BHARAT HEAVY ELECTRICALS LIMITED (A Government of India Undertaking) P.O. BHEL Jhansi Central Dispatch Cell

Similar documents
VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BHARAT HEAVY ELECTRICALS LIMITED,

Sub : Submission of Offer against Tender Specification No:

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Bharat Heavy Electricals Limited Tel. : +91(0891) /1345 INVITATION TO TENDER

LAKWA THERMAL POWER STATION

NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

NOTICE INVITING TENDER. Date of Issue Bid Closing Date & Time Tech. Bid Opening Date & Time Price Bid Opening Date & Time

The last date for submission of the bids is at

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

PEC University of Technology, Chandigarh

PUNJAB TECHNICAL UNIVERSITY,

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

TENDER FORM. List of available documents for the premises at Rupayan R-10, 2nd floor, Nehru Enclave, Gomati Nagar, Lucknow, comprising of 3 BHK.

LOK SABHA SECRETARIAT General Procurement Branch

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

Tender. for. Indian Institute of Technology Jodhpur

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

NOTICE INVITING TENDER

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Notice for inviting E-Tender for hiring of vehicles

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Himalayan Forest Research Institute

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No

Enquiry for Non coking Coal of Indian origin for supply to Thermal Power Plants of WBPDCL

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NOTICE INVITING TENDER

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

TENDER NOTICE NO: 11 of of LTPS

TENDER DOCUMENT (PART-A)

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

PROCUREMENT OF ISI MARKED PVC OVERHEAD WATER STORAGE TANKS of 500 Ltr CAPACITY IN BHEL TOWNSHIP, SECTOR-17, NOIDA.

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

REMOTE SENSING APPLICATIONS CENTRE, U.P.

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

RASHTRIYA ISPAT NIGAM LIMITED Visakhapatnam Steel Plant (A Govt of India Enterprise

Special Conditions of Contract (SCC) Rev-01 dated ( Bidders to fill SCC Rev-01 and send with their technical offer)

Tender. for. Indian Institute of Technology Jodhpur

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

Biotech Park, Lucknow

Sub: Invitation to Tender Enquiry for supply of Towel

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

TENDER FOR LOCAL CHEMIST

Air Conditioner Maintenance Committee

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

GOVERNMENT OF KARNATAKA (Department of Agriculture)

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

TENDER No: SPMU/NRC/Print Service/542/2018/ dated March 14, 2018 TENDER FOR MANAGED PRINT SERVICES ISSUED BY

SUPPLY OF STRUCTURAL STEEL (ANGLE ISA 75X6) FOR KOSTI TPP, SUDAN

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

Office of the Principal Accountant General (Audit), Telangana, Hyderabad. Prl.AG(Audit)TS/Estate/ Date:

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

Transcription:

BHARAT HEAVY ELECTRICALS LIMITED (A Government of India Undertaking) P.O. BHEL Jhansi - 284129 Central Dispatch Cell TENDER DOCUMENT No. CDC/T/12-13/030 Date: 18.10.2012 ROUTE FEASIBILITY SURVEY & SUPERVISION OF TRANSPORTATION OF 6 Nos. POWER TRANSFORMER TO PROJECT SITE OF M/s SJVNL, Rampur (HP) /Page 1 of 11

G-1) SCOPE OF WORK 1.1. Generator transformers with following detail has to be transported to project site of Project site of M/s SJVNL, Rampur (H.P) Description Size (LxWxH) in mm Qty (Nos) 84 MVA Generator transformer 6900 x 3150 x 4200 6 97 Weight of each transformer in MT 1.2. The scope of work shall be: Conducting Route Feasibility Survey & ensuring / witnessing the compliance of instructions / suggestions made in the route survey during transportation of the above 6 Nos transformers. In view of this, we are looking for experienced IRDA approved class A (Marine cargo) Corporate Surveyors and Loss Assessor companies for carrying out the route survey & witnessing its compliance during transportation. A. Survey Report should contain following information: i. The Route Survey shall cover the important bridges, Road over bridges, overhead transmission lines, level crossings and any other important infringements enroute, identified with distance in Km from starting points. The route survey should clearly identify narrow roads, sharp turns, unworkable gradients, culverts, underpass, overhung, overhead structure or any other similar obstacles etc requiring removal, shifting, modification, strengthening widening, straightening or construction of bypasses/approach roads for safe transportation of ODCs. ii. The route survey shall also cover the position of different bridges/ culverts etc. to be negotiated on way and their capacity to be assessed for bearing of required load of consignment i.e. (100 MT) + Trailer + Prime Mover weight etc. ensuring feasibility of road transport by making necessary bypass etc, if required to negotiate weak bridges / culverts etc. iii. The Route Survey shall be supported by photographs identifying the major milestones along the way. iv. Loading & Lashing diagram should also be included in the Route Survey Report. v. Road map highlighting the route. vi. Route Plan with time schedule for transportation. vii. Summary and conclusion (destination-wise) - In case during feasibility Route Survey, it is found that consignments cannot be transported in particular destination, detailed reasons along with photograph to be furnished. Party s suggestion to make the Route feasible in that particular segment should also be elaborated. viii. Required permissions from civil authorities / Railway / Electricity Board / Irrigation etc. are to be foreseen and indicated. ix. Budgetary price giving details like cost of civil work enroute, if any, giving further details of each civil work at different destinations enroute. x. Surveyor to suggest precautions to be taken by transporter during transportation. B. Supervision of transportation should include the following activity:- i. Supervision of Loading & Unloading. ii. Ensuring fitness of vehicle & driver. /Page 2 of 11

