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 46 OF 362

9. That this Deed of Joint Undertaking shall be operative from the effective date of
signing of this Deed of Joint Undertaking.

IN WITNESS WHEREOF, the **Sub-Vendor and Qualified Equipment Manufacturer


and the *Holding/*Subsidiary Company of Qualified Equipment Manufacturer and
*Indian Joint Venture Company/ *Subsidiary Company Vendor 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.

1. WITNESS For M/s .............................................


(*Contractor / *Sub-Vendor)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the Company


............................................................

1. WITNESS For M/s .............................................


(Indian *JV/*Subsidiary Company)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company............................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 47 OF 362

1. WITNESS For M/s .............................................


(Qualified Equipment Manufacturer)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company............................................

1. WITNESS *For M/s .............................................


(*Holding/*Subsidiary Company of
Qualified Equipment Manufacturer)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

..................................................
(Official Address) Name.................................................

Designation........................................

Common Seal of the


Company ........................................

Note : Power of Attorney of the persons signing the said Deed of Joint Undertaking is to
be furnished.

* Contractor/Sub-Vendor shall strike out, whichever is not applicable.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 48 OF 362

MAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience Details - Applicable to all the Bidders)

Bidder’s Name and Address : To


NTPC Limited
Noida-201301

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

(Bidder to furnish details of reference turbine module as per Annexure-I to this


attachment)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 49 OF 362

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)...................................................

Place : (Printed Name)..............................................

(Designation)................................................

(Common Seal)...........................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 50 OF 362

ANNEXURE-I TO ATTACHMENT-3K

Details of Module of the reference Turbine

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reference module Offered module
-----------------------------------------------------------------------------------------------------------------------------

HP Turbine

1 Type of steam admission


(Full arc/ partial arc)

2 Number of steam admission points

3 Number of exhausts

4 Bearing span

5 Outer casing barrel or not

6 Steam flow direction (single


flow/double flow/opposed flow)

7 Minimum/Maximum inner
casing diameter

8 Minimum/Maximum outer
casing diameter

IP Turbine

1 Type of steam admission


(Full arc/ partial arc)

2 Number of steam admission points

3 Number of exhausts

4 Bearing span

5 Steam flow direction


(single flow /double flow)

6 Minimum/Maximum inner
casing diameter

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 51 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reference module Offered module
-----------------------------------------------------------------------------------------------------------------------------

7 Minimum/Maximum outer
casing diameter

LP Turbine

1 Bearing span

2 Steam flow direction


(single flow /double flow)

3 Exhaust area provided /


maximum possible

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 52 OF 362

EMAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience Details - Applicable to all the Bidders)

Bidder’s Name and Address : To


NTPC Limited
Noida-201301

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)
------------------------------------------------------------------------------------------------------------------------------------------------------------

Condenser Sub-vendor- 1 3.1* /3.2* /3.3*


Sub-vendor- 2 3.1* /3.2* /3.3*
Sub-vendor- 3 3.1* /3.2* /3.3*
Sub-vendor- 4 3.1* /3.2* /3.3*

Condensate Sub-vendor- 1 3.1* /3.2* /3.3*


Extraction Sub-vendor- 2 3.1* /3.2* /3.3*
Pumps Sub-vendor- 3 3.1* /3.2* /3.3*
(CEP) Sub-vendor- 4 3.1* /3.2* /3.3*

Condenser Sub-vendor- 1 3.1* /3.2* /3.3*


Air Sub-vendor- 2 3.1* /3.2* /3.3*
Evacuation Sub-vendor- 3 3.1* /3.2* /3.3*
Pump Sub-vendor- 4 3.1* /3.2* /3.3*

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 53 OF 362

------------------------------------------------------------------------------------------------------------------------------------------------------------
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)
------------------------------------------------------------------------------------------------------------------------------------------------------------

Feed Water Sub-vendor- 1 3.1* /3.2* /3.3*


Low Sub-vendor- 2 3.1* /3.2* /3.3*
Pressure Sub-vendor- 3 3.1* /3.2* /3.3*
Heaters Sub-vendor- 4 3.1* /3.2* /3.3*

Feed water Sub-vendor- 1 3.1* /3.2* /3.3*


High Sub-vendor- 2 3.1* /3.2* /3.3*
Pressure Sub-vendor- 3 3.1* /3.2* /3.3*
Heaters Sub-vendor- 4 3.1* /3.2* /3.3*

Deaerator Sub-vendor- 1 3.1* /3.2* /3.3*


Sub-vendor- 2 3.1* /3.2* /3.3*
Sub-vendor- 3 3.1* /3.2* /3.3*
Sub-vendor- 4 3.1* /3.2* /3.3*

Boiler Feed Sub-vendor- 1 3.1* /3.2* /3.3*


Pumps Sub-vendor- 2 3.1* /3.2* /3.3*
(BFP) Sub-vendor- 3 3.1* /3.2* /3.3*
Sub-vendor- 4 3.1* /3.2* /3.3*

HP Bypass Sub-vendor- 1 3.1* /3.2* /3.3*


system Sub-vendor- 2 3.1* /3.2* /3.3*
Sub-vendor- 3 3.1* /3.2* /3.3*
Sub-vendor- 4 3.1* /3.2* /3.3*

LP Bypass Sub-vendor- 1 3.1* /3.2* /3.3*


system Sub-vendor- 2 3.1* /3.2* /3.3*
Sub-vendor- 3 3.1* /3.2* /3.3*
Sub-vendor- 4 3.1* /3.2* /3.3*

------------------------------------------------------------------------------------------------------------------------------------------------------------

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

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 54 OF 362

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,

i) Copy of document of incorporation of JV/Subsidiary company in India

ii) 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.

iii) Copy of document of at least 26% equity participation of qualified equipment


manufacturer in the Indian JV company/subsidiary company directly or indirectly
through its holding company /Subsidiary company, which shall be maintained for a
lock -in period of seven (7) years from the date of incorporation of such JV/subsidiary
or up to the end of defect liability period of the contract which ever is later.

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.

* strike out whichever is not applicable.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 55 OF 362

MAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Bidder’s Name and Address : To


NTPC Limited
Noida-201301

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------

1.00.00 Details of manufacturer of equipment for


units of atleast 200 MW rating as per
clause 3.2 of Sub-Section-I-A, Section-VI,
Part-A.

1.01.01 Name and Address of Sub-Vendor

1.01.02 Name and Address telephone


No. & Fax No. of responsible
persons of the Sub-Vendor

1.01.03 Name of the equipment to be


supplied by the Sub-Vendor

1.02.00 Details of Reference Plant

1.02.01 Name of the Station and its


Location

1.02.02 Client Name and its Address,


Fax No. & [Link].

1.02.03 Name and Designation of the


responsible person in Client’s
Organisation

1.02.04 Contract No. & Date

1.02.05 Capacity in MW of Unit


and no. of Units

1.02.06 Starting Date of Work/


Date of Order

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 56 OF 362

-----------------------------------------------------------------------------------------------------------------------------
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

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 57 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------

2.00.00 Details of Subsidiary/JV Company


proposed for manufacturing of
critical equipment as per Clause
3.3 of Sub-section-1A, Section-VI,
Part-A

2.01.00 Name and Address with Telephone


Number of the Indian Subsidiary /
JV Company proposed for
manufacturing of .....................
(Name of the equipment).

2.02.00 Name and Address with Telephone No.


of the promoter(s) of the Subsidiary/
JV Company

2.03.00 % of the Equity held by the


promoter(s)

2.04.00 Equity lock in period (from the date of


incorporation of JV/Subsidiary Company)

2.05.00 Name and Address with Telephone


No. of a promoter of Subsidiary /
JV Company formed at 2.01.00
above who meets the requirement
of Clause 3.1 Sub-section-I-A,
Section-VI, Part-A (Please furnish
experience details as per relevant
Attachment 3K)

2.06.00 M/s. ............................... (the subsidiary/


JV Company) has a collaboration or
valid licensing agreement with M/s ...............
(subsidiary/JV promotor) for design,
Engineering, Manufacturering & Supply
of .......................... (Name of the
equipment) in India.

Also the copy of Collaboration/Licensing


agreement is enclosed to this Attachment
at Annexure...... Yes/No

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 58 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Installation-1
-----------------------------------------------------------------------------------------------------------------------------

2.07.00 If equity held by the Qualified


Equipment Manufacturer (as per
clause 3.1)

2.08.00 Whether equity held directly or


indirectly ?

2.09.00 If indirectly then furnish the


relationship tree alongwith all
relevant subsidiaries and holding
company

2.10.00 Please furnish the committment


for lock in period as per requirement

2.11.00 Certified that DJU and Bank Guarantee


shall be furnished as per format enclosed
in the Bidding document meeting the
requirement ?

2.12.00 Bidder to furnish documentry evidence


in support of above data

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature).................................................

Place : (Printed Name)............................................

(Designation)..............................................

(Common Seal)..........................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 59 OF 362

MAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience List of Bidder - Applicable to all the Bidders)

Bidder’s Name and Address : To


Contract Services-IV
NTPC Limited
Noida-201301

3.00.00 Details of manufacture of proven equipments.

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

A. CONDENSER

1.00.00 Name, Address & Telephone No.


of the manufacturer

1.01.00 Name of the Station and its Location

1.02.00 Client Name and its Address,


Fax No. & [Link].

1.03.00 Name and Designation of the


responsible person in Client’s
Organisation

1.03.00 Contract No. & Date

1.04.00 Capacity in MW of Unit


and no. of Units

1.05.00 Starting Date of Work/


Date of Order

1.06.00 Scheduled Date of Completion

1.07.00 Actual Date of Completion

1.08.00 Date of Commissioning of


System/Package

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 60 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.09.00 (a) 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

1.10.00 Date of Commencement of


Successful Operation

1.11.00 Brief Scope of Work

1.12.00 Brief Technical Particulars of


the System/Package/Equipments :

(i) Designed by

(ii) Manufactured by

(iii) Type : water cooled surface


condenser or any other type

(iv) No. off per TG unit

(v) Design Standard

(vi) No. of Passes

(vii) Rated Heat Load (G Kal/hr.)

(viii) Design CW Inlet temp. (deg.)

(ix) CW flow (cu.m/hr.)

(x) Condenser Pressure [mm of Hg(a)]

(xi) Overall Heat Transfer Coefficient


(Kcal/hr sq.m. deg.C)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 61 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(xii) Surface Area (sq.m.)

(xiii) Tube Material

(xiv) Make

(xv) Type of condenser support

(xvi) Condenser water box pressure

1.13.00 Is these condenser(s) are running with Yes/No


steam turbine generator sets

B. CONDENSATE EXTRACTION PUMP

1.00.00 Name Address and Telephone No.


of the manufacturer

1.01.00 Name of the Station and its


Location

1.02.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.03.00 Name and Designation of the


responsible person in Client’s
Organisation

1.04.00 Contract No. & Date

1.05.00 Capacity in MW of Unit and


no. of Units

1.06.00 Starting Date of Work/Date


or Order

1.07.00 Scheduled Date of Completion

1.08.00 Actual Date of Completion

1.09.00 Date of Commissioning


of System/Package

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 62 OF 362

-----------------------------------------------------------------------------------------------------------------------------
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

1.11.00 Date of Commencement of


Successful Operation

1.12.00 Brief Scope of Work

1.13.00 Brief Technical Particulars


of the System/Package/Equipments :

(i) Designed by

(ii) Manufactured by

(iii) Make / Model No.

(iv) Rated Flow (T/hr)


2
(v) Rated Head (kg/cm (abs)

(vi) Rated Speed (rpm)

(vii) KW Rating of Motor

(viii) No. CEP(s) per Unit

(ix) Pump Efficiency

(x) Type

- Vertical

- Cannister with double


suction first stage
impeller

(xi) Whether drip pumps are used Yes/No


in Turbine cycle ?

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 63 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.14.00 Are these CEPs running with Steam Yes/No


Turbine Generator Sets

C. FEED WATER HEATERS


(LOW PRESSURE HEATERS
HIGH PRESSURE HEATERS
AND DEAERATOR)

1. H.P Heaters

1.00.00 Name, Address and Telephone No.


of the manufacturer

1.01.00 Name of the Station and its


Location

1.02.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.03.00 Name and Designation of the


responsible person in Client’s
Organisation

1.04.00 Contract No. & Date

1.05.00 Capacity in MW of Unit and


No. of Units

1.06.00 Starting Date of Work/Date of Order

1.07.00 Scheduled Date of Completion

1.08.00 Actual Date of Completion

1.09.00 Date of Commissioning of


System/Package

1.10.00 Whether the System/Equip- Yes/No


ments are in Successful
Operation for a minimum
period of one (1) year prior
to the date of Techno-Commercial
bid opening
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 64 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.11.00 Date of Commencement of


Successful Operation

1.12.00 Brief Scope of Work

1.13.00 Brief Technical Particulars of


the System/Package/Equipments :

(i) Designed by

(ii) Manufactured by

(iii) No. of HP Heaters

(iv) Type of HP Heaters

(a) Horizontal/Vertical

(b) U-Tube/Straight Tube/


Spiral, etc.

(c) Tube Material

(d) Type of Tubes


(Seamless/Welded)

(e) Whether Integral


Desuperheating,
Condensing and
Drain Cooling
Zones are provided (Yes/No)

(f) Whether 50% or


100% HP Heaters

(v) Rated Feed Water Flow


for each string (T/hr)
(Indicate for each HP heater)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 65 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(vi) Tube Side Design and


Operating Pressure (ata)

(vii) Make

1.14.00 Whether the heaters are operating


for supercritical Steam Turbine
Generator Sets Yes/No

2. L.P. Heaters

1.00.00 Name, Address & Telephone No.


of manufacturer

1.01.00 Name of the Station and its


Location

1.02.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.03.00 Name and Designation of the


responsible person in Client’s
Organisation

1.04.00 Contract No. & Date

1.05.00 Capacity in MW of Unit and


No. of Units

1.06.00 Starting Date of Work/Date


of Order

1.07.00 Scheduled Date of Completion

1.08.00 Actual Date of Completion

1.09.00 Date of Commissioning of


System/Package

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 66 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.10.00 Whether the System/Equip- Yes/No


ments are in Successful
Operation for a minimum
period of one (1) year prior
to the date of Techno-Commercial
bid opening

1.11.00 Date of Commencement of


Successful Operation

1.12.00 Brief Scope of Work

1.13.00 Brief Technical Particulars of


the System/Package/Equipments :

(i) Designed by

(ii) Manufactured by

(iii) No. of LP Heaters

(iv) Type of LP Heaters

(a) Horizontal/Vertical

(b) U-Tube / Straight Tube/


Spiral etc.

(c) Tube Material

(d) Type of Tubes


(Seamless/Welded)

(e) Whether Condensing


and Drain Cooling
Zones are provided (Yes/No)

(v) Rated Feed Water Flow (T/hr)


(Indicate for each heater)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 67 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(vi) Tube Side Design and


Operating Pressure (ata)

(vii) Make

1.14.00 Are these LP Heaters running Yes/No


with Steam Turbine Generator
Sets

3. DEAERATORS

1.00.00 Name, Address and Telephone


Number of manufacturer

1.01.00 Name of the Station and its


Location

1.02.00 Client Name and its Address,


Fax No. & [Link].

1.03.00 Name and Designation of the


responsible person in Client’s
Organisation

1.04.00 Contract No. & Date

1.05.00 Capacity in MW of Unit and


no. of Units

1.06.00 Starting Date of Work/Date of Order

1.07.00 Scheduled Date of Completion

1.08.00 Actual Date of Completion

1.09.00 Date of Commissioning


of System/Package

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 68 OF 362

-----------------------------------------------------------------------------------------------------------------------------
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

1.11.00 Date of Commencement of


Successful Operation

1.12.00 Brief Scope of Work

1.13.00 Brief Technical Particulars of


the System/Package/Equipments

(i) Designed by

(ii) Manufactured by

(iii) Type of Deaerator

(a) Whether Direct Contact Yes/No


Type

(b) Horizontal/Vertical

(iv) Spray Type/Spray cum


Tray Type

(v) Oxygen Level at Deaerator


Outlet (cc/litre)

(vi) Feed Water Flow from


Deaerator (T/hr)

(vii) Storage Capacity (Cu.m.)

(viii) Design Pressure [ Kg/[Link](g) ]

(ix) Make

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 69 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.14.00 Is this Deaerator running with Yes/No


Stean Turbine Generator Sets

D. BOILER FEED PUMPS

1.00.00 Name, Address and Telephone No.


of manufacturer

1.01.00 Name of the Station and


its Location

1.02.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.03.00 Name and Designation of


the responsible person in
Client’s Organisation

1.04.00 Contract No. & Date

1.05.00 Capacity in MW of Unit


and No. of Units

1.06.00 Starting Date of Work/


Date of Order

1.07.00 Scheduled Date of Completion

1.08.00 Actual Date of Completion

1.09.00 Date of Commissioning


of System/Package

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

1.11.00 Date of Commencement of


Successful Operation

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 70 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.12.00 Brief Scope of Work

1.13.00 Brief Technical Particulars of


the System/Package/Equipments

(i) Designed by

(ii) Manufactured by

(iii) Make / Model No.

(iv) No. of TDBFPs/MDBFP


per TG Unit

(v) Rated Flow per Pump (T/hr)


2
(vi) Rated TDH (kg/cm (abs)

(vii) Speed (rpm)

(viii) KW Rating of Motor

(ix) Pump Efficiency

(x) Head Developed per stage

(xi) Type

- Horizontal

- Centrifugal

- Multistage

- Outer casing barrel type


with end rotor removal

1.14.00 Are the BFPs running with supercritical Yes/No


Steam Turbine Generator Sets

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 71 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

E. HP-LP BYPASS SYSTEM

1. HP Bypass System

1.01.00 Name, Address and Telephone No.


of manufacturer

1.02.00 Name of the Station and


its Location

1.03.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.04.00 Name and Designation of the


responsible person in Client’s
Organisation

1.05.00 Contract No. & Date

1.06.00 Capacity in MW of Unit and


No. of Units

1.07.00 Starting Date of Work/Date of Order

1.08.00 Scheduled Date of Completion

1.09.00 Actual Date of Completion

1.10.00 Date of Commissioning


of System/Package

1.11.00 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

1.12.00 Date of Commencement of


Successful Operation

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 72 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.13.00 Brief Scope of Work

1.14.00 Brief Technical Particulars of


the System/Package/Equipments

(i) Designed by

(ii) Manufactured by

(iii) BMCR of Boiler (T/hr)

(iv) No. of Valves per Unit

(v) Type/Size

(vi) Rated Steam Flow through


each HP Bypass Valve (T/hr)

(vii) Rated Steam Parameters

(a) Steam Pressure at


Inlet/Outlet
[Kg/[Link]. (g)]

(b) Steam Inlet/Outlet


Temp. (deg.C)

(viii) Design Spray Water Flow (T/hr)

(ix) Spray Water Press/Temp.


(ata/deg.)

(x) Type of Actuator

(xi) Control System designed by


and manufactured by

(xii) Location of Valves

(xiii) Make / Model No.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 73 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.15.00 Is this HP Bypass system running Yes/No


with Supecritical Steam Turbine
Generator Sets

2. LP Bypass System

1.01.00 Name, Address, Telephone Number


of manufacturer

1.02.00 Name of the Station and


its Location

1.03.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.04.00 Name and Designation of the


responsible person in Client’s
Organisation

1.05.00 Contract No. & Date

1.06.00 Capacity in MW of Unit and


No. of Units

1.07.00 Starting Date of Work/Date of Order

1.08.00 Scheduled Date of Completion

1.09.00 Actual Date of Completion

1.10.00 Date of Commissioning


of System/Package

1.11.00 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

1.12.00 Date of Commencement of


Successful Operation

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 74 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.13.00 Brief Scope of Work

1.14.00 Brief Technical Particulars of


the System/Package/Equipments

(i) Designed by

(ii) Manufactured by

(iii) No. of Valves per Unit

(iv) Type/Size

(v) Rated Steam Flow through


each LP Bypass Valve (T/hr)

(vi) Rated Steam Parameters

(a) Steam Pressure at


Inlet/Outlet
[Kg/[Link]. (g)]

(b) Steam Inlet/Outlet Temp.


(deg.C)

(vii) Design Spray Water Flow (T/hr)

(viii) Spray Water Press/Temp.


(ata/deg.)

(ix) Type of Actuator

(x) Control System designed by


and manufactured by

(xi) Whether actuation is by


Governing Oil System or not

(xii) Make / Model No.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 75 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.15.00 Is this LP Bypass system running Yes/No


with Steam Turbine
Generator Sets

F. CONDENSER AIR
EVACUATION PUMPS

1.01.00 Name, Address, Telephone No.


of manufacturer

1.02.00 Name of the Station and


its Location

1.03.00 Client Name and its Address,


Fax No. & [Link].

1.04.00 Name and Designation of


the responsible person in
Client’s Organisation

1.05.00 Contract No. & Date

1.06.00 Capacity in MW of Unit


and No. of Units

1.07.00 Starting Date of Work/


Date of Order

1.08.00 Scheduled Date of Completion

1.09.00 Actual Date of Completion

1.10.00 Date of Commissioning


of System/Package

1.11.00 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.

1.12.00 Date of Commencement of Successful


Operation
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 76 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.13.00 Brief Scope of Work

1.14.00 Brief Technical Particulars of


the System/Package/Equipments :

(i) Designed by

(ii) Manufactured by

(iii) Type (Liquid Ring Type or


any other type)

(iv) Make / Model No.

(v) Number per T.G. Unit

(vi) Rated free Dry Air Capacity in


SCFM [at 25.4 mm Hg (abs)
o
Suction Pressure at 21.1 C]
of each Pump

(vii) Hogging Capacity of


each Pump (at 254mm
Hg (abs) Suction
Pressure in SCFM

(viii) I.T.D. (deg.C)

(ix) Temp. of Cooling Water


to Vacuum Pump Heat
Exchanger (deg.C)

(x) Type of Heat Exchanger


(Shell & Tube Type/Plate Type)

(xi) No. of Stages

(xii) Whether Air Ejector is provided


or not

(xiii) Impeller Material

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 77 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(xiv) Casing Material

1.15.00 Are these Condenser Air Yes/No


Evacuation Pumps running
with Steam Turbine Generator Sets

3.01.00. CONDENSER ON LOAD


TUBE CLEANING SYSTEM (COLTCS)
(Refer Cl. 4.16, sub-section-IA, Part-A,
Section-VI of Bid Documents)

1.01.00 Name, Address, Telephone No.


manufacturer

1.02.00 Name of the Station and


its Location

1.03.00 Client Name and its Address,


Fax No. & [Link].

1.04.00 Name and Designation of


the responsible person in
Client’s Organisation

1.05.00 Contract No. & Date

1.06.00 Capacity in MW of Unit


and No. of Units

1.07.00 Starting Date of Work/


Date of Order

1.08.00 Scheduled Date of Completion

1.09.00 Actual Date of Completion

1.10.00 Date of Commissioning


of System/Package

1.11.00 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
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 78 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1.12.00 Date of Commencement of Successful
Operation

1.13.00 Brief Scope of Work

1.14.11 Brief Technical Particulars of


the System/Package/Equipments :

(i) Designed by

(ii) Manufactured by

(iii) Erected by

(iv) Commissioned by

(v) C.W Flow through


Condenser (cum/hr.)

(vi) No. of Balls per Charge

(vii) Whether separate system


provided for each Condenser
Half

(viii) Method of Ball Sorting

(ix) Ball Collecting Strainer


diameter (mm)

(x) Make

3.02.00 TURBINE HALL EOT CRANES


(Refer Cl. 4.15, sub-section-IA, Part-A,
Section-VI of Bid Documents)

1.00.00 Name, Address and Telephone No.


of manufacturer

1.01.00 Name of the station and its location

1.01.01 Client name and its address


Fax No. & Tel. No.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 79 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

1.01.02 Name and Designation of the


responsible person in client’s
organisation

1.01.03 Contract No. & Date

1.01.04 Capacity in MW of Unit and


No. of Units

1.01.05 Starting date of work/Date of work

1.01.06 Schedule date of completion

1.01.07 Actual date of completion

1.01.08 Date of Commissioning


of System/Package

1.01.09 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.

1.01.10 Date of Commencement of Successful


Operation

1.01.11 Brief Scope of Work

1.01.12 Brief Tecnical Particulars of


the system/Package/equipment:

(i) Designed by

(ii) Manufactured by

(iii) Erected by

(iv) Commissioned by

(v) Main hoist capacity (T)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 80 OF 362

-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(vi) Aux. hoist capacity (T)

vii) Span (m)

viii) Make

-----------------------------------------------------------------------------------------------------------------------------

* Bidder to strike out whichever is not applicable

Date : (Signature)......................................................

Place : (Printed Name)...............................................

(Designation).................................................

(Common Seal)..............................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 81 OF 362

Sub : Sub-Qualifying Requirements for the Fire Detection and Protection System

To satisfy the requirements specified in Clause No. 4.5 of Sub-Section-IA, Part-A,


Section-VI of Bidding Document, we furnish following details :

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

a) fire hydrant system

b) high velocity water (HVW) spray or medium velocity water (MVW) spray or sprinkler
system.

c) fire water pumping and pressurizing arrangement.

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 : -

Details pertaining to Technical Qualification of the Sub-vendor.

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------

A. DATA OF FIRE PROTECTION


SYSTEMS EXECUTED:
(To be filled up for contracts having
order value not less than
Rs. 35.00 million or equivalent in
foreign currency (exchange rate
applicable as on date of techno-
commercial bid opening)

1. Client name and address ..........................

2. Name and Address of the plant/


installation ..........................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 82 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------

3. Whether Fire protection system Yes*/No*


executed is for industrial installation ?

