annex-i-7800-rrb15-16-nbn

18
HINDUSTAN COPPER LIMITED Indian Copper Complex (A Govt. Of India Enterprise) P.O.Ghatsila-32303 Dist. Singhbhum (East) Jharkhand Phone : 06585-225869/225871 Fax : 06585/225806/225871 Mail: [email protected] [email protected] TENDER DOCUMENT Enquiry No. : I-7800/RRB/MJ/NBN Date :09.07.2015. Last Date of Submission of Offer : 11.08.2015 Time:11.00 AM. To. Please note that your on-line quotation should consist of the following basic information: 1. Validity . 2. Applicable Tax & Excise Duty 3. Delivery Period 4. EMD Amount: Rs. 70,000 /- Sub : PROCUREMENT OF ERECTION, TESTING, COMMISSIONING OF 11 KV HT POWER DISTRIBUTION BOARD through Enterprise Procurement System (EPS) Dear Sirs, ON LINE Tenders are invited from suppliers having experience in carrying out similar nature of jobs in Two Part Bid system (Part I – Techno Commercial and Part II – Price Bid) for ERECTION, TESTING, COMMISSIONING OF 11 KV HT POWER DISTRIBUTION BOARD to our Indian Copper Complex Unit, Ghatsila, Dist. East Singhbhum, Jharkhand. You are requested to submit your quotation through Enterprise Procurement System of M/s. Mjunction Service Ltd. (MJ) who is the service provider to HCL, under two bid system for the following items as per terms and conditions attached herewith. The quotation must be quoted On-line at URL https://eps.buyjunction.in All terms and conditions can be viewed and agreed upon along with Due Date of Closing and evaluation. The Specification of the material and Pre-bid qualifications of the vendor is placed below and attached herewith. Materials & Contracts Department TIN NO.20661100020 Pre Pre Pre Pre-bid Qualification criteria of the Vendor bid Qualification criteria of the Vendor bid Qualification criteria of the Vendor bid Qualification criteria of the Vendor (All documentary evidence along with EMD should reach HCL-ICC, Ghatsila before the Opening Date of the tender enquiry) as specified below: 1) The bidder must be the Manufacturer of the following makes of 11 KV Vaccum Circuit Breakers or their valid authorized dealers. In case of authorized dealers, the bidder has to submit valid authorization certificate. MAKE- ABB /SIEMENS /SCHNEIDER /BHEL /L&T ONLY. 2) Panel shall be designed, manufactured and Guarantee & warrantee from the OEM only. In this regard the bidder (In case of authorized dealer) has to submit the letter from the OEM for this tender. 3) The bidder has to submit documentary proof of SUCESSFULLY COMPLETING this type of job in PSU/Govt. Organizations/Listed Companies ( Not Private ) at least of following volume in last 7 years, One PO (Order Copy) of value Rs 56 lakh. OR Two PO (Order Copy) of vale Rs 35 Lakh each.OR Three PO(Order Copy) of value 28 Lakh each. 4) OFFER RECEIVED WITHOUT EMD WILL NOT BE CONSIDERED

Upload: vikash-singhi

Post on 04-Sep-2015

219 views

Category:

Documents


2 download

DESCRIPTION

HCL tender documents

TRANSCRIPT

  • HINDUSTAN COPPER LIMITED Indian Copper Complex (A Govt. Of India Enterprise) P.O.Ghatsila-32303 Dist. Singhbhum (East) Jharkhand Phone : 06585-225869/225871 Fax : 06585/225806/225871 Mail: [email protected]

    [email protected]

    TENDER DOCUMENT

    Enquiry No. : I-7800/RRB/MJ/NBN Date :09.07.2015.

    Last Date of Submission of Offer : 11.08.2015 Time:11.00 AM.

    To.

    Please note that your on-line quotation should consist of the following basic information: 1. Validity . 2. Applicable Tax & Excise Duty 3. Delivery Period 4. EMD Amount: Rs. 70,000 /-

    Sub : PROCUREMENT OF ERECTION, TESTING, COMMISSIONING OF 11 KV HT POWER DISTRIBUTION BOARD through Enterprise Procurement System (EPS)

    Dear Sirs,

    ON LINE Tenders are invited from suppliers having experience in carrying out similar nature of jobs in Two Part Bid system (Part I Techno Commercial and Part II Price Bid) for ERECTION, TESTING, COMMISSIONING OF 11 KV HT POWER DISTRIBUTION BOARD to our Indian Copper Complex Unit, Ghatsila, Dist. East Singhbhum, Jharkhand. You are requested to submit your quotation through Enterprise Procurement System of M/s. Mjunction Service Ltd. (MJ) who is the service provider to HCL, under two bid system for the following items as per terms and conditions attached herewith.

    The quotation must be quoted On-line at URL https://eps.buyjunction.in All terms and conditions can be viewed and agreed upon along with Due Date of Closing and evaluation. The Specification of the material and Pre-bid qualifications of the vendor is placed below and attached herewith.

    Materials & Contracts Department

    TIN NO.20661100020

    PrePrePrePre----bid Qualification criteria of the Vendorbid Qualification criteria of the Vendorbid Qualification criteria of the Vendorbid Qualification criteria of the Vendor

    (All documentary evidence along with EMD should reach HCL-ICC, Ghatsila before the Opening Date of the tender enquiry) as specified below:

    1) The bidder must be the Manufacturer of the following makes of 11 KV Vaccum Circuit Breakers or their valid authorized dealers. In case of authorized dealers, the bidder has to submit valid authorization certificate. MAKE- ABB /SIEMENS /SCHNEIDER /BHEL /L&T ONLY.

    2) Panel shall be designed, manufactured and Guarantee & warrantee from the OEM only. In this regard the bidder (In case of authorized dealer) has to submit the letter from the OEM for this tender.

    3) The bidder has to submit documentary proof of SUCESSFULLY COMPLETING this type of job in PSU/Govt. Organizations/Listed Companies ( Not Private ) at least of following volume in last 7 years, One PO (Order Copy) of value Rs 56 lakh. OR Two PO (Order Copy) of vale Rs 35 Lakh each.OR Three PO(Order Copy) of value 28 Lakh each.

