Download as pdf or txt
Download as pdf or txt
You are on page 1of 70

M.P. POORV KSHETRA VIDYUT VITARAN CO.

LTD. JABALPUR

TENDER SPECIFICATION NO. DISCOM/EZ/PUR/614


(E-Tender No.147)
DUE FOR OPENING ON: - 07.07.2015

FOR SUPPLY OF
ACCESSORIES for LT AB Cable

THE EXECUTIVE DIRECTOR (PURCHASE)


M. P. Poorv Kshetra Vidyut Vitaran Co. Ltd,
Block No.8th, 3RD Floor Shakti Bhawan,
Jabalpur (MP) 482008

Phone No.: 0761-2666040, 2702473, 2702425, 2702541.


Email: - cepurez@yahoo.in

: - 1 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

TENDER SPECIFICATION NO. DISCOM/EZ/PUR/614


(E-Tender No.147)
ITEM: ACCESSORIES FOR LT AB Cables
DUE FOR OPENING ON 07.07.2015 FROM 10.30 AM
S. INDEX Page No.
No. Particulars
PART-I
1 Tender Notice 3&4
2 Key Dates & Basic Tender Information 5
3 Tender Form 6
4 Guidelines to Bidders for E- Procurement system 7 to 9
3 Annexure-III - Important Instructions to the Bidders 10 to 20
4 Schedule-I – Price & Quantity Schedule 21
5 Schedule-II (A) & (B) - Specifications 22 to 29
6 Schedule-II (C) – Example Drawings 30 to 35
6 Schedule-II (D) Schedule of requirement 36
7 Schedule-III - Guaranteed Technical Particulars 37 to 40
PART-II
1 Annexure I - General instructions to bidders/ tenderers 1 to 8
2 Annexure-II - General Terms and Conditions of Purchase 9 to 20
Annexure-IV - List of consignee Area Stores & Sr./
3
Regional Accounts Officers 21
4 Annexure-V - List of Scheduled Banks
5 Schedule-IV - Questionnaire
Part – A - General Information 22
Part – B - Commercial information 23 & 24
Part – C - Technical information 25
Undertaking 26
6 Schedule-V
Part – A - Performance/Past experience 27
Part – B - Commercial deviation 28
Part – C - Technical deviation 29
7 Schedule-VIII – Check List 30

: - 2 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

OFFICE OF THE EXECUTIVE DIRECTOR (PURCHASE)


M.P. POORV KSHETRA TH
VIDYUT
RD
VITARAN Co. Ltd.
REGD. OFFICE – BLOCK No. 8 , 3 FLOOR, SHAKTI BHAWAN,
RAMPUR, JABALPUR - 482 008 (M.P.)
CIN: U40109MP2002SGC015120
(Telephone no. 0761- 2666040, 2667808, Extn. 270-2473, 270-2425 & 270-2541)
Fax no.0761-2660048, e-mail:- cepurez@yahoo.in
No. ED/PUR/EZ/GM-I/II/440 Jabalpur, dtd:- 13.05.2015
TENDER NOTICE
Online tenders are invited for supply of following items from manufacturers only as per tender
specifications. The Bid Seals will be received online on the portal http://www.mpeproc.gov.in up to date
& time indicated below. The tender 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:-
Sr. TENDER NAME OF ITEMS APPROX. TENDER Due date of
No. SPECIFICATION VALUE FEE opening of tender
NO. DISCOM/ (Rs. in Lakhs) (in Rs) online from
EZ/PUR/ 10.30 Hrs.*
1. 609 LT Three Phase Whole Current 295.00 5,000/- 11.06.2015
(e-Tender No.141) Static Energy Meters (10-40A)
with Optical Communication Port.
2. 610 11KV & 33KV Dual Ratio 708.87 10,000/- 16.06.2015
(e-Tender No.142) Combined CT:PT Units For Feeder
Metering.
3. 611 HT Static Tri-vector Energy Meters 66.85 2,000/- 19.06.2015
(e-Tender No.143)
4. 612 Copper Control Cables 388.36 5,000/- 23.06.2015
(e-Tender No.144)
5. 613 11KV & 33KV Combined CT:PT 266.56 5,000/- 29.06.2015
(e-Tender No.146) Units for Consumer Metering.
6. 614 Accessories for LT AB Cables 188.61 5,000/- 07.07.2015
(e-Tender No.147)
7. 615 LT Single Phase & Three Phase 157.44 5,000/- 10.07.2015
(e-Tender No.148) Spring Loaded Constant Pressure
Multi-connection Bus Bar
Distribution Boxes
8. 616 3 Phase 4 Wire 1 Amp 110 Volt 14.48 1,000/- 16.07.2015
(e-Tender No.149) Class 0.2 Energy Meter (for EHT
Consumer Metering) with Modem
9. 617 LT Single Phase Whole Current 1200.00 10,000/- 23.07.2015
(e-Tender No.150) Static Energy Meters (5-30A) with
LPR Communication Port
* For updated/extended due dates for opening of tender (EMD in envelop-A & Techno-commercial
bid in envelop-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.mpeproc.gov.in.
(2) Tender documents can be purchased only online and download from main portal
http://www.mpeproc.gov.in by making online payment for the prescribed non-refundable tender
document 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.
(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 up to as per time schedule (Key Dates).
Contd.2.

: - 3 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

--2--

No. ED/PUR/EZ/GM-I/II/440 Jabalpur, dtd:- 13.05.2015


(4) The relevant portion of tender which tenderers have to fill online would be available on above
website on date mentioned against each tender. 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.
(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, bidders 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: brahme@mpsedc.com or M/s Tata Consultancy Services
Limited, 5th Floor, Corporate Block, DB Mall, Arera Hills, Bhopal- 462 011, Tel No. 0755-
4075010, & Toll Free No.18002588684 & 18002748484, E-mail Address:
eproc_helpdesk@mpsdc.gov.in. Shri Ajay Khare of M/s TCS Limited could be contacted on
Mobile No. 08989-436595 for this.
(6) Bidders intending to participate in the Tender are required to get themselves trained on the e-
Procurement System. They are required to contact the Service Provider-M/s Tata Consultancy
Services Limited to confirm their session in advance.
(7) The EMD of respective amount in favour of Sr. Account Officer (JC), MPPKVVCL, Jabalpur,
along with Hard Copy of tender & supporting documents duly filled up excluding Price &
Quantity schedule, shall be submitted in the office of undersigned one day prior to the due
date of opening of tender as per online key dates up to 17:00 Hrs.
(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 https://www.mpeproc.gov.in &
also Company’s website http://www.mpez.co.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) Last date for submission of physical documents {Envelop- A (EMD in original) & Envelop-B
(Techno Commercial Bid)} is one day prior to the due date of opening of tender as per online
key dates up to 17:00 Hrs. The same shall be opened as per key dates. The date of opening of
EMD & Technical / Price Bid shall be the date of opening of tender for all the purpose.
(11) SAMPLE:- Submission of samples against the tender No. 609,611,614,615,616,617 is must.
The samples shall be submitted one day prior to the due date of opening of tender. In absence
of samples, the tender shall not be considered.
(12) PRE BID MEETING:- The pre bid meeting against the tender no. 617 is scheduled on dtd
10.06.2015 at 12.00 Noon in the meeting hall of CE(JR), MPPKVVCL, Rampur, Jabalpur.
(13) The Tender document will be available on portal http://www.mpeproc.gov.in within 10 days
from the issuance of NIT. The interested bidders are advised to regularly visit the portal for
the purpose.

(M. Ibrahim)
Executive Director (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
SAVE ELECTRICITY

: - 4 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

KEY DATES & BASIC TENDER INFORMATION


Particulars Details
Name of Work Supply of Accessories for LT AB Cables
Tender Specification Number DISCOM/EZ/PUR/614 (e-Tender No.147)
Due date of submission of Tender (EMD in 06.07.2015 up to 17:00 Hrs
Envelop-A + Techno-Commercial Bid in
Envelop-B) Physically and samples
Key Dates:-
Sr. MPEZ stage Start Date End Date Envelope
No. & Time & Time
1 Purchase of tender 13.05.2015 05.07.2015 --
17:00 Hrs 17:00 Hrs
2 Bid submission -- 06.07.2015 Envelope C,
17:00 Hrs Envelope A,
Envelope B
3 Open EMD & Techno Commercial bid 07.07.2015 -- Envelope A,
10:30 Hrs Envelope B
4 Open Financial / Price Bid 31.07.2015 -- Envelope C
10:30 Hrs
Note:-
(1) The bidder has to quote their rates online only in schedule-I(A), I(B), I(C) & so on as per
the item wise schedule defined to be kept in envelope “C‟ and upload online as per key
dates. Please note that, the Schedules of price bid (Schedule-I(A), I(B), …), i.e.
Financial bid (Envelope-C) will not be accepted physically. In case Envelope-C is
submitted physically the bid will be rejected. The bid of the eligible bidder for the
respective item shall be opened online as per key dates.
(2) Last date for submission of physical documents (Envelope- A & B) will be one day prior
to the due date of opening of tender as per online key dates up to 17:00 Hrs. The same
shall be opened (online & physical) as per key dates.
(3) The bidders have to submit EMD in Envelope– (A) in physical form & upload scan
copy of the same online as per key dates.
(4) The bidders have to submit following documents in Envelope – B as per key dates:
(a) Physical submission:-
(i) Document related to Basic Qualifying requirement
(ii) Duly filled all schedules (except price & discount schedules) with supporting
documents
(iii) The tender form duly sealed & signed.
(iv) The copy of valid BIS licence, type test reports etc. as per tender requirement, if
any.
(b) Online uploading:-
The bidder has to upload the check list as per Schedule-VIII online as well in envelope-B.
(5) The date of opening of financial / price bid may vary depending upon time taken in
techno-commercial evaluation, sample evaluation it any & related issues. The bidders
may please keep them updated of price bid opening from the E-portal.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur
SAVE ELECTRICITY

: - 5 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

M.P.POORV KSHETRA VIDYUT VITARAN Co. Ltd.,


BLOCK NO.8th, 3rd FLOOR, SHAKTI-BHAVAN, JABALPUR (MP)

Postal Order/Demand Draft No………………………………………………….

…………………………………………………………………..

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

TENDER FORM

The undersigned hereby tender and offer (subject to the Company’s conditions of
tendering) the MP Poorv Kshetra Vidyut Vitaran Co. Ltd., Jabalpur to supply the plant,
machinery and materials and execute and do the several works and things which are
described or referred to in the Details of Technical Particulars attached to tender document
no. Discom/EZ/PUR/617 (e-tender no.147) and its enclosure and in Schedules to the side
Details of Technical Particular copies of which are annexed here to and 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
reasonable to be referred from the said tender documents for the sums and at the rates sets
out in Schedule-I annexed here to.
The questionnaire enclosed with this tender document has been fully answered and
is enclosed herewith (if the questionnaire is not answered in full, the answer to various
question may be taken so as to be advantageous to the Company unless contrary is
mentioned in the body of the tender).

Date the …………. Day …………….

TENDERER’S SIGNATURE
(with seal)

: - 6 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

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.

1. REGISTRATION OF BIDDERS ON E-PROCUREMENT SYSTEM:


All the Bidders (Contractors) registered / intending to register with Madhya Pradesh
Poorv Kshetra Vidyut Vitaran Company Limited are required to register on the e-
Procurement System on the website http://www.mpeproc.gov.in and get empanelled on
http://www.mpeproc.gov.in in order to participate in tenders processed by Madhya
Pradesh Poorv Kshetra Vidyut Vitaran Company Limited using the e-Procurement
System.
The Bidders (Contractors) registered with other departments who are also eligible to
participate in tenders processed by Madhya Pradesh Poorv Kshetra Vidyut Vitaran
Company Limited are also required to be registered on the e-Procurement System on
http://www.mpeproc.gov.in.

2. DIGITAL CERTIFICATES:
The Bids submitted online should be signed electronically with a Class III Digital
Certificate to establish the identity of the Bidder submitting the Bid online. The
Bidders may obtain Class III Digital Certificates issued by an approved Certifying
Authority authorized by the Controller of Certifying Authorities, Government of India.
A Class III Digital Certificate is issued upon receipt of mandatory identity
proofs along with an Application Form. Only upon the receipt of the required
documents, a Digital Certificate can be issued.
Note:- It may take upto 7 working days for issuance of Class III Digital
Certificate, hence the bidders are advised to obtain them at the earliest.
Important Note: Bid for a particular tender can be submitted during the ONLINE BID
SUBMISSION stage only using the Digital Certificate that is used to encrypt the data.

In case, during the process of a particular tender, the bidder loses his Digital Certificate
because of any problem (such as misplacement, virus attack, hardware problem,
operating system problem, etc.); he may not be able to submit his bid online.

Hence, the bidders are advised to keep their Digital Certificates in a safe place under
proper security to be used whenever required.

The digital certificate issued to the Authorized User of a Partnership firm / Private
Limited Company / Public Limited Company / Joint Venture and used for online
bidding will be considered as equivalent to a no-objection certificate / power of
attorney to that user.

In case of Partnership Firm, majority of the Partners have to authorize a specific


individual through Authority Letter signed by majority of the Partners of the firm.
In case of Private Limited Company, Public Limited Company, the Managing Director
/ any other Person (having designated authority to authorize a specific individual) has
to authorize a specific individual through Authority Letter.

: - 7 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

Unless the certificate is revoked, it will be assumed to represent adequate authority of


the specific individual to bid on behalf of the Organization for online tenders as per
Information Technology Act 2000. This Authorized User will be required to obtain a
Digital Certificate. The Digital Signature executed through the use of Digital
Certificate of this Authorized User will be binding on the firm. It shall be the
responsibility of Management / Partners of the concerned firm to inform the Certifying
Authority, if the Authorized User changes, and apply for a fresh digital certificate for
the new Authorized User.

3. SET UP OF BIDDERS’ COMPUTER SYSTEM:


In order for a Bidder to operate on the e-Procurement System, the Computer System of
the Bidder is required to be set up for Operating System, Internet Connectivity,
Utilities, Fonts, etc. A help file on setting up of the Computer System can be obtained
from e-Procurement Cell.

4. PUBLISHING OF N.I.T.:
For the Tenders processed using the e-Procurement System, only a brief Advertisement
related to the Tender shall be published in the newspapers, our company’s website
www.mpez.co.in and the Detailed Notice shall be published on the e-Procurement
System. The contractors can view the Detailed Notice and the time schedule for all the
Tenders processed using the e-Procurement System on the website
http://www.mpeproc.gov.in

5. KEY DATES:
The Bidders are strictly advised to follow the time schedule (Key Dates) of the Tender
for their side for tasks and responsibilities to participate in the Tender, as all the stages
of each Tender are locked before the start time and date and after the end time and date
for the relevant stage of the Tender as set by the concerned Department Official.