iii. Escorting the vehicle. iv. Ensuring compliance of instruction / suggestion made in the route survey like modification of roads, strengthening of bridges, precautions at critical points (turns/slope), documents / permission from civil authorities / Railways etc. RELEVANT EXPERIENCE OF ROUTE SURVEY: - Bidders should have done minimum 5 route surveys for consignment weight upto 100 MT each for secure transportation of above ODCs with requisite statutory compliances. 1.3. Bidders are expected to submit the route survey report within 30 days of ordering. Penalty of 2% per week on the part there off shall be imposed if delay is more than 30 days from the date of ordering. The penalty shall be calculated on the particular route survey report that was delayed. Delay attributable to force-majeure conditions like flood, Fire, Cyclones, Earth Quakes etc will be reviewed by Head of CDC deptt for granting relief. G-2) BIDDERS SHALL TAKE NOTE AND ENSURE THE FOLLOWING: 2.1. The bidders shall closely pursue all the clauses of the tender documents under Terms and Conditions, and all annexure enclosed /referred in Tender Documents before quoting. If the bidder has any doubt about the meaning of any portion of the tender conditions, or find discrepancies or omission in the provisions or shall require clarification on any of the technical aspect, scope of work etc. he shall at once contact the authority inviting the tender for clarification before the submission of the tender. 2.2. The offers shall be submitted under TWO-PART bid system, enclosing the Price bid in separate envelope. 2.3. No over writing, cutting allowed in the price bid. Rates should be filled in words also. 2.4. When photocopy of a document is submitted along with the tender it must be attested by Public Notary or Gazette Officer. 2.5. Non-compliance with any of the tender conditions set forth thereon and incomplete, conditional and ambiguous offers are liable for rejection. 2.6. Before submitting the bid, the bidders are advised to be well acquainted with the actual working and familiar with all other prevalent conditions, facilities available, nature of consignments, dispatches etc. No claim will be entertained later on the ground of lack of knowledge. /Page 3 of 11

G-3) G-4) Eligibility Criteria The bidder shall ensure to comply with the following qualifying CRITERIA TO BE ELIGIBLE FOR THE CONTRACT 3.1. Bidders will ensure furnishing Certificate or an undertaking in the form of an affidavit on non-judicial stamp paper valued Rs.100/- and duly notarized for: a. From concerned BHEL units (if in business during last 5 years) certifying that they are not presently put on hold, suspended, de-listed, banned or black listed by any of the BHEL units. b. Not have been booked by CBI and/or indicted by a court of law in any criminal case relating to transportation during last 5 years. c. Should one or more partners/directors/proprietors of the bidder firm have a relation or relations employed in the capacity of an Officer of BHEL, the authority inviting tender should be informed of the fact with the offer, concealing this, BHEL may cancel the contract & forfeit EMD/SD forthwith. 3.2. The Route Survey Report shall be made part of the transportation tender which shall be floated at the later stage. 3.3. Agency to which this contract is awarded would not be eligible to participate in the tender for transportation of these transformers. 3.4. During finalization of transportation contract, the bidder may be called for discussion with transporter / BHEL. SUBMISSION OF SEALED TENDERS: 4.1. Sealed bids are invited & bid is to be submitted in two parts as under: Part I -Technical Commercial Bid & Part II - Price Bid 4.1.1. Part I -Technical Commercial Bid - Following annexure and documents signed and sealed on each and every page as token of acceptance are to be submitted for Techno-Commercial acceptance a) Receipt of Cost of Tender b) Company Profile of Bidder c) IRDA Class A certificate (Minimum One year License validity from the Tender opening date) d) Copy of Income Tax return of last three financial years ie 09-10, 10-11 & 11-12 e) Earnest Money of Rs. 40,000 (Rs. Forty thousand only) is to be deposited in the form of Account Payee Bank Draft drawn at SBI, BHEL branch, Jhansi (UP) (Branch Code 3807) in favor of BHEL Jhansi). f) Self Certificate Cum Affidavit on non-judicial stamp paper worth Rs.100/- g) Declaration on Rs.100/- non-judiciary stamp paper regarding non- blacklisted, not-put on hold, not booked by court of law etc(refer Eligibility Criteria in Terms and Conditions) h) Copy of tender document signed and stamped on each and every page as a token of acceptance. i) Blank price bid (Price bid in prescribed format dully signed and stamped but without price) duly signed and stamped. j) Documents supporting relevant experience for similar work (Contract copy & Execution Certificate of 5 route survey conducted) /Page 4 of 11

