00

REQUEST FOR QUOTATIONS (RFQ) IRG/PDP/SID/2014/186 For the Supply of Sheathed Insulated Distribution (SID) Cable to WAPDA Specification DDS-8:2007 RFQ Issuance Date: September 24, 2014 Bidders’ Questions Due Date: September 26, 2014 Closing Date and Time: October 1, 2014 on or before 05:00 P.M. Pakistan Standard Time (PST) Period of Performance: Per Schedule in five lots, with delivery beginning in 8 weeks and complete in 24 weeks International Resources Group (IRG) is hereby requesting proposals for the supply of 600V Sheathed Insulated Distribution (SID) cable from qualified and experienced firms. The expected period of performance shall be three (3) months from the signing of the contract. In order to be responsive, proposals must include: 

 

All documentation indicated in Section II and Annex - III Meet the technical specifications as laid out in Annex - I. Submission of proposals must be as hardcopy to IRG Office, House No. 23, Street 19, Sector F 6/2, Islamabad Pakistan on or before the closing date/time. In addition to Hard Copy submissions proposals will also be accompanied by Soft copy in the form of a USB or CD with full proposals. NOTE: All/any DVD submitted should be a copy of the Technical and Financial proposal documents. DVDs should NOT provide new or different information (such as factory/unit background) as they will not be viewed by the Technical Evaluation Committee (TEC) as part of the Technical proposal.

I. Technical Proposal (In a separate sealed envelope clearly marked) The technical proposals in response to this solicitation must address how the bidder intends to carry out the statement of work contained in Annex - I. It should also contain a clear understanding of the work to be undertaken and the responsibilities of all parties involved. Please note that the technical proposal will be evaluated based on the evaluation criteria set forth in Section III. The technical proposal should state clearly that the Bidder understands the requirements in the statement of work, the proposed approach to accomplish the contract objectives and achieve results. Clarity, completeness, brevity and directness are imperative. Elaborate formats are not desirable. II. Price Proposal (In a separate sealed envelope clearly marked) The Price proposals shall be submitted as a stand-alone document and contain the contractor’s proposed price to provide the materials detailed in Annex II. The Price proposal must be prepared in a manner that is current, accurate and complete. Any questions regarding this solicitation must be submitted to [email protected] no later than 05:00 P.M. Pakistan Standard Time (PST) on September 25, 2014 in order to provide a timely response to such questions prior to the closing date. All questions submitted on or before September 25, 2014 shall be reviewed and considered by IRG. Upon review of the questions, if necessary, amendments will be prepared and uploaded on http://www.pdip.pk/rfq. All prospective bidders are advised to visit http://www.pdip.pk/rfq regularly for updates and amendments.

IRG/PDP/SID/2014/186

1

00

Bid/Proposal Submission Instructions The Technical and the Price Proposals must be submitted in two separate sealed envelopes simultaneously, one containing the Technical Proposal and the other the Price Proposal, enclosed together in an outer single envelope. The Technical and the Prices Proposals must be submitted in a hard copy and an electronic format (USB or CD, a soft copy) delivered to the following address: RFQ 186 For the Supply of Sheathed Insulated Distribution (SID) Cable to WAPDA Specification DDS8:2007 International Resources Group (IRG) Limited USAID Power Distribution Program, House # 23, Street 19, F-6/2, Islamabad, Pakistan. 

  

 

The inner and outer envelopes shall: o bear the name and address of the Bidder; o be addressed to IRG as per above mentioned address o bear a warning not to open before the time and date for bid opening and o following should be written on top of the envelopes in bold letters  Proposal/Bid/Quote for/in response to RFQ/RFP NO…………  Due Date and Time ……………………………………………… If all envelopes are not sealed and marked as required, IRG will assume no responsibility for the misplacement or premature opening of the bid/proposal. Bids/Proposals must be received by IRG at the above mentioned address and no later than the date and time indicated in the RFQ/RFP. IRG will not consider any bid/proposal that arrives after the deadline. Bids/Proposals received after the deadline shall be declared late, rejected, and returned unopened to the Bidder (s). The Bidder shall submit, in addition to the Hard Copy, a Soft Copy on USB or CD with the bid/proposal. However the hard copy of the bid/proposal shall prevail over the soft copy in case there is any inconsistency.

IRG/PDP/SID/2014/186

2

00

SECTION I - INTRODUCTION IRG Overview IRG has been contracted by USAID to manage the Power Distribution Program (PDP) in Pakistan. The five year program seeks to foster financial sustainability for participating government-owned electric power Distribution Companies (DISCOs) through performance improvement activities based on the performance improvement action plans developed in the Component 1 of PDP. Summary of the PDP PDP is a five-year, USAID-funded program, the principal goal of which is to improve DISCO’s technical and financial performance through reduction in losses and improvement in revenues and customer services to bring them to a level of well-run utilities as in other progressive countries. Through this program, the United States Government is providing assistance and support to the Government of Pakistan (GOP) in its efforts to reform the power sector to end the current energy crisis. Technical requirements Annex-I attached hereto includes the detailed statement of work and the instructions hereunder.

IRG/PDP/SID/2014/186

3

00

SECTION II - INSTRUCTIONS FOR PROPOSAL PREPARATION General Instructions:  Bidders must provide proposals directly in their own name to IRG under the terms and conditions hereunder.  Proposals received after the deadline will not be considered.  Technical and Financial proposals shall be submitted in both hard and soft copies. Soft Copies will be in the form of a CD or USB included in the Package/Envelop.  Proposals should concisely address the requirements/specifications as they are presented. Proposals not meeting our requirements/specifications may be rejected.  Bidders shall submit proposals in response to this solicitation in English with all prices stated in Pak Rupees / US$. Bidders may submit modifications to their proposals at any time before the solicitation closing date and time. For any conversion from Pak Rupees for Pakistani Bidders, the US Dollar exchange rate of the State Bank of Pakistan on the RFP’s closing date is to be considered for all calculations. Should a contract be awarded to a Pakistani firm, all payments will be made in Pak Rupees.  Bidders are encouraged to visit our website (www.pdip.pk/rfq) regularly to view the latest developments concerning this RFP/solicitation. Technical Proposal: The bidder‘s technical proposal should include the following information:

1.

The first page of the proposal must show the following: A. The name, address, and telephone and facsimile numbers of the bidder (and electronic address if available); B. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items for which prices are offered; C. Names, titles, and telephone and facsimile numbers, and electronic addresses of persons authorized to negotiate on the bidder’s behalf with IRG in connection with this RFP. D. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office.

2.

The Bidder shall provide documentation showing the proposed manufacturer is approved by WAPDA for supply of the proposed goods, and has been providing such goods to WAPDA DISCOS for a minimum of ten years.

3.

The Bidder shall provide documentation attesting to the capability of the manufacturer and their facilities to produce the required goods in the proposed delivery period. Such documentation shall include a discussion of the capability of the manufacturing process, as demonstrated by successful supply of previous orders of similar size.

4.

Goods shall be manufactured in a plant that holds an ISO 9001:2008 or later certification for quality management.

5.

In the event that the Bidder is a vendor and not a manufacturer, Bidder shall supply documentation from the proposed manufacturer certifying that the Bidder is authorized to

IRG/PDP/SID/2014/186

4

00 make the proposal and agreeing that the manufacturer shall be bound by the terms of the Bidder’s proposal.

6.

The Bidder shall state the manufacturer’s name, address and catalog number, if applicable, of all items proposed, and shall provide such information as is required to demonstrate that the equipment proposed complies with the requirements of Annex I, Technical Specifications. In the event a bid is accepted by IRG and an award made, the Bidder shall supply materials and equipment of the manufacturer and catalog number proposed. Subsequent to award, substitutions of materials or equipment of different manufacturers or catalog number will not be allowed.

7.

All goods purchased under this RFQ shall be delivered at the IRG warehouse in Lahore. Title and risk of loss shall pass from Bidder to IRG at the point of delivery. IRG will not pay any fees, surcharges, assessments or other charges not specifically identified in the Bidder’s proposal.

8.

The Bidder and the manufacturer shall warranty all products against defects arising out of faulty design, workmanship, and defective material for a period of not less than two years from the date of acceptance by the Purchaser. In the event that the warranty is breached, the Bidder and the manufacturer are bound to remedy all such defects by replacing or repairing the defective goods and delivering any replacements to the original place of delivery within a reasonable time following notification. Purchaser, at its sole discretion, may require alternative remedies, such as reimbursement.

9.

Bidders are to ensure all certifications found in Annex III, are signed and submitted as part of the bid.

10.

IRG reserves the right to accept or reject any proposals and is not obligated to make any awards under this RFQ, without providing explanations to any Bidder.

11.

Any departure from the requirements in Annex I or any requirement under Section 2 herein shall be disclosed at the time of bidding under the title “deviation from specification/requirement”.

12.