    4) OFFER RECEIVED WITHOUT EMD WILL NOT BE CONSIDERED

  • Sl No

    Material Code

    Material Description Unit Quantity

    1 905520052 ERECTION, TESTING, COMMISSIONING OF 11 KV HT VCB PANELS ( 11 KV PDB ). DETAIL SCOPE OF WORK AS PER ANNEXURE

    SET 1

    2 011400589 11KV HT POWER DISTRIBUTION BOARD FOR EAST CAMP & TUMANDUNGRI. DETAILS AS PER ANNEXURE.

    SET 1

    NOTE: Since the contract is turnkey in nature which involves supply and jobs / services related to commissioning of HT breakers and panels, in the event of order the same shall be placed directly on

    the successful bidder only and not on any of its agencies/dealers.

    DETAIL SCOPE OF WORK

    DETAILED TECHNICAL SCOPE FOR 11 KV PDB The Scope Of Work consists of Design, manufacture, testing at manufacturers works before dispatch ,packing, supply & delivery FOR destination , erection, testing and commissioning of TWO SETS OF 11 KV PDBS, each consisting of SIX NOs. of 11 KV, 350/500 MVA, 800Amp, 3Phase, 50Hz free standing draw out type Vacuum Circuit Breaker panels with Vacuum Circuit Breaker Trolley, Horizontal Draw Out & Horizontal Isolation Type suitable for indoor installation along with other accessories as mentioned in the Scope Of Work & conforming to relevant IS/IEC specification.

    Supply Part The supply part shall be in two parts ( PDB-1 & PDB-2) to be commissioned at two different locations. Each PDB consists of 6 Nos. of VCB as per below,

    a) 2 Nos. of Incomer VCBs for power supply from different source with CT Ratio-400-200/5 for each PDB and having Numerical relays.

    b) 1 No. VCB for bus coupler for each PDB. c) Total 3 Nos. of outgoing VCBs with Numerical Relays and Transformer protection relays

    with CT ratio-200-100/5.

    Details of PDB-1 & PDB-2

    A. Details of 11KV PDB-1( For East Camp Sub station) The PDB consists of the following VCBs. a) 2 Nos. of Incomer VCBs for power supply from different source with CT

    Ratio-400-200/5 for each PDB and having numerical protection relays. b) 1 No. VCB for bus coupler for each PDB. c) Total 3 Nos. of outgoing VCBs with Numerical Relays and Transformer protection relays

    with CT ratio-200-100/5.

    Technical Details of PDB-1 1. Vaccum Circuit Breakers: 11 KV, 350/500 MVA, 3Phase, 800Amp, 50 Hz free standing draw out type

    Vacuum Circuit Breaker panels with Vacuum Circuit Breaker Trolley, Horizontal Draw Out & Horizontal Isolation Type suitable for indoor installation and having trip ckt. of 30V DC.

    The VCB Panels should be equipped with the following parameters/features. a) All necessary protective devices shall be of Numerical Relay type with LCD display. b) Panel LED indications for Breaker ON/OFF, individual phase(R,Y,B), Breaker trip,

    Close, breaker out, trip ckt healthy etc. c) Measuring instruments like analogue ammeter, ammeter selector switch, voltmeter and

    voltmeter selector switch etc.

  • d) Annunicator in each beaker with test, accept and reset feature. e) Digital Multi Function meters for all feeders. f) Distinct positions indicating: SERVICE, TEST, ISOLATED. g) While drawing-in the Breaker, earth shall come into contact before the test Position.

    While drawing-out the Breaker, earth shall disconnect after the test position. h) Enclosure Protection IP42.

    2. 1 No. Battery Charger having Lead acid Battery Set (2Volt, 150AH, Excide Make) of 30V DC / as per design, complete with Boost & Trickle Battery Charger. This Supply should include suitable and durable battery stand for keeping batteries.

    3. 6 Nos of Heat Shrink type End Termination Jointing kit suitable for 11KV XLPE /PILC Armoured power cable of size 3 core 185 sq.mm.

    4. 2 Nos. of Heat Shrink type Straight Though Jointing kit suitable for 11KV XLPE/PILC Armoured power cable of size 3 core 185 sq.mm.

    5. Supply of materials & Consumables for construction of One No. of double electrode earth pits.

    6. 1 No. suitable stand type ladle for panel related works. 7. Required MS structural materials & Civil job materials. 8. Copper cable of required size and length for battery charger supply and connection of

    charger to VCB panel (100 Mtrs. approx.). 9. Control cable of required size and length for connection of transformer relays with VCB

    panel ( 100 Mtrs. each). 10. HT Rubber Mat of required size for front of the PDB. 11. Operating handle and other accessories for 11 KV HT application for each VCBs. 12. Approved detail circuit diagrams along with operating manual of breakers in 4 copies along

    with 2 soft copies in DVD.

    B. Details of 11KV PDB-2 ( For Tumandungri Sub-station) The PDB consists of the following VCBs.

    a) 2 Nos. of Incommer VCBs for power supply from different source with CT Ratio-400-200/5 for each PDB.

    b) 1 No. VCB for bus coupler for each PDB. c) Total 3 Nos. of outgoing VCBs with Numerical Relays and Transformer protection relays

    with CT ratio-200-100/5.

    Technical Details of PDB-2 1. Vaccum Circuit Breakers: 11 KV, 350/500 MVA, 3Phase, 800Amp, 50 Hz free standing

    draw out type Vacuum Circuit Breaker panels with Vacuum Circuit Breaker Trolley, Horizontal Draw Out & Horizontal Isolation Type suitable for indoor installation and having trip ckt. of 30V DC/ as per design.

    The VCB Panels should be equipped with the following parameters/features. a) All necessary protective devices shall be of Numerical Relay type with LCD display. b) Panel LED indications for Breaker ON/OFF, individual phase(R,Y,B), Breaker trip,

    Close, breaker out, trip ckt healthy etc. c) Measuring instruments like analogue ammeter, ammeter selector switch, voltmeter and

    voltmeter selector switch etc. d) Annunicator in each beaker with test, accept and reset feature. e) Digital Multi Function meters for all feeders. f) Distinct positions indicating: SERVICE, TEST, ISOLATED. g) While drawing-in the Breaker, earth shall come into contact before the test Position.

    While drawing-out the Breaker, earth shall disconnect after the test position.

  • h) Enclosure Protection IP42. 2. 1 No. Battery Charger having Lead acid Battery Set (2Volt, 150AH, Excide Make) of 30V

    DC /as per design, complete with Boost & Trickle Battery Charger. This Supply should include suitable and durable battery stand for keeping batteries.

    3. 6 Nos. of Heat Shrink type End Termination Jointing kit suitable for 11KV XLPE /PILC Armoured power cable of size 3 core 185 sq.mm.

