PROCUREMENT OF 11 KV INDOOR TYPE VACUUME CIRCUIT BREAKERS (Under M/R Head)

Similar documents
PROCUREMENT OF 11 KV INDOOR TYPE VACUUM CIRCUIT BREAKERS WITH I/D CR PANEL (Under M/R Head)

TENDER SPECIFICATION FOR PROCUREMENT OF 25 KVA STAR RATED DISTRIBUTION TRANSFORMERS (FOR FLOOD DAMAGE RESTORATION WORK)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (Purchase & Stores Cell)

TENDER SPECIFICATION No.CESU/CAPEX/21/

TENDER SPECIFICATION FOR PROCUREMENT OF 33KV & 11KV SINGLE PHASE POTENTIAL TRANSFORMER FOR CAPEX PROGRAMME)

TENDER NOTICE No. WESCO / CAPEX / 3P4W,STATIC,LTCT METERS WITH BOX/ 34 Date:

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (CESU)

TENDER SPECIFICATION FOR PROCUREMENT OF DISTRIBUTION TRANSFORMERS (3 STAR RATED) & LT XLPE AB CABLE (FOR WORK UNDER INTEGRATED ACTION) PLAN

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

ADVANCED TECHNICAL TRAINING

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Tender Notification for

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

NOTICE INVITING TENDER

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

(e-procurement System)

STANDARD BIDDING DOCUMENT (SBD)

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

Procurement of Licences of Business Objects BI Platform

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management

Bid Reference: BMSICL/ /MC-010

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

4. A bid Security of US $1, must be submitted along with the bid.

Equip_Comp_Desktops Inst_Level_Revised

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

Information and Communication Technology Agency of Sri Lanka

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

496, Udyog Vihar, Phase-III, Gurgaon Phone:

Procurement of Goods by Open Tender

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research

GOVT. OF KARNATAKA. Telephones: , , Fax:

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING COVER-A

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

B i d d i n g D o c u m e n t. f or

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

TELEPHONE: , FAX:

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

NATIONAL COMPETITIVE BIDDING

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

SECTION INB INSTRUCTION TO BIDDERS A. INTRODUCTION

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Master Bidding Documents Procurement of Goods and User s Guide

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)

West Bengal State Electricity Transmission Company Limited

Tender Notice. For. Purchase of Laptops

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID DOCUMENT. NIT No. DGM / ED / KCP / / 02 dated

TENDER (RATE CONTRACT) FOR AUTOMATIC CONE WINDING MACHINES

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

ASSAM ELECTRICITY GRID CORPORATION LIMITED

THOOTHUKUDI CITY MUNICIPAL CORPORATION

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR MAHANADI BARRAGE PROJECT

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

for SUPPLY OF HP TONER CARTRIDGE

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

INDIAN INSTITUTE OF SCIENCE BENGALURU

Vocational Training Improvement Project (Credit No: 4319 IN and Project ID: P099047)

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

TENDER DOCUMENT FOR SUPPLY OF ELECTROMAGNETIC BRAKES FOR 25T GANTRY CRANE FOR ANANDAPUR BARRAGE PROJECT

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

SOFTWARE TECHNOLOGY PARKS OF INDIA

Procurement of Small Works

Procurement of Health Sector Goods

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Provision of Janitorial & Related Services

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

TAMILNADU MEDICAL SERVICES CORPORATION LIMITED 417 Pantheon Road, Egmore, Chennai - 8 Website : tnmsc.

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

Transcription:

