Sunteți pe pagina 1din 79

THDC INDIA LIMITED

(A Joint venture of Govt. of India & UP)

KHURJA SUPER THERMAL POWER PROJECT (2 X 660 MW)

BIDDING DOCUMENTS

FOR

SWITCHYARD PACKAGE

SECTION – VII

BOOK 1 OF 3
CONSULTANT
NTPC Limited
(A Government of India Enterprise)

BIDDING DOCUMENT NO. : THDC/RKSH/CC- 9915-375


THDC INDIA LIMITED
(A Joint venture of Govt. of India & UP)

KHURJA SUPER THERMAL POWER PROJECT (2 X 660 MW)

BIDDING DOCUMENTS

FOR

SWITCHYARD PACKAGE

SECTION – VII
BOOK 1 OF 3
CONSULTANT

NTPC Limited

(A Government of India Enterprise)

BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915- 375


(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
Sl.No. Description
1. (i) Bid Form Techno-Commercial Bid along with Attachments
[enclosed as Section-VII, Book 1 of 3]
(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 :
2. Bid Security Form - Bank Guarantee
2a. Bid Security Form Letter of Credit - NOT APPLICABLE
3. (a) Form of Notification by the Employer to the Bidder- NOT APPLICABLE
(b) Form of Sight Draft - NOT APPLICABLE
4. Forms of Notification of Award
5. Form of Contract Agreement
6. Performance Security Forms
7. (i) Bank Guarantee Form for Down Payment (Supply-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)
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)
BIDDER MAY TAKE NOTE OF THE FOLLOWING
POINTS WHILE SUBMITTING ITS BID

* BIDDERS ARE REQUIRED TO FURNISH REQUISITE DETAILS IN THE FORMATS


SPECIFIED IN THE BIDDING DOCUMENTS FOR MEETING THE STIPULATED
QUALIFYING REQUIREMENTS (QR) ALONG WITH ALL SUPPORTING
DOCUMENTS LIKE COPIES OF CLIENT'S CERTIFICATES, WORK ORDER AND
CONTRACT AGREEMENTS ETC. IF ANY OF THE REFERENCE WORKS
FURNISHED BY BIDDER PERTAINS TO THE CONTRACT(S)/WORKS EXECUTED
BY BIDDER FOR NTPC IN THE PAST THEN IN RESPECT OF SUCH
CONTRACT(S)/WORKS, BIDDER IS NOT REQUIRED TO ENCLOSE CLIENT'S
CERTIFICATE(S) ALONG WITH ITS BID.
* IN CASE OF EXTENSION OF TECHNO-COMMERCIAL BID OPENING DATE,
BIDDER TO FURNISH AUDITED ANNUAL REPORTS ALONG WITH ITS BID AS
PER EXTENDED DATE OF TECHNO-COMMERCIAL BID OPENING TO MEET
THE STIPULATED FINANCIAL QR CRITERIA.
* POWER OF ATTORNEY DULY NOTARIZED BY A NOTARY PUBLIC INDICATING
THAT THE PERSON(S) SIGNING THE BID HAS/HAVE THE AUTHORITY TO SIGN
THE BID AND THE BID IS BINDING UPON THE BIDDER DURING THE FULL
PERIOD OF ITS VALIDITY BACKED BY A COPY OF BOARD
RESOLUTION/OTHER RELEVANT DOCUMENTS TO DEMONSTRATE THE
AUTHORITY OF THE PERSON ISSUING THE POWER OF ATTORNEY. TO BE
FURNISHED ALONG WITH THE BID.
* POWER OF ATTORNEY TO THE AUTHORISED SIGNATORY OF THE BIDDER
FOR SIGNING OF BID AND DJU/JV AGREEMENT ETC., WHEREVER
APPLICABLE, TO BE SUBMITTED ALONG WITH BID AND SHOULD BE DATED
NOT LATER THAN THE DATE OF SIGNING THE BID.
* BIDDER TO ENSURE THAT TENDER FEE/BID SECURITY/INTEGRITY
PACT/DJU/JV AGREEMENT TO BE SUBMITTED IN ORIGINAL STRICTLY AS PER
SPECIFIED FORMATS DULY SIGNED IN ORIGINAL BY AUTHORIZED
SIGNATORY AND STAMPED ON EACH PAGE. SCANNED /PHOTOCOPY OF
THESE ORIGINAL DOCUMENTS WITHOUT SIGNATURE IN ORIGINAL SHALL
NOT BE ACCEPTABLE AND SHALL BE SUMMARILY REJECTED.
* DATE OF PURCHASE OF STAMP PAPER OF INSTRUMENTS LIKE BID
SECURITY, DEED OF JOINT UNDERTAKING ETC SHOULD BE ON OR BEFORE
THE DATE OF EXECUTION OF SUCH INSTRUMENTS. IN CASE SUCH
INSTRUMENTS HAVE BEEN EXECUTED OUTSIDE INDIA, THE SAME SHOULD
BE PROPERLY ADJUDICATED AS PER SECTION 18 OF STAMP ACT.
BID FORM

STAGE-I
(TECHNO-COMMERCIAL BID)
BID FORM
Page 1 of 6

BID FORM: Envelope-I (Techno-Commercial) Bid


Proposal Ref. No. .......................
Date : ...................
IFB No. : ……………..

Name of Package : SWITCHYARD PACKAGE FOR KHURJA STPP (2x660 MW) -


Bidding Document No. : THDC/RKSH/CC-9915-375.
To
CORPORATE CONTRACTS,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

1.0 Having examined the Bidding Documents No. THDC/RKSH/CC-9915-375,


including subsequent amendments ............................. and
clarifications............................., if any (Insert Numbers), the receipt of which is
hereby acknowledged, we the undersigned, offer to design, manufacture, test,
deliver, construct, install and commission (including carrying out Guarantee Test)
the facilities under the above-named Package in full conformity with the said
Bidding Documents and hereby furnish our Techno-Commercial Bid.

2.0 Attachments to the Bid Form Envelope-I (Techno-Commercial) Bid :

In line with the requirement of the Bidding Documents, we enclose herewith the
following Attachments to the Bid Form Envelope-I (Techno-Commercial) Bid.

(a) Attachment 1 : Bid Security in the form of .........................................


(Please fill in the alternative chosen) for a sum of
............................................ (Name of currency and amounts in words &
figures) valid for a period of 225 days from the date set for opening of
techno-commercial bids. As required, the Attachment-1 (i.e. Bid Security)
has been furnished in a separate sealed envelope.

(a1) Attachment 1A: Tender Fee in the form of .........................................


(Please fill in the alternative chosen) for a sum of
............................................ (Name of currency and amounts in words &
figures). As required, the Attachment-1A (i.e. Tender Fee) has been
furnished in a separate sealed envelope.

(b) Attachment 2 : A Power of Attorney duly authorised by a Notary Public


indicating that the person(s) signing the bid has/have the authority to sign
the bid and thus that the bid is binding upon us during the full period of its
validity in accordance with the ITB Clause No.13.
BID FORM
Page 2 of 6

(c) Attachment 3 : The documentary evidence establishing in terms of


Section ITB 8.1.2(a) and Item No. 4 of BDS that we are qualified to
perform the Contract if our bid is accepted. The qualification data has
been furnished as per your format enclosed with the Bidding Documents.

@ The original required Deed(s) of Joint Undertaking and other


documents in compliance to the requirement of item no. 4.0 of BDS
has also been furnished as per your format in physical form in
separate sealed envelope along with bid security/integrity pact.

(d) Attachment 4 : The documentary evidence establishing in accordance


with ITB Clause 2 that the facilities offered by us are eligible facilities and
conform to the Bidding Documents, has been furnished as Attachment 4.

(d1) Attachment-4A : A list of Special Tools & Tackles to be furnished by us,


the cost of which is included in our Lumpsum Bid Price quoted in
Envelope-II (Price) Bid, is enclosed as per your format as Attachment 4A.

(e) Attachment 5 : The details of all major items of services or supply which
we propose subletting giving details of the name and nationality of the
proposed sub-contractors/sub-vendors for each item.

(f) Attachment 6 : "Certificate of compliance to all provisions of Bid


Documents " confirming that no deviation has been taken by us to the
requirement of all provisions of the Bidding documents. Further, the
above certificate is enclosed in a separate sealed envelope.

(g) Attachment 7 : Information on Local Agent-Not Applicable

(h) Attachment 8: Declaration on Demonstration Parameters as per your


format enclosed in the Bidding Documents.

(i) Attachment 8A: Functional Guarantees – NOT APPLICABLE

(j) Attachment 9: List of Construction and Erection Tools & plants and safety
equipment & safety personal protective equipments which we propose to
bring to site in case the Contract is awarded to us.

(k) Attachment 10 : Technical Data Sheets duly filled in as per your format
given in separately bound book entitled "Technical Data Sheets"
enclosed as Part of Technical Specification of the bidding documents.

(l) Attachment 11 : Deleted

(m) Attachment 12 : Quality Assurance Programme containing the overall


quality management & procedures which we propose to follow during
various phases of execution of the Contract.

(n) Attachment 13 : Additional Information provided by us.

(o) Attachment 14 : Milestone schedule alongwith master network showing


the timing and sequence of all key activities necessary for successful
Completion of Facilities.
BID FORM
Page 3 of 6

(p) Attachment 15 : Price Adjustment Data filled in by us.

(q) Attachment 16 : Authorization Form for release of payments through


Electronic Fund Transfer system duly filled in as per your format enclosed
in the Bidding Documents.