    4. 2 Nos. of Heat Shrink type Straight Though Jointing kit suitable for 11KV XLPE/PILC Armored power cable of size 3 core 185 sq.mm.

    5. Supply of materials & Consumables for construction of One No. of double electrode earth pits.

    6. 1 No suitable stand type ladle for panel related works. 7. Required MS structural materials & Civil job materials. 8. Copper cable of required size and length for battery charger supply and connection of

    charger to VCB panel( 100 Mtrs. approx.). 9. Control cable of required size and length for connection of transformer relays with VCB

    panel( 100 Mtrs. each). 10. HT Rubber Mat of required size for front of the PDB. 11. Operating handle and other accessories for 11 KV HT application for each VCBs. 12. Approved detail circuit diagrams along with operating manual of breakers in 4 copies

    along with 2 soft copies in DVD.

    Service Activity All service activities related to commissioning of 11 KV PDB-1 & PDB-2 are as below. The party has to visit our sites before submitting offer to know the jobs / service involved in this project.

    a) Erection, testing and commissioning of PDB-1 & PDB-2 (11KV, 800Amp, 50Hz Vaccum Circuit Breaker along with VCB panels) at East camp sub station and Tumandungri sub station respectively.

    b) Erection, testing and commissioning of 30v DC battery Charger for both PDBs separately at respective sub-stations.

    c) 12 Nos. End termination jointing ( 6 each for PDB-1 & PDB-2) through heat Sink type End Termination Jointing kit suitable for 11KV XLPE Armoured /PILC power cable of size 3 core 185 sqmm. by skilled cable jointer.

    d) 4 Nos. of Cable jointing ( 2 each for PDB-1 & PDB-2) through heat Sink type State Though Jointing kit suitable for 11KV XLPE/PILC Armoured power cable of size 3 core 185 sqmm by skilled cable jointer.

    e) Construction of TWO No. of good quality double electrode earth pits ( One for PDB-1 & one for PDB-2) & their interconnection with suitable GI strips up to respective VCB and related panels.

    f) Rerouting of HT cables, termination by skilled labor. g) All wiring related to commissioning of VCB and battery charger, including rerouting of

    HT cables for end termination and cable jointing for PDB-1 & PDB-2. h) Laying of supplied cable for battery charger and transformer relays from panel to

    transformer. i) Dismantling and shifting of 8 MT approximately old breakers (4MT approx. in each sub-

    station ) to suitable place, provided by HCL (within 2 Km distance). j) Testing of 11KV PDB by competent authority with all type of HT testing kits at our site.

    All tests to be carried out in presence of the party, testing agency and Engineer In-charge of HCL. All reports duly signed to be handed over to concerned Engineer of HCL.

  • Scope of Contractor a) Dismantling and shifting of old breakers (approximately 4MT in each locations) after

    new panel commissioning job to the specific area/site provided by HCL within works premises.

    b) Preparing Civil foundations for erecting new PDB after dismantling of old breakers. c) Modifications in cable trench so that new PDB can be easily erected at site including any

    civil jobs involved. d) Rerouting of HT cables and control cables. e) Required MS structures and Civil jobs related materials to erect new VCBs/ battery

    chargers have to be supplied by the party. f) Welding machines, welding rods, gas cutters, DA & Oxygen gas cylinders, tools, tackles,

    general consumables like nut, bolts, washers, suitable PVC insulated tapes, HT tapes, flexible cables etc. shall be arranged by the contractor at his own cost.

    g) The contractor has to arrange hand lamps, lighting cables, lighting materials etc. to be used for this contract.

    h) The relevant Testing Set(s) to be required during the testing of Commissioned of Circuit Breakers , Protection Relays, Meters, Battery Set , Battery Charger & other accessories shall be arranged by the Contractor at his own cost.

    BASIC TECHINCAL REQUIREMENTS 1. Vacuum Circuit Breaker:

    1 Normal System Voltage 11 KV

    2 Highest system voltage 12 KV

    3 Rated Frequency (HZ) 50

    4 Number of poles 3

    5 Class Indoor

    6 Basic Insulation level : 1.2 X 50 Microsecond impulse with stand voltage(KVP)

    75 KV (Peak) or better

    7 1Minute power frequency with stand voltage (KVRMS)

    28 KV or better

    8 Rated Normal current in Amperes 800Amp

    9 Rated Current Rating of Bus bar 2000Amp or better

    10 Rated short circuit breaking current in K.A 25KA(500MVA aprox.) or better

    11 Rated short time current Rating (Main Circuit) 25 KA (3 sec)or better

    12 Rated short time current Rating (Earth Circuit) 25 KA (1 sec)or better

    13 Total break time for any current up to the rated breaking current (Cycles)

    Not more than 3 cycles (60Milli sec.)

    14 Closing time Not more than 10 cycles

    15 Rated duration of short circuit current 3 sec

    16 Trip Free (yes/no) Yes

    17 Rated characteristics for short line faults As per IS-2516 part II

    18 Rated transient recovery voltage for terminal fault. As per IS-2516 part II

    19 Suitable for capacitor / reactor switching duties. Up to 4.88 MVAR 17

    20 Maximum permissible switching voltages to earth As per IEC/56

    21 First pole to clear Factor 1.5

    22 Rated operation duty 0-0.3 sec- Co-3 min-Co

    23 Total creep age distance ( mm for Heavy polluted atmosphere)

    25 mm/KV

  • Note: A. The normal current rating of breakers should be at least 1.6 times the maximum loading of

    circuit it controls. The rupturing capacity of breaker should be at least 1.25 times the calculated fault level of bus-bars.

    B. VCB should be electrically and manually operated Horizontal Draw-Out & Horizontal Isolation Trolley Type with TNC switch on each incomer and outgoing panel.

    2. Current Transformers: 1 Rated voltage 11 KV

    2 Rated primary current: Specified in the Schedule Of Supply

    3 Rated secondary current: 5 & 5 Amps

    4 No of cores : 02 (Two)

    5 Rated O/P (to be indicated Separately for different cores)

    Core I:-15 VA core II:-15 VA

    6 Insulation level: 28 kV

    7 Class of Accuracy: (To be indicated separately for different cores)

    5 P 10 (for protection) 1.0 (for metering)

    8 Short time current: 25 kA for 1 sec

    9 Applicable standard IS: 2705/1992.

    Note: CT Shall be of Dual core (Core1-15VA, 5P20 for protection & Core -2 15VA, CL 0.5 accuracy for metering).