4. Date of order ..........................

5. Date of commissioning ..........................

6. Period of operation prior to the ..........................


date of techno-commercial bid
opening

7. Value of the order in Rs. Million ..........................

8. The Scope included :

a) Design Yes*/No*

b) Supply Yes*/No*

c) Erection Yes*/No*

d) Commissioning Yes*/No*

9. The fire protection system Yes*/No*


have been designed as
per TAC/OISD/any other
International reputed authority
(like LPC-UK or NFPA, USA)
(Please indicate the name of
the authority)

10. The above contract included :

a) Fire Hydrant system Yes*/No*

b) High velocity water Yes*/No*


spray (HVW) system

c) Medium velocity water spray Yes*/No*


(MVW) System

d) Sprinkler System Yes*/No*

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 83 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------

e) Fire water pumping and press- Yes*/No*


urizing arrangement

11. Documentary evidence/certificate from


client in support of above is enclosed Yes*/No*

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.

* Please Strike off whichever is not applicable.

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of supplier ..........................

2. Address of supplier ..........................

3. Experience details of supplier

a) Name of the client ..........................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 84 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------

b) Addres of the client ..........................

c) Address of the installation ..........................

d) Type of the installation


(Industrial / commercial) ..........................

e) Whether the installed system


has been approved by UL- Yes*/No*
USA/FM-USA/LPC-UK/Similar
agency ? (please specify agency) ..........................

f) Whether the installed system


has been listed by UL-USA/ Yes*/No*
FM-USA/LPC-UK / Similar
agency? (please specify agency) ..........................

g) Date of order / award for


analogue addressable type
fire alarm system ..........................

h) Date of commissioning of
the above system ..........................

i) Number of years for which


the system is in operation
prior to date of techno-
commercial bid opening ..........................

j) Documentary evidence/certificate
in support of above system to
be enclosed ..........................

-----------------------------------------------------------------------------------------------------------------------------

* Please strike off whichever is not applicable.

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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 85 OF 362

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of supplier ..........................

2. Address of supplier ..........................

3. Experience details of supplier

a) Name of the client ..........................

b) Addres of the client ..........................

c) Address of the installation ..........................

d) Type of the installation


(Industrial / commercial),
pl. specify ..........................

e) Whether the installed systems


have been designed to the
recommendation of TAC-India
or any other international Yes*/No*
reputed authority (like LPC-
UK or NFPA - USA)
(please specify agency) ..........................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 86 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------

f) Risk area protected using the


above system has a volume of .................Cu.M

g) The total flooding gaseous fire


extinguishing system has been
designed by bidder. Yes*/No*

h) Date of order / award for total


flooding inert gas fire extinguishing
system ..........................

i) Date of commissioning of the


above system ..........................

j) Numnber of years for which


the system is in operation prior
to date of techno-commercial
bid opening ..........................

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)..................................................

Place : (Printed Name)..........................................

(Designation)..............................................

(Common Seal).........................................

* Please strike off whichever is not applicable.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 87 OF 362

Sub : Sub-Qualifying Requirements for the Air Conditioning System

(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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of the Client with full


address, contact person(s),
fax and tele no.

2. Name and address of the Plant

3. Purchase Order no. and date

4. Copy of purchase order enclosed Yes/No

5. Date of Commissioning

6. No. of years of successful operation


prior to date of techno-commercial
bid opening

7. Whether clients certificate is Yes/No


enclosed to prove that "the Air
Conditioning system is in
successful operation for atleast
one (1) year prior to the date
of techno-commercial bid opening"

8. Total installed capacity of air ............... TR


conditioning system
(should be atleast 300 TR)

9. Capacity of largest chilling unit


in above air conditioning system .............. TR
(should be atleast 60 TR)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 88 OF 362

---------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

10. Type of installation Industrial/


Commercial
Installation

11. The scope of Contract included

(a) Design Yes/No

(b) Supply Yes/No

(c) Erection Yes/No

(d) Commissioning Yes/No

12. Documentary evidence in support Yes/No


of [Link]. 8 to 11 enclosed

---------------------------------------------------------------------------------------------------------------------------

(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 :

(a) Type of vapour compression Centrifugal / Screw compressor


type chilling unit offered

(b) Name and Address of Manu-


facturer from whom the above
equipment is sourced

(c) For the above type of chiller


Experience details of the
Manufacturer is as follows :

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 89 OF 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of the Client with address,


name of contact person(s),
tel. no. & fax no.

2. Purchase Order no. and date

3. Date of Commissioning

4. No. of years of successful


operation prior to the date
of techno-commercial bid opening

5. Capacity of chiller unit .............. TR

6. Clients certificate to demonstrate Yes/No


successful operation of machine
for atleast one (1) year prior to
the date of techno-commercial
bid opening enclosed

7. Documentary evidence in support Yes/No


of [Link]. 2 to 6 above enclosed

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..................................................

Place : (Printed Name)..........................................

(Designation)..............................................

(Common Seal).........................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 90 OF 362

Sub : Sub-Qualifying Requirements for the Ventilation System

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of the Project


and its address .......................

2. Name of the Client with


address, name of Contact
person(s) with [Link].
& fax no. .......................

3. Order No. and date

4. Purchase order enclosed Yes*/No*

5. Date of commisisoning .......................

6. Individual fan capacity of


air washer unit in ventilation
system, cu.m/hr. .......................

7. The scope for the ventilation


system contract included

(a) Design Yes*/No*

(b) Supply Yes*/No*

(c) Erection Yes*/No*

(d) Commissioning Yes*/No*

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 91 OF 362

----------------------------------------------------------------------------------------------------------------------------
Sl. Item Plant 1
----------------------------------------------------------------------------------------------------------------------------

8. No. of years of successful


operation prior to the date of
techno-commercial bid opening .......................

9. The installation where the Yes*/No*


ventilation system has been
provided can be treated as
Industrial/commercial installation

10. Documentary evidence with Yes*/No*


respect to item 5 to 8 above
is enclosed

11. Clients certificate regarding Yes*/No*


successful operation of ven-
tilation system enclosed

----------------------------------------------------------------------------------------------------------------------------

* Strike off whichever is not applicable.

Date : (Signature)......................................................

Place : (Printed Name)..............................................

(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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 92 OF 362

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

In line with the Sub-qualifying requirements stipulated in Clause 4.8 of Sub-Section-


IA, Part-A, Section-VI, we / our sub-vendor confirm that we/our sub-vendor have de-
signed, manfactured, supplied, erected /supervised erection and commissioned/super-
vised commissioning of atleast one (1) no. non-lubricated oil free screw type air
compressor of minimum capacity 20 NM3/min each or atleast one (1) no. centrifu-
gal air compressors of minimum capacity 50 NM3/min each and at rated discharge
pressure of 8 Kg./cm2(g) which have been in successfull operation for atleast one
(1) year prior to the date of Techno-Commercial Bid opening. The experinence
details of Air Compressor supplier for which he is qualified is as follows:

1. Name of the Project


and its address where the
system is installed ....................... .......................

2. Name of the Client with


address, name of Contact
person(s) with [Link].
& fax no. ....................... .......................

3. Order No. and date

4. Purchase order enclosed Yes/No Yes/No

5. Name of the Manufacturer & Address

6. Date of commissioning of the


compressors

7. No. of Compressors supplied

8. Whether the scope of work


executed for the aforesaid
compressors included the following

a) Designed Yes/No Yes/No

b) Manufactured Yes/No Yes/No


Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 93 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------

c) Supplied Yes/No Yes/No

d) Erected/supervised erection Yes/No Yes/No

e) Commissioned/supervised Yes/No Yes/No


commssiong

9. Brief Technical particulars of


the Compressors (Bidder to fill)

a) whether the compressor


supplied was non lubricated
oil free screw/centrifugal type
air compressor

b) Make & Model

c) Capacity

i) Flow (NM3/Min)

ii) Discharge pressure


[Kg/cm2/(g)]

10. Whether atleast one (1)


compressor have been in
successful operation for
a period of not less than
one (1) year prior to the
date of techno-commercial
bid opening

11. Whether documentary evidence Yes/No Yes/No


in support of serial no 3) to
10) enclosed?

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 94 OF 362

B) Air Drying plant

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of the Project


and its address where the
system is installed ....................... .......................

2. Name of the Client with


address, name of Contact
person(s) with [Link].
& fax no. ....................... .......................

3. Order No. and date

4. Purchase order enclosed Yes/No Yes/No

5. Name of the Manufacturer & Address

6. Date of commissioning of the


Air drying unit

7. No. of Air drying unit supplied

8. Whether the scope of work


executed for the aforesaid
Air drying unit included the following

a) Manufactured Yes/No Yes/No

b) Supplied Yes/No Yes/No

9. Brief Technical particulars of


the Air Drying unit (Bidder to fill)

a) Type

b) Flow (NM3/Min)
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 95 OF 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------

10. Whether atleast two nos. air dryring


plants have been in successul operation
prior to the date of techno-commercial
bid opening.

11. Whether documentary evidence in


support of (serial no 3 to 10) enclosed? Yes/No Yes/No

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)......................................................

Place : (Printed Name)..............................................

(Designation)..................................................

(Common seal).............................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 96 OF 362

Qualification details for Water Pre-treatment Plant & Liquid Effluent Treatment Plant.

In terms of clause no. 4.10 of Sub-Section-IA, Part-A of Section-VI, We/our sub-vendor


confirm that, we/our sub-vendor have designed, supplied, erected and commissioned at
least two (2) numbers of water/waste water treatment plants, each with a capacity not
less than of 2000 cum/hr., comprising of clarifiers/tube settlers/thickeners or a combination
thereof including civil works. The plants have been in successful operation for atleast one
(1) year prior to the date of Techno-commercial bid opening. The details of reference plant
in support of above is as per following details :
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------
1. Name, Address & FAX / Phone
No. of Client and Site / Plant

2. Contract number & date of


award of Contract

3. Type of Treatment Plant *Water / *Waste *Water /


Water Treatment *Waste Water
Treatment
4. Total Capacity of the
Treatment Plant in
Cum/hr.

5. Number of Clarifiers / tube


settlers/thickeners installed

6. Capacity of each Clarifiers/tube


settler/thickeners installed (cu.m./hr.)

7. Total capacity of Clarifiers / tube


settlers / thickeness installed (cum/hr.)

8. Date of Commissioning of
the plant

9. Number of years of successful


operation prior to the date of
bid opening

10. In the above contract, Bidder's


scope included :

(a) Design Yes* / No* Yes* / No*


Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 97 OF 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant 1 Plant 2
-----------------------------------------------------------------------------------------------------------------------------

(b) Supply Yes* / No* Yes* / No*

(c) Erection Yes* / No* Yes* / No*

(d) Commissioning Yes* / No* Yes* / No*

(e) Civil Works Yes* / No* Yes* / No*

11. Whether Documentary evidence/


certificate in support of above
data enclosed ? Yes* / No* Yes* / No*

-----------------------------------------------------------------------------------------------------------------------------

* Strike off whichever is not applicable.

Date : (Signature)......................................................

Place : (Printed Name)..............................................

(Designation)..................................................

(Common seal).............................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 98 OF 362

ION EXCHANGE DEMINERASLISATION PLANT

In terms of clause no. 4.11 of Sub-Section-IA, Part-A of Section-VI, We/our sub-vendor


confirm that, we have designed, suppplied, erected and commisioned at least one (1) num-
ber of Ion exchange based demineralising plant, consisting of at least two (2) streams of
minimum 60 Cum./hr capacity, capable of producing outlet water quality of silica and con-
ductivity not more than 0.02 ppm as SiO2 and 0.2 micro mho/cm respectively, which are
in successful operation for atleast one (1) year prior to date of Techno-Commertial bid
opening. The details of the reference plants in support of above is as per following details:

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Data
-----------------------------------------------------------------------------------------------------------------------------

1. Client's Name & address

2. Order No. & Date

3. In the above contract, Bidder's


scope included :

(a) Design Yes* / No*

(b) Supply Yes* / No*

(c) Erection Yes* / No*

(d) Commissioning Yes* / No*

4. Numer of Ion Exchange


based DM Streams

5. Capacity of each DM Stream


(Cu.m/hr)

6. Silica in effluent water (ppm)


as SiO2

7. Conductivity of effluent water


(micro mho/cm)

8. Date of commissioning of plant

9. No. of years of successesful operation Yes* / No*


prior to date of techno comercial
bid Opening?
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 99 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Data
-----------------------------------------------------------------------------------------------------------------------------

10. Documentary evidence for the Yes* / No*


above data are enclosed?

-----------------------------------------------------------------------------------------------------------------------------

* Strike off whichever is not applicable.

Date : (Signature)...................................

Place : (Printed Name)............................

Designation).................................

(Common seal)............................

Note : Continuation sheets of like size and format, may be used and annexed to this
Schedule if required.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 100 OF 362

REVERSE OSMOSIS PLANT

In terms of clause no. 4.12 of Sub-Section-I A, Part-A of Section-VI, We/our sub-vendor


confirm that, we/our sub-vendor have designed, suppplied, erected and commissioned/
supervised commissioning of one (1) number Reverse Osmosis (RO) Plant of minimum
capacity (permeate flow) of 120 Cum/hr OR two (2) numbers RO Plants in separate
contracts each of minimum capacity (permeate flow) of 60 Cum/hr OR three (3) numbers
RO Plants in separate contracts each of minimum capacity (permeate flow) of 40 Cum/hr.
The above RO plant(s) should be having inlet feed water with TDS > 500 ppm and
capable of producing permeate water quality with TDS not more than 100 ppm OR having
inlet feed as sea water and capable of producing permeate water quality with TDS not
more than 500 ppm. The plant(s) should have been in successful operation for atleast one
(1) year prior to the date of Techno-Commertial bid opening. The details of the reference
plants in support of above is as per following details:

----------------------------------------------------------------------------------------------------------------------------
Sl. No. Plant No. 1 Plant No. 2 Plant No. 3
----------------------------------------------------------------------------------------------------------------------------

1. Name of work .................... ................... ....................

2. Name & Address of the .................... ................... ....................


Client (Including contact
person name, telephone no.,
fax, e-mail etc)

3. Order No. & Date .................... ................... ....................


award of Contract

4. Name & Address of


Installation where the
RO Plants have been installed .................... ................... ....................

5. Capacity (Permeate flow)


of Plant in cum/ hr .................... ................... ....................

6. Whether the above plant


had inlet feed as
TDS > 500 ppm Yes* / No* Yes* / No* Yes* / No*

7. Whether the above plant


is capable of producing
permeate water quality
with TDS not more than
100ppm with inlet feed
as TDS > 500ppm Yes* / No* Yes* / No* Yes* / No*
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 101 OF 362

----------------------------------------------------------------------------------------------------------------------------
Sl. No. Plant No. 1 Plant No. 2 Plant No. 3
----------------------------------------------------------------------------------------------------------------------------

8. Whether the above plant


have inlet feed as sea water Yes/No Yes/No Yes/No

9. Whether the above Plant


is capable of producing
permeate water quality with
TDS not more than 500ppm
when Inlet is sea water. Yes* / No* Yes* / No* Yes* / No*

10. Whether scope of work in


the above contract includes:

(a) Design Yes* / No* Yes* / No* Yes* / No*

(b) Supply Yes* / No* Yes* / No* Yes* / No*

(c) Erection Yes* / No* Yes* / No* Yes* / No*

(d) Commissioning Yes* / No* Yes* / No* Yes* / No*

(e) Supervision of Yes* / No* Yes* / No* Yes* / No*


commissioning

11. Date of commissioning of the plant ............... ............ .............

12. Number of years of successful


operation prior to the date of
techo-commercial bid opening ..............years ...........years .........years
13. Required documentary evidence
in support of [Link]. 1 to 12
above is enclosed ? Yes* / No* Yes* / No* Yes* / No*

*Strike off whichever is not applicable.


-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)......................................................

Place : (Printed Name)..............................................

(Designation)...................................................

(Common seal)..............................................
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 102 OF 362

MILL REJECT HANDLING SYSTEM

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
-----------------------------------------------------------------------------------------------------------------------------

(i) Name of the station and


its location

(ii) Client name and its address,


Fax No. & Tel. No.

– e-mail id

– website address

iii) Name and Designation of the responsible


person in client’s organisation

(iv) Name of manufacturer & address

(v) Contract No. & Date

(vi) Capacity in MW of each Unit

(vii) Starting date of work

(viii) Scheduled date of completion

(ix) Actual date of completion

(x) Date of Commissioning


of system/Package

(xi) Whether the Mill Reject Handling


System has been in successful
operation for a period not less
than one (1) year prior to date
of techno-commercial bid opening *Yes/*No

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 103 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(xii) Brief Technical Particulars of


the system/Package/equipment :

- Type of system (Pneumatic) *Yes/*No

- Whether Mill reject handling *Yes/*No


system for coal

- Mill rejects conveying rate (TPH) ........................

-----------------------------------------------------------------------------------------------------------------------------

*Strike off whichever is not applicable.

Date : (Signature)......................................................

Place : (Printed Name)..............................................

(Designation)...................................................

(Common seal)..............................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 104 OF 362

(Applicable for Bidder/his sub vendors who is not a manufacturer of proven


equipments as per clause no. 4.7.1 Sub-Section-I, Part-A of Section-VI and seeking
qualification as per clause no. 4.7.2, Sub-Section-I, Part-A of Section-VI.)

We confirm that we/our Sub-vendor are a manufacturer of pneumatic conveying systems


and have manufactured and supplied pressure type pneumatic conveying system of capacity
5 MTPH or higher for any material which are in successful operation in at least one (1)
Plant for a period not less than one (1) year prior to the date of Techno-Commercial bid
opening. We confirm that we* (or our proposed sub-vendor) have valid collaboration or
licensing agreement for design, engineering, manufacture and supply of such equipment in
India with M/s ............................. who meet the requirements of Clause. No. 4.7.1 Sub-
Section-IA, Part-A of Section-VI. The details of type and minimum equipment rating of such
equipment are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

A PNEUMATIC CONVEYING SYSTEMS

(i) Name of the plant and its


location

(ii) Client name and its address,


Fax No. & Tel. No.

– e-mail id

– website address

iii) Name and Designation of the


responsible person in client’s
organisation

(iv) Contract No. & Date

(v) Capacity in MW of each


Unit, in case of power plant

(vi) Starting date of work

(viii Scheduled date of completion

(viii) Actual date of completion

(ix) Date of Commissioning


of system/Package
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 105 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(xi) Whether the pneumatic conveying


System has been in successful
operation for a period not less
than one (1) year prior to date
techno-commercial of bid opening *Yes/*No

(xii) Brief Technical Particulars of


the system/Package/equipment :

- Type of system (Pneumatic) .....................

- Material Handled and bulk density . ....../........ Kg/ Cubic.m

- Conveying rate (TPH) ........................

- Write-up on system enclosed *Yes/*No

(xiii) Collaborators name and address ....................

(xiv) Copy of collaboration/ valid licencing


agreement for mill reject handling
system meeting the requirement *Yes/*No
stipulated at 4.13.2, Sub section-IA,
Part-A of Section-VI is enclosed as
per Annexure-I to this Attachment

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)...................................

Place : (Printed Name)............................

Designation).................................

(Common seal)............................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 106 OF 362

B. COLLABORATOR’S EXPERIENCE FOR MILL REJECT HANDLING SYSTEM

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(i) Name of the plant and its


location

(ii) Client name and its address,


Fax No. & Tel. No.

– e-mail id

– website address

iii) Name and Designation of the


responsible person in client’s
organisation

(iv) Name of manufacturer & address

(v) Contract No. & Date

(vi) Capacity in MW of each Unit

(vii) Starting date of work

(viii) Scheduled date of completion

(ix) Actual date of completion

(x) Date of Commissioning


of system/Package

(xi) Whether the Mill Reject Handling


System has been in successful
operation for a period not less
than one (1) year prior to date
of techno-commercial bid opening *Yes/*No

(xii) Brief Technical Particulars of


the system/Package/equipment :

- Type of system (Pneumatic) *Yes/*No

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 107 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

- Whether Mill reject handling *Yes/*No


system for coal

- Mill rejects conveying rate (TPH) ...................................

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)...................................

Place : (Printed Name)............................

Designation).................................

(Common seal)............................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 108 OF 362

Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no.
4.7.3, Sub section-IA, Part-A of Section-VI.

We confirm that JV company*/subsidiary company* formed by one of our promoters of the


Indian JV*/subsdiary company* formed for manufacturing of steam generator sets has
collaboration/valid licencing agreement for design, engineering, manufacturing of mill reject
handling system in India, with the JV promotor who meets the requirement stipulated at
clause 4.7.1, Sub section-I, Part-A of Section-VI and details in respect of collaboration/ valid
licencing agreement for the mill reject handling system is enclosed as per Annexure-I to
this Attachment. The data in respect of proveneness criteria for these equipment which are
in successful operation in at least one (1) plant for a period not less than one year priro
to the date of techno-commercial bid opening are furnished below.

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(i) Name of the plant and its location

(ii) Client name and its address,


Fax No. & Tel. No.

– e-mail id

– website address

iii) Name and Designation of the


responsible person in client’s
organisation

(iv) Name of manufacturer & address

(v) Contract No. & Date

(vi) Capacity in MW of each Unit

(vii) Starting date of work

(viii) Scheduled date of completion

(ix) Actual date of completion

(x) Date of Commissioning of


system/Package

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 109 OF 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------

(xi) Whether the Mill Reject Handling


System has been in successful
operation for a period not less
than one (1) year priro to date
of techno-commercial bid opening *Yes/*No

(xii) Brief Technical Particulars of


the system/Package/equipment :

- Type of system (Pneumatic) *Yes/*No

- Whether Mill reject handling *Yes/*No


system for coal

- Mill rejects conveying rate (TPH) ..................

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)...................................

Place : (Printed Name)............................

Designation).................................

(Common seal)............................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 110 OF 362

FORM OF DEED OF JOINT UNDERTAKING TO BE PROVIDED


FOR MILL REJECT HANDLING SYSTEM AS PER CLAUSE 4.13 OF
TECHNICAL SPECIFICATIONS (SECTION -VI PART-A SUB-SECTION-IA)

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY BIDDER/SUB VENDOR OR


INDIAN *JOINT VENTURE COMPANY/*SUBSIDIARY COMPANY FORMED BY ONE OF
THE PROMOTERS OF THE INDIAN JV/ SUBSIDIARY COMPANY FORMED FOR
MANUFACTURING STEAM GENERATOR SETS, ALONG WITH MANUFACTURER OF
MILL REJECT HANDLING SYSTEM EQUIPMENTS MEETING THE REQUIREMENTS
STIPULATED AT 4.7.1 OF SUB-SECTION-IA, PART-I, SECTION-VI IN ACCORDANCE
WITH CLAUSE 4.7.2/4.7.3 AS APPLICABLE

The DEED OF JOINT UNDERTAKING executed this ………….day of ……………….Two


thousand …………. by M/s …………………… (BIDDER/SUB VENDOR/INDIAN JV
COMPANY/SUBSIDIARY COMPANY) a Company incorporated under ……………….having its
Registered Office at …………………………. (hereinafter called the BIDDER/SUB VENDOR/
INDIAN JV COMPANY/SUBSIDIARY COMPANY, which expression shall include its
successors, administrators, executors and permitted assigns) AND

*M/s ………………a Manufacturer As in item 4.7 of TECHNICAL SPECIFICATIONS


(SECTION-VI, PART-A, SUB-SECTION-IA) incorporated under ……………….having its
Registered Office at ………………………….(hereinafter called the "MANUFACTURER", which
expression shall include its successors, administrators, executors and permitted assigns)

in favour of NTPC Limited, A Government 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-110003 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 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

WHERAS M/S --------------(Bidder) is submitted 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-9578-001(R)-2 interalia including design,
engineering, manufacturing, supply, transportation to site, installation, testing and
commissioning (including trial operation and performance and guarantee test) of mill reject
handling system.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 111 OF 362

AND WHEREAS vide clause 4.13.2 /4.13.3 of TECHNICAL SPECIFICATIONS (SECTION-VI,


PART-A, SUB-SECTION-IA), it has been specified that bidder/ sub-vendor who is a
manufacture of equipments of pneumatic conveying system and has manufactured and
supplied pressure type pneumatic conveying system of capacity 5 MTPH or higher for any
material which are in successful operation in at least one(1) plant for a period not less
than one (1) year prior to date of techno commercial bid opening. JV company /Subsidiary
company formed for manufacture of mill reject handling system for 660 MW super critical
units can also manufacture,provided that it has a valid collaboration or licensing agreement
for design ,engineering,manufacturing and supply of such equipment in india with a qualified
Manufacturer of pneumatic type coal mill reject handling system who meets the
requirements stipulated at clause 4.13.1 of TECHNICAL SPECIFICATIONS (SECTION-VI,
PART-A, SUB-SECTION-IA).

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER :

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.

2. In case of any breach of the Contract committed by the bidder/sub vendor/ JV


company/Subsidiary company , we the Manufacturer do hereby undertake, declare
and confirm that we shall be fully responsible for the successful performance of the
Mill reject handling system and undertake to carryout all the obligations and
responsibilities under this Deed of Joint Undertaking in order to discharge the
bidder/sub vendor/JV company/Subsidiary company obligations stipulated under the
Contract. Further, if the Employer sustains any loss or damage on account of any
breach of the Contract for the Mill reject handling system , we the Manufacturer
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 bidder/sub vendor/ JV company/Subsidiary company under the Contract
and/or guarantees. It shall not be necessary or obligatory for the Employer to first
proceed against the bidder/sub vendor/ JV company/Subsidiary company before
proceeding against the manufacturer nor any extension of time or any relaxation
given by the Employer to the bidder/sub vendor/ JV company/Subsidiary company
shall prejudice any rights of the Employer under this Deed of Joint Undertaking to
proceed against the manufacturer.

3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the


manner of achieving the objective set forth in paragraph 1 above shall be as follows:

(a) We the Manufacturer shall ensure that complete design, manufacturing,


quality assurance and installation of the Mill reject handling system is carried
out inline with our manufacturing & quality drawings and procedures and shall
be fully responsible for its compliance so as to ensure satisfactory, reliable,
safe and trouble free performance of Mill reject of
Signature handling system
authorized .
signatory..................
ATTACHMENT - 3K
PAGE 112 OF 362

Further, we the Manufacturer shall extend our quality surveillance / supervision


/ quality control to the bidder / sub vendor / JV company / Subsidiary
company during manufacture, erection, commissioning and performance
testing, both at bidder / sub vendor / JV company / Subsidiary company's
works and/or at employer's project site.

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.