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022 TENDER SPECIFICATION NO : CESU/ P&S/MR/212/ 2011-12 FOR PROCUREMENT OF 11 KV INDOOR TYPE VACUUME CIRCUIT BREAKERS (Under M/R Head) DATE OF OPENING OF TENDER: Dt. 21.10.2011 TIME: 15.30 Hours onwards. PLACE: IDCO TOWERS, 2 ND FLOORS, Bhubaneswar. - 1 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022 TENDER SPECIFICATION No:- CESU/P&S/ MR/ 212 / 2011-12 11 KV INDOOR Panel VACUUME CIRCUIT BREAKERS CONTENTS SECTION No DESCRIPTION PAGE NO. SECTION-I INVITATION FOR BIDS (IFB) 4-7 SECTION-II INSTRUCTION TO BIDDERS (ITB) 8-18 SECTION-III GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) 19-30 SECTION-IV TECHNICAL SPECIFICATION FOR 11 KV In-door VCB SECTION-V LIST OF ANNEXURES (SCHEDULES & FORMATS) 50 31-49 ANEXURE-I: Abstract of GCTC 51 ANNEXURE-II: PBG Format 52-53 ANNEXURE-III: Price Schedule 54 ANNEXURE-IV(A): Technical Data Schedule For 11 KV 55-60 In-door VCB ANNEXURE- IV(B): Technical Particulars for 3ph 4 wire 61-64 Energy Meter ANNEXURE-V(A): Technical Deviation Sheet 65 ANNEXURE-V(B): Commercial Déviation Sheet 66 ANNEXURE-VI: List of Materilas Supplied 67 ANNEXURE-VII: Self Declaration Sheet 68-2 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA 2 nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674-2545681,2542895 Fax:0674-2543125 Web site: www.cescoorissa.com TENDER NOTICE Tender Notice No.CESU-H.Qrs/P&S/MR/VCB-212/35993 Dt..30.09.2011 For and on behalf of CESU, the undersigned invites sealed tenders in duplicate superscribing the Tender Specification No. & date of opening (as mentioned in the specifications) from reputed manufacturers only for supply of the following type tested equipments as per the schedule below. Sl. No. Schedule of Materials Qty. (Nos./Sets) 1 11 Kv indoor VCB include of I/C, B/C & Fdr. Panel-05 sets (49 Nos.)- (05 sets) Cost of Tender Paper (Rs.) Rs.10,400.00 inclusive of 4% VAT EMD (Rs. In Lakhs.) Rs.2.80 Lakhs ( Rupees Two Lakhs Eighty Thousand ) Only. Time Schedules:- 1 Last Date & Time of selling of tender papers 20.10.2011 up to 4 PM 2 Last Date & Time for submission of Tender 21.10.2011 up to 1 PM 3 Last Date & Time for Opening of Tender 21.10.2011 3.30 PM onwards The details about the quantity, technical specification, qualifying criteria etc. can be seen from respective tender documents available at our website www.cescoorissa.com The detailed tender papers can be had from the undersigned at the above address on payment of the amount as mentioned by Cash / Demand Draft drawn on any Nationalized/Scheduled Bank issued in favour of CESU, payble at Bhubaneswar only. The cost of tender paper is non-refundable. No Telegraphic/Courier option for collecting Tender Documents shall be entertained. The intending bidders can also download the tender document from our website www.cescoorissa.com, However the bidder has to furnish a Bank draft for an equivalent amount towards the cost of the bid documents along with the bid failing which the bid will be rejected. In the event of any specified date for the sale, submission or opening of bids being declared a holiday for purchaser, the bids will be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants. -Sd- Chief General Manager (P&S),, Memo No._35994 (6) Dt.30.09.2011 Copy forwarded to; COO / Sr.G.M. (Finance ) / CGM(Tech.)/DDO of this office for information & necessary action. Sr. GM(IT))/D.M. ( P.R. ) of this office for information. The Tender Notice is to be displayed on the Notice Board and published in Two leading ORIYA dailies & Two English News Paper with all India Circulation, reputed tender portal and in CESU s website cescoorissa.com. -Sd- Chief General Manager ( P&S ) - 3 -

SECTION-I INVITATION FOR BIDS (IFB) - 4 -

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA INVITATION FOR BIDS (IFB) FOR SUPPLY OF 11 KV INDOOR VACCUM CIRCUIT BREAKERS (COMPETITIVE BIDDING) Specification No. CESU/P&S/ MR/ 212/ 2011-12 SECTION- I 1.0 Scope of Supply: For and on behalf of CESU, the undersigned invites bids under two part bidding system in double sealed cover for the package, duly super-scribed with tender specification No. and date of opening from manufacturers only for design, manufacture, supply, testing, inspection, loading at factory, transportation to unloading at site/stores including guarantee obligation for Type Tested 11 KV INDOOR VCB. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical and Commercial Proposal and conditions/schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in the instruction to Bidders. The due date of submission shall be 21.10.2011. 3.0 CESU will not be responsible for any cost or expenses incurred by bidders in connection with the preparation and delivery of bids. 3.1 CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants. 4.0 Bid Security & Time Schedule: Description Date &Time Sale of Tender Documents: 20.10.2011 Up to 4.00 PM Submission of Bids: 21.10.2011 Up to 1.00 PM Opening Bids: At 15.30 Hrs onwards on 21.10.2011 Required Quantities Equipment: As specified under clause-5 Completion of the delivery: Within 180 days from the date of issue of purchase order as per delivery schedule. Cost of Tender Document: (Non refundable) Rs.10,400.00 ( Rupees Ten Thousand Four Hundred Only inclusive of VAT ) Payable by Cash or Bank Draft drawn from a Nationalised/Scheduled Bank issued in favour of CESU payable at Bhubaeswar. - 5 -