    3. Potential Transformer:

    Note: The Potential Transformer shall be 100VA, 3Ph, Class 0.5 accuracy, 11KV/_3 / 110V/_3 cast resin insulated type. It shall be provided with HT / LT HRC fuses with sealing arrangement.

    4. BUSBARS FOR EACH PDBs: a) The bus-bars shall be of epoxy moulded or PVC sleeved and made of high conductivity

    ectrolytic grade copper. The current in all current carrying paths should not exceed 1.20 A / sq mm.

    b) The Bus bar rating should be more than 1250 Amp. c) Bus-bars shall be housed in a separate chamber, which shall be accessible for inspection

    only with special tools.

    5. RELAYS: The relays should be numerical type. All protective relays shall be rear connected, draw-out type, suitable for flush mounting and fitted with dust tight covers. The VCB panel should equipped with numerical relays with LCD Display and required auxiliary relays as listed below,

    24 Control circuit voltage (volts) 30 V (D.C)

    25 Operating mechanism Motor charged, stored energy, Spring Controlled

    1 Rated primary Voltage 11KV

    2 Rated Secondary voltage 110V

    3 No. of Secondary Cores One

    4 Rated Barden 100VA per phase

    5 Accuracy Class 1.0

    6 Basic insulation level 28 KV

    7 Ratio 11000/110V

    8 Application standard IS:3156/1992

  • Instantaneous Over current relay. IDMT Over Current Relay. Instantaneous Earth Fault Relay. Anti pumping Relay Tripping Relay Trip circuit supervision relay Transformer Fault relay for out going DC earth fault relay Other Auxiliary Relays

    6. Metering & Measuring Devices: Metering should be provided in the HT Panel. The meters installed will be:

    a) Analogue / Digital Ammeter & Ammeter Selector Switch (144sqmm) (Cl 1.0) b) Analogue/ital Voltmeter & Voltmeter Selector Switch (144sqmm) (Cl 1.0) c) Digital Multi functional Meter (Cl 1.0) with RS-485 Communication Port & having

    measuring parameters like Voltage (Each Phase & Phase to Neutral), Current(Line), Power(KW,KVA), Energy(KWAH), Power factor(avg.), Frequency, Maximum demand etc. Multi function meter to be provided in all VCBS.

    7. Makes of Equipments: 1 11 KV, 350MVA VCB Schneider/ABB/Siemens/BHEL/L&T

    2 Current Transformer Raychem /Pragati / Kappa / Gemini / AE/ Schneider

    3 Potential Transformer Raychem /Pragati / Kappa / Gemini / AE/ Schneider

    4 Relays L & T/AREVA/GE/ABB/Siemens/Schneider

    5 Selector Switch Salzer / Kaycee

    6 MCB with ELCB MDS /L&T /Schneider

    7 Push Buttons / Indicating Lamps

    L&T/Technic/ESBEE

    8 Control Fuse Base with HRC Fuse

    GEC/ L&T/Bussnan

    9 Measuring Instruments AE/Conzerv/KTYKARD/Megger/L&T

    10 Digital Meters Enercon/L&T/ Schneider/ABB/Siemens

    11 Digital Multi Function Meter Conzerv/KTYKARD/Megger/Schneider/ABB

    12 Battery Excide

    13 Battery Charger Aplab Limited/ Dyna Hitech /Chhabi Electrical /Excide / Reputed make having credentials

    14 Window Annunciator ALAN/ Any reputed

    15 Cable Termination/Jointing Kit Raychem

    16 Cable Lugs Dowells/ Equivalent

    Note: All Equipment / Components used in execution of work shall be preferred make listed above subject to the approval of Owner / Engineering Consultant.

  • Terms & Conditions Special Instructions.

    1. Tendering a) The potential party/contractor should visit the proposed site of installation and study

    the area and installations adjoining proposed unit so as to satisfy himself about intent, nature and implications of work involved. Any representation after submission of tender for any revision / modification on this account will not be accepted.

    b) The contractor may contact Electrical departments, HCL/ICC for any clarifications / site visits required etc. before submitting the offer.

    c) The tender/quotation is to be submitted in a sealed envelope containing separate sealed envelope for techno-commercial bid and price bid.

    d) As the project/contract shall be in turnkey in nature, the lowest price shall be decided clubbing the price of supply and erection, testing, commissioning.

    e) The bidder has to quote the price of supply part as a whole (clubbing the price of PDB-1 & PDB-2) and service part as a whole ( clubbing the service part for PDB-1 & PDB-2).

    f) The party has to visit our sites to understand thoroughly the entire project, scope of supply, scope of service and general conditions before submitting their offer.

    g) The contractor shall submit the following details / information in their techno-commercial bid along with the tender without which offer is likely to be rejected: (i) Schedule of quantities. Complete specifications of all major equipment with General

    Arrangement drawings, descriptive information, catalogues, relevant engineering data, name plate details etc.

    (ii) O.G.A & I.G.A drawing of the offered equipment with BOM and breakup of supply.

    (iii) Party has to make Point wise confirmation against our SCOPE OF WORK.

    2. Detailed Scope of work. Single Line Diagram

    a) List of recommended spares for 2 years of normal operation of the plant. b) List of commissioning spares. c) List of deviations/exclusions if any. d) Proposal for training of purchasers personnel. e) List of similar jobs executed earlier including details like value of contract, name of

    customer, and startup date and capacity of the system supplied. f) An undertaking for extending product support at least for a period of ten years from the

    date of supply to the equipment offered. g) While submitting the offer, the contractor shall note the following points:

    (i) All erection activities, related to interfacing with existing plants/units should be completed during normal shutdown/capital repair of the plant / shop.

    (ii) If the contractor is having any collaboration agreement with any other party, proof of the same has to be furnished along with offer giving justification regarding capability of the party to execute the assigned jobs.

    (iii) Contractor has to co-ordinate with various shop / consultant / agencies for effective implementation of the project.

    3. General Terms & Conditions. a) List of spares required for 2 yrs. normal operation and maintenance of the system offered

    along with item wise price to be submitted with the offer as a separate offer. The validity of price shall be for two years from the date of PO placement.

  • b) Any other work not specifically mentioned herein but necessary for completeness and smooth, trouble free working of the system shall also be in the scope of supply and work of the contractor.

    c) Basic Design and site condition All electrical equipment / component shall confirm to latest Indian Electricity rules/IEEE 444 standards wherever applicable as regards to safety, earthing, protection and other relevant provisions.