6. PURCHASE OF TENDER DOCUMENTS:


The Tender documents can be purchased ONLY online. The Tender shall be available
for purchase to concerned eligible contractors immediately after online release of the
Tender and upto scheduled date and time as set in the key dates. Arrangements have
been made for the Bidders to make payments online via Credit Card/Debit Card/
Internet Banking. In case of online tendering, the application form for the purchase of
tender documents shall not be required.
The Bidders can purchase the tender documents online by making online payment of
tender document fees using the service of the secure electronic payments gateway (see
point 7 below for further details), and should print out the system generated receipt for
their reference which can be produced whenever required.

7. ELECTRONIC PAYMENT ACCOUNT:


As the tender documents shall be available for purchase only online, Bidders are
required to pay the Tender Document fees online using the Online Payments Gateway
Service integrated into the e-Procurement System.
For the list of available modes of electronic payments that are presently accepted on the
Online Payments Gateway Service, please check the link, List of e-Payments accepted
Online’ on http://www.mpeproc.gov.in.

: - 8 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

8. Bid submission
Bidder should duly upload the documents and fill the bids. The online tender should be
submitted before Bid Submission End date.

9. SUBMISSION OF EARNEST MONEY DEPOSIT:


The Bidders shall submit their Earnest Money Deposit as usual in a physically sealed
Earnest Money Deposit envelope and the same should reach the concerned Office as
stated in the Notice Inviting Tender by post. The Bidders have to upload scanned copy
of Earnest Money Deposit instrument along with the reference details.

10. OPENING OF TENDERS:


The concerned Department Official receiving the tenders or his duly authorized Officer
shall first open the online Earnest Money Deposit envelope of all the Bidders and
verify the scanned copy of the Earnest Money Deposit uploaded by the Bidders. He
shall check for the validity of Earnest Money Deposit as required. He shall also verify
the scanned documents uploaded by the Bidders, if any, as required. In case, the
requirements are incomplete, the commercial and other envelopes of the concerned
Bidders received online shall not be opened. The concerned Official shall then open the
other envelopes submitted online by the Bidders in the presence of the Bidders or their
authorized representatives who choose to be present in the order of opening. In the
event of any issue, the Bid Data in question shall be liable for a due process of
verification by the Authorised Officer of e-Procurement System of Madhya Pradesh
Poorv Kshetra Vidyut Vitaran Co. Ltd., Jabalpur.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur

: - 9 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

ANNEXURE-III
IMPORTANT INSTRUCTIONS TO THE BIDDERS

The Executive Director (Purchase) on behalf of the Madhya Pradesh Poorv Kshetra
Vidyut Vitran Co. Ltd. hereinafter referred to as “MPPKVVCL” invites sealed tender in
Single copy for supply of Hardware/ Accessories suitable for LT Aerial Bunched XLPE
Insulated PVC sheathed phase Conductor (Aluminium) Cables with bare Messenger Wire
for LT Overhead lines suitable for working voltage up to & including 1100 Volts as per
relevant NFC standards and in accordance with the attached specification for supply to
Area Stores Jabalpur, Chhindwara, Sagar, Chhatarpur and Satna in Madhya Pradesh.
The Hardware / Accessories shall be supplied with Suspension Clamps with
Bracket, Stainless Steel Strap, Buckle, Dead End Clamp / Anchoring Clamp with Bracket,
Stainless Steel Strap, Buckle, Insulation Piercing Connectors, earthing connector and
Winding cum cutting tool for Stainless Steel Straps used for mounting AB Cable dead and
suspension brackets on poles. The requirement of Hardware shall be as per schedule of
requirement annexed with this section Schedule-II(D).
The bidders are requested to go through the tender document’s instructions and
various terms and conditions contained in Annexure-I & II except as modified/ laid down
hereunder. It may be noted that no conditions or stipulations to the contrary or which are
inconsistent will be accepted. Bidders are requested to ensure that all such schedules along
with questionnaire (duly filled in), are submitted along with their offer. The bidder should
also note that in absence of any of the schedules, their offer is likely to be rejected.
The bidder should read and note carefully all the terms and conditions of the tender
with following new additions and modification in the existing clauses before submitting
the bid.
The bidders are requested to flag the Bid Documents properly with the pages duly
numbered containing General terms & conditions, GTP, Commercial & Technical
deviation, Type test certificates, Calculation sheets & MRC of past orders supply etc. for
the convenience of scrutinizing Bid Documents.
1. ELIGIBILITY CRITERIA:-
(a) The manufacturers of tendered item / equipment only are eligible to participate in
the tender.
(b) In case of new unit not yet executed orders from MPSEB or its successor
companies, should have minimum Three years experience in the field of design,
manufacturing of the item / equipment offered and have supplied 25% of the
tendered quantity to any State Electricity Boards, NTPC, Power Utilities during last
02 (two) financial years.
To satisfy above Manufacturing Experience & Supply Capacity Criteria,
the bidder shall have to furnish copies of orders received from SEB’s/Power
utilities along with Material Receipt Certificates (MRCs) and performance reports
issued by the SEB’s/Power utilities in lieu of conformation and documentary proof
that the tenderer have supplied the tendered Cables.
Please ensure that above information is supported by the documentary
evidences i.e. order copies, MRC’s, receipted challans & Performance reports etc.
The documents shall invariably be in the name of the participated bidders / firms
only and other than those, shall not be considered.

: - 10 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(c) Financial 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) Financial Situation:-The audited financial statements of accounts for the last
three years submitted by bidder shall be evaluated and last year of audited
accounts should show positive net worth and average annual sales of supply of
material and equipments for the last three years should be more than 10% of the
tender value. The approximate value of the instant tender is Rs 188.61 lakh.
(ii) Availability of Financial Resources:- The documents submitted by the bidder,
including the audited financial accounts must demonstrate that the bidder has
adequate working capital available to undertake this contract, which will be equal
to at least 15% of the tender value. If the bidder’s working capital is inadequate,
the bidder should supplement this with a Banker’s letter confirming the
availability of a line of credit such that the bidder’s available working capital
plus line of credit are in total of at least 15% of the tender value.”
(d) 100% Indian Subsidiary of global companies are also eligible to bid, if the
qualification requirements stated above are met independently or in combination
with the parent bidder.
(e) Sample
The bidders are required to submit one sample of each item i.e. Suspension Clamp
assembly & Dead End Clamp assembly suitable for bare and insulated messengers
and Insulated Piercing Connector Type I & II, connector for neutral connection and
Winding cum cutting tool for Stainless Steel Straps used for mounting AB Cable dead and
suspension brackets on poles etc. as per the prescribed specifications and other
requirements as mentioned in the specifications. In absence of the sample the offer
shall not be considered and rejected out rightly.
(f) Please ensure that at-least 30% of tendered quantity in quoted items is offered,
failing which offer shall be liable for rejection.

2. CONFLICTING INTEREST:-
Bidder shall not have a conflict of interest with one or more parties i.e. No
two or more concerns in which an individual is interested as a proprietor and/ or
partner shall tender for the same Item. Participation by bidder(s) with a conflict of
interest situation will result in the disqualification of all bids in which it is involved.
Discom-EZ considers a conflict of interest to be a situation in which a party has
interest that would improperly influence that party’s performance of official duties
or responsibilities, contractual obligations or compliance with applicable laws and
regulations, and that such conflict of interest may contribute to or constitute a
prohibited corrupt practice. A bidder may be consider to be in a conflict of interest
with one or more parties if including but not limited to :-
i) have controlling share holders as his/her family members viz spouse, son, daughter,
father, mother or brother etc. in common or
ii) have a relationship with each other, directly or through common third parties that
puts them in a position to have access to information about or influence on the bid
of another bidder.
iii) If the bidders status is covered in above two categories and have tendered for
different items shall not fall under Conflict of Interest clause.

: - 11 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

The bidders shall be requested to furnish following documents in this regard:-


i) Copy to latest Income Tax return/Permanent Account Numbers (PAN) of all the
partners/Directors (in case of company) along with names, addresses and
telephone Nos./ Mobile Nos. of each Partner/Director.
ii) Latest partnership/ownership deed of the firm quoting the tender.
iii) Copy of list of directors (in case of a company) with names, addresses and
telephone Nos./Mobile Nos. of each director.
iv) Power of Attorney to sign the tender documents and all correspondence before
and after placement of order.
3. SUBMISSION OF BID
(i) The bidder has to quote their rates online only in schedule-I(A), I(B), I(C) & so on
as per the item wise schedule defined to be kept in envelope “C‟ and upload online
as per key dates. Please note that, the Schedules of price bid (Schedule-I(A), I(B),
…), i.e. Financial bid (Envelope-C) will not be accepted physically. In case
Envelope-C is submitted physically the bid will be rejected. The bid of the eligible
bidder for the respective item shall be opened online as per key dates.
(ii) Last date for submission of physical documents (Envelope- A & B) will be one
day prior to the due date of opening of tender as per online key dates up to 17:00
Hrs. The same shall be opened (online & physical) as per key dates.
(iii) The bidders have to submit EMD in Envelope– (A) in physical form & upload
scan copy of the same online as per key dates.
(iv) The bidders have to submit following documents in Envelope – B as per key dates:
(a) Physical submission:-
(i) Document related to Basic Qualifying requirement
(ii) Duly filled all schedules (except price & discount schedules) with
supporting documents
(iii) The tender form duly sealed & signed.
(iv) The copy of valid BIS licence, type test reports etc. as per tender
requirement, if any.
(b) Online uploading:-
(v) The bidder has to upload the check list as per Schedule-VIII online as well in
envelope-B.
(vi) The date of opening of financial / price bid may vary depending upon time taken in
techno-commercial evaluation, sample evaluation it any & related issues. The
bidders may please keep them updated of price bid opening from the E-portal.
4. PRICES:-
The quoted prices shall be FIRM on FOR destination basis. The bidders are
advised to clearly indicate the breakup of prices i.e. ex-work, excise duty, CST/VAT,
freight charges and any other tax etc. for supply of material to any Area Stores at
Jabalpur, Chhindwara, Sagar, Chhatarpur and Satna in Madhya Pradesh.
4.1 (a) TAXES & DUTIES :-
Excise duty, ST/VAT and statutory levies shall be paid at the rate prevailing at the time
of delivery. No upward variation shall be payable beyond the contractual delivery
period where the supplier is responsible for the delay. The bidders are advised to quote
the present rate of ED, ST/VAT etc. applicable to them. The concessional rate of CST
payable against “C” form shall be limited to the Sales Tax applicable for the state of
origin from where the material moves, in case it is lower than the concessional rate of
CST.

: - 12 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

Statutory variations in ED/CST/VAT and any other/new Government levies /taxes,


if applicable during the contractual delivery period shall be paid extra against
documentary evidence.
4.2 The terms and conditions, other than given in the tender document, will not be
acceptable. The offer with the terms and conditions other than stipulated in the tender
documents shall be liable for rejection without any consideration whatsoever.
5. PRICE EVALUATION:-
The quoted prices of the following offered items shall be evaluated on unit basis.
The bidders are advised to quote the prices accordingly:-
 Suspension clamp assembly for cable with bare messenger
 Suspension clamp assembly for cable with insulated messenger
 Dead End Clamp Assembly for cable with bare messenger
 Dead End Clamp Assembly for cable with insulated messenger
 Piercing connector of 16-50 sq.mm. Main and 1.5-10 sq.mm. tap off
 Piercing connector of 16-95 sq.mm. Main and 16-95 sq.mm. tap off
 Winding cum cutting tool for Stainless Steel Straps used for mounting AB Cable
dead and suspension brackets on poles
 Earthing connector suitable for 25 to 50 sq.mm. bare messenger wire
6. PAYMENT:-
Subject to completion of all contractual formalities, 100% payment along with excise
duty and taxes corresponding to the consignment would generally be made within 45
days from the date of receipt of material at Area Stores in good condition against
MATERIAL RECEIPT CERTIFICATE (M.R.C.) issued by the consignee. The
conditional MRC shall be issued by the consignee store on receipt of material at
stores. After successful testing of the randomly selected item / material, the clearance
for payment shall be issued by the CE(Stores), MPPKVVCL, Jabalpur. Other
provisions of terms of Payment Clause of Annexure-II shall remain unchanged.
The MPPKVVCL shall make above payment directly in the Account of
successful bidders. MPPKVVCL is having its Account in S.B.I., Nayagaon Br.,
Jabalpur. To make payment directly through Bank, the bidders are requested to furnish
following information in respect of their Bank Account:-
(a) Name of Bank and Branch address.
(b) Their Bank Account Number.
(c) IFS code of the Branch for RTGS transfer.
Charges required by Bank in this regard will be debited to suppliers’/contractors’
Account. Net payment after deduction of charges required by the Bank shall be
released in favour of successful bidders.
The M.P.P.K.V.V.Co.Ltd. shall not be liable for payment of any interest on
delayed payment.
7. DELIVERY:-
(i) Commencement period of 30 days is permitted from the date of final /last drawing
approval subject to condition that the bidder shall submit the drawings strictly
within 15 days from the date of receipt of order. In case drawings not submitted
within the specified period than a total time of 45 days shall be considered as
commencement period including final drawing approval from the date of receipt of
order.

: - 13 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

The first lot of material shall be offered within 45 days from the date of receipt
of order (i.e. during the commencement period as above) and the deliveries shall be
completed in Three months thereafter in monthly installments in accordance with the
delivery schedule given below:-
S. Lot % of ordered Delivery Schedule
No. No. Qty.
1. 1st 25% To be offered within 45 days
from the date of receipt of order
2. 2nd 25% Within next 30 days thereafter
3. 3rd 25% Within next 30 days thereafter
4. 4th 25% Within next 30 days thereafter
The bidders, therefore, should quote strictly for only such quantities which they can
supply according to the above delivery schedule.
(ii) 7 days postal time shall be allowed for receipt of order.

(iii) Offer shall be made by the bidder indicating date of readiness of material therein
else the date of receipt of offer in the office of the order placing authority shall be
considered as the date of readiness of material.
(iv) The date of readiness of material notified in the offer for pre-despatch inspection
shall be considered as the date of delivery subject to condition that the offer
alongwith the Routine Test Certificates is received in the office of order placing
authority within the terminal date of scheduled delivery and the material is
delivered at Area Store within 21 days (including the date of issue of DI) of issue of
despatch instruction. In case the last date of terminal delivery schedule falls on
holiday(s) the next working day / date shall be considered as the terminal date of
scheduled delivery period.
(v) (a) The material should be delivered to the consignees within 21 days (including
the date of issue of DI) of issue of dispatch instructions. In case, the last day
(i.e. the 21st day) falls on holiday(s) or is declared a holiday, the delivery will
be accepted on the next working day without levy of penalty.
(b) In case material is not delivered within 21 days (including the date of issue of
DI) from the date of issue of despatch instructions even though the delivery
period exists, penalty as per Penalty Clause of the tender/order shall be
reckoned/recoverable from the date of readiness of material notified in the
offer and the period of 21 days allowed for despatch shall not be permitted
and shall be taken into account for calculation of penalty.
(vi) Offers along with Routine Test Certificate may be sent through e-mail / fax. The
MPPKVVCL Jabalpur shall not be responsible for any delay in receipt of
inspection offer by ordinary/registered post.
(vii) In case of delay in testing of material at NABL lab, the delivery of next lot(s) shall
be re-scheduled by ED(Purchase), if required.
(viii) 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. The price variation shall be given for quantities deferred along with any
change in excise duty, CST/VAT and any other statutory levies.