Amount of Bid Security payable: (For all three items) Rs.2.80 Lakhs (Rupees Two lakhs Eighty Thousand ) only in shape of A/C payee Bank Draft drawn from a Nationalised/Scheduled Bank Bank issued in favour of CESU, payable at Bhubaneswar only. 5.0 Schedule of Requirements & Delivery: Item Description Total Quanti ty (in Nos./S ets) Within 60 days of issue of Purchase Order (Consignment - I) CDR Store (Consignment-I) BBSR Store (Consignment-II) Between 120 of issue of Purchase Order (Consignment - II) CDR Store (Consignment-III) BBSR Store (Consignment- IV) 11 KV Indoor VCB: i) Incomer- 11Nos. ii)out Going- 32 Nos. iii)bus Copler- 06Nos. 49Nos. (5 Sets) 17 Panel-1 Set (11 KV Metal clad Switch Gear, IN Door Type)(3 I/C+2B/C+12 O/G) 09 Panel-1 Set (11 KV Metal clad Switch Gear, IN Door Type)(2 I/C+1B/C+6 O/G) 09 Panel-1 Set (11 KV Metal clad Switch Gear, IN Door Type)(2 I/C+1B/C+6 O/G) 07 Panel-2 Set (11 KV Metal clad Switch Gear, IN Door Type) each set having (2 I/C+1 B/C+4O/G) 6.0 QUALIFICATION OF BIDDERS: 6.1 Criteria for qualification 6.1.1. Techno-Commercial : a) The bidder(s) should be a manufacturer of 11 KV Vacuum Circuit Breakers or higher rating Vacuum Circuit Breakers ( both Short Circuit and Normal current rating) for which he submits his offer. b) The bidder(s) should have already supplied 11 KV Vacuum Circuit Breakers for which he submits his offer ( or higher capacity Vacuum Circuit Breakers, both normal current Amp. & short circuit rating KA) not less than the quantity tendered as per this specification during past 3 Financial Years. Bidders should submit self-attested copies of P.O s supported with the Store Receipts Voucher s/delivery Challans and abstract there of to prove the quantity as supplied within last 3 years. c) The bid shall be accompanied by user s certificate preferably from any distribution Company/ State Govt./ Central Govt. or their undertaking(s) in support of satisfactory performance of their above rated VCBs, supplied earlier. d) The offered VCB(s) should have been type-tested at CPRI/ National Govt. approved laboratory. The bid shall accompany with type-test reports conducted at Central Power Research Institute / National Govt. approved laboratory for the offered VCBs conducted within five years from date of tender. Bids not accompanied with type test reports conducted within five years shall not be considered for evaluation. e) The bidders who have earlier failed to execute the purchase order(s) of the CESU and or black listed by CESU/any of the distribution utility shall not be eligible to participate in this tender. - 6 -

,,, 6.1.2 Financial: The minimum average annual turnover of the intending bidder should not be less than Rs.5.60 Crores (Rupees Five Crores Sixty Lakhs) during past three Financial Years. 6.1.3. Documentation: 6.1.3.1. Bidder shall furnish copies of original documents defining the constitution or legal status, place of registration and principal place of business namely of Memorandum and Article of Association. 6.1.3.2. Written power of attorney / Board Resolution of the signatory of the bid. 6.1.3.3. Bidders shall submit audited financial reports for the past three financial years. In case the Bidder is in existence for less than three years the audited financial report/s from the date of its incorporation should be furnished. However, the bidder(s) shall meet the minimum annual average turnover requirements. 6.1.3.4. Copies of the Purchase Order supported with Stores Receipts Vouchers/Delivery Challans, Users Performance Certificate & Type Test Certificate as required under clause-6. 6.1.3.5 Bids without the documents shall be rejected outright unless relaxed by CESU. 7.0 CESU reserves the right to relax the qualifying norms without assigning any reason thereof, if the situation so warrants. 8.0 All correspondence with regard to the above shall be made to the following address. CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA 2 nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674-2545681,2542895 Fax:0674-2543125 Web site: www.cescoorissa.com - 7 -

SECTION-II INSTRUCTION TO BIDDERS (ITB) - 8 -

1. SOURCE OF FUNDS: SECTION-II INSTRUCTION TO BIDDERS (ITB) 1.1 CESU hereinafter referred to as the Purchaser is desirous of procurement of Vacuum Circuit Breakers of different ratings for strengthening and improvement of distribution network under CESU from the funds available under M/R head. 2. SCOPE OF WORK: 2.1 The scope of work in brief shall include design, manufacture, type testing, inspection, supply, loading at factory, transportation to site/ unloading at stores including guarantee and after sales service obligations of 11 KV INDOOR VACUUME CIRCUIT BREAKERS in conformity to the technical specification enclosed herewith in Section- IV. 3. DISCLAIMER: 3.1 This Document includes statements, which reflect various assumptions, which may or may not be correct. Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this document and obtain independent advice from appropriate sources in their own interest. 3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, provision of services and any other information supplied by or on behalf of Purchaser or its employees, or otherwise arising in any way from the selection process for the supply/ provision of services for the project. 3.3 Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent in the following address for seedy response. CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORSSA 2 nd Floor, IDCO Towers, Janapath, Bhubaneswar-751022 Tel:0674-2545681,2542895 Fax:0674-2543125 3.4 This document and the information contained herein are Strictly Confidential and are for use of only the person (s) to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient s professional advisors). 4 COST OF BIDDING: 4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and Purchaser will in no case be responsible or liable for those costs. 5. BIDDING DOCUMENTS: 5.1 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In addition to the covering Letter accompanying - 9 -