(r) Attachment 17 : Declaration of ineligibility for corrupt and fraudulent


practices

(s) Attachment 18 : Not Applicable

(t) Attachment 19 : Not Applicable

(u) Attachment 20 : Form of Integrity Pact (IP), duly signed & stamped,
enclosed in a separate sealed envelope.

(v) Attachment 21 : Certificate of Compliance on QR, duly signed & stamped,


enclosed in a separate sealed envelope.

(w) Attachment 22 : Information Regarding Safety Management

(x) Attachment 23 : Checklist of Documents to be submitted for Techno-


Commercial Bid alongwith a copy of amendments/ addenda/ corrigenda/
errata/clarification to the bidding documents.

3.0 CONSTRUCTION OF THE CONTRACT


3.1 Not Applicable

3.2 We declare that we have studied GCC Clause 3.6 relating to mode of contracting
and we are making this proposal with a stipulation that you shall award us two
separate Contracts viz. 'First Contract' for Ex-works (India) supply of domestically
manufactured plant and equipment including mandatory spares and 'Second
Contract' for providing all the services i.e. inland transportation for delivery at site,
inland transit insurance, unloading, storage, handling at site, installation, civil,
structural and allied works, insurance covers other than inland transit insurance,
testing, commissioning and conducting Guarantee Tests in respect of all the
equipments supplied under the 'First Contract' and all other services as specified
in the Contract Documents. We declare that the award of two separate Contracts
will not in any way dilute our responsibility for successful operation of Plant and
Equipment and fulfilment of all the obligations as per Bidding Documents and that
both the Contracts will have cross-fall breach clause i.e. a breach in one contract
will automatically be construed as breach of the other Contract which will confer
on you the right to terminate the other Contracts also at our risk and cost.

4.0 COMPLIANCE TO THE PROVISIONS OF THE BIDDING DOCUMENTS


4.1 We have read all the provisions of the Bidding Documents and confirm that
notwithstanding anything stated anywhere in our bid to the contrary, the
provisions of the Bidding Documents are acceptable to us and we further confirm
that we have not taken any deviation to the provisions of the Bidding Documents
anywhere in our bid.
BID FORM
Page 4 of 6

We have furnished our compliance to the provisions of the Bidding Documents


and its subsequent Amendment(s)/Clarification(s)/Addenda/Errata by submitting
Attachment -6 ( Certificate of Compliance to all provisions of Bid Document).
Submission of above Attachment-6 shall be considered as our confirmation
that any deviation to the Provisions of Bidding Documents found anywhere in
our Bid Proposal, implicit or explicit, shall stand unconditionally withdrawn,
without any cost implication whatsoever to the Employer, failing which our bid
security shall be forfeited.

4.2 We further declare that additional conditions, variations, deviations, if any, found
in the Bid, shall not be given effect to.

4.3 We have furnished our compliance on “Qualifying Requirements” of the Employer


by submitting Attachment-21 (Certificate of Compliance on Qualifying
Requirements).

We hereby confirm that the number of reference plants quoted by us in


Attachment No. 3A of the bid, for establishing compliance to the specified
Qualifying Requirement (QR), are not more than three times the number of plants
wherever specified in the QR. We also confirm that the reference plants declared
more than three times the number of plants wherever specified in the QR shall
not be considered for evaluation / establishing compliance to Qualifying
Requirement (QR).

We further confirm that no change or substitution in respect of reference plant, as


specified in our bid, by new/additional plant for meeting the specified Qualifying
Requirement (QR) shall be offered by us.

5.0 We undertake, if our bid is accepted, to commence work on the Facilities


immediately upon your Notification of Award to us and to achieve Completion of
Facilities and conduct Guarantee Tests within the time specified in the Bidding
Documents.
6.0 We undertake, if our bid is accepted, to commence work on the Facilities
immediately upon your Notification of Award to us and to achieve Completion of
Facilities and conduct Field Quality Tests within the time specified in the Bidding
Documents.

7.0 If our bid is accepted, we undertake to provide Down Payment Security, Contract
Performance Security, and Securities for Deed(s) of Joint Undertaking (as
applicable) in the forms and amounts and within the time specified in the Bidding
Documents.

8.0 We agree to abide by our Envelope-I (Techno-Commercial) Bid and Envelope-II


(Price) Bid during its original validity of 180 days from the date of opening of
techno-commercial bids and any validity extension subsequently granted
pursuant to ITB sub-clause 13.1 and it shall remain binding upon us during the
aforesaid period.
BID FORM
Page 5 of 6

9.0 Until a formal Contract is prepared and executed between us, this bid, together
with your written acceptance thereof in the form of your Notification of Award shall
constitute a binding contract between us.

10.0 We understand that you are not bound to accept the bid.

11.0 We, hereby, declare that only the persons or firms interested in this proposal as
principals are named here and that no other persons or firms other than those
mentioned herein have any interest in this proposal or in the Contract to be
entered into, if the award is made on us, that this proposal is made without any
connection with any other person, firm or party likewise submitting a proposal, is
in all respects for and in good faith, without collusion or fraud.

Dated this...........................day of..........................20...................

Thanking you, we remain,

Yours faithfully,

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

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

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

(Common Seal)............................
Business Address :

Country of Incorporation (Province also to be indicated) :

Fax No. :

Phone No. :

Note : 1. Bidders may note that no prescribed proforma has been enclosed for :

(a) Attachment 2 (Power of Attorney)


BID FORM
Page 6 of 6

(b) Attachment 4, (For documentary evidence establishing that the


facilities offered are eligible facility and conform to bidding
documents.) However, the proforma for Special tools & tackles have
been enclosed as Attachment - 4A.

For Attachments 2 and 4, Bidders may use their own proforma for furnishing
the required information with the Bid.
ATTACHMENT - 1
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

BID SECURITY

BIDDER TO FURNISH BID SECURITY IN LINE WITH


ITB CLAUSE 12.0 AND AS PER FORMAT GIVEN AT
SL. NO. 2.0(a) OF SECTION VII (FORMS & PROCEDURES)

(BID SECURITY IN SEPARATE SEALED ENVELOPE)


ATTACHMENT – 1A
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

TENDER FEE

BIDDER TO FURNISH TENDER FEE


IN LINE WITH
ITB Clause 8.0

(TENDER FEE IN A SEPARATE SEALED ENVELOPE)


ATTACHMENT - 2
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

POWER OF ATTORNEY

{TO BE ENCLOSED AS PER CLAUSE 2.0 (b) OF BID FORM ENVELOPE-I


(TECHNO-COMMERCIAL) BID}

BIDDER TO ATTACH THE POWER OF ATTORNEY INDICATING THAT THE PERSON(S)


SIGNING THE BID HAS/HAVE THE AUTHORITY TO SIGN BOTH [TECHNO-
COMMERCIAL BID AND PRICE BID] THE BID AND THAT THE BID IS BINDING UPON
THE BIDDER DURING THE FULL PERIOD OF ITS VALIDITY IN ACCORDANCE WITH
ITB CLAUSE 13
ATTACHMENT - 3
Page 1 of 1
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

(Qualification Data)

Bidder’s Name and Address: To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

We seek qualification under Clause 8.1.2(a) of Section ITB and Item No. 4 of Bid Data
Sheets and our qualification data in support thereof is enclosed vide following Attachments:

1. Attachment 3A1 to 3A2 : Experience Details of Bidder

2. Attachment 3B : Details of Financial Capacity Status

3. Attachment 3C : Details of Design, Engineering, Manufacturing


and Testing Capabilities

4. Attachment 3D : Details of Manufacturing Capacities & Plant Loading

5. Attachment 3E : Present Order Book Position

6. Attachment 3F : Past Performance Data

7. Attachment 3G : Data regarding Key Construction Personnel

8. Attachment 3H : Manpower Loading Data

9. Attachment 3I : Deed(s) of Joint Undertaking (if applicable)

10. Attachment 3J : Details regarding Project Management Organisation

We further understand and agree that any misleading or false information furnished
by us may result in summary rejection of our bid.

Date : (Signature)..................................
Place : (Printed name)............................
(Designation)................................
(Common Seal)............................

Note: i) The Bidder shall enclose relevant documents like copies of authentic purchase
orders, completion certificates, agreements, etc. supporting the details/data
provided in Attachment-3A to 3J.
ii) Strike out whichever is not applicable.
ATTACHMENT-3A1
Page 1 of 2

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
[Experience details of Bidder seeking qualification
as per Item No. 4.0 of BDS]

Bidder’s Name and Address: To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

A. We .......................................................................... have designed, constructed/erected,


tested and commissioned atleast one (1) Air insulated substation/switchyard of 400KV
or above voltage class having atleast six (6) bays, which are 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. 1.1 of Item No. 4.0 of Bid data
sheet 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 ..............................

1.4.0 Details of substation/switchyard

a) Whether Air Insulated Yes/No


or not

b) Voltage rating for ..............................


Switchyard

c) No. of bays in Switchyard ..............................


ATTACHMENT-3A1
Page 2 of 2

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation No.-
-----------------------------------------------------------------------------------------------------------------------------

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-3A

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

Note : 1. For the purpose of qualifying requirement, one no. of bay shall be considered as a
bay used for Line/Transformer/Reactor/Bus coupler/Bus transfer or Bus section and
comprising of atleast one circuit breaker, two disconnectors and three single phase
current transformers.

2. For the purpose of qualifying requirements the number of reference works/


Installations 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.
ATTACHMENT-3A2
PAGE 1 OF 6
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

(Details pertaining to Financial Criteria of Qualification Requirement


as per Clause 2.1 of Item No. 4.0 of Bid Data Sheet)

A) To satisfy the requirements specified in Clause 2.1 of Item No. 4.0 of Bid Data Sheet, Section-
III, we give below the following details:

a) In terms of Clause No. 2.1, we confirm that our average annual turnover in the preceding three
financial years as on date of Techno-commercial bid opening is not less than 335 Million (Indian
Rupees Three hundred thirty five Million only) or in equivalent foreign currency. In support of
above, we are enclosing Audited Financial Statements.