Further, the Manufacturer shall ensure proper design, manufacture installation,


testing and successful performance of the Mill reject handling system under
the said contract in accordance with stipulations of Bidding Documents and if
necessary, the manufacturer shall advise the bidder/sub vendor/JV company/
Subsidiary company suitable modifications of design and implement
necessary corrective measures to discharge the obligations under the
contract.

(b) In the event the bidder/sub vendor/JV company/Subsidiary company fail to


demonstrate that the Mill reject handling system meets the guaranteed
parameters and demonstration parameters as specified in the contract, the
manufacturer 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 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.

4. We, the bidder/sub vendor/JV company/Subsidiary company and manufacturer 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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 113 OF 362

5. The manufacturer and bidder/sub vendor/JV company/Subsidiary company will be fully


responsible for the quality of all the equipment/main assemblies/components
manufactured at their works or at their Vendors' 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, in addition to the Contract Performance Security for the


contract,the manufacturer shall 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 1.6 Million (Indian
Rupees One Million Six hundred thousand only) 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, manufacturer and bidder/sub vendor/JV company/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 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.

IN WITNESS WHEREOF, Manufacturer and bidder / sub vendor / JV company / Subsidiary


company vendor 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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 114 OF 362

1. WITNESS For M/s .............................................


(Manufacturer)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

.................................................. Name.................................................
(Official Address)
Designation........................................

Common Seal of the


Company............................................

1. WITNESS ForM/s .............................................


(*sub vendor)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

.................................................. Name.................................................
(Official Address)
Designation........................................

Common Seal of the


Company..........................................

1. WITNESS For M/s .............................................


(Bidder/Contractor)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

.................................................. Name.................................................
(Official Address)
Designation........................................

Common Seal of the


Company..........................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 115 OF 362

1. WITNESS For M/s .............................................


(JV company/Subsidiary company)

.................................................. (Signature of the Authorised


(Signature Name) Representative)..................................

.................................................. Name.................................................
(Official Address)
Designation........................................

Common Seal of the


Company..........................................

Note :

1) Power of Attorney of the executants of this DJU is to be furnished.

*2) Strike out, whichever is not applicable.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 116 OF 362

Sub : Sub-Qualifying Requirements for the Condensate Polishing Plant

A. In terms of clause no. 4.14 a) of Sub-Section-I A, Part-A of Section-VI, We/our sub-


vendor confirm that we have designed, supplied, erected and commissioned at
least one (1) condensate polishing plant of mixed bed, deep bed type consisting of
service vessel of minimum capacity of 500 m3/hr. The Plant have external regenera-
tion system, incorporating the same resin separation and regeneration process as
proposed by the bidder/ its subvendor for this package. The above plant should
have been in successful operation for a period of at least one (1) year prior to
date of Techno-Commecial bid opening as per following details:

-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
--------------------------------------------------------------------------------------------------------------------

1. Name of Client

2. Location of the plant & address


with name of contract person(s)
with contract tel. & fax no.

3. Order No. and Date

4. Number and Capacity of Service


Vessels (in Cu.m/hr.) in the above
plant

5. Whether bidder's scope included

(i) Design Yes* / No*

(ii) Supply Yes* / No*

(iii) Erection Yes* / No*

(iv) Commissioning Yes* / No*

6. Whether the above Condensate Yes* / No*


Polishing Plant have external
regeneration system

7. Process of resin separation


and regeneration adopted in
the above Condensate Polishing
Plant (Bidder to describe)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 117 OF 362

-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
--------------------------------------------------------------------------------------------------------------------

8. Whether the process of resin Yes* / No*


separation and regeneration
proposed for this package
is same as that of the process
adopted in the above Condensate
Polishing Plant

9. Date of Commissioning of the


Condensate Polishing Plant

10. Number of years of successful


operation of above Condensate
Polishing Plant prior to the date of
Techno-commercial Bid Opening

11. Whether Documentary evidence/ Yes* / No*


certificate(s) from client enclosed
for the above data
(for Sl. No. 1 to 10)

*Strike off whichever is not applicable.

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 118 OF 362

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

2. Location of the plant & address


with name of contact person(s)
with contact tel. & fax. no.

3. Order No. and Date

4. Number of DM Stream(s) executed


in the plant

5. Capacity of each stream (Cum/hr.)

6. Date of Commissioning of the


DM Stream(s)

7. Whether Documentary evidence/


certificate(s) from client enclosed for
the above data (for Sl. No.1 to 6) Yes/No

-------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 119 OF 362

Details of Associate :

In support of qualifying requirements of Clause 4.14(b) of Sub-Section-IA, Part-A of Section-


VI Technical Specification, we purpose to associate with M/s. ...................................... We
confirm that our Associate, have designed, supplied, erected and commissioned atleast
one (1) condensate polishing plant of mixed bed, deep bed type consisting of service
vessel of minimum capacity of 500 m3/hr. The plant has external regeneration system,
incorporating the same resin separation and regeneration process as proposed by for this
package. The above plant is in successful operation for a period of at least one (1) year
prior to the date of Techno-Commercial bid opening as per details below.

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Associate

2. Location of the plant & address


with name of contact person(s)
with contact tel. & fax. no.

3. Order No. and Date

4. Number and Capacity of Service


Vessels (in Cum/hr) in the above
Plant

5. Whether the scope of work included

a) Design Yes*/No*

b) Supply Yes*/No*

c) Erection Yes*/No*

d) Commissioning Yes*/No*

6. Whether the above Condensate


Polishing Plant have external
regeneration system Yes*/No*

7. Process of resin separation


and regeneration adopted in the
above Condensate Polishing Plant
(Associate to describe) Yes*/No*

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 120 OF 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Plant-I
-----------------------------------------------------------------------------------------------------------------------------

8. Whether the process of resin


separation and regeneration
proposed for this package is
same as that of the process
adopted in the above Condensate
Polishing Plant Yes*/No*

9. Date of Commissioning of the


Condensate Polishing Plant

10. Number of years of successful


operation of above condensate
Polishing plant prior to the date of
Techno-commercial Bid opening

11. Whether Documentary evidence/


certificate(s) from client enclosed
for the above data
(for Sl. No. 3 to 12) Yes*/No*

-----------------------------------------------------------------------------------------------------------------------------

* Strike off whichever is not applicable.

Date : (Signature)...............................................

Place : (Printed Name)..........................................

(Designation)............................................

(Common seal).........................................

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 121 OF 362

FORM OF JOINT DEED OF UNDERTAKING

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE BIDDER/*SUB


VENDOR AND ITS ASSOCIATE/COLLABORATOR FOR PERFORMANCE OF
CONDENSATE POLISHING PLANT (CPU) FOR KHARGONE (2x660 MW)
(Applicable for Bidder/its Sub-Vendor meeting the requirement
under Clause no. 4.14 (b) of Sub-Section-IA, Part-A of Section-VI)

This DEED of JOINT UNDERTAKING executed this ................................................. day of


................................. Two thousand ............................. by M/s ....................................................
a Company incorporated under ......................................... having its Registered Office at
.................................................................. (hereinafter called the ‘‘Associate/Collaborator’’, 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 Bidder /
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 Sub-
vendor), which expression shall include its successors, administrators, executors and
permitted assigns)

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).

AND WHEREAS Clause no. 4.14(b) of Sub-section-IA, Part-A of Section-VI, bidding


documents stipulates that CPU can be sourced from Bidder/*its Sub-vendor who is a
Contractor in Water Treatment Plant and has executed at least one (1) no. Ion exchange
based Demineralising Plant of minimum capacity of 60 Cum per hour consisting of
maximum two (2) streams and associates/collaborates for this Bid with an Associate who
in turn fully meets the requirements stipulated Clause no. 4.14 (a) of Sub-section-IA, Part-
A of Section-VI, in Bidding Documents.
Signature of authorized signatory..................
ATTACHMENT - 3K
PAGE 122 OF 362

AND WHEREAS M/s................................................... (Bidder/*its Sub-vendor) is entitled to


participate under Clause no. 4.14 (b) of Sub-section-IA, Part-A of Section-VI, provided the
Bidder/*its Sub-vendor (if applicable) and its qualified Associate/Collaborator give an
undertaking that they shall be held jointly and severally liable / responsible and bound unto
the Employer for the successful performance of Condensate Polishing Plant as per the
Bidding Documents in the event the bid is accepted by the Employer resulting in a
Contract (hereinafter called the 'Contract').

WHEREAS M/s .................................................... (Bidder/Contractor) has submitted its proposal


in response to the aforesaid Invitation For Bids by the Employer bearing proposal
No.............................. dated ................. for EPC Package for Khargone Super Thermal Power
Project (2x660 MW) against the Employer's above specifications.

AND WHEREAS M/s .............................................. Bidder/*its sub-vendor (if applicable) do not


meet the requirements of Clause no. 4.14(a) of Sub-section-IA, Part-A of Section-VI and in
order to fully meet the requirements of Clause no. 4.14(a) of Sub-section-IA, Part-A of
Section- VI, desires to associate with M/s ...................................... [hereinafter referred to as
Associate] who meets the requirements of Clause no. 4.14 (a) of Sub-section-IA, Part-A of
Section-VI and the Bidder/ its sub-vendor(if applicable) and the Associate are required to
jointly execute and furnish an irrevocable Deed of Joint Undertaking and be jointly and
severally responsible and bound into the Owner for successful performance of the
Condensate Polishing Plant under the Contract for which the Associate is associated for
Condensate Polishing Plant for Khargone Super Thermal Power Project (2X660 MW) as per
Bid Documents, in the event the Bid is accepted by the Employer resulting in a Contract
(hereinafter refered to as Contract).

NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER :

1. That in consideration of the Award of the Contract by the Employer to the


Contractor, we the aforesaid Associate/Collaborator and the Contractor/*its Sub-
Vendor, do hereby declare and undertake that we shall be jointly and severally
responsible to the Employer for the successful performance of the Condensate
Polishing Plant under the Contract and establishing technical guarantees.

2. In case of any breach of the Contract committed by the Contractor/*its Sub-Vendor,


we the Associate/Collaborator do hereby undertake, declare and confirm that we
shall be fully responsible for the successful performance of the Condensate
Polishing Plant and undertake to carry our all the obligations and responsibilities
under this deed of Joint undertaking in order to dischage the Contractor's/*its 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, the sub-vendor (if applicable) & Contractor 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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 123 OF 362

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.

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 :

(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.

Further, the Associate/Collaborator 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/*Sub-Vendor/
Collaborator to facilitate the successful performance of the Condensate
Polishing Plant as stipulated in the aforesaid Contract.

Further the Associate/Collaborator shall Provide support to Contractor/*Sub-


Vendor to ensure proper design, manufacture, erection, testing, commissioning
and successful performance of the Condensate Polishing Plant in accordance
with the Contract specifications and if necessary, the Associate/Collaborator
shall advise the Contractor/*Sub-Vendor suitable modifications of design and
implement necessary corrective measures to discharge the obligations under
the Contract.

(b) In the event the Associate/Collaborator and Contractor/*Sub-Vendor fail to


demonstrate successful performance of the Condensate Polishing Plant as
set forth in paragraph 1 above, the Associate/Collaborator and the Contractor/
*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 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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 124 OF 362

(d) The Associate/Collaborator will be fully responsibile to extend the support to


ensure the quality of all equipment/main assemblies/components manufactured
at Contractor's works and/or Associates(s)/Collaborator(s) works and/or
Contractor’s/Sub-vendor's works and/or fabricated/constructed at site, and their
repairs or replacement if necessary for incorporation in the Condensate
Polishing Plant under the Contract.

4. We, the Contractor/*Sub-Vendor and Associate/Collaborator do hereby undertake and


confirm that the Undertaking shall be irrevocable and shall not be revoked till the
expiry of defect liability period of the Plant under the Contract for Khargone Super
Thermal Power Project (2x660 MW) and further stipulate that the Undertaking herein
contained shall terminate after ninety (90) days of 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, including the Contract
Performance Guarantees as well as other obligations of the Contractor in the terms
of the Contract.

5. In case of Award, in addition to the Contractor Performance Security furnished by


the Contractor, the Associate/Collaborator shall furnish "as Security" an on demand
Performance Bank Guarantee, in favour of the Employer in a form acceptable to
Employer as per provisions of the Bidding Documents. The value of such Bank
Guarantee shall be equal to INR 2.0 Million (Indian Rupees Two Million) and it
shall be towards guaranteeing 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 for entire period of
Contract, i.e. till ninety (90) days beyond the end of the Defect Liability Period of the
Condensate Polishing Plant 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 Bank Guarantee amount shall be promptly paid to the
Employer on demand without any demur, reservation, protest or contest.

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.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 125 OF 362

IN WITNESS WHEREOF, the Associate/Collaborator and the Contractor/*Sub-Vendor,


through their authorised representatives, have executed these present and affixed
common seals of their repective companies on the Day, Month and Year first
mentioned above.

For M/s ...........................................


(Associate/Collaborator)
Witness :

1. ................................................. ..........................................................
(Name in Block Letters) (Signature of the authorised
representative)

................................................. Name : ...........................................


(Official Address) Designation : ..................................
Common Seal of the Company
..........................................................

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
..........................................................

Note: (1) Power of Attorney of the persons signing on behalf of Associate/


Collaborator and Bidder/*its Sub-vendor is to be furnished by the
Bidder and to be attached with the signed Deed of Joint Undertaking.

(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

SUB : Sub-Qualifying Requirements for the Hydrogen Generation Plant

(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:

i) Name and Adress of Hydrogen :


Generation Plant Supplier

ii) Name and Address of the :


insallation where above Hydrogen
Generation Plant has been supplied

iii) Date of Order for above :


Hydrogen Generation Plant

iv) Date of Commissioning for above :


Hydrogen Generation Plant

v) Capacity of above Hydrogen :


Generation Plant

vi) Above Hydrogen Generation : Yes/No


Plant comprise of Electrolyser
and Gas Compressors with
minimum Hydrogen purity of
99.7% at main electrolyser output

vii) Type of Hydrogen Generation :


Plant in the above installation

-----------------------------------------------------------------------------------------------------------------------------
Note : Bidder to furnish documentary evidence in support of all the above information.

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 127 OF 362

MAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

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.
-----------------------------------------------------------------------------------------------------------------------------

1) Name of the Client ..............................

2) Complete Address of Client with ..............................


Name of Contract Person(s),
[Link]. & Fax No.

3) Name & Location of Plant ..............................

4) Type of Pipes (Stel/GRP/DI) ..............................

5) Piping System provided for ..............................


(cross country/Municipal piping system)

6) Route Length (at least 3 Km) ..............................

7) Diameter of pipes (NB/DN) ..............................


(500 mm or above)

8) Whether the piping system is ..............................


complete with fittings (Yes/No)

9) Date of Commissioning ..............................

10) No. of years of successful operation ..............................


prior to the date of Techno-Commercial
bid opening (at least one year)

Signature of authorized signatory..................


ATTACHMENT - 3K
PAGE 128 OF 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Ref.
-----------------------------------------------------------------------------------------------------------------------------

11) Whether bidder’s scope included ..............................


(mention YES or NO as applicable)

(a) Supplied ..............................

(b) Engineered ..............................

(c) Got Engineered ..............................

(d) Erected (with or without civil works) ..............................

(e) Got Erected (with or without civil works) ..............................

(f) Commissioned ..............................

(g) Supervised Commissioning ..............................

(h) Whether certificates from client(s) are Yes/No


enclosed along with the bid at
annexure........ to this attachment.

-----------------------------------------------------------------------------------------------------------------------------
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.

Date : (Printed Name of Authorized


Person having Power of
Place : Attorney).........................................................

(Designation)..................................................

Signature of authorized signatory..................


ATTACHMENT- 3K
PAGE 129 OF 362

MAIN PLANT TURNKEY PACKAGE FOR


BARETHI SUPER THERMAL POWER PROJECT
(4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(For Qualification as per Clause No. 4.11 of Sub-Section-IA, Part-A of Section-VI)

Bidder’s Name and Address : To


Contract Services (I),
NTPC Limited.
NOIDA-201301
1.0 We are qualified under clause no. 4.11.1 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents.
2.0 We 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 2.1(a), 2.1(b) & 2.1(c) of this Attachment-
3K have been carried out by us & not through external design agency/agencies. we also confirm that the activity of design and
engineering for the system described in 2.1 (d) of this attachment 3K have been carried out by us or through design agency/design
agencies having experience for high concentration slurry disposal system.
2.1 (a) Bottom Ash Handling System (Strike out whichever is not Applicable)
(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 conveying Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW capacity per conveying manufacturer and No. of years in
location Capacity in Jet pump (TPH) capacity by (Experience successful operation
which system referred by client bidder per list enclosed) as on date of bid
installed (Documentary Jet Pump opening
evidence attached) (TPH)
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
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.

(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 date of techno-commercial bid opening.
(Yes/No.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 131 OF 362

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.

(b) Clients certificate enclosed in support of

(i) Details about above Yes/No.

(ii) Successful operation of above plants for at least two (2) years as on date of techno-commercial bid opening. Yes/No.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 132 OF 362

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.

(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 as on date of techno-commercial bid opening. (Yes/No.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 133 OF 362

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.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Note : 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 134 OF 362

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)...............................................

Place : (Printed Name)........................................

(Designation)...........................................

(Common seal).......................................

Note : 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 135 OF 362

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
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Note : Client's 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 136 OF 362

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
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Note : 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 techn-commercial bid opening. (Yes/No.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 137 OF 362

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.

4.1(a) Bottom Ash Handling System

(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

(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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 138 OF 362

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.

(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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 139 OF 362

4.1(b) Pneumatic Fly ash handling system

(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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 140 OF 362

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).

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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 141 OF 362

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)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Note : 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 142 OF 362

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)
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Note : 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.)

Date : (Signature)...........................................
Place : (Printed Name)....................................
(Designation)........................................
(Common seal)....................................
Signature of authorized signatory.........................
ATTACHMENT- 3K
PAGE 143 OF 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Details of Qualification Experience of Collaborator(s) / Associate(s)) For ash handling system

Bidder’s Name and Address: To


Contract Services (I),
NTPC Limited.
NOIDA-201301

1.0 Name(s) of the Collaborator(s)/Associate(s) :

1. -------------------------------------- 2. -------------------------------- 3. ----------------------------------- 4. ------------------------------

-------------------------------------- -------------------------------- ----------------------------------- ------------------------------

-------------------------------------- -------------------------------- ----------------------------------- ------------------------------

-------------------------------------- -------------------------------- ----------------------------------- ------------------------------

1.0 (a) System(s) for which association/collaboration is made :

1. -------------------------------------- 2. -------------------------------- 3. ----------------------------------- 4. ------------------------------

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.

'*' Name of all Collaborator(s)/Associate(s).

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 144 OF 362

1.2 (a) Bottom Ash Handling System

(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.

(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 as on date of techno-commercial bid opening (Yes/No.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 145 OF 362

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.

2. 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 146 OF 362

1.2(b) Pneumatic Fly Ash Handling System

(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).

2. 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 147 OF 362

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).

2. 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 148 OF 362

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.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Note : 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.)

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 149 OF 362

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

(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.)

Date : (Signature)...........................................

Place : (Printed Name)....................................

(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.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 150 OF 362

Schedule of Qualification Regarding High Concentration slurry disposal pumps.

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.

i) Name of HCSD pumps manufacturer :

ii) The above pump manufacturer has manufactured : Yes / No


two (2) / more than two (2) nos. HCSD pumps of
parameters as specified in Clause 4.19.4(a), sub
section-IA, Section-VI, Part-A

iii) Details of the Power Plants at which HCSD Pumps


of the above make as specified in Clause 4.19.4(a),
sub section -IA, Section-VI, Part-A

a) Name of the Power Plant & Capacity :

b) Pump Model :

c) Size of Pumps :

d) Number of pumps :

e) Capacity of the pump (m3 / hr.) :

f) Total dynamic Head of the pump (mwc) :

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 151 OF 362

g) Concentration (by wt.) of the slurry and the


maximum particle size handled :

h) Date of commissioning of HCSD system :

i) Whether the pumps are in successful operation


as on date of Techno-Commercial bid opening
(Attach certificate from Client) :

....................................................................................................................................................................................................................

Date : (Signature)...........................................

Place : (Printed Name)....................................

(Designation)........................................

(Common seal)....................................

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 152 OF 362

Schedule of Qualification Regarding Bottom Ash Slurry Disposal Pumps

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.

i) Name of Ash Slurry pumps manufacturer :

ii) The above pump manufacturer have supplied and : Yes / No


installed at least two (2) nos. Ash slurry pumps of
parameters as specified in Clause 4.11.4(c), sub
section-IA, Section-VI, Part-A

iii) Details of the Power Plants at which Ash Slurry Pumps


of the above make as specified in Clause 4.11.4(c),
sub section -IA, Section-VI, Part-A

a) Name of the Power Plant :

b) Pump Model :

c) Size of Pumps :

d) Number of pumps :

e) Capacity of the pump (m3 / hr.) :

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 153 OF 362

f) Total dynamic Head of the pump (mwc) :

g) Concentration (by wt.) of the slurry and the


maximum particle size handled :

h) Date of commissioning of HCSD system :

i) Whether the pumps are in successful operation


as on date of Techno-Commercial bid opening
(Attach certificate from Client) :

....................................................................................................................................................................................................................

Date : (Signature)...........................................

Place : (Printed Name)....................................

(Designation)........................................

(Common seal)....................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 154 of 362

FORM OF JOINT DEED OF UNDERTAKING

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE


ASSOCIATE/COLLABORATOR ALONG WITH THE BIDDER AND SUBVENDOR
FOR PERFORMANCE OF RELEVANT SYSTEM(S) OF
ASH HANDLING SYSTEM OF MAIN PLANT TURNKEY PACKAGE FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(AS PER CLAUSE 4.11.2 OF ITEM 1.0.0 OF BDS)

This DEED of UNDERTAKING executed this............................. day of ......................Two


thousand .................. by M/s ..................................a Company incorporated under
................................... having its Registered Office at ...................................................
(hereinafter called the ‘‘Collaborator”/”Associate’’, 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 Subvendor,
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 Bidder, which expression shall include its successors, administrators,
executors and permitted assigns) in favour of NTPC Limited 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, 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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 155 of 362

Handling System consisting mainly of:-

(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.

(e) Ash water supply system.

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.

AND WHEREAS M/s....................................................................... (Bidder/Subvendor) itself meet


the requirements specified in Clause No. 4.11.2 and clause no...........................
"*"........................... of Item No. 4.11.1 of Bid Data Sheets (BDS) of Bidding Documents
and desire to associate/collaborate with M/s ............................................ [hereinafter referred
to as Collaborator/Associate] who meets the qualifying requirement as specified in Clause
No..........................................."*"...................................... of Item No. 4.11 of Bid Data Sheets
(BDS) of Bidding Documents referred to above AND WHEREAS as a pre-condition for
submitting the bid in item of clause 4.11.2 of BDS, the Bidder, Subvendor and the
Collaborator/Associate are required to jointly execute and furnish alongwith the bid an
irrevocable Deed of Joint Undertaking and be jointly responsible and bound unto the
Employer for successful performance of the aforesaid relevant system(s) of Ash Handling
System for which the Collaboration/Association has been entered into (hereinafter called
"Relevant System(s) of Ash Handling System), fully meeting the parameters guaranteed for
the Relevant System(s) as per the bid specifications, in the event the Bid is accepted by
the Employer, resulting in a Contract (hereinafter called the "Contract").

NOW THEREFORE, THIS UNDERTAKING WITNESSTH AS UNDER :

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 156 of 362

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.

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 :

(a) The Associate/Collaborator will be fully responsible for design, engineering,


supply, installation, putting in to satisfactory operation and carrying out the
guarantee tests for Relevant System(s) of Ash Handling System to the
satisfaction of the Employer.

Further, the Associate/Collaborator shall depute their technical experts from


time to time to the Bidder’s/Subvendor’s works/Employer's project site as
required by Employer and agreed to the Associate/Collaborator to facilitate the
successful performance of the Relevant System(s) of Ash Handling System
as stipulated in the aforesaid Contract.

Further the Associate/Collaborator shall ensure proper design, manufacture,


installation testing and successful performance of the Relevant System(s) of
Ash Handling System in accordance with the Contract specifications and if
necessary the Collaborator/Associate shall advise the Bidder/Subvendor
suitable modifications of design and implement necessary corrective

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 157 of 362

measures to discharge the obligations under the contract.

(b) In the event the Associate/Collaborator and Contractor fail to demonstrate


successful performance of the Relevant System(s) of Ash Handling System
as set forth in paragraph 1 above, the Associate/Collaborator and the Bidder/
Subvendor 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 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).

4. We, the Bidder/Subvendor and Associate/Collaborator do hereby undertake and


confirm that the Undertaking shall be irrevocable and shall not be revoked till 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 Bidder, including the Contract
Performance Guarantees as well as other obligations of the Bidder in ther terms of
the Contract.

5. The Bidder/Subvendor and Associate/Collaborator will be fully responsibile 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 relevant system(s) of Ash Handling System
equipment and timely delivery thereof to meet the completion schedule under the
Contract.

6. In addition to the Contractor's Performance Bank Guarantee, the Associate/


Collaborator shall furnish "as Security" the Performance Bank Guarantees, from any
reputed commercial Bank in favour of the Employer in a form aceptable to
Employer. The value of such Bank Guarantees shall be as per Clause 4.19.2 of
item 1.00 of BDS and it shall be towards guaranteeing the faithful performance/
compliance of this Deed of Undertaking in accordance with the terms and conditions
specified herein. The Bank Guarantee shall be unconditional, irrevocable and valid
for entire period of contract, i.e. till ninety (90) days beyond the end of the Defect
Liability period of the EPC package. The Bank Guarantee amount shall be promptly
paid to the Employer on demand without any demur, reservation, protest or contest.

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 158 of 362

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.

IN WITNESS WHEREOF, the Associate/Collaborator , Bidder and Subvendor


through their authorised representatives, have executed these present and affixed
common seals of their repective companies on the Day, Month and Year first
mentioned above.

For M/s .......................................


(Associate/Collaborator)
Witness :

1. ................................................. ..................................................................
(Name in Block Letters) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Official Address)
Designation : .............................................