: - 14 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

8. EARNEST MONEY DEPOSIT:-


(a) The bidder shall deposit the Earnest Money vis-à-vis the value of the items offered
as per the table given below:-
Value of Item Earnest Money
Upto INR 50,000. Nil
Above INR 50,000. @1%, subject to minimum INR 1,000 and
maximum INR 1 Lac.
(b) The bidders are permitted to quote for part quantities and pay earnest money only
to the extent of the participation as specified above.
(c) EMD shall be in the form of Crossed Bank Demand Draft (DD) / Pay Orders/
Banker’s Cheque (BC) of scheduled commercial bank drawn in favour of Sr. AO
(JC), MPPKVVCL, Jabalpur 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-commercial and Financial proposal shall be treated as unresponsive
and the same shall be retained with the company.
No offer will be accepted without valid Earnest Money Deposit, unless
exempted by the Discom-EZ on the ground mentioned below
(d) The following are exempted from payment of EMD:
– S.S.I Units of Madhya Pradesh Permanently registered with DIC/Ancillary Units of
MPSEB. The registration should be permanent and should be specifically for the
items quoted in the tender and 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 if Discom-EZ 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.
(e) Forfeiture of Earnest Money Deposit:-
The EMD may be forfeited:-
(i) If a bidder withdraws or revokes its bid during the period of bid validity specified
by the bidder;
(ii) If a bidder modifies its bid in any manner after its opening but before the validity of
the bid expires;

: - 15 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(iii) If a bidder does not accept the arithmetical corrections of its bid price;
(iv) In the case of successful bidder, if the bidder fails to:
-sign the contract within the prescribed time;
-furnish the performance security within the prescribed time.
(v) In case, the bidder withdraws his offer during the validity period, after placement of
order, the EMD shall be forfeited.
9. PERFORMANCE GUARANTEE:-
If during the course of 18 months subsequent to the date of receipt of
consignment any of the item is found defective in material or workmanship or
develops defect during service, the same shall be replaced/repaired immediately,
but in any case within 30 days of receipt of report of defect/ failure, by the
supplier free of all charges. All necessary arrangement on this account will be made
by the supplier. In case replacement is delayed beyond three months of intimation
cost of the material may be recovered from the pending bills/ security deposit of the
firm. Other provisions of Performance Guarantee of Annexure-II shall also be
applicable.
10. PENALTY
The time for and the date of delivery of the material stipulated in the order
shall be deemed to be the essence of the contract. In case of delay in supply of
material beyond delivery schedule stipulated in the order or non-execution of the
order, the MPPKVVCL at its option shall recover from the supplier as agreed
towards liquidated damages @ 0.5% of Ex-works price of any stores not delivered
per week or part thereof subject to maximum of 10%.
11. SECURITY DEPOSIT:
(i) Security deposit equal to 10% of value of the order placed against the tender shall
be furnished by the bidder in the form of Cash/DD/B.G. only drawn on any
scheduled Bank at Jabalpur. The Bank Guarantee towards Security Deposit should
be from a scheduled bank on stamps paper equal to 0.25% of the amount of BG
subject to maximum of Rs. 25,000/- as per Gazette Notification of GoMP dtd
07.01.2015 with validity of minimum 24 months so as to cover the guarantee
period of the material and also due and faithful performance in accordance with
terms and conditions of the order.
No relaxations in submission of Security Deposit against the tender shall be
granted.
(ii) Bank Guarantee in lieu of cash deposit on any nationalized/ scheduled bank strictly
as per Board/Company's proforma (to be supplied along with the order) valid for
minimum 24 months to cover the guarantee period.
(iii) The Security deposit shall be deposited by the bidder within 30 days from the date
of receipt of order. The offer for pre-dispatch inspection shall not be entertained
without furnishing the SD. In case, offer is made without submission of requisite
SD, the date of offer may be treated as the date of submission of SD. Any delay on
this account or levy of penalty etc. shall be to the supplier’s account. The decision/
discretion of MPPKVVCL, Jabalpur in this regard shall be final and binding on the
supplier.
(iv) No Permanent Security Deposit (PSD) shall be considered against this tender and
the bidders shall have to furnish the requisite Security Deposit as above.

: - 16 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

12. EXTENSION ORDER:-


The MPPKVVCL reserves right to place an extension order for any additional
quantity to the extent of 100% quantity of the original order on the same rates,
terms and conditions within Six (06) months from the date of order.
13. FACTORY INSPECTION:- The MPPKVVCL may depute a team of authorized
officers to visit and inspect the factory of new firms with a view to ascertain
whether they are actually manufacture and have adequate manufacturing & testing
facilities, technical know-how and practical experience for the manufacturing of the
quoted item, after opening of the tender or before issue of detailed order, for which
necessary intimation shall be given.
14. QUALITY ASSURANCE PLAN:- The bidder must establish that they are
following a proper quality assurance program for manufacture of offered items and
shall submit various checks, tests, since receipt of the raw materials up to dispatch
of finished product. The bidder shall invariably furnish list of testing equipment
available with them for final testing of equipment.
15. GUARANTEED TECHNICAL PARTICULARS & QUESTIONNAIRE:-
Guaranteed Technical Particulars as per Schedule-III attached giving specification
and Questionnaire as per Schedule-IV shall be filled-in and submitted compulsorily
with the offer. In case, these are not filled-in and enclosed with the offer, the Bid
will be rejected.
16. TYPE TEST CERTIFICATE:-
The offered items shall be fully type tested as per relevant Standards (wherever
applicable) during the last five years from the date of bid opening. The bidder shall
furnish latest complete type test certificates (should not be older than 5 years)
prescribed in respective REC/ NFC standard from any NABL Accredited / CPRI,
Bangalore / CPRI, Bhopal/ CPRI, Muradnagar testing laboratory or a International
Laboratory Accreditation Corporation accredited lab like COFRAC certified
laboratory. The MPPKVVCL shall reject the offer of the bidder who does not have
valid type test report.
17. ROUTINE & ACCEPTANCE TEST:- The manufacturer shall carry out all
Routine & Acceptance test as stipulated in the relevant Standards at their works and
results of these tests will be submitted to this office for approval along with
letter/offer for inspection. The above test results shall be witnessed by our
representative at the manufacturer works, if so desired by the purchaser, prior to
dispatch of the equipment.

18. INSPECTION:
18.1 The inspection may be carried out by the purchaser at any stage of manufacture.
The successful bidder shall grant free access to the purchaser’s representative at
reasonable time when the work is in progress. Inspection and acceptance of any
equipment / material under this specification by the purchaser shall not relieve the
supplier of his obligation of furnishing equipment in accordance with the
specification and shall not prevent subsequent rejection if the equipment / material
are found to be defective.

: - 17 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

18.2 The acceptance tests shall be carried out as per relevant REC construction/ NFC
standards/ ISS as applicable.
18.3 The supplier shall keep the purchaser inform in advance about the manufacturing
program so that arrangement can be made for inspection.
18.4 The purchaser reserves the right to insist for witnessing the acceptance /routine
tests of the bought out items.
19. ACCEPTANCE OF MATERIAL AFTER RECEIPT AT STORES:
The material at our consignee Sores shall be accepted after conducting acceptance
test in an Independent NABL Laboratory like CPRI/NTH etc. The MRC shall be
issued on receipt of satisfactory test results. In case the material fails in any of the
test the entire lot shall be rejected and testing charges shall be recovered from the
supplier. The ED/CGM(Purchase) reserve the right to waive off the testing of the
lot, in case of urgency
20. PRICE CONSIDERATION ZONE (10% Above Lowest Acceptable Rate) :-
Subject to fulfilling the financial, experience, supply capacity and techno-
commercial criteria etc., the MPPKVVCL reserves the right to distribute the
quantities amongst the bidders other than lowest also. While in the normal course
counter offer shall be limited to the bidders whose computed FOR rate including
taxes, duties and freight, other levies is within the price band of 1.1 times of the
lowest acceptable offer on merit basis.
21. QUANTITY ALLOCATION TO ELIGIBLE BIDDERS :
(i) In cases where lowest acceptable F.O.R. destination rate is from a regular
firm:-
60% of the proposed quantity to L-1 bidder (limiting the same to offered quantity)
and balance 40% quantity amongst L-2 and L-3 bidders falling within price
consideration zone of 10% above L-1 and at the price of L-1. The order shall be
placed to L-3 when the offered quantity by L-2 is less than the balance 40% and at
the price of L-1. However the bidders shall have to offer a minimum of 30% of
the proposed quantity, below which their bid shall not be evaluated.
(ii) In cases where lowest acceptable F.O.R. destination rate is from a New firm
(not supplied material to Discoms of MP and whose supply performance is not
known) and difference between L-1 and other eligible bidders is within price
consideration zone of 10% :-
Capacity of the L-1 bidder or 50% of proposed quantity, whichever is lower, to L-1
bidder (subject to satisfactory factory inspection prior to placement of detailed order
and limiting the same to offered quantity) and balance quantity amongst L-2 and L-
3 bidders only falling within the price consideration zone of 10% above L-1 and at
the price of L-1 Order shall be placed to L-3 when the offered quantity by L-2 is
less than the balance 50%, at the price of L-1. However the bidders shall have to
offer a minimum of 30% of the proposed quantity, below which their bids shall
not be evaluated.
22. ACCEPTANCE OF QUANTITY BY L-1 BIDDER :-
In case, where L-2 & L-3 bidders do not accept the counter offer rates of L-1,
the bidder who has quoted/offered the Lowest Acceptable Rate will be required to
accept the enhanced quantity allocations, if it is within the offered quantity by him.
In the event of non acceptance, the bid security (EMD) shall be forfeited, along

: - 18 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

with punitive action against the firm including debarring the firm with Discom EZ
for a certain period as may be decided by MPPKVVCL, Jabalpur. An intimation to
the GM(DIC) in case of State SSI Units and to the GM(NSIC) in case of outside
State Units shall be given for taking action against the firm.”
23. PENALTY FOR BREACH OF CONTRACT
Breach of any terms and 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
this contract by the bidder/vendor, the Company shall be entitled to forfeit the available
security deposit and to realize and 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 contract by the company; or otherwise howsoever.
24. UNSATISFACTORY PERFORMANCE :-
Even on fulfilment of all the criteria it may please be noted that:-
(i) Offers of those bidders who have been debarred/black listed for future business
with EZ Company/MPSEB/other Discoms of MP, may be summarily rejected.
(ii) In case of those bidders whose past performance has not been found satisfactory
against previous tenders of MPSEB /Distribution Companies formed on
restructuring of MPSEB, they may not be considered for order. Following shall
attribute to poor performance of a bidder:-
 Non-execution of previous order(s)/inordinate delay in supply of material.
 Failures of material in testing & non-replacement of the same by the supplier.
 Failures and supply of inferior/substandard quality of materials en-mass as
reported by the field officers.

25. JURISDICTION
Any dispute or difference, arising under, out of, or in connection with this
tender/ contract order shall be subject to exclusive jurisdiction of competent court at
Jabalpur only.
26. REDUCTION OF RATE DUE TO SUBSEQUENT TENDER
As a result of placement of LOI/Order against subsequent tender, if the rates
received are found to be lower, then the pending supplies against order shall be
accepted at the lower rates, from the date of issue of LOI/Order against subsequent
tender.
27. RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS:-
All amount recoverable from the successful bidders against any contracts/orders
including contracts/orders placed on sister concern by the MPPKVVCL, Jabalpur
will be adjusted/ recovered from any type of payment due against the
contracts/orders that may be awarded under this specification OR any other
contract(s)/order(s) including the contracts/order placed on sister concern firms
placed by MPPKVVCL, Jabalpur against other tender specification for the same or
the other items.
The MPPKVVCL, Jabalpur shall have also the option for recovery of liabilities
from any type of payments due against the contracts / orders that may be awarded
by other Discoms of MP viz. MPMKVVCL, Bhopal & MPPKVVCL, Indore.

: - 19 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

28. SETTLELMENT OF DISPUTES:-


All suits or proceedings relating to any dispute or claim arising out of or in the
course of performance of the contract, shall be filed only in the competent court at
Jabalpur.
29. 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.

The arbitration proceeding if any shall be strictly held at the head quarter of
MPPKVVCL at Jabalpur.
30. Bidders are advised to furnish following documents also:
(a) Latest partnership deed/ ownership deed proof or memorandum of articles of the
firm as applicable.

(b) Power of Attorney to sign the tender documents and also all correspondence
after placement of order.
31. The deviations if any in commercial/technical terms should be mentioned very
clearly. In the event of contradictions in terms and conditions and to that of
questionnaire, the bid shall be treated as incomplete and is liable for rejection.
32. The prices shall be indicated in figures and words separately & strictly in proforma
prescribed. Any ambiguity in this regard shall be treated as incomplete bid & shall
be rejected.
33. The Discom reserves the right to accept/reject wholly or partly any tender without
assigning any reason, whatsoever. No correspondence in this regard shall be
entertained by the Discom.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur

: - 20 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-I
(PRICE & QUANTITY)
(To be kept in envelope containing Part-III of tender documents)
SN Description of Material Quantity Quantity Unit ex- ED Excise CST / CST/ Forwarding Any Unit FOR Remark /
tendered offered works in Duty on VAT in VAT on & Freight other Destination price Discount
(Nos.) price % Ex-works % Ex- (Rs.) levy (5+7+9+10+11) if any
including Price works (Rs.)
packing (Rs.) Price
(Rs) plus ED
(Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13
1 Suspension Clamp assembly (suspension clamp + Bracket, Stainless Steel Strap, Buckle) as per specification with one free tool for Winding cum
cutting tool for Stainless Steel Straps used for mounting brackets on poles with each lot of 500 clamps.
(i) Suitable for bare messengers 22,275
(ii) Suitable for insulated messengers 225
2 Dead end/Anchoring Clamp assembly (end clamp + Bracket, Stainless Steel Strap, Buckle) as per specification with one free tool for Winding
cum cutting tool for Stainless Steel Straps used for mounting brackets on poles with each lot of 500 clamps.
(i) Suitable for bare messengers 17,020
(ii) Suitable for insulated messengers 180
3 Piercing connector for phase conductor (LT)
Type-I (Main 16-95 sqmm and Tap off 16-95 sqmm) 24,000
Type-II (Main 16-50 sqmm and Tap off 1.5-10 sqmm) 67,600
4 Clamp for neutral connection from bare messenger
Neutral (25 to 50 sq.mm.) to service connection 22,500
distribution box (LT)
5 Winding cum cutting tool for Stainless Steel Straps
used for mounting AB Cable dead and suspension 150
brackets on poles
Note:-
(1) Payment of any type of Govt. Statutory duty/levies/taxes, VAT etc. shall be paid on actual.
(2) Price Bid to be furnished in above format only. Filling of all the columns is necessary otherwise offer may be rejected.
(3) Responsibility of any lack of clarity leading to confusion will rest with bidders.
(4) MPPKVV Co. Ltd is a Registered Dealer having TIN Number 23845807718. Therefore necessary declaration form, wherever applicable, shall be issued after receipt of
material at destination stores. This should be kept in mind by the bidder while quoting the competitive prices.
(5) If you do not want to participate in any item please fill zero in quantity offered column only.
(6) Please note that the offered discount/ rebate shall be un-conditional only. If conditional rebate/discount is offered, then the same shall be treated as unconditional.
(7) Remarks, if any, may please specified clearly.
PLACE: SIGNATURE OF TENDERER
NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
: - 21 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-II (A)
TECHNICAL SPECIFICATION FOR ACESSORIES (CLAMPS & CONNECTORS)
SUITABLE FOR AERIAL BUNCHED CABLE
1. SCOPE :
This specification covers manufacturing, testing before dispatch, supply and delivery F.O.R.
Destination of Hardware/ Accessories suitable for LT Aerial Bunched XLPE Insulated PVC
sheathed phase Conductor (Aluminium) Cables with bare/insulated Messenger Wire for LT
Overhead lines suitable for working voltage up to & including 1100 Volts as per relevant REC
construction / NFC standards.