Bidding Documents, the Bidding documents include: (a) Invitation For Bids (IFB) - Section I (b) Instruction to Bidders (ITB) - Section II (c) General Terms and Conditions of Contract - Section III (GTCC) (d) Technical Specification - Section IV (e) Annexure & Formats. - Section V 5.2 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will / may result in the rejection of the Bid. 6. AMENDMENT OF BIDDING DOCUMENTS: 6.1 At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an addendum. 6.2 The Amendment/ Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on them. 6.3 In order to afford prospective Bidders reasonable time in which to take the Amendment into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of Bids. 7. LANGUAGE OF BID: The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern. 8. DOCUMENTS COMPRISING THE BID : 8.1 The Bid prepared and submitted by the Bidder shall comprise of two parts i.e Part-I ( Techno-Commercial Part), & Part II ( Price Bid) as per Clause-6 of this Section. (A) The Part-I ( Techno-Commercial Part ) must contain the following documents. (a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-Document (Annexure I, II, IV(A), IV(B), V(A), V(B), VI & VII) duly filled in & signed by the bidder with seal. Bids containing information in formats other than our prescribed formats as above shall not be acceptable and may make the bid non-responsive. (b) Requisite Bid Security ( EMD ) as per clause No. 4 of Section I, IFB. In a separate envelop super scribing Bid Security. - 10 -

(c) Requisite Cost of Tender Document i.e Rs.10,400.00 inclusive of 4% VAT in shape of Bank Draft from a Nationalized/Scheduled Bank issued in favour of CESU Payable at Bhubaneswar, if the document is downloaded from our web-site or the Original Copy of Money Receipt if the document is purchased from our Cash Counter at our Head Office. (d) Following Documentary evidence establishing the qualifying requirements in accordance with Clause-6, IFB (SECTION-I), that the Bidder is qualified to perform the Contract if the Bid is accepted. (i) (ii) (iii) (iv) Self Attested copies of Purchase Orders executed supported with Stores Receipts Vouchers/Delivery Challans in last 3 Years. Self attested copies of Performance Certificates from above buyers preferably from Electricity Distribution Utilities / Government Organisations. Type Test Reports from CPRI or any Government Testing Laboratory for the offered equipments along with the copies of drawings duly approved by the Type Testing Agency for the tests conducted not before 5 years from the date of opening of Bids. Copies of Audited Profit & Loss Accounts & Balance Sheet indicating Turn-over for last 3 Financial Years. (e) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause-14. (B) Part-II ( Price-Bid) : Shall contain the Price schedules ( strictly as per prescribed format at Annexure III ) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately.) 9. SUBMISSION OF BID: 9.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause 8 above in two sealed envelops for Original & Duplicate separately, super scribing our Tender Notice No., Tender Specification No., Date of Opening & Description of Material Tendered. 9.2 9.2.1 BID SECURITY: The bidder shall submit bid security as a part of the bid in the prescribed format for the amount mentioned in Clause No.4 of Section I. 9.2.2 The bid security is required to protect the Purchaser / it s representative against the risk of bidder s conduct, which would warrant the security s forfeiture. 9.2.3 The bid security shall be in the following form: Bid Security in the form of a Demand Draft issued in favour of CESU from a Nationalized or Scheduled bank payable at Bhubaneswar only. Unsuccessful bidder s bid security shall be refunded back as promptly as possible, but not later than thirty (30) days after the expiry of the period of bid validity. The successful bidder s bid security shall be discharged upon - 11 -

furnishing of the performance security and acceptance thereof. The bid security may be forfeited due to following reasons: 1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid form. 2) In case the successful bidder fails to accept or sign the purchase contract in specified time and / or fails to submit the requisite performance Bank guarantee. 3) In case of failure to supply the equipment during the contractual delivery period. 4) Conditional acceptance of the Purchase Contract, which is inconsistence with the tender specification. 10. BID PRICE: 10.1 Bidders have to quote for the entire quantity of equipment covered under this specification strictly as per the enclosed format in Annexure-III, else the bid shall be rejected outright. The total Bid Price shall also cover all the Supplier s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to store/site, all in accordance with the requirement of Bidding Documents. The Bidder shall complete the appropriate Price Schedules included herein, stating the Unit Price for each item, all other leviable taxes & duties along with rates of Taxes & duties as applicable, transportation, insurance separately and thereby arriving at the total amount. 10.2 In case there is any increase in the number of units as compared to those mentioned in the IFB, the Contract Price shall be subject to increase proportionately on prorata basis. 10.3 The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or payable during implementation of the contract. If the Bidder is exempted from Excise duties, the same should be clearly mentioned with documentary evidence. 10.4 Prices quoted by the Bidder shall be FIRM and not subject to any price adjustment during the Validity period of the Bid. A Bid submitted with an adjustable price clause will be treated as non-responsive and rejected outright. 10.5 Any revised/supplementary price bids offer after the due date of opening of the price bid shall not be considered unless specifically asked by the CESU. 11. CONTRACT PRICE: 11.1 The Prices quoted for the Contract shall remain FIRM as per the above Parameters and Purchaser shall not compensate Bidder for any variations during the contractual delivery period unless otherwise specifically agreed between the Purchaser and the Bidder. 11.2 In case the Purchaser, revise the scope of woks, bidders shall be compensated based on the Unit Rate agreed upon before Order placement or as per mutually acceptable rates. - 12 -