Common Seal of the Company


.................................................................
For M/s ......................................................
(Collaborator/Associate)

2. ................................................. ..................................................................
(Name in Block Letters) (Signature of the authorise representative)

................................................. Name : ...................................................


(Official Address)
Designation : ..........................................

Common Seal of the Company

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 159 of 362

................................................................

For M/s.....................................................
(Contractor)

3. ................................................. ..................................................................
(Name in Block Letters) (Signature of the authorise representative)

................................................. Name : ...................................................


(Official Address)
Designation : ..........................................

Common Seal of the Company


................................................................

Note: 1. Separate Joint Deed of Undertaking(s) for each Collaborator/Associate


shall be submitted by the Bidder alongwith the bid.

2. The list of banks which are acceptable to NTPC for issuing Bank
Guarantee is indicated in Annexure-I to SCC.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 160 of 362

v) Certificate from clint enclosed Yes/No Yes/No

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience List of Bidder)

Bidder's Name and Address : To


Contract Services (II)
NTPC Limited
NOIDA - 201 301

Dear Sirs,

Sub : Sub-Qualifying Requirements for the Coal Handling Plant Package.

1. To satisfy the requirements of Item no. 4.12 of Sub-Section-IA, Part-A, Section-VI of


Bidding Documents, we furnish the following details :

* We M/s...............................................(Bidder/Sub-vendor) have filled in the requisite


Qualifying Requirement (QR) details in line with requirements of Clause No. 4.12.1
of Sub-Section-IA, Part-A, Section-VI of Bidding Documents in Attachment-3K which
establishes our meeting the QR.

-----------------------------------------------------------------------------------------------------------------------------
* Sub-vendor to strike out whichever is not applicable.
Signature of authorized signatory.........................
ATTACHMENT - 3K
PAGE 161 OF 362

I. Applicable to Sub-vendor meeting Sub-QR as per Clause No. 4.12.1 of Sub-


Section-IA, Part-A, Section-VI.

To satisfy the requirement of Clause No. 4.12.1 of Sub-Section-IA, Part-A, Section-


VI. We give below the details :

A. Qualifying Requirement details as per Clause 4.12.1 of Sub-Section-IA, Part-A,


Section-VI.

In accordance with Clause No. 4.12.1 of Sub-Section-IA, Part-A, Section-VI, we


confirm that we have designed, manufactured/got manufactured, erected and
commisisoned at least one number integrated bulk material handling plant
(essentially comprising of conveying) including all associated structural steel works
and electrical works of 1000 Metric tonnes per hour rated capacity or above for coal
or other minerals of equivalent volumetric capacity, which is in successful operation
for at least one (1) year prior to the date of Techno-commercial bid opening. The
details of the qualifying plant are as under :

1. Name of the client : ............................................

2. Complete address of Client : ............................................


with name of contact person(s),
e-mail, Fax and Tel No.

3. Name & Location of the Plant : ............................................

4. Contract / Order No. & Date : ............................................

5. Date of commissioning : ............................................

6. Conveying and crushing : ............................................


capacity (in Metric tonnes/hour)

7. Materials handled alongwith : ............................................


its bulk density

8. Whether the System is in operation


as on date of Techno-commercial
bid opening Yes*/No*

9. No. of years of successful operation ............................................


prior to the date of Techno-commercial
bid opening

-----------------------------------------------------------------------------------------------------------------------------
* Please strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
PAGE 162 OF 362

10. Whether bidder's/ Supplier's scope included

(a) Design Yes*/No*

(b) Manufacturing Yes*/No*

(c) Got Manufactured Yes*/No*

(d) Erection Yes*/No*

(e) Commissioning Yes*/No*

11. Whether the scope of work Yes*/No*


included all associated civil
& structural steel and Electrical
Works

12. Client's certificate enclosed at


Annexure............... to this
Attachment-3K in support of :

(i) Details sought at item Nos. Yes*/No*


3 thru 11 above.

(ii) Successful operation of above Yes*/No*


Plant for at least one (1)
year prior to date of
techno-commercial bid opening
-----------------------------------------------------------------------------------------------------------------------------

* Please strike out whichever is not applicable.

Date : Signature)..........................................

Place : (Printed Name)....................................

(Designation).....................................

(Common seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
PAGE 163 OF 362

FORM OF DEED OF JOINT UNDERTAKING


(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE


COLLABORATOR / ASSOCIATE ALONGWITH THE CONTRACTOR FOR
COAL HANDLING PLANT FOR FORM OF JOINT DEED OF UNDERTAKING

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE


ASSOCIATE/COLLABORATOR ALONG WITH THE BIDDER AND SUBVENDOR
FOR PERFORMANCE OF COAL HANDLING PLANT OF MAIN PLANT TURNKEY
PACKAGE FOR BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4x660 MW)
(AS PER CLAUSE 4.12.1 OF ITEM 1.0.0 OF BDS)

This DEED of UNDERTAKING executed this............................. day of ......................Two


thousand .................. by M/s ..................................a Company incorporated under
................................... having its Registered Office at ...................................................
(hereinafter called the ‘‘Collaborator”/”Associate’’, 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 Subvendor,
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 Bidder, which expression shall include its successors, administrators,
executors and permitted assigns) in favour of NTPC Limited 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, 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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
PAGE 164 OF 362

NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER:

1. We, the Bidder/Subvendor and Collaborator/Associate do hereby undertake and


confirm that the Undertaking shall be irrevocable and shall not be revoked till the
expiry of defect liability period of the Plant under the Contract and further stipulate
that the Undertaking herein contained shall terminate after 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 Bidder, including the Contract Performance
Security as well as other obligations of the Bidder in terms of the Contract.

2. The Bidder/Subvendor and Collaborator/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 Stacker-Cum-Reclaimer and the
associated auxiliary equipment and timely delivery thereof to meet the work schedule
under the Contract.

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.

IN WITNESS WHEREOF, the Collaborator/Associate, Bidder and Subvendor, 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.
For M/s ....................................…
(Collaborator/Associate)
Witness :

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
PAGE 165 OF 362

(Name & Official Address)


Designation :...........................................

Common Seal of the Company


...........................................………...........

For M/s.........……....................................
(Subvendor)
Witness :

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Name & Official Address)
Designation :...........................................

Common Seal of the Company

For M/s.........……....................................
(Bidder)

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Name & Official Address)
Designation :...........................................

Common Seal of the Company

Note : * Bidder and his Collaborator/Associate to strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 166 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
Experience details of Sub-vendor seeking qualification as per
clause 4.00.00 of Sub-Section-IA, Provenness, Part-A,
Section-VI of Bidding Document)

Bidder's Name and Address: To


Contract Services (I),
NTPC Limited.
NOIDA-201301

1.00.00 C&I Equipment/Systems (BOP C&I DDCMIS)

1.01.00 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 we have engineered, 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 200 MW
or above, the details of which are given below:

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address
Fax. No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 167 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

4. Name & Address of the Contractor


on whom the order for executing
the reference plant system was
placed by the Owner of the
reference plant

5. In case the Bidder/sub-vendor is


not the Contractor at Sl. No. 4,
Name & Address of the Organisation
which placed order for reference
plant system on the Bidder/sub-vendor

6. Unit Rating (MW)

7. Whether coal fired station *Yes/No

8. Control & Instrumentation Systems


Distributed Digital Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

8a. Scope of work included in the


bidder's order

(a) Engineering *Yes/No

(b) Supply *Yes/No

(c) Commissioning *Yes/No

8b. Whether the control system includes

(a) Modulating control for Steam *Yes/No


Generator (SG)

(b) Modulating control for feed water/ *Yes/No


condensate cycle

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 168 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

(c) Binary control of the auxiliaries *Yes/No


for Steam Generator (SG)

(d) Binary control of the auxiliaries *Yes/No


for Turbine Generator (TG)

8c. Actual date of commissioning

9. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of Award / *Yes/No


Contract Agreement / Order enclosed

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 169 of 362

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station (Location


and Address), where the offered
control system is operating success-
fully for a period of one (1) year
as on date of techno-commercial
bid opening for the following

(a) Name of the Owner of Power


Station with full Address

Fax No. & Telephone No.

(b) Unit Rating (MW)

(c) Whether coal fired station *Yes/No

(d) The above power station


includes the following controls
of BOP C&I, SG C&I and
TG C&I as follows :

(i) Whether the control system *Yes/No


for BOP C&I includes the
following:

* Modulating control for Steam


Generator (SG)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 170 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

* Modulating control for feed


water/condensate cycle

* Binary control of the auxiliaries


for Steam Generator (SG)

* Binary control of the auxiliaries


for Turbine Generator (TG)

(ii) SG C&I includes the following : *Yes/No

* Burner management system


of coal fired units.

* Boiler protection
of coal fired units.

(iii) TG C&I includes the following *Yes/No

* Steam Turbine Electro Hydraulic


Control

* Turbine Protection System

(e) Actual date of commissioning

(f) Number of years of successful


operation prior to the date of
Techno-Commercial bid opening

2. Name of Power Station (Location and


Address), where the offered control
system has been commissioned

(a) Name of client with full Address


Fax No. & Telephone No.

(b) Unit Rating (MW)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 171 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
(c) Whether coal fired station *Yes/No

(d) Whether the control system includes


the following :-

* Modulating control for Steam


Generator (SG) *Yes/No

* Modulating control for feed


water/condensate cycle *Yes/No

* Binary control of the auxiliaries


for Steam Generator (SG) *Yes/No

* Binary control of the auxiliaries


for Turbine Generator (TG) *Yes/No

(e) Actual Date of Commissioning

3. (a) Name of the Control System


offered for BOP C&I DDCMIS ............................................................

(b) Name of the Control system provided


in above Reference Plant

(i) For reference at Sl.


No.1 above ............................................................

(ii) For reference at Sl.


No. 2 above ............................................................

(c) Name of the Control System of


reference at Sl. No. 1 and Sl.
No. 2 above is same as being
offered for BOP C&I DDCMIS *Yes/No

(d) Whether the Control System of


reference at Sl. No. 1 and Sl.
No. 2 above is of the same
series as being offered for BOP
C&I DDCMIS *Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 172 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

4. Following documents are enclosed


in support of meeting the stipulated
provemmess requirements for the
reference plant

(a) Relevant portion of Letter of


Award/Contract agreement/Order *Yes/No

(b) End user Certificate *Yes/No

(c) Sample of configuration diagram, *Yes/No


Functional Grouping Diagram,
Bill of Material

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 173 of 362

2.00.00 C&I Equipment/Systems (SG C&I DDCMIS)

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

4. Name & Address of the Contractor


on whom the order for executing the
reference plant system was placed
by the Owner of the reference plant

5. In case the Bidder/our sub-vendor is


not the Contractor at [Link].4, Name
& Address of the Organisation which
placed order for reference plant
system on the Bidder/sub-vendor

6. Unit Rating (MW)

7. Whether coal fired station *Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 174 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

8. Control & Instrumentation Systems


Distributed Digital Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

8a. Scope of work included in the


bidder's order

(a) Engineering *Yes/No

(b) Supply *Yes/No

(c) Commissioning *Yes/No

8b. Whether the control system includes

(a) Burner management System *Yes/No


of coal fired units

(b) Boiler protection of coal fired units *Yes/No

8c. Actual date of commissioning

9. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of *Yes/No


Award / Contract Agreement /
Order enclosed

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 175 of 362

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 :

(a) Details of BOP C&I DDCMIS supplied by Bidder/Sub-Vendor

-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

4. Name & Address of the Contractor


on whom the order for executing the
reference plant system was placed
by the Owner of the reference plant

5. In case the Bidder/sub-vendor is not


the Contractor at [Link].4, Name &
Address of the Organisation which
placed order for reference plant system
on the Bidder/sub-vendor

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 176 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

6. Unit Rating (MW)

7. Whether coal fired station *Yes/No

8. Control & Instrumentation Systems


Distributed Digital Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

8a. Scope of work included in the bidder's order

(a) Engineering *Yes/No

(b) Supply *Yes/No

(c) Commissioning *Yes/No

8b. Whether the control system includes

(a) Modulating Control for Steam


Generator (SG) *Yes/No

(b) Modulating Control for feed


water / condensate cycle *Yes/No

(c) Binary control of the auxiliaries for *Yes/No


Steam Generator (SG)

(d) Binary control of the auxiliaries for *Yes/No


Turbine Generator (TG)

8c. Actual date of commissioning

9. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of Award/ *Yes/No


Contract Agreement/ Order enclosed

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 177 of 362

b) Details of SG C&I DDCMIS supplied by Associate / Collaborator

-----------------------------------------------------------------------------------------------------------------------------
[Link] Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract
along with Order/LOA No.
& Date

4. Name & Address of the Contractor


on whom the order for executing
the reference plant system was
placed by the Owner of the
reference plant

5. In case the Bidder/Sub-vendor is not


the Contractor at [Link].4, Name &
Address of the Organisation which
placed order for reference plant
system on the Bidder/Sub-vendor

6. Unit Rating (MW)

7. Whether coal fired station *Yes/No

8. Control & Instrumentation Systems


Distributed Digital, Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 178 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

8a. Scope of work included in the


bidder's order

(a) Engineering *Yes/No

(b) Supply *Yes/No

(c) Commissioning *Yes/No

8b. Whether the control system includes

(a) Burner Management System *Yes/No


of coal fired units

(b) Boiler Protection *Yes/No


of coal fired units

8c. Actual date of commissioning

9. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of *Yes/No


Award/Contract Agreement/
Order enclosed

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 179 of 362

2.02.00 We/our sub-vendor (M/s..................................) confirm that we meet the quali-


fying 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 SG 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 opening and the offered SG C&I
DDCMIS have been commissioned in at least one (1) unit of a power sta-
tion 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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station (Location


and Address), where the offered
control system is operating
successfully for a period of one
(1) year as on date of techno-
commercial bid opening for the
following

(a) Name of the Owner of Power


Station with full Address

Fax No. & Telephone No.

(b) Unit Rating (MW)

(c) Whether coal fired station *Yes/No

(d) The above power station includes


the following controls of BOP C&I,
SG C&I and TG C&I as follows :

(i) Whether the control system *Yes/No


for BOP C&I includes the
following:

* Modulating control for Steam


Generator (SG)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 180 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

* Modulating control for feed


water/condensate cycle

* Binary control of the auxiliaries


for Steam Generator (SG)

* Binary control of the auxiliaries


for Turbine Generator (TG)

(ii) SG C&I includes the following : *Yes/No

* Burner management system


of coal fired units

* Boiler protection of coal fired


units

(iii) TG C&I includes the following *Yes/No

* Steam Turbine Electro Hydraulic


Control

* Turbine Protection System

(e) Actual date of commissioning

(f) Number of years of successful


operation prior to the date of
Techno-commercial bid opening

2. Name of Power Station (Location and


Address), where the offered control
system has been commissioned.

(a) Name of client with full Address


Fax No. & Telephone No.

(b) Unit Rating (MW)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 181 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

(c) Whether coal fired station *Yes/No

(d) Whether the control system


includes the following :-

* Burner Management System *Yes/No


of coal fired units

* Boiler protection of *Yes/No


coal fired units

3. (a) Name of the Control System


offered for SG C&I DDCMIS .......................................

(b) Name of the Control system


provided in above Reference Plant

(i) For reference at Sl.


No.1 above .........................................

(ii) For reference at Sl.


No.2 above ...........................................

(c) Name of the Control System


of reference at Sl. No. 1 and
Sl. No.2 above is same as
being offered for SG C&I
DDCMIS *Yes/No

(d) Whether the Control System


of reference at Sl. No. 1 and
Sl. No. 2 above is of the
same series as being offered
for SG C&I DDCMIS *Yes/No

(e) Actual Date of Commissioning

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 182 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

4. Following documents are enclosed in


support of meeting the stipulated
provemmess requirements for the
reference plant

(a) Relevant portion of Letter of


Award/Contract agreement/Order *Yes/No

(b) End user Certificate *Yes/No

(c) Sample of configuration diagram, *Yes/No


Functional Grouping Diagram,
Bill of Material etc.

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 183 of 362

3.00.00 C&I Equipment/Systems (TG C&I DDCMIS)

3.01.01 We/our sub-vendor (M/s.........................................) 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 the Bidding Documents. In this
regard we declare that we have engineered, supplied and commissioned TG
C&I part of Distributed Digital Control, Monitoring & Information system
(DDCMIS) in at least one (1) unit of power station having rating of 200 MW
or above, the details of which are given below:
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

4. Name & Address of the Contractor


on whom the order for executing
the reference plant system was
placed by the Owner of the
reference plant

5. In case the Bidder/sub-vendor


is not the Contractor at [Link].4,
Name & Address of the Organi-
sation which placed order for
reference plant system on the
Bidder/Sub-vendor

6. Unit Rating (MW)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 184 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

7. Control & Instrumentation Systems


Distributed Digital Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

7a. Scope of work included in the


bidder's order

(a) Engineering *Yes/No

(b) Supply *Yes/No

(c) Commissioning *Yes/No

7b. Whether the control system


includes

(a) Steam Turbine Electro


Hydraulic Control *Yes/No

(b) Turbine Protection System *Yes/No

7c. Actual date of commissioning

8. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of *Yes/No


Award/Contract Agreement/
Order enclosed

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 185 of 362

3.01.02 We/our sub-vendor (M/s.................................) 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 the Bidding Documents. In this
regard we declare that we have engineered, 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 associated/collaborated with M/s
............................................... (Name of Associate/Collaborator) whose address
is .............................................. and who have engineered, supplied and
commissioned TG C&I Distributed Digital Control, 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 :

(a) Details of BOP C&I DDCMIS supplied by Bidder//Sub-vendor


-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

4. Name & Address of the Contractor


on whom the order for executing the
reference plant system was placed
by the Owner of the reference plant

5. In case the Bidder/Sub-vendor is


not the Contractor at [Link].4, Name
& Address of the Organisation which
placed order for reference plant
system on the Bidder/Sub-vendor

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 186 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

6. Unit Rating (MW)

7. Whether coal fired station *Yes/No

8. Control & Instrumentation Systems


Distributed Digital Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

8a. Scope of work included in the bidder's order

(a) Engineering *Yes/No

(b) Supply *Yes/No

(c) Commissioning *Yes/No

8b. Whether the control system includes

(a) Modulating Control for Steam


Generator (SG) *Yes/No

(b) Modulating Control for feed


water / condensate cycle *Yes/No

(c) Binary control of the auxiliaries for *Yes/No


Steam Generator (SG)

(d) Binary control of the auxiliaries for *Yes/No


Turbine Generator (TG)

8c. Actual date of commissioning

9. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of Award/ *Yes/No


Contract Agreement/ Order enclosed

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 187 of 362

b) Details of TG C&I DDCMIS supplied by Associate / Collaborator

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

4. Name & Address of the Contractor


on whom the order for executing the
reference plant system was placed
by the Owner of the reference plant

5. In case the Bidder/Sub-vendor is not the


Contractor at [Link].4, Name &
Address of the Organisation which
placed order for reference plant
system on the Bidder/Sub-vendor

6. Unit Rating (MW)

7. Control & Instrumentation Systems


Distributed Digital, Control Monitoring
& Information System (DDCMIS) /
Distributed Control System (DCS)

7a. Scope of work included in the bidder's order

(a) Engineering *Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 188 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

(b) Supply *Yes/No

(c) Commissioning *Yes/No

7b. Whether the control system


includes

(a) Steam Turbine Electro


Hydraulic Control *Yes/No

(b) Turbine Protection System *Yes/No

7c. Actual date of commissioning

8. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of *Yes/No


Award/Contract Agreement/
Order enclosed

(b) Details of his Associate for


TG C&I DDCMIS

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 189 of 362

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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address),
where the offered control system
is operating successfully for a
period of one (1) year prior to
the date of techno-commercial
bid opening for the following

(a) Name of the Owner of Power


Station with full Address

Fax No. & Telephone No.

(b) Unit Rating (MW)

(c) Whether coal fired station *Yes/No

(d) The above power station includes


the following controls of BOP
C&I, SG C&I and TG C&I as follows :

(i) Whether the control system *Yes/No


for BOP C&I includes the
following:

* Modulating control for Steam


Generator (SG)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 190 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

* Modulating control for feed


water/condensate cycle

* Binary control of the auxiliaries


for Steam Generator (SG)

* Binary control of the auxiliaries


for Turbine Generator (TG)

(ii) SG C&I includes the following : *Yes/No

* Burner management system


of coal fired units

* Boiler protection of coal


fired units

(iii) TG C&I includes the following *Yes/No

* Steam Turbine Electro Hydraulic


Control

* Turbine Protection System

(e) Actual date of commissioning

(f) Number of years of successful


operation prior to the date of
Techno-Commercial bid opening

2. Name of Power Station (Location and


Address), where the offered control
system has been commissioned

(a) Name of client with full Address


Fax No. & Telephone No.

(b) Unit Rating (MW)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 191 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

(c) Whether coal fired station *Yes/No

(d) Whether the control system


includes the following :-

* Steam Turbine Electro


Hydraulic Control *Yes/No

* Turbine Protection System *Yes/No

3. (a) Name of the Control System


offered for TG C&I DDCMIS ........................................................

(b) Name of the Control system provided


in above Reference Plant

(i) For reference at [Link].1 above ........................................................

(ii) For reference at [Link].2 above ........................................................

(c) Name of the Control System of


reference at [Link]. 1 and [Link].2
above is same as being offered
for TG C&I DDCMIS *Yes/No

(d) Whether the Control System of


reference at [Link]. 1 and [Link].2
above is of the same series as
being offered for TG C&I DDCMIS *Yes/No

(e) Actual Date of Commissioning

4. Following documents are enclosed in support


of meeting the stipulated provemmess
requirements for the reference plant

(a) Relevant portion of Letter of *Yes/No


Award/Contract agreement/Order

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 192 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

(b) End user Certificate *Yes/No

(c) Sample of configuration diagram, *Yes/No


Functional Grouping Diagram,
Bill of Material etc.

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 193 of 362

4.00.00 C&I EQUIPMENT/SYSTEMS (ENGINEERING OF CONTROL & INSTRU-


MENTATION SYSTEM)

4.01.00 We/our sub-vendor (M/s.........................................) confirm that we meet the


qualifying requirements specified in Cl. No.6.00 of provenness requirements
in the Sub-Section-IA, Part-A, Section-VI of Bidding Documents. In this regard
we declare that we have carried out Engineering of Control and Instrumenta-
tion System of the complete plant including offsite plants of at least one (1)
unit of a coal fired power station having unit rating 200 MW or above, the
details of which are given below:

[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
-----------------------------------------------------------------------------------------------------------------------------

1. Name of Power Station


(Location and Address)

2. Name of the Owner of Power


Station with full Address

Fax No.

Telephone No.

e-mail address

3. Name of Package/Contract along


with Order/LOA No. & Date

4. Name & Address of the Contractor


on whom the order for executing the
reference plant system was placed
by the Owner of the reference plant

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 194 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

5. In case the Bidder/our sub-vendor is


not the Contractor at [Link].4, Name
& Address of the Organisation which
placed order for reference plant
system on the Bidder

6. Unit Rating (MW)

7. Whether coal fired station *Yes/No

8. Engineering of control and


Instrumentation system

8a. Scope of work included in the


bidder's order

(a) Engineering of main plant *Yes/No

(b) Engineering of offsite plant *Yes/No

8b. whether the Engineering includes

(a) Preparation of basic logic / loop *Yes/No


diagrams (not just the implemen-
tations), I/O List, Drive list, Instru-
ment list etc for each of the plant
areas of the complete plant inclu-
ding offsite systems based upon
Flow schemes / Write ups by
the OEM(s)

(b) Engineering of power supply *Yes/No


system for DDCMIS, Process
connection and piping, SWAS,
Control Valves.

(c) Instrumentation, cable engineering *Yes/No


including preparation of Interconnection
Cable Diagram, Cable schedule etc.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 195 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

8c. Actual date of commissioning

8d. Numbers of years of successful


operation prior to the date of
techno-commercial bid opening

9. Following documents are enclosed


in support of meeting the stipulated
Qualifying Requirements

(a) Relevant portion of Letter of *Yes/No


Award/Contract Agreement/
Order enclosed

-----------------------------------------------------------------------------------------------------------------------------

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 196 of 362

5.00.00 INSTRUMENTS (PRIMARY & SECONDARY)

(i) Type of Instrument

(ii) Make / Model

(iii) Name of Power Station


(Location & Address)

(iv) Unit Size (MW)

(v) Commissioning date

Whether above instruments have


atleast one (1) year satisfactory
operation prior to the date of
techno-commercial bid opening
in one (1) power station having
unit rating of 200 MW or above. Yes/No

(vi) Client's certificate attached Yes/No

5.01.00 SWAS EQUIPMENT

(i) Make / Model

(ii) Name of Power Station


(Location & Address)

(iii) Unit Size (MW)

(iv) Commissioning date

(v) Whether above SWAS equipment Yes/No


have atleast one (1) year satis-
factory operation prior to the date
of techno-commercial bid opening in
one (1) power station having unit
rating of 200 MW or above

(vi) Client's certificate Attached Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 197 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

6.00.00 24 V DC MODULAR CHARGER

(i) Make/Model

(ii) Client Name & Address

(iii) Name of Industry (Power Gen


Station/Telecommunication/Others)

(iv) Rating in Amps

(v) Commission Date

(vi) Whether above system have atleast


one (1) year satisfactory operation
prior to the date of techno-commercial
bid opening in any industry or
telecommunication application
with a rating of 500A or above Yes/No

(vii) Client's certificate Attached Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 198 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

7.00.00 UPS SYSTEM

(i) Make/Model

(ii) Name of Power Station


(Location & Address)

(iii) Rating of UPS (phase, kVA)

(iv) Commission Date

(v) Whether above UPS have atleast


one (1) year satisfactory operation
prior to the date of techno-commercial
bid opening in one (1) power station
for a rating of Single Phase 105 KVA
or above Yes/No

(vi) Client's certificate Attached Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 199 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------

8.00.00 CCTV SYSTEM

(i) Make/Model/Version of camera


& video management software

(ii) Client Name & Address

(iii) Name of Industry (Power plant,


cement plant, petroleum refinery,
steel plant, coal mine)

(iv) Number of cameras

(v) Whether above offered combination Yes/No


of camera & video management
software for CCTV have atleast
one (1) year satisfactory operation
prior to the date of techno-commercial
bid opening in large industrial set
up viz power plant, cement plant,
petroleum refinery steel plant, coal
mine having minimum installation of
total forty (40) nos. cameras

(vi) Client's certificate Attached Yes/No

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation)......................................