    Design : The offered system shall be most reliable, rugged for long life satisfying all the conditions stipulated in the technical specification and shall offer trouble free operation and easy for maintenance.

    Workmanship: The total system shall be manufactured with best material and workmanship. The systems shall be properly assembled and tested as per relevant Indian and international standards.

    4. Climatic Condition:- Max. Temperature : - 50deg. C Max. Humidity : - 95 % (Max. humidity & max. temp. not likely to occur simultaneously)

    5. Quality of Workmanship a) All the equipment supplied and materials used shall be new and best of their respective

    kinds and shall comply with the latest revision of relevant Indian/International standards. They shall also comply with all statutory requirements of Government of India and Jharkhand state.

    b) The contractor shall submit necessary testing and inspection certificates for the materials under contractors scope of supply.

    c) Quality of workmanship shall be in accordance with proven engineering practices. Any defects / deficiencies pointed out by Employer / consultant during or after commissioning shall be made good as directed without any extra cost to Employer.

    6. Inspection and Testing A) The contractor shall furnish in their offer a quality assurance plan (QAP) with complete

    list of tests proposed to be conducted at the factory site. The tests are required to be conducted as per relevant Indian/international standards and as per requirement of central and state government authorities must also be included. The testing procedure shall be discussed and finalized with the employer.

    B) The manufacturer shall conduct all the tests and inspection (including stage inspections, as necessary) required to ensure that the equipment offered by him conforms to the requirement of this specification. The particulars of the proposed tests and the procedures for the tests shall be submitted to the employer for approval before conducting such tests.

    C) The contractor has to give sufficient time for inspection at the time of giving inspection call and date of inspection should be mutually agreed to. If inspection team of employer finds on arrival at vendors premises that equipment under inspection is not ready, it shall be dealt with as per prevailing practice towards financial loss to the employer.

    D) All material used for various equipment shall be of tested quality. Physical and chemical tests on materials shall be done to ensure the quality of the material used. The procedures and sampling shall be guided by the applicable test codes and standards, components for which material test has been done and approval shall be stamped for identification.

  • 7. Testing at the Manufacturers Premises a) Test certificates for all tests shall be submitted to the Employer prior to inspection call. b) All equipment shall be tested in presence of Employers representative in accordance

    with the standards specified to determine its performance. Prior to performance tests, the supplier(s) shall furnish the procedures and methods of testing to the Employer for approval. No equipment shall be dispatched without taking clearance from the Employer.

    c) The contractor shall include and provide in contractors offer all facilities, which shall enable inspection by the Employer or contractors authorized representative in accordance with the clauses of contract.

    d) The Employer reserves the right to inspect all the equipment / items or part of them and give waiver for the rest.

    e) Inspection to focus on individual working of each type of the modules, integrated system working with simulated fault conditions, and working.

    f) The inspection by the Employer or contractors authorized representative shall not relieve the contractor of liability for rectification of any defects, which may subsequently appear or be detected during or after commissioning or during the guarantee period. The contractor shall rectify all such defects without any extra cost to the Employer.

    g) The tendered shall submit test certificates for all the tests conducted during manufacture and inspection in six (6) copies along with the supplies.

    8. Tests at Site of Installation After installation, equipment shall be subjected to testing at site in presence of Employers representative. The contractor shall furnish all necessary instruments, accessories and personnel for site testing. If the site performance test and result are unsatisfactory, the contractor shall rectify the same at contractors own cost.

    9. Handing over of site / equipment a) On completion of work, all rubbish, debris, temporary supports enabling structures etc.

    shall be removed from the site and the site shall be handed over in a tidy and workman like manner. All scrap, muck etc. shall be dumped suitably as directed by the Employer. The maximum distance for disposal shall be 1 km.

    b) Any existing underground cable, pipe etc. encountered during course of execution shall be suitably taken care of by the contractor and diverted if necessary in consultation with the Employer. All modification drawings / schemes so prepared shall be submitted for approval of the employer prior to implementation with no cost and time implications.

    10. Drawings / documents. Approval of all the drawings and coordination of all the design and engineering

    activities shall be done by the HCL/ICC. All drawings/documents/design data/design calculations/information etc. shall be

    submitted (in a neat form) by successful contractor in four copies (ammonia prints) to the Employer for APPROVAL, within 15 days after the ordering positively. Preferably approval to be taken across the table for the long lead items. The drawings / documents shall be in appropriate size. Manufacturing clearance shall be given after approval of drawings.

    Employer shall send back one copy of the drawings/documents/design calculations/design data along with comments/approval within 15 days. The contractor has to resubmit the commented /approved as noted drawings in four copies after incorporating comments of consultant till it is approved.

  • All drawings / documents / specifications / standards shall be in English language only. Translation of any of these into English language, if supplied in any other language is the responsibility of the contractor.

    The contractor shall submit the following drawings/details after placement of order: General arrangement drawings of the complete system showing various equipment. a) Single line diagram for the system b) BOM with rating, type & make. c) Complete internal wiring diagrams. d) External termination. e) List of bought out items with make etc. f) Complete technical details and write up on various equipment including

    specification, make, type, range, rating with relevant catalogues of each equipment. g) Earthing plan. h) Heat load calculation for air conditioning and ventilation system along with

    drawings if applicable. i) Quality Assurance plan (QAP) j) Test and inspection certificates. k) Instruction manuals of each system / subsystem covering erection, testing &

    commissioning, operation, maintenance, repair, list of spare parts with ordering specifications and list of consumables.

    l) Maintenance instructions manuals shall contain diagnostic trouble shooting, fault location charts and tests for checking of proper functioning.

    On completion of work, the tendered shall submit a set of 2 soft copies (on DVDs) along with six (6) sets of original prints in folders, of all the AS- BUILT drawings incorporating all changes that might have taken place during execution. At least two sets of site corrected drawings shall be submitted after commissioning till as-built drawings are submitted. As-Built drawings shall be first copy/clear photocopy and shall be properly arranged in suitable folders. The folders shall have a list of all the drawings it contains on the front inside cover.

    The contractor shall also submit operation, maintenance, repair, testing and inspection manuals for the complete system in six (6) copies.

    11. Hard Copy Documentation (i) Hard Copy Documentation should include installation, usage, programming,

    configuration and troubleshooting aspects of all the hardware and software items in the scope of supply.