Sl.No. Financial Year Amount in Rs.


1. 2016 – 2017

2. 2017 – 2018

3. 2018 – 2019

4. Average Annual Turnover for the preceding


three (3) Financial Years as on date of
Techno-Commercial Bid Opening.

5. We have enclosed Audited financial Annexure …… to this Attachment


statements for the last 3 financial years at
Since we are not able to furnish our audited
6. financial statements, on stand alone entity basis,
we are submitting the following documents for
substantiation of our Qualification :

(a) Copies of unaudited unconsolidated financial


statements of the bidder alongwith copies of the
audited consolidated financial statements of our
Holding Company for the last 3 years enclosed at
Annexure………. to this Attachment.

(b) Certificate from the CEO/CFO of the Holding Enclosed at Annexure …………
company stating that the unaudited
unconsolidated financial statements form part of
the consolidated Annual Report of the Holding
Company, is enclosed as per the format at
Appendix-A to this Attachment.
Audited results for the last financial year as on the YES*/NO*
7. date of Techno-Commercial bid opening enclosed

In case not enclosed, financial results certified by


YES*/NO*
ATTACHMENT-3A2
PAGE 2 OF 6
a practicing chartered accountant enclosed Enclosed at Annexure ………

In case financial results certified by a practicing YES*/NO*


chartered accountant not enclosed, then Audited Enclosed at Annexure ………
financial statements for FY 2015-2016 also
enclosed.

Further, a Certificate from the CEO/CFO of the


Bidder stating that the “Financial results of
company are under audit as on the date of
Techno-Commercial Bid Opening and the
certificate from the practicing chartered
accountant certifying the financial parameters is
not available”, is enclosed at Annexure ……. as
per the format at Appendix-C to this Attachment.

b) Since we do not satisfy the Financial Criteria stipulated at Clause No. 2.1 of Item 4.0 of Bid Data
Sheet, Section-III, on our Own, we give below the following details of our Holding Company :

1. Name and Address of the Holding Company: ………..

2. Turnover of the Holding Company with following details:

Sl.No Financial Year Amount in INR


…………..
a) 2016 – 2017
…………
b) 2017 – 2018
…………
c) 2018 – 2019

d) Average Annual Turnover for the preceding …………….


three (3) Financial Years as on date of Techno-
Commercial Bid Opening.

e) We have enclosed audited Financial Statements Annexure …….. to this Attachment


for the preceding three (3) Financial years

Sl. Description As on last day of the preceding


No financial year
3. Paid-up Share Capital of the Holding Company …………..

4. Net Worth of the Holding Company …………..

5. %age of Net worth to Paid-up Share Capital of the …………..


Holding Company

6. A Letter of Undertaking from the Holding


Company, supported by Board Resolution of the
Holding Company, pledging unconditional and
ATTACHMENT-3A2
PAGE 3 OF 6
Sl. Description As on last day of the preceding
No financial year
irrevocable financial support for execution of the
contract by the bidder in case of award is
enclosed as per the format at Appendix-B to this
Attachment. A power of attorney of the person
signing on behalf of holding company is also
enclosed at Annexure ……….. to this Attachment.

7. Documentary evidence like Annual Report/Audited


financial statements together with relevant schedules
for the preceding financial year/ certification of
financial statements from a practicing Chartered
Accountant etc. in respect of holding company in
support of above is enclosed at Annexure………
to this Attachment.

Audited results for the last financial year as on the YES*/NO*


8. date of Techno-Commercial bid opening enclosed

In case not enclosed, financial results certified by a


YES*/NO*
practicing chartered accountant enclosed
Enclosed at Annexure ………..

In case financial results certified by a practicing YES*/NO*


chartered accountant not enclosed, then Audited Enclosed at Annexure ……….
financial statements for FY 2015-2016 also enclosed.
Further, a Certificate from the CEO/CFO of the
Holding Company stating that the “Financial results of
company are under audit as on the date of Techno-
Commercial Bid Opening and the certificate from the
practicing chartered accountant certifying the financial
parameters is not available”, is enclosed Annexure
……. as per the format at Appendix-C to this
Attachment.
ATTACHMENT-3A2
PAGE 4 OF 6

B) To satisfy the requirements specified in Clause 2.2 of Item No. 4.0 of Bid Data Sheet,
Section-III, We give below the following details:

a) We hereby confirm that net worth of our company as on the last day of the preceding financial
year is not less that 100% of its paid-up share capital.
The Details are as under:

Sl. No Description As on last day of the preceding


financial year
1. Paid-up Share Capital

2. Net Worth
3. %age of Net worth to Paid-up Share Capital
4. Documentary evidence like Audited financial
statements for the preceding financial year* in support
of above is enclosed at Annexure …….. to this
Attachment.
5. Since we are not able to furnish our audited financial
statements, on stand alone entity basis, we are
submitting the following documents for substantiation of
our Qualification :

(a) Copies of unaudited unconsolidated financial


statements of the bidder alongwith copies of the audited
consolidated financial statements of our Holding
Company for the last 3 years enclosed at
Annexure…….. to this Attachment.

(b) Certificate from the CEO/CFO of the Holding Enclosed at Annexure …….
company stating that the unaudited unconsolidated
financial statements form part of the consolidated Annual
Report of the Holding Company, is enclosed as per the
format at Appendix-A to this Attachment.
6. Audited results for the last financial year as on the date YES*/NO*
of Techno-Commercial bid opening enclosed

In case not enclosed, financial results certified by a


YES*/NO*
practicing chartered accountant enclosed
Enclosed at Annexure ……
In case financial results certified by a practicing
YES*/NO*
chartered accountant not enclosed, then Audited
Enclosed at Annexure ……..
financial statements for FY 2015-2016 also enclosed.

Further, a Certificate from the CEO/CFO of the Bidder


stating that the “Financial results of company are under
audit as on the date of Techno-Commercial Bid Opening
and the certificate from the practicing chartered
accountant certifying the financial is not available”, is
enclosed Annexure …….. as per the format at
Appendix-C to this Attachment.
ATTACHMENT-3A2
PAGE 5 OF 6

b) Since we do not satisfy the Financial Criteria stipulated at Clause No. 2.2 of Item 4.0 of Bid Data
Sheet, Section-III, on our Own, we give below the following details of our Holding Company
and/or our subsidiary(ies) and/or subsidiaries of our Holding Company:

1. Name and Address of the Group Companies:


1.
2.
3.

Sl. Description As on last day of the preceding


No financial year
2. Paid-up Share Capital of Group Companies
Y1
Y2
Y3
………

3. Net Worth of the Group Companies


X1
X2
X3
………

4. %age of Net worth to Paid-up Share Capital of the


Group Companies
X1/Y1 x100
X2/Y2 x100
X3/Y3 x100
……….

5. Net worth (Combined)


(X1+X2+X3+………)/(Y1+Y2+Y3+……) X 100

6. YES*/NO*
Audited financial statements of Group Companies for
the preceding financial year in support of above is
enclosed at Annexure ……. to this Attachment.
In case not enclosed, financial results certified by a
practicing chartered accountant enclosed YES*/NO*
Enclosed at Annexure ……..
ATTACHMENT-3A2
PAGE 6 OF 6
Sl. Description As on last day of the preceding
No financial year
In case financial results certified by a practicing YES*/NO*
7. chartered accountant not enclosed, then Audited Enclosed at Annexure ………..
financial statements for FY 2015-2016 also enclosed.

Further, a Certificate from the CEO/CFO of the YES*/NO*


Company stating that “the Financial results of
company are under audit as on the date of Techno-
Commercial Bid Opening and the certificate from the
practicing chartered accountant certifying the financial
is not available”, is enclosed Annexure …… as per
the format at Appendix-C to this Attachment.

(i) Net worth means the sum total of the paid up share capital and free reserves. Free reserve
means all reserves credited out of the profits and share premium account but does not
include reserves credited out of the revaluation of the assets, write back of depreciation
provision and amalgamation. Further any debit balance of Profit and Loss account and
miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced
from reserves and surplus.
(ii) Other income shall not be considered for arriving at annual turnover.
(iii) "Holding Company" and "Subsidiary Company" shall have the meaning ascribed to them as
per Companies Act of India.
(iv) For annual Turnover indicated in foreign currency, the exchange rate as on seven (7) days
prior to the date of Techno-Commercial bid opening shall be used.
APPENDIX-A
TO ATTACHMENT – 3A2

PROFORMA OF CERTIFICATE FROM THE CEO/CFO OF THE HOLDING


COMPANY IN ACCORDANCE WITH CLAUSE 2.3 OF ITEM NO. 4.0 OF BDS

(To be submitted by Bidder alongwith the Techno-Commercial Bid)

Ref. : Date :

To
Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

1.0 I, Mr. ............................... (CEO of the Company / CFO of the Company)* declare that M/s.
.................................... (Name of the Holding Company) is the Holding Company of M/s.
..................................... (Name of the Bidder).

2.0 I hereby confirm and undertake that the unaudited unconsolidated financial statements
submitted in respect of the bidder as part of the bid reference no. ............................... dated
...........................have been considered for the purposes of the finalisation of Consolidated
Financial Statements of the Holding Company as part of the Annual Reports.

3.0 I further, certify that the figures in the unaudited unconsolidated financial statements are true
and correct and same have been duly reflected in the audited consolidated financial
statements and / or Annual Report of the Holding Company.