(Common seal).................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 200 of 362

FORM OF DEED OF JOINT UNDERTAKING TO BE PROVIDED


BY BOP C&I DDCMIS SUPPLIER ALONGWITH SG C&I AND / OR
TG C&I DDCMIS SUPPLIER
AS PER CLAUSE 6.1 OF SUB-SECTION-IA, PART-A, SECTION-VI

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY CONTRACTOR, *HIS *SUB-


VENDOR FOR BOP C&I DDCMIS MEETING THE REQUIREMENTS SPECIFIED AT
CLAUSE NO. 6.1 OF SUB-SECTION-IA, PART-A, SECTION-VI ALONGWITH THE
COLLABORATOR/ASSOCIATE (SG C&I AND / OR TG C&I DDCMIS SUPPLIER AS
PER CLAUSE 6.1 OF SUB-SECTION-IA, PART-A, SECTION-VI) FOR SUCCESSFUL
PERFORMANCE OF COMPLETE DDCMIS, IN WHICH THE COLLABORAT OR/
ASSOCIATE AND T HE BIDDER/CONTRACTOR AND ITS SUB-VENDOR (IF
APPLICABLE) ARE JOINTLY AND SEVERALLY LIABLE TO THE EMPLOYER TO
PERFORM ALL THE CONTRACTUAL OBLIGATIONS INCLUDING THE TECHNICAL
GUARANTEES FOR COMPLETE DDCMIS

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 incorporated under ……………….having its


Registered Office at ……………………(hereinafter called the "Sub-Vendor for BOP C&I
DDCMIS", which expression shall include its successors, administrators, executors and
permitted assigns) AND

*M/s …………………………a Company incorporated under ……………….having its


Registered Office at ……………………(hereinafter called the "Collaborator/Associate for SG
C&I DDCMIS", 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/Associate for
TG C&I DDCMIS", which expression shall include its successors, administrators, executors
and permitted assigns),

in favour of NTPC Limited, A Government 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-110003 INDIA (hereinafter called "NTPC" or
"Employer" which expression shall include its successors, administrators, executors and
assigns).

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 201 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 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.

WHEREAS M/s …………................... (Contractor) has submitted its proposal in response to


the aforesaid Invitation for Bid by the Employer bearing No. ..................... dated ............... for
the Main Plant Turnkey Package for Barethi STPP, Stagre-I (4x660MW) against the
Employer's Bidding Documents.

AND WHEREAS M/s....................................(*Contractor/*his sub-vendor) meet the requirements


specified at clause no. 6.1 of Sub-Section-IA, Part-A, Section-VI for BOP C&I,*SG C&I,*TG
C&I DDCMIS and desires to Associate/Collaborate with DDCMIS/DCS manufacturer(s) i.e.
*M/s......................................... (hereinafter referred to as Collaborator/Associate) who is a
manufacturer of SG C&I DDCMIS and/or with *M/s ........................................... (hereinafter re-
ferred to as Collaborator/Associate) who is a manufacturer of TG C&I DDCMIS who meets
the requirements as specified in clause no. 6.1 of Sub-Section-IA, Part-A, Section-VI. The
Contractor* and *his Sub-Vendor and the Collaborator(s)/Associate(s) are required to jointly
execute and furnish at the time of placement of order on approved sub-vendor, an irrevo-
cable Deed of Joint Undertaking and be jointly and severally liable / responsible and bound
unto the Employer for successful performance of the DDCMIS and be jointly and severally
liable to perform all contractual obligations for the DDCMIS for Main Plant Turnkey Package
for Barethi STPP, Stagre-I (4x660MW), fully meeting the stipulated technical requirements,
guaranteed parameters and characteristics as per the Bidding Documents, in the event the
bid is accepted by the Employer resulting into a Contract (hereinafter called the "Contract").

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER :

1. We the Associate(s)/Collaborator(s) and the Contractor *and *his Sub-Vendor, do


hereby declare and undertake that we shall be jointly and severally responsible to
the Employer for the execution and successful performance of the complete
DDCMIS and all the contractual obligations including the technical guarantees for the
complete DDCMIS.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 202 of 362

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).

3. Without prejudice to the generality of the Undertaking in paragraph 1 above, the


manner of achieving the objective set forth in paragraph 1 above shall be as follows:

(a) We the Associate(s)/Collaborator(s) shall be fully responsible for complete


design, manufacture, supply, installation so as to ensure satisfactory, reliable,
safe and trouble free performance of DDCMIS.

Further, the Associate(s)/Collaborator(s) shall depute their technical experts


from time to time to the Contractor's/his sub-vendor's /Employer's project site
as required by the Employer and agreed to by Contractor *and *his Sub-
Vendor/Collaborator/Associate to facilitate the successful performance of the
DDCMIS as stipulated in the aforesaid Contract.

Further, the Associate(s)/Collaborator(s) shall ensure proper design, manufac-


ture, installation, testing and successful performance of the DDCMIS under
the said Contract in accordance with stipulations of Bidding Documents and
if necessary, the Associate(s)/Collaborator(s) shall advise the Contractor/ *his
Sub-Vendor suitable modifications of design and implement necessary correc-
tive measures to discharge the obligations under the contract.

(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).

4. We, the Contractor *and *his Sub-Vendor and the Associate(s)/Collaborator(s) 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.

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.

6. In case of Award, in addition to the Contract Performance Security furnished by the


Contractor, the Associate(s)/Collaborator(s) *and *Contractor's Sub-Vendor (if appli-
cable) 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 60 Million (Indian Rupees Sixty
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 un-
der 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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 204 of 362

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.

IN WITNESS WHEREOF, the Associate(s)/Collaborator(s) and the Contractor *and *his


Sub-Vendor through their authorised representatives, have executed these presents and
affixed common seal of their respective companies, on the day, month and year first men-
tioned above.

For M/s ....................................…


(Bidder / Contractor)
Witness :

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Name & Official Address)
Designation :...........................................

Common Seal of the Company


...........................................………...........

For M/s.........……....................................
(*Contractor's Sub-vendor)
Witness :

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Name & Official Address)
Designation :...........................................

Common Seal of the Company


.................................................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 205 of 362

For M/s .............................................


(Associate/Collaborator)
Witness :

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Name & Official Address)
Designation :...........................................

Common Seal of the Company


...........................................………...........

For M/s .............................................


(Associate/Collaborator)

Witness :

1. ................................................. ..........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ...................................................


(Name & Official Address)
Designation :...........................................

Common Seal of the Company


...........................................………...........

Note: Power of Attorney of the person signing on behalf of Associate/Collaborator and


Contractor and its Sub-Vendor (if applicable) is to be furnished by Bidder.

*Contractor shall strike out, whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 206 OF 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Details pertaining to technical qualification of the Sub-Vendor)

Bidder’s Name and Address : To


Contract Services (II),
NTPC Limited.

Sub : Provenness Criteria for Civil Works

(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
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Whether Bidder meets the requirement * Yes/No * Yes/No

** Whether Sub-vendor/Civil Construction Agency * Yes/No * Yes/No


M/s............................................... meets part of the requirement

** Whether Sub-vendor/Civil Construction Agency * Yes/No * Yes/No


M/s............................................... meets part of the requirement

** Whether Sub-vendor/Civil Construction Agency * Yes/No * Yes/No


M/s............................................... meets part of the requirement

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

* Strike off whichever is not applicable.


** Add more agencies if proposed.
Signature of authorized signatory.........................
ATTACHMENT- 3K
PAGE 207 OF 362

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
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1 Whether Bidder meets the requirement * Yes/No

2 ** Whether Consulting agency M/s.............................................


meets part of the requirement * Yes/No

3 ** Whether Consulting agency M/s.............................................


meets part of the requirement * Yes/No

4 ** Whether Consulting agency M/s.............................................


meets part of the requirement * Yes/No

5 ** Whether Consulting agency M/s.............................................


meets part of the requirement * Yes/No

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

* Strike off whichever is not applicable.

** Add more agencies if proposed.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 208 OF 362

(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.

*Strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 209 OF 362

(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.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 210 OF 362

(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.

*Strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 211 OF 362

(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.

*Strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 212 OF 362

(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 .............................

*Strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 213 OF 362

(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

*Strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT- 3K
PAGE 214 OF 362

(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 ………………………….

* Strike out whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 215 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
[Qualifying Requirement Data/ Provenness Data (as applicable)]

DETAILS OF PROVENNESS OF THE


OFFERED GENERATOR AS PER
CLAUSE NO. 2.0 Sub-Section-IA,
PART-A, SECTION-VI
OF BIDDING DOCUMENTS
-----------------------------------------------------------------------------------------------------------------------------
Reference Offered
Generator Generator
-----------------------------------------------------------------------------------------------------------------------------
(a) Name of the Station
and its Location

(b) Client Name and its Address,


Fax and Tel. No.

(c) Name and Designation of the


responsible person in Client’s
Organisation

(d) Contract No. & Date

(e) Date of commissioning

(f) Date of commencement


of successful operation

(g) Generator Make

(h) Model No.

(i) MVA Rating

(j) MW Rating

(k) Rated Voltage

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 216 of 362

-----------------------------------------------------------------------------------------------------------------------------
Reference Offered
Generator Generator
-----------------------------------------------------------------------------------------------------------------------------

(l) Cooling Medium (e.g. Water,


hydrogen etc)

(i) Stator Core

(ii) Stator Winding

(iii) Rotor

(m) Number of shaft mounted fans

(n) Thermal Class of Insulation

(i) Stator

(ii) Rotor

(o) Type of Excitation System

(p) Details of Core & Core


support system (e.g. Spring
type/Rigid type etc.)

(q) Factory /Works where the


Generator rating equal to
500MW or more was
manufactured, assembled
& tested

(r) Factory/works where the offered


generator is proposed to be
manufactured, assembled and tested

(s) Latest/recent certificate from


cleint that the generator with
above technical parameters is
in successful operation for a

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 217 of 362

-----------------------------------------------------------------------------------------------------------------------------
Reference Offered
Generator Generator
-----------------------------------------------------------------------------------------------------------------------------

minimum period of one (1)


year prior to the date of
Techno-Commercial Bid opening
(actual time period to
be mentioned) and caused
no serious proble in past,
is enclosed at Annexure....
to this Attachment-3K

(t) List of above Generators


(with date ofsupply) already
manufactured, assembled &
tested in the factory/works
mentioned at [Link].(r) above
is enclosed at Annexure....
to this Attachment-3K

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation)......................................

(Common seal).................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 218 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Bidder’s Name and Address : To


Contract Services-I
NTPC Limited
Noida-201301

SUB : Sub-Qualifying Requirements for the Isolated Phase Busduct

(A) We/ subvendor……………………………………….. have designed, manufactured, type


tested, supplied, *erected / *supervised erection and *commissioned/ *supervised
commissioning of Isolated phase busduct for a Turbo-Generator of atleast 500 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 stipulated requirements mentioned
at Clause No. 5.1.1 of Sub-Section-IA, Part-A, Section-VI of Bidding documents. The
details of the same are given below :

a) Name of the Plant and


its Location

b) Client's name, his address


with Fax No.

c) Rating of Turbo Generator (MW)

d) Number of Units

e) Busduct rating (in KV & KA)

f) Brief Scope of work

g) Date of Award of Contract

h) Value of Order

i) Date of commissioning

j) No. of years in successful :


operation as on date of
Bid Opening

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 219 of 362

k) Certificate from client in support


of above i.e. from (a) to (j)
including capacity of Turbo Generator,
Busduct Rating, year and month
of Commissioning, period of successful
operation and that the above Isolated
Phase bus duct installed by us have
caused no serious problem in the
past, is furnished with this proposal
at Annexure…………………..

-----------------------------------------------------------------------------------------------------------------------------

(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 :

a) Name of the Plant and


its Location

b) Client's name, his address


with Fax No.

c) Rating of Turbo Generator


(MW)

d) Number of Units

e) Bus duct rating (in KV & KA)

f) Brief Scope of work

g) Date of Award of Contract

h) Value of Order

i) Date of commissioning

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 220 of 362

j) No. of years in successful :


operation as on date of
Bid Opening

k) Certificate from client in support


of above i.e. from (a) to (j)
including capacity of Turbo Generator,
Busduct Rating, year and month of
Commissioning, period of successful
operation and that the above Isolated
Phase bus duct installed by us have
caused no serious problem in the
past, is furnished with this proposal
at Annexure……………

-----------------------------------------------------------------------------------------------------------------------------

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.

Our Associate/Collaborator………………………… have designed, manufactured, type tested,


supplied, *erected / *supervised erection and *commissioned/ *supervised commissioning of
Isolated phase busduct for a Turbo-Generator of atleast 500 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 :

a) Name of the Plant and


its Location

b) Client's name, his address


with Fax No.

c) Rating of Turbo Generator (MW)

d) Number of Units

e) Bus duct rating (in KV & KA)

f) Brief Scope of work

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 221 of 362

g) Date of Award of Contract

h) Value of Order

i) Date of commissioning

j) No. of years in successful :


operation as on date of
Bid Opening

k) Certificate from client in support


of above i.e. from (a) to (j)
including capacity of Turbo Generator,
Busduct Rating, year and month of
Commissioning, period of successful
operation and that the above Isolated
Phase bus duct installed by us have
caused no serious problem in the
past, is furnished with this proposal
at Annexure…..................

-----------------------------------------------------------------------------------------------------------------------------

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.

a) Name of Collaborator with


complete Address & Fax No.

b) Period of Ongoing Collaboration


Agreement

c) Certified true copy of Technical


Collaboration Agreement is enclosed
herewith as Annexure ……………

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 222 of 362

d) Deed of Joint Undertaking with


the Collaborator for satisfactory
performance of equipment as per
NTPC's format is enclosed and
placed at Annexure………….. to
our proposal and further confirm
that our Associate/Collaborator shall
furnish an on-demand Bank
Guarantee for INR Two Million
only (INR 2 Million only)
-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation) ....................................

(Company seal)..................................

Note :

1. Continuation sheet of like size & format may be used, if required.

2. * Please strikeoff whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 223 of 362
(for Route 1)
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.2.1 of Provenness of Technical Specification, Section-VI, i.e.
under Route 1)

Bidder’s Name and address : To


Contract Services-I,
NTPC Limited.,
Noida - 201301

Sub: Sub-Qualifying Requirements for Power Transformer

We M/s. .................................. (bidder/sub-vendor) have designed, manufactured and


supplied at least two (2) numbers of 715 kV or above voltage level single phase
Generator transformers of at least 200MVA unit capacity which are in successful op-
eration for at least two years prior to the date of Techno-Commercial bid opening.
The details of the same are furnished below:

Details of Transformers:
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Transformer
I II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station

1.01.00 Client name and its address,


Fax and Tel. No.

1.02.00 Name and designation of the


responsible person in client’s
organisation, Telephone No.,
E mail etc.

1.03.00 No of Generator Transformer


in the station

1.04.00 Contract No. & Date

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 224 of 362
(for Route 1)
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Transformer**
I II
-----------------------------------------------------------------------------------------------------------------------------
1.05.00 Voltage rating of Generator Transformer

1.06.00 MVA ratings of Generator Transformer

1.07.00 Whether single phase *Yes/*No *Yes/*No

1.08.00 Date of commencement of


successful operation

1.09.00 Scope of work of


aforesaid Generator transformer

(i) Designed *Yes/*No *Yes/*No

(ii) Manufacturing *Yes/*No *Yes/*No

(iii) Supply *Yes/*No *Yes/*No

1.10.00 No. of years of successful


operation

1.11.00 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. ..............
----------------------------------------------------------------------------------------------------------------------------
Date : (Designation)...........................................

Place : (Printed Name)......................................

Note :

* Please strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 225 of 362
(for Route 2)
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.2.2 of Provenness of Technical Specification, Section-VI, i.e.
under Route 2)

Bidder’s Name and address : To


Contract Services-I,
NTPC Limited.,
Noida - 201301

Sub: Sub-Qualifying Requirements for Power Transformer

1. In accordance with clause 5.2.2 of Provenness of Technical Specification, Section-


VI, we M/s. ..............................(bidder/sub-vendor) have designed, manufactured
and supplied at least two (2) numbers (one each at two different installations) of
400kV or above voltage level Generator transformers of at least 200 MVA unit
capacity (either three phase transformer as a single unit or single phase
Transformer) which are in successful operation for two (2) years prior to date of
Techno-Commercial bid opening and have established manufacturing facility in
India for 800 kV Class Transformers and have Manufactured and Supplied 800
kV Class or above Transformers from such facility prior to the date of Techno-
Commercial bid opening. The details of or the same are as follows:

A. Details of our experience for 400KV or above Voltage level Generator


Transformer :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the stations

1.01.00 Client(s) name and its address,


Fax and Tel. No.

1.02.00 Name and designation of the


responsible person in client’s
organisation, Tel No., Email etc.

1.03.00 No of Generator Transformer


in the station

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 226 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Contract No. & Date

1.0500 Voltage rating of Generator Transformer

1.06.00 MVA ratings of Generator Transformer

1.07.00 Whether single phase


or three phase

1.08.00 Date of commencement of


successful operation

1.09.00 Scope of work of


aforesaid Generator transformer

(i) Designed Yes*/No* Yes*/No*

(ii) Manufacturing Yes*/No* Yes*/No*

(iii) Supply Yes*/No* Yes*/No*

1.10.00 No. of years of successful


operation

1.11.00 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. ..............
----------------------------------------------------------------------------------------------------------------------------
B) Details of manufacturing facilities in India for 800 kV Class Transformers and
details of supplies of 800 kV Class or above Transformers from this facility :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Facility
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Address of Manufacturing facility
Fax No. and Tel. No.

1.01.00 Year of establishment

1.02.00 Highest rating in KV of the


Transformers which can be
manufactured at the facility

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 227 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Facility
-----------------------------------------------------------------------------------------------------------------------------
1.03.00 Yearly manufacturing
capacity in MVA

1.04.00 Name of the Works Manager/


Production Incharge with
Tele. No., e-mail, etc.

Detail of Supplied 800 KV Class Transformer from above Facility

Installation-I........III

2.00.00 Name of the stations

2.01.00 Client(s) name and its address,


Fax and Tel. No.

2.02.00 Name and designation of the


responsible person in client’s
organisation Tele. no., e-mail, etc.

2.03.00 Contract No. & Date

2.04.00 Voltage rating of Transformer

2.05.00 MVA ratings of Transformer

2.06.00 Whether single phase Yes*/No*

2.07.00 Date of despatch of


Transformer

2.08.00 Scope of work of


aforesaid transformer

(i) Manufacturing Yes*/No*

(ii) Supply Yes*/No*

2.09.00 No. of years of successful


operation (if any)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 228 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Facility
-----------------------------------------------------------------------------------------------------------------------------

2.10.00 Supporting documents Yes*/No*


for establishment of manufacturng
facility and manufacturng & supply
of 800 kV class transformers
are enclosed as Annexure.....................
Page No..................................
-----------------------------------------------------------------------------------------------------------------------------

Date : (Designation)...........................................

Place : (Printed Name)......................................

Note :

* Please strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 229 of 362
(for Route 3)
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.2.3 of Provenness of Technical Specification, Section-VI, i.e.
for Route 3)

Bidder’s Name and address : To


Contract Services-I,
NTPC Ltd.,
Noida - 201301

Sub: Sub-Qualifying Requirements for Power Transformer

In accordance with clause 5.2.3 of Provenness of Technical Specification, Section-VI, we M/


s. .............................. (bidder/sub-vendor) meet the requirements of clause no. 5.2.3 of
Provenness of Technical Specification, Section-VI and have Association/Collaboration for
design and manufacturing of 800 kV class tranformers in India. We have associated with
M/s.................................(Associate/Collaborator) who meets the requirement of clause 5.2.1 of
Provenness of Technical Specification, Section-VI. The deed of joint undertaking with the
Associate is enclosed at Anneuxre..................... The details of our experience / our
associate/collaborator experience are as follows:

A. In accordance with clause 5.2.3 of Technical Specification we M/s ...........................


(bidder/sub-vendor) have designed, manufactured and supplied at least two (2) num-
bers (one each at two different installations) of 400 kV or above voltage level trans-
formers of at least 200 MVA unit capacity (either three phase transformer as single
unit or single phase transformer) which are in successful operation for atleast two
(2) years prior date of opening of Techno-Commercial bid. The details of the same
are given below:
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation-I **Installation-II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the stations

1.01.00 Client(s) name and its address,


Fax and Tel. No.

1.02.00 Name and designation of the


responsible person in client’s
organisation, Telephone No.,
E-mail etc.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 230 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation-I **Installation-II....VI
-----------------------------------------------------------------------------------------------------------------------------
1.03.00 Contract No. & Date

1.04.00 Voltage rating of Transformer

1.05.00 MVA ratings of Transformer

1.06.00 Whether single phase


or three phase

1.07.00 Date of commencement of


successful operation

1.08.00 Scope of work of


aforesaid transformer

(i) Designed Yes*/No* Yes*/No*

(ii) Manufacturing Yes*/No* Yes*/No*

(iii) Supply Yes*/No* Yes*/No*

1.09.00 No. of years of successful


operation

1.10.00 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. ..............
----------------------------------------------------------------------------------------------------------------------------
B. Experience Details of our Associate for Transformers

We M/s. ............................................ (bidder/sub-vendor) have Association/Collaboration


Agreement for design and manufacturing of 800 kV Class Transformers in India and
have associated with M/s ....................................... (Associate/Collaborator) who meets
the requirement of clause 5.2.1 of Provenness of Technical Specification, Section-VI
i.e. They have designed, manufactured & supplied at least two (2) numbers of 715
kV or above voltage level single phase Generator transformers of at least 200 MVA
unit capacity, which are in successful operation for at least two years prior to the
date of Techno-Commercial bid opening. The details of the experience of our asso-
ciate/collaborator is given below:
Signature of authorized signatory.........................
ATTACHMENT - 3K
Page 231 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the Associate,
address. Ph. No., Fax No.

2.00.00 Copy of collaboration/Association


Agreement is enclosed as
Annexure ............ Page No..........

2.01.00 Name & designation of responsible


person in Associate/collaborator
organisation

Detail of Transformer (Associate/Collatorator)


-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
3.00.00 Name of the station

3.01.00 Client name and its


address, Fax and Tel. No.

3.02.00 Name and designation of the


responsible person in client’s
organisation

3.03.00 Contract No. & Date

3.04.00 Voltage rating of Generator


Transformer

3.05.00 MVA ratings of Generator


Transformer

3.06.00 Whether single phase Yes/No Yes/No

3.07.00 Date of commencement of


successful operation

3.08.00 Scope of work of


aforesaid Generator transformer

(i) Designed Yes*/No* Yes*/No*

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 232 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Transformer
I II
----------------------------------------------------------------------------------------------------------------------------
(ii) Manufacturing Yes*/No* Yes*/No*

(iii) Supply Yes*/No* Yes*/No*

3.09.00 No. of years of successful


operation

3.10.00 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. ..............

3.11.00 Deed of Joint Undertaking Enclosed as Annexure ........................


----------------------------------------------------------------------------------------------------------------------------
We further confirm that not withstanding anything stated above, the Employer reserves the
right to sscess our / 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 item No. 5.2.3 of Provenness of Technical Specification, Section-VI.

Date : (Designation)...........................................

Place : (Printed Name)......................................

Note : * Please strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 233 of 362
(for Route 1)
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.3.1 of provenness of Technical Specification, Section-VI i.e.
under Route 1)

Bidder’s Name and address : To


Contract Services-I,
NTPC Limited.,
Noida - 201301

Sub: Sub-Qualifying Requirements for Shunt Reactors

In accordance with clause 5.3.1 of Provenness, Technical Specification, Section-VI we


.......................................(bidder/sub-vendor) have designed, manufactured & supplied atleast
two (2) numbers of 715kV or above voltage level single phase reactors of at least 80
MVAR unit capacity which are in successful operation for at least two years prior to the
date of Techno-Commercial bid opening. The details of the same are given below :

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.

3.00.00 Name and designation of


The responsible for person in
Client’s organisation, Telephone No.,
email etc.
4.00.00 No. of Shunt reactors
5.00.00 Rating of Shunt reactor
(MVAR)
6.00.00 Voltage rating of the
Shunt reactor

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 234 of 362

-----------------------------------------------------------------------------------------------------------------------------
[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)...........................................

Place : (Printed Name)......................................

Note : * Please strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 235 of 362
(for Route 2)
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.3.2 of provenness of Technical Specification, Section-VI i.e.
under Route 2)

Bidder’s Name and address : To


Contract Services-I,
NTPC Limited.,
Noida - 201301

Sub: Sub-Qualifying Requirements for Shunt Reactors

In accordance with clause 5.3.2 of Provenness, Technical Specification, Section-VI we M/s.


.............................. (bidder) have designed, manufactured and supplied at least two (2) num-
bers (one each at two different installations) of 400kV or above voltage level reactor of
atleast 50 MVAR unit capacity which are in successfuly operation for atleast two years
prior to date of Techno-Commercial bid opening and have established manufacturing facili-
ties in India for 800 kV Class Reactor and have Manufactured and Supplied 800 kV Class
or above Reactor from such facility prior to the date of Techno-Commercial bid opening.
The details of our experience are as follows:

A. Details of our Experience for 400KV or above Voltage level Reactor:


-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the clients

2.00.00 Clients address, Fax/Tel. No.

3.00.00 Name and designation of the


responsible person in client’s
organisation Tele. no., e-mail, etc.

4.00.00 No. of Shunt reactors

5.00.00 MVAR rating of shunt reactors

6.00.00 Voltage rating of the shunt reactor

7.00.00 Whether single phase shunt reactor

8.00.00 Date of commencement of


successful operation

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 236 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
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*


ATTACHMENT - 3K
Page of
10.00.00 No. of years in successful
operation

11.00.00 Supporting documents like


performance Certificate,
completion Certificate Letter
of Award/Purchase Order/
Contract Agreement etc.
are enclosed as
Annexure No. ..........
page no. ..........