The Hardware /Accessories will be supplied with Suspension Clamps are Aluminium
Bracket, stainless steel strap, buckles to erect them on PCC/ Girder Pole and Dead End Clamp /
Anchoring Clamp are Aluminium Bracket, stainless steel strap, buckles to erect them on PCC/
Girder Pole, Insulation Piercing Connectors along with Nuts, Bolts, and Washers. The
requirement of Hardware shall be as per schedule of requirement annexed with this section
schedule-II(D). It may be noted that the quantity in the schedule is tentative and may vary at the
time of placement of order.
2. APPLICABLE STANDARDS
Unless otherwise stipulated in this specification the following standards with latest
amendments shall be applicable:

i. REC Specification No. 84/2010, NFC 33-040, NFC 33-041 for Suspension Clamp, Dead
End Clamp.
ii. NFC - 33-020 : Insulation Piercing Connectors
iii. NFC - 33-004 : Electrical Ageing Test.
iv. IS 14255 : LV Aerial Bunched Cable.
v. ASTM A 480 : Stainless Steel
3. GENERAL REQUIREMENTS:
The hardware/accessories should be suitable for AB Cable required as under:
The phase conductors shall be 95mm2/50mm2/35mm2/25mm2 and street light conductor 16mm2
XLPE insulated PVC sheathed (1mm) and neutral cum messenger conductor shall be 25mm2 to
50mm2 bare and 70mm2 insulated of heat treated aluminium silicon containing 0.5% magnesium
and approximately 0.5% silicon conforming to IS:398 (Part-IV) 1979 and its latest amendment, if
any.
4.1. SUSPENSION CLAMP ASSEMBLY:
a) The suspension clamp shall conform to NFC 33-040 standard.
b) The suspension clamp shall provide sufficient flexibility to allow for movement of
clamp at both straight run and angle locations.
c) The suspension clamp shall be capable of holding insulated / bare Al. Alloy messenger
wire size of 70/ 50/ 35 /25 sq.mm.
d) The suspension clamp shall have good finish and shall be free from all flaws, sharp
radius of curvature and edges shall be suitably rounded off.
e) The design of clamp shall be bolt-less, neutral messenger should be fixed by an
adjustable grip device. There should not be any loosable part in the process of
clamping.
: 22:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

f) The Suspension clamp and Movable link shall be made fully of insulating type of
mechanically strong and weather resistant plastic for protection of phase cable.
g) Suspension Clamps for bare messengers shall be different and easily distinguishable
from those for insulated messengers
h) The suspension clamp shall be provided with suitable Aluminum bracket, Stainless
Steel Strap, Buckle to erect them on 8M PCC / Girder Poles having top and bottom
dimensions as per NFC 33-040 standard.
i) Brackets should suitable for fixing to pole by means of two S S Strap of 20mm ±0.2 x
0.7mm ±0.05 mm and SS Buckles as per NFC 33-040 standard.
j) Each Suspension Assembly shall consist of:
 One number Suspension Bracket.
 One number moveable (articulated) connecting link.
 One number Suspension Clamp.
Suspension Assemblies shall be supplied in sets to ensure compatibility of the
materials against corrosion or wear of rotating/moving parts.
k) The performance/ test requirements shall be as per NFC 33-040 standards
4.2. ANCHORING CLAMP/ DEAD END CLAMP ASSEMBLY:
a) The anchoring clamp/ dead end assembly shall conform to NFC 33-041 standards.
b) The anchoring clamp (dead end assembly) shall be capable of holding insulated / bare
Al. Alloy messenger wire size of 25sq.mm, 35sq.mm, 50sq.mm. & 70sq.mm
respectively.
c) The anchoring clamp/ dead end assembly shall have good finish and shall be free from
all flaws, sharp radius of curvature and edges shall be suitably rounded off.
d) The design of clamp shall be boltless i.e. no tools required to clamp the messenger wire.
Wedge type clamps shall be used for clamping the messenger without damaging the
strands of the bare messenger. The clamp shall be of aluminium body with fully
insulating type of mechanical and weather resisting thermoplastic wedges.
e) The Anchoring Clamp shall be supplied with a stainless steel flexible Rope to connect
the Tension Clamp to the Eye Hook. The flexible Rope forming part of clamp should be
of length to maintain at least 150mm distance between Al. Pole bracket and body of
clamp. The rope should have sufficient flexibility to ease the torsional movement of the
ABC system.
f) The anchoring clamp/ dead end assembly shall be provided with suitable Aluminum
bracket, Stainless Steel Strap, Buckle to erect them on 8M PCC/ Girder Poles having
top and bottom dimensions as per NFC 33-041 standards. However, the size and no. of
pole clamps should be confirmed invariably before supply.
g) The pole bracket shall be made out of a single piece Aluminium alloy with required
strength. Aluminium brackets with sharp corners are not allowed. The brackets for
suitable for attachment to a pole by two stainless Steel straps of length 0.75 meter and
width 20mm ±0.2 x 0.7mm ±0.05 and buckle as described later in this specification.
h) The pole bracket should be designed with a closed hook; to ensure that Flexible rope
(Bail) cannot slip out at any angle. The distance between the pole and anchoring clamps
fixing point should be minimum 100±20mm as per NFC 33-041
i) The performance/ test requirements shall be as per NFC 33-041 standards.

: 23:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

4.3. Stainless steel strap and buckles


The stainless steel strap shall consist of
a) Stainless steel strap of size 20mm ±0.2 x 0.7mm ±0.05 mm and shall have tensile
strength of 7.5KN min., elongation 30% Min, finish 2B, and the stainless steel material
shall be of high mechanical strength, corrosion and wear resistant as per ASTM SS 202.
b) Tensile strength of strap is to be min 7.5KN to be tested on a loop with buckle. Number
of loops for mounting the bracket on pole to be allocated as per load requirement for
dead-end and suspension clamp specified in this specification.
c) Min two loops of 0.75 meter each with one buckle to be considered for attaching the
brackets to the poles. For dead-end or suspension pole bracket a total of 1.5 meter of SS
Strap and two buckle are required.
d) The SS Strap should be engraved with the name of the Manufacturer, month and year of
manufacturing and length at a distance of approx 250 mm for traceability.
e) The S S buckle to suit above strap shall be used to tension & fix it. It should have a slot
width to suit the S S strap.
f) The Buckle should be made from ASTM SS 304 of thickness not less than 1.2 mm.
g) S S Strap must be supplied in 50 or 25 meter roll in plastic dispenser casing with
indication of remaining length
h) TEST REQUIREMENTS FOR STAINLESS STEEL STRAP AND BUCKLES
Type tests on SS Straps and Buckles shall consist of Chemical Analysis Test Report of
Composition. In addition the SS Strap should have been type tested for Tensile Strength and
Ultimate Elongation.
SN Test Type Test Acceptance Test Routine Test
1 Visual X X
2 Dimensional X X
3 Tensile X X X
4 Chemical and Mechanical Properties X

4.4. INSULATION PIERCING CONNECTORS:


a) The L.T. Insulating Piercing Connectors are used for making Tee or Tap off
connections to an Aerial Bunched Cables suitable upto 1.1 KV, service voltage 0.6
KV.
b) The L.T. Insulation Piercing Connectors shall conform to NFC-33-020.
c) The L.T. Insulation Piercing Connectors shall be of following type:
------------------------------------------------------------------------------------------------------
Type Main Cable Tap Off Cable End Cap suitable
for Sealing Branch
------------------------------------------------------------------------------------------------------
I 16-95 Sq.mm. 16-95 Sq.mm. 16-95 Sq.mm.
XLPE or PVC XLPE or PVC
II 16-50 Sq.mm. 1.5-10 Sq.mm. 1.5-10 Sq.mm.
XLPE or PVC XLPE or PVC
--------------------------------------------------------------------------------------------------
d) The L.T. Insulation Piercing Connectors are designed to make a connection between
the uncut main conductor & a branch cable conductor without removing the insulation

: 24:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

and with single tightening. The IPC will first pierce the insulation, and then make good
electrical contact between the main & the branch conductor while simultaneously
insulating & sealing the connection. The piercing teeth shall be made of tinted Copper
/Alluminium Alloy.
e) Any metallic part that is exposed must be free from potential during or after connector
installation.
f) The Insulation Piercing Connectors must be suitable for application by one worker
working alone with a 17mm/ 13mm/ 10mm wrench.
g) The Insulation Piercing Connectors must be equipped with Aluminum
alloy/thermoplastic shear heads with minimum & maximum torque as indicated by the
manufacturer and within the range specified in NFC 33-020.
h) The Insulation Piercing Connectors shall be water proof & the water tightness shall be
ensured by appropriate elastomer material
i) The Connector shall have removable end cap for sealing cut end of the branch cable
enabling tapping on either side of the connector with the connector being in its vertical
position with bolt head upward. The End cap shall be rigid of slide type enabling easy
positioning and unloosable after the tap cable is positioned. The End cap shall be
equipped with a water tightness seal.
j) Rubber seal around piercing teeth shall be compatible with grease used. Rubber seal
shall be designed in a manner to provide proper sealing around the piercing & to avoid
the damage to conductor insulation beyond piercing point. Rubber parts shall
comprised of material that exhibit resistance to aging caused by heating or other
weather conditions.
k) All the insulating material used shall be UV resistant & fire retardant. Metallic parts
shall be non- corrosive surface treatment. Exposed metallic parts shall be potential free
during & after connector mounting.
l) The Insulation Piercing Connectors shall have good finish and shall be free from all
flaws, sharp radii of curvature and suitably rounded off.
m) The performance/ test requirements of insulation piercing connectors shall be as per
NFC Standards 33-020.
n) Type Test Certificates of both the model must be furnished with tender. The IPC
offered, sample submitted and the IPC on type test carried out has to be same design.
This is applicable for both the model. Type test has to be conducted as per NFC 33 020
strictly in any internationally recognized lab like COFRAC or any NABL Accredited
Lab like CPRI Bangalore, ERDA.
o) TESTING REQUIREMENTS OF INSULATION PIERCING CONNECTORS
The following tests (type, acceptance and routine) as per NFC 33 020 categorized as follows.
S Type Acceptance Routine
Clause Test
N Test Test Test
1 6.2.1 Visual X X
2 6.2.2 Dimensional X X X
6.2.3 Mechanical X
6.2.3.1 - Electrical Continuity and Shear
head & mechanical behaviour.
3 - Effect of tightening the X X X
6.2.3.2 mechanical strength of main
core.
- Checking mechanical strength X
: 25:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

6.2.3.3 of tap core.


4 6.2.4.1 Di-electric Voltage test X X X
5 6.2.5 Climatic Ageing Test X
6 6.2.6 Corrosion Test X
7 6.2.7 Electrical ageing test X

4.5. EARTHING CONNECTOR:


Earthing connector shall be one bolt type made of Extruded Aluminium Alloy
conforming to IS:617-75 and shall be suitable for 25 to 50 sq. mm. bare messenger wires.
The bolt & washers shall be made of Mild Steel conforming to IS:1573
The Boltless wedge type earthing connectors conforming to REC construction
standards shall also be acceptable.
5. The above hardware/ accessories shall be suitable for use with LT Aerial Bunched XLPE
Insulated Cable conforming to IS:14255/l995 of following sizes.

S.No. Designation of finished LT cable


i 3CX25+ 1CX16+ 35 sq.mm bare messenger
ii 3CX35+ 1CX16+ 35 sq.mm bare messenger
iii 3CX50+ 1CX16+ 35 sq.mm bare messenger
iv 3CX95+ 1CX16+ 70 sq.mm. insulated messenger
Note:- The first part of the designation refers to the number and size of insulated phase conductor
and the middle refer to insulated Street light conductor and last refers to the size of bare
messenger/neutral wire. The sizes shown are the nominal cross sectional area of the
conductors.
6. DRAWINGS:
i. A drawing / picture clearly showing principal parts & dimensions for all products should
be submitted along with the offer.
ii. The principal outer dimensions of each item, 1 x b x w in mm and weight in gms should
be submitted along with the offer.

Few examples of drawings of various accessories are shown in Schedule-II(C).


However bidders are advised to submit their own design/drawings of respective item duly type
tested as per relevant standards.

The successful bidder within two weeks of placement of order shall furnish three sets of
final versions of all drawings of hardware/ accessories for purchaser’s approval along with
sample finalized.
7 TESTS & TESTS CERTIFICATES:
7.1 The Hardware / accessories should meet the requirement of all tests as specified in respective
NFC standard and their latest amendments.
7.2 The bidder shall furnish latest complete type test certificates (should not be older than 5
years) prescribed in respective REC/NFC standard from any NABL Accredited / CPRI,
Bangalore/CPRI, Bhopal/ CPRI, Muradnagar testing laboratory or a International Laboratory
Accreditation Corporation accredited lab like COFRAC certified laboratory. The
MPPKVVCL shall reject the offer of the bidder who does not have valid type test report.
: 26:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

Type test:- The following shall constitute Type tests for Suspension and Dead end Clamps
i) Tensile Test on Brackets
ii) Tensile / Mechanical Test on sub-assembly
iii) Slippage Test (for suspension Clamp only)
iv) Voltage test on assembly
v) Corrosion Test
vi) Climatic Test
vii) Endurance test under Mech and Thermal Stress (for Anchor Clamps only)

Acceptance Tests:- The following shall constitute acceptance tests:


For Anchor Assemblies
i) Visual *
ii) Dimensional (as per SCD and Overall dimensions submitted with tender ) *
iii) Mechanical Test on bracket **
iv) Mechanical test on clamp **
v) Voltage Test *
For Suspension Assemblies
vi) Visual *
vii) Dimensional (as per SCD and Overall dimensions submitted with tender) *
viii) Mechanical Test on Bracket **
ix) Mechanical tests on Clamp **
x) Voltage Test *
The above tests are to be carried out as per sampling plan below.
In case of random failure/defect, double the sample lot is to be drawn and there should be
no failure/defect exceeding half the permissible defects (rounded down) shown in the chart.