4.1.2. Part II - Price Bid should contain One Sealed Envelope. Sealed envelope should contain PRICE BID should be super-scribed with Part II Price Bid, Tender No. CDC/T/12-13/030 and Due date of opening only. 4.2. Above two sealed envelopes (Part-I and Part-II) along with Letter from Bidder to Sr.DGM (CDC) regarding submission of Bid should be again sealed in a separate common envelope super scribed as Tender No. CDC/T/12-13/030 and Due Date of opening and addressed to : Sr.DGM (CDC) Tender Room Administrative Building BHEL, Jhansi Jhansi 284129 (UP) 4.3. Bid is to be sent under Registered Post / Speed post. The bid must be posted with due allowance for postal transit time so as to reach on or before 13:15 Hrs, Due Date in tender box. 4.4. Bid can also be accepted (Personally dropped in the Tender Box) up-to 13:15 Hrs on the due date. The sealed common envelope and first sealed envelope containing Part I Technical Bid will be opened on the same day at 14.00 Hrs in the presence of bidder s parties who wish to be present on the occasion. 4.5. Quotations received after DUE DATE and TIME will be treated as LATE and may NOT be considered. 4.6. Part II- Price Bid of technically acceptable bidders will be opened at later date which shall be intimated to the bidders. Part II bids of bidders whose Part I are not technically accepted shall not be opened. 4.7. Date for opening of Part II- Price Bid shall be intimated to the bidders after scrutinizing technical bids. 4.8. In case it comes to notice of BHEL at a later stage that any of the bidder to whom the contract is awarded, has given incomplete / false / suppressed / forged information then his contract is liable to be terminated and Earnest Money / Security Deposit will be forfeited. 4.9. Any clarifications on the Tender document can be sought from the under signed till seven days before opening date of Bid between 9 AM to 4 PM. Bidders desirous of obtaining clarifications shall do so in person and no written / telephonic request will be entertained on this aspect. 4.10. Any request for change of opening date of tender shall not be entertained. G-5) EARNEST MONEY DEPOSIT (EMD) 5.1. The bidder is required to submit an Earnest Money Deposit (EMD) of an amount specified in tender notice (NIT), in the form of A/c Payee Demand Draft from any of the BHEL Consortium Banks or nationalized banks only payable to "Bharat Heavy Electricals Limited, JHANSI" along with the techno-commercial bid of two-bid system. Tenders not confirming to this condition will be summarily rejected. /Page 5 of 11