Yours faithfully

(Signature)

Date : (Name & Designation)..........................................

Place : (Name of the Holding Company) ...........................

(Seal of Holding Company) .....................................

Note : *Strike off whichever is not applicable.


APPENDIX-B
TO ATTACHMENT – 3A2

PROFORMA OF LETTER OF UNDERTAKING

(TO BE FURNISHED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

(To be executed by the Holding Company Supported by


Board Resolution and submitted by the Bidder alongwith the Techno-Commercial Bid,
Applicable to the Bidder for meeting the stipulated Financial Qualifying
Requirement as per Clause 2.1 of Item No. 4.0 of Bid Data Sheet)

Ref. : Date :

To
Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

Dear Sirs,

1.0 We, M/s................................ declare that we are the holding company of M/s
............................... (Name of the Bidder) and have controlling interest therein.

M/s. .................................. (Name of the Bidder) proposes to submit the bid for the package
.................................. (Name of the package) for ............................ (Name of the Project)
under bid reference no. ........................... dated ..................... and have sought financial
strength and support from us for meeting the stipulated Financial Qualifying Requirement as
per Clause 2.1 of Item 4.0 of Bid Data Sheet.

2.0 We hereby undertake that we hereby pledge our unconditional & irrevocable financial support
for the execution of the said package to M/s. ................................. (Name of the Bidder), in
case they are awarded the Contract for the said package, at the end of the bidding process.
We further agree that this undertaking shall be without prejudice to the various liabilities that
M/s .................................. (Name of Bidder) would be required to undertake in terms of the
Contract including the Performance Security as well as other obligations of the
Bidder/Contractor.
3.0 This undertaking is irrevocable and unconditional, and shall remain in force till the
successful execution and performance of the entire contract and/or till it is discharged by
Employer.

4.0 We are herewith enclosing a copy of the Board Resolution in support of this undertaking.

Yours faithfully

(Signature of Authorised Signatory


on behalf of the Holding Company)

Witness :

(1) .................................. (Name & Designation)..........................................

(Name of the Holding Company).....................................

(2) .................................. (Seal of the Holding Company)...............................................

Date:

Place:
APPENDIX-C
TO ATTACHMENT – 3A2

PROFORMA OF CERTIFICATE FROM THE CEO/CFO OF THE


COMPANY IN ACCORDANCE WITH ITEM NO. 2.3 OF BDS

(To be submitted by Bidder alongwith the Techno-Commercial Bid)

Ref. : Date :

To
Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

1.0 I, Mr. ............................... (CEO of the Company / CFO of the Company)* confirm and
undertake that the Financial results of the company for the preceding financial year to be
submitted in respect of the bidder as part of the bid reference no. ............................... dated
........................... are under audit as on the date of Techno-Commercial Bid Opening for
……… Package for ……….. and the certificate from the practicing chartered accountant
certifying the financial parameters for the preceding financial year is not available.

Yours faithfully

(Signature)

Date : (Name & Designation)..........................................

Place : (Name of the Company) ...........................

(Seal of Company) .....................................

Note : *Strike off whichever is not applicable.


ATTACHMENT - 3B
Page 1 of 3

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Financial Capacity Status of Bidder and/or wherever
applicable, his Associate(s)/Collaborator(s))

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
---------------------------------------------------------------------------------------------------------------------------

A) Orders in Hand

i) Total value of Contracts

ii) Value of work completed


out of above value
upto March' 2019

iii) Value of anticipated


work to be done
in the following
Financial Years :

2019 - 2020

2020 - 2021

2021 - 2022

2022 – 2023

2023 – 2024

---------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3B
Page 2 of 3

B) Bidder's assessment
of maximum negative
cash flow (fund
requirement) at any
point of time between
Notification of Award
and completion of Contract
based on specified terms
of payment and this
expenditure plan for
equipment being offered
by bidder for this package.

C) Arrangement to meet Own Funds Credit Others Total


the above fund
requirement

D) Gross Turnover of
Company during :

Year ending - March 2015

Year ending - March 2016

Year ending - March 2017

Year ending - March 2018

Year ending - March 2019

E) Balance Sheet & Profit


and Loss Account duly
certified by a Chartered
Accountant for the last Enclosed at Annnexure:-----------
5 years is to be submitted to this Attachment-3B
ATTACHMENT - 3B
Page 3 of 3

F) Declaration by Bankers or the


Chartered Accountant regarding :

i) Line of Credit Enclosed at Annnexure:-----------


to this Attachment-3B

ii) Deferred payment limits Enclosed at Annnexure:-----------


to this Attachment-3B

iii) Fixed Deposits Enclosed at Annnexure:-----------


to this Attachment-3B

iv) Movable Property Enclosed at Annnexure:-----------


Hypothecation. to this Attachment-3B
(Please state the present
utilization status also)

G) Information regarding Enclosed at Annnexure:-----------


any current litigation to this Attachment-3B
in which the Bidder is
involved, the parties
concerned, the disputes
and the disputed amount
if any.

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

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

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

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

Note: 1. The above attachment shall be filled-up by the bidder separately for himself
and and for each Associate/Collaborator being proposed by the
bidder in his bid, as applicable.

2. Continuation sheets of like size and format may be used and annexed to this
schedule if required.

3. The financial details to be furnished by the bidder in this Attachment-3B shall


be same as details furnished in Attachment-3A2.
ATTACHMENT - 3C
Page 1 of 2
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

(Details of Design, Engineering, Manufacturing and Testing Capabilities of


Bidder and/or wherever applicable, his Associate/Collaborator)

Bidder’s Name and Address: To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

(1) We hereby confirm that we do not anticipate any change in ownership during the
proposed period of execution of work (if such a change is anticipated, the scope and
effect thereof shall be defined). The relevant document for same is enclosed at
Annexure ------------ to the Attachment-3C.

Note :

The above shall be filled up and signed separately by the bidder itself and each of
the executants of the Deeds of Joint Undertakings and Letter of Undertakings (If
applicable).

(2) We have furnished adequate detailed write up on

(i) Design and Engineering : Enclosed at Annexure .................


Organisation and Facilities/ to this Attachment-3C
Capabilities.

(ii) Manufacturing & Testing : Enclosed at Annexure .................


Organization and Facilities to this Attachment-3C
available.

(iii) Field Organisation and : Enclosed at Annexure .................


resources for Erection, to this Attachment-3C
Civil and Structural works,
Testing & Commissioning,
etc.

(iv) Quality Assurance Organi- : Enclosed at Annexure .................


sation and Capabilities for to this Attachment-3C
Construction, Engg., Manufac-
turing & Field Installation

(v) Established Project Management : Enclosed at Annexure .................


to this Attachment-3C
ATTACHMENT - 3C
Page 2 of 2

(vi) Details of Man power / Division : Enclosed at Annexure .................


of Company to this Attachment-3C

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

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

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

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

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

Note : 1 The above Attachment shall be filled up and signed by the bidder separately
for himself and for Associate(s) / Collaborator(s)/Sub-
Contractor(s)/Assignee, if any, as applicable, in his bid.

2. Continuation sheets of same size and format shall be added by the Bidder.
ATTACHMENT – 3D
Page 1 of 2
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Details of Manufacturing Capacities and Plant Loading
of the Bidder and Associate/Collaborator wherever applicable)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

We hereby furnish below the details of our installed manufacturing capacities and work in hand to establish spare capacity for completion of work
under this Package.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Item 2019 - 2020 2020 - 2021 2021 - 2022 2022 - 2023 2023-2024
----------------------------- ---------------------------- ----------------------------- ----------------------------- -----------------------------
Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo-Sub Bidder's Collabo- Sub Bidder's Collabo- Sub
Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con-
Asso- trac- Asso- trac- Asso- trac- Asso- trac- Asso- trac-
ciate's tor's ciate's tor's ciate's tor's ciate's tor's ciate's tor's
Shop Shop Shop Shop Shop Shop Shop Shop Shop Shop

A. Production Capacity
as installed

B Firm Orders in
Hand Upto ..............................

C. Balance Capacity
Available
ATTACHMENT – 3D
Page 2 of 2
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Item 2019 - 2020 2020 - 2021 2021 - 2022 2022 - 2023 2023-2024
----------------------------- ---------------------------- ----------------------------- ----------------------------- -----------------------------
Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo-Sub Bidder's Collabo- Sub Bidder's Collabo- Sub
Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con-
Asso- trac- Asso- trac- Asso- trac- Asso- trac- Asso- trac-
ciate's tor's ciate's tor's ciate's tor's ciate's tor's ciate's tor's
Shop Shop Shop Shop Shop Shop Shop Shop Shop Shop

D. Orders Expected

E. Work Load Expected


for this Contract

F. Shortfall, if any

G. Alternative arrange-
ments to make up
for this shortfall

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
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.
ATTACHMENT - 3E
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Present Order Book Position)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Client Order No. of Date of Present Status % work Completion of Completion of Reasons
No. Value Units & Order ----------------------- completed Supply Erection, Testing for Delay
Unit size Sch- Actual/ Engg./ -------------------- & Commissioning (if any)
edule Expec- Manufact- Sch- Actual/ ----------------------------
ted uring/ edule Expec- Sch- Actual/
Erection/ ted edule Expected
Structural/
Civil
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
Place : (Printed Name)...............................................
(Designation)..................................................
(Common Seal)..............................................

Note : 1. The above Attachment shall be filled up by the bidder separately for himself and for Associate(s)/Collaborator(s)/Sub-
Contractor(s)/Assignee, if any, being proposed by the bidder in his bid and relevant details shall be furnished.