For tests Marked * For Tests Marked **


Lot Size Sample Max permissible Sample Max permissible
Size Defects Size Defects
Upto 100 2 nil 1 Nil
101-500 5 1 2 Nil
501-2500 10 2 2 Nil
2501 & above 10 + 0.2 % 2 + 10 % of 4 1
additional sample
qty

The bidder must also clearly indicate various testing facilities available at their works for
testing the material as per relevant standard. In case of other particulars of the place such testing
is proposed to be conducted during the course of inspection shall be indicated with the offer.

19 ACCEPTABILITY OF SUPPLIED MATERIAL:


One sample from the 1st Lot of Hardware of each size as received in purchaser's store
shall be sealed for getting it tested as per acceptance test described in relevent REC construction
standard /NFC Standard/ISS from any of CPRI, Bangalore/ Bhopal, CEPET or any NABL
accredited testing laboratory.

: 27:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

In case sample from first lot fails then:


i) Supplier shall have to replace the full quantity of the respective lot supplied to various
stores and lying unused at stores.
ii) For the quantity already utilized against the order in field a deduction of @ 50% (Fifty
Percent) of F.O.R. Destination price of the material supplied shall be made or it
shall be replaced. This will be at the discretion of competent authority of MPPKVVCL.
iii) Sample from the replaced lot shall be selected again for testing. All test charges
incurred towards acceptance test of the material for second time shall be borne by the
Supplier. In case sample again fails in the test then further supplies shall not be
accepted.

20 EMBOSSING & IDENTIFICATION:


It should be provided in each piece as per Clause No.3 of the relevant NFC standards.

21 PACKING, MARKING & FORWARDING:

21.1 All hardware fitting shall be packed in suitably sized double Gunny Bags. The gross
weight of the packing shall not normally exceed 50 Kgs. to avoid handling problems.
21.2 Suitable cushioning, protective padding or spacer shall be provided to prevent damage to
or deformation of the hardware during transit and handling.
21.3 All identical items shall be dispatched to destination duly assembled and packed. Bolts,
Nuts, Washers etc. shall be packed duly installed and assembled with the respective parts
and suitable measures shall be taken to prevent their transit loss.
21.4 All packing cases shall be marked legibly and correctly so as to ensure their safe arrival at
their destination and to avoid the possibility of goods being lost or wrongly dispatched on
account of faulty or illegible marking. Each case / crate shall have all the markings
stenciled on it in indelible ink.

22 GUARANTEED TECHNICAL PARTICULARS:


The bidder shall furnish guaranteed technical particulars in the relevant schedule as per
Schedule-III.

23 Offers without required GTP, Samples, Type Test reports, Drawings, Dimensions, and
Copies of Purchase Orders shall be considered incomplete / non-conforming offers and shall be
liable to be rejected.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur

: 28:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-II (B)

TECHNICAL SPECIFICATION
STAINLESS STEEL STRAP WINDING & CUTTING TOOL

The specification details and the functional and design requirement of Strap winding cum
cutting tool for Stainless Steel Straps used for mounting AB Cable dead and suspension brackets
on poles.

1. Functional and Design Requirements

1.1 Stainless steel straps with 20mm width and 0.7mm thickness needs to be handled by the
strap for winding and cutting.

1.2 The strap winding tool should be simultaneously wind and on proper tightening shall be
able cut the straps easily after bending.

1.3 Strap winding and cutting operation shall be performed by the tool with easiness without
any obstruction.

1.4 A locking mechanism to be inbuilt to avoid the tool accidentally damaging or cutting the
strap while winding.

1.5 One handle of the tool equipped with a ratchet/lever to enable the winding mechanism.
One handle shall be used to cut the straps after removal of the locking.

1.6 Plastic over moulded handle to be provided for insulation safety.

1.7 High strength steel to be used as cutting shear blade and ratchet wheel for long life of the
strap winding and cutting tool.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur

: 29:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-II (C)
1. Example of Suspension Clamp assembly

: 30:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

5. Example of Dead End/Anchoring Clamp

: 31:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

3. Example of Stainless Steel Strap & Buckle

: 32:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

6. Example of Insulation Piercing connectors

: 33:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

: 34:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

7. Example of Earthing Connector

: 35:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE OF REQUIREMENT – II(D)

HARDWARE / ACCESSORIES SUITABLE FOR LT AERIAL BUNCHED XLPE


INSULATED PVC SHEATHED PHASE CONDUCTOR (ALUMINIUM) CABLES
WITH BARE/INSULATED MESSENGER WIRE SUITABLE FOR WORKING
VOLTAGE UPTO & INCLUDING 1100 VOLTS.

SN Description of Material Quantity Quantity


tendered offered
(Nos.)

1 2 3 4
1 Suspension Clamp assembly (suspension clamp + Bracket, Stainless
Steel Strap, Buckle) as per specification with one free tool for
Winding and cutting with each lot of 500 clamps.
Suitable for bare messengers 22,275
Suitable for insulated messengers 225
2 Dead end/Anchoring Clamp assembly (end clamp + Bracket,
Stainless Steel Strap, Buckle) as per specification with one free tool
for Winding and cutting with each lot of 500 clamps.
Suitable for bare messengers 17,020
Suitable for insulated messengers 180
3 Piercing connector for phase conductor (LT)
Type-I (Main 16-95 sq.mm and Tap off 16-95 sq.mm) 24,000
Type-II (Main 16-50 sq.mm and Tap off 1.5-10 sq.mm) 67,600
4 Clamp for neutral connection from bare messenger Neutral
22,500
(25 to 50 sq.mm.) to service connection distribution box (LT)
5 Winding cum cutting tool for Stainless Steel Straps used for
150
mounting AB Cable dead and suspension brackets on poles

NOTE:- The quantities as mentioned in the schedule of requirements are tentative and may
increase/decrease as per the requirement of the MPPKVVCL.

: 36:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-III
GUARANTEED TECHNICAL PARTICULARS

(i) SUSPENSION /DEAD END CLAMP ASSEMBLY FOR BARE MESSENGER WIRE

1 Type of Clamp Dead end clamp Assembly for LT AB Cable


Bare Messengers Insulated Messengers
2 Name & Address of the Manufacturer
Standard
3 (REC Specification No. 84/2010 /NFC
33-041 with latest amendments.)
4 Range of messenger size
5 Type of design
Installation (with / without
6
disassembly)
Type & grade Metallic / Nonmetallic
7
Material
8 Marking
9 Colour of Nonmetallic parts
10 Dimensions (mm)
11 Approximate weight (Kg)
12 Breaking Load (KN)
Di-Electric test
13
(Min 6 KV AC for 1 minute)
14 Maximum load holding capacity (KN)
Max. vertical load sustained by clamp
15
(KN.)
Is type test report enclosed as per NFC
16
33-041

1 Type of Clamp Suspension Clamp Assembly for LT AB Cable


Bare Messengers Insulated Messengers
2 Name of the Manufacturer
3 Address of the Manufacturer
Standard
4 ( REC Specification No. 84/2010
/NFC 33-040 with latest amendments.)
5 Type

: 37:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

1 Type of Clamp Suspension Clamp Assembly for LT AB Cable


Bare Messengers Insulated Messengers
6 Range of conductor size
Installation (with / without
7
disassembly)
8 Is bracket & movable link included
Type & grade Metallic / Nonmetallic
9
Material
10 Marking

11 Colour of Nonmetallic parts

12 Breaking Load (KN)

13 High voltage test (Acceptance test)


Maximum load holding capacity (KN)
14
(Acceptance test)
Max. longitudinal load sustained by
15 clamp
(Acceptance test)
Are all type test reports as per NFC 33
16
040 enclosed

Sl. No. Particulars S.S. Strap

1 Material composition

2 Weight of the material (Kg/m)


3 Tensile strength (KN/Sq.mm)

4 Type test report for Tensile strength

Sl. No. Particulars Buckle

1 Material composition

2 Weight of the material (Grams)

3 Tensile strength(KN/Sq.mm)

4 Type test report for A. Tensile strength

: 38:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(ii) INSULATING PIERCING CONNECTOR FOR AERIAL BUNCHED CABLE

S. N PARTICULARS TO BE SPECIFIED
1. Name of Bidder
2. Name & Address of manufacturer of Piercing
Connector
3. Are GA drawings enclosed?
4. Are experience certificate enclosed?
5. Insulation Piercing Connectors range
(i) Main : 16 - 95 mm2,
Branch (Tap off): 16 - 95 mm2

(ii) Main : 16 - 50 mm2,


Branch (Tap off): 1.5 - 10 mm2
6. Is any metallic part carrying potential in
operation exposed during installation?
7. Material used for teeth
8. Surface Finish of teeth
9. Are end caps for branch cable provided?
9.1 Slide on type
9.2 Rigid
10. Are torque limiting shear heads provided on
tightening bolts?
11. Rated tightening torque (Nm)
12. Torque for establishing connection between Main
& Branch (Nm)
13. Max. Tensile Load for no Break down of main
conductor. (Kg)
14. Max. Tensile Load on Branch conductor for no
slippage/break. (Kg)
15. Voltage withstand under water immersion
16. Electric aging test report enclosed?
17. No. of cycles
18. Max. Temp. in each cycle (Deg.)
19. Over current test current
i. Value (Amps)
ii Duration (Sec)
20. Resistance change duration
21. Is Corrosion test report enclosed?
22. Is Climate Ageing test report enclosed?

: 39:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(iii) EARTHING CONNECTOR (CLAMP FOR NEUTRAL CONNECTION)


S. PARTICULARS TO BE SPECIFIED
N
1. Name & Address of manufacturer of CLAMP
FOR NEUTRAL CONNECTION
2. Are GA drawings enclosed?
3. Are experience certificate enclosed?
4. Materials
5. Conductor range (mm2)
6. a) Length, width & thickness of complete
connector
b) No. of bolts along with nuts and washers
7. Particulars of Galvanisation

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

: 40:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

PART-II
ANNEXURE-I

GENERAL INSTRUCTIONS TO BIDDERS


1. GENERAL
Executive Director / Chief General Manager (Purchase) on behalf of "The Madhya
Pradesh Poorva Kshetra Vidyut Vitaran Co. Ltd." herein-after referred to as "Discom-EZ", will
receive sealed tenders/bids for supply of materials/equipments in accordance with the attached
specifications for supply to Area Stores at Jabalpur, Chhindwara, Sagar, Chhatarpur and
Satna only in Madhya Pradesh.
2. BASIC QUALIFICATION OF BIDDERS
This bidding is open for Manufacturers/Printers* (wherever applicable) only who provide
satisfactory evidence:-
(a) That they are qualified Manufacturer/Printers* (wherever applicable) who regularly
manufacture the materials/equipments of the type specified and have adequate
technical knowledge and practical experience.
(b) That they do not anticipate change in the ownership during the proposed period of
contract (if such a change is anticipated, the scope and effect thereof shall be defined).
(c) That, they have adequate financial stability and status to meet the financial
obligations pursuant to the scope of the assignments
(d) That, they have adequate plant and manufacturing capacity available to perform the
assignment properly and expeditiously within the time period specified.
*applicable for tenders pertaining to printing of stationery etc.

3. EARNEST MONEY
(a) The bidder shall deposit the Earnest Money vis-à-vis the value of the items offered as per
the table given below:-
Value of Item Earnest Money
Upto INR 50,000. Nil
Above INR 50,000. @1%, subject to minimum INR 1,000 and
maximum INR 1 Lac.

(b) The bidders are permitted to quote for part quantities and pay earnest money only to the
extent of the participation on the basis of slabs specified above
(c) EMD shall be in the form of Crossed Bank Demand Draft (DD) / Pay Orders/ Banker’s
Cheque (BC) of scheduled commercial bank drawn in favour of Sr. A.O. (JC), MPPKVV
Co. Ltd., Jabalpur.
(d) 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-commercial and Financial proposal shall be treated
as unresponsive and the same shall be retained with the company.

: 1:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

No offer will be accepted without valid Earnest Money Deposit, unless exempted
by the Discom-EZ
(e) The following are exempted from payment of EMD:
– S.S.I Units of Madhya Pradesh Permanently registered with DIC/Ancillary Units of
MPSEB. The registration should be permanent and should be specifically for the
items quoted in the tender and 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 if Discom-EZ 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.
(f) Forfeiture of Earnest Money Deposit:-
The EMD may be forfeited:-
(i) If a bidder withdraws or revokes its bid during the period of bid validity specified
by the bidder;
(ii) If a bidder modifies its bid in any manner after its opening but before the validity of
the bid expires;
(iii) If a bidder does not accept the arithmetical corrections of its bid price;
(iv) In the case of successful bidder, if the bidder fails to:
-sign the contract within the prescribed time;
-furnish the performance security within the prescribed time.
(v) In case, the bidder withdraws his offer during the validity period, after placement
of order, the EMD shall be forfeited.

(g) RETURN OF EARNEST MONEY TO BIDDERS


i. EMD shall be returned to the un-successful bidders, as soon as possible, after the
tender is decided. No interest shall be paid on EMD amounts.
ii. EMD of bidders on whom the orders have been placed, shall be returned on
acceptance of security deposit. No, interest shall be paid on EMD amount.

: 2:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

4. TAXES AND DUTIES


a) All taxes and duties should be included in the prices quoted. Any kind of taxes and duties
shall not be paid extra. However, the break up of taxes & duties must be indicated
separately in the Schedule-IV, Part-B Commercial Information.
b) M.P. Poorv Kshetra Vidyut Vitaran Company Ltd., Jabalpur is a Registered Dealer and
TIN Number is 23845807718. Therefore necessary declaration form, wherever
applicable, shall be issued after receipt of material at destination, by the M.P. Poorv
Kshetra Vidyut Vitaran Company Ltd., Jabalpur. Any other applicable declaration form
for concessional rate of Sales tax/Commercial tax as may be in force shall be given only
after the legal position is verified at our end. Please note that ‘C’ forms for claiming
concessional sales tax shall not be issued in case of following items:-
(i) Type writers,
(ii) Stationery,
(iii) Furniture &
(iv) Other goods not used in the process of Generation/Transmission/
Distribution of Electricity Energy.
c) Excise duty and Sales Tax/Commercial Tax are payable for the contractual delivery
period only at the prevailing rates wherever applicable. No upward variation shall be
payable beyond the contractual delivery period, where the supplier is responsible for the
delays.
d) Wherever applicable tenderers outside the State of M.P. should also quote the prevailing
rate of Sales Tax/ Commercial Tax in the state of origin so that the concessional rate of
CST payable against “C” form may be limited to the Sales Tax applicable for state of
origin, from where the material move, in case, these are lower than the concessional rate
of CST.