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.

2.00.00 Year of establishment

2.01.00 Highest rating in kV of the


Reactor which can be
manufactured at the facility

2.02.00 Yearly manufacturing


capacity in MVA

2.03.00 Name of the Works Manager/


Production Incharge with
contact no., e-mail, etc.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 237 of 362

Details of 800 kV Class Reactors supplied from above facility:


----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation-I..........III
----------------------------------------------------------------------------------------------------------------------------
3.00.00 Name of Station

4.00.00 Name of the clients

5.00.00 Clients address, Fax/Tel. No.

6.00.00 Name and designation of the


responsible person in client’s
organisation Tele. no., e-mail, etc.

7.00.00 No. of Shunt reactors

8.00.00 MVAR rating of shunt reactors

9.00.00 Voltage rating of the shunt reactor

10.00.00 Whether single phase shunt reactor Yes*/No*

11.00.00 Date of despatch of reactor

12.00.00 Scope of work of aforesaid


Shunt reactor.

(i) Manufacturing Yes*/No*

(ii) Supply Yes*/No*

13.00.00 No. of years in successful


operation (if any)

14.00.00 Supporting documents Yes*/No*


for establishment of manufacturng
facility and manufacturng & supply
of 800 kV class reactors
are enclosed as Annexure.....................
Page No. ..............

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 238 of 362

----------------------------------------------------------------------------------------------------------------------------
[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)...........................................

Place : (Printed Name)......................................

Note :

* Please strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 239 of 362
(for Route 3)
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.3.3 of provenness of Technical Specification, Section-VI i.e.
for Route 3)

Bidder’s Name and address : To


Contract Services-I,
NTPC Ltd.,
Noida - 201301

Sub: Sub-Qualifying Requirements for Shunt Reactors

In accordance with clause 5.3.3 of Provenness, Technical Specification, Section-VI we M/s.


.............................. (bidder/subvendor) have designed, manufactured and supplied at least two
(2) numbers (one each at two different installations) of 400kV or above voltage level reactor
of atleast 50 MVAR unit capacity which are in successfuly operation for atleast two years
prior to date of Techno-Commercial bid opening. The details of our experience are as fol-
lows:

A. Details of our Experience for 400KV or above Voltage level Reactor:


-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the clients

2.00.00 Clients address, Fax/Tel. No.

3.00.00 Name and designation of the


responsible person in client’s
organisation Tele. no., e-mail, etc.

4.00.00 No. of Shunt reactors

5.00.00 MVAR rating of shunt reactors

6.00.00 Voltage rating of the shunt reactor

7.00.00 Whether single phase shunt reactor

8.00.00 Date of commencement of


successful operation

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 240 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description **Installation -I **Installation - II
-----------------------------------------------------------------------------------------------------------------------------
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


performance Certificate,
completion Certificate Letter
of Award/Purchase Order/
Contract Agreement etc.
are enclosed as
Annexure No. ..........
page no. ..........
----------------------------------------------------------------------------------------------------------------------------
We M/s. ................................................. (Bidder/sub-vendor) have Associated/Collaboration
Agreement for design and Manufacturing of 800 kV Class reactors in India and have asso-
ciated with M/s. .................................................. (Associate/collaborator) who meets the re-
quirement at 5.3.1 of of Provenness, Technical Specification, Section-VI i.e. the associate
have designed manufactured and supplied at least two (2) numbers of 715 kV or above
voltage level single phase reactors of at least 80 MVAR unit capacity which are in suc-
cessful operation for at least two years prior to the date of Techno-Commercial bid open-
ing. The details of experience of Associate/collaborator are given below:

Detail of Associate/Collaborator
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor
I II
----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the Associate
company

2.00.00 Copy of collaboration/Association


Agreement is enclosed as
Annexure ............ Page No..........

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 241 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor
I II
----------------------------------------------------------------------------------------------------------------------------
3.00.00 Address of the Associate
company including Fax /
Tel. No. & person responsible
in Associate Company.

4.00.00 Name of the client/Station

5.00.00 Client address, Fax/Tel. No.

6.00.00 Name and Designation of the


responsible person in Client’s
Organisation, Telephone No.,
E-mail etc.

7.00.00 Location /Project

8.00.00 MVAR rating of shunt reactor

9.00.00 Voltage rating of the shunt reactor

10.00.00 Whether single phase shunt reactor

11.00.00 Date of commencement of


successful operation

12.00.00 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*

13.00.00 No. of years in successful


operation

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 242 of 362
----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Reactor
I II
----------------------------------------------------------------------------------------------------------------------------
14.00.00 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. ..............

15.00.00 Deed of Joint Undertaking Enclosed as........................................

16.00.00 Scope of work of aforesaid


Shunt reactor.

(i) Manufacturing Yes*/No*

(ii) Supply Yes*/No*

17.00.00 No. of years in successful


operation (if any)

18.00.00 Supporting documents like Yes*/No*


performance Certificate, completion
Certificate, letter of Award/purchase
Order/Contract Agreement
despatch documents/test
reports etc. are enclosed
as Annexure No.................,
Page No. ..............
----------------------------------------------------------------------------------------------------------------------------
We further confirm that not withstanding anything stated above, the Employer reserves the
right to sscess our / 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 provenness
requirement at item No. 5.3.3 of Technical Specification, Section-VI.

Date : (Designation)...........................................

Place : (Printed Name)......................................

Note : * Please strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 243 of 362

Sub : Sub-Qualifying Requirement for Auxiliary Oil filled Transformer

(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
-----------------------------------------------------------------------------------------------------------------------------

1.00.00 Name of the Installation


and its location

1.01.00 Client name and


its address,
Fax and Tel. No.

1.02.00 Name and designation


of the responsible
person in client’s
organisation

1.03.00 Contract No. & Date

1.04.00 Voltage Ratio

1.05.00 MVA Ratings

1.06.00 Voltage Class of


transformers

1.07.00 Date of Com-


missioning of
transformers

1.08.00 Date of commencement


of successful operations

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 244 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Description Installation Installation
No. No. 1 No. 2
-----------------------------------------------------------------------------------------------------------------------------

1.09.00 Scope of work


executed for
aforesaid trans-
formers included
the following :

(i) Manufactured Yes/No Yes/No

(ii) Supplied Yes/No Yes/No

1.10.00 No. of years in successful


operation

2.00.00 Certificate(s) from the


client(s) are enclosed
along with the bid at
Annexure-…......to
this Attachement-3K.
-----------------------------------------------------------------------------------------------------------------------------
II. We hereby further confirm that we/subvendor M/s ....................... have our/his own
facilities for conducting all routine and type tests on transformers as per IS:2026
(except short circuit test) as per Clause No. 5.4.2 of Sub-Section-IA, Part-A of
Section-VI. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Name of Test Yes/No
-----------------------------------------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------------------------
Note :

1) Subvendor to use their own performa for giving details of all routine and type test
facilities available with them.

2) Certificates from client(s) must also be attached as Annexure......................... to this


Attachment-3K.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 245 of 362

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
----------------------------------------------------------------------------------------------------------------------------

1.00.00 Name of the station and


its location

1.01.00 Client name and its address,


Fax and Tel. No.

1.02.00 Name and designation of the


responsible person in client’s
organisation

1.03.00 Contract No. & Date

1.04.00 Voltage Ratio

1.05.00 MVA Ratings

1.06.00 Voltage Class of transformers

1.07.00 Short Circuit Test Carrying Agency


(Test Lab) Name andAddress

1.08.00 Date of Short Circuit Test

1.09.00 Short circuit test conducted Yes/No


successfully

2.00.00 Certificate(s) from the client(s) /


Lab are enclosed along with
the bid at Annexure-…… to
this Attachement-3K.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 246 of 362

----------------------------------------------------------------------------------------------------------------------------

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)......................................................

Place : (Printed Name)...............................................

(Designation)..................................................

(Common seal)..............................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 247 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Sub-Qualifying Requirements Data to be filled in to meet the proveness requirements


(Refer Clause No. 5.5, 5.13, 5.14 of Sub-Section-IA, Part-A, Section-VI. for LT
Switchgears, DC Batteries and Battery Charger

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------
LT SWITCHGEAR

1.1 No. of Air circuit breaker panels


and/or draw out motor control
centre panels manufactured and
supplied complete in all respects,
under a single order, with fault
rating of at least 45 kA (rms) for
1 sec and 105 kA (peak) which
are in successful operation for a
period of not less than two years
prior to the date of Techno-
Commercial bid opening.

1.2 No. of draw out circuit breaker


panels with Air circuit breakers
manufactured and supplied having
fault rating of at least 45kA for
1 second, 105kA MAKING and
45 kA BREAKING which are in
successful operation for a period
of not less than two (2) years
prior to the date of Techno-
Commercial bid opening

1.3 DC Batteries

No's, Rating and type of the


Battery manufactured and supplied
and installed at two different

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 248 of 362

-----------------------------------------------------------------------------------------------------------------------------
[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

1.4 Battery Charger

No's, and Rating of static auto-


matic voltage regulator type
battery chargers manufactured
and supplied and installed at
two different 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.

2) Supporting documents/ reference data as applicable shall be submitted.

Date : (Signature)......................................................

Place : (Printed Name)...............................................

(Designation)..................................................

(Common seal)..............................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 249 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

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
-----------------------------------------------------------------------------------------------------------------------------

11KV / 3.3 KV SWITCHGEARS

1.1 No. of 11 KV and /or 6.6KV


Switchgear panels manufactured
and supplied on an average per
annum during the last three years
prior to the date of Techno-commercial
bid opening (under Route 1)

1.2 No. of 11KV and / or 6.6 KV


Switchgear panel designed, manu-
factured and supplied complete in
all respects with fault rating of at
least 40KA for one (1) second and
100KA (peak), which are in successful
operation for a period of at least two
(2) years prior to the date of Techno-
commercial bid opening (under Route 1)

1.3 No. of Vacuum Circuit breakers manu-


factured and supplied for 11 KV and /
or 6.6 KV panels with a rating of 40 kA
rms BREAKING, 100kA peak MAKING and
40kA withstand for one (1) second, which
are in successful operation in 6.6kV or
higher voltage application for a period
of at least two years prior to the date of
Techno-commercial bid opening
(under Route 1)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 250 of 362

-----------------------------------------------------------------------------------------------------------------------------
[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)

1.5 No. of 11KV and /or 6.6KV Switchgear


panels manufactured and supplied
complete in all respects with fault
rating of atleast 40kA for one (1)
second and 100kA (peak) prior to date
of Techno-commercial bid opening.
(under Route 2)

Offered Type of panels, type tested


by the manufacturer (Yes/No)

1.6 No. of Vacuum circuit breakers


manufactured and supplied for
11kV and /or 6.6kV panels with
a rating of 40kA rms BREAKING,
100kA peak MAKING and 40kA
withstand for one (1) second,
prior to date of Techno-commercial
bid opening (under Route 2)

1.7 Bidder's / Sub Vendor's Associate or


Collaborator data to meet qualifying
requirement stipulated at 1.2 & 1.3
stipulated above (under Route-2)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 251 of 362

-----------------------------------------------------------------------------------------------------------------------------
[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)......................................................

Place : (Printed Name)...............................................

(Designation)..................................................

(Common seal)..............................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 252 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

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
-----------------------------------------------------------------------------------------------------------------------------

1.1 Manufacturer's name & address

1.2 No. of Numerical relays with


IEC 61850 used for application
in Feeder protections/Transformer
protections / Motor protections
manufactured, supplied and sucessfully
configured by manufacturer

1.3 No. of years of above relay in


successful operation prior to the
date of Techno-commercial bid
opening

1.4 Certificate from client(s) in


support of data at points
1.2 and 1.3 above

2.1 Name & address of manufacturer /


integrator

2.2 No. of communicable Numerical


Relays in the network on IEC
61850 designed and successfully
done FAT by the manufacturer /
integrator prior to date of Techno-
Commercial bid opening

2.5 Certificate from client in support of


data at points 2.2 above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 253 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

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

1.00.00 Name of the manufacturer


and its address

1.00.01 Name of the Station and


its Location

1.01.00 Client Name and its Address,


Fax No. & Tel. Nos.

1.01.01 Name and Designation of the


responsible person in Client’s
Organisation

1.01.02 Contract No. & Date

1.01.03 Rating of Motor in MW

1.01.04 Date of Commissioning

1.01.05 Date of Commencement


of Operation

1.01.06 Whether the Motors are in


Successful Operation for a
period of not less than one (1)
year prior to the date of techno-
commercial bid opening Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 254 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1.01.07 Technical Particulars

(a) Make

(b) KW Rating at 50 deg.C.


ambient (10MW or more)

(c) Rated Voltage (KV)

(d) Motor Type (Squirrel Cage) Yes/No

(e) Frame Size & Type


Designation

(f) Type & Class of Insulation

(g) Type of Cooling

(h) Reference Standard

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)....................................

Place : (Printed Name).............................

(Designation).................................

(Common seal).............................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 255 of 362

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

(i) Name of the manufacturer


and its address

(ia) Name of the station


and its location

(ii) Client name and its address,

- Fax No. & Tel. No.

- e-mail id

- wedsite address

(iii) Name and Designation of the


responsible person in client’s
organisation

(iv) Name of the manufacturers


& address

(v) Contract No. & Date

(vi) Rating of motor in MW

(vii) Date of commissioning

(viii) Date of commencement of


operation

(ix) Whether the motors are in


successful operation for a
period not less than one
(1) year prior to the date
#
of techno-commercial bid opening Yes/#No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 256 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Item Description
-----------------------------------------------------------------------------------------------------------------------------

(x) Technical Particulars

(a) Make

(b) KW rating at 50oC


ambient, (4MW or above)

(c) Rated voltage (KV)

(d) Motor type *(squirrel


cage) Yes/No

(e) Frame size & type


designation

(f) Type & class of


insulation

(g) Type of cooling

(h) Reference standard

----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)......................................................

Place : (Printed Name)...............................................

(Designation)..................................................

(Common seal)..............................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 257 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Sub : Sub-Qualifying Requirement for Control Cables

In support of supplier experience as indicated in Technical Specification, clause 5.9 of Sub-


Section-IA, Part-A, Section-VI, we declare that the supplier/sub-vendor have manufactured
and supplied the following cables prior to the date of techno-commercial bid opening.

(a) Atleast 300 Kms of PVC insulated, PVC sheathed stranded copper conductor 1.1
kV grade cables in one single contract.

(b) Atleast one (1) km of flame retardant low smoke cables.

(i) The details of above cables at (a) are given as under :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the


responsible person in client's
organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the responsible


person in user's organisation

5. Contract No. and date

6. Details of Stranded copper conductor,


PVC insulated, PVC sheathed
control cables of 1.1 KV grade

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 258 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Voltage grade of cable ................. KV

(iv) Type of Cable

(v) Total Quantity supplied prior to ...................... Km


the date of techno-commercial
bid opening in one single contract

7. User's Certificate of Cable enclosed


-----------------------------------------------------------------------------------------------------------------------------
(ii) The details of above cables at (b) are
given as under :

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the responsible


person in client's organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the responsible


person in user's organisation

5. Contract No. and date

6. Details of Flame Retardant


Low Smoke cables

(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Type of Cable

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 259 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(iv) Total Quantity supplied
prior to the date of techno-
commerial bid opening ......... Km

7. User's Certificate of Cable enclosed


-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................

Place : (Printed Name)....................................

(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.

2. Sub-vendor is required to attach necessary documents like copies of work order,


completion certificates, agreements, drawings etc. in support of the details furnished
above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 260 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Sub : Sub-Qualifying Requirement for 1.1kV Power Cables

In support of supplier experience as indicated in Technical Specification clause 5.10 of Sub-


Section-IA, Part-A, Section-VI, we declare that supplier/sub-vendor have manufactured and
supplied the following cables prior to the date of techno-commercial bid opening.

(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.

(c) Atleast one (1) km of flame retardant low smoke cables.

(d) 1.1 kV or higher grade power cable of minimum 630 [Link]. conductor size.

(i) The details of above cables at (a) are given as under :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the responsible


person in client's organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the responsible


person in user's organisation

5. Contract No. and date

6. Details of aluminium conductor,


XLPE insulated, PVC sheathed

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 261 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
Power cables of 1.1 KV or higher
grade

(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Voltage grade of cable ................. KV

(iv) Type of Cable

(v) Total Quantity supplied prior to the


date of techno-commercial bid opening ................ Km
in our Single Contract.

7. User's Certificate of Cable enclosed


-----------------------------------------------------------------------------------------------------------------------------

(ii) The details of above cables at (b)


are given as under :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the responsible


person in client's organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the responsible


person in user's organisation

5. Contract No. and date

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 262 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
6. Details of aluminium conductor, PVC
insulated, PVC sheathed Power cables
of 1.1 KV or higher grade

(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Voltage grade of Cable ...................KV

(iv) Type of Cable

(v) Total Quantity supplied prior to the


date of technical-commercial bid
opening in one single contract .............. Km

7. User's Certificate of Cable enclosed


-----------------------------------------------------------------------------------------------------------------------------

(iii) The details of above cables at (c) are given as under :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the responsible


person in client's organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the responsible


person in user's organisation

5. Contract No. and date

6. Details of Flame Retardant


Low Smoke cables

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 263 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Type of Cable

(iv) Total Quantity supplied prior to the


date of techno-commercial bid opening ......... Km

7. User's Certificate of Cable enclosed


-----------------------------------------------------------------------------------------------------------------------------

(iv) The details of above cables at (d) are given as under :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the responsible


person in client's organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the responsible


person in user's organisation

5. Contract No. and date

6. Details of 1.1 kV or higher grade


power cable of minimum 630 [Link]
conductor size

(i) Manufactured Yes/No

(ii) Supplied Yes/No

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 264 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(iii) Voltage grade of Cable ................. kV

(iv) Conductor Size in Cable ................ [Link].

7. User's Certificate of Cable enclosed

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................

Place : (Printed Name)....................................

(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.

2. Sub-vendor is required to attach necessary documents like copies of work order,


completion certificates, agreements, drawings etc. in support of the details furnished
above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 265 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Sub : Sub-Qualifying Requirement of HT Power Cables

In support of supplier experience as indicated in Technical specification, clause no. 5.11 of


Sub-Section-IA, Part-A, Section-VI, we declare that the supplier/sub-vendor have
manufactured and supplied the following cables prior to the date of techno-commercial bid
opening.

(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.

(A) The details of above cables at (i) are given as under* :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the


responsible person in client's
organisation

3. Name, Address, telephone


no. & fax no. of the user
of the cables

4. Name & designation of the


responsible person in user's
organisation

5. Contract No. and date

6. Details of XLPE insulated power


cables of 6.35/11 KV or higher
voltage grade

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 266 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------
(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Rated voltage of cable ................. KV

(iv) Type and size of Cable

(v) Total Quantity supplied prior to the


date of techno-commercial bid opening ................ Km

7. User's Certificate of Cable enclosed

-----------------------------------------------------------------------------------------------------------------------------

(B) The details of above cables at (ii) are given as under :

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

1. Client name and its address,


fax no. & telephone no.

2. Name & Designation of the


responsible person in client's
organisation

3. Name, Address, telephone no. &


fax no. of the user of the cables

4. Name & designation of the


responsible person in user's
organisation

5. Contract No. and date

6. Details of Flame Retardant Low


Smoke cables of any voltage level

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 267 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Particulars
-----------------------------------------------------------------------------------------------------------------------------

(i) Manufactured Yes/No

(ii) Supplied Yes/No

(iii) Rated Voltage of Cable ...................KV

(iv) Type and size of Cable

(v) Total Quantity supplied prior to the


date of techno-commercial bid opening .............. Km

7. User's Certificate of Cable enclosed

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................

Place : (Printed Name)....................................

(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.

2. Sub-vendor is required to attach necessary documents like copies of work order,


completion certificates, agreements, drawings etc. in support of

* If the quantity ordered is less than 50 Km in one order than please furnish the
details for other orders in same format.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 268 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT
STAGE - I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Sub : Sub-Qualifying Requirements for the DG Sets

A) In support of Suppiler Experience as indicated in Technical Specification clause 5.12


of Sub-Section-IA, Part-A, Section-VI, we furnish details of DG Sets as below :-

---------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.1 Installation No.2
---------------------------------------------------------------------------------------------------------------------------

(i) Details of DG sets

(a) Name of Bidder/Sub-vendor

(b) Name of the client

(c) Complete Address of


client, phone no. & fax no.

(d) Name of responsible person


in client’s organisation

(e) Location of Plant/installation


where DG sets supplied

(f) No. of DG sets supplied

(g) Rating of DG sets


(not less than 1250 KVA)

(h) Make of Alternator in the


supplied DG set

(i) Make of Engine in the


supplied DG set

(j) Date of commissioning

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 269 of 362

---------------------------------------------------------------------------------------------------------------------------
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

(l) Documentary evidence/ Yes*/*No Yes*/*No


Certificate in support of
above is enclosed

---------------------------------------------------------------------------------------------------------------------------

Date : (Signature)................................................

Place : (Printed Name)........................................

(Designation)............................................

(Common Seal).......................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 270 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause No. 5.15.1 of Sub-Section-IA, Part-A, Section-VI of Bidding Document)

Bidder's Name and Address : To


Contract Services-I
NTPC Limited,
Noida-201301

Sub:- Sub-Qualifying Requirement for 756/132 kV Switchyard

Dear Sirs,

To satisfy the requirements specified in Clause No. 5.15.1 of Sub-Section-IA, Part-A,


Section-VI of bidding document, We give below the following details : We Bidder/
Sub-vendor hereby confirm that we have designed, erected, tested and commissioned at
least one (1) Air insulated Substation/Switchyard of 715 KV or above voltage class having
atleast two (2) bays, which have been in successful operation for minimum two (2) years
prior to the date of Techno-Commercial bid opening as per stipulated requirements men-
tioned at Clause No. 5.15.1 of Sub-Section-IA, Part-A, Section-VI of Bidding documents. The
details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station ..............................
and its location

1.01.00 Client name and its address, ..............................


Fax and Tel. No.

1.02.00 Name and designation of the ..............................


responsible person in client’s
organisation

1.03.00 Contract No. & Date ..............................

1.04.00 Details of substation/switchyard

a) Whether Air Insulated Yes/No


or not

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 271 of 362
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
b) Voltage rating of ..............................
Switchyard

c) No. of bays in Switchyard ..............................

1.05.00 Scope of work executed for


aforesaid substation/switchyard
included the following :

(i) Designed Yes/No

(ii) Erected Yes/No

(iii) Tested Yes/No

(iv) Commissioned Yes/No

1.06.00 Date of Commissioning of --


substation/Switchyard

2.00.00 Certificate(s) from the client(s) Yes/No


are enclosed along with the
bid at Annexure-…… to this
Attachement-3K
-----------------------------------------------------------------------------------------------------------------------------

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.

2. For the purpose of qulifying requirements the number of reference plants/works


should not be more than 03 (Three) Nos.

3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 272 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660MW)
BIDDING DOCUMENT NO. CS-9579-001-2
(Experience details of Bidder seeking qualification
as per Clause Nos. 5.15.2(a) of Sub-Section-IA, Part-A, Section-VI of Bidding Docu-
ment)

Bidder's Name and Address : To


Contract Services-I
NTPC Limited,
Noida-201301

Sub:- Sub-Qualifying Requirement for 756/132 kV Switchyard

Dear Sirs,

To satisfy the requirements specified in Clause No. 5.15.2(a) of Sub-Section-IA, Part-


A, Section-VI of bidding document, We give below the following details : We Bidder/
Sub-vendor hereby confirm that we have designed, constructed/erected, tested and
commissioned at least one (1) Air insulated Substation/Switchyard of 400 kV or above
voltage class having atleast six (6) bays, which have been in successful operation for
minimum two (2) years prior to the date of Techno-Commercial bid opening as per
stipulated requirements mentioned at Clause No. 5.15.2(a) of Sub-Section-IA, Part-A,
Section-VI of Bidding documents. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station ..............................
and its location

1.01.00 Client name and its address, ..............................


Fax and Tel. No.

1.02.00 Name and designation of the ..............................


responsible person in client’s
organisation

1.03.00 Contract No. & Date ..............................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 273 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard

a) Whether Air Insulated Yes/No


or not

b) Voltage rating for ..............................


Switchyard

c) No. of bays in Switchyard ..............................

1.05.00 Scope of work executed for


aforesaid substation/switchyard
included the following :

(i) Designed Yes/No

(ii) Constructed/Erected Yes/No

(iii) Tested Yes/No

(iv) Commissioned Yes/No

1.06.00 Date of Commissioning of --


substation/Switchyard

2.00.00 Certificate(s) from the client(s) Yes/No


are enclosed along with the
bid at Annexure-…… to this
Attachement-3K
-----------------------------------------------------------------------------------------------------------------------------

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.

2. For the purpose of qulifying requirements the number of reference plants/works


should not be more than 03 (Three) Nos.

3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 274 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Experience details of Bidder seeking qualification


as per Clause Nos. 5.15.2(b) of Sub-Section-IA, Part-A, Section-VI of Bidding Docu-
ment)

Bidder's Name and Address : To


Contract Services-I
NTPC Limited,
Noida-201301

Sub:- Sub-Qualifying Requirement for 756/132 kV Switchyard

Dear Sirs,

To satisfy the requirements specified in Clause No. 5.15.2(b) of Sub-Section-IA, Part-


A, Section-VI of bidding document, We give below the following details : We Bidder/
Sub-vendor hereby confirm that we have designed, erected, tested and commissioned at
its rated voltage one (1) Air insulated Substation/ Switchyard of 715 kV or above voltage
class having atleast two (2) bays prior to the date of Techno-Commercial bid opening as
per stipulated requirements mentioned at Clause No. 5.15.2(b) of Sub-Section-IA, Part-A,
Section-VI of Bidding documents. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station ..............................
and its location

1.01.00 Client name and its address, ..............................


Fax and Tel. No.

1.02.00 Name and designation of the ..............................


responsible person in client’s
organisation

1.03.00 Contract No. & Date ..............................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 275 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard

a) Whether Air Insulated Yes/No


or not

b) Voltage rating for ..............................