    (ii) Minimum six sets of Original Hard Copy Documentation to be included.

    12. Guarantee/ Warranty. The Contractor represents and warrants to the Purchaser that: a) The design of all plant and equipment will be modern, approved and of the latest type

    developed by recent experience and that the plant shall be capable, under normal use, operation and maintenance, of accomplishing the purposes for which it is furnished.

    b) During a period of twelve (12) months from the date the plant is first put into commercial operation at site after revamping & commissioning, the Contractor, shall at his own expense, upon written demand by the Purchaser promptly repair or replace free to Purchaser at site any part comprising the plant, if found to be defective or to perform unsatisfactorily and;

  • Which may not comply with the specifications thereof and the representations and warranties set forth herein; or

    Which may be of defective or incorrect design; or Which under normal and proper use and maintenance proves deficient in performance, defective in workmanship or materials.

    c) If the Contractor fails to do repair or replace the plant promptly, the Purchaser may repair or replace the same at the Contractors risk and expense without prejudice to any other rights, which the Purchaser may have against the Contractor. Prior to taking remedial action, the Purchaser will give Seven (07) days notice to the Contractor to review the situation and advise steps to be taken. Failure to reply in Seven (07) days after the receipt of notice by Contractor shall constitute authority for the Purchaser to proceed with the repair or replacement at the Contractors risk and cost.

    d) During the warranty, the contractor shall be liable to replace any parts that may fail or show signs of defects in parts of his own manufacture or those of his sub-contractor's under the conditions as per the Contract and under normal use and arising from faulty designs, materials or workmanship or erection or from any act of omission of the contractor/ subcontractor.

    13. Insurance: The Contractor shall be responsible and take a comprehensive Insurance Policy (MCE) for "transit-cum-storage-cum-erection" in the joint name of Purchaser and Contractor for the contract value covering all risks and liabilities for supply, storage at site up to erection, testing & commissioning and handing over of the Plant to Purchaser as per terms of Contract. The Contractor shall take insurance for Third Party Liability covering loss of human life (engineers and workmen not belonging to Contractor) and also covering the risks of damage of other's material/ equipment/ properties during execution of the Contract and should be borne by the contractor. However, the value of third party liability for compensation for loss of human life shall be as per prevailing Rules and Regulations and for damage of equipment/property shall be mutually discussed and finalized. The various insurance policies shall be taken from one agency only.

    14. Stores: The equipment which will be supplied by the contractor prior to start of site/ erection works, shall be unloaded and stored at ICC, Ghatsila by the Purchaser. The Contractor should keep in touch with Purchaser to ensure that supplied items are properly received by Purchaser, unloaded and stored at ICC. Representative of Contractor may visit site for inspection of items received by Purchaser before commencement of site job. The supplied items shall be kept under the custody of the Purchaser till the start of erection and shall be handed over to the Contractor at the time of erection.

    It will be the responsibility of contractor to get the items/ equipment issued and shift the equipment to the site including loading/ unloading prior to erection.

    15. Delivery & Implementation Schedule: a) The maximum time allowed for design, supply of the material shall be not more than 06

    months. b) Dismantling of old breakers, erection, testing & commissioning of the supplied PCC

    shall be within 3 months from the date of supply of material, subjected to plant availability.

  • c) The party shall be informed by the department 10 days before the date of shut down for mobilizing required resources. The party has to work round the clock to complete the job within 05 days.

    d) The contractor has to furnish an implementation schedule for the design, supply, erection and commissioning of the equipment in their offer.

    e) The implementation schedule shall be based on minimum shut down requirements. f) The contractor shall utilize shutdowns for equipment installation and cable terminations

    other important commissioning works. g) The contractor shall furnish the optimum implementation schedule taking into

    consideration of the site condition, space and shutdowns periods available. h) During testing & commissioning, all the items shall be tested individually and

    protections set individually for all equipments and other items in the scope supply and work.

    16. Commissioning: The VCB panels and other auxiliary equipment shall be connected to rated input voltage and loads as specified. Connection to loads and charging of equipment will be done during repairs and shut downs of the plant equipment and the same will be decided mutually between the employer and the contractor at the time of commissioning.

    After successful trial run of all the equipment / items, charging of equipment with load for 30 days and acceptance of the same by the user department will be deemed as commissioned and after that department shall issue the commissioning certificate.

  • The interested parties should go through the given specifications, and General Terms and Conditions before submitting their offer on-line.

    HCL reserves the right to cancel the tender or award the contract in part or full at its sole discretion. General Terms and Conditions are enclosed herewith.

    The Procurement would be done through Enterprise Procurement System, conducted by M/s. Mjunction Services Limited, Kolkata. Date : Tender Closing date : 11.08.2015 at 11.00 A.M. Tender Opening (Part I) : 11.08.2015 at 14.00 P.M. Price Bid Opening : Shall be intimated later. Note1: Vendors may note that after the specified time and date of tender closing, same enquiry cannot be accessed by the vendor. During the specified time when the tender is in open for bid submission, you may modify the bids as per your convenient, where in case of multiple modifications the last submitted offer will be taken into consideration.

    Note 2 : EMDs and any other necessary documents should reach AGM (Materials & Contract), Hindustan Copper Limited, Indian Copper Complex, PO:Ghatsila-832303, Dist. East Singhbhum, Jharkhand, on or before the Opening Date of the Tender as specified in the Enquiry, i.e., 11.08.2015.

    You have to deposit the amount of Rs. 70,000/- (Rupees Seventy Thousand only) towards Earnest Money Deposit in the form of Demand Draft/Pay Order/Bankers Cheque in favour of Hindustan Copper Limited, payable at Moubhandar. EMD in the form of Bank Guarantee is acceptable. You should indicate the details of EMD at the special term box provided at the Bid submission page of Enterprise Procurement System. Without EMD bids will not be considered. But, SSI units registered with NSIC for castings are exempted from payment of EMD against valid documentary evidence, which should be sent separately to HCL. EMD to the unsuccessful bidders shall be refunded after finalization of order. Thanking you, Encl : 1. Special &General Terms & Conditions- Annexure A. 2. BG Format for EMD. Yours faithfully,

    AGM (Materials & Contract),ICC

  • All vendors are requested to contact M/s. Mjunction Services Limited, Kolkata, for registration and obtaining user id and password to access and quote for the tender enquiry. Registration Procedure: 1. Registration Procedure: 2. Please visit the Link https://eps.buyjunction.in 3. Click on Register button. 4. Put your Company PAN No. 5. Click on INTERESTED Button on behalf of respective organization (HCL) 6. Fill up the Form, click on the next button fill your preferred procurement category and click on

    submit button. 7. Download the pdf Form and take a printout of the same on your Organizational Letterhead (page

    1, 4 and 5) 8. Duly Sign & Stamp on each page of the form 9. Attach One (1) Photocopy of your Organization PAN Card 10. Fax the same to 033-66031734 or scan and email the same to [email protected] 11. Courier the hard copy to the below mentioned address:

    mjunction services ltd Godrej Waterside, Tower - I, 3rd Floor, Plot No.5, Block-DP, Sector - V, Salt Lake City Kolkata - 700091

    Upon receipt and verification of your properly filled up Declaration Form, we would be registering and intimating you through an automated email to the email id as mentioned in your declaration form.