2. Continuation sheets of like size and format may be used as per Bidder's requirement and shall be annexed to this Attachment.
ATTACHMENT - 3F
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Past Performance Data)

Bidder’s Name and Address: To


CORPORATE CONTRACTS,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Details of Similar Plant & Equipments/Units Supplied/Commissioned in last ten years/ Projects executed in last ten years
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Client Date of Unit Date of Completion Date of Completion of Order Reasons for
No. Name & Order Size & of Supply Erection, Testing & Value Delay (if
Address No. of -------------------------- Commissioning applicable)
Units Sche- Actual -----------------------------------
dule Schedule Actual
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
Place : (Printed Name)...............................................
(Designation)..................................................
(Common Seal)..............................................
Note : 1. The above Attachment shall be filled up by the bidder separately for himself and for Associate(s)/Collaborator(s)/Sub-
Contractor(s)/Assignee, if any, being proposed by the bidder in his bid and relevant details shall be furnished.

2. Continuation sheets of like size & format may be used if required and annexed to this Attachment
ATTACHMENT - 3G
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Data regarding Key Construction Personnel)

Bidder’s Name and Address: To


CORPORATE CONTRACTS,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

The qualification and experience of key constructional personnel proposed for administration and execution of the Contract at site are as follows:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl.No. Name Qualification Position/Designation Experience
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

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

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

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

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

Note : 1. The above Attachment shall be filled up by the bidder separately for himself and for Associate(s)/Collaborator(s)/Sub-
Contractor(s)/Assignee, if any, being proposed by the bidder in his bid and relevant details shall be furnished.

2. Continuation sheets of like size & format may be used if required and annexed to this Attachment.
ATTACHMENT - 3H
Page 1 of 1
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Manpower Loading Data)
Bidder’s Name and Address: To
CORPORATE CONTRACTS,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

We declare that our manpower loading during execution of the Contract will be as follows :
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
No. of months 1 2 3 4 5 6 7 8 9 10..................37.....43
from the date of
Notification of Award
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Labour (Category)

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
Place : (Printed Name)...............................................
(Designation)..................................................
(Common Seal)..............................................

Note : 1. The above Attachment shall be filled up by the bidder separately for himself and for Associate(s)/Collaborator(s)/Sub-
Contractor(s)/Assignee, if any, being proposed by the bidder in his bid and relevant details shall be furnished.
2. Continuation sheets of like size & format may be used if required and annexed to this Attachment
3. List of Category of Labour will be given by the Bidder.
ATTACHMENT - 3I
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(DEED OF JOINT UNDERTAKING)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

------------- DELETED ----------


Attachment - 3J
PAGE 1 OF 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(DETAILS REGARDING PROJECT MANAGEMENT ORGANISATION)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

DEAR SIRS,

1.0 IN LINE WITH CLAUSE NO. ITB 8.1.2(a) (v), WE FURNISH BELOW THE
BRIEF WRITE UP IN SUPPORT OF OUR ESTABLISHED PROJECT
MANAGEMENT ORGANISATION

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

DATE : (SIGNATURE)..........................................

PLACE : (PRINTED NAME).....................................

(DESIGNATION)......................................

(COMMON SEAL)..................................

* BIDDER TO USE THEIR OWN FORMAT FOR ABOVE DETAILS.


ATTACHMENT - 4
Page 1 of 1
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

BIDDER TO ATTACH DOCUMENTARY EVIDENCE ESTABLISHING IN


ACCORDANCE WITH CLAUSE NO. 2.0 (d) OF BID FORM THAT THE
FACILITIES OFFERED ARE ELIGIBLE FACILITIES AND CONFORM TO THE
BIDDING DOCUMENTS.

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

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

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

(Common Seal).............................................
ATTACHMENT - 4A
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(List of Special Maintenance Tools & Tackles)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sir,

We are furnishing below the list of special maintenance tools & tackles for various
system/equipment as per the Scope of Work of the subject package. The prices for these
tools & tackles shall be included in the lumpsum bid price quoted in Stage-II (Price) Bid. We
further confirm that the list of special maintenance tools & tackles includes all the items
specifically mentioned in scope of supply & services covered in Section-VI, Technical
Specifications of bidding documents.

Notwithstanding what is stated above we further confirm that any additional special
maintenance tools and tackles, required for the equipment under this package shall be
furnished by us at no extra cost to the Employer.
---------------------------------------------------------------------------------------------------------------------------
S.No. Description of each Description of Tools Unit Qty.
System/Equipment & Tackles
---------------------------------------------------------------------------------------------------------------------------

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

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

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

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

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

Note : Continuation sheets of like size and format may be used as per Bidder's
requirement and shall be annexed to this Attachment.
ATTACHMENT - 5
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Details of Proposed Sub-contractors/Sub-Vendors)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

The details of all items of services or supply which we propose subletting giving
details of the name and nationality of the proposed Sub-Contractor/Sub Vendor
for each item (system-wise) are given below : -
-----------------------------------------------------------------------------------------------------
S.No. Supply/Service Unit Qty. Name, Address & Nationality
Item-wise of proposed Sub-Contractor/
(for each system) Sub-Vendor
------------------------------------------------------------------------------------------------------

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

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

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

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

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

Note : Continuation sheets of like size and format may be used as per
Bidder's requirement and shall be annexed to this Attachment.
ATTACHMENT - 6
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

(CERTIFICATE OF COMPLIANCE TO ALL PROVISIONS OF BID DOCUMENT)


(TO BE SUBMITTED IN A SEPARATE SEALED ENVELOPE ALONGWITH THE BID)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

1.0 With reference to our Bid Proposal No......................................................


dated .................. for Switchyard Package For Khurja Super Thermal Power
Project (2x660 MW) (Bidding Document No. THDC/RKSH/CC-9915-375), we
hereby confirm that all the provisions of Bidding Documents read in conjunction
with Amendment (s) / Clarification(s) / Addenda / Errata (if any) issued by the
Employer prior to opening of Techno-Commercial Bids and the same has been
taken into consideration while making our Techno-Commercial Bid & Price Bid and
we declare that we have not taken any deviation in this regard.
2.0 We further confirm that any deviation / variation / additional conditions etc or
any mention, contrary to Bidding Documents read in conjunction with Amendment
(s) / Clarification(s) / Addenda / Errata as mentioned at 1.0 above found anywhere
in our Techno-Commercial Bid and / or Price Bid, implicit or explicit, shall stand
unconditionally withdrawn, without any cost implication whatsoever to Employer,
failing which the Bid Security shall be forfeited.

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

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

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

(Company Seal)....................................
ATTACHMENT - 7
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Details in respect of Local Agent)

NOT APPLICABLE
ATTACHMENT – 8
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Demonstration Parameters/Capabilities)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sir,

We declare that the ratings of the equipment furnished by us under the Package are guar-
anteed. We further declare that in the event of any deficiencies in meeting the ratings,
you may at your discretion reject the equipment/system in which case we shall replace the
same with equipment as per the specification and meeting the ratings, free of charge and
within a reasonable time, to be mutually agreed.

Date :

(Signature)...................................................

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

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

(Company Seal).........................................
ATTACHMENT - 9
Page 1 of 2
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Schedule of Construction and Erection Tools & Tackles)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

I. ERECTION TOOLS & EQUIPMENTS

We indicate herein below the minimum T & P we have in our/our


associate's/subvendor's possession and the equipment we propose to bring to
the Site required for entire Package, in case the contract is awarded to us.
------------------------------------------------------------------------------------------------------
Sl. Type and Indicative mini- Number the Number the
No. Description of mum Quantity Bidder has Bidder proposes
the Equipment of major T&P in posse- to bring to the
to be deployed ssion Site
--------------------------------------------------------------------------------------------------------------
(1) (2) (3) (4) (5)
------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------
We hereby confirm that the quantity and type of Certain tools and equipment, we will
deploy for construction/erection, will not be less than those listed above and agree to
bring more equipment, if so warranted, in the opinion of the Project Manager. Our
proposed construction/erection equipment utilisation plan indicating utilisation dates
and time duration of all major erection and construction equipment placed on site, is
enclosed at Annexure....................... to this Attachment-9.
ATTACHMENT - 9
Page 2 of 2
II. Safety Equipments & Safety Personal Protective Equipments

The list of minimum suggestive Safety Equipments & Safety Personal Protective
Equipments to be deployed necessarily by the bidder is furnished below. However,
the actual deployment at site shall not be limited to these and additional equipments
if required shall be mobilized by the Contractor.

Sl. Description Quantity


No.
1. Safety PPEs ( Industrial Safety helmet & Industrial Safety Shoes) 50 nos. each.

Industrial Safety Helmet (IS:2925-1984 marked).


Industrial Safety Shoes (IS:15298-2002 marked).

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


Place : (Printed Name) ...............................
(Designation) ...................................
(Common Seal) ..............................
ATTACHMENT - 10
Page 1 of 1
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Technical Data Sheet)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

Attachment 10 entitled "Technical Data Sheet" is enclosed as Part of


Technical Specification, Section-VI. Bidder is required to fill in the same
and submit alongwith techno-commercial bid as Attachment - 10.
ATTACHMENT - 11
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

- Deleted -
ATTACHMENT - 12
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Information regarding Quality Assurance Programme)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

We hereby provide the necessary information on Quality Assurance Programme


containing the overall Quality Management and procedures, which we propose
to follow during various phases of execution of the Contract.
------------------------------------------------------------------------------------------------------

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

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

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

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

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


ATTACHMENT - 13
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Additional Information included with the proposal)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

------------------------------------------------------------------------------------------------------
Sl. No. Description of Reference to Reference to
Information Bidding Document Bid Proposal
------------------------------------------------------------------------------------------------------

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

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

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

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

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

Note : 1. Continuation sheets of like size and format may be used as per
Bidder's requirements and annexed to this Attachment.
ATTACHMENT - 14
Page 1 of 2

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Milestone Schedule)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

1.0 We declare that the program of furnishing, erecting, testing, commissioning and
completion of facilities identifying the key phases in various areas of work like
design, procurement, manufacture, field activites including civil construction
works as per requirement of Item No. 9 of BDS shall be as per master network
(PERT network - L1 Schedule) enclosed as Annexure-I to this Attachment-14.