12. BID CURRENCIES: 12.1 Prices shall be quoted in Indian Rupees Only. 13. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS: 13.1 The bidder shall confirm by documentary evidence of the Good s conformity to the Bidding Documents by submitting equipment data sheets. 14. PERIOD OF VALIDITY OF BIDS: 14.1 Bids shall remain valid for 180 days from the date of opening of commercial Bids. 14.2 Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder s consent to an extension of the Period of Bid Validity. The request and the responses there to shall be made in writing or by Fax. 15. ALTERNATIVE BIDS: 15.1 Bidders shall submit Bids, which comply with the Bidding Documents. Alternative bids shall not be considered for evaluation. However, if the bidder s first bid complying to the bid specification happens to be the lowest acceptable bid, in such a case his alternative bid may be considered for placement of orders if it is acceptable from both technical and financial aspects. 16. FORMAT AND SIGNING OF BID: 16.1 The original Bid Document and accompanying documents (as specified in Clause-9 ), clearly marked Original Bid, plus one copy of the Technical and un-priced Commercial Proposal must be received by the Purchaser at the date, time and place specified pursuant to Clauses-17 and 18. The Price Bid in Original should be submitted in a separate sealed envelope marked as Price Bid. In the event of any discrepancy between the original and the copies, the original shall govern. 16.2 The original and the duplicate copy of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying the Bid. 16.3 The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. 17. SEALING AND MARKING OF BIDS: 17.1 Bid submission: One (1) original, one hard copy of all the Bid Documents shall be sealed and submitted to the Purchaser before the closing time for submission of the bid. 17.2 The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to Purchaser. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows: - 13 -

i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid Security, Cost of Tender Document, The Bid Document signed by the bidder in every Page, Formats at Annexure-I & II, Technical Data Schedules as per our prescribed format at Annexure IV(A) & IV (B), Technical & Commercial Deviations as per our prescribed formats at Annexure V (A) & V(B), Un priced Schedule ( Annexure III), Schedule of Supply experience at Annexure-VI and Self declaration at Annexure- VII. All Documents establishing the qualifying norm of the tender mentioned at clause-6 above & other credibility documents. All the above prescribed formats except the Price Schedule enclosed in the Part-I (Techno-Commercial bid) must be duly filled in & Signed by the bidder with seal failing which the bid may be considered non-responsive. The Price Schedule enclosed in the Part-I Bid is to be left blank & signed. ii) PRICE BID ENVELOPE: Shall contain the Price schedules (As per Annexure-III) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelope separately.) 17.3 The inner and outer envelopes shall: a) Be addressed to the purchaser at the following address: CHIEF GENERAL MANAGER, (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA 2 nd Floor, IDCO Towers, Janpath, Bhubaneswar 751022 b) Bear the Project name as: Design, Manufacture, Testing, Inspection and Supply of Vacuum Circuit Breakers of different ratings in CESU as per Schedule of Requirement in Section-I) Specification No. CESU/P&S / 212. / 2011 12. Tender Notice No. & Date of Opening : In addition to the information required in sub clause (a) and (b) above, the inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared Late pursuant to Clause-20. 17.4 The Bidders have the option of sending the Bids by post/ Courier services or in person. But the Bids must reach the Purchase within the dead line prescribed in the Tender Notice. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Purchaser to collect the proposals from Airlines/ Cargo Agents etc. shall be entertained by the Purchaser. 18. DEADLINE FOR SUBMISSION OF BIDS: 18.1 The original Bid together with required copies, must be received by the Purchaser at the address specified in Clause 17.3 not later than 13.00 Hrs. (IST) on the due date as indicated in the invitation for bids. 18.2 The Purchaser may, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. - 14 -

19. ONE BID PER BIDDER: 19.1 Each Bidder shall submit only one Bid by himself. 20. LATE BIDS: 20.1 Any Bid received by the Purchaser after the deadline for submission of Bids prescribed by the Purchaser, pursuant to Clause-19, will be declared Late and rejected outright and returned unopened to the Bidder. 21. MODIFICATION AND WITHDRAWAL OF BIDS: 21.1 The Bidder may modify or withdraw his Bid after the Bid s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of Bids. 21.2 The Bidder s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of Clause-17 & 18. A withdrawal notice may also be sent by fax but must be followed by an original signed confirmation copy. 21.3 No Bid may be modified subsequent to the deadline for submission of Bids. 21.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid form. 22.0 EVALUATION OF BID: 22.1 PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Purchaser s processing of Bids or award decisions may result in the rejection of the Bidder s Bid. 23. CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. 24. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS: 24.1 Purchaser will examine the Bids to determine whether they are complete, whether any computational error have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order. 24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected. In case of any column in the price schedule left blank or nil, the same shall be treated as included in the Unit Landing Price and the cost of the same shall be borne by the bidder(s). - 15 -