    You may then login to EPS with the above mentioned EPS User ID & Password.

    MJ Contact No's 1. For Registration in EPS , USER ID and PASSWORD related activities

    Please contact Mr Chandi Charan Haldar, contact no 033-66106408 / 8584008100 Email ID :- [email protected] and [email protected] If unavailable, Please contact M/s Nandita Mitra -033- 66106068 / 9163348251 ([email protected])

    2. For Bid submission process:- Toll free Helpline no 1800-419-20001 , press 1 for EPS (9.30 A.M to 5.30 P.M) (contact person -Souvik Dutta /Abhijnan Mukherjee/Khushboo Kumari) or call Urgent direct landline number 033-64501585. If you find the numbers busy or engaged please mail and ask them to revert you asking for assistance in bid submission process email ID - [email protected], [email protected] and copy mark the same to [email protected]

    3. For Further Queries related to EPS / Escalation Point , Please contact Mr. Mumtaz Ahmed Client Relationship Manager (CRM), Buyjunction Mobile: 8584008202 Landline no:033-44091868 Email ID: [email protected]

    Note- Bidders can also use the Customer Complain Handling Portal and as requested they can log into their suggestions and complains, if any through this portal. They need to click on 'Feedback' which is available in the homepage and the issues will be resolved through CCHP portal itself

    No. Participation fee is applicable for HCL Tender.

  • SPECIAL COMMERCIAL CONDITIONS 1. TERMS OF PAYMENT: Payment within 30 days after receipt and acceptance of the material at our

    Stores. No other payment terms except 30 days credit payment term is acceptable. Offers received other than credit payment term of NIT is liable for rejection". The company shall release the payment due to the supplier electronically. The e-payment facility is available under INTERNATE mode through SBI. The supplier shall submit duly filled Bank Mandate form in duplicate with due authentication from their banker along with a copy of cheque to avail e-payment /RTGS facility. The prescribed Mandate form is enclosed.

    2. REJECTION AND REMOVAL OF REJECTED GOODS : If Testing and Inspection reveals that the goods do not comply with the specifications, they shall be rejected. The rejected goods will have to be lifted by the supplier at their own cost within a month of receipt of rejection advice from HCL.

    3. REPLACEMENT OF REJECTED GOODS: You will replace rejected goods within 15 days from the date of our intimation. In case, it is not done, ground rent as per HCL standard norm shall be charged.

    4. EARNEST MONEY DEPOSIT (EMD) : The offer should accompany with an amount of Rs70,000/- (Rupees Seventy Thousand only) towards Earnest Money Deposit in the form of Bank Draft/Pay Order/Bankers Cheque in favour of Hindustan Copper Limited payable at Moubhandar /Ghatsila or in the form of Bank Guarantee from any Scheduled Commercial Bank. Kindly note that this amount shall not bear any interest. Offers without Earnest Money will be rejected outright. Similarly, EMD in any other form will not be accepted. However, SSI units registered with NSIC are exempted from payment of EMD against valid documentary proof, which has to be submitted along with Techno-Commercial Bid.

    5. PERFORMANCE BANK GUARANTEE (PBG):Supplier shall submit Performance Bank Guarantee within 15 days from the date of receipt of Purchase Order / Contract, which shall be 10% of the purchase order / contract value either in the form of an account payee Demand Draft in favour of Hindustan Copper Limited, payable at SBI, Moubhandar, Ghatsila or by way of Bank Guarantee in HCLs format from any Scheduled Commercial Bank except co-operative and Garmin Banks. The PBG shall remain valid till expiry of the guarantee period plus three months towards successful execution of the purchase order / contract and performance guarantee obligation of the equipment /system as agreed up on. Performance Guarantee does not bear any interest. Performance Guarantee shall be released after fulfilling the guarantee / warranty as per contractual terms.

    6. LIQUIDATED DAMAGE FOR DELAYED SUPPLIES: The contract period/completion time is the essence of the contract and in case the party fails to complete the entire work within the stipulated completion time , the L.D. shall be imposed at the rate of half percent per week or part thereof of the total value of the contract/order till the work is completed subject to a maximum of Ten percent(10%) of the total value of the work. It is agreed that this is a genuine pre-estimate of the loss/damage which will be suffered on account of the delay/breach on your part and this amount shall be payable on demand without their being any proof of the actual loss/damage caused by such delay/breach. In addition to this, the company will be at liberty to terminate the contract and get the job completed either departmentally or through any other agency at the party's risk and cost.

    7. RISK PURCHASE: The supply of above item should be made as per the laid out specification and within stipulated delivery period failing which the Purchaser reserves the right to purchase materials from other sources at suppliers risk and cost in addition to the L/D stipulated in Clause No.6.

    8. FIRM AND FIXED PRICE : The price quoted shall remain FIRM & FIXED. 9. DELIVERY SCHEDULE: At the earliest Possible. 10. INSPECTION : Inspection to be carried out at our end. 11. CANCELLATION/TERMINATION: Hindustan Copper Limited reserves the right to cancel/terminate in

    full or part of the ordered quantity during the currency of the contract without assigning any reasons. 12. VALIDITY: The offers submitted by the tenderers must be valid for acceptance for 120 days from the date

    of opening of Techno-Commercial Bids. 13. A copy of tender document duly signed and stamped as a token of your acceptance of all the terms and

    conditions.

    AGM (Materials & Contract), ICC

  • GENERAL CONDITIONS OF TENDER ENQUIRY

    1. All entries in the quotation should be entered at on-line submission form without any ambiguity and can be corrected by the vendor till the date and time of closing. The last modified quotation will be taken into consideration only.