5.2. The Earnest Money Deposit (EMD) will be refunded to unsuccessful Bidders within a reasonable time after the award of the contract. For successful Bidders, the same will be converted and adjusted against Performance Security Deposit. 5.3. EMD shall be forfeited, if the bidder withdraws his offer during the validity period or fails to sign the contract agreement or the bidder fails to submit Performance Security Deposit) PSD within the stipulated period after award of the contract. 5.4. Earnest Money Deposit (EMD) shall not carry any interest. G-6) STANDARD PAYMENT TERMS :- G-7) 6.1. 75% of Survey fee within 15 days of submission of Route survey report. 6.2. Supervision/Compliance fee and balance 25% Survey fee shall be paid within 45 days of safe transportation of transformers. 6.3. Any deviation from the standard payment terms would be suitably loaded in price bid during evaluation. (Refer Clause G-9.2 of this document) OFFER VALIDITY: 7.1. Tenders should remain valid for acceptance for a minimum period of 2 months from the date of bid opening. G-8) BHEL RESERVES THE RIGHT TO: - 8.1. Acceptance or rejection any of the bid/all bids or cancel/withdraw the invitation for bid without assigning any reason whatsoever, and in such case no bidder/intending bidders shall have any claim arising out of such action by BHEL. 8.2. Reject conditional tenders, tenders containing absurd or unworkable rates and tenders which are incomplete and otherwise considered defective and tenders not in accordance with the tender conditions, during the tender evaluation process. 8.3. Evaluate the bids as per BHEL norms by the Tender Finalization Committee (TFC) duly constituted by the BHEL management and its decision shall be final and binding on the bidder. 8.4. Have parallel contract at the same rate or different rates with any number of bidders for any destination. 8.5. Reject the lowest or any tender, or any part of the tender, or all the tenders, without assigning any reasons thereof. G-9) BID EVALUATION CRITERIA: 9.1. Techno-commercial bids (Part-1) received shall be first evaluated in regard to compliance with tender and contract terms & conditions. Bids qualifying these criteria only shall be considered for price bid (Part-2). 9.2. Each of the price bids will be evaluated on the Grand total + Loading amount due to deviation in the standard payment terms. Gross Amount so arrived shall be compared amongst bidders and graded L1, L2, L3, and so on, L1 being lowest. /Page 6 of 11

G-10) CONTRACT AGREEMENT: 10.1. The tender documents shall be deemed to form an integral part of the contract to be executed for this work, within 10 days from award of contract, on non-judicial stamp paper of requisite amount (Annexure G-E) 10.2. The acceptance of contract has to be signed by the competent authority of HO or by the representative authorized by the HO of the bidder and shall be submitted to BHEL confirming its acceptance in toto. G-11) PERFORMANCE SECURITY DEPOSIT (PSD) 11.1. Depending on value of contract awarded the amount of Performance Security Deposit shall be as following: Upto Rs. 10 Lakhs 10% Above Rs 10 Lakhs & upto Rs 50 Lakhs Rs.1.0 Lakh + 7.5% of the amount exceeding Rs 10 Lakhs Above 50 Lakhs Rs. 4.0 Lakhs + 5% of the amount exceeding Rs. 50 Lakhs. 11.2. The bidder shall submit the Performance Security Deposit within 30 days of awarding of contract/ issue of Letter of Intent as following:- a) Pay Order, Demand Draft drawn in favor of M/s Bharat Heavy Electricals Limited, JHANSI valid for the period as aforesaid. b) Local Cheque of scheduled banks, subject to realization. c) Securities available from Post Offices such as NSC, Kisan Vikas Patras etc. (Certificates to be held in the name of bidder furnishing the security and duly pledged in favor of BHEL and discharged on the back) d) Bank Guarantee from scheduled Banks/Public Financial Institutions as defined in Companies Act. The Bank Guarantee format should have the approval of BHEL. e) Fixed Deposit Receipt (FDR) issued by Scheduled Banks/Public Financial Institutions as defined in Company s Act. The FDR should be in the name of bidder; A/C BHEL JHANSI duly discharged on the back. f) The PSD can also be recovered at the rate of 10% from running bills. However in such cases at least 50% of the PSD should be deposited before the start of work and balance 50% may be recovered from running bills. g) All deposits in the form of bank instruments shall be caused to be submitted preferably through the issuing bank only and deposited with the Finance Deptt. of BHEL under receipt in duplicate with copy of receipt submitted to CDC. h) The Performance Security Deposit shall not carry any interest. /Page 7 of 11

(Note: - Acceptance of Security deposit against Sl No (c) & (e) above will be subject to hypothecation or endorsement on the document in favour of BHEL. However, BHEL will not be liable or responsible in any manner for the collection of interest or renewal of the document or in any other matter connected therewith.) 11.3. If the bidder fails to deposit PSD within the stipulated period after getting the LOI/award letter, the EMD may be forfeited and appropriate action shall be taken. G-12) ARBITRATION: G-13) JURISDICTION: Any dispute arising out of this contract shall be referred to the sole arbitration of BHEL, JHANSI. Its award shall be final and binding on the parties. The venue of arbitration in all cases shall be at JHANSI. In case of any suit or other legal proceedings arising under or relating to the rate contract, the courts at JHANSI only shall have jurisdiction. G-29) CONTACT PERSON In case of any query please contact Sr.DGM (CDC), Alok Bhadkamkar at 09453001016, 05102412675, alok@bheljhs.co.in /Page 8 of 11