We, further declare that the completion schedule as per this Master Network shall
be followed by us in furnishing and installating the equipments and in furnishing
the spares under the Package. As per this Master Network the key milestone
dates are as under. The period is commencing from the date of Notification of
Award.

Major Activity / Milestone Chart

Sl. Milestone Duration in Months


No. from NOA

Start Finish

1 Engineering

1.1 Basic Engineering 00 06

1.2 Detailed Engineering - 14

2 Manufacturing Testing and Dispatch


(Ex-works)

2.1 Ordering of BOI 06 10

2.2 Manufacturing & dispatch 08 24

3 Establishment of site office and - 05


mobilization

4 Civil & Structural works


4.1 Readiness of Civil & structure works - 17
associated with 01 no. line bay and 01
no. Station Transformer bay

4.2 Readiness of Civil works of Switchyard - 19


Control room

4.3 Readiness of Civil & structure works - 21


associated with 01 no. line bay and 01
no. GT bay

4.4 Balance Civil and structure works 24


associated with balance bays.

5 Equipment Erection & Commissioning

5.1 Equipment erection & commissioning of - 23


1st Station Transformer bay & associated
line bays for startup power.

5.2 Equipment erection & commissioning of - 30


2nd Station Transformer bay, Generator
Transformer bay for first unit & associated
line bays

5.3 Equipment erection & commissioning of - 33


balance equipment/ bays as per scope
and specification of contract for first unit
and common facility

5.4 Equipment erection & commissioning of - 36


Generator Transformer bay and balance
equipment for second unit as per scope
and specification of Contract.

6 Completion of Facility -

6.1 Completion of Facility for First Unit - 37

6.2 Completion of Facility for Second Unit 43

Note: Mandatory spares to be supplied along with main equipment.

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

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

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

(Common Seal).......................................
Attachment-15
Page 1 of 7

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Price Adjustment Data)
Bidder's Name and Address :
To

Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

Dear Sirs,

We hereby furnish the relevant details pertaining to the price adjustment provisions in your
specifications and documents.

1. Ex-works price of Plant and equipment including structural steel and


Mandatory spares (but excluding Type Test Charges) :

A. Circuit Breaker
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 30 days prior to
index and date set for submission
its origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------
Material
1. Construction steel a = 0.17 ...................... .....................................
2. Electrolytic copper b = 0.18 ...................... .....................................
wire / bars
3. Busbar grade c = 0.10 ...................... .....................................
aluminium
4. Epoxy Resin d = 0.13
5. Labour Lb = 0.17 ...................... .....................................
6. Fixed Component F = 0.25
-----------------------------------------------------------------------------------------------------------------------------
Attachment-15
Page 2 of 7

B. Instrument Transformer
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 30 days prior to
index and date set for submission
its origin of Techno-commercial
bids.
--------------------------------------- --------------------------------------------------------------------------------------

Material

1. Electrolytic copper/
aluminium a = 0.50 ...................... .....................................

2. Transformer oil b = 0.07 ...................... .....................................

3. Labour Lb = 0.18 ...................... .....................................

4. Fixed Component F = 0.25

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

C. Isolator / Disconnector
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 30 days prior to
index and date set for submission
its origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------
Material

1. Electroytic copper a = 0.15 ...................... .....................................


wire/bars

2. Busbar grade b = 0.25 ...................... .....................................


aluminium

3. Structural Steel c = 0.15

4. Labour Lb = 0.20 ...................... .....................................

5. Fixed Component F = 0.25

-----------------------------------------------------------------------------------------------------------------------------
Attachment-15
Page 3 of 7

D. Insulator
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 30 days prior to
index and date set for submission
its origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------
Material
1. Electroytic High a = 0.15 ...................... .....................................
Grade Zinc
2. Insulator b = 0.40 ...................... .....................................
3. Labour Lb = 0.20 ...................... .....................................
4. Fixed Component F = 0.25
-----------------------------------------------------------------------------------------------------------------------------

E. Surge Arrestor
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as on
No. Co-efficient Published 30 days prior to date
index and set for submission
its origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------
Material
1. Electroytic High a = 0.15 ...................... .....................................
Grade Zinc
2. Cobalt b = 0.15 ...................... .....................................
3. Bismuth c = 0.10 ...................... .....................................
4. Ball clay d = 0.05 ...................... .....................................
5. Fuel, Power, light e = 0.10 ...................... .....................................
& lubricants
6. Labour Lb = 0.20 ...................... .....................................

7. Fixed Component F = 0.25

-----------------------------------------------------------------------------------------------------------------------------
Attachment-15
Page 4 of 7
F. Wave Trap

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as on
No. Co-efficient Published 30 days prior to date
index and set for submission
its origin of Techno-commercial
bids.
---------------------------------- ------------------------------------------------------- ------------------------------------

Material

1. Electrolytic a = 0.47 ....................... ......................................


copper /
aluminium

2. Epoxy resin b = 0.13 ....................... ......................................

3. Labour : Lb = 0.15 ....................... ......................................

4. Fixed F = 0.25 ....................... ......................................

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

G. Gantry Towers and Structural Steel

-----------------------------------------------------------------------------------------------------------------------------
Item Coefficeint Value of Name of Value of Indices as
co-efficient Published on 30 days prior to
Index and date set for submission
Origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------

Material :

1. Structural Steel a = 0.50 .................. ......................................

2. Electrolytic Zinc b = 0.15 .................. ......................................

3. Labour Lb= 0.10

4. Fixed component F = 0.25 .................. ......................................


-----------------------------------------------------------------------------------------------------------------------------
Attachment-15
Page 5 of 7

H. Aluminium Tubes

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 30 days prior to
index and date set for submission
its origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------

Material

1. Bus Bar Grade a = 0.60 ...................... .....................................


Aluminium confirming
to IS:5082

2. Labour Lb = 0.15 ...................... .....................................

3. Fixed Component F = 0.25


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

I. Other items not covered at A to H above.


-----------------------------------------------------------------------------------------------------------------------------
Item Coefficeint Value of Name of Value of Indices as
co-efficient Published on 30 days prior to
Index and date set for submission
Origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------
Material :

1. @ a= .................. ......................................

2. b= .................. ......................................

3. c= .................. ......................................

4. Labour Lb = 0.15 .................. ......................................

5. Fixed F = 0.25 .................. ......................................

-----------------------------------------------------------------------------------------------------------------------------
@ Sum of a, b and c etc. shall be 0.60. Bidder to indicate co-efficients for materials for
Sl. No. I.
Attachment-15
Page 6 of 7

2. Erection Price Component including Erection Price Component of Structural


Steel

Indian Field Labour :

The indices used for Indian Field Labour are (i) All India Consumer Price Index for Industrial
Workers (All India Monthly Average) published by Labour Bureau, Simla, Government of
India and (ii) Arithmetical average of Minimum Wages for Unskilled, Skilled, Semi-skilled
and Highly skilled workers notified by the Central Government for the particular classified
Area in which the project site is located or notified by the State Government of the state in
which the project site is located, whichever is higher.

(i) The value of the All India Consumer Price Index for Industrial Workers (All India Monthly
Average) published by Labour Bureau, as on 30 days prior to the date set for opening of
price bids is................................

(ii) The value of the Arithmetical average of Minimum Wages for Unskilled, Skilled, Semi-
skilled and Highly skilled workers notified by the Central Government for the particular
classified Area in which the project site is located or notified by the State Government of the
state in which the project site is located, whichever is higher, as on 30 days prior to the date
set for opening of price bids is................................

3. Civil Works Price Component

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as
No. Co-efficient Published on 7 days prior to
index and date set for submission
its origin of Techno-commercial
bids.
-----------------------------------------------------------------------------------------------------------------------------

Material

1. Material other than a = 0.15 ...................... .....................................


reinforcement steel
& cement

2. Reinforcement b = 0.25 ...................... .....................................


steel

3. Cement c = 0.10 ...................... .....................................


Attachment-15
Page 7 of 7
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Value of Indices as

No. Co-efficient Published on 7 days prior to

index and date set for submission

its origin of Techno-commercial

bids.
-----------------------------------------------------------------------------------------------------------------------------

4. Diesel Oil d = 0.05 ...................... .....................................

Consumer price index


5. Labour (i) 0.5 X Lb = 0.5 for industrial workers (All .....................................
X0.25 India General) as
published by Labour
Bureau, Shimla.

Arithmetical average of
Minimum Wages for
(ii) 0.5 X Lb = 0.5 Unskilled, Skilled, Semi- .....................................
X0.25 skilled and Highly skilled
workers notified by the
Central Government for
the particular classified
Area in which the project
site is located or notified
by the State
Government of the state
in which the project site
is located, whichever is
higher

6. Fixed Component F = 0.20

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

4. We agree to provide you with a complete breakup of our bid price to enable operation of
the price adjustment clause for ex-factory, installation & civil works price components.

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

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

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

(Company Seal)..................................