    2. Quotation cannot be accessed on-line after the DUE DATE. 3. Any order resulting from this enquiry shall be governed by the following terms and conditions

    in addition to those mentioned in order. 4. Where counter terms and conditions have been offered by the supplier, the purchaser shall not

    be governed by them unless specific acceptance has been given in writing in the order by the purchaser.

    5. PRICE:Price Bid shall be submitted through Enterprise Procurement System through Internet, among Techno-commercially acceptable tenderers as assessed by HCL. The schedule and details of e-procurement event shall be available to HCL vendors.

    Price quoted should be on FOR Ghatsila basis. Please give the break-up of rates such as, basic rate, excise duty, sales tax, transportation charges, Insurance etc.

    Key features in Purchase Procedures :

    - Use of Enterprise Procurement System for bid evaluation. - Vendor can access the evaluation statement on-line after the bid evaluation is over. - Price evaluation will be on Landed Cost net of Cenvat basis.

    6. EXCISE DUTY : The applicable rate of Excise Duty on the date of submission of offer

    should be clearly indicated. If Excise Duty is not applicable or NIL, it should be also clearly indicated in the offer. Excisable invoices are to provide for availing Cenvat.

    7. SALES TAX : The Seller/Vendor should clearly indicate the full as well as Concessional rate of Central Sales Tax/ST/VAT.

    Commercial Tax applicable on the items quoted for, to enable the buyer to incorporate the suitable rate of tax in the purchase order.

    8. RIGHT OF ACCEPTANCE: The purchaser does not bind himself to accept the lowest or any other tender and reserves the right of accepting the whole or any part of the tender or portion of the quantity offered. Within a period of three months from the date of completion of the order, purchaser further reserves the right to place repeat order on the same terms and conditions for additional quantity up to 50% of the originally ordered quantity.

    9. The Company has the right to reject any or all the tenders received in part or full without assigning any reason thereof.

    10. The Company has the right to cancel the enquiry or extend the due date of receipt of quotation without assigning any reason thereof.

    11. While submitting tender on-line the vendors cannot access the tender after the expiry of the due date and specified time in the enquiry.

    12. Any dispute arising out of this enquiry shall come under the sole jurisdiction of the District Court of Ghatsila, Jharkhand. Any dispute arising out of the supplied material will be as per Clause No. 19.

    13. WE REQUEST YOU TO RESPOND TO THIS ENQUIRY WITHOUT FAIL. IN CASE YOU ARE NOT IN A POSITION TO SUBMIT YOUR OFFER, YOU ARE REQUESTED TO AT LEAST SEND YOUR REGRET LETTER AS AVAILABLE ON-LINE AT ENTERPRISE PROCUREMENT SYSTEM, IF NO RESPONSE IS RECEIVED; YOUR NAME IS LIABLE TO BE DELETED FROM OUR MAILING LIST.

    14. FORCE MAJEURE CLAUSE: Neither HCL/ICC nor the supplier shall be held responsible or considered to be in default if the execution of the contract is delayed/interrupted due to the cause absolutely beyond their control, such as, acts of God, natural calamities, war, non-availability of the above materials, major civil commotion, fire, storms, strikes and floods. However, only these causes, which have a fraction of more than 7 days, are considered as being causes or force majeure. In such event, either party shall not compensate the other for the loss

  • that might accrue or might have accrued because of the effect of such event upon the execution of the contract.

    If the supplier is unable to perform the contract beyond 7 days due to the reasons attributable to force majeure conditions, HCL/ICC reserves the right to make immediate arrangements for engaging another supplier(s) for the same work without assigning any liability to the original supplier.

    15. TERMINATION: In the event of failure/default/refusal on the part of the supplier to perform satisfactory as per the contract, HCL/ICC reserves the right to terminate the contract either in full or in part and get the work executed by any other agency at the risk and cost in accordance with the Clause No.6 of SPECIAL COMMERCIAL CONDITIONS. HCLs decision in this regard shall be final and binding.

    16. Not withstanding the provision contained in Clause No. 15, the contract can, however, be terminated at the sole discretion of HCL/ICC without assigning any reason whatsoever by giving one month notice. The Supplier will have no claim on HCL/ICC due to such termination of the contract.

    17. ARBITRATION: All question(s), dispute(s) or difference(s) of any kind whatsoever arising out of, or relating to the contract shall be referred within 30 days by the parties to this contract for decision to sole arbitrator, who shall by the Chairman cum Managing Director of HCL or any other Officer of the Company nominated by the said Chairman-cum-Managing Director in that behalf. In the event of such an arbitrator to whom the matter is originally referred, is transferred or vacates his office by resignation or otherwise or refuses to act or is incapable of acting for any reasons whatsoever the Chairman-cum-Managing Director shall appoint another person to act as arbitrator in his place in accordance with the terms of this contract. Such person(s) shall be entitled to proceed from the stage at which his predecessor left it.

    There will be no objection to any such appointment that the arbitrator appointed is an Officer of the Company or that he had hand to deal with the matter to which his contract related or that in the course of his duty as such Officer he has expressed views on all or any of the matters in dispute or difference. No person other than the Chairman cum Managing Director or his nominee can act as arbitrator.

    The venue of the arbitrator shall be Ghatsila, Jharkhand only. The award of the arbitrator shall be final and binding on the parties. Subject to the above, the provision of Arbitration and Conciliation Act, 1996 and the rules there under and the statutory modifications thereof shall govern such arbitration proceedings and shall be deemed to apply and be incorporated in this contract.

    Any dispute, if arises at any point of time out of arbitration shall have jurisdiction of the Court of Kolkata, West Bengal.

    18. APPLICABLE LAWS: The Indian Acts will be applicable in all matters. 19. JURISDICTION OF THE COURT: Only the Court of Ghatsila, Jharkhand having original

    jurisdiction to entertain suit shall have jurisdiction to receive and decide any application/applications under the Arbitration and Conciliation Act, 1996 and no other court shall have any jurisdiction whatsoever.

    20. STATUTORY REGULATIONS: The supply, dispatch and delivery of material shall be arranged by the supplier in strict conformity with the all applicable statutory regulations. HCL/ICC disowns any responsibility on account of violation of statutory provisions, any irregularities or contraventions of any of the statutory regulations in manufacture and the supply of the said material covered by the order.

    For Hindustan Copper Limited AGM (Materials & Contract), ICC