Switchyard

c) No. of bays in Switchyard ..............................

1.05.00 Scope of work executed for


aforesaid substation/switchyard
included the following :

(i) Designed Yes/No

(ii) Erected Yes/No

(iii) Tested Yes/No

(iv) Commissioned Yes/No

1.06.00 Date of Commissioning of --


substation/Switchyard

2.00.00 Certificate(s) from the client(s) Yes/No


are enclosed along with the
bid at Annexure-…… to this
Attachement-3K
-----------------------------------------------------------------------------------------------------------------------------

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.

2. For the purpose of qulifying requirements the number of reference plants/works


should not be more than 03 (Three) Nos.

3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 276 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Experience details of Bidder seeking qualification


as per Clause Nos. 5.15.3(a) of Sub-Section-IA, Part-A, Section-VI of Bidding Docu-
ment)

Bidder's Name and Address : To


Contract Services-I
NTPC Limited,
Noida-201301

Sub:- Sub-Qualifying Requirement for 756/132 kV Switchyard

Dear Sirs,

To satisfy the requirements specified in Clause No. 5.15.3(a) of Sub-Section-IA, Part-


A, Section-VI of bidding document,, We give below the following details : We Bidder/
Sub-vendor hereby confirm that we have designed, constructed/erected, tested and
commissioned at least one (1) Air insulated Substation/Switchyard of 400 kV or above
voltage class having at least six (6) bays, which have been in successful operation for
minimum two (2) years prior to the date of Techno-Commercial bid opening as per
stipulated requirements mentioned at Clause No. 5.15.3(a) of Sub-Section-IA, Part-A,
Section-VI of Bidding documents. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station ..............................
and its location

1.01.00 Client name and its address, ..............................


Fax and Tel. No.

1.02.00 Name and designation of the ..............................


responsible person in client’s
organisation

1.03.00 Contract No. & Date ..............................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 277 of 362

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard

a) Whether Air Insulated Yes/No


or not

b) Voltage rating for ..............................


Switchyard

c) No. of bays in Switchyard ..............................

1.05.00 Scope of work executed for


aforesaid substation/switchyard
included the following :

(i) Designed Yes/No

(ii) Constructed/Erected Yes/No

(iii) Tested Yes/No

(iv) Commissioned Yes/No

1.06.00 Date of Commissioning of --


substation/Switchyard

2.00.00 Certificate(s) from the client(s) Yes/No


are enclosed along with the
bid at Annexure-…… to this
Attachement-3K
-----------------------------------------------------------------------------------------------------------------------------
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.

2. For the purpose of qulifying requirements the number of reference plants/works


should not be more than 03 (Three) Nos.

3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 278 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Experience details of Bidder seeking qualification


as per Clause No. 5.15.3(b) of Sub-Section-IA, Part-A, Section-VI of Bidding Document)

Bidder's Name and Address : To


Contract Services-I
NTPC Limited,
Noida-201301

Sub:- Sub-Qualifying Requirement for 756/132 kV Switchyard

Dear Sirs,

To satisfy the requirements specified in Clause No. 5.15.3(b) of Sub-Section-IA, Part-


A, Section-VI of bidding document, We give below the following details : Our
Associate ......................................(Name of the Associate) have designed, erected, tested
and commissioned at least one (1) Air insulated Substation/ Switchyard of 715 kV or above
voltage class having atleast two (2) bays, which have been in successful operation for
minimum two (2) years prior to the date of Techno-Commercial bid opening as per
stipulated requirements mentioned at Clause No. 5.15.3(b) of Sub-Section-IA, Part-A,
Section-VI of Bidding documents. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
----------------------------------------------------------------------------------------------------------------------------
1.00.00 Name of the station ..............................
and its location

1.01.00 Client name and its address, ..............................


Fax and Tel. No.

1.02.00 Name and designation of the ..............................


responsible person in client’s
organisation

1.03.00 Contract No. & Date ..............................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 279 of 362
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------
1.04.00 Details of substation/switchyard

a) Whether Air Insulated Yes/No


or not

b) Voltage rating for ..............................


Switchyard

c) No. of bays in Switchyard ..............................

1.05.00 Scope of work executed for


aforesaid substation/switchyard
included the following :

(i) Designed Yes/No

(ii) Erected Yes/No

(iii) Tested Yes/No

(iv) Commissioned Yes/No

1.06.00 Date of Commissioning of --


substation/Switchyard

2.00.00 Certificate(s) from the client(s) Yes/No


are enclosed along with the
bid at Annexure-…… to this
Attachement-3K
-----------------------------------------------------------------------------------------------------------------------------
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.

2. For the purpose of qulifying requirements the number of reference plants/works


should not be more than 03 (Three) Nos.

3. Bidders may use continuation sheets for giving details of other installation strictly
in the format given above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 280 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Experience details of Bidder seeking qualification


as per Clause No. 5.15.3(b) of Sub-Section-IA, Part-A, Section-VI of Bidding Document)

Bidder's Name and Address : To


Contract Services-I,
NTPC Limited,
Noida-201301

Sub:- Sub-Qualifying Requirement for 756/132 kV Switchyard

Dear Sirs,

To satisfy the requirements specified in Clause No. 5.15.3(b) of Sub-Section-IA, Part-A,


Section-VI, of bidding document, We give below the following details :

-----------------------------------------------------------------------------------------------------------------------------
Whether enclosed
-----------------------------------------------------------------------------------------------------------------------------
Deed of Joint Undertaking with the Yes* / No *
Associate
-----------------------------------------------------------------------------------------------------------------------------

* Please strikeoff whichever is not applicable.

Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation)......................................

(Company seal)..................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
MAIN PLANT TURNKEY PACKAGE Page 281 of 362
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for 765 KV Circuit Breakers

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 282 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*

7. (i) No. of 3 Phase Circuit


Breakers Supplied

(ii) Rated Voltage (in KV)

(iii) Fault Level (KA)

(iv) Whether suitable for Yes*/No*


Air insulated Substation/
Switchyard

8. Date of commencement
of successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed


in support of stated experi-
ence at [Link]. 6 to 10 at
Anneuxre.................. to this
Attachment-3K

(Use separate sheet for each experience/Contract)


----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 283 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements for 765 KV Circuit Breaker
Dear Sirs,
(A) 765 kV Equipments

(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.

(A) For 400 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
Signature of authorized signatory.........................
ATTACHMENT - 3K
Page 284 of 362
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
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*

6. (i) No. of 3 Phase Circuit


Breakers Supplied

(ii) Rated Voltage (in KV)

(iii) Fault Level (KA)

(iv) Whether suitable for Yes*/No*


Air insulated Substation/
Switchyard
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 experi-
ence at [Link]. 6 to 10 at
Annexure.................. to this
Attachment-3K
(Use separate sheet for each experience/Contract)
----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.
Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 285 of 362

----------------------------------------------------------------------------------------------------------------------------
[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*

6. (i) No. of 3 Phase Circuit


Breakers Supplied

(ii) Rated Voltage (in KV)

(iii) Fault Level (KA)

(iv) Whether suitable for Yes*/No*


Air insulated Substation/
Switchyard

7. No. of years since


supply prior to the date of
Techno-Commercial Bid opening

8. Client(s) certificate(s) enclosed


in support of stated experi-
ence at [Link]. 6 to 10 at
Anneuxre.................. to this
Attachment-3K

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 286 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
---------------------------------------------------------------------------------------------------------------------------

9. Name of Collaborator

10. Whether collaborator data enclosed Yes*/No*

(Use separate sheet for each experience/Contract)


----------------------------------------------------------------------------------------------------------------------------

* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
MAIN PLANT TURNKEY PACKAGE Page 287 of 362
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Qualifying Requirements for 765 KV Circuit Breaker
Dear Sirs,

(A) 765 kV Equipments

(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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 288 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
6. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*
(iii) Supply Yes*/No*

7. (i) No. of 3 Phase Circuit


Breakers Supplied

(ii) Rated Voltage (in KV)

(iii) Fault Level (KA)

(iv) Whether suitable for Yes*/No*


Air insulated Substation/
Switchyard
8. Date of commencement
of successful operation
9. No. of years in Successful
operation prior to the date of
Techno-Commercial Bid opening
10. Client(s) certificate(s) enclosed
in support of stated experi-
ence at [Link]. 6 to 10 at
Anneuxre.................. to this
Attachment-3K

(Use separate sheet for each experience/Contract)


----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 289 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301
Sub : Qualifying Requirements for 765 KV Instrument Transformers
Dear Sirs,

(A) 765 kV Equipments

(II)(a) For 765 kV Instrument Transformers(Current Transformer/Capacitor Voltage


Transformer as applicable) : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.16.2(a) of Sub-Section-IA, Part-A, Section-VI of
the Bidding Documents, we declare that M/s........................ .................................. is a
Manufacturer who have manufactured and supplied atleast fifteen (15) nos. of single
phase Instrument Transformers 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 Instrument Transformers (Current Transformer/Capacitor Voltage
Transformer as applicable)

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 290 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
5 Contract Reference No. & Date

6. Scope of the work for the aforesaid


Contract includes

(i) Manufacture Yes*/No*

(ii) Supply Yes*/No*

7. (i) No. of Single phase Current


Transformers Supplied

(ii) No. of Single phase Capacitor


Voltage Transformers Supplied

(iii) Rated Voltage (in KV)

(iv) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(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

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements for 765 KV Instrument Transformers
Dear Sirs,

A) 765 kV Equipments

(II)(b) For 765 kV Instrument Transformers (Current Transformer/Capacitor Voltage


Transformer as applicable) : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.16.2(b) of Sub-Section-IA, Part-A, Section-VI of
the bidding Document, we declare that M/s........................ .................................. is an
Indian Manufacturer who have manufactured and supplied atleast thirty (30) nos. of
single phase Instrument Transformers 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 manu-
factured and supplied 715 kV or above class Instrument Transformers 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. 5.16.2(a)
of Sub-Section-IA, Part-A, Section-VI of the Bidding Document and will be respon-
sible 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.
(A) For 400 kV or above class Instrument Transformers (Current Transformer/Ca
pacitor Voltage Transformer as applicable)
1. Client's Name & its Address alongwith
Name of contact person with email
ID, Telephone & Fax Nos.
2. Name & Location of the Substation/
Switchyard

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 292 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
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*

6. (i) No. of Single phase Current


Transformers Supplied

(ii) No. of Single phase Capacitor


Voltage Transformers Supplied

(iii) Rated Voltage (in KV)

(iv) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

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 [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 293 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Instrument Transformers (Current Transformer/
Capacitor Voltage Transformer as applicable)

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*

6. (i) No. of Single phase Current


Transformers Supplied

(ii) No. of Single phase Capacitor


Voltage Transformers Supplied

(iii) Rated Voltage (in KV)

(iv) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard
7. No. of years since
supply prior to the date of
Techno-Commercial Bid opening
8. Client(s) certificate(s) enclosed in
support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

9. Name of Collaborator

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 294 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
10. Whether collaborator data enclosed Yes*/No*

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 295 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements for 765 KV Instrument Transformers
Dear Sirs,

(A) 765 kV Equipments

(II)(b) For 765 kV Instrument Transformers (Current Transformer/Capacitor Voltage


Transformer as applicable) : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.16.2(b) of Sub-Section-IA, Part-A, Section-VI of
the 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 Instrument Trans-
formers 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 responsible 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 Instrument Transformers (Current Transformer/Capacitor Voltage
Transformer as applicable)

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 296 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
4 Name of Contract
5 Contract Reference No. & Date
6. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*

7. (i) No. of Single phase Current


Transformers Supplied
(ii) No. of Single phase Capacitor
Voltage Transformers Supplied

(iii) Rated Voltage (in KV)

(iv) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard
8. Date of commencement of
successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
MAIN PLANT TURNKEY PACKAGE Page 297 of 362
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Qualifying Requirements of 765 KV Disconnectors
Dear Sirs,

(A) 765 kV Equipments

(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

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 298 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
5 Contract Reference No. & Date

6. Scope of the work for the aforesaid


Contract includes

(i) Manufacture Yes*/No*


(ii) Supply Yes*/No*

7. (i) No. of Three phase


Disconnectors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract/MANUFACTURER)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 299 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements of 765 KV Disconnectors
Dear Sirs,

(A) 765 kV Equipments

(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.

(A) For 400 kV or above class Disconnectors

1. Client's Name & its Address alongwith


Name of contact person with email
ID, Telephone & Fax Nos.

2. Name & Location of the Substation/


Switchyard

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 300 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
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*

6. (i) No. of Three phase


Disconnectors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

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 [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract/MANUFACTURER)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 301 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Disconnectors

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*

6. (i) No. of Three phase


Disconnectors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

7. No. of years since


supply prior to the date of
Techno-Commercial Bid opening

8. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

9. Name of Collaborator

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 302 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
10. Whether collaborator data enclosed Yes*/No*

(Use separate sheet for each experience/Contract/MANUFACTURER)


----------------------------------------------------------------------------------------------------------------------------

* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(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.

* Please Strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 303 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements of 765 KV Disconnectors
Dear Sirs,

(A) 765 kV Equipments

(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

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 304 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
5 Contract Reference No. & Date

6. Scope of the work for the aforesaid


Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*

7. (i) No. of Three phase


Disconnectors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract/MANUFACTURER)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 305 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements of 765 KV Surge Arrestors
Dear Sirs,

(A) 765 kV Equipments

(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

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 306 of 362
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
6. Scope of the work for the
aforesaid Contract includes
(i) Manufacture Yes*/No*

(ii) Supply Yes*/No*

7. (i) No. of Single phase Surge


Arrestors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful operation


prior to the date of Techno-Commercial
Bid opening

10. Client(s) certificate(s)


enclosed in support of stated
experience at Sr. No. 6 to 10
at Annexure ....................... to
this Attachment-3K.

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 307 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements of 765 KV Surge Arrestors

Dear Sirs,

(A) 765 kV Equipments

(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.

(A) For 400 kV or above class Surge Arrestors

1. Client's Name & its Address


alongwith Name of contact
person with email ID,
Telephone & Fax Nos.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 308 of 362
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
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*

6. (i) No. of Single phase Surge


Arrestors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

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.

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.
Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 309 of 362

---------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
(B) For 715 kV or above class Surge Arrestors

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*

6. (i) No. of Single phase Surge


Arrestors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

7. No. of years since


supply prior to the date of
Techno-Commercial Bid opening

8. Client(s) certificate(s)
enclosed in support of stated
experience at Sr. No. 6 to 10
at Annexure ....................... to
this Attachment-3K

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 310 of 362

---------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
9. Name of Collaborator

10. Whether collaborator data enclosed Yes*/No*

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 311 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements of 765 KV Surge Arrestors

Dear Sirs,

(A) 765 kV Equipments

(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

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 312 of 362
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
4 Name of Contract

5 Contract Reference No. & Date

6. Scope of the work for the


aforesaid Contract includes
(i) Manufacture Yes*/No*

(ii) Supply Yes*/No*

7. (i) No. of Single phase Surge


Arrestors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard
8. Date of commencement of
successful operation
9. No. of years in Successful operation
prior to the date of Techno-Commercial
Bid opening
10. Client(s) certificate(s)
enclosed in support of stated
experience at Sr. No. 6 to 10
at Annexure ....................... to
this Attachment-3K.

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 313 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for 132 KV Circuit Breaker

Dear Sirs,

(B) 132 kV Equipments

(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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 314 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
6. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*

7. (i) No. of 3 Phase Circuit


Breakers Supplied
(ii) Rated Voltage (in KV)

(iii) Fault Level (KA)

(iv) Whether suitable for Yes*/No*


Air insulated Substation/
Switchyard

8. Date of commencement
of successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening
10. Client(s) certificate(s) enclosed
in support of stated experi-
ence at [Link]. 6 to 10 at
Anneuxre.................. to this
Attachment-3K

(Use separate sheet for each experience/Contract)


----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 315 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for 132 kV Instrument Transformers

Dear Sirs,

(B) 132 kV Equipments

(II) For 132 kV Instrument Transformers(Current Transformer/Capacitor Voltage


Transformer as applicable) : In order to satisfy the requirement of Supplier expe-
rience as indicated in Clause No. 5.17.2 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 fifteen (15) nos. of single
phase Instrument Transformers 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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 316 of 362
--------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
6. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*

7. (i) No. of Single phase Current


Transformers Supplied

(ii) No. of Single phase Capacitor


Voltage Transformers Supplied

(iii) Rated Voltage (in KV)

(iv) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 317 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements for 132 kV Disconnectors

Dear Sirs,

(B) 132 kV Equipments

(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

5 Contract Reference No. & Date


6. Scope of the work for the aforesaid
Contract includes
(i) Manufacture Yes*/No*

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 318 of 362

-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(ii) Supply Yes*/No*

7. (i) No. of Three phase


Disconnectors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful


operation prior to the date of
Techno-Commercial Bid opening

10. Client(s) certificate(s) enclosed in


support of stated experience
at [Link]. 6 to 10 at Annexure......
to this Attachment-3K

(Use separate sheet for each experience/Contract/MANUFACTURER)

-----------------------------------------------------------------------------------------------------------------------------
*Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 319 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-I
Noida-201301
Sub : Sub-Qualifying Requirements for 132 kV Surge Arrestors

Dear Sirs,

(B) 132 kV Equipments

(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.

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 320 of 362
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
6. Scope of the work for the
aforesaid Contract includes
(i) Manufacture Yes*/No*
(ii) Supply Yes*/No*

7. (i) No. of Single phase Surge


Arrestors supplied

(ii) Rated Voltage (in KV)

(iii) Whether suitable for Air Yes*/No*


insulated Substation/Switchyard

8. Date of commencement of
successful operation

9. No. of years in Successful operation


prior to the date of Techno-Commercial
Bid opening

10. Client(s) certificate(s)


enclosed in support of stated
experience at Sr. No. 6 to 10
at Annexure ....................... to
this Attachment-3K.

(Use separate sheet for each experience/Contract)

-----------------------------------------------------------------------------------------------------------------------------
*Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(Designation)......................................

(Company seal)...................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 321 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for the Sub-station Automation System and


Protective Relay

Dear Sirs,

(i) Substation Automation System : 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 ....................................................., have of-
fered the Substation Automation System with distributed architecture and is in suc-
cessful operation in atleast one (1) Substation/Switchyard of not less than 220 KV
class for minimum one (1) year prior to the date of Techno-Commercial bid open-
ing. The details are given below :
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
1 Name and Address of Supplier
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
(i) Manufacture Yes*/No*
(ii) Type Test Yes*/No*

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 322 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(iii) Supply Yes*/No*

7. Details of the reference system

(i) Manufacturers of bay equipment


controllers

(ii) Type designation of Bay Controllers

(iii) HMI software provided

8. (i) Whether the above Substation


Automation System with
distributed Architecture *Yes/*No

(ii) Voltage level of Substation/


Switchyard (in KV)

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

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
Place : (Printed Name)..................................

(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.

* Please Strike off whichever is not applicable.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 323 of 362

(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.

2 Client's Name & its Address alongwith


Name of contact person with email
ID, Telephone & Fax Nos.

3 Name & Location of the Unit/Substation/


Switchyard

4 Name of Contract

5 Contract Reference No. & Date

6. Scope of the work for the aforesaid


Contract includes
(i) Manufacture Yes*/No*

(ii) Type Test Yes*/No*

(iii) Supply Yes*/No*


7. (i) No. of Generator Protection
Relays supplied

(ii) Capacity of generators (in MW)

(iii) No. of Bay Protection Units

(iv) No. of Bus bar protection


system

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 324 of 362
-----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
-----------------------------------------------------------------------------------------------------------------------------
(v) No. of Energy metering system
supplied

(vi) Voltage Level of Substation/


Switchyard (in KV)
8. Date of Commissioning

(i) Generator Protection Relays


(ii) Bay protection unit

(iii) Busbar protection system

(iv) Energy Metering System

9. Date of commencement of
successful operation
10. No. of years in Successful operation
prior to the date of techno-commercial
Bid opening

(i) Generator Protection Relay

(ii) Bay protection unit

(iii) Busbar protection system


(iv) Energy Metering System

11. Client(s) certificate(s)s enclosed in


support of stated experience
at Sr. No. 6 to 10 is enclosed
at Annexure................ to
this Attachment-3K

(Use separate sheet for each experience/Contract)


-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation)......................................

(Common seal).................................

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 325 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for the Generator Circuit Breaker

Dear Sirs,

In order to satisfy the requirement of subvendor's experience, as indicated in Tech-


nical Specification clause no. 5.19, Sub-Section-IA, Section-VI, Part-A, we declare
that M/s...................................... have designed, manufactured, tested, supplied, erected
& commissioned/supervised erection and commissioning of atleast two (2) nos. of
Generator Circuit Breaker (Air Blast or Sulphur Hexa fluoride) which are in success-
ful operation for atleast two (2) years prior to the date of techno-commercial bid
opening. We further comfirm that the reference GCB are having rating equivalent to
or higher than the offered GCB w.r.t the stipulated parameters.

The details in supports are given below :

-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Station-I Station-II
--------------------------------------------------------------------------------------------------------------------

1. Name and address of manufacturer

2. Client's Name & its address

3. Name & Location of the Plant

4. Name of the Contract

5. Contract Ref. No. & Date

6. Scope of the work for the


aforesaid conract including

(i) Design Yes*/No* Yes*/No*

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 326 of 362
-------------------------------------------------------------------------------------------------------------------
Sl. No. Description Station-I Station-II
--------------------------------------------------------------------------------------------------------------------
(ii) Manufacturer Yes*/No* Yes*/No*

(iii) Type Test Yes*/No* Yes*/No*

(iv) Supply Yes*/No* Yes*/No*

(v) Erection/supervision Yes*/No* Yes*/No*


of erection

(vi) Commissioning/ Yes*/No* Yes*/No*


supervision of
commissiong

7. (i) Rated voltage

(ii) Rated current

(iii) Short time current capacity


for 1 second

(iv) Peak making and latching


capacity

(v) Symmetrical RMS short


circuit interrupting capacity

8. Date of commissioning

9. Date of commencement
of successful operation

10. No. of years in successful


operation prior to the date of
techno-commercial bid opening

11. Client's certificate(s) enclosed


as Annexure.................. to this
Attachment-3K
-----------------------------------------------------------------------------------------------------------------------------
*Strike off whichever is not applicable.
Date : (Signature)....................................

Place : (Printed Name).............................

(Designation).................................

(Common seal).............................
Signature of authorized signatory.........................
ATTACHMENT - 3K
Page 327 of 362

MAIN PLANT TURNKEY PACKAGE


FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for 132 kV Cables

Dear Sirs,

In support of supplier experience as indicated in Technical Specification clause no. 5.20(a)


of Sub-section-IA, Part-A, Section-VI of Bidding Document. We furnished details of 132 kV
cables as below:
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
1 Name of Bidder/Sub-vendor

2 Client's Name & its Address


email ID, Telephone & Fax Nos.

3 Name and designation of the


responsible person in client's
organisation

4. Name, address, telephone no.


and fax no. of the user
to whom cables wire supplied
5. Name and designation of the
responsible person in user's
organisation
6. Contract No. & Date

7. Scope of the work for the


aforesaid Contract includes
(i) Designed Yes*/No*

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 328 of 362

----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
(ii) Manufacture Yes*/No*

(iii) Supplied Yes*/No*

8. Description of cable

9. Rated voltage cable

10. Type and size of XLPE insulated


cables of minimum 132 kV grade

11. Quantity supplied of XLPE insulated


cables of minimum 132 kV grade

12. Date of supply of XLPE insulated


cables of minimum 132 kV grade

13. User's Certificate of successful


operation enclosed.
----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(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.

2. Bidder is required to atach necessary documents like copies of work order,


completion certificate, agreements, drawings, etc. in support of above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 329 of 362
MAIN PLANT TURNKEY PACKAGE
FOR
BARETHI SUPER THERMAL POWER PROJECT,
STAGE-I (4X660 MW)
BIDDING DOCUMENT NO. CS-9579-001-2

(Qualifying Requirement Data/Provenness Data (as applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-I
Noida-201301

Sub : Sub-Qualifying Requirements for 132 kV Cable Accessories

Dear Sirs,

In support of supplier experience as indicated in Technical Specification clause no. 5.20(b)


of Sub-section-IA, Part-A, Section-VI of Bidding Document. We furnished details of 132 kV
cables as below:
----------------------------------------------------------------------------------------------------------------------------
[Link]. Description Installation
----------------------------------------------------------------------------------------------------------------------------
1 Name of Bidder/Sub-vendor

2 Client's Name & its Address


email ID, Telephone & Fax Nos.

3 Name and designation of the


responsible person in client's
organisation

4. Name, address, telephone no.


and fax no. of the user
to whom 132 kV cable accessories
wire supplied

5. Name and designation of the


responsible person in user's
organisation

6. Contract No. & Date

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 330 of 362

----------------------------------------------------------------------------------------------------------------------------
[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.

a) Straight through joints

b) Cable termination

8. Scope of the work for the


aforesaid Contract includes
(i) Designed Yes*/No*

(ii) Manufacture Yes*/No*

(iii) Supplied Yes*/No*

9. Date of completion of supply

10. User's Certificate of successful


operation enclosed.
----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.

Date : (Signature).........................................

Place : (Printed Name)...................................

(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.

2. Bidder is required to atach necessary documents like copies of work order,


completion certificate, agreements, drawings, etc. in support of above.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 331 of 362

FORM OF DEED OF JOINT UNDERTAKING

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE BIDDER AND THE


ASSOCIATE / COLLABORATOR MEETING THE REQUIREMENT OF CLAUSE NO.
5.1.2 OF TECHNICAL SPECIFICATIONS (SECTION-VI PART-A SUB-SECTION-IA) FOR
SUCCESSFUL PERFORMANCE OF ISOLATED PHASE BUSDUCT FOR BARETHI
SUPER THERMAL POWER PROJECT STAGE-I (4X660MW)

(APPLICABLE FOR THE BIDDER/SUBVENDOR WHO MEET THE REQUIREMENTS


OF CLAUSE NO. 5.1.2(i) OF TECHNICAL SPECIFICATIONS (SECTION-VI PART-A SUB-
SECTION-IA) AND HAS A ONGOING TECHNICAL COLLABORATION AGREEMENT
WITH A PARTY WHO MEETS THE REQUIREMENTS OF CLAUSE NO. 5.1.1 OF
TECHNICAL SPECIFICATIONS (SUB-SECTION-IA, PART-A, SECTION-VI)

(TO BE SUBMITTED PRIOR TO THE PLACEMENT OF ORDER ON THE APPROVED


SUB-VENDOR)

This DEED of JOINT UNDERTAKING executed on this ..................................... day of


................ two thousand ............... by M/s ................................................... a Company
incorporated under.............................. having its Registered Office at ...........................................
(hereinafter called the "Associate/Collaborator'', 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 Bidder,
which expression shall include its successors, administrators, executors and permitted
assigns) in favour of NTPC Limited A Govt. of India Enterprise 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 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.