5. AMENDMENT IN SPECIFICATIONS
The Discom-EZ may revise or amend the specification and drawing, prior to the date
notified for opening of Price Bid of tender. Such revision/ amendment, if any, will be
communicated to all those who have bought the tender documents as Amendment/ Addendum to
the invitation of tender.
6. BIDS RECEIVED BY MESSENGER
When tenders are delivered by special messenger, the same should be dropped in the
Tender Box, kept in the office of CGM (Purchase), MPPKVV Co. Ltd., Block No.8, 3rd floor,
Shakti Bhawan, Rampur, Jabalpur (MP) - 482008, on all working days during working hours
indicated in tender notice. Nobody is authorized to receive or grant receipt for tender
delivered by hand.
7. BIDS IN OPEN FORM
Open bids through Telegram/Fax will not be considered under any circumstances.

8. DELAYED/ LATE BIDS


The Discom-EZ shall not assume any responsibility for any postal delays either for the
late receipt of documents by bidder or late receipt of bids by the Board/Company. No Extension
in time shall be granted on such grounds.

: 3:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

9. ALTERNATIVE BIDS
Bid should be submitted as per intent of tender documents; any alternative offers are
liable for rejection.
10. MISTAKES IN BIDS
Rates should be quoted in both; figures and words. In case of ambiguity between rates in
figures and words, lower of the two/beneficial to the Discoms shall be considered. Such offers
can also be rejected.
11. LUMPSUM BASED BIDS:-
In case prices for some items or all items are given as a sump sum, instead of unit prices
as required in the tender specifications, Discom-EZ can summarily rejected such incomplete
tender.
12. PRINTED TERMS AND CONDITIONS IN BIDS
Supplier's printed terms and conditions will not be considered as forming part of the
tender under any circumstances whatsoever.
13. ALTERATIONS/CORRECTIONS IN BIDS
Any alteration/correction in the tender document should be counter-signed. Further, no
post tender alteration/correction shall be entertained.
14. INCOMPLETE BIDS
Tender which is incomplete or obscure is liable for rejection.
15. ACCEPTANCE OF PART/WHOLE BIDS-RIGHTS THEREOF
Discom-EZ reserves the right to accept/ reject wholly or partly any tender without
assigning any reason whatsoever. The Discom-EZ 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 Discom shall be taken without any reference to the
tender.
17. DISQUALIFICATION OF BIDS
A Bid which gets opened before the due date 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, that is, when a bidder
does not comply, tender will be rejected.

18. LANGUAGE OF BIDS


All tenders should be made either in English or in Hindi only.

19. INCOME TAX/SALES TAX CLEARANCE CERTIFICATE


During the processing of tender if asked for, the bidders shall be required to furnish
Income/Sales Tax clearance certificates from competent authority.

: 4:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

20. FILLING OF QUESTIONNAIRE/SCHEDULES


All the Questionnaire / Schedules along with specification are enclosed for technical/
commercial terms & conditions. It is compulsory on the part of the bidder to furnish all details as
sought in these. In case, these are not filled in and enclosed with the offer, the Bid will be
rejected.

21. DEVIATIONS FROM TERMS & CONDITIONS


Offers with deviations in the terms of payment, liquidated damages, security deposit and
performance guarantee are liable to be rejected out rightly.
22. PAST EXPERIENCE
Supplier having past experience in manufacture and supply of materials should furnish
the list of supplies made during the last three years for the materials supplied by them, as per
enclosed Schedule V Part "A” failing which the tender may not get any preference for his past
experience.
23. SUBMISSION OF BIDS
(i) The tender shall be submitted in three (3) parts:-
Part-I shall contain “EARNEST MONEY DEPOSIT / DOCUMENT WHICH
ENTITLE FOR EXEMPTION FROM EMD".
Part-II shall contain “COMMERCIAL BID AND THE TECHNICAL BID".
Part-III shall contain "PRICE BID", in the Price Schedule. The bidder shall ensure
that the prices/rates are filled in accordance with the proforma for "Price and
Quantity." Schedule-I.
(ii) Tender being submitted must be signed by a person holding a Power of Attorney
authorizing him to do so, certified copies of which shall be enclosed.
(iii) 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.
(iv) All the three parts shall be submitted in three separate sealed envelopes and
these envelopes shall be properly superscribed as Part-I "Earnest Money
Deposit", Part-II "Commercial Bid and Technical Bid" and Part-III "Price
Bid". Each envelope shall also be superscribed with name of item and T.S. No. for
which the tender is submitted, the name of the said bidder and the date of opening, as
advertised. The tender i.e. the three parts shall be submitted each in duplicate.
(v) The above three envelopes duly sealed are to be kept again in one envelope called
main envelope and sealed. This envelope should be properly superscribed stating
that this envelope contains three separate envelopes for Part-I "EARNEST MONEY
DEPOSIT", Part-II "COMMERCIAL AND TECHNICAL BID" and Part-III "PRICE
BID", in addition to tender specification No., Name of Item & bidder. Details of
Earnest Money Deposit and Due date of opening should be superscribed on this
common envelope also. Beside this, it shall be certified on the main envelope itself
that Discom-EZ’s PAYMENT TERMS, PENALTY, SECURITY DEPOSIT and

: 5:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

PERFORMANCE GUARANTEE & PRICE VARIATION (WHEREVER


APPLICABLE) CLAUSES, as mentioned in tender specification, are acceptable to
the bidder. This certification shall be in the following manner:-
TENDER SPECIFICATION NO. ________DUE FOR OPENING ON __________
FOR PROCUREMENT OF ______________________________________________
THIS ENVELOPE CONTAINS 3 SEPARATE ENVELOPES FOR:-
i) PART-I : "EARNEST MONEY DEPOSIT"
ii) PART-II : "COMMERCIAL AND TECHNICAL BID"
iii) PART-III : "PRICE BID"
TO,
THE EXECUTIVE DIRECTOR (PURCHASE)
M.P. POORVA KSHETRA VIDYUT VITRAN Co. Ltd.
BLOCK NO. 8, 3 rd Floor
SHAKTI BHAWAN, RAMPUR,
JABALPUR (MP) 482 008
IT IS CERTIFIED THAT WE AGREE THE FOLLOWING CLAUSES OF
TENDER SPECIFICATION:-
(i) PAYMENT TERMS : AGREED
(ii) SECURITY DEPOSIT : AGREED
(iii) PENALTY : AGREED
(iv) PERFORMANCE GUARANTEE : AGREED

SIGNATURE OF TENDERER
STATUS & COMPANY’S SEAL
(v) Even after certification on the body of the main envelope, if any ambiguity is found
upon opening of the main envelope or after opening of the Price Bid, the offer shall be
liable for rejection.
24. DATE AND TIME OF OPENING OF BIDS - CHANGES
Tender shall be opened on the due date and time as notified in the presence of the bidders
or their authorized representatives who may be present. If the due date of opening/ submission of
tender documents are declared a holiday by the Central/ State Government or Local
Administration, it will automatically get shifted to the next working day, for which no prior
intimation shall be given. The tender opening shall be continued on subsequent days, in case the
opening of all the tenders is not completed on the day of opening.

It may please be noted that the due date/ time of opening can be altered, extended, if
felt necessary by the purchaser, without assigning any reason thereof. However, due intimation
shall be communicated in such a case.

25. OPENING OF E.M.D. & COMMERCIAL AND TECHNICAL BID


The first envelope of Earnest Money Deposit shall be opened on the due date and time, as
notified in the Notice Inviting Tenders. The requirement for EMD shall be verified and
thereafter, the second part, i.e. the Commercial & Technical Bid, shall be opened on the same
date in respect of eligible bidders.

: 6:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

26. OPENING OF PRICE BID


Opening of price bid along with first two parts of the offer on the same date:-
The offers which are in conformity with important commercial terms and conditions
including Payment terms, Penalty, Security deposit and Performance guarantee clause &
Technical specifications of Tender specification shall be eligible for opening of their Price Bid.
OR
Opening of Price Bid on subsequent date:-
(a) After opening of first two parts (i.e. Part-I and Part-II), the deviations from the
Discom-EZ terms & conditions, if any, proposed by the bidder in regard to
Commercial and technical Bid, as per prescribed schedules, given along with the
tender documents, shall be notified and clarifications, if required by Discom-EZ,
shall be submitted by the bidders, either at the time of scrutiny of tender or within
the time prescribed.
(b) As a result of discussions and clarifications obtained in writing on Commercial &
technical matter, the bidder shall be free to indicate the effect of such changes on
their prices and submit a sealed "Supplementary Price Bid", within the specified
time to take care of any deviations/alterations on account of changes in Commercial
& Technical matters.
(c) The bidder shall not be allowed to change their original price bids. In case
deviations and clarification on Commercial and Technical matters are not submitted
by the bidder within the time prescribed by the Discom-EZ then the Discom-EZ
reserves the right to refuse to open the original price bids Part-III. Thus, the bidder
should ensure that their tender is strictly in conformity with the specifications.
(d) It is, therefore, necessary for the bidder, in his own interest to submit a
"Supplementary Price Bid" in the sealed cover stating that in spite of clarifications,
he does not want to revise his original Bid. This will avoid confusions/
misinterpretations. Otherwise, failing which, Discom-EZ`s decision, shall stand as
binding.
(e) The date of opening of "Part-III i.e. PRICE BIDS" shall be notified to the bidders,
whose bids are found to be commercially & technically acceptable.
(f) The decision of the Discom-EZ in this respect shall be final and acceptable to the
bidder.
27. CANVASSING OF BIDS
Tenders 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 any of the Discom-EZ’s personnel or Representative, on matters relating to tender under
process.

28. VALIDITY OF BIDS


The offers shall be valid for 180 days. Validity of the offer shall be counted from the
date of opening of bids. 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.

29. AUTHORISATION/LOCAL REPRESENTATIVE


Only authorized representative, possessing necessary authority letter from the bidder who
have participated in the tender shall be allowed to attend the tender opening.

: 7:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

30. ACCEPTANCE OF TENDER


i) The Discom-EZ may reject any or all tenders or to accept any tender considering
advantageous to Discom-EZ whether it is the lowest offer or not.

ii) The Discom-EZ may split the quantities against the tender on more than one bidder for
the same item. The Discom-EZ shall assign no reasons for this and the same will be
binding on the bidders.

31. CHANGE OF QUANTITY


The quantity indicated the Schedule-I is tentative and purchaser reserves the right to vary
the quantities of any or all items as specified in the technical specification/schedules as may be
necessary, based on Purchaser's judgment and vendor rating (wherever carried out). No
correspondence shall be entered into, neither discussed regarding quantity variation, nor any
reason will be assigned thereof.

32. POOL RATES


The bidders 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 Discom-EZ. 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.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur

: 8:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

ANNEXURE-II

GENERAL TERMS AND CONDITIONS OF PURCHASE

1. PRICES AND STATUTORY LEVIES

1.1 ORDERS / RATE CONTRACT AWARDS

The prices for above category shall be FIRM / VARIABLE as the case may be:-

A. FIRM PRICES
(i) Wherever asked for FIRM & on FOR destination basis, prices should be inclusive of all
taxes and duties (Any where in Poorv Kshetra) prices are quoted. However, break up of
following elements may be indicated:-
(a) Unit Ex-works/Ex-godown rate including packing and forwarding.
(b) Excise Duty applicable on Ex-works price as on date of Bid.
(c) Sales Tax : - C.S.T./ M.P. Commercial Tax
(d) Freight charges
(e) Any other levy/taxes.
(f) In case of exemption from excise duty/or sales tax, 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, indicating all elements clearly. In absence of this, the offer
shall be liable for rejection.
(h) No revision on any account shall be allowed during execution of the order.
(B) VARIABLE PRICES & P.V CLAIMS
(i) Wherever asked for, the prices shall be VARIABLE in accordance to P.V Formula
attached with the tender document.
(ii) In such cases, the payment of statutory levies i.e. sales tax, Excise duty against the
contract shall be paid on the basis of rates prevailing during the contractual delivery
period only against documentary evidences. Sales tax/Commercial tax and Excise duty
shall not be paid on freight elements in any case.
(iii) In case supplies against contracts are effected late i.e. beyond contractual delivery period
and rate of excise duty/sales tax 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 downward revision then the
delayed supply beyond contractual deliver period will attract reduced rate of statutory
levy(ies).
(iv) 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 claims for sales tax/excise duty
shall be accepted and payment shall be released accordingly.

: 9:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(v) Pending decision on the request of the supplier for condonation of the delay in delivery,
the supplier will claim excise duty/sales tax as per the rates prevailing during the
contractual delivery period. In case this is not done, all financial losses will be to
supplier’s accounts.
(vi) While claiming the P.V., the suppliers shall furnish the relevant circulars/price indices.
The claims towards Price Variation if any, shall be submitted directly to paying
authorities along with the relevant indices and other required documents.
(vii) For the purpose of calculation of PV the date of offer shall be the date on which the
equipment is notified to be ready for inspection, if the material is passed in inspection.

2. TRANSIT RISK
(a) Responsibility regarding covering of risks during transit of material shall entirely be on
the supplier. The Discom-EZ shall, in any case, not bear the transit risks/ transit insurance
charges.
(b) 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 suppliers, free of cost within one month from the date of intimation by
the consignee without awaiting for his settlement from carrier or Insurance Discom-EZ
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’s balance bills or from the security deposit as deemed fit.
(c) While the 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.
(d) Replacement of goods lost/ broken or damaged including loss due to fire:-
Notwithstanding anything here-in contained, the supplier shall undertake responsibility
for the safe arrival of the material in good condition and without any loss or damage at the final
destination and until the same is actually delivered to/ received by the Discom-EZ at its stores or
other places of final destination. For this purpose, material carried by Railway or Road transport
or other carriers shall be deemed to be so carried at the risk of the suppliers. In the case of
transport damages/shortages, the payment shall be made only for the quantity received in good
and working condition and consignee shall lodge claim with the suppliers/ carrier with all
necessary documents for settlements of the same with the carriers at supplier's end.
3. PACKING AND FORWARDING
(a) The supplier shall be responsible for the Stores being sufficiently and properly packed at
his expense for transport by rail, road or sea, so as to ensure them being free from
loss/damage due to handling and transport to the destination.
(b) Each package shall be prominently and distinctly marked on at least two faces, indicating
the full address of the consignee, destination station, name of material, purchaser’s order
number, weight and volume of the package etc.
(c) Each package shall contain in a water proof cover, 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, weight etc.
shall also be given.