The following information shall be provided with the tender: A. Description of the materials supplied in sufficient detail to demonstrate compliance with the specifications in Annex I B. Certificate or other evidence of approval of the manufacturer by WAPDA demonstrating that they are approved for supply of the requested goods to Pakistan DISCOs. C. Statement of manufacturing experience evidencing that the manufacturer has supplied the specified materials to Pakistan DISCOs for not less than ten years. Bidder shall list the clients and total quantities of materials similar to that specified supplied to each in the last five years. D. Documentation attesting to the capability of the manufacturing plant to produce the requested goods on the proposed delivery schedule. E. Copy of current ISO 9001:2008 certificate for the manufacturing plant F. Packaging details G. Terms of manufacturer’s warranty for the required two year period.

IRG/PDP/SID/2014/186

5

00 Price Proposal: The Price proposal that will include the Price Quotation Tables (Annex II) must be submitted. Pricing must be fully comprehensive, complete, and list any available discounts. Pricing information supplied with the proposal must be valid for at least 90 days after the due date for proposal submission. All one-time and recurring costs must be fully described. Rates should be quoted, inclusive of all but showing separately, costs of inspection, services, transportation, taxes, import duties if any and other levies. Payment is to exclude General Sales Tax (GST) and/or import duties for which IRG is exempted as a USAID contractor. Pakistani firms will be paid the total amount after deducting withholding tax, which IRG will pay direct to the Federal Board of Revenues (FBR). GST exemption certificate will be provided by IRG upon supplier’s request. The price proposal shall include the proposed delivery schedule for the requested goods. IRG desires that delivery be according to the following schedule, with the understanding that production for any lot shall not begin until the date upon which such lot is released by IRG. As noted in the table, IRG will release lots 1 and 2 upon signing of the purchase order. Releases of subsequent lots shall be made at IRG’s discretion, but delivery of such subsequent lots shall be made twelve (12) weeks after IRG’s release of the lot. Delivery period shall be measured in weeks following the signing of the contract/purchase order. Bidder may propose their own delivery schedule which shall be a factor in bid evaluation Lot Designation Lot #1 Lot #2 Lot #3

Quantities Delivered 5% of requested quantities of Items 1 and 2 15% of requested quantities of Items 1 and 2 25% of requested quantities of all items on Purchase Order

Delivery Period Weeks 8

Anticipated Release for Production At Signing

12

At Signing

16

4 weeks subsequent to signing of Purchase Order

Lot #4

25% of requested quantities of all items on Purchase Order

20

8 weeks subsequent to signing of Purchase Order

Lot #5

All remaining items on Purchase Order

24

12 weeks subsequent to signing of Purchase Order

IRG/PDP/SID/2014/186

6

00

SECTION III - EVALUATION CRITERIA Proposals will be evaluated by IRG for compliance with administrative requirements, previous experience of the Bidder, technical capacity for production of the required goods, possession of certificates of approval from WAPDA for the requested goods, and evidence of quality control, as well as pricing and delivery. IRG may inquire of other clients of Bidder and may obtain any information related to other projects that the Bidder may have executed. IRG may contact any Bidder for clarification or additional information, but Bidders are advised that IRG reserves the right to make decisions based solely on the information provided with the proposals. IRG may but is not obligated to conduct additional negotiations prior to issuance of a purchase order, and may at its sole discretion elect to issue purchase orders to one or more Bidders. IRG may, at its convenience elect not to award any contracts under this RFQ. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected. IRG will conduct a Technical/Price/Delivery Weighted evaluation and source selection based on evaluation factors listed below. Technical evaluation factors have a total of 40 points; price evaluation has a total of 30 points, and delivery evaluation factor has a total of 30 points. These factors will serve as the standard against which all technical information will be evaluated, and identify the determination factors that bidders should address. IRG intends to evaluate bidders’ proposals in accordance with the Statement of Work in Annex - I of this RFP and make an award to the Bidder achieving the highest combined score proposal (technical, price and delivery), demonstrating both technical compliance, price reasonableness, and express delivery. Evaluation of Proposals: The proposals will be evaluated by a technical evaluation committee using the criteria shown below. When evaluating the competing proposals, IRG will consider the written technical/capability information provided by the bidders, and any other information obtained by IRG through its own research. The criteria listed below are presented by major category, so that bidders will know which areas require emphasis in the preparation of their proposals. Bidders should note that these criteria serve as the standard against which all technical information will be evaluated and serve to identify the significant matters which bidders should address. A total of 40 points are assigned for technical evaluation according to the following technical evaluation criteria: Technical Evaluation: 1.

Required approvals/certificates/test results for supply of the desired goods

2.

Experience of the manufacturer in supply of cable conforming to WAPDA specifications for SID cable to Pakistan DISCOS in the last five years

15 points

3.

Production capability for completion of delivery schedule as demonstrated by documentation showing delivery periods and quantities of orders supplied over the last five years

10 points

Total points for all technical criteria:

15 points

40 Points

Minimum points required to be considered Technically Acceptable and considered further for a Price Evaluation. 30 Points

IRG/PDP/SID/2014/186

7

00 Evaluation of Price Proposals: Price proposals submitted will be one of the selection factors and considered in making a best value determination in accordance with (USAID Regulation: FAR Subpart 15.4). Therefore, the closer the technical evaluation scores of the various proposals are to one another, the more important Price considerations will become. Bidders are hereby reminded that IRG is not obliged to award a contract on the basis of lower proposed Price or to the Bidder with the highest technical evaluation score. After evaluation of all proposals, IRG will make the award to the Bidder whose proposal offers the best value (USAID Regulation: FAR 15.101) to IRG considering both technical and Price factors. Evaluation of the Price proposal will consider, but will not be limited to, the following:  



Price reasonableness; Price realism and completeness of the Price proposal and supporting documentation. The FAR states that “Price realism means that Prices in a Bidder’s proposal are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the various elements of the Bidder’s technical proposal.”; Consistency with the technical proposal;

30 points will be awarded to the lowest Price Bidder passing the technical evaluation while the remaining bids will be allocated points according to the following formula: Pricing Points of a Bidder = (P1/P2)*30 Where:

P1= Price of the lowest responsive Bidder P2= Price of the Bidder

30 points will be awarded on the basis of proposed delivery schedule as follows: Delivery Points of a Bidder= [(8/D1) + (12/D2) + (16/D3) + (20/D4) + (24/D5)]*6 Where: D1, 2, 3, 4, 5= the number of weeks proposed by the Bidder for completion of delivery and acceptance of Lot 1, 2, 3, and 4 respectively of the requested material subsequent to signature of the purchase order.

IRG/PDP/SID/2014/186

8

00

SECTION IV - GENERAL TERMS AND CONDITIONS IRG intends to award a contract resulting from this solicitation to the eligible and responsible Bidder whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. Bidders should note the following: 1) Prospective bidders are required to review FAR and AIDAR clauses incorporated by reference in the section “NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE”. 2) The G e o g r a p h i c C o d e f o r P D P i s 9 3 7 . For further information and guidance, Bidders are required to visit ADS Section 310.3.1 (as amended) and/or inquire about source eligibility via question to this solicitation: www.usaid.gov/policy/ads/300/310.pdf 3) IRG may reject any or all bids if such action is in IRG's interest. 4) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a bid in response hereto. 5) IRG may evaluate proposals and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial proposal should contain the Bidder's best terms from a schedule or price and technical standpoint. IRG reserves the right to conduct discussions and seek clarifications if IRG later determines them to be necessary. 6) IRG reserves the right to increase or decrease the quantity up to 30% of original quantities at the agreed price at the time of award or issue a subsequent order at the same price up to 30% of original quantity during the currency of the contract resulted from this solicitation with same terms and conditions. 7) IRG intends to evaluate bids and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial bid should contain the Bidder's best terms from a schedule, price and technical standpoint. IRG reserves the right to conduct discussions and/or to establish a competitive range and conduct discussions with multiple bidders if IRG later determines discussions to be necessary. Unsuccessful Bidders will be notified as soon as possible following an award. 8) If a price realism analysis is performed, price realism may be considered in evaluating performance or schedule risk. 9) IRG reserves the right to make multiple awards if, after considering the additional administrative costs, it is in IRG’s best interest to do so. 10) . IRG reserves the right to perform factory inspections, including routine tests on materials or equipment to be supplied under the purchase order at any time during the manufacturing process to verify compliance with technical specifications or validate quality control and ISO standards. Bidder/manufacturer shall cooperate with such inspections by providing facilities for such inspections at their own cost, including carrying out routine tests on samples of product as may be required in the manufacturer’s laboratory. 11) Payment to the successful bidder will be made as per following schedule. I. Initial Payment Ninety percent (90%) payment shall be made within 30 days after delivery, inspection and acceptance by IRG or designated office of each item required under the Contract/Purchase Order, and provision of the following documents;

IRG/PDP/SID/2014/186

9

00 i. Supplier’s invoice specifying the items, including manufacturer and catalog number of each, the unit prices, quantities delivered and total value of the items for which payment is requested ii. Packing list for the materials showing the number of packages and their contents iii. Warranty certificate II.

Balance Payment and Retention Period 1) IRG shall withhold ten percent (10%) of the total contract value as Retention. The retention period shall be 30 days, beginning after receipt of all goods and materials specified in the purchase order/contract. The purpose of this period is to ensure that the material /equipment supplied by the contractor are free of defects in workmanship and materials. After 30 days the contractor and the IRG shall conduct a review and see if the material/equipment supplied is/are conform to the laid down specifications. The final ten percent (10%) of the total contract price shall then be invoiced per the contract provisions. Subject to the contract invoicing provisions, payment shall then be made within 40 days after receipt of a proper invoice which may be submitted only following the completion of the joint inspection.

12) In the event the Contractor fails to complete delivery of any lot within the period specified in the purchase order, liquidated damages shall be applied for each calendar day, not duly justified by the Contractor by which project delivery is delayed. Liquidated damages of one-half percent 0.5 % of the total price of the Contract will be applied for each day by which delivery of the completed Project is delayed. Such damages shall not exceed twenty percent (20%) of the total price of the Contract. In the event delivery of any lot is delayed by more than 40 days, Purchaser may terminate the contract without obligation to the Contractor. 13) In addition to the attached certificates, the successful bidder(s) may be required to complete further due diligence forms as part of PDP’s corporate due diligence process ensuring the responsibility of the successful per FAR Part 9 – Contractor Qualifications under (as amended): https://www.acquisition.gov/far/current/html/FARTOCP09.html. PDP may elect to reject an otherwise successful bid on the basis of either the refusal of the successful bidder to complete the required forms or PDP’s determination, either after receipt of bids or award of the contract, that the otherwise successful bidder is not responsible. 14) All shipping damage is the responsibility of the supplier up to the point at which the goods are delivered to IRG. Packaging shall protect the items subject to damage from the elements and/or rough handling in a manner appropriate to the item and best commercial practice. Materials shipped in boxes shall be securely strapped to wooden pallets for shipping and shall be protected fully by wrapping in plastic. Cable shall be shipped on reels that are appropriately sized and protected such that cable is completely covered by lagging or fiberboard protective coverings. Other items of equipment shall be strapped to wood pallets suitably spaced so that when packed on a truck or in a container, the items of equipment do not touch each other. For ocean freight delivery items shall be loaded into sealed shipping contains and suitably braced to prevent damage during transportation. 15) Exchanges with Bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG. 16) IRG may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRG determines that the lack of balance poses an unacceptable risk. 17) Unsuccessful Bidders will be notified as soon as possible following an award.

IRG/PDP/SID/2014/186

10

00 18) All goods proposed must be new, unused, not rebuilt or reconditioned, and shall not incorporate reconditioned or salvaged parts or components. 19) All goods proposed shall be fabricated by a manufacturer that has produced and sold materials and equipment of substantially equivalent ratings for a period of not less than ten years. All goods proposed shall be fabricated in a plant that holds an appropriate ISO certification for quality management. 20) IRG may, in its sole, unfettered discretion, reject any or all proposals without assigning any reason and without thereby incurring any liability to a prospective bidder or to any other person. 21) IRG may, in its sole, unfettered discretion, withdraw, annul, suspend or cancel the RFQ or the bidding process without thereby incurring any liability to a prospective bidder or to any other person. 22) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a proposal in response hereto. Without limiting the generality of the foregoing, IRG is not obligated to pay for any costs incurred by the Bidder in preparation of a proposal in response hereto, or otherwise compensate the Bidder, if IRG rejects any or all proposals or if it withdraws, annuls, suspends or cancels the RFQ or the bidding process. 23) In case any bidder quotes its price in other than Pak Rupees, the conversion into Pak Rupees will be made as per rate on closing date of RFP announced by State Bank of Pakistan. IRG agrees that all submissions shall be held as confidential, shall not be disclosed outside of IRG, and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this Bidder as a result of-or in connection with-the submission of this data, IRG shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit IRG’s right to use information contained in a proposal if it is obtained from another source without restriction.

IRG/PDP/SID/2014/186

11

00 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE This contract may incorporate one or more clauses by reference listed below, with the same force and effect as if they were given in full text. Upon request, IRG will make their full text available. Also, the full text of a clause may be accessed electronically at the following web sites: http://www.acquisition.gov/far/ and http://usaid.gov/policy/ads/300/ Where “flow-down” to the subcontractor is appropriate and applicable under these clauses, references to the “Government” shall be interpreted to mean “IRG”, “Contractor” to mean “the subcontractor”, and “Subcontractor” to mean “lower-tier subcontractor(s)”. NUMBER

TITLE

DATE

52.202-1

DEFINITIONS

Jan-12

52.203-3

GRATUITIES

Apr-84

52.203-5

COVENANT AGAINST CONTINGENT FEE

Apr-84

52.203-6

RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT – ALT 1

Sep-06

52.203-7

Oct-10

52.203-8

ANTI-KICKBACK PROCEDURES CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY

52.203-10

PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY

Jan-97

52.203-12

LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

Oct-10

52.211-5

Aug-00

52.211-11

MATERIAL REQUIREMENTS LIQUIDATED DAMAGES – SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT

Sept-00

52.215-8

ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT

Oct-97

52.216-25

CONTRACT DEFINITIZATION

Oct-10

52.216-27

SINGLE OR MULTIPLE AWARDS

Oct-95

52.217-5

EVALUATION OF OPTIONS

Jul-90

Jan-97

52.217-7

OPTION TO INCREASE QUANTITIES – SEPARATELY PRICED LINE ITEM

Mar-89

52.219-14

LIMITATIONS ON SUBCONTRACTING

Nov-11

52.219-16

LIQUIDATED DAMAGES – SUBCONTRACTING PLAN

Jan-99

52.222-3

CONVICT LABOR

Jun-03

52.222-21

PROHIBITION OF SEGREGATED FACILITY

Feb-99

52.222-17

NONDISPLACEDMENT OF QUALIFIED WORKERS

Jan-13

52.222-26

EQUAL OPPORTUNITY

Mar-07

52.222-50

COMBATING TRAFFICKING IN PERSONS

Feb-09

52.223-6

May-01

52.223-18

DRUG FREE WORKPLACE ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

Jun-08

52.225-18

Sep-06

52.225-25

PLACE OF MANUFACTURE CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES PROHIBITION ON CONTRACTIN WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN – REPRESETATION AND CERTIFICATION

Dec-12

52.229-8

TAXES – FOREIGN COST REIMBURSABLE CONTRACTS

Mar-90

52.230-6

ADMINISTRATION OF COST ACCOUNTING STANDARDS

Jun-10

52.232-1

PAYMENTS

Apr-84

52.232-17

INTEREST

Oct-10

52.232-18

AVAILABILITY OF FUNDS

Apr-84

52.232-22

LIMITATION OF FUNDS

Apr-84

52.225-19

IRG/PDP/SID/2014/186

Aug-11

Mar-08

12

00 52.232-23

ASSIGNMENT OF CLAIMS

Jan-86

52.232-39

UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

Jun-13

52.233-4

APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

Oct-04

52.237-8

RESTRICTION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.237-9

WAIVER OF LIMITATION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.242-1

NOTICE OF INTENT TO DISALLOW COSTS

Apr-84

52.242-13

BANKRUPTCY

Jul-95

52.243-1

CHANGES – FIXED-PRICE

Aug-87

52.244-2

SUBCONTRACTS

Oct-10

52.244-6

SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS

Jul-13

52.245-1

GOVERNMENT PROPERTY

Apr-12

52.246-23

LIMITATION OF LIABILITY

Feb-97

52.246-25

LIMITATION OF LIABILITY-SERVICES

Feb-97

52.247-64

PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS

Feb-06

52.247-67

SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO GSA FOR AUDIT

Feb-06

52.249-2

TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

Apr-12

52.249-8

DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)

Apr-84

52.249-14

EXCUSABLE DELAYS

Apr 84

AID ACQUISITION REGULATION (48 CFR CHAPTER 7) CLAUSES NUMBER

TITLE

DATE

752.202-1

AID DEFINITIONS CLAUSE–GENERAL SUPPLEMENT FOR USE IN ALL AID CONTRACTS

Jan-90

752.202-1

AID DEFINITIONS CLAUSE–SUPPLEMENT FOR AID CONTRACTS INVOLVING PERFORMANCE OVERSEAS

Dec-86

752.204-71

ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD

Jun-93

752.211-70

LANGUAGE AND MEASUREMENT

Jun-92

752.225-70

SOURCE, ORIGIN, AND NATIONALITY REQUIREMENTS

Feb-97

752.225-71

LOCAL PROCUREMENT

Feb-97

752.245-70

GOVERNMENT PROPERTY – USAID REPORTING

752.245-71

TITLE TO AND CARE OF PROPERTY

Apr-84

752.7002

TRAVEL AND TRANSPORTATION

Jan-90

752.7003

DOCUMENTATION FOR PAYMENT

Nov-98

752.7006

NOTICES

Apr-84

752.7009

MARKING

Jan-93

752.7010

CONVERSION OF U. S. DOLLARS TO LOCAL CURRENCY

Apr-84

752.7013

CONTRACTOR-MISSION RELATIONSHIPS

Oct-89

752.7025

APPROVALS

Apr-84

IRG/PDP/SID/2014/186

13

00 752.7027

PERSONNEL

Dec-90

752.7034

ACKNOWLEDGEMENT AND DISCLAIMER

Dec-91

752. 7035

PUBLIC NOTICES

Dec-91

ANTI-FRAUD HOTLINE

USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the AntiFraud Hotline to provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption, fraud, waste, and abuse may occur in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use Hotline (toll free number 0800-84700); email at [email protected]; fax at 021-35390410; postal address at 5-C, 2nd Floor, Kheyaban-e-Ittehad, Phase VII, DHA, Karachi, Pakistan.

IRG/PDP/SID/2014/186

14

ANNEX - I TECHNICAL SPECIFICATIONS

PAKISTAN WATER AND POWER DEVELOPMENT AUTHORITY

WAPDA SPECIFICATION DDS-8:2007

SHEATHED INSULATED DISTRIBUTION CABLES 600 VOLTS (SID CABLES)

OFFICE OF CHIEF ENGINEER (DESIGN & STANDARDS) WAPDA, FAISAL TOWN, LAHORE

IRG/PDP/SID/2014/186

15

CONTENTS SR. #

DESCRIPTION

0

FOREWARD

1.

SCOPE

2.

SERVICE CONDITIONS

3.

TYPES AND SIZES OF CBLES

4.

CABLE CONSTRUCTION

5.

CORE IDENTIFICATION

6.

DIMENSIONS

7.

CONDUCTOR

8.

POLYVINYL CHLORIDE FOR INSUALTION AND SHEATH

9.

INSUALTION

10.

SHEATH

11.

ARMOURING

12.

TESTS

13.

TEST SAMPLES, ACCEPTANCE AND REJECTION

14.

TEST METHODS

15.

MARKING AND PACKING

IRG/PDP/SID/2014/186

16

SPECIFICATION NO. DDS-8:2007 SHEATHED INSULATED DISTRIBUTION CABLES 600 VOLTS (SID CBLES) 0.

FOREWORD

0.1

This Specification has been prepared by the Standard Directorate of Design Distribution Department.

0.2

This Specification is intended only for the procurement of material and does not include all the necessary provisions of contract.

0.3

This Specification is subject to revision as and when required.

0.4

This Specification supersedes product description PD-25,26a,27a; 28b & 29 and DDS-8:84.

1

SCOPE

1.1 This Specification covers single core, single core underground, two core, four cores armored and four core unarmored cables for use in 415/240 Volts distribution system. It covers the sizes which have been standardized for use in WAPDA. This Specification covers the cables, which will be commonly known as “SID Cables.” 2

SERVICE CONDITONS

2.1

The cable shall be suitable for operation in a 415/240 volts, 50Hz. Three phase multiple neutral earthed distribution system.

2.2 The single core underground and four core armored cable shall be suitable for direct burial, rest of the cables shall be suitable for installation in air or running in the ducts. The duct and soil conditions vary from dry to wet. Highly corrosive salts are encountered in the soil. 2.3

Ambient Temperature:

IRG/PDP/SID/2014/186

Maximum.

50oC

Max: mean over 24 hours

45oC

Mean in the year

39oC

Minimum

-10oC

17

2.4

Relative humidity may range up to 100%.

2.5

The cables shall be suitable for conductor operating temperature as follows:-

3

Continuous operation

70oC

Short circuit (5 sec. max. duration)

16oC

TYPES AND SIZES OF CABLES

The types and sizes of cables which have been standardized are given in Table-1:TABLE-1 Sr. No.

Type of Cable

Size of cable (mm2)

1

Single core cable

25, 70, 120, 185, 300

2

Single core underground cable

25, 70, 120, 185. 300

*3

Two core cable

10, 25

**4

Four core unarmored cable

10, 25, 70, 120, 185, 300

Four core armored cable

10, 25, 70, 120, 185, 300

5

*2 core 25mm2 cable has also been standardized under twisted Unsheathed Distribution Cables. ** Four core 25, 70 & 95mm2 cables have also been standardized under twisted Unsheathed Distribution Cables to be used in the narrow and zig zag streets of Cities and Villages as main and sub main distribution lines. Specified in DDS-1-85 4

CABLE CONSTRUCTION

4.1

Single Core Cable (unarmored)

4.1.1

The conductor shall consist of circular stranded aluminum of electrical grade purity as specified in IEC 228:78.

IRG/PDP/SID/2014/186

18

4.1.2 The insulation shall be extruded polyvinyl chloride compound over the conductor. The polyvinyl chloride compound shall have properties as given in clause 8 of this Specification and shall be suitable for continuous conductor temperature of 70 oC. 4.2

Single Core Underground Cable (Armored)

4.2.1

The conductor shall be as given in clause 4.1.1.

4.2.2 The insulation shall be extruded polyvinyl chloride compound over the conductor. An extruded polyvinyl chloride compound sheath shall be applied over the insulation. General purpose PVC shall be used both for insulation as well as sheath and shall be suitable for continuous conductor temperature of 70 oC. 4.3

Two Core Cable

4.3.1

The construction of individual cores of the two core cable shall be the same as single core cable.

Sr. No. 1

ITEM

10 mm2

25 mm2

70 mm2

120 mm2

185 mm2

300 mm2

7/1.35 -

7/2.14 7

19/2.14 19

37/2.03 37

37/2.52 37

61/2.52 61

27.7

69.5

189

331

509

839

Max Conductor D.C. resistant at 20 deg C (ohm /km) for single core and multi core cables Nominal insulation thickness for: a) Single core cable (mm) b) Multi core cable (mm) Nominal thickness outer sheath a) Single core underground b) Two core c) Four core un armored cable d) Four core armored cable

3.08

1.2

0.443

0.253

0.164

0.1

1.2

1.5 1.42

1.98 1.64

2.3 1.86

2.3 2.3

2.74 2.74

1.8 2.1 2.08

1.4 1.8 2.1 2.1

1.6 2.6 2.52

2.05 3.2 3.08

1.97 2.96 3.147

2.74 3.4 3.51

Nominal thickness (mm) of bedding for four core armored cable

1.64

1.8

2.36

2.61

2.7

2.87

Conductor (i) Stranding (Minimum No of strands/nominal dia of each strand, mm) a) Circular conductor (non-compacted) b) Shaped conductor (No. of strands) (ii)

2 3 4

5

Nominal Cross-Sectional Area of Conductor

Weight of conductor Kg/Km

IRG/PDP/SID/2014/186

19

Sr. No. 6

ITEM Dia of armored wire (mm) for four core armored cable only

Nominal Cross-Sectional Area of Conductor 10 mm2

25 mm2

70 mm2

120 mm2

185 mm2

300 mm2

1.6

1.6

2.1

2.64

2.5

3.175

Note: The above values generally conform to the values given in IEC standards, but some of values have been modified due to extreme weather conditions of Pakistan. 4.3.2 4.4

The core shall be laid flat and sheathed with a black PVC compound. Four Core Unarmored Cable

4.4.1 The individual core of cable below 25mm sq. shall be of circular stranded cross-section while those 25mm sq. and above may either be of circular cross section or shaped cross section. The shaped cross section cable shall conform to IEC-228:78. 4.4.2

Circular Stranded Cross-Section Cables

4.4.2.1 The four individual cores shall be laid up together with a right hand lay. A right hand lay is defined as clock-wise twist away from the observer. 4.4.2.2 The laid up cores shall have PVC/Polypropylene fillers both at the center and the outer sides to give the cable a round shape. Thickness of the sheath over the cores shall be according to Table-II of this –Specification. 4.4.2.3 Polypropylene binding tap having a thickness of 35 micron and above shall be wrapped over the laid up cores and fillers with a fifty percent overlap. 4.4.2.4 The polypropylene fillers twin are of suitable tex having a softening point not less than 150oC. 4.4.3

Shaped Stranded Cross-Section Cables

4.4.3.1 The laid up shall have PVC/Polypropylene fillers both at the centre and the outer sides to give the cable a round shape. 4.4.3.2 Polypropylene binding tap having a thickness of 35 micron and above shall be wrapped over the laid up cores and fillers with a fifty percent overlap. 4.4.3.3 Polypropylene binding tape shall have the property of splitting longitudinally but no laterally.

IRG/PDP/SID/2014/186

20

4.4.3.4 The PVC shall be applied over the cores having the thickness as per Table-II. 4.5

Four Core Armored Cable

4.5.1 The Construction of the four core armored cable shall be the same as of four core unarmored cable with the exception that a single layer of galvanized steel wire shall, be applied over the extruded. A PVC sheath shall be applied over the armor wire, thickness of PVC sheath shall be as per Table-II. 5.

CORE IDENTIFICATION

5.1

The cores of all cables shall be identified by colors in accordance with following sequence:Sr. No. 1. 2. 3.

6.

Type Single Core Cable Two Core Cable Four Core Cable

Color Black Red, Black Red, Black, Light Blue and either Yellow or Green

DIMENSIONS

6.1 The dimension of conductors shall be in accordance with Table-1. The cross-sectional area of conductor shall be the sum of the areas of its component wires. The stranding of conductor shall be as given in Table-II. 6.2

For 2-Core, 10mm sq. cables.

6.2.1 The tolerance / Nominal values mentioned in this specification be so adjusted that the overall size of 2-core, 10 mm sq. cable should remain within the following limits:(a)

Width Wise

15.0 mm (Minimum) 16.5 mm (Maximum)

(b)

Depth/Height wise

9.2 mm (Minimum) 10.1 mm (Maximum)

6.2.2

There should be no gap between insulation and sheath.

IRG/PDP/SID/2014/186

21

7

CONDUCTOR

7.1

The conductor shall be 3/4th hard drawn stranded aluminum conforming to IEC 228:1978.

7.2 For circular conductor, the successive layers shall have opposite direction of lay, the outer most layer being right handed. The wires in each layer shall be evenly and closely stranded. 7.3

For sector shaped conductor only nominal areas and maximum D.C. resistance are to be checked.

7.4

Tolerance

+1% tolerance is allowed on diameters of individual strands of circular conductors only. This tolerance is not applicable for sector shaped conductors. 8.

POLYVINYL CHLORIDE FOR INSULATION AND SHEATH

8.1 The insulation and sheath shall be made from polyvinyl chloride compound type ‘A’ conforming to IEC 502:78 and shall be suitable for service conditions described in clause 2 of this specification. The polyvinyl compound shall meet the following properties. 8.2

8.3

Original Physical Properties a)

Minimum tensile strength

12.5 N/mm2 OR 1.27 kg/mm2

b)

Minimum elongation at break

150 percent

Properties After Ageing in Air Oven Ageing Conditions Temperature

80+20 oC

Duration of treatment

168 hours.

a)

Tensile strength after

Max 120

ageing, percentage of un-aged value

Min. 80

Elongation at break after

Max 120

ageing, percentage of un-aged value

Min. 80

b)

IRG/PDP/SID/2014/186

22

8.4

Heat Shock Test

Test conditions: Temperature

150+2 oC

Duration of treatment

1 hour

Result obtained

No cracks

8.5

Heat Distortion

Temperature

80+2 oC

Time under load First case 4 hours (for cables up to conductor size of 35mm sq.) Second case 6 hours (for cables having conductor size more than 35mm sq.) Maximum percentage distortion 8.6

50%

Cold Bend Test Test conditions:

Temperature

- 15+2 oC

Result to be obtained

No cracks

8.7

Resistance to Burning

Self-extinguishing. 8.8

Color Fastness

The color of insulation and sheath shall fast to both, water and to sun light.

IRG/PDP/SID/2014/186

23

9.

INSULATON

9.1

The insulation shall be made of polyvinyl chloride compound described in clause 8. The nominal insulation thickness shall be according to Table-II.

9.2

Tolerance

9.2.1

The insulation thickness given in Table-II are based on rated voltages.

9.2.2

The average thickness of the insulation shall not be less than the specified nominal value.

9..2.3 Thickness at any place may however be less than the specified nominal value provided the difference does not exceed 0.1mm + 10% of the specified nominal value. 10

SHEATH

10.1 The sheath shall be made of polyvinyl chloride compound described in clause 8 of this specification. The nominal sheath thickness shall be in accordance with Table-II. 10.2

Tolerance

10.2.1 The average thickness of the sheath shall not be less than the specified nominal values. 10.2.2 The thickness at any place may however be less than the specified nominal value provided the difference does not exceed 0.1mm + 10% of the specified nominal value. 11

ARMOURING

11.1

Bedding (Inner covering & Filer)

11.1.1 The bedding for four core armored cable shall consist of an extruded layer of PVC, general purpose PVC shall be used. Nominal thickness of bedding shall be as given in Table-II. The PVC for the bedding shall meet the requirements lad down in clause 8 of this specification. 11.1.2 The average thickness of bedding shall not be less than the specified nominal values. 11.1.3 The thickness at any place may however be less than the specified nominal value provided the difference does not exceed 0.1mm + 10% of specified nominal value. 11.2

Wire Armor

IRG/PDP/SID/2014/186

24

11.2.1 Wire armor shall consist of a single layer of galvanized steel wires and the nominal diameters of round armor wire shall be as given in Table-II. The direction of lay of armor shall be left hand. The armor wire shall have following properties:a)

The wire shall be of good uniform quality of circular cross-section free from splinters, irregularities and brittle places, and capable of being welded.

b)

The tensile strength shall not be less than 37.8 kg/mm2 and not more than 50 kg/mm2.

c)

The elongation at break shall not be less than 12 percent.

d)

The dimensions of armor wires shall not fall below the nominal values by more than 5%.

12

TESTS

12.1

Electrical Sample Tests for PVC Insulation & Sheath

12.1.1 The PVC insulation and sheath shall be subjected to following tests:

12.2

i.

Insulation resistance measurement at room temperature.

ii.

Insulation resistance measurement at maximum rated temperature.

iii.

High voltage alternating current test.

Non Electrical Sample Tests for PVC Insulation & Sheath i.

Measurement of thickness of insulation and sheath.

ii.

Tests for determining the mechanical properties of insulation before and after ageing.

iii.

Weight loss test.

iv.

Heat distortion test.

v.

Heat shock test.

vi.

Test for the behavior of PVC at low temperature (cold bend test)

vii.

Colour fastness test.

viii.

Accelerated water absorption test.

ix.

Resistance to burning.

IRG/PDP/SID/2014/186

25

12.3

Routine Test

12.3.1 Out of all finished lengths, 10% lengths of cables randomly selected shall be subject to the following tests:i)

Conductor resistance test

ii)

A.C. Voltage

12.3.2 The manufacturer shall maintain record of Routine Tests carried out during the manufacturing process, which may be seen by the Inspector while undertaking testing as described in clause 12.3.1 above. 13.

TEST SAMPLES, ACCEPTANCE AND REJECTION

13.1 The manufacturer shall afford to the inspector all necessary test facilities and assistance for carrying out the tests. The facilities shall be provided free of charge. 13.2 The manufacturer shall divide each consignment into lots of inspections. These lost shall be so selected that material in a lot is of reasonably uniform quality and as far as possible is manufactured at the same time and under the same conditions. The manufacturer shall keep sufficient production records to ensure that this can be done regularly. The lot size shall consist of any number of lengths up to a maximum of as follows:-

13.3

i.

Single core/Two core cables

500 lengths.

ii.

Four core cables

100 lengths.

From each lot, regardless of its size, samples of cables shall be taken at random from the following lengths of cables:i.

Single core/Two core cables

2 lengths.

However, if the samples so taken from the offered lots are less than 10 lengths then 10 lengths shall be subjected to the tests. ii.

Four Core cables

2 lengths

However, if the samples so taken from the offered lots are less than 5 lengths then 5 lengths shall be subjected to the tests. One sample sufficient to provide the required No. of specimens for each test, shall be taken from each cable, single core or multi core, in each of the selected lengths. 13.4 The samples taken shall be subjected to each of the tests prescribed in clause 12.1 and 12.2. The lot shall be accepted, if for each test, the sample complies with the requirements of clause 13.5. 13.5

If in any test one sample fails, the whole of, the respective lot shall be rejected.

IRG/PDP/SID/2014/186

26

14

TEST METHODS

14.1

Electrical Sample Test for PVC Insulation & Sheaths The cable shall be subjected to the following tests, applied successively on the same sample of cable 10m to 15 m in length. The test shall be limited to not more than 3 cores.

14.1.1. Insulation Resistance Measurement at Room Temperature a) This test shall be made on the sample length before any other electrical test. All outer covering shall be removed and the core shall be immersed in water at room temperature at least 1 hour before the test. The measurement shall be made between conductor and water. The measurement may be confirmed at 20+1oC. The D.C. test voltage shall be 300 V to 500 V, and shall be applied for a sufficient time to reach steady measurement, but for not less than 1 min. b) Calculations The volume resistivity and/or the insulation resistance constant shall be calculated from the insulation resistance by the formula given below:f=

2X TT Loge

LR D/d Where: f= Volume resistivity in ohm centimeters. R= Measured insulation resistance in ohms. L= Length of the cable in centimeters D= Outer diameter of the insulation in millimeters. d= Inner diameter of the insulation in millimeters.

Also the “insulation resistance constant Ki” may be calculated, using the formula Ki

=

LR x 10-11 Log10

IRG/PDP/SID/2014/186

=

10-11 x 0.367 f M Ω km

D/d

27

c) Requirements: The volume resistivity and/or the insulation resistance constant shall be calculated from the insulation resistance by the formula given below:TABLE-III Electrical, Type Test Requirements Designation of the insulating compounds -

-

PVC

Maximum rated conductor temperature (Co) Volume resistivity (Ω m) At 20oC at max. rated temperature (70oC) insulation resistance constant ki at 20oC

70

at max: rated temperature (70oC)

0.037

_

1013 10 10 (M Ω Km) 36.7

14.1.2 Insulation Resistance Measurement at Maximum Rated Temperature a)

The core of the cable sample with all outer covering removed shall be

Immersed in water which shall be heated at the specified temperature for at least 1 hour before test. The D.C. test voltage shall be 300 V to 500 V and shall be applied for a sufficient time to reach steady measurement, but not less than 1 min. b) Calculations: The volume resistivity and/or the insulation resistance constant shall be calculated from the insulation resistance by the formula given in sub clause 14.1.1.b. c)

Requirements: The values calculated from the measurement shall not be less than specified in Table-III given above in sub clause 14.1.1.c.

14.1.2 High Voltage Alternating Current Test a)

Procedure: The cores of the cable sample with all outer covering removed shall be immersed in water at room temperature for at least 1

hours. A power frequency voltage equal, to three times the rated voltage shall be gradually applied and maintained continuously for 4 hours between the conductor and the water.

IRG/PDP/SID/2014/186

28

b)

Requirements: No break down shall occur.

14.2

Non-Electrical sample Tests for Insulation & Sheaths

14.2.1 Measurement of Thickness of Insulation a) Sampling: One sample of each cable core shall be taken from each of three places separated from each of three places separated from each other by at least 1 m. for cables having more than three cores of equal nominal cross-section, the number of cores on which the measurement is made shall be limited to three cores or 10% of the cores, whichever is large. b)

Procedure: The measurement shall be made as described in clause 4 of IEC Publication 540.

c) Requirements: The average, which shall be rounded off to the nearest 0.1 mm of all the measured values on each core shall not be less than the specified nominal thickness and the smallest measured value shall not fall below 90% of the specified nominal thickness by more than 0.1 mm. 14.2.2 Measurement of Thickness of Sheaths a)

Sampling: One sample of cable shall be taken from each of three places separated from each other by at least 1.m.

b)

Procedure: The measurements shall be made described in clause 4 of IEC Publication 540.

c)

Requirements: Each price of sheath shall comply with the following

The average, which shall be rounded off to the nearest 0.1 mm of the measured values shall not be less than the specified nominal thickness. The smallest value shall not fall below 90% of the specified nominal thickness by more than 0.1 m. 14.2.3 Test for Determining the Mechanical Properties of Insulation Before and After Ageing a)

Sampling: Sampling and the preparation of the test pieces shall be carried out as described in clause 5 of IEC Publication 540.

b) Ageing Treatment: The ageing treatments shall be carried out as described in clause 6 of IEC Publication 540 under the condition specified in clause 8.3 of this specification. c) Conditioning & Mechanical Tests: Conditioning and the measurement of mechanical properties shall be carried out as described in clause 5 of IEC Publication 540. d)

Requirements: The test results for unaged and aged test pieces shall comply with the requirements given in clauses 8.2 and 8.3 of this specification.

IRG/PDP/SID/2014/186

29

14.2.3 Additional Ageing Test on Pieces of Completed Cables a) General: This test is intended to check that the insulation and sheath are not liable to deteriorate in operation due to contact with other components in the cable. The test is applicable to the cables of all types. b)

Sampling: Samples shall be taken from the completed cable as described in clause 6 of IEC Publication 540.

c) Ageing Treatment: The ageing treatment of the pieces of cable shall be carried out in an air oven, as described in clause 6 of IEC Publication 540, under the following conditions: Temperature: 10+2oC above the rated operating conductor temperature of the cable or, if the operating temperature of the cable is not known, 10+2oC above the rated operating conductor temperature for the insulating material. Duration

168 hours.

d) Mechanical Tests: Test pieces of insulation and sheath from the aged pieces of cable shall be prepared and subjected to mechanical test as described in clause 6 of IEC Publication 540. e) Requirements: The variation between the medium values of tensile strength and elongation at break after ageing and the corresponding values obtained without ageing (See sub-clauses 14.2.3 and 14.2.4) shall not exceed the values applying to the test after ageing in an air oven specified in clause 8.3 of this specification. 14.2.6 Weight Loss Test on PVC Insulation and Sheaths a)

Procedure: The sampling and complete test procedure shall be in accordance with clause 7 of IEC Publication 540.

b)

Requirements: The test results shall comply with the following requirements:

Treatment:

80+2oC

Max: possible loss of mass

2 mg/cm2

14.2.7 Test for the Behavior of PVC Insulation and Sheaths at high temperatures (Heat Distortion Test) a) Procedure: The sampling and test procedure shall be in accordance with clause 8 of IEC Publication 540. Employing the test conditions given in clause 8.5 of this specification. b)

Requirements: The test results shall comply with the requirements given in clause 8.5 of this specification.

IRG/PDP/SID/2014/186

30

14.2.8 Test for Behavior of PVC Insulation and Sheath at low temperature (Cold Bend Test) a) Procedure: The sampling and test procedure shall be in accordance with clause 9 of IEC Publication 540. Employing the test temperature specified in clause 8.6 of this specification. b)

Requirements: The results of the tests shall comply with the requirements given in clause 8.6 of this specification.

14.2.9 Test for Resistance of PVC Insulation and Sheaths to Cracking (Heat Shock Test) a) Procedure: The sampling and test procedure shall be in accordance with clause 10 of IEC Publication 540. The test temperature and period of heating being in accordance with clause 8.4 of this specification. b)

Requirements: The results of tests shall comply with the requirements given in clause 8.4 of this specification.

14.2.10

Color Fastness Test for Sheaths & Insulation

14.2.10.1

Color Fastness to Water

A piece of core about 100 mm, long, from which the conductor has been removed (or a piece of sheath about 100 mm long, from which the cores have been removed) shall be cut into small pieces and then immersed in, about 10 times its own volume, of distilled water for 48 hours at a temperature of 70oC. At the end of this period the water shall be examined. Requirement as per clause 8.8 of this specification. 14.2.10.2

Color Fastness to Day Light

14.2.10.2.1

The test will be considered as a sort of type test but will be carried out one in a purchase order.

14.2.10.2.2

This test shall be made in accordance with method 507 A, in BS 2782 : Part 5. Requirement as per clause 8.8 of this specification.

14.2.11

Accelerated Water Absorption Test

14.2.11.1

Gravimetric Method

14.2.11.1.1

Test Specimen

A 275 mm test specimen of the insulated conductor shall be taken if the weight of the specimen is less than 100 grams. For heavier specimens, a segment of the insulation 100mm long and 25mm wide shall be out from the insulated conductor and smoothed to remove all corrugations.

IRG/PDP/SID/2014/186

31

14.2.11.1.2

Preparation of Test Specimen

The surface of the test specimen shall be cleaned by scrubbing with a lintless cloth moistened with water. The specimen shall be dried for 48 hours at 7oC and then weight to the nearest milligram, weight, A. The area, S, shall be the number of square centimeter in a 254 mm length of the insulated wire or the total area, in square centimeter of the segment. The insulated wire specimen shall be bent in the shape of a U around a mandrel having a diameter not less than three times in tightly fitting holes in the cover of a 1-point glass jar so that 254mm of the specimen will be immersed when the jar is completely filled with water and cover applied. 14.2.11.1.3

Immersion of Specimen

The test specimen shall be immersed I freshly boiled distilled water at 7oC for 168 hours. The level of the water shall be maintained flush with the under surface of the cover during the soaking period. The segment-shaped specimen shall be completely immersed. After the specimen has been immersed for 168 hours, the water shall be cooled to room temperature. The specimen shall be removed and the adhering water shaken off. The specimen shall e bolted lightly with lintless cloth and weighed within 3 minutes to the nearest milligram, weight B. the specimen shall be dried in a vacuum of 5 millimeters of mercury or less over calcium chloride at 7oC for 48 hours and then weighed to the nearest milligram, weight C. 14.2.11.1.4

Calculation

The water absorption shall be calculated in terms of milligrams per square centimeter of surface as follows: (if C is less than A)

= B-C

Water absorption

S

(if C is greater than A)

= B-A S

Where: A= Weight of the specimen in milligrams before immersion. B= Weight of the specimen in milligrams after immersion. C= Weight of the specimen in milligrams after drying in vacuum. S= Total area in square centimeter of the test specimen. 14.2.11.1.5

Requirements: Max: water absorption

IRG/PDP/SID/2014/186

=

1.5 mg/cm2

32

14.2.12

Resistance to Burning a) Procedure: Compliance is checked by the following test which is made on three samples of the completed flexible cable each 30 cm long. The test is made in still air with a Bunsen burner, having a nozzle, with an internal diameter of 9mm burning town gas. With the burner in the vertical position, the flame is adjusted so that the over-all height of the flame is 10cm with an inner blue core of 5 cm. The burner is then supported so that its axis is at an angle of 45 degree tot eh vertical. The sample is held vertically, in such a position that the tip of the inner cone of the flame touches the surface of the sample at a distance of approximately 10cm from its lower end. The sample is held in the flame for 1 minute. If the insulation or sheath burns, it shall do so slowly and the burning shall not spread-appreciably; any flame shall have died out in less than 300 seconds after removal of the burner. b)

14.3

Requirement: the insulation and sheath shall be self-extinguishing.

Routine Test The routine tests shall normally be carried out on all finished cable lengths. The routine tests required by this standard are:-

14.3.1

Measurement of Electrical Resistance of Conductor a) tests.

Sampling: For multi core cables the measurement shall be made on all the conductors of each insulated conductor selected for the routine

b) Procedure: The complete cable length or a sample there from, shall be in the test room, which shall be maintained at reasonably constant temperature. For at least 12 hours before the test. If it is doubtful whether the conductor temperature is the same as the room temperature, the resistance shall be measured after the cable has been in the test room for 24 hours. Alternatively, the resistance shall be measured on a sample of conductor contained for at least 1 hour in a temperature controlled oil bath. The measured value of resistance shall be corrected to a temperature of 20oC and 1 Km length in accordance with the formula and factors given in clause 6 of IEC-228:1978. c) Requirement: The D.C. resistance of each conductor at 20oC shall not exceed the appropriate maximum value specified in Table-II of this specification. 14.3.2

Alternating Current Voltage Test

IRG/PDP/SID/2014/186

33

The test shall be made at room temperature with an alternating voltage approximately of sine wave form having a frequency in the range 40 Hz. to 62 Hz. The value of voltage shall be 3000 volts.

15

a)

For armored cable the voltage shall be applied between each insulated conductor and all the other conductors and armour wires, which shall be earthed.

b)

For unarmored cable the voltage shall be applied between conductors.

c)

For single core cable, it shall be immersed in water at room temperature for one hour and test voltage then be applied between the conductor and water. The test voltage shall be increased gradually and maintained at full value (3000 volts) for 5 minutes.

MAKING AND PACKING 15.1

The work “WAPDA” shall be super scribed on every meter length of all the cables in the form of protruding mold.

15.2 The two core cable shall be supplied in coils of 100 meters length wrapped in Hessian/Cotton cloth/Polyethylene of the following characteristics:Hessian: Thickness

0.8mm

Shearing Strength

1.00 to 1.04 kg/mm2

Thickness

0.40m

Shearing Strength

2.2 to 2.6 kg/mm2

Cotton Cloth:

IRG/PDP/SID/2014/186

34

Polyethylene: Thickness

0.15mm

Shearing Strength

0.35 to 0.55 kg/mm2

The wrapping should be overlapped. 15.3

IRG/PDP/SID/2014/186

For two core cable a tolerance of ±5% in standard length of L.T. PVC cable is allowed for only 105 coils of the entire order.

35

ANNEX – II QUOTATION TABLE Item

Description

Unit

Offered

Qty. Mfr.

1

2

3

600Volt Sheathed Insulated Distribution Cables (SID) two core 10mm2 aluminum conductors PVC insulated and PVC sheathed, all per WAPDA Spec DDS-8:2007 600Volt Sheathed Insulated Distribution Cables (SID) four core 25mm2 aluminum conductors PVC insulated and PVC sheathed, all per WAPDA Spec DDS-8:2007 600Volt Sheathed Insulated Distribution Cables (SID) four core 70mm2 aluminum conductors PVC insulated and PVC sheathed, all per WAPDA Spec DDS-8:2007

Mtr.

2,400,000

Mtr.

335,000

Mtr.

50,000

Cat. No.

Prices DDP Lahore ( PKR) Unit

Total

GRAND TOTAL

IRG/PDP/SID/2014/186

36

Delivery Schedule: Bidder shall propose a delivery schedule for complete delivery of all items on this order, expressed in weeks following signature of Purchase Order and payment of amount payable on signing, if any. Delivery shall be at IRG Warehouse, Lahore, of the following categories of materials. 

Conductor Lot 1:

Weeks



Conductor Lot 2:

Weeks



Conductor Lot 3:

Weeks



Conductor Lot 4:

Weeks



Conductor Lot 5:

Weeks

Acceptance: Bidder Name:

_________________

Total Price DDP Lahore, PKR: ___________________________________________ Name of Bidder’s Authorized Representative: Signature of Supplier's Authorized Representative: Title:

IRG/PDP/SID/2014/186

Date:

37

ANNEX - III CERTIFICATIONS Required Certifications The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are: 1. Certification Regarding Terrorist Financing 2. Narcotics offenses and drug trafficking- key individual certification 3. Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions 4. Certificate of Origin 5. Certification of Bidder Ownership/Shareholder Structure 6. Certification of Independent Price Determination 7. Certification Regarding Compliance with Anti-Bribery Laws

IRG/PDP/SID/2014/186

38

1

Certification Regarding Terrorist Financing Implementing E.O. 13224

USAID requires that recipients sign the certification below as a prerequisite to receiving a contract/grant from a U.S. Government source. CERTFICATION REGARDING TERRORIST FINANCING IMPLEMENTING E.O. 13224 By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient has not provided, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. 2. Specifically, in order to comply with its obligations under paragraph 1, the Recipient will take the following steps: a.

Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not appear (i) on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC) and is available online at OFAC’s website: http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) on any supplementary list of prohibited individuals or entities that may be provided by USAID to the Recipient. The Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee’s website: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. b. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware or that is available to the public. c. The Recipient will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certification a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. “Terrorist act” means- (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp ); or (ii) an act of premeditated, politically motivated violence perpetrated against non-combatant targets by sub national groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup.

IRG/PDP/SID/2014/186

39

This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term. Name: _________________________________ Signature: ____________________ Title: __________________________________

IRG/PDP/SID/2014/186

Date: ____________________

40

2

Key Individual Certification

NARCOTICS OFFENSES AND DRUG TRAFFICKING I hereby certify that within the last ten years: 1

I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2

I am not and have not been an illicit trafficker in any such drug or controlled substance.

3

I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance.

Signature: __________________________________________ Date: ____________ Name: ______________________________________ Title/Position: ________________________________ Organization: ________________________________ Address: ____________________________________ Date of Birth: ________________________________ NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification. 2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.1001.

IRG/PDP/SID/2014/186

41

3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions A. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," ineligible, "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, has the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

IRG/PDP/SID/2014/186

42

B. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1.

2.

The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Date of Application/Proposal: _________________________________ Typed Name and Title: ______________________________________ Signature Date: ____________________________________________

IRG/PDP/SID/2014/186

43

4 Certificate of Origin VENDOR CERTIFICATE OF ORIGIN The undersigned, (Owner or Agent Legally Authorized to Sign on Behalf of the Vendor) for __________________________________________________________ (Name and Address of the Vendor) Certifies the origin of goods listed below offered under the RFP #...............……..to IRG are as follows: Item #

Catalogue / Other Item Name Identifying Number Description

and Origin (Country)

As defined in 22 CFR 228, Section 228.01(j): Origin means the country where a commodity is mined, grown or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is significantly different in basic characteristics or in purpose of utility from its components (Name) (Signature of Owner or Agent) (Title) (Date)

IRG/PDP/SID/2014/186

44

5 Certification of Bidder Ownership/Shareholder Structure To ensure compliance with 22 CFR 228.13, Bidders are required to disclose all current owners and shareholders in the table hereunder and indicate if the owner(s) and shareholder(s) are government agencies or government-controlled organizations. If required, bidders should expand the table in order to permit a complete review. IRG defines “controlled” as the ownership by a single entity, agency, or organization of 50% + 1 of shares or assets of a company.

Nationality

% Ownership

Government-controlled Entity or Government Agency?

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

Owner(s) / Shareholder(s)

I understand that this information will be relied upon by IRG to determine whether to enter into any contractual agreement, and that any false or misleading information provided herein would be grounds for the immediate termination of any such contractual agreement.

Name of the Bidder: ______________________________________ Date of Application/Proposal: Typed Name and Title: Signature Date:

IRG/PDP/SID/2014/186

45

6 Certification of Independent Price Determination Certification of Independent Price Determination To Be Completed by the Offeror: (The Representations and Certifications must be executed by an individual authorized to bind the offeror.) The offeror makes the following Representations and Certifications as part of its proposal. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C 1001. 1. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985) [NOTE: This provision is applicable when a firm-fixed price contract is contemplated.] The offeror certifies that – 1. The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; 2. The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before proposal opening (in the case of a sealed proposal solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and 3. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory— 4. Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (1) through (3) above; or 5.

Has been authorized in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (1) through (3) above.

Print Name________________________________________ Print Title ________________________________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named above have not participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above. (c) If the offeror deletes or modifies subparagraph (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

IRG/PDP/SID/2014/186

46

(Name of Offeror)

(RFP No.)

(Signature of Authorized Individual)

(Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

IRG/PDP/SID/2014/186

47

7

Certification Regarding Compliance with Anti-Bribery Laws

(hereinafter “Company”), which is entering into a business relationship with International Resources Group (IRG), a wholly-owned subsidiary of Engility Corporation, hereby, as appropriate, represents warrants, affirms and agrees that it will comply with the U.S. Foreign Corrupt Practices Act, and with all applicable laws, rules and regulations of the U.S.A and of (country in which company operates) and in particular agrees that: 1. To the Company’s Knowledge none of the principals, officers or employees of Company is a government official, and official of any public international organization, a political party official, or a candidate for political office. 2. Company is familiar with the U.S. Foreign Corrupt Practices Act (FCPA) of 1977 and the Company’s Compliance with Anti-Bribery and the FCPA. 3. Company is familiar with and shall comply in all respects with U.S. laws, regulations, and administrative requirements applicable to Company’s relationship with Consultant, including, but not limited to, the Foreign Corrupt Practices Act of 1977 as amended (FCPA); International Traffic In Arms Regulations (ITAR); Export Administration Regulations (EAR), as amended; the Antiboycott Regulations and Guidelines issued under the Export Administrations Act, as amended; and Section 999 of the Internal Revenue Code (Antiboycott Regulations); and the Office of Foreign Assets Control (OFAC) Regulations. 4. All of the information that Company has provided to IRG and its representatives in connection with retention of Company was and remains current, accurate and complete. 5. Company will obtain written approval from IRG before Company hires subagents, and that no subagent will be approved unless that subagent agrees in writing to these same terms and conditions. 6. Company agrees to comply with Laws, including without limitation, Anti-Bribery Laws (defined below) and shall not cause Company or IRG to be in violation of any Law or Anti-Bribery Law. 7. The Company understands that “Anti-Bribery Laws” mean collectively (i) the FCPA and (ii) all other applicable Laws regarding corruption, bribery, ethical business conduct, money laundering, political contributions, gifts, hospitalities, or expense reimbursements to public officials and private persons, consultant relationships, commissions or fees, lobbying, books and records and financial controls. 8. The Company has not, directly or indirectly through third parties, paid, promised or offered to pay, or authorized the payment of, any money or given any promise or offer to give, or authorized the giving of anything of value, to a Public Official or Entity (as defined below) for purposes of unduly obtaining or retaining business for or with, or directing business to, any person, including without limitation, Company, by (i) influencing any official act, decision or omission of such Public Official or Entity; (ii) inducing such Public official or Entity to do or omit to do any act in violation of the lawful duty of such Public Official or Entity; (iii)securing any improper advantage; or (iv) inducing such Public official or Entity to affect or influence any act or decision of another Public Official or Entity. 9. The Company understands that “Public official or Entity” means (i) any officer, employee, agent, representative, department, agency, official, corporate entity, instrumentality or subdivision of any government, military or international organization, or (ii) any candidate for political office, any political party or any official of a political party. 10. The Company ensures that no part of any payment, compensation, reimbursement or fee will be used directly or indirectly as a corrupt payment, gratuity, emolument, bribe, kickback, or other improper benefit to a Public Official or Entity or Company customer. 11. The Company will notify IRG immediately if, at any time, the Company becomes aware of any past, current or future act resulting in an actual or potential conflict with any Law or Anti-Bribery Law. 12. Company will provide documents and information to IRG, upon request, confirming Company’s compliance with this agreement, and will allow IRG (or its agents) to review Company’s books and records with respect to the work performed on behalf of IRG at any time. 13. This certification is being provided to IRG in connection with IRG’s decision to enter or continue a business relationship with Company. If Company violates any of the terms of this agreement, IRG shall have the option to terminate its contract with Company, notwithstanding any other provision of IRG’s contract with the Company to the contrary. Moreover, Company shall forfeit any payments

IRG/PDP/SID/2014/186

48

owed to it by IRG upon an admission or finding that Company has failed to comply with any terms of this Certification. Company: Signature: Name: Title: Telephone: Fax: Email: Date:

IRG/PDP/SID/2014/186

49

20140923 - SID Cable - RFQ186 - 0630pm.pdf

IRG/PDP/SID/2014/186. For the Supply of Sheathed Insulated Distribution (SID) Cable to WAPDA. Specification DDS-8:2007. RFQ Issuance Date: September 24 ...

535KB Sizes 4 Downloads 174 Views

Recommend Documents

Canyon Crest SID
R id g e. F a lls. D r iv e. Ivy. Lee. Crest. K en sington. A venue. O. asisB o u le v a rd. Canyon Crest Boulevard. Hardy Way. M e s q u ite. H e ig h ts. R o a d.

The Cable History Timeline - The Cable Center
Nov 29, 2015 - Home Box Office (HBO) delivers its first pay TV programs by microwave (a movie ..... University by the Cable TV Pioneers in association with the NCTA, CATA ..... Programming networks launch online services to complement ...

The Cable History Timeline - The Cable Center
reporter, and then bureau chief, Television Digest begins regular coverage of ... The FCC grants the first common carrier microwave construction permit to J. E. ...... The only operating LMDS provider, Cellular Vision of New York, is financially ...

The Cable History Timeline - The Cable Center
Roy Bliss and Tom Mitchell, who became partners in the early 1950s, build one of the first cable systems in the ..... The FCC approves applications to establish domestic communications satellites, a crucial link in cable program .... Segmented market

SID 210A 1 Fall 1994 INTRO TO ECONOMICS Carter,Anne P 3 SID ...
INTNL.DEV. Simon,Laurence. 10. SID. 245B. 1. Spring1997. STUDIES IN SUS.INTNL.DEV. Simon,Laurence. 17. SID. 250A. 1. Fall 1994. TOPICS/TOOLS:SUST.

Sid England Transcript - edited.pdf
There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. Sid England ...

The Cable History Timeline - The Cable Center
Nov 29, 2015 - The FCC freezes development of cable systems in the top 100 markets with an "anti- leapfrogging" ...... The first-generation Apple TV set-top box is released. .... guide, HTML5 with customized apps and social media features.

Sid meiers colonization reloaded
Out ofmymind pdf.Sid meiers. colonization reloaded.Sid meierscolonization reloaded.Spider man 1963.Pervcity lylastorm. Perfect NaturalKnockers.886861126.Kaleido star ova.50 top bestselling.Heartist feeding fiction.Her turn to cheat brazzers.Veronica

SID Mumbai Bharti [email protected]
The grade pay at the time of retirement should be less than Rs. 7600/-[As. per sixth Pay] and equivalent emoluments as per Seventh Pay commission.

SID Mumbai Bharti [email protected]
Page 2 of 3. “SID, Maharashtra State, Mumbai”. Maharashtra State Police Headquarter, Shahid Bhagat singh Marg, Colaba, Mumbai – 400001. ---**---. Advertisement for contractual appointment of the officers retired from IB/R&AW/SID. ---***---. App

Cheap Cute Cartoon Usb Cable Protector Cable Winder Cover ...
Cheap Cute Cartoon Usb Cable Protector Cable Winder ... tect Stitch Bear Free Shipping & Wholesale Price.pdf. Cheap Cute Cartoon Usb Cable Protector ...

Cheap Cute Kawaii Lovely Cartoon Cable Protector Usb Cable ...
There was a problem previewing this document. ... Cute Kawaii Lovely Cartoon Cable Protector Usb ... tect Gift For Kid Free Shipping & Wholesale Price.pdf.

Cheap Cute Cartoon Cable Protector Cabo Usb Cable Winder ...
Cheap Cute Cartoon Cable Protector Cabo Usb Cable Wi ... e Protect Stitch Free Shipping & Wholesale Price.pdf. Cheap Cute Cartoon Cable Protector Cabo ...

Programa SID Clot 17.pdf
biblioteca. Page 1 of 1. Programa SID Clot 17.pdf. Programa SID Clot 17.pdf. Open. Extract. Open with. Sign In. Main menu. Displaying Programa SID Clot 17.pdf ...

Programa SID Clot 17.pdf
biblioteca. Page 1 of 1. Programa SID Clot 17.pdf. Programa SID Clot 17.pdf. Open. Extract. Open with. Sign In. Main menu. Displaying Programa SID Clot 17.pdf ...

Sid Suri - CI 2016.pdf
Whoops! There was a problem loading more pages. Retrying... Whoops! There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. Sid Suri - CI 2016.pdf. Sid Suri - CI 20

Cheap Floveme Magnetic Cable Micro Usb Phone Cable For Iphone ...
Cheap Floveme Magnetic Cable Micro Usb Phone Cable ... icro Usb Cable Free Shipping & Wholesale Price.pdf. Cheap Floveme Magnetic Cable Micro Usb ...

Cheap Cartoon Kawaii 8Pin Cable Protector Charger Usb Cable ...
Cheap Cartoon Kawaii 8Pin Cable Protector Charger Us ... Decoration Cute Free Shipping & Wholesale Price.pdf. Cheap Cartoon Kawaii 8Pin Cable Protector ...

Cheap Cable Cable Digital Optical Audio Toslink Spdif Optical Fiber ...
Cheap Cable Cable Digital Optical Audio Toslink Spdif ... y Tv Length∶ 1.5M Free Shipping & Wholesale Price.pdf. Cheap Cable Cable Digital Optical Audio ...

Cheap Micro Usb Cable [6 Pack] 20Awg Durable Charging Cable ...
Cheap Micro Usb Cable [6 Pack] 20Awg Durable Chargi ... Ft X 2,6Ft X 3) Free Shipping & Wholesale Price.pdf. Cheap Micro Usb Cable [6 Pack] 20Awg ...

Cheap Cute Cartoon Cable Protector De Cabo Usb Cable Winder ...
Cheap Cute Cartoon Cable Protector De Cabo Usb Cabl ... s Cable Protect Free Shipping & Wholesale Price.pdf. Cheap Cute Cartoon Cable Protector De Cabo ...