WHEREAS M/s ......................................... (Bidder/Contractor) 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 Super
Thermal Power Project Stage-I (4x660MW) against the Employer's above specifications
which interalia include Isolated Phase Busduct.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 332 of 362

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 M/s .......................................................................... (Bidder/Sub Vendor) meets


the requirements of Clause No. 5.1.2.(i) of Technical Specifications (Section-VI, Part-A Sub-
Section-IA) and has an on-going technical collaboration agreement with M/
s............................................... (hereinafter referred to as Associate/Collaborator) who meets
the requirement of Clause No. 5.1.1 of Technical Specifications (Section-VI, Part-A Sub-
Section-IA).

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").

NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER:

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 333 of 362

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.

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 :

(a) The Associate/Collaborator will be fully responsible for design, engineering,


supply, installation, putting into satisfactory operation and successful
performance of equipments to the satisfaction of the Employer.

Further, the Associate/Collaborator shall depute their technical experts from


time to time to the Bidder / Sub Vendor's works/Employer's project site as
required by Employer and agreed to by the Bidder / Sub Vendor/Collaborator
to facilitate the successful performance of equipments as stipulated in the
aforesaid Contract.

Further the Associate/Collaborator shall ensure proper design, manufacture,


installation, testing and successful performance of equipments in accordance
with the Contract specifications and if necessary the Associate/Collaborator
shall advise the Bidder/Sub Vendor suitable modifications of design and
implement necessary corrective measures to discharge the obligations under
the Contract.

(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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 334 of 362

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.

6. Apart from the Contractor Performance Bank Guarantee, the Associate/Collaborator


shall furnish "as Security" the Performance Bank Guarantee, from Bank specified in
the bidding documents in favour of the Employer in a form acceptable to Employer.
The value of such Bank Guarantee shall be equal to INR 2.0 Million (Indian
Rupees Two million only) and it shall be towards guaranteeing 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 for the entire period of contract, i.e. till ninety (90) days beyond
the end of the Defect Liability Period of Contract. In case of delay in completion of
defect liability period under the Contract, the validity of this Bank Guarantee shall be
extended by such period of delay. The Bank 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 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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 335 of 362

For M/s …….....................................


(Associate/Collaborator)

Witness :

1. ................................................. ........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : ............................................


(Official Address)
Designation :.....................................

Common Seal of the Company


..........................................………......

For M/s.........…….............................
(Bidder)

2. ................................................. .........................................................
(Signatures) (Signature of the authorised
representative)

................................................. Name : .........................................


(Official Address)
Designation :..................................

Common Seal of the Company


...........................................………

Note : Power of Attorney of the Persons Signing on behalf of Associate/Collaborator


and Bidder is to be furnished by the Bidder and to be attached with this
signed Deed of Joint Undertaking.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 336 of 362

(AS PER CLAUSE NO: 5.2.3 ROUTE 3 OF TECHNICAL SPECIFICATIONS (SECTION–


VI PART-A SUB-SECTION-IA)

(APPLICABLE FOR BIDDER/SUB VENDOR WHO MEETS THE REQUIREMENTS OF


CLAUSE NO: 5.2.3 OF TECHNICAL SPECIFICATIONS (SECTION–VI PART-A SUB-
SE CT ION-IA) AND CO LLABORAT ES / ASSOCIATES WITH A TRANSFORMER
MANUFACTURER MEETING T HE REQUIREMENT S OF CLAUSE NO: 5.2.1 OF
TECHNICAL SPECIFICATIONS (SECTION–VI PART-A SUB-SECTION-IA))

(TO BE SUBMITTED PRIOR TO THE PLACEMENT OF ORDER ON THE APPROVED


SUBVENDOR)

This DEED OF UNDERTAKING executed this.................day of.................Two thousand ...............


by M/s..................................................................a Company incorporated
under.......................…………….having its Registered office at........................……………
(hereinafter called the “Collaborator” / “Associate”, which expression shall include its successors,
administra­tors, executors and permitted assigns) and M/s
.........................................................(Bidder) a Company registered under the .................................
having its Registered Office at .................................... (hereinafter called the “Bidder/Contractor”,
which expression shall include its successors, administrators, executors and per­mitted assigns)
and M/s............................................ (Sub-vendor{if applicable}) a company registered under the
............................................. having its registered office at .................................................
(hereinafter called the “Sub-vendor”, which expression shall include its successors, administrators,
executors and permitted assigns) in favour of NTPC Ltd., A Government of India Enterprise,
incorporated under the Companies Act, 1956, having its Registered Office at NTPC Bhawan
Scope Complex, 7, Institutional Area, Lodi Road, New Delhi-110003 (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, 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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 337 of 362

Specifications (SECTION–VI PART-A SUB-SECTION-IA) of bidding document and Bidder, Sub-


vendor(if applicable) and Associate/Collaborator furnish a deed of joint undertaking meeting the
requirement of 5.2.3 of Technical Specifications (SECTION–VI PART-A SUB-SECTION-IA) forming
part of bidding document.

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.

AND WHEREAS M/s .......................................................................... (Bidder/Sub-vendor) who have


Association/Collaboration for design and manufacturing of 800 KV Class transformer in India and
meets the requirements stipulated in item no. 5.2.3 of Technical Specifications (SECTION–VI PART-
A SUB-SECTION-IA) and desires to Associate with M/s ……………....................... (Associate) who
meets the requirements in respect of Generator Transformers as specified in Item No. 5.2.1 of
Technical Specifications (SECTION–VI PART-A SUB-SECTION-IA), the Bidder, the Sub-vendor (if
applicable) and Associate are required to jointly execute and furnish an irrevocable Deed of Joint
Undertaking and be jointly and severally responsible and bound unto the Employer for the successful
performance of the equipments for Barethi Super Thermal Power Project, (4 X 660 MW) fully
meeting the stipulated technical requirements, guaranteed parameters and characteristics as per
bidding documents, in the event the Bid is accepted by the Employer resulting into a Contract.

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER:

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 338 of 362

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:

a. Associate shall be jointly & severally responsible for design, engineering,


manufacture, supply, installation, testing, commissioning, completion of facilities of
the equipment under his Collaboration and carrying out the guarantee tests as per
the guaranteed parameters, as specified in the Contract to the satis­faction of the
Employer.

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.

c. Implementation of the corrected design and all other neces­sary repairs,


replacements, rectifications or modifications to the equipment and payment of
financial liabilities & penalties shall be the joint and several responsibility of the
Contractor and Associate.

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 339 of 362

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)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 340 of 362
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 Transformers in India.

* Bidder to Strike out whatever is not applicable.

** Power of Attorney of the Persons signing on behalf of Collaborator/Associate and Bidder/


Sub-vendor duly supported by the documents such as Board Resolution etc. authorising
him to sign shall be attached with the signed Deed of Joint Undertaking.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 341 of 362

FORM OF DEED OF JOINT UNDERTAKING

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

(AS PER CLAUSE NO: 5.3.3 ROUTE 3 OF TECHNICAL SPECIFICATIONS (SECTION–


VI PART-A SUB-SECTION-IA)

(APPLICABLE FOR BIDDER/SUB VENDOR WHO MEETS THE REQUIREMENTS OF


CLAUSE NO: 5.3.3 OF TECHNICAL SPECIFICATIONS (SECTION–VI PART-A SUB-
SE CT ION-IA) AND CO LLABORAT ES / ASSOCIATES WITH A TRANSFORMER
MANUFACTURER MEETING T HE REQUIREMENT S OF CLAUSE NO: 5.3.1 OF
TECHNICAL SPECIFICATIONS (SECTION–VI PART-A SUB-SECTION-IA))

(TO BE SUBMITTED PRIOR TO THE PLACEMENT OF ORDER ON THE APPROVED


SUBVENDOR)

This DEED OF UNDERTAKING executed this.................day of.................Two thousand ...............


by M/s..................................................................a Company incorporated
under.......................…………….having its Registered office at........................……………
(hereinafter called the “Collaborator” / “Associate”, which expression shall include its successors,
administra­tors, executors and permitted assigns) and M/s
.........................................................(Bidder) a Company registered under the .................................
having its Registered Office at .................................... (hereinafter called the “Bidder/Contractor”,
which expression shall include its successors, administrators, executors and per­mitted assigns)
and M/s............................................ (Sub-vendor{if applicable}) a company registered under the
............................................. having its registered office at .................................................
(hereinafter called the “Sub-vendor”, which expression shall include its successors, administrators,
executors and permitted assigns) in favour of NTPC Ltd., A Government of India Enterprise,
incorporated under the Companies Act, 1956, having its Registered Office at NTPC Bhawan
Scope Complex, 7, Institutional Area, Lodi Road, New Delhi-110003 (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, 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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 342 of 362

(SECTION–VI PART-A SUB-SECTION-IA) of bidding documents and have Collaboration/Association


for design and manufacturing of 800 KV class Reactors in India and the Associate(s)/Collaborator(s)
who meets the requirement of Clause 5.3.1 for Reactors of Technical Specifications (SECTION–VI
PART-A SUB-SECTION-IA) of bidding document and Bidder, Sub-vendor(if applicable) and Associate/
Collaborator furnish a deed of joint undertaking meeting the requirement of 5.3.3 of Technical
Specifications (SECTION–VI PART-A SUB-SECTION-IA) forming part of bidding document.

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.

AND WHEREAS M/s .......................................................................... (Bidder/Sub-vendor) who have


Association/Collaboration for design and manufacturing of 800 KV Class Reactor in India and
meets the requirements stipulated in item no. 5.3.3 of Technical Specifications (SECTION–VI PART-
A SUB-SECTION-IA) and desires to Associate with M/s ……………....................... (Associate) who
meets the requirements in respect of Reactors as specified in Item No. 5.3.1 of Technical
Specifications (SECTION–VI PART-A SUB-SECTION-IA), the Bidder, the Sub-vendor (if applicable)
and Associate are required to jointly execute and furnish an irrevocable Deed of Joint Undertaking
and be jointly and severally responsible and bound unto the Employer for the successful performance
of the equipments for Barethi Super Thermal Power Project, (4 X 660 MW) fully meeting the
stipulated technical requirements, guaranteed parameters and characteristics as per bidding
documents, in the event the Bid is accepted by the Employer resulting into a Contract.

NOW THEREFORE, THIS DEED WITNESSETH AS UNDER:

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 343 of 362

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:

a. Associate shall be jointly & severally responsible for design, engineering,


manufacture, supply, installation, testing, commissioning, completion of facilities of
the equipment under his Collaboration and carrying out the guarantee tests as per
the guaranteed parameters, as specified in the Contract to the satis­faction of the
Employer.

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.

c. Implementation of the corrected design and all other neces­sary repairs,


replacements, rectifications or modifications to the equipment and payment of
financial liabilities & penalties shall be the joint and several responsibility of the
Contractor and Associate.

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 344 of 362

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)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 345 of 362

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)

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 346 of 362

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.

* Bidder to Strike out whatever is not applicable.

** Power of Attorney of the Persons signing on behalf of Collaborator/Associate and Bidder/


Sub-vendor duly supported by the documents such as Board Resolution etc. authorising
him to sign shall be attached with the signed Deed of Joint Undertaking.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 347 of 362

FORM OF DEED OF JOINT UNDERTAKING

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY T HE BIDDER/ SUB


VENDOR AND THE ASSOCIAT E / COLLABORATOR FOR 11 KV / 3.3 KV
SWITCHGEARS FOR MAIN PLANT TURNKEY PACKAGE FOR BARETHI SUPER
THERMAL POWER PROJECT STAGE-I (4x660MW)

(AS PER CLAUSE NO: 5.6 ROUTE 2 OF TECHNICAL SPECIFICATIONS (SECTION-VI


PART-A, SUB-SECTION-IA)

[APPLICABLE FOR BIDDER/SUB VENDOR WHO MEETS THE REQUIREMENTS OF


CLAUSE NO: 5.6.4, 5.6.5 AND 5.6.6 OF TECHNICAL SPECIFICATIONS (SECTION-VI
PART-A, SUB-SECTION-IA) AND HAS TECHNOLOGICAL SUPPORT OF ITS
ASSOCIATE OR COLLABORATOR WHO MEETS THE REQUIREMENTS OF CLAUSE
NO: 5.6.2 AND 5.6.3 OF TECHNICAL SPECIFICATIONS (SECTION-VI PART-A SUB-
SECTION-IA)]

(TO BE SUBMITTED PRIOR TO THE PLACEMENT OF ORDER ON THE APPROVED


SUB VENDOR)

This DEED of JOINT UNDERTAKING executed on this ..................................................... day


of ................................. Two thousand ....................... by M/s ......................................................
a Company incorporated under ......................................... having its Registered Office at
..................................................................................... (hereinafter called the ''Associate/
Collaborator'', which expression shall include its successors, administrators, executors and
permitted assigns) and M/s.................................................................... a company registered
under the ................................................... having its registered off ice at
…............................................... (hereinafter called the "Bidder/ Sub Vendor", which expression
shall include its successors, administrators, executors and permitted assigns) in favour of
NTPC Limited, A Government 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-110003, 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 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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 348 of 362

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.

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 Super Thermal Power Project
Stage-I (4x660MW) against the Employer's above specifications, which interalia include MV
Switchgears.

AND WHEREAS M/s......................................... (Bidder/Sub-Vendor) meets the requirements of


Clause No. 5.6.4, 5.6.5 & 5.6.6 of Technical Specifications (Sub-Section-IA, Part-A Section-
VI) and has proposed for technological support of M/s..................…….. (hereinafter referred
to as Associate/Collaborator) who meets the requirement of Clause No. 5.6.2 & 5.6.3 of
Technical Specifications (Sub-Section-IA, Part-A Section-VI).

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").

NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER:

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

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 349 of 362

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.

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:

(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.

Further, the Associate/Collaborator shall depute their technical experts from


time to time to the Bidder's/Sub Vendor's works/Employer's project site as
required by Employer and agreed to by the Bidder/Sub Vendor /Associate or
Collaborator to facilitate the successful performance of 11 KV / 3.3 KV
Switchgears as stipulated in the aforesaid Contract.

Further the Associate/Collaborator shall ensure proper design, manufacture,


installation, testing, commissioning and successful performance of MV
Switchgears in accordance with the Contract specifications and if necessary
the Associate/Collaborator shall advise the Bidder/ Sub Vendor suitable
modifications of design and implement necessary corrective measures to
discharge the obligations under the Contract.

(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.

6. In case of award, the Associate/Collaborator shall furnish "as Security" an on


demand Performance Bank Guarantee, from Bank specified in the bidding
documents in favour of the Employer in a form acceptable to Employer. The value
of such Bank Guarantee shall be equal to INR 7 Million (Indian Rupees Seven
Million only) and it shall be towards guaranteeing 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 for the entire period of contract, i.e. till ninety (90) days beyond the end of
the Defect Liability Period of the Contract. In case of delay in completion of defect
liability period, the validity of this Bank Guarantee shall be extended by the period of
such delay. The Bank 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 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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 351 of 362

9. That this Deed of Undertaking shall be operative from the date of its execution.

IN WITNESS WHEREOF, the Associate/Collaborator and the Bidder/ Sub Vendor,


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 :

1. ............................................... For M/s ...............................................


(Signature of the Authorised (Associate/Collaborator)
Representative)
(Signature Name & Address)
............................................................

Name ................................................

Designation........................................

Common Seal of the Company


............................................................

WITNESS :

1. ............................................... For M/s ...............................................


(Signature of the Authorised (Bidder/Sub Vendor)
Representative)
(Signature Name & Address)
..........................................................

Name ................................................

Designation........................................

Common Seal of the Company


............................................................

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.

Signature of authorized signatory.........................


ATTACHMENT - 3K
Page 352 of 362

FORM OF DEED OF JOINT UNDERTAKING


(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE ASSOCIATE/
COLLABORATOR ALONGWITH BIDDER FOR SWITCHYARD PACKAGE FOR
BARETHI SUPER THERMAL POWER PROJECT, STAGE-I (4X660MW)

(AS PER ITEM NO. 5.15.3 OF SUB SECTION-IA, Part-A, Section-VI )


(APPLICABLE FOR THE BIDDER WHO MEETS THE REQUIREMENTS OF ITEM
NO. 5.15.3 (a) OF OF SUB SECTION-IA, Part-A, Section-VI AND ASSOCIATES WITH
AN ORGANISATION WHO MEETS THE REQUIREMENTS OF ITEM NO. 5.15.1 OF
OF SUB SECTION-IA, Part-A, Section-VI )

This DEED of UNDERTAKING executed this..................................................................... day of


................................. Two thousand ............................. by M/s ......................................................
a Company incorporated under ......................................... having its Registered Office at
..................................................................................... (hereinafter called the ''Associate'', which
expression shall include its successors, administrators, executors and permitted assigns)
and M/s.................................................................... a company registered und er the
................................................... having its registered office at …...............................................
(hereinafter called the "Bidder/ 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 "Sub-Vendor", which expression shall include its successors,
administrators, executors and permitted assigns) in favour of NTPC Limited, A Government
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-
110003, 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, 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.

AND WHEREAS clause No. 5.15.3 OF SUB-SECTION-IA, Part-A, Section-VI of Bidding


Documents stipulates that the Bidder/Sub-vendor can also participate provided the Bidder/
*Sub-vendor meets the requirements stipulated at clause No. 5.15.3(a) OF SUB-SECTION-IA,
Part-A, Section-VI of bidding document and its Associate, who in turn meets the stipulated
requirements at clause No. 5.15.1 OF SUB-SECTION-IA, Part-A, Section-VI of Bidding
ATTACHMENT - 3K
Page 353 of 362

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.

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 Super Thermal Power Project,
Stage-I (4X660MW) against the Employer's above specifications.

AND WHEREAS M/s......................................... (Bidder/Contractor/*Sub-Vendor) meets the


requirements of Item No. 5.15.3(a) OF SUB-SECTION-IA, Part-A, Section-VI of bidding
document and associates with M/s..................….. (hereinafter referred to as Associate) who
meets the requirement of Item No. 5.15.1 OF SUB-SECTION-IA, Part-A, Section-VI of bidding
document

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").

NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER :

1. That in consideration of the Award of the Contract by the Employer to the


Contractor, we, the aforesaid Associate and the Contractor/*Sub-Vendor, do hereby
declare and undertake that we shall be jointly and severally responsible to the
Employer for design, erection, testing and commissioning of complete switchyard
and perform all the contractual obligations.

2. In case of any breach of the Contract committed by the Contractor/*Sub-Vendor,


we, the Associate, do hereby undertake, declare and confirm that we shall be fully
responsible for design, erection, testing and commissioning of complete switchyard
and undertake to carryout all obligation and responsibilities under this Deed of Joint
Undertaking in order to discharge the Contractor'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 and the
Contractor/*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.
ATTACHMENT - 3K
Page 354 of 362

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.

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:

(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.

Further the Associate shall ensure proper design, erection, testing,


commissioning and successful performance of Switchyard in accordance with
the Contract specifications and if necessary the Associate shall advise the
Contractor/*Sub-Vendor suitable modifications of design and implement
necessary corrective measures to discharge the obligations under the
Contract.

(b) In the event the Associate and Contractor/*Sub-Vendor fail to demonstrate


successful performance of Switchyard as set forth in paragraph 1 above, the
Associate and the Contractor/*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 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.

6. In case of award, in addition to the Contractor Performance Bank Guarantee


furnished by the Contractor, the Associate shall furnish "as Security" an on demand
Performance Bank Guarantee, from Bank specified in the bidding documents in
favour of the Employer in a form acceptable to Employer. The value of such Bank
Guarantee shall be equal to INR 65 Million(Indian Rupees Sixty Five Million
Only) and it shall be towards guaranteeing 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 for the
entire period of contract, i.e. till ninety (90) days beyond the end of the Defect
Liability Period of the Contract. In case of delay in completion of defect liability
period, the validity of this Bank Guarantee shall be extended by the period of such
delay. The Bank 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 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........................................

Common Seal of the Company


............................................................

WITNESS :

1. ............................................... For M/s ...............................................


(Signature of the Authorised (Bidder / Contractor)
Representative)
(Signature Name & Address)
..........................................................

Name ................................................

Designation........................................
Common Seal of the Company
............................................................
WITNESS :

1. ............................................... For M/s ...............................................


(Signature of the Authorised (Sub-Vendor)
Representative)
(Signature Name & Address)
..........................................................

Name ................................................
Designation........................................

Common Seal of the Company


............................................................

Note : 1. * Bidder/Contractor to strike out whichever is not applicable.

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)

(TO BE FURNISHED BY THE CONTRACTOR PRIOR TO THE


PLACEMENT OF ORDER FOR THE EQUIPMENT)

DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE CONTRACTOR, THE


INDIAN MANUFACTURER OF (……………………)* MEETING THE REQUIREMENT
OF CLAUSE (……………………)**, OF TECHNICAL SPECIFICATION OF THE
BIDDING DOCUMENTS AND THE COLLABORATOR OF THE INDIAN
MANUFACTURER OF (………………….)* MEETING THE REQUIREMENT OF
CLAUSE (……………………)**, OF TECHNICAL SPECIFICATION OF THE BIDDING
DOCUMENTS FOR SATISFACTORY PERFORMANCE OF THE OFFERED
(……………………)* MANUFACTURED BY INDIAN MANUFACTURER FOR 765 kV
SWITCHYARD ASSOCIATED WITH BARETHI STPP, STAGE-I (4X660 MW)
(AS PER CLAUSE 5.16, SUB SECTION-IA, SECTION-IV, PART-A,
TECHNICAL SPECIFICATIONS

This DEED of UNDERTAKING executed this..................................................................... day


of................................. Two thousand............................. by M/s ......................................................
a Company incorporated under ......................................... having its Registered Office at
..................................................................................... (hereinafter c alled the ‘’Indian
Manufacturer’’, which expression shall include its successors, administrators, executors and
permitted assigns), and its Collaborator M/s.................................................................... a
company registered under the ................................................... having its registered office at
…............................................... (hereinafter called the “Collaborator”, 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 “Bidder/Contractor”, which expression shall include its successors,
administrators, executors and permitted assigns) in favour of NTPC Limited, A Government
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-
110003, INDIA (hereinafter called “NTPC” or “Employer” which expression shall include its
successors, administrators, executors and assigns).

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.

WHEREAS M/s.................................. (Contractor) has been awarded a contract by the


Employer vide Notification of Award Ref. No..……………….. dated…………. for Main Plant
Turnkey Package for Barethi Super Thermal Power Project, Stage-I (4X660MW). against
the Employer’s above specifications.

AND WHEREAS M/s …………………………(Indian Manufacturer) meets the requirement of


Clause (…………………….)** , of Technical Specifications of the Bidding documents, and
collaborates with M/s……………… (Collaborator) who meets the requirements of Clause
(…………………….)**, of Technical Specifications of the Bidding documents. The
Contractor, the Indian Manufacturer and the Collaborator are required to jointly execute and
furnish prior to the placement of order for (……………………)*, an irrevocable Deed of
Joint undertaking that they shall be held jointly and severally responsible and bound unto
the Employer for satisfactory performance of the offered equipment manufactured by Indian
Manufacturer.

NOW THEREFORE, THIS UNDERTAKING WITNESSETH AS UNDER:

1. That in consideration of the Award of the Contract to the Indian Manufacturer by


the Contractor, we, the aforesaid Indian Manufacturer, the Collaborator and the
Contractor, do hereby declare and undertake that we shall be jointly and severally
responsible to the Employer for satisfactory performance of the (……………………)*
and perform all the contractual obligations including the technical guarantees for the
said equipment.

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.

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:

(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.

Further the Collaborator shall ensure satisfactory performance of the


(……………………)* in accordance with the Contract specifications and if
necessary the Collaborator shall advise the Indian Manufacturer and/or 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/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 (……………………)*.

6. In addition to the Contract Performance Security furnished by the Contractor, the


Collaborator shall furnish “as Security” an on demand Bank Guarantee, from a Bank
specified in the bidding documents in favour of the Employer in a form acceptable
to the Employer. The value of such Bank Guarantee shall be equal to
(……………………)@ and it shall be towards guaranteeing 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 the Defect Liability Period of the
last equipment covered under this Deed of Joint Undertaking. In case of delay in
completion of defect liability period, the validity of this Bank Guarantee shall be
extended by the period of such delay. The Bank 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 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 :

1. ............................................... For M/s ...............................................


(Signature of the Authorised (Indian Manufacturer)
Representative)
(Signature, Name & Address)

.................................................
( 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 :

1. ............................................... For M/s ...............................................


(Signature of the Authorised (Bidder/Contractor)
Representative)
(Signature, Name & Address)

.................................................
( Name and Official Address)
Name ................................................
2. ...............................................
(Signature of the Authorised Designation........................................
Representative)

.................................................. Common Seal of the Company


( Name and Official Address)
..........................................................

Note : 1. Power of Attorney of the persons signing on behalf of the Indian


Manufacturer, the Collaborator and the Contractor is to be furnished by the
Contractor and to be attached with the signed Deed of Joint Undertaking.

2. The Bank Guarantee shall be from a Bank as per provisions of Section-V


(SCC) of the Bidding Documents.

3. The Deed of Joint Undertaking should be on a valid ‘Non-Judicial Stamp


Paper” and is to be submitted by the Contractor to the Employer prior to
the placement of order for the equipment covered under this Deed of Joint
Undertaking.

*(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)

You might also like