Note : Bidders shall note that it is mandatory to furnish the values of various co-efficients
and name, source & origin of the published indices, wherever called for in the
Bidding Document, in this Attachment-15 to Bid. Bidders are also required to mention
whether the indices are monthly average, weekly average or as applicable.
ATTACHMENT-16
Page 1 of 3

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(ELECTRONIC FUND TRANSFER FORM)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

We, hereby authorise the Employer to make all our payments through Electronic Fund
Transfer System. The details for facilitating the payments are given below :

(TO BE FILLED IN CAPITAL LETTERS)


1. NAME OF THE BENEFICIARY

2. ADDRESS

PIN CODE

3. TELEPHONE NO. (WITH STD CODE)

4. BANK PARTICULARS
(A) BANK NAME

(B) BANK TELEPHONE NO. (WITH STD CODE)


ATTACHMENT – 16
PAGE 2 OF 3
(C) BRANCH ADDRESS

PIN CODE

(D) BANK FAX NO (WITH STD CODE)

(E) BRANCH CODE

(F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A


CANCELLED CHEQUE)

(G) IFSC Code OF THE BANK BRANCH

(H) BANK ACCOUNT NUMBER

(I) BANK ACCOUNT TYPE (TICK ONE)


SAVING CURRENT LOAN CASH CREDIT OTHERS

IF OTHERS, SPECIFY

5. GST IDENTIFICATION NUMBER (GSTIN)

6. E-MAIL ADDRESS FOR INTIMATION REGARDING RELEASE OF PAYMENTS


ATTACHMENT – 16
PAGE 3 OF 3
I/We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect
information, I/We would not hold the Employer responsible.
SIGNATURE
DATE

(AUTHORISED SIGNATORY)
Name:

OFFICIAL STAMP

BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a bank account no. .............................
with our branch and the Bank particulars mentioned above are correct.

SIGNATURE
DATE

AUTHORISED SIGNATORY)
Authorization No. :
Name:

OFFICIAL STAMP
ATTACHMENT - 17
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY)

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

Dear Sirs,

We undertake that:

1. In competing for (and if the award of work is made to us for execution) the above

contract, we shall strictly observe the laws against fraud and corruption in force in

India namely “Prevention of Corruption Act, 1988”.

2. We are not under a declaration of ineligibility for corrupt and fraudulent practices or

banned/ debarred/suspended from transaction/business dealing by Ministry of

Power(Govt. of India) or by THDC India Ltd. or appearing in the list of such bidders

available on Central Public Procurement Portal (CPP Portal).

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

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

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

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

(Common Seal)...........................
ATTACHMENT-18
Page 1 of 4

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

NOT APPLICABLE
ATTACHMENT - 19
Page 1 of 2

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

NOT APPLICABLE
ATTACHMENT - 20
Page 1 of 5

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

INTEGRITY PACT

Between

THDC India Limited ,a Company registered under the Company’s Act 1956 and having its
registered office at Bhagirathi Bhawan (Top Terrace), Bhagirathipuram, Tehri
Garhwal, Tehri-249001 (hereinafter referred to as “THDCIL or "The Employer")

and

………………………… (hereinafter referred to as "The Bidder/Contractor ")

and

………..………………. (hereinafter referred to as "JV Partner/ Consortium Members"


(if applicable)

THDCIL intends to award, under laid down organizational procedures, Contract/s for
SWITCHYARD Package for Khurja Super Thermal Power Project (2 X 660 MW).
THDCIL values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness / transparency in its relations with its Bidder (s)
and / or Contractor (s).

In order to achieve these goals, THDCIL will appoint an Independent External Monitor (IEM),
who will monitor the tender process and the execution of the contract for compliance with the
principles mentioned above.

Section 1 – Commitments of THDCIL:

(1) THDCIL commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-

a. No employee of THDCIL, personally or through family members, will in


connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.
ATTACHMENT - 20
Page 2 of 5

b. THDCIL will, during the tender process treat all Bidder(s) with equity and reason.
THDCIL will in particular, before and during the tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential /
additional information through which the Bidder(s) could obtain an advantage in
relation to the tender process or the contract execution.

c. THDCIL will exclude from the process all known prejudiced persons.

(2) If THDCIL obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this
regard, THDCIL will inform the Chief Vigilance Officer and in addition can initiate
disciplinary actions.

Section 2 Commitments and Undertakings by the Bidder/Contractor

1 The Bidder/Contractor commits and undertakes to take all measures


necessary to prevent malpractices & corruption. He commits himself to
observe the following principles during his participation in the bidding process
and during the execution of the contract:

a. The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of THDCIL ’s employees involved in the tender
process or the execution of the contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the tender process or during the
execution of the contract.
b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, subsidiary contracts, submission
or non- submission of bids or any other actions to restrict competitiveness or to
introduce cartelization in the bidding process.
c. The Bidder(s) / Contractor(s) will not commit any offence under the relevant
IPC/PC Act; further the Bidder(s)/ Contractor(s) will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information or
document provided by THDCIL as part of the business relationship, regarding
plans, technical proposals and business details, including information contained
or transmitted electronically.

d. The Bidder(s) / Contractor(s) of foreign origin shall disclose the name and
address of the Agents / representatives in India, if any. Similarly the Bidder(s)/
Contractor(s) of Indian Nationality shall furnish the name and address of the
foreign principals, if any. Further details as mentioned in the ”Guidelines on
Indian Agents of Foreign Suppliers” shall be disclosed by the Bidder(s) /
Contractor(s). Further, as mentioned in the Guidelines all the payments made to
the Indian agent/representative have to be in Indian Rupees only. Copy of the
“Guidelines on Indian Agents of Foreign Suppliers” is annexed and marked as
Annex-A.
e. The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or
any other intermediaries in connection with the award of the contract.
ATTACHMENT - 20
Page 3 of 5

2 The Bidder(s)/ Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future Contracts:

If the Bidder(s)/ Contractor(s), before award or during execution has committed a


transgression through a violation of Section 2, above or in any other form such as to
put his reliability or credibility in question, THDCIL is entitled to disqualify the
Bidder(s)/ Contractor(s) from the tender process and/or declare the bidder
(s)/contractor(s) ineligible to be awarded a contract either indefinitely or for a stated
period of time.

Section 4 – Compensation for Damages:

(1) If THDCIL has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, THDCIL is entitled to demand and recover the damages
equivalent to Bid Security.
(2) If THDCIL has disqualified the contract according to Section 3,or if THDCIL is entitled
to terminate the contract according to section 3, THDCIL shall be entitled to demand
and recover from the Contractor liquidated damages of the Contract value or the
amount equivalent to Performance Bank Guarantee.

Section 5- Previous transgression:

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with
any other Company in any country conforming to the anti corruption approach or with
any other Public Sector Enterprise in India that could justify his exclusion from the
tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action can be taken as per section-3.

Section 6 – Equal treatment of all Bidders / Contractors/ Subcontractors:

(1)The Bidder(s) / Contractors undertake(s) to demand from all JV partners and Pre-
disclosed subcontractors a commitment in conformity with this Integrity Pact, and
submit a certificate to this effect to THDCIL before Contract signing.

(2)THDCIL will disqualify from the tender process all bidders who do not sign this Pact
or violate its provisions.

Section 7 – Criminal charges against violating Bidder(s) / Contractor(s) /


Subcontractor(s):

If THDCIL obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or


of an employee or a representative or an associate of a Bidder, Contractor or
Subcontractor which constitutes corruption, or if THDCIL has substantive suspicion in
this regard, THDCIL will inform the same to the Chief Vigilance Officer.
ATTACHMENT - 20
Page 4 of 5

Section 8 – Independent External Monitor/ Monitors:


(1) THDCIL appoints competent and credible Independent External Monitor for this
pact. The task of the Monitor is to review independently and objectively, whether
and to what extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairman,
THDCIL.
(3) The Bidder(s)/ Contractor(s) accepts that the Monitor has the right to access
without restriction to all Project documentation of THDCIL including that provided
by the Contractor. The Contractor will also grant the Monitor, upon his request
and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the
Bidder(s)/ Contractor(s)/ Subcontractor(s) with confidentiality.
(4) THDCIL will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between THDCIL and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this
agreement, he will so inform the Management of THDCIL and request the
Management to discontinue or take corrective action, or to make other relevant
action. The monitor can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.
(6) The Monitor will submit a written report to the Chairman, THDC India Ltd, within 8
to 10 weeks from the date of reference or intimation to him by THDCIL and,
should the occasion arise, submit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended
to/ provided to “Non-official Part-Time Director on the Board of THDC India Ltd.”
(8) If the Monitor has reported to the Chairman THDC India Ltd, a substantiated
suspicion of an offence under relevant IPC/PC Act, and the Chairman THDC
India Ltd, has not, within the reasonable time taken visible action to proceed
against such offence or reported it to the Chief Vigilance Officer, the
(9) Monitor may also transmit this information directly to the Central Vigilance
Commissioner.
(10) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration:


This pact begins when both parties have legally signed it.It expires for the
Contractor 12 months after the last payment under the contract , and for all other
unsuccessful Bidders 6 months after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/ determined by Chairman of THDCIL.
ATTACHMENT - 20
Page 5 of 5

Section 10 – Other Provisions:


(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Corporate Office of THDCIL i.e. Rishikesh.
(2) Changes and supplements as well as termination notices need to be made in
writing. Side agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed
by all partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

The Parties hereby sign this Integrity Pact at ……….on this ……. day of……..2018.