: 10:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(d) The packing shall conform to the specification, rules and regulations prescribed by the
underwriters, railways, Transport Agencies. In case of any loss/damage to the
consignment due to non-standard packing, the same shall be made good free of all
charges to Purchaser by the supplier. All provisions of this clause shall apply whether the
disrupting cause is total oar partial in its effects upon the ability of supplier to perform.
4. 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
transporter on door delivery basis only.
5. 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.
6. INSPECTION AND TEST CERTIFICATE
i) Each lot of offered material shall be inspected by the Discom-EZ's inspecting officer
before despatch. The supplier shall extend all reasonable and necessary testing help to the
inspecting officer of the Discom-EZ 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. Order Placing Authority, by the supplier, 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, the material shall be
inspected normally within 15 days.
iii) The supplier shall not despatch the material unless specific despatch instructions are
issued by the Purchase Section of Discom-EZ or any other authorized officer of the
Board/Company.
iv) In case the inspector deputed for inspection does not find the offered lot ready, the
Discom-EZ 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
clause 8 below.
7. RIGHT TO CARRYOUT THE INSPECTION DURING MANUFACTURING
i) The Discom-EZ, 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 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.
ii) FACTORY INSPECTION :-
The factory inspection of the bidders, who have not executed any order of MPSEB, may
be carried out before placing detailed order or during pendency of the order, the factory
inspection may be conducted by Discom-EZ’s authorized officers as and when felt
necessary for ensuring production of quality material.

: 11:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

iii) The supplier shall extend all reasonable and necessary assistance to the inspecting officer
of the Discom-EZ to carry-out testing of equipment/ material at his works.
8. FAKE INSPECTION CALL
All such firms, who after giving inspection call, do not offer materials to Inspecting
Officer for inspection due to one or the other reasons, shall be required to remit a sum of Rs.
5,000/- per officer.

9. DELIVERY
(i) Normally, supply shall be commenced within ____ month from the date of receipt of
order and to be completed in four quarterly installments. Wherever the quantity is
small, the delivery may be changed accordingly.
(ii) 7 days postal time shall be allowed for receipt of order.
(iii) Offer shall be made by the bidder indicating date of readiness of material therein else
the date of receipt of offer in the office of the order placing authority shall be
considered as the date of readiness of material.
(iv) The date of readiness of material notified in the offer for pre-despatch inspection
shall be considered as the date of delivery subject to condition that the offer
alongwith the Routine Test Certificates is received in the office of order placing
authority within the terminal date of scheduled delivery and the material is delivered
at Area Store within 21 days (including the date of issue of DI) of issue of despatch
instruction. In case the last date of terminal delivery schedule falls on holiday(s) the
next working day / date shall be considered as the terminal date of scheduled delivery
period.
(v) (a) The material should be delivered to the consignees within 21 days (including the
date of issue of DI) of issue of dispatch instructions. In case, the last day (i.e. the 21st
day) falls on holiday(s) or is declared a holiday, the delivery will be accepted on the
next working day without levy of penalty.
(b) In case material is not delivered within 21 days (including the date of issue of
DI) from the date of issue of despatch instructions even though the delivery period
exists, penalty as per Penalty Clause of the tender/order shall be
reckoned/recoverable from the date of readiness of material notified in the offer and
the period of 21 days allowed for despatch shall not be permitted and shall be taken
into account for calculation of penalty.
(vi) Offers along with Routine Test Certificate may be sent through e-mail / fax. The
MPPKVVCL Jabalpur shall not be responsible for any delay in receipt of inspection
offer by ordinary/registered post.
(vii) In case of delay in testing of material at NABL lab, the delivery of next lot(s) shall be
re-scheduled by CGM(Purchase), if required.
(viii) 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. The price variation shall be given for quantities deferred along with any
change in excise duty, CST/VAT and any other statutory levies.

: 12:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

(ix) Price Variation:-


Price variation shall be payable as under:-
(a) In case offer is made within the scheduled/contractual delivery period, the price variation
shall be payable on the basis of date of readiness of material notified in the offer.
(b) In case of early delivery, the price variation shall be payable on the basis of date of
readiness of material notified in the offer or contractual delivery period, whichever is
lower. However, in case, the MPPKVVCL, requires delivery of subsequent lot(s) also in
advance i.e. prior to the period scheduled in the Delivery Clause of the order, PV shall be
payable on the basis of date of readiness of material notified in the offer.
(c) In case the material is delivered beyond 21 days (including the date of issue of DI) of
issue of DI, the price variation shall be payable on the basis of date of readiness of
material notified in the offer / contractual delivery period/actual date of delivery,
whichever is lower.
(d) No upward price variation shall be payable beyond the contractual delivery period where
the supplier is responsible for the delay, However any down ward variation in the prices
on the date of offer or actual date of delivery whichever is higher shall be recoverable
from the firm.

10. FORCE MAJEURE


Force majeure condition is herein defined as:-
(a) Natural phenomena, such as floods, draughts, earth-quakes and epidemics.
(b) Act of any Government Authority, domestic or foreign, such as war, quarantines,
embargoes, licensing control or production or distribution restrictions.
(c) Accident and disruptions such as fires, explosions, increase in power cut with respect to
date of tender opening, break-down of essential machinery or equipments etc.
(d) Strikes, slow down, lockouts continuing for more than three (3) weeks.
(e) Failure or delay in the supplier's source of supply due to force majeure causes
enumerated at (a) to (d) 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.
(f) Any cause which is beyond the reasonable control of the supplier or purchaser as the case
may be.
All the provisions of this clause shall apply whether the disrupting cause is total or partial
in its effect upon the ability of the supplier to perform.
NOTE:- The cause of force majeure condition will be taken into consideration only if the
supplier within 15 days from the occurrence of such delay notifies. The Discom-EZ shall verify
the facts and grant such extension as the facts justify. For extension of delivery period on account
of force majeure conditions, the supplier shall submit his representation with documentary
evidence for scrutiny by the purchaser and decision of the Discom-EZ shall be binding on the
firm.
11 TERMS OF PAYMENT
11.1 Subject to completion of all contractual formalities, 100% payment along with excise duty
and taxes corresponding to the consignment would generally be made within 45 days from
the date of receipt of material at Area Stores in good condition against MATERIAL
RECEIPT CERTIFICATE (M.R.C.) issued by the consignee. The conditional MRC shall
be issued by the consignee store on receipt of material at stores. After successful testing of
: 13:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

the randomly selected item / material, the clearance for payment shall be issued by the
CE(Stores), MPPKVVCL, Jabalpur. The Discom-EZ shall not be liable for payment of any
interest on delayed payment.
The supplier shall forward the original RR/MTR and Excise gate pass directly to
consignee along with copies of following documents :-
i) A copy of bill
ii) Delivery Challan
iii) Original copy of excise duty gate pass (wherever applicable) along with a photocopy
iv) The inspection and/ or T.C. approval
iv) Detailed packing list, if required.
11.2 The original bills should be forwarded to the paying authority and should be marked
"ORIGINAL". The bill should indicate Sales Tax Registration Number and date allotted
to him under Sales Tax Act.
11.3 The following documents will have to be forwarded to the paying authority along with
bills in triplicate :-
i) Bill/ Invoice.
ii) Xerox copy of despatch documents i.e. RR/ MTR etc.
iii) Dispatch clearance/instructions.
iv) Photo-copy of Excise Duty gate pass (wherever applicable).
11.4 For payment, the invoice in triplicate with relevant documents such as Material Receipt in
good condition etc. should be submitted to the Dy. Director (Bills-EZ), MPPKVVCL,
Jabalpur.
11.5 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.
11.6 The Company will make above payment directly in the Account of suppliers. Company is
having its Account in S.B.I., Nayagaon Br., Jabalpur. To make payment directly through
Bank, the bidders are requested to furnish following information in respect of their Bank
Account:-
(a) Name of Bank and Branch address.
(b) Their Bank Account Number.
(c) IFS code of the Branch for RTGS transfer.
11.7 Charges required by Bank in this regard will be debited to suppliers’/contractors’
Account. Net payment after deduction of charges required by the Bank shall be released
in favour of suppliers.

12. PENALTY
The time for and the date of delivery of the material stipulated in the order shall be
deemed to be the essence of the contract. In case of delay in supply of material beyond
delivery schedule stipulated in the order or non-execution of the order, the MPPKVVCL
at its option shall recover from the supplier as agreed towards liquidated damages @
0.5% of Ex-works price of any stores not delivered per week or part thereof subject to
maximum of 10%.

: 14:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

13. PERFORMANCE GUARANTEE


13.1 If during the course of 18 months subsequent to the date of receipt of consignment or 12
months from the date of commissioning whichever is earlier (wherever applicable) 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 arrangements on these accounts will be made by the supplier.
13.2 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 materials
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 in a reasonable
time of 30 days from the date of intimation. The guarantee period as stipulated in clause
13.1 above shall also be applicable for repaired/replaced material, which shall however
be counted afresh from the date of its delivery in our stores/site.
13.3 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 deposited
under security deposit clause shall also cover the performance guarantee of the material.
13.4 All equipment/ line materials reported failed within the specified guarantee period may
be replaced free of cost by the supplier/ Manufacturer/Printer/Printer concerned.
13.5 Actual cost of dismantling and replacement of these equipments/ materials with the new
ones may be charged to the supplier’s account.
13.6 To and fro transportation cost of such failed equipment may also be borne by the
supplier/ contractor.
13.7 In the event of the supplier’s inability to adhere to the aforesaid provisions, suitable penal
action will be taken against them, which may interalia include blacklisting of the firm for
future business with the Discom-EZ for a certain period.
14. SECURITY DEPOSIT
14.1 On acceptance of offer, the supplier will have to deposit an amount of 10% of the total
value of the order in cash or Demand Draft or Bank Guarantee as Security Deposit.
14.2 Cash to be deposited with office of Sr. Accounts officer (JC), MPPKVVCL, Jabalpur and
original receipt produced to this office shall be returned after conveying the acceptance of
Security Deposit.
14.3 Demand Draft to be drawn in favour of Sr. Accounts officer (JC), MPPKVVCL, Jabalpur
drawn on any nationalized/scheduled Bank and payable at Jabalpur.
14.4 Bank Guarantee in lieu of cash deposit on any nationalized/ scheduled bank strictly as per
Board/Company's/Board’s proforma (to be supplied along with the order) valid
sufficiently to cover the guarantee period.
14.5 All SSI Units registered with Industries Department of MP shall be required to pay
Security Deposit for only 5% (five percent) value of the order, subject to maximum of
Rs.20,000/- in cash or DD. This concession is for such SSI Units of M.P. who are doing
business up to Rs.50 Lacs annually only.
14.6 The Security Deposit shall have to be deposited within 30 days of issue of order.

: 15:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

14.7 The Discom-EZ shall forfeit the security deposit in the event of non-execution/ part
execution of the orders/poor performance of supplier/contractor besides invoking the
Penalty Clauses.
14.8 The Security deposit shall be returned to the successful bidder only after due and faithful
performance of the order as per terms and conditions of the order and on expiry of
guarantee period provided there are no claims outstanding to be recovered against the
bidders/ suppliers.
14.9 No interest shall be paid by the Discom-EZ on security deposit furnished by the
suppliers.

15. COMPLETENESS OF EQUIPMENTS


The equipment/material shall be completed in every respect with all minor fittings and
accessories, even though these may not be specifically mentioned in the purchaser’s
specifications or the tender’s offer. The supplier shall not be eligible for any extra price in respect
of such minor fitting and accessories which can be considered as an essential part of the basic
equipment even though not specifically mentioned in the specification or in the offer.
16. EXTENSION ORDER
The Discom-EZ reserves right to place an extension order for any additional quantity to
the extent of 100% quantity of the original order on the same rates, terms and conditions
within Six Months from the date of order.

17. DESIGN AND INTER-CHANGEABILITY


All similar material and removable parts of similar equipments shall be uniform and
interchangeable with each other.
18. TESTING FACILITY & 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 Tests proposed to be conducted in their labs in the event of order, with details of Indian
Standard Specifications/codes.

19. MATERIAL TEST CERTIFICATE


Each item of the lot should be tested by the supplier and routine test certificate in
duplicate giving the result of all tests prescribed in the relevant ISS (as mentioned in the
Technical Specification Schedule) for ordered items shall be submitted to the office of the Order
placing Authority for approval along with the letter/ offer for inspection of the material. Please
note that each lot will be inspected at your works, which includes witnessing of all tests
prescribed in ISS.
20. TYPE TEST CERTIFICATES
Wherever applicable or called for photocopies of type test certificates from the Govt.
Standard Test Laboratories in India or from Laboratories of International repute duly attested by
"Competent Testing Authority" should be submitted.
Type test reports/ certificates for the tests conducted as per latest applicable ISS on the
tendered item/ material shall not be older than 5 years on the date of opening of technical/
commercial bid.

: 16:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

21. RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS


All amount recoverable from the successful bidders against earlier contracts including
orders on sister concern with the Discom-EZ will be adjusted from payment due against the
contract that may be awarded under this specification.

22. ROYALITIES AND PATENTS


All royalties for patents or any charges for usage or infringement thereof that may be
involved in the supply shall be included in the offered price and the supplier shall protect
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.
23. COMPLIANCE OF REGULATIONS
The supplier shall warranty that all Goods covered under procurement, shall have been
produced, sold, despatched, delivered, tested, in strict compliance with all applicable Rules,
Regulations including Industries (Development and Regulations) Act 1951 and any amendment
there under, labour agreements, 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 Regulations 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 purchaser shall not be responsible in any manner
whatsoever.
24. CANCELLATION OF ORDER
24.1 The Discom-EZ may upon written notice of default, terminate contract in the
circumstances detailed hereunder:-
a) If in the opinion of the Board/Discom, the supplier fails to deliver the material within
the time specified or during the period for which extension has been granted by the
Board/Company.
b) If in the opinion of the Board/Discom, the supplier fails to comply with any of the
other provisions of this contract or material is found 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
substandard which is likely to affect the performance of the finished product, a notice
would be served by the Discom-EZ to the supplier to suspend further activities and to
take urgent steps towards corrective measures, failing which the entire order would be
cancelled.
24.2 In the event of such termination, the Board/Discom shall exercise its discretionary power
as :-
a) To recover from the supplier the agreed liquidated damages as approved in the Clause
No.12 above.
OR
b) To purchase from elsewhere after giving due notice to the supplier on account and at
the risk of the contractor such stores/ material not so delivered or others of similar
description in respect of consignment not yet delivered.
OR
c) To cancel the contract reserving Discom-EZ’s right to recover damages.
: 17:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

24.3 In pursuance to clause no. 24.1 & 24.2 above, M.P.P.K.V.V.Co.Ltd. shall exercise its
discretionary power to back-list/debar the supplier/contractor for further business with
M.P.P.K.V.V.Co.Ltd. for a declared period on breach of the contract.

24.4 Notwithstanding that the powers under clause (24.2a, b & c) referred to above, are in
addition to the rights and remedy available to the Board/ Discom under the general law of
India relating to Contract.
24.5 In the event of risk purchase of stores of similar description, the opinion of the Board/
Discom shall be final. In the event of action taken under clause 24.2(a) or (b) above, the
supplier shall be liable to pay for any loss, which the Discom-EZ may sustain on that
account but the supplier shall not be entitled to any saving on such purchases made
against the default.
24.6 The decision of the Discom-EZ shall be final regarding the acceptability of the stores
supplied by supplier and the Discom-EZ shall not be required to give any reason in
writing or otherwise at any time for the rejection of the stores/ material.
24.7 In the event, Discom-EZ does not terminate the order as provided in clause 24.1 & 24.2
above, the supplier shall continue execution of this order, in which case he shall be liable
to the Discom-EZ for liquidated damages for the delay as per clause 12 until supplies are
accepted.
25. REDUCTION OF RATE DUE TO SUBSEQUENT TNEDER
As a result of opening of the subsequent tender, if the rates received are found to be
lower, then the pending supply against order shall be accepted at the lower rates.
26. 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 or in the case of said
arbitrators not agreeing, then to the adjudication of the Umpire to be appointed by the arbitrators,
whose decision shall be final and binding on the parties and the provisions of the Indian
Arbitration and Conciliation Act-1996 and of the rules there under and any statutory
modification thereof shall be deemed to apply. 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 arbitrators or of the Umpire,
as the case may be, is issued.

27. JURISDICTION
Any dispute or difference, arising under, out of, or in connection with this tender/
contract order shall be subject to exclusive jurisdiction of competent court at Jabalpur
only.

: 18:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

28. RANDOM TESTING-


28.1 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 Discom-EZ shall have option to test the samples selected at random from the supplies
affected and subject it to routine/ type test as per relevant ISS and Technical
specifications.
28.2 In case, the samples fail 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. Company will not be responsible for levy of taxes on such
rejected material and deduction shall be in totality.
28.3 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 Company reserves
the right to impose any appropriate penalty for full quantity of material supplied against
the order. The decision of the Company in this respect shall be final and binding on the
supplier.

29. VARIATION IN THE ORDERED QUANTITY


A tolerance in the ordered quantity will be allowed to the extent of ± 2% (plus minus two
percent) and not for each consignment. MRCs shall be issued for actual receipt of quantity only.

30. 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 month in following proforma:-
Page 1
S.No. Particulars Qty. offered Date of offer Date of D.I.

Page 2
Qty. for which Bill No. & Date Qty. Supplied Name of Consignee
D.I. is given

Page 3
Liability intimated Details of remittance Addl. information, Remarks
by consignee of liability if any

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

: 19:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

31. CORRESPONDANCE:-
Copies of all important correspondence on subject should be sent to Dy. Director (Bills-
EZ), MPPKVVCL Jabalpur, the concerned consignee, Sr. Accounts Officer/Regional Accounts
Officer and to this office. A copy of each invoice may also be sent to the CE(Stores),
MPPKVVCL, Rampur, Jabalpur. In addition to the above, one statement showing the details of
dispatches made should be submitted to this office after completion of order.

32. CLIMATIC CONDITIONS


The climatic conditions where equipment is intended for installation could be taken as
under:-
(i) Maximum temperature of air in shed 45oC
(ii) Minimum temperature of air in shed 4oC
(iii) Maximum relative humidity 95 % (The humidity some time
approaches saturation point)
(iv) Minimum relative humidity 10 %
(v) Average number of dust-storm days per annum 40 days
(vi) Average number of rainy days per annum 90 days
(vii) Number of months of tropical monsoon 3 months
conditions per annum
(viii) Average annual rainfall 1250 mm
(ix) Maximum wind pressure 150 Kg / Sq. mm
(x) Altitude not exceeding 1000 meters
(The limit of ambient temperature shall be 45 C peak and 35oC average over a period of 24
o

hours)
In view reform process, the designations of various authorities mentioned in this tender
document at many places viz. Sr. AO(Bills), RAO(CAU) etc. are subject to change. These shall
be intimated as & when required.

Executive Director (Purchase)


M.P.P.K.V.V.Co.Ltd., Jabalpur

: 20:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

ANNEXURE-IV

LIST OF CONSIGNEE AREA STORES &


SENIOR / REGIONAL ACCOUNTS OFFICERS
(For the items other than General stationery/General printed stationery/Drawing Articles etc.)

S.No. Name of Consignee Name of Station to which Concerned


Materials are to be Sr.AO / R.A.O.
despatched, if by Railway. MPPKVVCL
1 Addl.S.E./ E.E.(Stores) Jabalpur (W-C.R.) Jabalpur
Area Store, MPPKVVCL, Jabalpur
2 -do- Sagar Sagar (W-C.R.) Sagar
3 -do- Satna Satna (W-C.R.) Rewa
4 -do- Chhatarpur Harpalpur (W-C.R.) Chhatarpur
5 -do- Chhindwara Chhindwara (S.E.R.) Chhindwara

ANNEXURE-V

LIST OF SCHEDULED BANKS


S.No. Name of R.A.O. / Sr.A.O Name of Bank
1 JABALPUR (i) State Bank of India, Nayagaon Branch
(ii) State Bank of India
(iii) MP State Co-operative Bank
(iv) Punjab National Bank.
2 SAGAR (i) Bank of India
(ii) State Bank of India
3 CHHINDWARA (i) State Bank of India
4 REWA (i) State Bank of India
(ii) Punjab National Bank.
(iii) Allahabad Bank
5 CHHATARPUR (i) State Bank of India.

: 21:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE - IV

SCHEDULE OF QUESTIONNAIRE
PART “A”: GENERAL INFORMATION
(TO BE KEPT IN THE ENVELOPE PART-II,
(COMMERCIAL/TECHICAL BID)”
(i) Strike off, whichever is not applicable.
(ii) Separate sheets should be used, wherever necessary.
1. Name & Address of the firm/Company etc
(a) Registered office
(b) Factory/ works address
(c) Telegraphic address Office ------------- Works ----------
(d) Telephone Nos. Office ------------- Works ----------
(e) Fax Nos. Office ------------- Works ----------
(f) Email
2. Confirm whether bidder is a Manufacturer Yes / No.
3. Only Manufacturer to give following
Particulars
(a) Address of factory
(b) Year of starting manufacture
(c ) Whether same / similar materials
Manufactured / printed earlier,
(if yes, give reference
(d) Yearly/monthly production Capacity
(e) Maximum yearly production achieved so far
4. Whether the firm is an MP SSI Unit Yes / No
(a) If yes, write registration No.
(b) Whether documentary evidence regarding
registration enclosed
(c ) Items of registration
(d) Period of Registration
(e) Furnish latest copy of competency certificate Yes/ No
5. (a) Whether the bidder is old participant with Yes/ No
MPSEB or its successor companies
(b) If yes, whether document evidence enclosed.
6. Any other information that bidder If yes, If yes, give details may like to give
whether document evidence enclosed. in order to highlight his bid

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

: 22:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE - IV

PART “B”: COMMERCIAL INFORMATION


(TO BE KEPT IN THE ENVELOPE PART-II,
(COMMERCIAL/TECHICAL BID)”
(i) Strike off, whichever is not applicable.
(ii) Separate sheets should be used, wherever necessary.

1. i Earnest Money details Bank draft/ Bankers cheque in favour of


Sr Account Officer (JC), MPPKVVCL,
Jabalpur / Cash with the office of
Sr Account Officer (JC), MPPKVVCL,
Jabalpur
ii (a) Amount of EMD Rs.
(b) Particulars/details
iii If exempted, state whether the SSI Unit of M.P./ Small Scale unit
bidder is registered with NSIC/ Fully owned
State/ Central Govt. Unit.
iv Whether reference of documentary Yes/ No
evidence regarding exemption
enclosed.
2. Whether the offer is valid for 180 Yes/ No (If no, state validity period).
days from the date of opening of
commercial / technical bid
3. State whether the quoted prices
are Firm/ Variable
4. Mode of despatch By Rail/By Road
5. DISCOUNT:-
Whether any rebate/ discount is Yes/No
offered & percentage.
Remarks:-Please note that the
offered discount/ rebate shall be
un-conditional only. If
conditional rebate/discount is
offered, then the same shall be
treated as unconditional.
6. PAYMENT TERMS
Whether Discom-EZ’s terms of Yes/ No
payment is acceptable to the
tenderer.
7. DELIVERY PERIOD
Whether agreeable to Discom-EZ’s Yes/ No
Delivery Clause.
8. PENALTY CLAUSE
Whether agreeable to Discom-EZ’s Yes/ No
penalty clause.
: 23:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

9. GUARANTEE PERIOD
Whether agreeable to Discom-EZ’s Yes/ No
guarantee clause.
10. SECURITY DEPOSIT
a Whether agreeable to furnish Yes/No
Security deposit @10% of value of
order for satisfactory execution of
the order and to cover guarantee
period.
11. a. Indicate applicable rate of Excise _____%
Duty.
b. Indicate applicable rate of _____%
VAT/CST.
12. EXTENSION ORDER
Whether Discom-EZ’s terms of Yes/ No
extension order is acceptable to the
tenderer.
13. Whether rates offered are Yes/ No
applicable for part quantities also.
14. Have you noted that you have
quoted prices in the desired format
15. Please mention the quantity
quoted in the Price Schedule
(Rating & size-wise, if any).
16. Please furnish information in
respect of firm’s Bank Account in
support of payment term.
(i) Name of Bank and Branch
address.
(ii) Firm’s Bank Account Number.
(iii) IFS code of the Branch for
RTGS transfer.

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

: 24:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE - IV

PART “C”: TECHNICAL INFORMATION


(TO BE KEPT IN THE ENVELOPE PART-II,
(COMMERCIAL/TECHICAL BID)”
(i) Strike off, whichever is not applicable.
(ii) Separate sheets should be used, wherever necessary.
1. i Whether material offered is exactly as per the
technical specification.
ii If not, give details of technical deviation
(Information may be given in deviation schedule
given with documents for this purpose.
2 Whether the list of orders received during last 5
years from other State Electricity Board/NTPC &
from other organization for similar materials is
furnished.
3. Whether the tender has furnished details of
manufacturing equipments and short history of
plant.
4. Whether pamphlets/technical details literature
along with drawing etc. furnished with the offer
5. Whether the tender agrees to furnish material test
certificates in respect of chemical composition
and physical properties, wherever required, from
Govt./ Govt. approved Lab.
6. Whether details of manufacturing process
furnished with offer.
7. i. Whether all testing facilities are available. If so,
give details and in case of non-availability of
facilities indicate approved lab. available in
surrounding areas where tests are proposed to be
conducted.
ii Whether you agree for inspection by Discom- Yes/No
EZ’s representative prior to despatch and bear the
testing charges for all tests as per relevant
standard.
8. Please furnish/indicate the quality assurance
programme/ plan of your product being followed
in your works.

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

: 25:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

Undertaking / Declaration by the tenderer

The following declaration/Undertaking must be submitted by all the bidders on


non-judicial stamp paper worth Rs.100/- duly notarized

(A) “Regarding Conflicting of Interest ”

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


M/s,…………………… under take that I am not interested as a proprietor and/or
partner and/or ………… in any other party/firm, participated in tender No. -------- of
Discom-EZ due for opening on ____/____/20___ for procurement of ------------------------.
(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 East Zone Company/MPSEB/other
successor Companies formed after restructuring of MPSEB.
In case, at any stage if the above declaration is found false or incorrect, the
MPPKVVCL, Jabalpur 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, . . . . . . . . . . . . . . . . . . . . . .Sole proprietor/ partner / Directors of M/s. .. . .


. . . . . . . . . . . . . . . is giving undertaking that details given are correct to the best of my
knowledge and I agree to abide by all your tender/order terms and conditions.

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

: 26:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-V

PART "A"

SCHEDULE OF PAST EXPERIENCE


Bidder's Name & Address:

To,
The Executive Director (Purchase),
M.P.P.K.V.V.Co.Ltd.,
Block No. 8, Third Floor,
Shakti Bhawan, JABALPUR.

Dear Sir,

Sub: - Performance/ past experience.

We furnish herewith the record of our performance and experience of quoted items as
follows:-

Sl. Purchaser's Name Order Number Ordered Quantity Value of


No. and Address and Date Quantity supplied Order
1 2 3 4 5 6

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

Note: - Photocopy of the orders & performance reports received from other State Electricity
Boards/ Govt. undertakings etc. should be enclosed.

: 27:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-V

PART "B"

SCHEDULE OF COMMERCIAL DEVIATIONS

Bidder's Name & Address:

To,
The Executive Director (Purchase),
M.P.P.K.V.V.Co.Ltd.,
Block No. 8, Third Floor,
Shakti Bhawan, JABALPUR.

Dear Sir,

Sub: - Commercial Deviations.

The commercial Deviations & variations to the specifications stipulated in the tender,
for the item quoted are, as under:-
Sl. Condition Clause No. of tender Page No. of Tender Statement of
No. document document deviations and
variations
1 2 3 4 5

2. Except aforesaid deviations, the 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 considerations while finalizing the tender.

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

Note: - Continuation sheet of like size & format may be used as per bidder's requirements and
shall be annexed to this schedule.

: 28:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE-V

PART "C"

SCHEDULE OF TECHNICAL DEVIATIONS

Bidder's Name & Address:

To,
The Executive Director (Purchase),
M.P.P.K.V.V.Co.Ltd.,
Block No. 8, Third Floor,
Shakti Bhawan, JABALPUR.

Dear Sir,

Sub: - Technical Deviations.

The Technical Deviations & variations to the specifications stipulated in the tender,
for the item quoted are, as under:-

Sl. Condition Clause No. of tender Page No. of Tender Statement of


No. document document deviations and
variations
1 2 3 4 5

2. Except aforesaid deviations, the 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 considerations while finalizing the tender.

PLACE: SIGNATURE OF TENDERER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

Note: - Continuation sheet of like size & format may be used as per bidder's requirements and
shall be annexed to this.

: 29:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)

SCHEDULE – VIII:
CHECK LIST
(TO BE KEPT IN THE ENVELOPE PART-B, “COMMERCIAL/TECHNICAL BID” &
UPLOAD ONLINE ALSO)

Sr.No. Check List Item Options Answer


1. Whether “Earnest Money Deposit” of specified Yes/No
amount is kept in a sealed envelope-A & the same is
uploaded online.
2. Whether NSIC/SSI /DIC Registration Certificate is Yes/No
attached
3. Whether confirmation certificate proving bidder is Yes/No
a Manufacturer is attached
4. Whether appropriate type test certificate is attached Yes/No
5. Whether P&L Accounts of last 3 year are enclosed Yes/No
6. Whether Balance Sheets of last 3 year are enclosed Yes/No
7. Whether duly signed “Tender Form” is attached with Yes/No
the bid
8. Whether all schedules except schedule-I (Price bid) Yes/No
duly filled & signed with supporting document are
enclosed
9. Schedule I: Price bid is duly filled in and digitally Yes/No
signed by the signatory authority & uploaded online in
envelope-C
10 The schedule-VIII i.e. Check List submitted Yes/No
physically in envelope-B & uploaded online in
envelope-B

: 30:

You might also like