Professional Documents
Culture Documents
Tender Documentts 614 e TS147
Tender Documentts 614 e TS147
LTD. JABALPUR
FOR SUPPLY OF
ACCESSORIES for LT AB Cable
: - 1 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: - 2 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: - 3 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
--2--
(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)
: - 5 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
…………………………………………………………………..
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).
TENDERER’S SIGNATURE
(with seal)
: - 6 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
: - 7 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
: - 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 -:
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)
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)
: - 12 -:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: - 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)
: - 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)
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)
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.
: - 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)
: 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)
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)
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.
: 27:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
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.
: 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.
1.1 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.
1.7 High strength steel to be used as cutting shear blade and ratchet wheel for long life of the
strap winding and cutting tool.
: 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)
: 31:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 32:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 33:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 34:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 35:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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
: 37:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
1 Material composition
1 Material composition
3 Tensile strength(KN/Sq.mm)
: 38:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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
: 39:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 40:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
PART-II
ANNEXURE-I
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.
: 2:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
: 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.
: 4:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 5:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
: 6:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
: 7:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
: 8:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
ANNEXURE-II
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)
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)
: 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.
: 16:
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)
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.
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.
: 20:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
ANNEXURE-IV
ANNEXURE-V
: 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
: 22:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
SCHEDULE - IV
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.
: 24:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
SCHEDULE - IV
: 25:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
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.
: 26:
ED(Purchase:EZ), Jabalpur TS.NO.614 (e-TS-147)
SCHEDULE-V
PART "A"
To,
The Executive Director (Purchase),
M.P.P.K.V.V.Co.Ltd.,
Block No. 8, Third Floor,
Shakti Bhawan, JABALPUR.
Dear Sir,
We furnish herewith the record of our performance and experience of quoted items as
follows:-
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"
To,
The Executive Director (Purchase),
M.P.P.K.V.V.Co.Ltd.,
Block No. 8, Third Floor,
Shakti Bhawan, JABALPUR.
Dear Sir,
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.
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"
To,
The Executive Director (Purchase),
M.P.P.K.V.V.Co.Ltd.,
Block No. 8, Third Floor,
Shakti Bhawan, JABALPUR.
Dear Sir,
The Technical Deviations & variations to the specifications stipulated in the tender,
for the item quoted are, as under:-
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.
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)
: 30: