Download as pdf or txt
Download as pdf or txt
You are on page 1of 61

OFFICE OF THE MANAGING DIRECTOR

(WEST ZONE)
M. P. Paschim Kshetra Vidyut Vitaran Co. Ltd.,
G.P.H. Compound, Pologround, Indore

Tender Specification No. MD/WZ/06/PUR/TS-1455


(Online No. 2020_MPPKV_108370_1 )
Online due date for opening on: - 06.10.2020 AT 15:00 Hrs.

FOR SUPPLY OF 11 KV & 33 KV CURRENT


TRANSFORMERS (CTs)

Issued by:

The Chief Engineer (Purchase)

O/o MD (West Zone),


M. P. Paschim KshetraVidyutVitaran Co. Ltd,
G.P.H. Compound, Pologround,
Indore (MP)

Phone No: - 0731-2426111, 2426204 & 2426205


Website: - http://www.mptenders.gov.in & www.mpwz.co.in
Email: - sepurchase06@gmail.com
CONTENTS
Section –I Page No.
(A) Key Dates & Basic Tender Information……………………………….3 to 4
(B) Notice Inviting Tender………………………………………………....5 to 7
(C) Tender Form…………………………………………………………......8
(D) Guidelines to Bidders……………………………………………….....9 to 11
Section –II Qualifying Criterion………………………………………......12 to 15
Section –III Special Terms & Conditions of Purchase…………………... 16 to 20

Section –IV Technical Specifications…………………………………… 21 to 25

Section –V
Schedule-I Price & Quantity…………………………………26
Schedule-II Guaranteed Technical Particular……………. 27 to 28
Schedule-III (A) General Information…………………………....... 29
Schedule-III (B) Commercial Information……………………........ 30
Schedule-III(C) Technical information ………………………........ 31
Schedule-IV Schedule of past experience…………………........32
Schedule-V (A) Schedule of Commercial Deviation…………...…..33
Schedule-V (B) Schedule of Technical Deviation…………….........34
Schedule-VI Details of Quantity Offered…………………........ 35
Schedule-VII Details of Type Tests………………………….......36
Schedule-VIII Financial Information…………………………......37
Schedule-IX Undertaking……………………………….....38 to 39
Schedule-X Supply during last Five financial years………......40
Schedule-XI Check List………………………………………....41

Section –VI Price Variation Formula ………………………......... 42 to 43


Section –VII General Instructions to Bidders …………………..... 44 to 51
Section –VIII General Terms & Condition of Purchase …………... 52 to 61

********************

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 2 of 61)
SECTION-I (A)
KEY DATES & BASIC TENDER INFORMATION
Particulars Details
For supply of 11 KV & 33 KV Current
Name of Work
Transformers
Tender Specification number No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020
Due date of physical submission of Tender
(proof of online EMD submission in Part-I +
05.10.2020 up to 15.00 Hrs.
Techno-Commercial Bid in Part-II) in Hard
Copy

Key Dates
Seq
Tender Stage Particulars Date & Time
No.
23.09.2020
1 Publishing Date* Tender Purchase-online
at 17.00 Hrs
23.09.2020
2 Document Download / Sale Start Date*
at 18.00 Hrs
NOT
3 Seek Clarification Start Date
APPLICABLE

NOT
4 Seek Clarification End Date
APPLICABLE
NOT
5 Pre-Bid Meeting Date*
APPLICABLE
25.09.2020
6 Bid Submission Start Date*
at 15.00 Hrs
05.10.2020
7 Bid Submission Closing Date* Online as well as Physical bid
at 15.00 Hrs
06.10.2020
8 Bid Opening Date*
at 15.00 Hrs
Will be
9 Financial Bid ( Envelope-C) Open Date Envelope-C (Price Bid)
informed later
Note: -
(1) The bidders are required to submit all the desired documents online as well as
physically.
(2) The bidders have to upload following documents online as per key dates
(I) IN ENVELOPE – A: -
The Bidders are required to invariably upload the valid documentary evidence of
submission of online EMD (or EMD Exemption Certificate if applicable) without
which online offer i.e., Envelopes-B & C shall not be opened.
(II) IN ENVELOPE – B: -
The bidders have to upload following documents online in Envelope – B as per key
dates: -
(i) Following certificate: -
It is certified that we unconditionally agreed to the following clauses of tender
specification: -
(i) PAYMENT TERMS : AGREED.
(ii) SECURITY DEPOSIT : AGREED.
(iii) PENALTY : AGREED.
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 3 of 61)
(iv) PERFORMANCE GUARANTEE : AGREED.
(ii) Tender Form - upload duly sealed, signed & dated scan copy
(iii) All Schedules (Except Price Schedule) with supporting documents

The above schedules should be filled online in specified templates and the
supporting documents should also be attached online. Please note that in absence of
the supporting documents the offer may not be evaluated & is liable for rejection.
(III) IN ENVELOPE – C: -
The bidder has to quote their rates online only in schedule-I to be kept in Envelope
‗C‘ and upload online as per key dates. Please note that, the Schedules of price bid,
(Schedule-I), i.e. Financial offer (Envelope-C) will not be accepted physically.
In case Envelope-C is submitted physically the bid will be rejected. The entire price
bid shall be opened online as per key dates, but quoted rates for only qualified items
of successful bidders will be read out & considered by the tender opening authority.
(3) PHYSICAL SUBMISSION
The documents uploaded online in Envelop-A & B must be submitted physically
also in the same manner i.e. Envelop-A&B kept in main Envelop and submit the
same on one day prior to due date of opening of tender up to 15:00 Hrs positively
failing which the online offer may not be considered for opening. The MPPKVVCL
may ask to produce original documents for verification purpose. The following
documents shall be required to be submitted along with offer.
The documentary evidence of submission of EMD and complete tender document
duly sealed & signed along with supporting documents as per tender requirement.
(4) The date of opening of financial / price bid may vary depending upon time require in
techno-commercial evaluation & related issues. The bidders may please keep
themselves updated regarding price bid opening from the E-portal.
(5) In case of any of above dates is declared as holiday / local holiday then the date will
be shifted to next working day.

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 4 of 61)
SECTION-I (B)
NIT
OFFICE OF THE MANAGING DIRECTOR (WZ)
M. P. PASCHIM KSHETRA VIDYUT VITARAN CO. LTD.,
GPH COMPOUND, POLOGROUND, INDORE
(Phone No: 0731-2426204, 2426111, 2426203, Fax No: 2423300
CIN: U40109MP2002SGC015121 & Email- sepurchase06@gmail.com
No. MD/WZ/06/PUR/NIT-251/11873 Indore, dated: 14.09.2020

NOTICE INVITING TENDERS


Online tenders are invited for supply of following Materials / Services. The bid seals
will be received online on the e-portal https://mptenders.gov.in up to date & time indicated
below. The tenders will be opened in the office of the undersigned as mentioned in tender
time schedule (key date). If desired, the bidder or their duly authorized representatives may
remain present at the time of opening of tender: -

Due date of
Tender Tende Pre-Bid
opening of
S. Total Value r Fee conference
TS Particular Unit EMD tender
No. Qty Rs. (In (at 12:00
No. (In Rs.) online from
(In Lacs) Rs.) Hrs.)
15:00 Hrs. *
ISI Marked, DLMS Complaint
Category-A, Class-0.5S, Three
phase four wire, 110 volt, 5
Amp. static HT tri-vector
1 1454 energy meter confirming to No. 797 65.71 65,710/- 2000/- - 08.10.2020
IS14697/1999, Indian
companion standard with its
latest amendment along with
CMRI and Modem.
2 11 KV Current Transformer
a 11 KV 200-100/5-5 Amp. No. 933
b 11 KV 300-150/5-5 Amp. No. 1114
c 11 KV 600-300/5-5 Amp. No. 31
d 11 KV 600-300/5-5-1 Amp. No. 62
1455 293.45 1,00,000/- 5000/- - 06.10.2020
33 KV Current Transformer
e 33 KV 200-100/5-5 Amp. No. 433
f 33 KV 200-100/5-5-1 Amp. No. 42
g 33 KV 300-150/5-5 Amp. No. 354
h 33 KV 400-200/5-5 Amp. No. 145
3 1456 11 KV VCB No. 231 246.63 1,00,000/- 5000/- - 03.10.2020
4 Relay
a Master Trip Relay No. 180
1457 58.69 58690/- 2000/- - 05.10.2020
Numerical Relay Non
b No. 700
Communicable Type
5 11 KV & 33 KV Isolator
a 1458 11 KV 800 Amp Sets 539 163.76 1,00,000/- 5000/- - 14.10.2020
b 33 KV 600 Amp Sets 201
6 Cable - LT AB Cable
3X95+1X16+1X70 Sqmm
a Km 30
1459 (Insulated Messenger) 115.73 1,00,000/- 5000/- - 19.10.2020
3X120+1X16+1X70 Sq.mm
b Km 20
(Insulated Messenger)

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 5 of 61)
LT XLPE Single Core
7
Un-armoured Cable
a 1460 1X150 Sqmm Km 111 141.77 1,00,000/- 5000/- - 14.10.2020

b 1X300 Sqmm Km 20

8 HT XLPE Cable

a 11 KV 3 Core 70 Sq mm Km 2
b 11 KV 3 Core 150 Sq mm Km 2
1461 239.83 1,00,000/- 5000/- - 09.10.2020
c 11 KV 3 Core 240 Sq mm Km 1
d 11 KV 3 Core 300 Sq mm Km 2
e 33 KV 3 Core 185 Sq mm Km 2
f 33 KV 3 Core 300 Sq mm Km 9.4
9 Distribution Box suitable for
a 1462 200 KVA DTR No. 50 21.43 21430 1000/- - 07.10.2020
b 315 KVA DTR No. 25
Digital Power Clamp meter
with automatic computation of
10 1463 No. 360 54.00 54000/- 2000/- - 07.10.2020
single phase and three phase
parameters
Engagement of agency to
maintain 100% readability
through AMR and to provide
CMRI reading of all left over 3833
11 1464 No. 22.54 22540/- 1000/- 28.09.2020 12.10.2020
meters (in case of unsuccessful Consumers

AMR) at all AMR facility


meters under Indore O&M
Circle, MPPKVVCL, Indore
Complete Call Centre Solution
of Centralized Call Centre-
12 1465 1912 for addressing compliant LS LS 2357.00 100000/- 10000/- 07.10.2020 10.11.2020
& resolving queries in
MPPKVVCL, Indore
Rate Contract Award (RCA)
for procurement of various
office stationary and Computer
13 1466 LS LS 15.90 15900/- 1000/- - 20.10.2020
(Repair, Printing &
Accessories) items under
MPPKVVCL, Indore

* For updated / extended due dates for opening of tender (EMD in Envelope-A & Techno-
commercial bid in Envelope-B) please refer to the online key dates.
NOTE:-
1. Other details can be seen in the complete tender documents available on e-portal
http://www.mpwz.co.in&https://mptenders.gov.in.
2. Tender documents can be purchased only online and downloaded from
https://mptenders.gov.in by making online payment for the prescribed non-refundable
tender fees. Only in case if the tender is dropped without opening, the tender fees shall be
refunded after deduction of necessary portal charges. Manual purchase of tender is not
allowed. The tender fee is inclusive of all applicable taxes.
3. The Bid Data should be filled in and the Bid Seals of all the Envelopes and the
documents which are to be uploaded by the Bidders should be submitted online as per
time schedule (Key Dates).
4. The relevant portion of tender which tenders have to fill online would be available on
above website on date mentioned against each tender. The Bidders shall have to submit

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 6 of 61)
their Bids online and upload the relevant documents / forms as per time schedule (Key
Dates).
5. Since the online bidders are required to sign their bids online using Class III-Digital
Certificates only, hence they are advised to obtain the same at the earliest. For further
information, Contractors are requested to contact Madhya Pradesh State Electronic
Development Corporation Ltd, State IT Centre, 2nd Floor, 47-A, Arera Hills, Bhopal-
462011, Telephone No. 0755-2518500 / 269, E-mail: mptenders@mpsedc.com.
6. Bidders intending to participate in the Tender are required to get themselves trained on
the e-Procurement System. They are required to contact Madhya Pradesh State Electronic
Development Corporation Ltd, to confirm their session in advance.
7. The required amount of EMD shall be accepted through online payment only as per
the clauses of the “Guideline & Instructions to bidders”.
The Bidders are required to invariably upload the valid documentary evidence of
submission of online EMD (or EMD Exemption Certificate if applicable) in
envelope-A without which online offer i.e., Envelopes-B & C shall not be opened.
8. No offer will be accepted without valid Earnest Money Deposit, unless exempted by the
Company. If on opening of tender, it is revealed that EMD amount is inadequate / any
other discrepancy is noticed, the tender shall be rejected and returned to the tenderer.
9. The corrigendum or addendum to the bidding documents, if any, as well as any change in
due date(s) of opening of tender will be published on the website, also Company‘s
website http://www.mpwz.co.in&https://mptenders.gov.in but will not be published in
newspaper. Hence participant bidders are advised to regularly visit the websites until the
bid opening. The Company shall not be responsible in any way for any ignorance of the
bidders about the corrigendum or addendum or change in the due date(s).
10. The company reserves the right to reject any or all the tenders or accept any tender in full
or part as considered advantageous to the company, whether it is lowest or not, without
assigning any reason whatsoever it may be.
11. The physical submission of documents is mandatory except the price bid, however for
verification purpose MPPKVVCL may ask to produce original documents also.
12. The tender document will be uploaded on portal normally 15 (Fifteen) days prior to the
date of respective tender opening. The interested bidders are advised to regularly visit the
portal for the purpose.
13. In respect of TS-1464 & 1465 tender, the pre-bid meeting will be held on date
28.09.2020 & 07.10.2020 at 12:00 Hrs, respective at Corporate office (Urja Bhawan) of
MPPKVVCL, Indore.
14. The Online Payment towards tender fee (Inclusive of GST) is mandatory. The option
of tender fee exemption available on E Procurement Portal is not applicable for
MPPKVVCL, Indore.

Chief Engineer (Purchase)


O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 7 of 61)
SECTION-I(C)
OFFICE OF THE MD (WEST ZONE) M.P.P.K.V.V.C.L.,
G.P.H. COMPOUND, POLOGROUND, INDORE

Tender issued to M/s ………………………………………………….


……………………………………………..…...

TENDER FORM

The undersigned hereby tender and offer, the M. P. Paschim Kshetra Vidyut
Vitaran Company Ltd., Indore to supply materials at various places in the tender
document No. MD / WZ / 06 / PUR / 1455 dated 14.09.2020, which under the terms thereof
are to be supplied, executed and done by the contractor; and to perform and observe the
provisions and agreements or the part of the contract contained in, or which can be
reasonably inferred from the said tender documents, for the sums and at the rates set out in
Schedule –I annexed here to.
We have examined in detail and have understood and agree to abide by all the Terms
& Conditions stipulated in the tender document and in any subsequent communication from
MPPKVVCL, Indore in this regard (if any). Our technical proposal is consistent with all the
requirements of submission as stated in the tender document or in any of the subsequent
communication from MPPKVVCL, Indore in this regard (if any).
We hereby undertake that the information submitted in our offer is complete and
correct to the best of our knowledge and belief. We would be solely responsible for any
errors or omissions in our offer. We agree that, in case of any ambiguity/ incompleteness
found in the information furnished by us in the offer, same shall be interpreted by
MPPKVVCL, Indore to its advantage. We agree to abide by all your tender / order Terms &
Conditions.

Date the Day of………….

BIDDER‘S SIGNATURE
(With Seal)
Bidders Address: - ……………………………
……………………………
……………………………

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 8 of 61)
SECTION-I (D)
GUIDELINES TO BIDDERS FOR IMPLEMENTATION
OF E-PROCUREMENT SYSTEM

Note: These conditions will over-rule the conditions stated in the Tender documents,
wherever relevant and applicable.

The bidders are required to submit soft copies of their bids electronically on the MP
TENDER Portal (https://mptenders.gov.in), using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on the MP TENDER
Portal, prepare their bids in accordance with the requirements and submitting their bids
online on the MP TENDER Portal (https://mptenders.gov.in).
More information useful for submitting online bids on the MP TENDER Portal may be
obtained at: https://mptenders.gov.in.

(A) REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the MP TENDER Public
Procurement Portal (URL: https://mptenders.gov.in) by clicking on the link ―Online
bidder Enrollment‖ on the MP TENDER Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the MP
TENDER Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with
their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC‘s to others which may lead to
misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.

(B) SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the MP TENDER Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the MP TENDER Portal.
2) Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‗My Tenders‘ folder. This would enable the MP TENDER Portal to intimate
the bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 9 of 61)
(C) PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR /
DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or „‟Other Important
Documents‟‟ area available to them to upload such documents. These documents may
be directly submitted from the ―My Space‖ area while submitting a bid, and need not be
uploaded again and again. This will lead to a reduction in the time required for bid
submission process.

(D) SUBMISSION OF BIDS


1) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as ―offline‖ to pay the tender fee / EMD as
applicable and enter details of the instrument. However if the site allows for online
Tender fee payment, then Bidder may pay Tender fee online. PAYMENT OF TENDER
FEE IS MANDATORY IN ANY CASE.
4) Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be couriered and must reach the concerned office, latest by the last
date of bid submission or as specified in the tender documents. The details of the
DD/any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time.
Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given as
a standard BoQ format with the tender document, then the same is to be downloaded
and to be filled by all the bidders. Bidders are required to download the BoQ file, open
it and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed.
Once the details have been completed, the bidder should save it and submit it online,
without changing the filename. If the BoQ file is found to be modified by the bidder,
the bid will be rejected.
6) The server time (which is displayed on the bidders‘ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the
bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 10 of 61)
storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid opener‘s public
keys. Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking ―Freeze Bid
Submission‖ in the portal), the portal will give a successful bid submission message & a
bid summary will be displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.

(E) ASSISTANCE TO BIDDERS


1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender. This should be as per timelines (about ‗seek
clarification‘ start & end dates) given in Tender only.
2) Any queries relating to the process of online bid submission or queries relating to MP
TENDER Portal in general may be directed to the 24x7 MP TENDER Portal Helpdesk.

. -Sd-
Chief Engineer (Purchase)
O/o MD, MPPKVVCL, Indore

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 11 of 61)
SECTION-II
QUALIFYING CRITERION
1. QUALIFICATION CRITERIA
1.1. BASIC QUALIFICATION OF BIDDERS:
i. This bidding is open for manufacturers only (Joint Venture in any form shall not be
allowed to participate) who provide satisfactory evidence that:-
ii. That they are qualified manufacturers who regularly manufacture the materials/
equipment of the type specified and have adequate technical knowledge and practical
experience.
iii. That they do not anticipate change in the ownership during the proposed period of
Purchase Order (if such a change is anticipated, the scope and effect thereof shall be
defined).
iv. That they have adequate financial stability and status to meet the financial obligations
pursuant to the scope of the assignments.
v. That they have adequate plant and manufacturing capacity available to perform the
assignment properly and expeditiously within the time period specified.
vi. The Bidder must be registered under GST Act and should produce copy of the GST
registration certificate, failing which offer shall be rejected. However, if it is under taken
by the bidder that GST registration is under process, in such case the price bid shall be
considered for opening but the award will not be issued till registration under GST not
submitted.
1.2. Technical criteria
i. The bidding is open for manufacturers of the tendered material/equipment only. Joint
Venture in any form shall not be allowed to participate.
ii. The regular bidder should have a minimum experience of 2 (two) years of design,
manufacturing of tendered material and should have supplied at least 20% of tendered
quantities directly to the Discoms/SEBs/Power Utilities or their Turnkey Contractors in
any state of country in last Five (5) years from the date of tender opening.
iii. In support of above bidders shall require to submit CA certificate, towards supply of
quoted items in last five (5) years from the date of opening of tender, as per schedule-
VII (A): Past Supply experience.
— Such firms who qualify the above criteria shall be treated as Regular firm.
iv. In case of new unit who have participated for trial order shall be treated as new bidder.
Such New Bidder shall be exempted from the above manufacturing & supply criteria ie
above clause –1.2 (ii) above.
The above new bidders shall, however, submit supplies details made for tender item in
past, if any and appropriate financial documents in regard to their present financial
status and availability of working capital for general information purpose.
v. The offered material/item should be type tested as per specification from NABL
Accredited Testing Laboratory. The type test report should not be older than 5 years as
on date of tender opening. In the absence of the type test reports or type test reports
found more than 5 years old, the offer is liable to be rejected. Similarly, type test reports
of laboratories, other than NABL accredited, shall not be acceptable.
1.3Financial Criteria
The purchaser will take account of the following financial criteria to verify the
qualification of the bidder. These criteria shall be evaluated on a Pass–Fail basis
only:-
(i) The bidder should have sound financial capability. Bidder‘s annual aggregate
turnover for the last five financial year i.e. 2014-15, 2015-16, 2016-17, 2017-18 &
2018-19 should not be less than tender value. The bidder shall require to submit
audited financial statement for the last five financial year along with the offer. If
tender issued before September month then last 5 FY include only up to financial year
ended in March of last year.
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 12 of 61)
(ii) The regular bidders should have Minimum working capital 10% of the tender value
and new bidders should have Minimum working capital 1% of the tender value, to
meet this criteria bidder have to submit following;
(a) The audited balance sheet of last financial year, working capital shall be (current
assets minus current liability); or
(b) The bidder is required to submit Bank Utilization Certificate (fund based) showing
balance fund (sanctioned cash credit limit/Overdraft limit – Utilization as on date),
the bank certificate shall not be more than 1 month old from the date of submission
of bid by bidder, the bank certificate shall be in the following format.
Sanctioned Cash Credit Utilization as on
Balance as on date
Limit/Overdraft limit date

(c) If bidder submitted both documents as mentioned above (a) and (b); in that case, the
document which justify the availability of higher working capital with bidder will be
consider for evaluation purpose.
(iii) Clause no. 1.3 (i) applicable for regular bidders only, and clause no. 1.3 (ii) applicable
for both regular and new bidders.
(iv) The regular bidders should quote/offer at-least 35% of tendered quantity and at-
least 7.5% by the new bidder failing which offer shall be liable for rejection, however
the offered quantity should not be more than the Spare Manufacturing Capacity of
bidder.
2. EVALUATION OF OFFERS AND ACCEPTANCE OF TENDER
i. The Purchaser may reject any or all tenders or to accept any tender considering
advantageous to Purchaser whether it is the lowest offer or not without assigning any
reason.
ii. If any taxes are not quoted, the Purchaser reserves the rights to load the quoted prices
as per the applicable rate of taxes prevalent at the time of bid evaluation for price
comparison purposes. However, responsibility in this regard shall solely rest with
bidder.
3. COMPUTATION OF LOWEST ACCEPTABLE RATE (L1)
Price bids of technically and financially qualified Regular Bidders shall be opened and
evaluated to find lowest rate. The bidder, who quotes lowest computed FOR rate (i.e. landed
unit cost) including all applicable taxes, shall be declared as L1 bidder. New Bidders shall
not require to quote their prices in price bid, they shall mention “0.00” amount in their
financial bid against Ex-Works and Freight & Insurance charges. If new bidders quote
any price other than “0.00” in financial bid against Ex-Works and Freight & Insurance
charges, then their bid will be rejected and the prices quoted by them will be considered
as null & void in this bid. However, they should mention Quantity offered & % GST in
price bid format.
4. PRICE CONSIDERATION ZONE (10% above Lowest Acceptable Rate)
Subject to fulfilling all the criteria/tender conditions, the counter offer shall be limited
to the bidders whose computed FOR rate including taxes, freight and other levies is
within the price band of 1.10 times of the lowest acceptable offer on merit basis. The
bidders whose offers are within price consideration zone shall only be eligible for
issue of counter offers and LOI.
5. DISTRIBUTION OF QUANTITY AMONGST ELIGIBLE BIDDERS
I. Quantity Distribution among Eligible Bidders:
The total quantity distribution among the various eligible bidders shall be as
below:-
(a) Regular Bidders:- Minimum 85% of tendered quantity and may go up to
100% in case of no eligible New Bidder.
(b) New Bidders:- Maximum up to 15% of tendered quantity.
Note: Above allocation of quantity to Regular bidders (85%) & New Bidder (15%) is
subject to availability of enough bidders and acceptance to quantity by them. In case,
if the full 15% quantity not distributed among the New bidders due to any reason
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 13 of 61)
what so ever, the reaming/undistributed quantity of New bidders will be distributed
among the regular bidders, vis-a vis if the full 85% quantity not distributed among
the Regular bidders due to any reason what so ever, the reaming/undistributed
quantity of regular bidder will be distributed among the new bidders and total
allocation of quantity to new bidder can be more than 15%. The procedure of
quantity distribution among regular & new bidders is prescribed in below clauses.
II. Distribution of quantity amongst New Bidders
(a) Up to 15% of the tendered quantity among all New Bidders equally or limited to
their quoted quantity, whichever is minimum.
(b) In case of non/partial acceptable of allotted quantity by any bidder(s), the
unallocated remaining quantity out of 15% of tendered quantity shall be equally
distribute among other eligible bidders subject to their consent.
(c) In case any quantity remains left from New Bidder then quantity to be allocated to
regular bidders.
(d) In case, there are no eligible New Bidders in the bid, then full 100% quantity will
be considered for regular bidders.
III. Distribution of quantity amongst Regular Bidders
The balance quantity after allocation to New Bidders shall be distributed among the
Regular Bidders. The Purchaser reserve the right to distribute this quantity amongst
the bidders other than the lowest also in Regular Bidder category on counter offer
at L-1 price. The distribution of the quantity among the all eligible Regular
Bidders, who have accepted LoI on counter offer, will be done as under limited to
their offered quantity:
Table:1 quantity distribution among regular bidders (% of balance quantity after
allocation to the new entrants)
Bidders who has quoted their rates under Price Consideration Zone in
Sr. No. ascending order w.r.t. bidder R-1 and given consent of supply at L-1
Quantity Distribution Rate.
3 or more Bidders agree on L1 rate R1 R2 R3
1
Quantity distribution (%) 50% 30% 20%
2 Bidders agree on L1 rate R1 R2
2
Quantity distribution (%) 60% 40%
When only 1 bidder agree on L1 rate R1
3 Minimum offered quantity by bidder and
Quantity distribution (%) maximum up to 100% of tendered quantity
(a) It may be very carefully noted that the bidders, while accepting the Lowest Acceptable
Rate (L-1) on counter offer against LoI issued to them have to compulsorily accept the
quantity offered by the Purchaser in full provided it is within 75% of the quantity
offered by them in the bid. In the event, they do not accept this, the Purchaser may not
place order on them on counter offer.
(b) The aforesaid nomenclature for assigning ranking to bidders in Regular Bidder
Category as R-1, R-2, R-3 etc. will be for those bidders who have accepted the LoI on
counter offer at L-1 rate and ranking will be in ascending order from lowest bidder R-
1 who by default will be L-1 firm.
(c) In the first instance, the LoI/Counter offer shall be issued to the bidders with relative
ranking of R-1 to R-3 as per Sr. No. 1 of table-1, in the ascending orders of their
quoted price. In case of non- acceptance of LoI/Counter offer by any bidder, the next
bidder(s) beyond L-3 falling within aforesaid price consideration zone will become
eligible for LoI/counter offer and so on. (Bidders are advised to clearly understand this
and do not get confused by R-2 & R-3, with L-2 & L-3).
(d) In Sr. No. 1 of above table, the 50% quantity allocation to R-1 shall be with the
consent of R-1 bidder, if his offered quantity is less than 50%. In case of non/partial
acceptance, the quantity shall be restricted up to accepted/offered quantity against this
tender. In this situation, the remaining unaccepted additional quantity by R-1 bidders,
shall be offered to R-2 bidder subject to his original offered quantity against the
tender, in case of partial acceptance of such additional quantity by R-2 bidder, the
remaining quantity shall be offered to R-3 firm subject to his original offered quantity
against the tender. If any non-distributed quantity still left, then same shall be allotted
to R-4 bidder falling in Price Consideration Zone and accepted counted offer at L-1
rate.
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 14 of 61)
(e) In Sr. No. 2 of above table, the 60% quantity allocation of R-1 and 40% quantity to R-
2 bidder shall be with their consent, if their offered quantity is less then allocated
quantity. The minimum quantity allocation to any bidder shall be restricted up to their
offered quantity against this tender. In case on non/partial acceptance of additional
quantity by any bidder, the remaining unaccepted additional quantity shall be offered
to other bidder. In case, any quantity remains undistributed due to non-acceptance or
partial acceptance of quantity by other bidder, then same shall be procured through
retendering .
(f) If there are no regular bidders except R-1 bidder (Sr. No. 3) in Price Consideration
Zone or no regular bidder accept the counter offer at L1 rate, then 100% quantity
(balance quantity allocation to New Bidder) may be offered to L1 bidder. On his
refusal or partial acceptance of additional quantity above his offered, then re-bidding
shall be done for such unaccepted remaining quantity.
IV. In case, where the tender quantities is meagre, the MPPKVVCL may allocate
100% of the tendered quantity only to the L1 bidder.
V. The quantity distribution as above shall be made amongst the eligible bidders
provided there is no order is pending on them for the tendered items for which
delivery period has passed. In case, bidder will have pending orders and its delivery
period has passed, the purchaser at its discretion may reduce such pending ordered
quantity from their share as per above quantity distribution and this quantity shall be
distributed among the other eligible bidders. The quantity already stage inspected shall
not be considered in pending order quantity.
VI. In case, if there are not enough bidders in Price Consideration Zone to cater the full
tender quantity or there is any balance quantity left over due to any reasons, in such
case the Purchaser has the right to offer the balance quantity to the bidders outside to
the price consideration zone in the order of their ranking who accept counter offer at
L-1 Rate.
VII. Distribution of quantity in case 2 bidders quoted same price
In case two (2) bidders quotes same L1 rate, then both bidders will be considered as
L1 bidder and their rate will declared as L1 rate. In such case, share of L1 and L2
bidders as per quantity distribution shall be equally distributed amongst these two L1
bidders. Similarly, in case of two L2 bidders, share of L2 and L3 bidders as per
quantity distribution shall be equally distributed amongst such two L2 bidders and so
on.
VIII. Re-distribution of quantity due to non-performance of any supplier:
In case performance of any supplier is found unsatisfactory during the delivery
process, the award will be liable to be cancelled and in such event the Purchaser
reserves the right to distribute the balance quantity of cancelled award amongst
remaining existing suppliers (Both Regular & New) on their acceptance, started from
the regular supplier, the quantity shall be offered first to the highest ranking supplier,
on his refusal or partial acceptance, the remaining quantity shall then be offered to
supplier of next ranking. If any non-distributed quantity still left, then same shall be
allotted to next ranking bidders falling in Price Consideration Zone and accepted
counter offer at L-1 rate, in case the quantity still left same shall be offered to new
bidders in similar manner as mention in this para as above. However, this action
shall be fully at the discretion of the Discom only.

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 15 of 61)
SECTION-III
SPECIAL TERMS & CONDITIONS OF PURCHASE
1. TERMS OF PAYMENT & PAYMENT PROCEDURE
(i) Subject to completion of all contractual formalities 100% payment alongwith Taxes
Corresponding to the consignment would generally be made within 15 working days from
the date of DRR on acceptance of material by the Area stores after successful testing at
NABL Lab.
The Purchaser shall not be liable for payment of any interest on delayed
payment.
(ii) The supplier shall forward the original RR / MTR directly to consignee along with
copies of following documents: -
A copy of bill
Delivery Challan
The inspection and or T.C. approval
Detailed packing list, if required.
(iii) The original bills should be forwarded to the paying authority through Account
Officer, MPPKVVCL, Indore and should be marked ―ORIGINAL‖. The bill should
indicate GSTN Registration Number and date allotted to him under GST Act.
(iv) The following documents will have to be forwarded to the paying authority along
with bills in triplicate: -
Bill / Invoice.
Xerox copy of despatch documents i.e. RR / MTR etc.
Dispatch clearance / instructions.
(v) The material Receipt Certificate will be forwarded by the consignee to the paying
authority for payment, as well as to the suppliers towards acknowledgement of
receipt of material including part consignment to the extent it is received in good
condition and is serviceable.
(vi) The invoice in triplicate with relevant documents such as Material Receipt
Certificates in good condition etc. should be submitted to the Deputy Director (CBP
Cell), MPPKVVCL, Indore for the quantities supplied in Discom Area stores for
claiming the payment or any other related issues.
(vii) The MPPKVVCL Indore shall make above payment directly in the supplier‘s Bank
account, for which the following details are required to be invariably submitted with
the offer in the prescribed schedule / template:-
(a) Name of Bank and Branch address
(b) Their Bank Account Number
(c) IFS Code of the Branch for RTGS transfer
(viii) Charges required by Bank in this regard will be debited to supplier‘s / contractor‘s
Account. Net payment after deduction of charges required by the Bank shall be
released in favour of suppliers.

2. TIMELINES FOR DIFFERENT PROCUREMENT ACTIVITIES :-


a. Pre dispatch inspection shall be arranged by the purchaser within 2 working days
from the date of receipt of offer from the supplier
b. The inspecting authority shall perform pre dispatch inspection at the firms work
within 7 working days from the date of nomination.
c. The inspecting authority shall send inspection report on the same date on which
inspection is performed through mail.
d. Dispatch Instruction shall be issued by the purchaser within 2 working days from the
date of receipt of satisfactory inspection report on mail.
e. The consignee Store shall take the consignment in DRR on the same day on which
material is consigned to Area Stores.

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 16 of 61)
f. The purchaser, if required may also arrange testing of sample randomly drawn from
the lot supplied in part in any of the Area Store under a particular Dispatch
Instruction.
g. Material at Area Store shall be accepted /Rejected by the consignee within 1 working
day from the date on which the SE (Stores) conveys test result through mail.
3. DELIVERY
i. The bidder shall require to complete the delivery in 3 instalments. The first lot/ installment
shall be supplied within 60 days from the date of issue of order (including date of issue)
sent through email and subsequent lot(s) within next 45 days thereafter as under.
Sl. Lot Qty. To be delivered in
Delivery Schedule
No. No. percentage
To be supplied within 60 days from the date of
1. 1st 50%
issue of order
nd
2. 2 25% Within next 45 days thereafter
3. 3rd 25% Within next 45 days thereafter
st
ii. The period allowed for delivery of 1 lot shall include the time required for submission
and approval of GTP and Drawings.
iii. In case material under a lot is delivered beyond terminal date specified for the respective
lot (s) penalty as per penalty clause of the purchase order shall be recoverable form the
supplier. The penalty shall be reckoned from the next day of the terminal date of restive
lot(s) to the date of actual delivery.
iv. In case terminal date for a lot falls on a holiday it will be shifted to the next working day.
v. The purchaser shall reserve the right to defer the supplies or re-schedule the delivery of
the order if required. The intimation shall be given in writing the Price Variation shall be
given for quantities deferred alongwith any change in applicable Taxes.
vi. In case of delay in the part of purchaser in arranging the pre-despatch inspection or in
issuing dispatch Instructions beyond the time line prescribed in clause - TIMELINES
FOR DIFFERENT PROCUREMENT ACTIVITIES, the same shall be specified by the
purchaser in the dispatch Instructions and this period shall not be counted for calculation
of penalty on account of delay in delivery.
vii. Deferment of deliveries:- MPPKVVCL reserves the right to defer the supplies or
reschedule the delivery of the orders, if required. The intimation shall be given in writing.
Bidders should therefore quote only for such quantities which they can supply according
to above Delivery Clause of the tender/order.
4. PERFORMANCE GAURANTEE
(i) If during the course of 36 Months subsequent to the date of receipt of consignment,
any of the goods found to be defective in materials or workmanship or develops
defects during service, they will have to be replaced by the supplier, free of all
charges. All necessary arrangement on these accounts will be made by the suppliers.
(ii) The said material, if required to be replaced, shall be collected by the supplier / firm
from Area Stores / work site at their own cost and at their own responsibility. These
material will like-wise be returned duly repaired / replaced and tested subsequently
by the supplier to the destination indicated, on ―Freight paid basis‖ at their cost
within a period of 30 days from the date if intimation. The guarantee period as
stipulated in sub-clause (i) above shall also be applicable for repaired/ replaced
material, which shall however be counted afresh from the date of its delivery in our
stores/at site.
(iii) Further, it is clarified that all the charges towards carrying out repairs including
packing /forwarding loading/unloading shall be borne by the supplier. The amount

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 17 of 61)
deposited under security deposit clause shall also cover the performance guarantee
of the material.
(iv) All equipment/line materials reported failed within specified guarantee period shall
be replaced free of cost by the supplier/manufacturer concerned.
(v) Actual cost of dismantling and replacement of these equipments /materials with the
new ones, shall be charged to the supplier‘s account.
(vi) To and fro transportation cost of such failed equipment shall also be borne by the
supplier.
(vii) In the event of the supplier‘s inability to adhere to the aforesaid provisions, suitable
penal action will be taken against them, which may, inter-alia, include black-
listing/debarring of the firm for future business with the Company for a certain
period.
5. TYPE TEST CERTIFICATE
The bidder is required to submit type test certificate of material as per relevant ISS
and technical specification of tender from the NABL Accredited Lab. Type test
reports/certificates for the test conducted on the tendered item/material shall not be
older than 5 years on the date of opening of technical/commercial bid.
However, in absence of any particular type test report against requirement as per
technical specification of the tender, if it is undertaken by the bidder to furnish such
valid & satisfactory type test report (with type tested drawing as applicable) issued
from NABL Accredited Lab in respect of the offered item, before commencement of
supplies without affecting delivery schedule if the order is placed on them, their
offer may be reviewed for opening of price bid only if necessary in the interest of
West Discom. Copy of documents in respect submission of sample to NABL
Accredited Lab may be provided in support of the undertaking if available.
6. TOLERANCE IN THE SUPPLIED QUANTITY
No Tolerance in supply quantity shall be allowed.
7. PRICE CONSIDERATION ZONE & DISTRIBUTION OF QUANTITY
AMONGST ELIGIBLE BIDDERS.
The MPPKVVCL reserves the right to distribute the rating wise tender quantities amongst
the bidders as specified in the Section-II. In case of small tender quantities, the quantity
distribution may not be resorted to as per the provision. The discretion of MPPKVVCL shall
be final in this respect.
8. UNSATISFACTORY PERFORMANCE
Even on fulfillment of all the criteria it may please be noted that: -
(a) Offers of those bidders who have been debarred / black listed for future business
with our Company / other Discoms of MP, may be summarily rejected.
(b) In case of those bidders whose past performance has not been satisfactory against
previous tenders / work contract on turnkey basis of Company, their offer may be
rejected, and if opened their price bid may not be opened. Even on opening of price
bid, if the past performance found unsatisfactory before placement of order, they
may not be considered for order. Following shall attribute to poor performance of a
bidder: -
(i) Non-execution of previous order(s)/ work contract /inordinate delay in supply of
material.
(ii) Failures of material in testing & non-replacement of the same by the supplier.
(iii) Excessive failures of past supply material beyond certain performance criteria /
percentage failure, as decided by company.
(iv) Non replacement of WGP defective material within specified / allowed time period.

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 18 of 61)
9. CONFLICT OF INTEREST
No two or more concerns in which an individual is interested as a Proprietor and /
or Partner shall tender for execution of the same work. If they do so, all such
tenders shall be liable to be rejected. Please furnish the undertaking on non judicial
stamp paper worth Rs. 100/-, as per respective schedule-IX in respect of the
following:
The bidder firm participating in the tender shall abide to the conditions about not to
follow unethical/unfair/fraudulent practice in any manner, not to have conflict of
interest with any bidder/firm participating in the tender, not to conceal any material
information, not to give misleading fact or statement in the offer/bid submitted
against the tender etc. as per specific undertaking to be given in the prescribed
format, by giving full right to MPPKVVCL to cancel the contract and forfeit the
EMD/Bid Security Performance Guarantee in case of any of the violation at any
stage of contract.

10. TESTING AND ACCEPTANCE OF MATERIAL


(i) Collection of random sample for testing: -The sample from each lot of material
received at the respective Area Stores of the Company will be collected in
accordance with the relevant IS Specifications. The representative of the bidder
may be present during collection of random samples. In case the material of one lot
is supplied at more than one area stores, the company reserves the right to select
one or more area stores from which sample for testing shall be drawn.
(ii) Testing: - The sample collected at the area stores will be forwarded to a laboratory,
specified as under, for testing.
(iii) Laboratory for testing of material: - Only the laboratory having accreditation
from NABL shall mean a Laboratory for this purpose under this clause.
(iv) Selection of Laboratory: - The Company will have the sole discretion to select a
NABL accredited Laboratory for this purpose or any Government Lab in case of
emergency.
(v) Testing fees: - The testing charges shall be borne by Purchaser/Discom.
(vi) Acceptance of Material: - The test report of samples, collected pursuant to clause
(i) in accordance with clause (ii) to (iv) above, indicating the sample to be in
conformity to the specification will be considered as acceptance of material
received by the consignee. However, the MPPKVVCL, Indore may send second
random sample for testing to NABL Lab at the request & cost of supplier only,
results of which shall be final. In case of failure of the sample the entire lot shall be
rejected.
(vii) Status of other test reports: - Notwithstanding any confirmatory report issued by
the officers of the company and or by the agency appointed by the company in this
regard, at any stage prior to collection of samples as specified above at ―(i)‖, the
test report as mentioned above at (vi) will be the sole criterion for acceptance of
material.
(viii) The Purchaser has all the rights to conduct additional test including type tests, at
his own cost by an independent agency whenever there is dispute regarding the
quality of supply or interpretation of test results. In the event of failure of
equipments in such tests, the expenses incurred in testing shall be to the Supplier's
account. However, the purchaser shall have full rights & sole discretion to accept /
reject particular quantities of material supplied in Area Stores of West Discom
keeping in view the quality assurance of the supplied material.
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 19 of 61)
(ix) After receipt of CTs at Area Stores, minimum 2% sample of the CTs shall be
selected randomly from each lot and tested at NABL Lab.

11. GROUND RENT


In case of rejection of supplied lot the supplier shall lift the entire rejected lot within
period specified in rejection intimation letter, failing which ground rent @0.5% of
ordered FoR rate (Ex-Works+ Freight) subject to maximum 10% of ordered FoR rate
shall be levied on supplier.
The period to be allowed for lifting of rejected quantity shall be same as allowed for supply
after issue of DI
12. EVALUATION METHODOLOGY
Evaluation methodology for the materials is admissible as per the provisions of the
GST Act.

13. PRICE VARIATION


(i) The tenderers are advised to quote their Prices VARIABLE as per Price Variation
formula, strictly. The base date shall be one month prior to the date of opening of
tender as per IEEMA Circulars.
(ii) While claiming the price variation, the supplier shall furnish the IEEMA circulars /
Govt. Gazette Notifications / CACMAI published indices/Price circulars/Invoices
issued by the Prime Producers/any other agency as per P.V. formula as the case may
be. The claim towards price variation, if any, shall be submitted directly to the
Account Officer CBP Cell, MPPKVVCL, Indore.
(iii) The suppler while claiming for 100 % payment shall have to certify that the prices as
charged have not undergone any downward variation as per the PV formula on
account of IEEMA circulars & applicable notifications and that the claim for upward
variation will be submitted separately.
(iv) Wherever required price variation shall be payable as under:
a. Price variation shall be payable when the supply is made within contractual delivery
period.
b. Price Variation shall be payable on the basis of date of delivery of the material at Area
Store.
c. No upward price variation shall be payable beyond the contractual delivery period
where the supplier is responsible for the delay and the payment shall be restricted to the
original ordered price only. However any downward variation in the prices on the
actual date of delivery shall be recoverable from the firm.
d. For calculation of Price Variation, Indices as applicable on the first day of the month
prior to the month of delivery shall be considered.

The Price Variation shall be payable as per Price Variation Formula of the tender.

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 20 of 61)
SECTION-IV
TECHNICAL SPECIFICATION OF 11 KV & 33 KV OIL IMMERSED
OUTDOOR TYPE CURRENT TRANSFORMERS, CLASS 0.5
1 SCOPE:-
This specification covers design, manufacturing, testing, and inspection during
manufacturing and before dispatch at manufacturer`s works of 11 KV & 33 KV Outdoor
Single Phase, Tape/Paper Insulated, Oil Cooled Current Transformers for relaying and
metering purpose for 11 KV & 33 KV solidly grounded system complete with
Bimetallic Terminal Connectors.
2 GENERAL REQUIREMENT:-
2.1 The 11 KV & 33 KV current transformers shall be of outdoor type, single phase, oil immersed
self cooled dead tank design. These CTs shall also be suitable for operation in humid atmosphere
and in the tropical direct sunlight with temperature up to 50°C.
2.2 The above 11 KV and 33 KV CTs meant for outdoor application should be suitable for use in
areas prone to heavy lightning strokes. The CTs should be suitable for satisfactory operation
under all types of adverse climatic conditions, prevailing in the State of M.P.
2.3 Further, the above CTs are required to be mounted on a cantilever support provided on out door
structure of circuit breaker in the switchyard. The CTs will therefore, have suitable mounting
holes in the base channel, for clamping on the structure. This specification does not cover supply
of mounting structures for the CTs, which are being arranged by the purchaser along with the
CBs structure, separately with breakers.
2.4 The offered CTs will be dead tank design. Live tank designs CTs are not acceptable.
2.5 The current transformers shall have the following specifications: -
Sr.
Particulars 11 KV 33 KV
No.
i Nominal system voltage 11 KV 33 KV
ii Highest system voltage 12 KV 36 KV
iii Frequency 50 cycles 50 cycles
iv Earthing of the System Effectively grounded
v Insulation level 28/75 KV 70 /170 KV
vi Short circuit level 250 MVA 1000 MVA
Minimum one second short
vii 13.1 KA 18.4 KA
time current rating
viii Minimum Creepage, distance 300 mm 900mm
ix Rated secondary current 5 Amp/5 Amp/1Amp 5 Amp/5 Amp/1Amp
x Tank sheet thickness Minimum 3 mm Minimum 3 mm
200-100/5-5 Amp (2 C)
200-100/5-5 Amp (2 C)
300-150/5-5 Amp (2 C )
300-150/5-5 Amp (2 C)
xi CT Ratio 600-300/5-5 Amp (2 C )
400-200/5-5 Amp (2 C)
600-300/5-5-1 Amp (3 C )
200-100/5-5-1 Amp (3 C)
400-200/5-5 Amp (2 C)
No. of cores (with the
xii 2 & 3 Core 2 & 3 Core
following accuracy)
Sr.
Item Core-I Core-II Core-III Core-I Core-II Core-III
No.
Back up Diff. Back up Diff.
i Purpose Metering Metering
Protection Protection Protection Protection
ii Rated output 15 VA 10 VA 15 VA 10 VA
iii Accuracy class 10P10 0.5 PS 5P10 0.5 PS
iv Knee Voltage (for Core III) > 150/300 Volts > 150/300 Volts
Magnetising Current (For
v ≤ 30 mAat 0.25vk ≤ 30 mAat 0.25vk
Core III)
Resistance at 75˚ C (For Core
vi To be indicated To be indicated
III)
vi Primary Current density ≤ 2.2 A/ mm² ≤ 2.2 A/ mm²
viii IS reference IS 2705/1992 IS 2705/1992

3 DESIGN:-

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 21 of 61)
As stated above, the 11 KV & 33 KV CTs shall be of Tape / Paper insulted, Oil Cooled
type housed in steel tank. The steel tank thickness for both 11 KV and 33 KV CTs shall
not be less than 3mm. Welded joints have to be minimized to avoid possibility of oil
leakage in CTs. In any case welding in horizontal plane shall be avoided.
Adequate slop shall be provided on top of the tank to avoid collection of rain water.
Besides marking on the name plate, serial number and make shall be additionally
engraved on the sides of the CT Units.
4 STANDARDS:-
The current transformers shall fully comply with the latest issue of Indian Standard 2705 (Part-I,
II, III & IV) with latest amendment thereof up to the date of issue of this tender.
5 DESIGN AND MANUFACTURING REQUIREMENT:-
5.1 The 11 KV & 33 KV current transformers shall be outdoor single phase, oil cooled type, suitable
for the services indicated, complete in all respect conforming to the modern practices of design
and manufacturing.
5.2 The core shall be of high grade, non-ageing electrical silicon laminated steel of low hysteresis
loss and high permeability to ensure high accuracy at both normal and with 25 % over load
current.
5.3 The current transformers shall be properly sealed to eliminate and prevent entry of air and
moisture in the tank. For gasket ted joints, wherever used, joint less nitrite butyl rubber
gaskets, minimum thickness 3 mm neoprene or any other improved material shall be used. The
gasket shall be fitted in properly with adequate space for accommodating the gasket under
compression. The bidder has to submit complete details, drawings of gaskets for 11 KV & 33
KV CTs, which they have provided between joints and the gasket shall be durable and of proper
quality to avoid leakage of oil used for mounting oil level indicator.
5.4 The CTs shall be provided with a pressure-relieving device and an explosion vent with
diaphragm having a rupture pressure of 0.98 Kg/sq.cm. at suitable places with proper clearances
capable of releasing abnormal internal pressures. Design and arrangement of mounting of
pressure release device and adequate size of oil level gauge should clearly be indicated in
drawing.
5.5 The maximum temperature attained by any part of the equipment, when in service, under
continuous full load conditions and exposed to direct sun rays, shall not exceed 45 degree
centigrade above ambient temperature of 50 C reached in summer.
5.6 The primary winding, terminals, terminal connectors clamps etc. are required to be designed
considering the continuous over loading of 25 percent. For continuous over loading, the ratio
and phase angle error shall be maintained within the specified limit as per relevant ISS.
5.7 The primary terminal to winding joints shall be made by using silver brazing/hydraulically crimp
6 WINDINGS:-
6.1 Current transformer‘s First cores to be used for protective relaying purposes shall be of
accuracy class specified or appropriate class suitable for over current protection. The cores shall
be designed for a minimum saturation factor of 10 for the highest setting. The magnetization
curves for these cores shall be furnished along with the drawings of CTs.
6.2 The current transformer‘s Second core to be used for metering and instrument shall be of
accuracy class 0.5 specified in Clause 2.5 above. The primary winding shall be designed
considering current density not exceeding 2.2 Amps/Sq.mm. The saturation factor of this core
shall be low enough not to cause any damage to measuring instruments in the event of maximum
short circuit current.
6.3 The winding should be placed inside the transformer tank at least 25mm above the tank
floor to protect it, as for as possible, from the moisture(water) that may gradually
accumulate at the bottom over a period of time.
6.4 The rating of the secondary windings shall be 5A & 1A for secondary connections, threaded
studs terminal shall be provided and brought out in a compartment on one side of current
transformer for easy access. Further, the secondary terminals shall be provided with short-
circuiting arrangement. The secondary taps shall be adequately re-enforced to withstand normal
handling without damage.
6.5 Secondary terminal studs shall be provided with at least three nuts and adequate plain and spring
washers for fixing the leads. The studs, nuts and washers shall be brass nickel plated. The
minimum outside diameter of the studs should not be less than 6 mm. The length of at least 15
mm shall be available on the stud for inserting the leads.
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 22 of 61)
6.6 The secondary terminals shall be invariably marked as follows:
(i) 1S1 and 1S2 for protection core
(ii) 2S1 and 2S2 for metering core
6.7 The CTs secondary terminals shall be brought out to a suitable weather proof sheet metal
terminal box on side wall of the tank adjacent to the primary outgoing (P2) terminal for
termination of multi-core cables. The terminal box shall be provided with one cable gland for
each core, which shall be suitable for 4 core 1100 Volt grade PVC/XLPE Insulated 2.5 sq.mm.
Copper control cable. The dimension of terminal box and its opening shall be adequate to enable
easy access and working space with use of normal tools. The outer cover of the secondary
terminal box shall have proper arrangement of sealing.
7 INSULATION:-
7.1 The insulating oil filling in each CT shall be in the scope of supplier. Best quality of new EHV
Grade Transformer Oil should be used with the equipment with minimum BDV of 70 KV. The
test certificate of the transformer oil shall be produced at the time of inspection. The oil shall
comply in all respect with the latest version of IS-335:1983.
7.2 The CTs shall be single phase, multi core, and separately mounted, freestanding, type for
outdoor installation.
7.3 All porcelain insulators shall be prepared from wet process porcelain with arrangement for
hermetically sealing of the metallic tank containing the core and the secondary winding.
7.4 Adequate insulation shall be provided on primary winding to achieve maximum dielectric
strength. Also adequate clearances shall be provided between the primary conductor and the
metal body.
7.5 The terminals of primary and secondary winding shall be clearly marked according to relevant
standards.
8 INSULATION WITH STAND CHARACTERISTICS:-
8.1 Insulation withstand characteristics of 11 KV & 33 KV CTs shall be as per IS:2705 as shown in
the table below :-
Nominal system Highest system Power frequency Lightning Impulse
voltage voltage withstand Voltage withstand Voltage
(for 1 minute) (for 1 minute)
11 KV (rms) 12 KV(rms) 28 KV(rms) 75 KV (peak)
33 KV (rms) 36 KV(rms) 70 KV(rms) 170 KV (peak)

8.2 The exterior of the CTs tank shall be thoroughly cleaned, scraped and giving a primary coat and
two coats of durable oil and weather resisting enamel paint or hot dip galvanized. All steel bolts,
nuts and fasteners exposed to atmosphere, shall be hot dip galvanized conforming to IS: 2633.
8.3 Change in CTs ratio will be obtained by providing tapings in the secondary windings, while the
primary will have only one winding.
8.4 The CTs are required for outdoor application fitted with outdoor type porcelain bushings.
Compound filled bushings are not acceptable. The CTs will be dead tank design. Live tank
designs CTs are not acceptable.
9 TYPE OF MOUNTING:-
The CTs shall be mounted on CT bracket, provided on Circuit Breaker‘s structure. Suitable sized
MS channel/angles welded to the bottom of the tank must be provided for facilitating mounting
of the CTs.
10 TERMINAL CONNECTORS:-
10.1 The terminals of primary and secondary winding shall be clearly marked according to relevant
standards and shall conform to latest version of IS: 5561 or equivalent International Standard.
In respect of the terminal connector following shall be ensured:-
(a) The primary terminals of 11 KV & 33 KV, CTs for transformer and line protection shall
be of non-ferrous corrosion-proof material and shall be provided with suitable pad type
terminals connectors to receive Panther/Dog Conductor.
Sr. Ratio Type of Bi-Metallic Connector
No.
1. 11KV 200-100/5-5A Suitable for Dog Conductor (grove 14.16 mm. dia.)
2. 11 KV 300-150/5-5A Suitable for Panther Conductor (grove 21 mm. dia.)
3. 11KV 600-300/5-5A Suitable for Panther Conductor (grove 21 mm. dia.)
4. 11KV 600-300/5-5-1A Suitable for Panther Conductor (grove 21 mm. dia.)
TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 23 of 61)
5 11KV 400-200/5-5A Suitable for Panther Conductor (grove 21 mm. dia.)
6 33KV 200-100/5-5A Suitable for Dog Conductor (grove 14.16 mm. dia.)
7 33KV 200-100/5-5-1A Suitable for Dog Conductor (grove 14.16 mm. dia.)
8 33KV 300-150/5-5A Suitable for Panther Conductor (grove 21 mm. dia.)

10.2 All above terminal clamps shall be designed adequately to take care of any bimetallic effect.
Terminal connectors shall be tested for short circuit current capability, and temperature rise.
The terminal connector shall also meet the following requirements :-
a) Terminal connectors shall be manufactured by pressure die casting & tested as per
IS:5561.
b) All castings shall be free from blow-holes, surface blisters, cracks and cavities. All sharp
edges and corners shall be blurred and rounded off.
c) No part of the clamp shall be less than 12 mm thick.
d) The nuts, bolts & washers used in the current path shall be hot dipped galvanized
e) The bimetallic strips/ sleeve liner of minimum thickness of 2 mm shall be made by
electroplating process.
f) All current carrying parts shall be designed and manufactured to have minimum contact
resistance.
g) Size of terminal connector for which the clamp is designed and also rated current under
site conditions shall be embossed/ punched on each part of clamps, except hardware.
h) The conductor shall be tightened by at least six bolts of 8/10mm diameter. Conductor hold
length must not be less than 100 mm.
i) The surface of clamps to be tightened by the bolts should be flat in shape, so that it may be
possible to open the nuts and bolts by normal spanners. Therefore, any type of groove in
the clamp body for fixing of nuts should be avoided.
j) The portion of clamp to hold the conductor should be flat and straight and not zig-zag in
construction, at both the sides, so that heating of clamp by throttling action of current may
be avoided.
k) Space of at least 50% of diameter of nuts should be available after each hole at both the
sides of conductor holding portion for better mechanical strength.
10.3 The Tank of each CT shall be provided with two separate GI earthing terminals, which shall
have non painted surface for making bolted connection to 50x10 mm. MS flat to be provided
by the purchaser for connection to station earth mat. Suitable drawing should be submitted
with the bid.
11 STUDS:-
The stud provided on the primary should invariably be made of brass which is tough and
durable. Stud should have adequate cross section/diameter for carrying the rated primary current,
as well as the rated short time current. The minimum required diameter of the brass studs are –
S.No. Current Rating Diameter of Primary stud (Min)
1. 200-100/5-5 A 16 mm.
2. 300-150/5-5A 20 mm.
3. 600-300/5-5A 20 mm.
4. 400-200/5-5A 20 mm.
The length of the primary studs available for clamping the terminals shall not be less than 50
mm. Minimum 2 nuts with a check nut and washer should be provided on upper side of stud.
12 BUSHING:-
The basic insulation level of the bushing shall be as specified and porcelain shall be homogenous
and free from cavities and other flaws. This shall be so designed as to have ample insulation and
mechanical strength. All insulators of identical ratings shall be inter-changeable. Only type
tested insulators shall be provided in the CTs. The bidder is required to furnish type test reports
of all bushings along with the Bid.
13 TESTS:-
(I) Short time current ratings:-
The out door type CTs shall comply with the following requirements in respect of short time
current ratings:-
a) Thermal Ratings :-

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 24 of 61)
Short time thermal current rating assigned to the CTs for the rated time of 1 second shall
be 13.1kA for 11 kV and 18.4kA for 33 kV CTs
b) Dynamic Rating :-
Peak value of the rated dynamic current which CTs can withstand without being
damaged electrically or mechanically with the secondary winding short circuited shall
not be less than 2.5 times the rated short time thermal current.
(II) Temperature Rise :-
Temperature rise of the CTs of outdoor type when carrying a primary current equal to
continuous thermal current, at a rated frequency and at a rated burden, shall not
exceed 45˚C above ambient.
14 TESTS:-
(A) TYPE TEST:-
The CTs shall be fully type tested for the following tests as per IS-2705/1992 with latest
amendment thereof from Independent NABL accredited. Laboratory and the type test
certificates of CT with type tested drawings duly sealed and signed by the Testing Authority
should be submitted invariably with the offer.
a) Short time current tests.
b) Temperature rise test.
c) Lightning Impulse Voltage withstand test.
d) High voltage Power Frequency wet withstand voltage tests
e) Determination of errors according to the requirements of the appropriate accuracy class.
(B) ROUTINE TESTS:-
Each CT shall be subjected to following routine tests as per IS:2705 at the manufacturer works
and test reports in duplicate giving results of these tests shall be submitted for purchaser‘s
approval before dispatch of the equipment. Further, above test results shall be witnessed at the
manufacturer works, if so desired by the purchaser, prior to dispatch of the CTs:-
a) Verification of terminal markings and polarity
b) Power frequency dry withstand tests on primary windings
c) Power frequency dry withstand tests on sec. windings
d) Over-Voltage inter-turn test
e) Determination of errors according to the requirements of the appropriate accuracy class
f) Vacuum and pressure test on one CTs tank of the offered lot as per relevant IS (pressure
rating 0.5 Kg/Sq. cm. for 30 minute).
15 In case of any change in design/ type of CTs already type tested and are offered against this
specification, the purchaser reserves the right to demand repetition of some or all the tests at
any NABL approved Laboratory without any extra-cost.
16 The Purchaser has all the rights to conduct the test including type tests, at his own cost by
an independent agency whenever there is dispute regarding the quality of supply or
interpretation of test results. In the event of supplied goods in such tests, the expenses
incurred in testing shall be to the Supplier's account as already mentioned in case of random
testing. However the purchaser shall have full rights and sole discretion to accept / reject
particular quantities of material supplied in Area Stores of West Discom keeping in view the
quality assurance of the supplied material.
17 RATING & CONNECTION DIAGRAME PLATE:-
The CT shall be provided with a rating plate with dimensions and marking as per the latest
version of IS: 2705/IEC-185. The marking shall be punched/ engraved and not painted. This
rating plate shall also contain purchaser‘s order no. & date, month & year of dispatch,
guarantee period of 36 months and manufacturer`s phone numbers.

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 25 of 61)
SECTION – V
SCHEDULE-I: PRICE AND QUANTITY
TO BE FILED ONLINE IN ENVELOPE- C
WE QUOTED OUR LOWEST RATES AGAINST TENDER SPECIFICATIONS No. MD/WZ/06/PUR/ 1455 AS UNDER: -
Name of Bidder
GST % on total Total FOR
Ex- (Ex works + F&I) Destination Price Bidder
HSN Freight &
Tender Qty Works Total Total GST inclusive of Ex participatin
Sr. / Insurance
Particular Unit Quanti Offere Price (Rs./ Amount works, Freight & g as
No. SAC Charges CGST SGST IGST Insurance Charge
ty d (Rs./ unit (INR) (Regular/ne
Code (Rs./ unit) and GST (Rs./
unit) w bidder)
% % % unit)
1 2 3 4 5 6 7 8 9=7+8 10 11 12 13=9*(10+11+12)% 14= 9+13 15
11 KV, Outdoor type, Single Phase, Oil immersed
1 Current Transformer conforming to IS:2705:1992 and
as per Technical Specification of following Ratio
(i) 11 KV 200-100/5-5 Amp. No 933
(ii) 11 KV 300-150/5-5 Amp. No 1114
(iii) 11 KV 600-300/5-5 Amp. No 31
(iv) 11 KV 600-300/5-5-1 Amp. No 62
33 KV, Outdoor type, Single Phase, Oil immersed
2 Current Transformer conforming to IS:2705:1992 and
as per Technical Specification of following Ratio
(i) 33 KV 200-100/5-5 Amp. No 433
(ii) 33 KV 200-100/5-5-1 Amp. No 42
(iii) 33 KV 300-150/5-5 Amp. No 354
(iv) 33 KV 400-200/5-5 Amp. No 145
Note:-
1. GST Registration Number of Bidder - ……………………………………………………………………..(Enclose copy of Registration Certificate).
2. GST Registration Number of Madhya Pradesh Paschim Kshetra Vidyut Vitran Company limited is - 23AADCM7397N1ZU.
3. The bidder shall fill either rate/value of CGST & SGST or IGST as applicable.
4. The prices are to be filled in strictly in this format only.
5. Responsibility of any lack of clarity leading to confusion will rest with bidders.
6. Rates in various tapering steps shall not be considered.
7. The UNIT of measurement for quoting rate of the item specified in the above Price Bid schedule should be noted carefully before quoting rate(s). The unit shall remain un-changed & applicable as per the above
schedule and quoted rate shall be considered only as per the above specified unit(s) for purpose of comparison as well as placement of order. The bidder shall be bound to accept the same; else EMD shall be
forfeited and if EMD is already exempted, amount equivalent to the EMD required in the tender will have to be deposited to MPPKVVCL Indore otherwise such firm shall be kept disqualified for TWO (2) future
tenders of MPPKVVCL for same/similar item(s), reserving rights of other actions as per provisions of the tender & law of contracts.
8. It is to certify that the relevant portion of input tax credit has been accounted for while quoting the above prices.
9. New bidders are permitted to enter only offered quantity & % GST in price bid and strictly enter ―0.00” against Ex-works Prince and Freight & Insurance Charges..

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 26 of 61)
SECTION - V
SCHEDULE-II
GUARANTEED TECHNICAL PARTICULARS
11 KV AND 33 KV OIL COOLED CURRENT TRANSFORMERS
(TO BE FILED ONLINE IN ENVELOPE- B)
S. Particulars 11 KV 33KV
N. 200-100/5- 300-150/5-5 600-300/5- 600-300/5- 200-100/5-5 200-100/5-5- 300-150/5-5 400-200/5-5
5 Amp Amp 5A 5-1 A Amp 1 Amp Amp Amp
1 Manufacturer‘s name & place
of manufacturing
2 Manufacturer‘s type
designation of CT
3 Rated Voltage (KV) 11KV 33KV
4 Rated Primary Current (Amps)
5 Rated Secondary Current 5Amp 5Amp
(Amp)
6 Short time thermal current for 13.1 KA 18.4 KA
1 sec. (KA)
7 Rated Dynamic Current (KAp)
8 Frequency (Hz)
9 Insulation level (KV/KVp) 28/75 KVp 70/170 KVp
10 Number of cores 2 2 2 3 2 3 2 2
11 Epoxy composition
(i) Resin:-
(a) Make
(b) Type
I Ratio, process of making
(Hot or Cold)
(ii) Filler:-
(a) Make
(b) Type
I Ratio process of making
(Hot or Cold)
(iii) Hardener:-
(a) Make
(b) Type
I Ratio process of making (Hot
or Cold)
12 (A) Protection Core:-
(i) Rated Burden
(ii) Class of accuracy
(iii) ALF
(B) Metering Core :-
(i) Rated Burden
(ii) Class of accuracy
(iii) ISF
(iv) Knee point voltage(Min)
(v) Secondary limiting EMF
(a) Lower Ratio
(b) Higher Ratio
(vi) Composite error
(a) Lower Ratio
(b) Higher Ratio
(vii) Exciting current (A)
(a) Lower Ratio
(b) Higher Ratio
(viii) Secondary Winding resistance at 75 ºC
(a) Lower Ratio
(b) Higher Ratio
TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 27 of 61)
S. Particulars 11 KV 33KV
N. 200-100/5- 300-150/5-5 600-300/5- 600-300/5- 200-100/5-5 200-100/5-5- 300-150/5-5 400-200/5-5
5 Amp Amp 5A 5-1 A Amp 1 Amp Amp Amp
13 No. of secondary turns/cross
section
14 No. of primary turns/cross
section
15 Winding material:-
(i) Primary Copper
(ii) Secondary Copper
16 Rated continuous current
17 Class of insulation
18 Thickness of sheet steel
enclosure of CT (mm)
19 Weight of CT after epoxy
molding (Kg)
20 Gasket used 3 mm (min.) Jointless 3 mm (min.) Jointless
21 Weight/Qty. of oil used (Ltr)
22 Total weight of CT with
enclosure, bushing, oil (as
applicable) etc. (Kg)
23 Dimensions of CT:-
(a) Length
(b) Width
(c) Height
24 Size of base channel
25 Vertical height between
bottom of the terminal to the
base of the mounting plate
26 Provision of 2 nos. Bimetallic Dog Panther Panther Panth Dog Dog Panther Panther
Terminal connector suitable er
for ACSR Conductor
27 Size of Primary studs 16 mm 20 mm 20 mm 20 16 mm 16 mm 20 mm 20 mm
mm
28 Size of Secondary studs 6 mm 6 mm
29 Make of HV bushing & its
creepage distance

Signature of Bidder with Seal of Firm :


Place- Name (in full) :
Date- Designation :

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 28 of 61)
SECTION - V
SCHEDULE – III (A): GENERAL INFORMATION
(TO BE FILED ONLINE IN ENVELOPE-B)

Please furnish desired details. Strike off, whichever is not applicable. Use separate
sheets wherever necessary and enclose the same as Annexure.

Sr.
Particulars Details
No.
1 Name & Address of the Bidder
a) Registered office
b) Factory/ works address
c) Telephone Nos. / Mobile No.
d) Fax Nos.
e) E-mail address
Confirm whether bidder is
2
participating as a Manufacturer.
If bidder is the manufacturer, fill
3
following details
a) Address of factory
b) Year of starting manufacture
Whether the same /similar material
c) Yes / No
manufactured earlier
d) Yearly/monthly production capacity
Maximum yearly production achieved
e)
so far
4 Whether the firm is an MP SSI Unit Yes / No (if yes, fill following details)
a) Registration No.
b) Items of registration
c) Period of registration
Whether the bidder is old participant Yes / No (if yes, furnish the details in
5
with MPPKVVCL. respective schedule)
Any other information that bidder may
6
like to
7. Please confirm whether you have Yes/No.
participated as a New Bidders bidder for
trial order.

Signature of Bidder with Seal of Firm:


Place- Name (in full):
Date- Designation:

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 29 of 61)
SECTION - V
SCHEDULE – III (B): COMMERCIAL INFORMATION
(TO BE FILED ONLINE IN ENVELOPE-B)
Please furnish desired details. Strike off, whichever is not applicable. Use separate
sheets wherever necessary. Please enclose the extra sheets as Annexure

Sr. No. Particulars Details


1 Earnest Money details
a) Online payment details
b) Amount of EMD (in Rs.)
Any exemption from EMD (if yes, please mention under
which category exemption is sought i.e. SSI Unit of
c)
M.P./small Scale unit registered with NSIC/Fully owned
Stated/Central Govt. Unit etc.)
Whether the offer is valid for 180 days from the date of
2 Yes / No (If no, state validity period)
opening of commercial / Technical bid.
3 Mode of Despatch
(Please refer to General Terms &
Security Deposit: -
Conditions & Special Terms &
4 Please indicate details of Security Deposit, as would be
Condition of Purchase for details, and
applicable to the bidder.
fill in the response accordingly)
a) Normal SD @ 10 % shall be deposited, OR
Concessional SD as applicable to SSI units of MP shall be
b)
deposited (Please attach proof).
5 Please furnish GST Registration Number of your firm.
a) GST Registration Number & its validity date
6 Bank details for the purpose of payment through RTGS
a Bank Name & address
b Branch Name
c A/c No.
d IFSC Code
They do not anticipate change in the ownership during the
7 proposed period of contract, (if such a change is anticipated,
the scope and effect thereof shall be defined).
8 HSN Code
9 GST Registration number
Details of Tax quoted (Whether exemption or concessional
10
rate support with necessary document)
a SGST
b CGST
c IGST
Place- Signature of Bidder with Seal of Firm:
Date- Name (in full):
Designation:

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 30 of 61)
SECTION - V
SCHEDULE – III (C): TECHNICAL INFORMATION
(TO BE FILED ONLINE IN ENVELOPE-B)

Please furnish desired details. Strike off, whichever is not applicable. Use separate
sheets wherever necessary. Please enclose the extra sheets as Annexure
Sr.
Particulars Details
No.
1 Performance Certificates Attached Yes / No
2 Pamphlets/technical details, literatures Attached Yes / No
Test Certificates as desired in the
3 Attached Yes / No
Section-III Technical Specifications.
In case bidder is Manufacturer, details
4 of manufacturing equipments and short Attached Yes / No
history of plant.
In case bidder is Manufacturer, details
5 of manufacturing process furnished with Attached Yes / No
offer
If yes, give details
If no, indicate approved lab
6 Availability of testing facilities available in surrounding areas
where tests are proposed to be
conducted.
7 BIS licence number & its validity

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 31 of 61)
SECTION-V
SCHEDULE – IV: PAST EXPERIENCE
(TO BE FILED ONLINE IN ENVELOPE-B)

Please furnish desired details. Use separate sheets wherever necessary. Please
enclose the extra sheets as Annexure

Bidder‟s Name & Address: …………………………………………………………….

To,
The Chief Engineer (Purchase)
O/o MD (West Zone)
MPPKVV Co. Ltd.,
G.P.H. Compound, Pologround Indore.

Sub: - Performance / past experience.

Dear Sir,
We furnish herewith the record of our performance and experience of quoted items
as follows: -
Size wise
Order No. quantity Reasons for
Purchaser‟s and Date Value pending for non
Sr. Ordered Quantity
Name and placed of execution Completion
No. Quantity supplied
Address during last Order within of order, if
5 years delivery any
schedule
1 2 3 4 5 6 7 8

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

Note: - Photocopy of the order & performance report received from other State Electricity
Companies/Govt. undertaking etc. should be enclosed.

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 32 of 61)
SECTION-V
SCHEDULE –V (A): COMMERCIAL DEVIATIONS
(TO BE FILED ONLINE IN ENVELOPE-B)

If bidder desires to take any commercial deviation from the terms & conditions
of the tender, it should be mentioned specifically in this deviation schedule. Unless
commercial deviations are mentioned in this deviation schedule, the same will not be
taken into consideration.

Bidder‟s Name & Address: …………………………………………………………….

To,
The Chief Engineer (Purchase)
O/o MD (West Zone)
MPPKVV Co. Ltd,
G.P.H. Compound, Pologround Indore.

Sub: - Commercial Deviation

Dear Sir,
The Commercial Deviation & Variation to the specification stipulated in the tender,
for the items quoted, as under: -
Clause No. Page No. of Statement of
Sr.
Condition of Tender Tender Deviation and
No.
Document Document Variations
1 2 3 4 5

Except aforesaid deviations, the entire order, if placed, on us shall be executed in


accordance with your specifications and any other conditions, variations/deviations etc. if
found, elsewhere in our offer should not be given any consideration while finalizing the
tender.

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

Note: - Continuation sheet of like size & format may be used as per bidder‘s requirement
and be enclosed as Annexure.

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 33 of 61)
SECTION-V
SCHEDULE –V (B): TECHNICAL DEVIATIONS
(TO BE FILED ONLINE IN ENVELOPE-B)

If bidder desires to take any technical deviation from the terms & conditions of
the tender, it should be mentioned specifically in this deviation schedule. Unless
technical deviations are mentioned in this deviation schedule, the same will not be
taken into cognizance.

Bidder‟s Name & Address: ………………………………………………………….

To,
The Chief Engineer (Purchase)
O/o MD (West Zone)
MPPKVV Co. Ltd.,
G.P.H. Compound, Pologround Indore.

Sub: - Technical Deviations.

Dear Sir,
The Technical Deviations & variations to the specifications stipulated in the tender,
for the item quoted are, as under: -
Clause No. Page No. of Statement of
Sr.
Condition of Tender Tender Deviation and
No.
Document Document Variations
1 2 3 4 5

Except aforesaid deviations, the entire order, if placed, on us shall be executed in


accordance with your specifications and any other conditions, variations/deviations etc. if
found, elsewhere in our offer should not be given any consideration while finalizing the
tender.

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:
Note: - Continuation sheet of like size & format may be used as per bidder‘s requirement
and be enclosed as Annexure.

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 34 of 61)
SECTION-V
SCHEDULE – VI
DETAILS OF QUANTITY OFFERD
(TO BE FILED ONLINE IN ENVELOPE-B)

Bidder‟s Name & Address: ………………………………………………………….

To,
The Chief Engineer (Purchase)
O/o MD (West Zone)
MPPKVV Co. Ltd.,
G.P.H. Compound, Pologround Indore.

Sub: - Details of Quantity offered.

Quantity
Quantity
Offered by
Offered by
New firm @
Sr. Tender quantity regular firm @
Particulars 7.5% (Min.)
No. (Nos.) 35% (Min.) of
of the tender
the tender qty.
qty.
(Nos.)
(Nos.)
11 KV, Outdoor type, Single Phase,
Oil immersed Current Transformer
1 conforming to IS:2705:1992 and as
per Technical Specification of
following Ratio
(i) 11 KV 200-100/5-5 Amp. 933
(ii) 11 KV 300-150/5-5 Amp. 1114
(iii) 11 KV 600-300/5-5 Amp. 31
(iv) 11 KV 600-300/5-5-1 Amp. 62
33 KV, Outdoor type, Single Phase,
Oil immersed Current Transformer
2 conforming to IS:2705:1992 and as
per Technical Specification of
following Ratio
(i) 33 KV 200-100/5-5 Amp. 433
(ii) 33 KV 200-100/5-5-1 Amp. 42
(iii) 33 KV 300-150/5-5 Amp. 354
(iv) 33 KV 400-200/5-5 Amp. 145

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 35 of 61)
SECTION-V
SCHEDULE – VII
DETAILS OF TYPE TESTS CONDUCTED
(TO BE FILED ONLINE IN ENVELOPE-B)

Bidder‟s Name & Address: ………………………………………………………….

To,
The Chief Engineer (Purchase)
O/o MD (West Zone)
MPPKVV Co. Ltd.,
G.P.H. Compound, Pologround Indore.

Sub: - Details of Type Test.

Place and
Sr. Test Report Test Report
Name of Test Institution where
No. No. Date
tested
1 11 KV CT
(i) 11 KV 200-100/5-5 Amp.

(ii) 11 KV 300-150/5-5 Amp.

(iii) 11 KV 600-300/5-5 Amp.

(iv) 11 KV 600-300/5-5-1 Amp.

2 33 KV CT
(i) 33 KV 200-100/5-5 Amp.

(ii) 33 KV 200-100/5-5-1 Amp.

(iii) 33 KV 300-150/5-5 Amp.

(iv) 33 KV 400-200/5-5 Amp.

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 36 of 61)
SECTION-V
SCHEDULE – VIII
SCHEDULE OF FINANCIAL INFORMATION
(TO BE FILED ONLINE IN ENVELOPE-B)

Bidder‟s Name & Address: ………………………………………………………….

To,
The Chief Engineer (Purchase)
O/o MD (West Zone)
MPPKVV Co. Ltd.,
G.P.H. Compound, Pologround Indore.

Sub: - Financial Information.

Sr. Annual Turn over


Years
No. (In ` Lacs)

1 2014-15
2 2015-16
3 2016-17
4 2017-18
5 2018-19
Average

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 37 of 61)
SECTION-V
SCHEDULE – IX
DECLARATION/UNDERTAKING BY THE TENDERER
The following declaration/Undertaking must be submitted by all the bidders on non-
judicial stamp paper worth Rs.100/- duly notarized

To be filled up, sealed and signed by Sole Proprietor/ Partner/ Director(s) only

(A) “Regarding Conflicting Interest ”

I /We……………………… sole proprietor / partner / Director ……………..


of M/s,……………………undertake that :

1. I/We do not fall under the category of a related party pursuant to the provisions of
section 2(76) of the Companies Act, 2013 and rules made thereunder in any other
party/firm/company participating in tender No. -------- of Purchaser due for opening
on ____/____/20___ for procurement of ------------------------.
2. I/We alongwith my relatives are not interested as a member/shareholder and does not
hold 20% or above capital/interest/shareholding in aggregate in any other
party/firm/company participating in tender No. -------- of Purchaser due for opening
on ____/____/20___ for procurement of ------------------------.
3. Neither the participating company nor any other company participating in tender No.
-------- of Purchaser due for opening on ____/____/20___ for procurement of ---------
---------------falls under the purview of ‗associate company‘ as defined under section
2(6) of the Companies Act, 2013 and amendments thereto.
Note:
a. (76) "related party", with reference to a company, means—
(i) a director or his relative;
(ii) a key managerial personnel or his relative;
(iii) a firm, in which a director, manager or his relative is a partner;
(iv) a private company in which a director or manager or his relative is a member or
director;
(v) a public company in which a director or manager is a director and holds along with
his relatives, more than two per cent of its paid-up share capital;
(vi) any body corporate whose Board of Directors, managing director or manager is
accustomed to act in accordance with the advice, directions or instructions of a
director or manager;
(vii) any person on whose advice, directions or instructions a director or manager is
accustomed to act:
Provided that nothing in sub-clauses (vi) and (vii) shall apply to the advice,
directions or instructions given in a professional capacity;
(viii) any body corporate which is—
(A) a holding, subsidiary or an associate company of such company;
(B) a subsidiary of a holding company to which it is also a subsidiary; or
(C) an investing company or the venturer of the company;";
Explanation.—For the purpose of this clause, ―the investing company or the venturer
of a company‖ means a body corporate whose investment in the company would
result in the company becoming an associate company of the body corporate.]
(ix) such other person as may be prescribed.
For the purposes of sub-clause (ix) of clause (76) of section 2 of the Act, a
director 1other than an independent director or key managerial personnel of the

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 38 of 61)
holding company or his relative with reference to a company, shall be deemed to be
a related party.
b. "associate company", in relation to another company, means a company in which
that other company has a significant influence, but which is not a subsidiary
company of the company having such influence and includes a joint venture
company.
Explanation.—For the purpose of this clause,—
(a) the expression "significant influence" means control of at least twenty per cent. of
total voting power, or control of or participation in business decisions under an
agreement;
(b) the expression "joint venture" means a joint arrangement whereby the parties that
have joint control of the arrangement have rights to the net assets of the arrangement.
c. This undertaking /declaration shall be signed by all the partners of the firm or
Whole-time Chairman/ Whole Time Directors/ all Directors in case of a private
limited company except Independent and Nominee Directors of the company,
participating in the tender.
d. Updated list of Partners/Directors with designation and other directorships, list of
shareholders/members of the company should be submitted by all the companies
alongwithnamewise details of shares held by directors and their relatives. In case, of listed
companies, latest shareholding pattern (complete set) should be submitted indicating
namewise details of shares held by directors and their relatives.

(B) “Regarding Black listing/ Debarring of the firm ”


We hereby undertake and submit the declaration that our firm/company is not debarred /
black listed for future business with the MPSEB/ Purchaser/other Discom of M.P.
In case, at any stage if the above declaration is found false or incorrect, the Purchaser shall
be free to take any punitive / legal action against us, as may be deemed fit, which shall be
acceptable / binding on us and the consequences shall be to our account.

(C) “Regarding information/details given”


I/We,…………………………………………, the Sole Proprietor / Partner(s)/
Director(s) of M/s……………………………………, participating in the bidding process
against tender No……………………………………… undertake that I/We am/are not
interested as a proprietor and/or partner in any other firm and/or Director in any other
company participated in the tender for procurement of……………………………., and
specifically undertake that our firm/Company
(i) Not follow & shall not follow unethical/unfair/fraudulent practice in any manner.
(ii) Has no conflict of interest with any bidder/firm participating in the tender.
(iii) Not concealing any material information.
(iv) Not given any misleading fact or statement in the offer/bid submitted against the
tender.
(v) Has not been debarred/ blacklisted for future business with Purchaser/other Discom of
MP.
Further, the MPPKVCCL will have full right to cancel the order, if awarded and forfeit the
EMD/Bid Security & Performance Guarantee as applicable in the event of the above
condition/situation is observed, even at a later date i.e. after opening of Price Bid / award of
order.

SIGNATURE OF TENDER
NAME IN FULL
DESIGNATION / STAUS IN THE FIRM
COMPANY SEAL

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 39 of 61)
SECTION-V
SCHEDULE – X
SCHEDULE OF SUPPLY DURING LAST FIVE FINANCIAL YEARS

(TO BE FILED ONLINE IN ENVELOPE-B)

Bidder's Name & Address: -

To,
The Chief Engineer (Purchase)
O/o MD (WZ), M.P.P.K.V.V. Co. Ltd.,
G.P.H. Campus, Pologround,
Indore

Sub: - Details of supply during last Five financial years.

Dear Sir,

Details of supply made by us of Current Transformers during last three


financial years, as under: -

Agency to No. of Date of


Sr. Quantity
Financial year Rating whom MRC issued by
No. supplied
Supplied consignee
(1) (2) (3) (4) (5) (6)
1 2015-2016
2 2016-2017
3 2017-2018
4 2018-2019
5 2019-2020

Please ensure that above information must be verified and certified by the
Chartered Accountant and supported by the documentary evidences as mentioned
in above clauses failing which the firm may not be considered for opening of Price
Bid.

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 40 of 61)
SECTION-V
SCHEDULE – XI
CHECK LIST
(TO BE FILED ONLINE IN ENVELOPE-B)
Sr.
Check List Item Options Answer
No.
Whether ―Earnest Money Deposit‖ of specified amount is paid online and the
1 Yes / No
documentary evidence is uploaded online in Envelope-A.
Whether scan copy of NSIC / SSI / DIC /MSME/Udyog Adhar/ COMPETENCY
2 Yes / No
Certificate is uploaded online in Envelope-A.
Whether Certificate of unconditionally agreed to the clauses of the tender is uploaded
3 online in Envelope-B
Yes / No
4 Whether the scan copy of duly signed ―Tender Form‖ is uploaded online in Envelope-B Yes / No
5 Schedule-II (A): GTP duly filled and uploaded online in Envelope-B Yes / No
6 Schedule-II (B) : Source of Material duly filled and uploaded online in Envelope-B Yes / No
7 Schedule-III (A) General Information duly filled and uploaded online in Envelope-B Yes / No
8 Schedule-III (B) Commercial Information duly filled and uploaded online in Envelope-B Yes / No
9 Schedule-III(C) Technical information duly filled and uploaded online in Envelope-B Yes / No
10 Schedule-IV Schedule of past experience duly filled and uploaded online in Envelope-B Yes / No
Schedule-V (A) Schedule of Commercial Deviation duly filled and uploaded online in Yes / No
11 Envelope-B
Schedule-V (B) Schedule of Technical Deviation duly filled and uploaded online in Yes / No
12 Envelope-B
13 Schedule-VI Details of Quantity Offered duly filled and uploaded online in Envelope-B Yes / No
14 Schedule-VII Details of Type Tests duly filled and uploaded online in Envelope-B Yes / No
15 Schedule-VIII Financial Information duly filled and uploaded online in Envelope-B Yes / No
Schedule-IX scan copy of Undertaking on stamp worth Rs. 100/- duly filled and Yes / No
16
uploaded online in Envelope-B
Schedule-X Supply during last three financial years duly filled and uploaded Yes / No
17
online in Envelope-B
Whether scan copy of GST exemption certificate (if applicable) uploaded online Yes / No
18
in Envelope-B
Whether scan copy of documentary evidence in respect of bidder is a Yes / No
19
Manufacturer is uploaded online in Envelope-B
Whether scan copy of documentary evidence in respect of bidder is an authorized Yes / No
20
dealer is uploaded online in Envelope-B
Whether scan copy of appropriate type test certificate is uploaded online in Yes / No
21
Envelope-B
Whether scan copy of P&L Accounts of last 3 year are uploaded online in Yes / No
22
Envelope-B
Whether scan copy of Balance Sheets of last 3 year are uploaded online Envelope- Yes / No
23
B
Whether the scan copy of list of plants & equipments is uploaded online in Yes / No
24
Envelope-B
25 Whether the scan copy of Testing equipments is uploaded online in in Envelope-B Yes / No
Whether the scan copy of BIS Licences (if applicable) is uploaded online in Yes / No
26
Envelope-B
Whether the scan copy of Past orders in support of supply criteria is uploaded Yes / No
27
online in Envelope-B
Schedule-I: Price bid is duly filled in and digitally signed by the signatory Yes / No
28
authority & uploaded online only in Envelope-C
29 The schedule-XI i.e., Check List uploaded online in Envelope-B Yes / No
30 Whether the physical offer except price bid is submitted. Yes / No

**************

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 41 of 61)
SECTION-VI
PRICE VARIATION FORMULA
PRICE VARIATION FORMULA FOR INSTRUMENT TRANSFORMERS BELOW 72.5 KV
(Current and Potential Transformers designed for operation on system voltage below 72.5 KV)
The price quoted/ confirmed is based on the cost of raw materials/ components and labour
cost as on the date of quotation and the same is deemed to be related to prices of raw
materials/ components and all India average consumer price index number for industrial
workers as specified in the price variation clause given below. In case of any variation in
these prices and Index number, the price payable shall be subject to adjustment up or down
in accordance with the following formula :-

Po { C ES IS ER TB W
P = 18 +18 +20 +10 +12 +09 +13 }
100 Co ESo ISo ERo TBo Wo

Wherein,
P = Price payable as adjusted in accordance with above formula.
Po = Price quoted/ confirmed
Co = Average LME settlement price of copper wire bars (refer notes).
This price is as applicable for the month, two months prior to the date of tendering.
ESo = C&F price of CRGO Electrical Steel Sheets (refer note)
This price is as applicable on the 1st working day of the month, one month prior to the
date of tendering.
ISo = Wholesale price index of ‗Ferrous Metals (Base: 2004-05=100)‘ (refer note)
This index number is as applicable for the week ending 1st Saturday of the month,
three months prior to the date of tendering.
ERo = Price of Epoxy Resin (refer notes).
This price is as applicable on the 1st working day of the month, one month prior to the
date of tendering.
TBo = Price of Transformer Oil Base Stock (refer notes).
This price is as applicable on the 1st working day of the month, two months prior to
the date of tendering.
Wo = All India average consumer price index number for industrial workers, as published
by the Labour Bureau, Ministry of Labour, Govt. of India (Base 2001=100).
This index number is as applicable on the 1st working day of the month, three months
prior to the date of tendering.
For example, if the date of tendering falls in October 2008, the applicable prices of Copper
Wire Bars (Co) and Transformer Oil Base Stock (TBo) should be for the month of August
2008, where as the applicable price of CRGO Electrical Steel Sheets (ESo) and Epoxy Resin
(ERo) should be as on 1st September 2008 and Wholesale price index number for ‗Ferrous
Metals‘ (ISo) should be for the week ending 1st Saturday of July 2008 and all India average
consumer price index number (Wo) should be for the month of July 2008.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 42 of 61)
The above prices and indices are as published by IEEMA vide circular reference number
IEEMA(PVC)/CTPT/_/_ prevailing as on first working day of the month i.e. one month
prior to the date of tendering.
C = Average LME settlement price of copper wire bars (refer notes).
This price is as applicable for the month, two months prior to the date of delivery.
ES = C&F price of CRGO Electrical Steel Sheets (refer note)
This price is as applicable on the 1st working day of the month, one month prior to the
date of delivery.
IS = Wholesale price index of ‗Ferrous Metals (Base: 2004-05=100)‘ (refer note)
This index number is as applicable for the week ending 1st Saturday of the month,
three months prior to the date of delivery.
ER = Price of Epoxy Resin (refer notes).
This price is as applicable on the 1st working day of the month, one month prior to the
date of delivery.

TB = Price of Transformer Oil Base Stock (refer notes).


This price is as applicable on the 1st working day of the month, two months prior to
the date of delivery.
W = All India average consumer price index number for industrial workers, as published
by the Labour Bureau, Ministry of Labour, Govt. of India (Base 2001=100).

This index number is as applicable on the 1st working day of the month, three months
prior to the date of delivery.
For example, if the date of delivery in terms of clause given below falls in December 2008,
the applicable prices of Copper Wire Bars (C) and Transformer Oil Base Stock (TB) should
be for the month of October 2008, where as the applicable price of CRGO Electrical Steel
Sheets (ES) and Epoxy Resin (ER) should be as on 1st November 2008 and Wholesale price
index number for ‗Ferrous Metals‘ (IS) should be for the week ending 1st Saturday of
September 2008 and all India average consumer price index number (W) should be for the
month of September 2008.
The ―date of delivery‖ is the date on which the switchgear equipment is notified as being
ready for inspection/despatch. (In the absence of such notification the date of manufacturer‘s
dispatch note is to be considered as the date of delivery) or the contracted delivery date
(including any agreed extension thereto), whichever is earlier.
Notes: (a)All prices of raw materials are exclusive of modvatable excise/CV duty amount
and exclusive of any other central, state or local taxes, octroi etc. Instrument
transformer manufacturers import major raw material like copper, CRGO
Electrical Steel Sheets and TOBS etc. The landed cost of these imported raw
materials includes applicable custom duty exclusive of modvatable CVD.
(b) All prices are as on first working day of the month.

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 43 of 61)
SECTION-VII
GENERAL INSTRUCTIONS TO BIDDERS
The Chief (Purchase), O/o MD (West Zone), M. P. P. K. V. V. Co. Ltd., Indore on
behalf of “The Madhya Pradesh Paschim Kshetra Vidyut Vitaran Co. Ltd.,
Indore” here-in-after referred to as “Company”, will receive online sealed tenders /
bids for supply of materials / equipments as per the specifications, at various
places of M. P. Paschim Kshetra Vidyut Vitaran Co. Ltd., Indore.
1. GENERAL
(i) The bidders are requested to ensure that they furnish the Envelope–A, B & C
appropriately online which should be DIGITALLY signed. Bidder should also
submit physically the Part-I & II of offer duly signed and stamped. They should also
submit a signed copy of complete tender document alongwith physical offer. Any
correction / overwriting should be signed by the bidder. An offer with correction /
overwriting without signature of the bidder is likely to be rejected.
(ii) The Bidders should also note that in absence of any of the duly filled schedules
online, along with supporting documents their offer is likely to be rejected. The
Bidders are requested to ensure that all required schedules duly filled-in, are
submitted with the physical offer
(iii) Transfer of the documents purchased online by one bidder to any other bidder is not
permissible, If ―the tender document purchased online by one bidder‖ is being
submitted by another bidder then the offer shall be rejected outrightly.
(iv) The submission of a tender by the bidder implies that he has read and accepted the
instructions, conditions of the contract and made himself aware of the scope and
specifications of the work to be done/ supplies to be made. The company will not,
after acceptance of contract rate, pay extra charges for any reason whatsoever, in
case the bidder is found later to have misjudged any condition(s).
(v) It is necessary to purchase the tender documents online from e-portal
http://www.mpetenders.gov.in
2. EARNEST MONEY
The bidder shall deposit the Earnest Money vis-à-vis the value of the tender offered as per
the table given below:-
NIT Value Earnest Money
Upto INR 50,000. Nil
Above INR 50,000. @1% of tender value, subject to minimum
INR 1,000 and maximum INR 1 lac.
i. No offer will be accepted without Earnest Money Deposit, unless exempted by
the Purchaser. If on opening of tender any discrepancy in EMD amount is noticed,
the offer shall be rejected.

ii. The required amount of EMD shall be accepted through online payment only as per
the clause No. 8 of the ―GUIDELINES TO BIDDERS FOR IMPLEMENTATION
OF E-PROCUREMENT SYSTEM‖. The Bidders are required to invariably upload
the valid documentary evidence of submission of online EMD (or EMD Exemption
Certificate if applicable) in Envelope-A without which online offer i.e., Envelopes-B
& C shall not be opened.
iii. The EMD validity shall be up to 180 days from the next day of the final bid
submission date i.e. bid deadline and with a claim period of another 30 days. For all
tendering modes and methods, EMD shall be submitted by bidders in a separate
envelope along with the bid, which should be opened prior to the opening of the
Techno-commercial and Financial proposal. In absence of EMD, Techno-

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 44 of 61)
commercial and Financial proposal shall be treated as unresponsive and the same
shall be retained with the Purchaser.
iv. The following are exempted from payment of EMD:
– SSI Units of Madhya Pradesh permanently registered with DIC/NSIC shall be
exempted from payment of EMD. The registration should be valid on the date of
opening of tender. The SSI Units registered with UDHYOG ADHAR/MSME shall
also be exempted from payment of EMD and their registration certificate should be
valid on the date of opening of tender.
– Small Scale Units registered with NSIC:- The Small Scale Units permanently
registered with NSIC, whose registration certificate is valid for the item quoted on
due date of opening of commercial and technical bid shall be entitled for exemption
from EMD. The renewal/amendment of certificate should not be more than 3 years
old from the due date of opening of tender otherwise EMD has to be furnished by
the bidder.
– The Medium/Large Scale Manufacturing Units, located in Madhya Pradesh (other
than SSI/ Ancillary Units to MPSEB and Govt. undertakings) are permitted to
furnish the EMD @50% of the rates prescribed above. Here also permanent
registration is a must in respect of specified item against the tender.
– Fully owned State/Central Govt. manufacturing units, if 100% shares are held by the
respective Govt. for which documentary evidence must be furnished with the offer.
– The photocopy of the NSIC/SSI Registration Certificate for the tendered items duly
notarized/attested by G.M./Manager, DIC of the area/ any officer of Discom not
below the rank of E.E. shall be furnished with the offer. In case of unattested/un-
notarized copy, the original certificate should be produced at the time of tender
opening for verification.
v. Forfeiture of Earnest Money Deposit:
The EMD may be forfeited:-
a) If a bidder withdraws or revokes its bid during the period of bid validity specified by
the bidder;
b) If a bidder modifies its bid in any manner after its opening but before the validity of
the bid expires;
c) If a bidder does not accept the arithmetical corrections of its bid price;
d) In the case of successful bidder, if the bidder fails to furnish the performance
security within the prescribed time.
e) In case, the bidder withdraws his offer during the validity period, after placement of
order, the EMD shall be forfeited.
vi. Return of earnest money to bidders.
a) EMD shall be returned to the unsuccessful bidders, as soon as possible, after the
tender is decided.
b) EMD of bidders on whom the orders have been

3. TAXES AND DUTIES


Bidders are requested to refer Section-VIII - General Terms & Conditions of
Purchase, regarding applicable taxes and statutory levies, and quote the prices
accordingly.
4. DISCOUNT
There is no provision in the price schedule for quoting any sort of discount. If the
bidder intent to quote any discount, it must be considered only while quoting rate in
schedule-I (Price & Quantity). Discount mentioned anywhere in the offer shall not
be considered at all for comparison purpose.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 45 of 61)
5. AMENDMENT IN SPECIFICATION
The Company may revise or amend the specification, prior to the date notified for
opening of tender. Such revision / amendment, if any, will be communicated only
through Amendment / Addendum to the tender on e-portal
http://www.mpetenders.gov.in.

6. BIDS RECEIVED BY MESSENGER


The offer shall be received online only and no physical offer shall be accepted.

7. TELEFAX BIDS
Telefax / E-mail offers will not be considered under any circumstances.

8. DELAYED / LATE BIDS


The Company shall not assume any responsibility for any delays towards late
submission of online Bid. No extension in time shall be granted on such grounds.

9. ALTERNATIVE BIDS
Bid should be submitted online as per intent of tender documents; any alternative
offers are liable to be rejected.

10. MISTAKES IN BIDS


If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and total price
shall be corrected. In case of ambiguity between rates in figures and words, the
amount quoted in words would generally prevail. However, company may, in its
sole discretion, take any other interpretation which appears reasonable considering
facts and circumstances of the case in totality, or reject such offers.
The UNIT of measurement for quoting rate of the item specified in the Price &
Quantity schedule (Price Bid) should be noted carefully before quoting rate(s). The
unit shall remain un-changed & applicable as per the price schedule and quoted rate
shall be considered only as per the specified unit(s) for purpose of comparison as
well as placement of order. The bidder shall be bound to accept the same; else EMD
shall be forfeited and if EMD is already exempted, amount equivalent to the EMD
required in the tender will have to be deposited to MPPKVVCL Indore otherwise
such firm shall be kept disqualified for TWO (2) future tenders of MPPKVVCL for
same/similar item(s), reserving rights of other actions as per provisions of the tender
& law of contracts.

11. LUMP SUM BASED BIDS


In case prices for some items or all items are given as a lump sum, instead of unit
prices as required in the tender specifications, Company can summarily reject such
incomplete tender.

12. PRINTED TERMS & CONDITIONS IN BIDS


Supplier‘s printed Terms & Conditions will not be considered as forming part of the
tender under any circumstances.

13. ALTERATION/ CORRECTION IN BIDS


No alteration/correction in the tender document will be permitted.

14. INCOMPLETE BIDS


Tender which is incomplete or obscure is liable for rejection.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 46 of 61)
15. ACCEPTANCE OF PART / WHOLE BIDS-RIGHTS THEREOF
Company reserves the right to accept/reject wholly or partly any tender without
assigning any reason whatsoever. The Company in this regard shall not entertain any
correspondence.
16. AMBIGUITIES IN CONDITIONS OF BIDS
In case of ambiguous or self contradictory terms/conditions mentioned in the bid,
interpretation as may be advantageous to the Company may be taken without any
reference to the tenderer.

17. DISQUALIFICATION OF BIDS


A bid which gets opened before the due dates as a result of improper or no
indication having been given on the cover to indicate that it is a tender, will be
disqualified. Bidders will not be permitted to change the substance of his tender on
post interpretation/improper understanding grounds. This includes post tender price
changes/modifications etc. after opening of Price Bid. In such events, otherwise, i.e.,
when a bidder does not comply, tender will be rejected.

18. LANGUAGE OF BIDS


All tenders should be filled in English language only.

19. INFORMATION & QUESTIONNAIRE SUBMISSION


Questionnaires for various information to be furnished by bidders are enclosed with
the ―Tender‖ as Schedule-III Part A, B and C (for general, commercial & technical
details). It is compulsory on the part of the bidder to furnish all details as per the
Schedules. In case, the same are not filled up and upload online with the tender, the
bid is likely to be rejected.
In addition, a check list is attached (Schedule-XI) with the tender document. Bidders
are requested to fill it carefully to ensure that there are no shortcomings in the
documents being submitted. Duly filled-up checklist must be upload online with the
Part II - Technical & Commercial bid.

20. DEVIATIONS FROM TERMS / CONDITIONS


Offers with deviation in the terms of payment, liquidated damages, security deposit
and performance guarantee are liable to be rejected outright.
Should the bidder desire to depart from other conditions and/or technical
specifications in any respect, he shall draw attention to such deviations as per
Schedule V part ―A‖ and ―B‖ stating fully the reasons thereof. Unless this is done,
these conditions and specifications will hold good, as acceptable to the bidder.
It may clearly understood that, even if deviations have been mentioned anywhere in
the offer, the same shall not be taken in to cognizance unless the same are
specifically mentioned in the deviation schedule(s). Deviation Schedules must be
duly stamped & signed (even when all Terms & Condition acceptable).

21. PAST EXPERIENCE


Bidders having past experience in manufacture and supply of tendered material
should furnish the list of supplies made (along with order copies) during the last
5 years for the materials supplied by them, as per enclosed ―Schedule-IV‖. A
certificate in this regard from the organization to which supply is made in the past
shall have to be furnished along with the offer, failing which the tender may not get
any preference for his past experience.

22. PROCEDURE FOR SUBMISSION OF BIDS


(i) The tender shall be submitted in three (3) parts: -

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 47 of 61)
(A) The bidders have to upload following documents online in Envelope – A as per key
dates: -
The Bidders are required to invariably upload the valid documentary evidence of
submission of online EMD (or EMD Exemption Certificate if applicable) in
Envelope-A without which online offer i.e., Envelopes-B & C shall not be opened.
(B) The bidders have to upload following documents online in Envelope – B as per key
dates: -
(i) Following certificate: -
It is certified that we unconditionally agreed to the following clauses of
tender specification: -
(i) PAYMENT TERMS : AGREED.
(ii) SECURITY DEPOSIT : AGREED.
(iii) PENALTY : AGREED.
(iv) PERFORMANCE GUARANTEE : AGREED.
(ii) Tender Form - upload duly sealed, signed & dated scan copy
(iii) Schedule-II Guaranteed Technical Particular
(iv) Schedule-III (A) General Information
(v) Schedule-III (B) Commercial Information
(vi) Schedule-III (C) Technical information
(vii) Schedule-IV Schedule of past experience
(viii) Schedule-V (A) Schedule of Commercial Deviation
(ix) Schedule-V (B) Schedule of Technical Deviation
(x) Schedule-VI Details of Quantity Offered
(xi) Schedule-VII Details of Type Tests
(xii) Schedule-VIII Financial Information
(xiii) Schedule-IX Undertaking
(xiv) Schedule-X Supply during last three financial years
(xv) Schedule-XII Check List
(xvi) Schedule-XIII Documents in support of Qualifying Criteria
The above schedules should be filled online in specified templates and the
supporting documents should also be attached online. Please note that in absence of
the supporting documents the offer may not be evaluated & is liable for rejection.
However, if required & considered by MPPKVVCL, requisite documents &
clarifications against the online submissions may be asked physically from the
concerned bidder while evaluation of the offers. Apart from the on-line submission
as above physical submission of the Part-I&II is required as mentioned in the NIT &
Clause-1 above.
(C) Part-III - “PRICE BID” (To be submitted Online only), in the online price
Schedule. The bidder shall ensure that the prices / rates are filled in accordance with
the Proforma for ―Price and Quantity‖ Schedule-I to be kept in Envelope „C‟ and
upload online as per key dates. Please note that, the Schedules of price bid,
(Schedule-I), i.e., Financial offer (Envelope-C) will not be accepted physically.
(i) Online tender being submitted must be Class 3 digitally signed by a person holding a
Power of Attorney authorizing him to do so, certified copies of which shall be
enclosed.
(ii) Online tender submitted on behalf of companies registered with the Indian
Companies Act, for the time being in force, shall be signed by persons duly
authorized to submit the tender on behalf of the Company and shall be accompanied
by certified true copies of the resolutions, extracts of Articles of Association, special
or general Power of Attorney etc. to show clearly the title, authority and designation
of persons signing the Tender on behalf of the Company.
(iii)Please note that all the three part shall be submitted online only in the three separate
Envelopes.
TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 48 of 61)
(D) PHYSICAL SUBMISSION
The documents uploaded online in Envelop-A & B must be submitted physically
also in the same manner i.e. Envelop-A&B kept in main Envelop and submit the
same on or before the time & date specified for physical submission positively,
failing which the online offer may not be considered for opening. The MPPKVVCL
may ask to produce original documents for verification purpose. The following
documents shall be required to be submitted along with offer.
The documentary evidence of submission of EMD and complete tender document
duly sealed & signed along with supporting documents as per tender requirement.

23. DATE AND TIME OF OPENING OF BIDS – CHANGES


(i) Tender shall be opened online on http://www.mptenders.gov.in on the due date and
time as notified in the online tender notice and key dates, in the presence of the
bidders or their authorized representatives who may be present.
(ii) If the due date of opening / submission of tender documents is declared as holiday
by Central / State Govt. or local Administration, it will automatically get shifted to
the next working day, for which no prior intimation shall be given.
(iii) In case opening of the entire tender is not completed on the day of opening, the
tender opening shall be continued on subsequent day.
(iv) It may please be noted that the due date / time of opening can be altered, extended, if
desired by the purchaser, without assigning any reasons thereof. However, due
intimation shall be published on e-portal in such a case.

24. OPENING OF EMD AND COMMERCIAL AND TECHNICAL BID


First Envelope of Earnest Money Deposit shall be opened online as per due date and
time, as notified online as per key dates. The requirement for EMD shall be
verified and thereafter, the second part, i.e. the Commercial and Technical Bid, shall
be opened as per key dates in respect of bidders eligible as per EMD. The date of
opening of EMD & Technical / Price Bid shall be the date of opening of tender
for all the purpose.

25. OPENING OF PRICE BID


The price bid shall be opened online as per key date or any subsequent date
only after evaluation of technical and commercial bid.
The offers which are in conformity with important commercial Terms & Conditions
including Payment terms, Penalty, Security Deposit and Performance Guarantee
clause of Tender specification and exactly as per our technical specification, shall be
eligible for opening of their Price Bid.

26. CANVASSING OF BIDS


Tender shall be deemed to be under consideration, after opening of tender/ bid, till
placement of order. During this period, the bidders or their authorized
representatives or other interested parties are advised strongly, in their own interest,
to refrain from contacting by any means with any of the Company‘s personal or
Representative, on matters relating to tender under process.
The company desires to deal directly with the manufacturer/bidder, to avoid delay in
decision making. It will be in the interest of bidder to avoid liaison agent /
commission agent.

27. DESTINATIONS WHERE MATERIALS ARE REQUIRED


The materials as per the specifications are required for various Area Stores/ places
situated in West Discom.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 49 of 61)
28. VALIDITY OF BIDS
(i) The offers shall be valid for 180 days. Validity of the offer shall be counted from
the date of opening of bids.
(ii) Those who do not agree for a validity of 180 days will do so at their own risk and
their offers are liable to be rejected.
(iii) However, if due to circumstances beyond control, bidders are advised to extend the
validity, they shall not be permitted to revise their rate, offer any rebate or
concession while extending the validity which may materially result in any
reduction or increase in the computed price of their original offer.

29. AUTHORISATION / LOCAL REPRESENTATIVE


Only authorized representative, possessing necessary authority letter from the bidder
shall be allowed to participate in the tender opening.

30. ACCEPTANCE OF TENDER


(i) The Company may reject any or all tenders or to accept any tender considering
advantageous to Company whether it is the lowest offer or not.
(ii) The Company may split the quantities against the tender on more than one firm for
the same item. No reasons shall be assigned by the Company for this and the same
will be binding on the bidders.

31. CHANGE OF QUANTITY


The quantity indicated in the tender are indicative only. The Purchaser reserves the
right to vary the quantities of any or all items as specified in the technical
specification/schedules as may be necessary. No correspondence shall be entered
into, neither discussed regarding quantity variation, nor any reason will be assigned
thereof.

32. POOL RATES


―The bidders, specifically the SSI Units of the State, are advised to quote their own
individual rates. It may please be noted that if more than one bidder quotes the same
rate, suggestive of a cartel, then such offers may not be considered by the Company.
It may also please be noted that the competitive rate quoted by each bidder may be
one of the main criteria for quantity to be ordered on each successful bidders.‖

33. PRECEDENCE IN INTERPRETATION OF TERMS & CONDITIONS


In case of any conflict between General Terms & Conditions of Purchase / General
Instruction to Bidder and Special Terms & Conditions of Purchase, the Special
Terms & Conditions of Purchase would prevail.

34. EVALUATION OF OFFERS AND ACCEPTANCE OF TENDER


i. The Company may reject any or all tenders or to accept any tender considering
advantageous to Company whether it is the lowest offer or not.
ii. The Company may split the quantities against the tender on more than one firm for
the same item. No reasons shall be assigned by the Company for this and the same
will be binding on the bidders.
iii. If any taxes are not quoted as per the currently applicable rates without giving
details or proof of applicability of the taxes at any concessional/ higher rates, the
Company reserves the rights to load the quoted prices as per the applicable rate of
taxes prevalent at the time of bid evaluation for price comparison purposes.
However, responsibility in this regard shall solely rest with bidder.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 50 of 61)
35. PROVISION OF SNAP BIDDING
i. The Employer reserves the rights to opt for Snap bidding. Snap bids could be invited
from all the bidders who had submitted their bids during the initial bidding.
However, Snap bidding would not be open to bidders whose bids may have been
rejected (as per Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Limited,
Indore Procurement Manual (Policies and Procedures) Doc No: MPPKVVCL/PM/
Version: v1 Date: July, 2014 Page 85) at the time of bid opening due to failure of the
bidder to furnish required EMD, Certificate of Acceptance of important conditions,
etc. in line with the provisions of the Bid Documents. The terms and conditions for
the Snap bidding may require the bidders to furnish their complete revised bid, or in
case of large and complex contracts, to furnish only their modifications to the bids
submitted earlier. In case the bidders are required to furnish the complete revised
bids, the earlier bids submitted by the bidders shall be null and void, once the Snap
bids are invited.
ii In case the bidders are required to furnish only the modifications to their earlier
bids, the earlier bid as modified to the extent of the modifications submitted in the
Snap bid would be valid for consideration for the specified validity period. In case of
re-submission of financial bid is required, the Employer at its option may ask for
renewal of EMD. However, if a bidder does not respond in the Snap bidding, the
earlier bid submitted by the bidder shall be considered null and void.
iii The quoted price in the Price bid shall not be allowed to be increased above the L-1
rates. However, where the terms of Snap bidding as communicated to bidders specify
that the prices given in earlier bid shall not be increased and in spite of this, any
bidder increases the price in the Snap bidding, such a Snap bid shall be treated as
non-responsive and such bidder shall not be considered for award.
iv In order to avoid difficulty during the process of evaluation of Snap bids, the
ambiguities encountered, if any in the original bids received and /or in bidding
documents, etc. should be clarified to the bidders while seeking the Snap bids.

36. LIST OF CONSIGNEE AREA STORES & ACCOUNT OFFICES


Name of Station to which
Sr. Name, Address & Contact Number of Concerned
Materials are to be dispatched, if
No. Consignee Accounts Office
by Railway
ASE / EE (Store), Area Store, MPPKVVCL,
1 GPH Compound, Pologround, Indore (Ph: - Indore (W.R.)
0731-2422150)
ASE / EE (Store), Area Store, MPPKVVCL, AO (CBP-Cell),
2 Maheshwar Road, Barwaha Indore (W.R.) MPPKVVCL,
(Ph: - 07280-222091) Indore
- ASE / EE (Store), Area Store, MPPKVVCL,
3 Ujjain (W.R.)
Shankarpur, Ujjain (Ph: - 0734-2517956)
ASE / EE (Store), Area Store, MPPKVVCL,
4 Do Batti Chouraha, Ratlam (Ph: - 07412- Ratlam (W.R.)
270509)
ASE / EE (Store), Area Store, MPPKVVCL,
5 Indore (W.R.)
Mandav Road, Dhar (Ph: - 07292-222502) AO (CBP-Cell),
ASE / EE (Store), Area Store, MPPKVVCL, MPPKVVCL,
6 Mhow-Neemuch Road, Mandsaur (Ph: - 07422- Mandsaur (W.R.) Indore
255230)

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 51 of 61)
SECTION-VIII
GENERAL TERMS & CONDITIONS OF PURCHASE
1. PRICES AND STATUTORY LEVIES
(i) It is obligatory that FOR destination FIRM or VARIABLE price as specified in
Section-III ‗Special Terms & Conditions of Purchase‘ is quoted, clearly giving
break-up in the following elements: -
(a) Unit Ex-works / Ex-go down rate including packing, Forwarding & Freight-
Insurance Charges.
(b) SGST as applicable on Ex-works prices as on date of Bidding.
(c) CGST as applicable on Ex-works prices as on date of Bidding.
(d) IGST as applicable on Ex-works prices as on date of Bidding.
(e) Any other levy / taxes. The details and rate to be specified.
(f) In case of exemption/ concessional GST, documentary evidence shall be
furnished with the offer.
(g) The prices shall be quoted exactly as per the price schedule enclosed with the
tender specification, including all elements. In absence of this, the offer
shall be liable for rejection.
(ii) Any charge as may be applicable as per law in force, must be clearly specified
otherwise any of such silent charges, shall not be payable in the event of an order.
(iii) The basic order shall be placed on Ex-factory price inclusive of packing, forwarding
& freight-Insurance charges.
(iv) The payment of statutory levies such as SGST, CGST, IGST against the contract
shall be made on the basis of rates prevailing during the contractual delivery period
only and on applicable quantity due, to be actually delivered as per delivery
schedule of contract. In case of the concessional rate of statutory levies are quoted
by the bidder, then the same shall be paid limited to the quoted rate. In that case the
payment of statutory levies such as SGST, CGST, IGST against the contract to all
concerned government departments or any duties to any other organization will be
the sole responsibility of supplier on the basis of rates prevailing during the
contractual delivery period as per schedule of contract, as well as for any supplies
made after the contractual period. Any liability raised by the government authorities
due to any difference in the amount payable and consequences thereof the purchaser
MPPKVVCL, Indore will not be responsible for any sustained damages by the
supplier.
(v) In case, supplies against the contract are affected late i.e. beyond contractual
delivery period and rate of CGST, SGST, IGST undergoes upward revision, the
payment will continue to be made only on the basis of rates prevailing during the
contractual delivery period. However, in case the rate of statutory levy (ies)
undergoes, downwards revision then the delayed supplies beyond contractual
delivery period will attract the reduced rate of statutory levy (ies).
(vi) In case of delay in supply, if the supplier is able to prove that the delay involved is
due to force majeure conditions, as detailed in the ―Force Majeure‖ clause,
supported with suitable documentary proofs and in case the delay is condoned with
specific approval for payment of statutory levies during extended period,
supplementary claim for CGST/ IGST/SGST shall be accepted and payment shall be
released, accordingly.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 52 of 61)
(vii) Pending decision on the request of the supplier, for condition of the delay in
delivery, the supplier will claim CGST/ IGST/SGST as per the rates prevailing
during the contractual delivery period. In case, this is not done, all financial losses
will be to supplier‘s account.
(viii) In case any new tax is made applicable after submission of bids by the bidders,
additional payment on account of such new taxes would be considered by the
company. However, decision of the company would be final in this regard.
(ix) In case of non-registration with Tax Department, GST Tax as admissible shall be
deducted by the purchaser from the bills of the supplier.
(x) M. P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore is a registered
dealer under GST Act. The registration No. is 23AADCM7397N1ZU. Necessary
declaration form for availing concessional GST, (wherever applicable and if so
mentioned in Special Terms & Conditions of Purchase), shall be furnished after
receipt of material at destination and verification of the legal position at our end.
(xi) In case of difference in the quoted HSN Code/Service Accounting Code and quoted
rate of GST, final decision of the MPPKVVCL., Indore shall prevail.

2. PRICE VARIATION
If requisitioned / specified in the Section-III „Special Terms & Conditions of
Purchase‟ of the tender document, Price variation shall be effective accordingly.

3. TRANSIT RISK
(i) Responsibility regarding covering of risk during transit of material shall entirely be
on the supplier. The Company shall, in no case, bear the transit risks/ transit
insurance charges.
(ii) Transit damages/ shortages/ losses shall be reported by the consignees within 30
days from the receipt of the consignments. Such damages / shortages/losses shall be
repaired/ replaced by the supplier / manufacturer, free of cost within one month from
the date of intimation by the consignee without waiting for his settlement from
carrier or Insurance Company etc. If the supplier fails to do so the consignee (s)
shall be free to get the repair work done from other sources and they shall be free to
recover the cost of such material / expenses of repairs either from the supplier /
balance bills or from the security deposit as deemed fit.
(iii) While necessary assistance shall be rendered by the consignee in lodging and
processing the claims with carriers and the supplier‘s insurance underwriters, the
responsibility shall rest with the supplier to immediately make good the
shortages/losses/ damages, without any extra cost and without waiting for the
settlement of the claim.
(iv) In the case of transport damages/ shortage, the payment shall be made only for the
quantity received in good and working condition.

4. INSURANCE
The bidder will be responsible for taking out any appropriate insurance coverage, as
may be required for successful completion of the work/ supply, at their own cost.

5. PACKING AND FORWARDING


(i) The supplier shall be responsible for the Stores being sufficiently and properly
packed at his expenses for transport by rail, road or sea, so as to ensure them being
free from the loss/ damage due to handling and transport to the destination.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 53 of 61)
(ii) Each package shall be prominently and distinctly marked on at-least two faces,
indicating full address of the consignee, destination station, name of equipment,
purchaser‘s order number, weight and volume of the package etc.
(iii) Each package shall contain in a water proof cover, a detailed description indicating
the order reference and date and list of the contents. Each item contained in the
package or box shall be described sufficiently, to enable easy identification. The
quantity, weights etc. shall also be given.
(iv) The packaging shall confirm to the specification, rules and regulation prescribed by
the Underwriters, Railways, and Transport Agencies. In case of any loss / damages
to the consignment, due to non-standard packing, the same shall be made good free
of all charges to Purchaser by the supplier. All the provision of this clause shall
apply whether the disrupting cause is total or partial in its effects upon the ability of
the supplier to perform.

6. RESPONSIBILITY FOR LOADING/ UNLOADING AT AREA STORE


It shall be the responsibility of purchaser to arrange necessary facility for loading/
unloading of material at Area Stores.

7. MODE OF DISPATCH
The bidder should clearly indicate mode of dispatch for the material. In case of
dispatch through rail, the material is to be booked for respective destination railway
station. In case of dispatch through road transport, the material should be dispatched
through bank approved road transporters on door delivery basis only.

8. SUBMISSION OF DRAWING AND LITERATURE


All the relevant drawings shall be submitted immediately after placement of order
for approval. One set of drawing, Descriptive Literature and instructions Manual for
Erection, Commissioning and maintenance of the equipments ordered, shall be
supplied to each consignee.

9. INSPECTION
(i) Each lot of offered material shall be inspected by the Company‘s inspecting officer
before despatch. The supplier shall extend all reasonable and necessary testing help
to the inspecting officer of the Company to carry out testing of material at his works.
(ii) An intimation about the date, by which material shall be ready for inspection,
indicating quantity, be given to the order placing authority by the supplier /
manufacturer, so as to reach him sufficiently in advance, failing which, the suppliers
shall be responsible for delay in delivery on account of inspection. On receipt of
such intimation about ready material, the material shall be inspected normally within
09 working days.
(iii) The supplier shall not despatch the material unless specific despatch instructions
are issued by the order placing authority or any other authorised officer of the
Company.
(iv) In case the inspector deputed for inspection does not find the offered lot ready, the
Company reserves the right to recover from the supplier, such charges as may have
been incurred towards arranging such inspection. These charges have been
mentioned in the clause named Fake Call.

10. RIGHT TO CARRY OUT THE INSPECTION DURING


MANUFACTURING
In case of Manufacturer Vendors, the Company, at its option, will inspect the
material on order during its process of manufacturing, including the inspection of
raw material, and will request the supplier to carry out such tests as may be
necessary to ensure proper quality check. Samples of components of the material
TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 54 of 61)
shall be subjected to quality check by the Inspecting Officer, during manufacturing.
In the event of stage inspection, if any discrepancy is noticed, the supplier shall be
given immediate notice to suspend further manufacturing until corrective measures
are taken and the process cleared.

11. FACTORY INSPECTION


(i) In case of new firms/participants quoted for the first time, their factory inspection
shall be carried out by the Discom-WZ's representative(s) prior to execution of the
trial order placed on them with a view to ascertain whether they are a qualified
manufacturer and are having adequate facilities, technical knowhow for
manufacturing the quoted item. The satisfactory report of factory inspection of
such new firms shall be an essential requirement for them for execution of the trial
order against the instant tender.
(ii) During pendency of the order, the factory inspection may be conducted by
Company‘s authorized officer as and when felt necessary for ensuring production of
quality material.
(iii) The Supplier shall extend all reasonable and necessary assistance to the inspecting
officer of the Company to carry out testing of equipment/material at his works

12. FAKE INSPECTION CALL


All such cases where firms after giving inspection call do not offer full quantity as
per their offer letter to the Inspecting Officer deputed by the Purchaser for any
reason, shall be treated as ‗Fake Inspection Call‘. The Purchaser will not be under
any obligation to arrange inspection of such partial lot and the firm will be required
to remit a sum of Rs.20,000/- for such fake inspection call.

13. DELIVERY
Delivery schedule shall be as mentioned in Section III - Special Terms & Conditions
of Purchase.

14. FORCE MAJEURE


Force majeure condition is herein defined as: -
(i) Natural phenomena, such as floods, draught, earth-quakes and epidemics.
(ii) Act of any Government Authority, domestic or foreign, such as war, quarantines,
embargoes, licensing control or production or distribution restrictions.
(iii) Accident and disruption such as fires, explosion, and increase in power cut with
respect to date of tender opening, break-down of essential machinery or equipment
etc.
(iv) Strikes, slow down, lockout containing for more than three (3) weeks.
(v) Failure or delay in the supplier‘s source of supply, due to force majeure causes
enumerated at (i) do (iv) above, provided the supplier produces documentary
evidence to show that there were no other alternative sources of supply available to
him or if available, the lead time required was likely to be longer than the duration
of the force Majeure at the normal source of supply.
(vi) Any cause which is beyond the reasonable control of the supplier or purchaser as the
case may be.
(vii) All the provisions of this clause shall apply whether the disruption caused is total or
partial in its effect upon the ability of the supplier to perform.
(viii) The cause of force majeure condition will be taken into consideration only if the
supplier, within 15 days from the occurrence of such delay gives a proper notice to
the purchaser. The MPPKVVCL shall verify the facts and may grant such extension
in delivery period as the facts justify. For delivery time extension due to force
majeure conditions, the supplier shall submit his representation with documentary

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 55 of 61)
evidence for scrutiny by the purchaser and decision of the MPPKVVCL shall be
binding on the firm.

15. TERMS OF PAYMENT


Payment Terms & Procedure shall be as mentioned in Section III - Special Terms &
Conditions of Purchase.

16. PENALTY FOR DELAY


In case of delay in execution of the order or non-execution of the order, the
purchaser shall recover from the supplier, a sum equal to 1 % of the Ex-works price
for the quantity not delivered to Stores for every month of delay. For the purpose, all
the months shall be considered of 30 days and the penalty for part of month shall be
calculated on prorata basis. However, maximum penalty under this clause shall be
restricted to 10 % of the Ex-works value. This will be without prejudice to other
remedies available to the purchaser as per the laws of India, or terms of this Tender.
The GST shall also be applicable on the amount of penalty.

17. PENALTY FOR BREACH OF CONTRACT


Breach of any Terms & Conditions which are included in the any section of the
tender documents, or various schedules, annexure, enclosures, appendix etc. which
are referred in these sections, shall be deemed as breach of this Contract. In case of
breach of this contract by the bidder / vendor, the Company shall be entitled to
forfeit the available security deposit and to realise & retain the same as damages and
compensation for the said breach. This will be without prejudice to the right of the
Company to recover any further sums as damages, from any sums which are due or
which may become due to the contractor by the company; or otherwise howsoever.

18. PERFORMANCE GUARANTEE


Performance Guarantee shall be as mentioned in Section III - Special Terms &
Conditions of Purchase.

19. SECURITY DEPOSIT


Security deposit equal to 10% of value of the order to be placed against the tender
shall be furnished by the bidder in the form of DD or Bank Guarantee from the
Scheduled bank with the validity of minimum 42 months. This will cover the
performance guarantee of materials as well as due and faithful compliance of the
terms & conditions of the order. The demand Draft shall be drawn in favor of
MPPKVVCL payable at INDORE.
The security deposit shall be deposited by the bidder within 30 days from the date of
receipt of the order. In case the bidder fails to deposit Security Deposit with in the
period as specified above, the amount of security deposit shall be adjusted/deducted
from their first supply bill, and in case amount of Security deposit is higher than first
supply bill then remaining amount of security deposit shall be adjusted from
subsequent supply bills.
The facility of Permanent Security Deposit (PSD) shall not be considered
against this tender and the bidders shall have to furnish the requisite Security
Deposit as above.
(i) Demand drafts should be in favour of senior account officer MPPKVVCL,
Indore drawn on any Nationalized/scheduled bank at Indore.
(ii) The Bank Guarantee shall require to executed on a non-judicial stamps equal
to 0.25% of the amount of BG subject to maximum rupees 25,000.

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 56 of 61)
(iii) SSI units registered with industries department of Madhya Pradesh (MP) shall
require to pay security deposit for only 5% value of the order subject to
maximum of Rs 20,000 in cash or DD. This concession is for such SSI units
of MP who are doing business up to Rupees 50 Lakhs annually with
MPPKVVCL.
(iv) The Purchaser shall adjust/forfeit the SD against liquidate damages on account
of non execution or part execution of the orders/poor performances of the
supplier.
(v) Security Deposit shall be returned to the supplier only after due and faithful
performance of the order and on expiry of guarantee period provided there is
no liability to be recovered against the purchase order placed on them.
(vi) No interest shall be payable by the Purchaser on security deposit submitted by
supplier.
(vii) As per SFMS platform the bank account details of purchaser needed for
preparation of BG are detailed as below
Bank Branch Name : State Bank of India, SME Branch, Udyog Bhawan, 96,
Pologround, Industrial Estate, Indore (MP)-452015
Bank IFSC Code : SBIN0004037
Accordingly it has to be ensured carefully that details of the bank guarantee
are transmitted through SFMS from issuing bank to the branch mentioned
above to authenticate confirmation/genuineness of the same.
20. EXTENSION ORDER
The purchaser reserves right to place an extension/repeat order for any additional
quantity, to the extent of 50 % quantity of the original order, within Nine months
from the date of original order, on same rates terms & conditions of the original
order.
For placement of extension order a certificate shall be required from the supplier
that he had not supplied/offered that particular item at the rate which is lower than
the rate in original award. MPPKVVCL shall also ensure rate reasonability at its
end.
Other MP Discoms can also place extension order subject to consent by Order
Placing Authority. However, total extension quantity shall not exceed 50% of the
original order quantity.
21. TESTING FACILITY AND TESTS TO BE CONDUCTED
The bidder must give their production capacity, all about testing lab and line testing
facilities available with them in details for the tendered material. The bidder should
also give the details of test proposed to be conducted in their labs in the event of
order with the details Indian Standard Specification / Codes.
22. MATERIAL TEST CERTIFICATE
Each item of the lot should be tested by the supplier and routine test certificate
giving the results of all tests prescribed in the relevant ISS (as mentioned in the
Technical Specification Schedule) for ordered item shall be submitted to the office
of the CE (Purchase), West Zone, GPH Compound, Pologround, Indore, for
approval along with the letter / offer for inspection of material or may be produced
to inspecting officer for verification & to attach with his inspection report. Please
note that each lot will be inspected at your works, which includes witnessing of all
tests prescribed in IS.
23. TYPE TEST CERTIFICATES
If prescribed under Section III (Special Terms & Conditions of Purchase) or
Section IV (Technical Specifications), duly Notarised copies of appropriate Type
Test Certificates would have to be furnished by the bidders, otherwise their offers
TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 57 of 61)
shall be liable to be rejected. Type test reports/certificates for the test conducted on
the tendered item/material shall not be older than 5 years on the date of opening of
technical/commercial bid.
24. RANDOM TESTING
(i) Inspection of material before despatch or waiver of inspection will not relieve the
supplier from his responsibility to supply the material strictly in accordance with the
specification. The MPPKVVCL shall have option to test the samples selected at
random from the supplies affected and subject it to routine/type test.
(ii) In case, the samples fails to withstand the required test, the entire lot will be liable to
be rejected (i.e., unused material so supplied) and the supplier will have to refund
the amount paid, including all taxes and duties, as well as the test charges thereof,
after inspection. Such quantities or rejected material as identified, shall be removed
by the supplier and replaced in full at his own cost. MPPKVVCL will not be
responsible for levy of taxes on such rejected material and deduction shall be in
totality.
(iii) In case of random checking of the supplies, if any deviation is noticed, a notice shall
be given to the supplier, who shall arrange to depute his representative within 15
days for joint inspection. If during joint inspection any deviation is observed and
material supplied is found not conforming to standards laid down in the relevant
ISS, the MPPKVVCL reserves the right to impose any appropriate penalty for full
quantity of materials supplied against the order. The decision of the MPPKVVCL in
this respect shall be final and binding on the supplier.
25. ROYALTIES AND PETENTS
All royalties for patent or any charges for usage or infringement there of that may be
involved in the supply shall be included the offered price and the supplier shall
product purchaser against any claim thereof. Supplier is fully responsible for such
contractual dealing and purchaser shall not be called upon to bear any such charges.

26. COMPLIANCE OF REGULATIONS


The supplier shall warranty that all goods covered under procurement, shall have
been produced, sold, dispatched, delivered ,tested, in strict compliance with all
applicable rules, Regulation including Industrial (Development and Regulation) Act
1951 and any amendment there under, labour agreement, working conditions and
technical codes and requirements, as applicable from time to time.
The supplier should execute and deliver such documents, as may be needed, by the
purchaser in evidence of compliance. All laws, Rules and Regulation are required to
be incorporated in this reference. Any liability arising out of contravention of any of
the laws shall be the sole responsibility of the vendor and the purchasers shall not be
responsible in any manner whatsoever.

27. CANCELLATION OF ORDER


(i) The Company may, upon written notice of default, terminate contract in the
circumstances detailed hereunder: -
a) If in the opinion of the Company, the supplier fails to deliver the material
within the time specified or during the period for which extension has been
granted by the Company.
b) If in the opinion of the Company, the supplier fails to comply with any of the
other provisions of this contract or material is found to be not in accordance
with prescribed specifications, and / or the approved samples.
c) If, as a result of stage inspection, it is revealed that material and / or,
workmanship is sub-standard, which is likely to affect the performance of the
finished products, a notice would be served by the Company to the supplier

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 58 of 61)
to suspend further activities and to take urgent steps towards corrective
measures, failing which the entire order would be cancelled.
(ii) In the event of such termination, the Company shall exercise the discretionary
powers as: -
a) To recover from the supplier, penalty as mentioned in the clause No. 15
above.
AND / OR
b) To purchase from elsewhere, on account and at the risk of the vendor, goods
of similar description to the consignment which is not delivered, after giving
due notices to the vendor.
AND / OR
c) To cancel the contract reserving Company‘s rights to recover damages.
(iii) Powers under sub-clause (ii) referred to above, are in addition to the rights and
remedies available to the Company under the law of India relating to contract.
(iv) In the event of risk purchase of stores of similar description, the opinion of the
Company shall be final. In the event of action taken under the sub-clauses (ii) (a) or
(b) above, the supplier shall be liable to pay for any loss, which the company may
sustain on that account but the supplier shall not be entitled to claim any savings on
all such purchases made against the default.
(v) The decision of the Company shall be final regarding the acceptability of the stores
supplied by supplier, and the Company shall not be required to give any reason for
the rejection of the stores/material.
(vi) In the event, Company does not terminate the Contract as provided above, the
supplier shall continue execution of this order, in which case he shall be liable to the
Company for liquidated damages for the delay as per clause 15 until suppliers are
accepted.

28. RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS


All amounts recoverable from the successful bidder against earlier contracts / orders
including contracts / orders placed on sister concern by the MPPKVVCL, Indore
will be adjusted / recovered from any type of payment due, including security
deposit, against the contract(s) / order(s) including those placed on sister concern
firms by the MPPKVVCL, Indore against other tender specification for the same or
the other items.

29. DEBARRING / BLACKLISTING OF FIRMS


That in the event of violation of any of the Terms & Conditions of this tender or the
Terms & Conditions of the subsequent supply order / work contract for issued, either
partly or completely; then in such event the MPPKVVCL, Indore reserve every right
to take penal actions which may, inter alia, include termination of the contract and /
or blacklisting and debarring the tenderer from participating in future tender/ tenders
for upto 3 years along with any action as deemed fit for recovery for liabilities as
stated in the tender document. Before debarring / blacklisting or contract
termination, the concerned firm would be first served a notice to the effect, so that it
gets an opportunity to represent its point of view.

30. REDUCTION OF RATE DUE TO SUBSEQUENT TENDER


As a result of opening of the subsequent tender of the purchaser, if the rates received
for the same item(s) are found to be lower, then the balance ordered quantity as on
date of opening of price bid excluding the quantity which has already been offer for
pre dispatch inspection, may be accepted at the lower rates only. If the supplier does
not agree to supply the balance quantity at the lower rate, the order will be cancelled
by the purchaser without liability on either side provided the ordered delivery period

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 59 of 61)
of the balance quantity is existing, otherwise the provision of the clause named
―Cancellation/Termination of Order‖ shall be applicable.

31. SAMPLE TESTING & ACCEPTANCE OF MATERIAL


Sample testing & acceptance of material if requisitioned / specified shall be as per
VERIFICATION/TESTING & ACCEPTANCE OF MATERIAL SUPPLIED under
Section III - Special Terms & Conditions of Purchase.

32. SAMPLE
Sample if requisitioned / specified shall be as per Section III - Special Terms &
Conditions of Purchase.

33. ARBITRATION
If, at any time, any question, dispute or difference, whatsoever shall arise between
the purchaser and the supplier, upon, or in relation to or in connection with the
contract, either party may forthwith give to the other, notice in writing of the
existence of such question, dispute or difference, and the same shall be referred to
the adjudication of two Arbitrators, one to be nominated by the purchaser and the
other to be nominated by the supplier. In the case of said Arbitrators not agreeing,
the matter shall be referred to the adjudication of an Umpire, to be appointed by the
Arbitrators, whose, decision shall be final and binding on the parties.
The arbitration shall be conducted as per provision of The Madhya Pradesh
Madhyastha Adhikaran Adhiniyam 1983, as amended from time to time, and of the
rules made there under. The Arbitrators or the Umpire as the case may be, are bound
to give a detailed speaking award assigning reasons for the findings.
Supplies under the contract shall be continued by the Supplier during the arbitration
proceedings, unless otherwise, directed in writing by the purchaser or unless the
matter is such that the work cannot possibly be continued until the decision of the
Arbitrator or of the Umpire, as the case may be, is issued.

34. JURISDICTION
Any dispute or difference, arising under, out of, or in connection with Tender/
contract order shall be subject to exclusive jurisdiction of court at Indore only.

35. CORRESPONDENCE
Copies of all important correspondence regarding the order shall be endorsed to the
following: -
(i) Concerned consignee
(ii) Concerned Sr. AO /Regional AO/AO CBP Cell Indore
(iii) CE (Purchase) O/o, MD (WZ) MPPKVVCL, G.P.H. Compound Pologround Indore.
(iv) S.E. (Stores) O/o. G.P.H. Compound Pologround Indore.

36. SUBMISSION OF DESPATCH DETAILS


On completion of supplies, a statement showing details of offer and supplies made
shall be furnished to this office promptly i.e. in first week of following months in
following Proforma: -
Page 1
Sr. No. Particular Qty offered Date of offer Date of D.I.

Page 2
Qty. for which Name of
Bill no. & Date Qty supplied
D.I. is given consignee
TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.
(Page 60 of 61)
Page 3
Liability intimated Details of remittance Addl.
Remarks if any
By consignee of liability Information

Similar information for supplies made during each month shall be submitted by the
first week of subsequent month.

37. CLIMATIC CONDITONS


The climatic conditions where equipment are intended for installation could be taken
as under: -
1 Maximum temperature of air in shed 45°C
2 Minimum temperature of air in shed 4°C
95 % (The humidity sometime
3 Maximum relative humidity
approaches saturation point)
4 Minimum relative humidity 10%
Average no. of dust-storm days per
5 40 days
Annum
6 Average no. of rainy days per Annum 90 days
No. of months of tropical monsoon
7 3 months
conditions per annum
8 Average annual rain fall 125 Cm
9 Maximum wind pressure 150 kg / m²
10 Altitude not exceeding 1000 meters.

(The limit of ambient temperature shall be 45°C peak and 35°C average over a
period of 24 hrs).

-Sd-
Chief Engineer (Purchase)
O/o MD (WZ), MPPKVVCL,
Indore

TS No. MD/WZ/06/PUR/ TS-1455 due on 06.10.2020 for supply of 11 & 33 KV CTs.


(Page 61 of 61)

You might also like