(To be executed on non-judicial stamp paper worth Rs.100/-) Bharat Heavy Electricals Limited, Jhansi Acting through the: Sr General Manager (CDC) Central Dispatch Cell BHEL, Jhansi-284129, U.P. Annexure G-E' 1. I/We have read the various conditions to tender No. CDC/T/12-13/030 attached hereto duly signed & stamped on each page and hereby agree to abide by the said conditions. 2. I/We also agree to keep this tender open for acceptance for a period of 2 months from the date of opening the same. 3. A sum of Rs.40,000/- (Rupees Forty Thousand only) is herewith forwarded as EMD in the form of Demand Draft in favour of Bharat Heavy Electricals Limited, Jhansi & we also agree to provide Security Deposit in the form of Bank Guarantee & DD/FDR (as elaborated in the tender document) from any Scheduled Bank of Public Financial Institution for the amount as per BHEL tender in case we are approved as successful bidder. 4. The full value of EMD/SD shall stand forfeited for non-compliance of any tender terms & conditions by me/us without prejudice to any other rights or remedies in line with the conditions stipulated in the tender document and relevant to the context. 5. I/We as the benefice bidder agree and confirm as deemed to have satisfied ourselves by all conditions to be encountered during the execution of the contract are taken into account and that the rate are adequate and all inclusive to accord with the provisions to the entire satisfaction of the Company. 6. We make oath and state as under:- That, the contents submitted as statement, enclosure to the techno-commercial bid are true to the best of our knowledge and only true facts have been stated and nothing relevant has been concealed. We do hereby verify that the contents are true and correct. 7. Until a formal agreement is made and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of the contract awarded on us. 8. Verified and signed today, the day of. 2012 at in the presence of the Witnesses who have appended their signature with address hereunder: (Signature of the bidder affixing official stamp) Complete address of the bidder: Name & Address of witnesses: Name(s) : 1. Signature : Designation/Position Name : Address : Address : Tel.No. : Fax No. : 2. Signature : e-mail id: Name : Address : Place: Date: /Page 9 of 11

AUTHORISATION LETTER FOR E-PAYMENT/ELECTRONIC FUNDS TRANSFER (EFT / RTGS/NEFT) (PLEASE FILL UP THE FORM IN CAPITAL LETTERS ONLY) TYPE OF REQUEST (Tick One) CREATE CHANGE BHEL Vendor/Supplier Code(s) Company's Name Address City State Pin Code Contact Person(s) Telephone No. MOBILE NO. E-mail ID 1. Bank Name 2. Bank Address Annexure G-H 3. Bank Telephone No. 4. Bank Account No. (IN FULL) 5. Account Type. 6. Bank's Branch Code 7. Bank IFSC RTGS / NEFT code 8. Enclosed cancelled cheque No. DECLARATION : 1. I as representative / owner of the above named company, hereby authorize BHEL, Jhansi to electronically make payments to the designated bank account. I hereby certify that the particulars given above are true, complete and correct. 2. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold BHEL/transferring Bank responsible. 3. This authority remains in full force until BHEL, Jhansi receives & acknowledge written notification requesting a change or cancellation. 4. I have received the contents of the covering letter and agree to discharge the responsibility expected of me as a participant under e-payment/eft/rtgs/neft. Authorized Signatory Company Seal Date: Verification by Bank Note: All fields are mandatory & send the form duly filled with one original cancelled cheque to, SR AO (SALES), FINANCE & ACCOUNTS DEPT, BHEL, JHANSI /Page 10 of 11

PRICE BID (Against Tender enquiry No. CDC/T/12-13/030 Date: 18.10.12) Our best offer against your tender enquiry No. CDC/T/12-13/030 Date: 18.10.12 for Route Feasibility Survey & ensuring / witnessing the compliance of instructions / suggestions made in the route survey for transportation of the 6 Nos transformer 97MT each, (6900 x 3150 x 4200 mm (L x W x H) is as under :- Sl. Particulars No a) Cost of route feasibility survey from BHEL Jhansi to Project site of M/s SJVNL, Rampur (HP) Sub Total of (a) b) Supervision charge for witnessing the compliance of instructions / suggestions made in the above route survey during the transportation of SIX transformer) from BHEL Jhansi to Project site of M/s SJVNL, Rampur (HP) Sub Total of (b) GRAND TOTAL OF (a) & (b) Amount in Rs. (All Inclusive) Rs. Rs. Rs. Rs. Rs. GRAND TOTAL OF (a) & (b) (in words) Rs.. Service Tax extra as applicable (All other taxes & duties to be included in All Inclusive prices.) The offer is valid for 2 months from the Tender opening date. Signature and Seal of Bidder /Page 11 of 11