Employer Bidder/ Contractor Joint Venture Partner(s)/


Consortium member(s)
(As Applicable)

Witness Witness Witness

1. _______ 1. _______ 1. _______

2. _______ 2. _______ 2. _______


Annexure-A
(To Integrity Pact)
Page 1 of 2

GUIDELINES FOR INDIAN AGENTS OF FOREIGN “SUPPLIERS/CONTRACT


AGENCIES”

1.0 The Indian Agents of foreign suppliers/contract Agencies in respect of all


Global (Open) Tenders and Limited Tenders shall submit their
details/credentials to THDCIL.

1.1 Agent needs to submit before the placement of order by THDCIL, on Original
certificate issued by his foreign supplier / contract Agency (or an authenticated
Photostat copy of the above certificate duly attested by a Notary Public)
confirming the agency agreement and giving the status being enjoyed by the
agent along with the details of the commission/ remuneration / salary/retainer
being paid by them to the agent(s).

1.2 Wherever the Indian representative has communicated on behalf of their


foreign supplier/ contract Agency and / or the foreign supplier/ contract Agency
have stated that they are not paying any commission to their Indian Agent(s)
but paying salary or retainer, a written declaration to this effect given by the
foreign supplier/contract Agency should be submitted before finalizing the
contract.

1.0 DISCLOSURE OF PARTICULARS OF AGENT(S) / REPRESENTATIVE(S) IN


INIDA, IF ANY

1.1 Bidders of Foreign nationality shall furnish the following details in their
quotation/ bid.

1.1.1 The name and address of their agent(s)/representative(s) in India, if any, and
the extent of authorization and authority given to them to commit them. In case
the agent(s)/ representative(s) is a foreign Company, it shall be confirmed
whether it is a really substantial Company and details of the company shall be
furnished.

1.1.2 The amount of commission/ remuneration included in the quoted price(s) for
such agents(s)/representative(s) in India.

1.1.3 Confirmation of the Bidder that the commission/ remuneration if any, payable
to his agents(s)/representative(s) in India, may be paid by THDCIL in Indian
Rupees only.
Annexure-A
(To Integrity Pact)
Page 2 of 2

2.0 DISCLOSURE BY INDIAN AGENT(S) OF PARTICULARS OF THEIR


FOREIGN SUPPLIER/CONTRACT AGENCY AND FURNISHING OF
REQUISITE INFORMATION

2.1 Bidder of Indian Nationality shall furnish the following details/certificates in


/alongwith their offers.

2.1.1 The name and address of foreign supplier /contract agency indicating their
nationality as well as their status, i.e. manufacturer or agent of manufacturer
holding the Letter of Authority.

2.1.2 Specific Authorisation letter by the foreign supplier/contract agency authorizing


the agent to make an offer in India in response to tender either directly or
through their agent(s)/representative(s).

2.1.3 The amount of commission /remuneration included for bidder in the price(s)
quoted.

2.1.4 Confirmation of the foreign supplier/contract agency of the bidder, that the
commission/remuneration, if any, reserved for the bidder in the quoted price(s),
may be paid by THDCIL in equivalent Indian Rupees.

3.0 In either case, in the event for materialization of contract, the terms of payment
will provide for payment of the commission /remuneration payable, if any, to
the agents(s)/representative(s) in India in Indian Rupees, as per terms of the
contract.

3.1 Failure to furnish correct information in detail, as called for in para 2.0 and / or
3.0 above will render the bid concerned liable for rejection or in the event of
materialization of contract; the same is liable for termination by THDCIL.
Besides this, other actions like banning business dealings with THDCIL,
payment of a named sum etc., may also follow.
ATTACHMENT - 21
Page 1 of 1

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Certificate of Compliance on Qualifying Requirements)

Bidder’s Name and Address: To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

1.0 With reference to our bid proposal no......................dated ...............for SWITCHYARD


Package for Khurja Super Thermal Power Project (2 X 660 MW), Bid Document
No. THDC/RKSH/CC-9915-375, we hereby confirm that the number of reference
plants quoted by us in Attachment 3A1 in the bid, for establishing compliance to the
specified qualifying requirement (QR), are not more than three times the number
of plants/works as specified in the qualifying requirements.

2.0 We also confirm that the reference plants declared more than the number of
plants as above, shall not be considered for evaluation/establishing
compliance to Qualifying Requirement (QR).

3.0 We further confirm that no change or substitution in respect of reference plant (as
declared in our bid) by new/additional plant for meeting the specified Qualifying
Requirement (QR) shall be offered by us.

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.
ATTACHMENT - 22
Page 1 of 1
SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375
(Information regarding Safety Management)

Bidder’s Name and Address: To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201
Dear Sirs,

We have read the provisions pertaining to Safety and hereby undertake to


comply all the provisions of Bidding Documents in this regard.

We hereby confirm that all the measures to ensure highest level of Safety during
execution at Site shall be taken by us.

Further, in terms of the provisions of Clause no. 29.00.00, Part-III of Technical


Specification (Section-VI) of Bidding Documents, a proposed “Safety Plan” is
attached herewith as Appendix-I to this Attachment.
--------------------------------------------------------------------------------------------------

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

A “Safety Co-ordination Procedure” shall be finalized during post bid discussions of Techno-
Commercial Bid.

The above proposed “Safety Plan” shall be further discussed/ finalized at Site, in line with
the agreements made in “Safety Co-ordination Procedure”, and shall be approved by Project
Manager/Engineer-In-Charge/ Head of Project before start of work at Site.

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.
APPENDIX-I to ATTACHMENT-22
SAFETY PLAN
01. Safety Policy of the Contractor to be enclosed:

02. When was the Safety Policy last reviewed:

03. Details of implementation procedure / methods to implement Safety Policy /Safety


Rules:

04. Name, Qualification, experience of Safety Officer

05. Review of Accidents Analysis Method, Methods to ensure Safety and Health:

06. Unit executive responsible to ensure Safety at various levels in work area:

07. List of employees trained in safety employed before execution of the job.
Give the details of training:
08. Safety Training Targets, Schedules, methods Adopting to providing safety training
to all employee:

09. Details of checklist for different jobs / work and responsible person to ensure
compliance (copy of checklist to be enclosed):

10. Regular Safety Inspection Methods and Periodicity and list of members to be
enclosed:

11. Risk Assessment, Safety Audit by Professional Agencies, Periodicity:

12. Implementation of Recommendations of Audit / Inspections, Procedures for


Implementation and follow up:

13. Provision for treatment of injured persons at work site:

14. Review of overall safety by top Management and Periodicity:

15. System for Implementation of Statutory legislations:

16. Issue of PPEs to employees, Periodicity / stock on hand etc.:

17. Specify safety measures for round the clock working (especially during night):

Signature
Head of the Organization
With date & stamp
ATTACHMENT - 23
Page 1 of 2

SWITCHYARD PACKAGE
FOR
KHURJA SUPER THERMAL POWER PROJECT (2x660 MW)
BIDDING DOCUMENT NO. : THDC/RKSH/CC-9915-375

Bidder's Name and Address : To


Corporate Contracts,
THDC India Ltd.,
Pragati Bhawan, By-Pass Road,
Pragatipuram, Rishikesh - 249 201

CHECK LIST OF DOCUMENTS FOR STAGE-I (TECHNO-COMMERCIAL) BID

---------------------------------------------------------------------------------------------------------------------------
Sl. Details of Checks Enclosed : Yes/No
No.
---------------------------------------------------------------------------------------------------------------------------

1. BID FORM STAGE-I (TECHNO-COMMERCIAL) BID .............................

2. Attachment-1 : Bid Security (enclosed in a


separate sealed Envelope) ...................................

2a. Attachment-1A : Tender Fee (enclosed in a


separate sealed Envelope) ...................................
3. Attachment-2 : Power of Attorney .............................

4. (i) Attachment-3 (Qualification Data alongwith .............................


Qualification Route Details & Deed(s)
of Joint Undertaking, as applicable)

5. i) Attachment-4 : Eligibility of Facilities .............................

ii) Attachment-4A : List of Special .............................


Maintenance Tools & Tackles

6. Attachment-5 : Details of Proposed .............................


Sub-Contractors / Sub-Vendors

7. ATTACHMENT-6 : Certificate of Compliance to all


provisions of Bid Documents .............................
(enclosed in a separate sealed envelope)

8. Attachment-7 Details in respect of


Local Agent (Without Fees) ......DELETED.....
ATTACHMENT - 23
Page 2 of 2
---------------------------------------------------------------------------------------------------------------------------
Sl. Details of Checks Enclosed : Yes/No
No.
---------------------------------------------------------------------------------------------------------------------------
9. Attachment-8 (Declaration on
Demonstration Parameters) .............................

10. Attachment-9 Schedule of Erection


Tools & Equipments ............................

11. Attachment-10: Technical Data Sheets ............................

12. Attachment-11 ......DELETED.....

13. Attachment-12 : Information regarding


Quality Assurance Programme .............................

14. Attachment-13 : Additional information .............................

15. Attachment-14 : Milestone schedule .............................

16. ATTACHMENT-15 ......DELETED.....

17. Attachment-16 : Electronic Fund


Transfer Authorisation Form .............................

18. Attachment-17 : Form of Acceptance of Fraud


Prevention Policy ...........................

20. Attachment-18 …….DELETED.....

21. Attachment-19: …….DELETED.....

22. Attachment-20 : Integrity Pact (enclosed in a


separate sealed Envelope) ...................................

23. Attachment-21: Certificate of Compliance on QR ...............................


(enclosed in a separate sealed Envelope)

24. Attachment-22: Information Regarding Safety Management .........................


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

----------------------------------------------------------------------------------------------------------------------
Date : (Signature)....................................
Place : (Printed Name)..............................
(Designation)................................
(Common Seal)...........................

S-ar putea să vă placă și