24.3 Prior to the detailed evaluation, pursuant to Clause-25, the Purchaser will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods offered, pursuant to Clause-13. Substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation. 24.4 A Bid determined as not substantially responsive will be rejected by the Purchaser and will not subsequently allowed to be made responsive by the Bidder by correction of the non conformity. 25 EVALUATION AND COMPARISON OF BIDS: 25.1 The evaluation of Bids shall be done basing on the delivered cost competitiveness basis for the total tendered item, as specified in clause-5 of the IFB for the destination stores of CESU. 25.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subjected to a responsiveness check as detailed in the clause-24. The Technical Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per Clause -6 of this document. Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of Bidders with Techno-commercially Acceptable Bids before opening of the price bid shall be considered for final evaluation. The supplementary financial proposal along with the original financial proposal shall be opened simultaneously. However, evaluation shall be made for the lowest price bid out of the above two proposals. 25.3 The Purchaser s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause: 25.4 Any adjustments in price, which result from the above procedures, shall be added for the purpose of comparative evaluation only to arrive at an Evaluated Bid Price Bid Price, quoted by Bidders shall remain unaltered. 26.0 AWARD OF CONTRACT: 26.1 CONTACTING THE PURCHASER 26.1.1 From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Purchaser on any matter related to the Bid, he should do so in writing. 26.1.2 Any effort by a Bidder to influence the Purchaser and / or in the Purchaser s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder s Bid. 26.2 THE PURCHASER S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS: - 16 -

26.2.1 The Purchaser reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser s action. 26.2.2 In the interest of work, the Purchaser reserves the right to relax any terms and conditions without affecting the quality & price of the equipments. 26.3 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to be the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. The Purchaser at its option/ discretion may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in case of the bid prices are same and early delivery is required by the owner. 26.4 THE PURCHASER S RIGHT TO VARY QUANTITIES: The Purchaser reserves the right to vary the quantity i.e increase or decrease the number of materials without any change in terms and conditions at the time of placing the orders or during the execution of the Contract. 26.5 LETTER OF INTENT / NOTIFICATION OF AWARD: 26.5.1 The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1) by taking the total tender quantity. The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award by Purchaser. 27.0 PERFORMANCE SECURITY: 27.1 Within 15 days of the receipt of Notification of Award from the Purchaser, the successful Bidder shall furnish the Performance Security in the form of Bank Guarantee from a Nationalized/Scheduled Bank in the enclosed format in favour of the Purchaser for an amount of 10% (ten percent) of the Contract Price on a non-judicial stamp paper worth of Rs. 100/-, which shall cover 270 days over and above the guaranteed obligation from the date of issue of the Purchase order. If the due date of delivery period has been extended, the successful bidder shall have to furnish the extended Bank guarantee to cover the entire validity period. The format for required Performance Composite Bank Guarantee is enclosed at Annexure - II to this Bidding document. 28. CORRUPT OR FRAUDULENT PRACTICE: 28.1 The Purchaser requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, the Purchaser: a) Defines, for the purposes of this provision, the terms set forth below as follows: (i) Corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/ or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence - 17 -

the action of any such official in the procurement process or in contract execution; and (ii) Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition. b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practice in competing for the contract in question. c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded an contract if he at any time determines that the firm is engaged in corrupt or fraudulent practice in competing for, or in executing, the Contract. 28.2 Further more, Bidders shall be aware of the provision sated in the General Terms and Conditions of Contract. 29.0. LITIGATION HISTORY: The Bidder should provide accurate information on any litigation or arbitration resulting on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder may result in disqualification of Bid. In this regard the bidder(s) shall furnish the self attested declaration as per the format prescribed by CESU in Annexure-VII. - 18 -

SECTION III GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) - 19 -

SECTION III GENERAL TRMS AND CONDITIONS OF CONTRACT (GTCC) 1.0 General Instructions: 1.01 All the Bids shall be prepared and submitted in accordance with these instructions. 1.02 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Purchaser will in no case shall be responsible or liable for these costs. 1.03 The Bid should be submitted by the Bidder in whose name the bid document has been issued and under no circumstances it shall be transferred / sold to the other party. 1.04 The Purchaser reserves the right to request for any additional information and also reserves the right to reject the proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender requirement is incomplete. 1.05 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in the Bid Documents. Failure to furnish all information required in the Bid Documents or Submission of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of the Bid. However, the Purchaser s decision in regard to the responsiveness and rejection of bids shall be final and binding without any obligation, financial or otherwise, on the Purchaser. 2.0 Definition of Terms: 2.01 Purchaser / shall mean Chief Executive Officer of Central Electricity Supply Utility of Orissa (CESU) on whose behalf this bid enquiry is issued by its authorized representative / officers. 2.02 Bidder / Contractor shall mean the firm who quotes against this bid document issued by the Purchaser. Contractor or Seller shall mean the successful Bidder and / or Bidders whose bid has been accepted by the Purchaser and shall include his heirs, legal representatives, successors and permitted assigns wherever the context to admits. 2.03 Site shall mean the Electricity Distribution Area of CESU. 2.04 Specification shall mean collectively all the terms and stipulations contained in those portions of this bid document known as Instruction to Bidder, Bid form and other forms as per Section V, General Conditions of Contract, Specifications and the Amendments, Revisions, Deletions or Additions, as may be made by the Purchaser from time to time. 2.05 Letter of Intent shall mean the official notice issued by the Purchaser notifying the Contractor that his proposal has been accepted and it shall include amendments thereto, if any, issued by the Purchaser. The Letter of Intent issued by the Purchaser shall be binding on the Contractor. The date of detailed Purchase Order shall be taken as the effective date of the commencement of contract. 2.06 Month shall mean the calendar month and Day shall mean the calendar day. - 20 -

2.07 Codes and Standards shall mean all the applicable codes and standards as indicated in the Technical Specification. 2.08 Offer Sheet shall mean Bidder s firm offer submitted to Purchaser in accordance with the specification. 2.09 Contract shall mean the Detailed Purchase Order issued by the Purchaser. 2.10 Contract Price shall mean the price referred to in the Detailed Purchase Order. 2.11 Contract Period shall mean the period during which the Contract shall be executed as agreed between the Contractor and the Purchaser in the Contract inclusive of extended contract period for reasons beyond the control of the Contractor and / or purchaser due to force majeure. 2.12 Goods shall mean all items to be supplied under Purchase Order whether raw materials, processes materials, equipment, fabricated products, drawings or other documents as applicable. 2.13 Store shall mean the Purchaser s store as defined elsewhere in this tender document. 2.14 Project / Unit shall mean supply of 11KV VCB as per enclosed technical specification. 3.0 Contract Documents & Priority : 3.01 Contract Documents : The Specification, terms and conditions of the contract shall consist solely of these Tender conditions and offer sheet. 3.02 Priority : Should there be any discrepancy between any term hereof and any term of the Offer Sheet, the terms of these tender document shall prevail. 4.0 Scope of Work: 4.01 The Scope of Work shall be on the basis of Bidder s responsibility, completely covering the obligations, responsibility and workmanship, provided in this Bid Enquiry whether implicit or explicit. 4.02 The Purchaser reserves the right to vary the quantity i.e increase or decrease, at the time of placing order or during project execution. 4.03 All relevant drawings, data and instruction manuals and other necessary inputs shall be under the scope of contract. 5.0 General Requirements: 5.01 The seller shall supply, deliver best quality goods & conduct the testing at their works of highest standards. 6.0 The seller shall be responsible & shall comply with the provisions of all statutory acts i.e Electricity Act 2003, Indian Electricity Rules 1956. - 21 -

7.0 Inspection & Testing: i) The Purchaser s representative shall be entitled at all reasonable times during manufacture to inspect examine and test on the Contractor s premises the materials and workman-ship of all equipment to be supplied under this contract and if part of the said equipment is being manufactured else where in any Sub-Contractor s premises, the Contractor shall obtain for the Purchaser s representative, permission to inspect, examine and test as if the equipment were being manufactured on the Contractor s premises. Such inspection, examination and testing shall not release the Contractor from his obligations under the contract. However, purchaser reserves the right to engage third party agent for conduct the aforesaid inspection. ii) iii) The Contractor shall give to the Purchaser adequate time/ notice (minimum of two weeks time) in writing for inspection of materials indicating the place at which the equipment is ready for testing and inspection and shall also furnish the Routine Test Certificates and Packing List along with offer for inspection to the Purchaser indicating the quantity which can be delivered in full truck load / Mini truck load to facilitate issue of dispatch instruction. Where the contract provides for test on the Premises of the Contractor or of any of his Sub-Contractors, the Contractor shall provide such assistance, labour, materials, electricity, fuel and instruments as may be required or as may be reasonably demanded by the Purchaser s representative to carryout such tests efficiently. The Contractor is required to produce Shop Routine Test Certificates before offering their materials for inspection iv) After completion of the tests as indicated above, the Purchaser s representative shall forward the test results to the Purchaser. If the test results confirm to the specific standard, the Purchaser shall approve the test results and communicate the same to the Contractor in writing. The Contractor shall provide at least three copies of the test certificates to the Purchaser. v) The Purchaser has the right to have the test carried out at his own cost by an independent agency whenever there is a dispute regarding the quality of supply. In such case the report of the independent agency shall be binding to the supplier. vi) The Purchaser at its discretion may re-test the supplied Equipments at its own laboratory or laboratory of his choice for reconfirmation of the test results. 8.0 QUALITY ASSURANCE PLAN: 8.1 The tenderer shall invariably furnish following information along with his offer, failing which his offer shall be liable for rejection, information shall be separately given for individual type of equipment offered. (i) Statement giving list of important raw materials names of sub-suppliers for the raw materials list of standards according to which the raw materials are tested. List of tests normally carried out on raw materials in presence of tenderer s representative, copies of test certificates. - 22 -

(ii) Information and copies of test certificates as in (i) above in respect of bought out accessories. (iii) List of manufacturing facilities available (iv) Level of automation achieved and list of areas where manual processing exists (v) List of areas in manufacturing process, where state inspections are normally carried out for quality control and details of such tests and inspections. (vi) Special features provided in the equipment to make it maintenance free (vii) List of testing equipments available with the tenderer for final testing of equipment specified and test plant limitation. If any, vis-à-vis the type, special acceptance and routine tests specified in the relevant standards. These limitations shall be very clearly brought out in schedule of deviations from specified test requirements. 8.2 The successful tenderer shall within 30 days of placement of order, submit following information to the purchaser. (i) List of raw materials as well as bought out accessories and the names of subsuppliers selected from those furnished along with offer. (ii) Type test certificates of the raw material and bought out accessories (iii) Quality assurance Plan (QAP) with hold points for purchaser s inspection. The quality assurance plan and purchasers hold points shall be discussed between the Purchaser and Supplier before the QAP is finalized. 8.3 The successful bidder shall submit the routine test certificates of bought out accessories and central excise passes for raw material viz oil, copper, aluminium, conductors, insulating materials, core material at the time of routine testing of the fully assembled equipment. 9.0 DOCUMENTATION : 9.1 All drawings shall conform to International Standards Organization (ISO) A Series. All drawings shall be in ink and suitable for micro filming. All dimensions and data shall be in S.I. units. 9.2 List of drawings and documents The bidder shall furnish four sets of following drawings duly approved earlier by the Type Testing Agency along with his offer. (a) (b) General outline and assembly drawings of the equipment i.e. breaker,cts, PTs etc. Graphs showing the performance of equipments in regard to magnetization characteristics ( c ) Sectional views showing (i) General Construction features (ii) The materials/gaskets/sealing used. (iii) The method of connection of the primary/secondary winding to the primary/secondary terminals etc. (iv) Porcelain used and its dimensions along with the mechanical and electrical characteristics (d) Arrangement of terminals and details of connection studs provided. (e) Name plate (f) Schematic drawing (g) Type test reports conforming to above design / drawings offered for supply. (h) Test Reports, literature, pamphlets of the bought out items and raw materials. 9.3 The successful tender shall, within 2 weeks of placement of order, submit three sets of final versons of all the above said drawings for purchaser s approval. The purchaser shall communicate his comments/ approval on the drawings to the supplier within four weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for owners approval with in two weeks from the date of owner s comments. After receipt of owner s approval, the supplier shall within two weeks, submit 12 prints and two good quality reproducible of the approved drawings for purchasers use. 9.4 Six sets of the type tests reports, duly approved by the purchaser, shall be submitted by the supplier for distribution before commencement of supply. - 23 -

Adequate copies of acceptance and routine test certificate, duly approved by the purchaser shall accompany the dispatch consignment. 9.5 The manufacturing of the equipments shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier s risk. 9.6 16 sets of nicely printed and bound volumes of operation, maintenance and erection manuals in English language, for each type and rating of equipment supplied shall be submitted by the supplier for distribution, prior to the dispatch of the equipment. The manual shall contain all the drawings and information required for erection, operation and maintenance of the circuit breaker. The manual shall also contain a set of all the approved drawings, type test reports etc. 9.7 Approval of drawings/ work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirement of the latest revision of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not in full accordance therewith. 10.0 PACKING AND FORWARDING: The equipment shall be packed in crates suitable for vertical/ horizontal transport as the case may be, and suitable to withstand handling during transport and outdoor storage during transit. The supplier shall be responsible for any damage to the equipment during transit, due to improper and inadequate packing. The easily damageable material shall be carefully packed and marked with the appropriate caution symbol. Wherever necessary, proper arrangement for lifting, such as lifting hooks etc. shall be provided. Any material found short inside the packing cases shall be supplier by supplier without any extra cost. Each consignment shall be accompanied with a detailed packing list containing the following information. (a) Name of the consignee (b) Details of consignment ( c ) Destination (d) Total weight of consignment (e) Sign showing upper/ lower side of the crate (f) Handling and unpacking instructions (g) Bill of materials indicating contents of each package 10.3 The supplier shall ensure that the packing list and bill of material are approved by the purchaser before dispatch. 11.0 Training Facilities : The Contractor shall provide all possible facilities for training of Purchaser s Technical personnel, when deputed by the Purchaser for acquiring first hand knowledge in assembly of the equipment and for it s proper operation and maintenance in service. 12.0 Rejection of Materials: In the event, any of the materials / equipment supplied by the Contractor is found defective due to faulty design, bad workmanship, bad materials used or otherwise not in conformity with the requirements of the Specification, the Purchaser shall either reject the materials / equipment or ask the Contractor in writing to rectify the same. The Contractor on receipt of such notification shall either rectify or replace the defective equipment free of cost to the Purchaser. If the Contractor fails to do so, the Purchaser may : - 24 -