PART - Imimg

advertisement
M.P. POORV KSHETRA VIDYUT VITARAN CO.
LTD. JABALPUR
TENDER SPECIFICATION NO. DISCOM/EZ/PUR/523
(E-Tender No.09)
DUE FOR OPENING ON: - 25.04.2014
FOR SUPPLY OF
COPPER CONTROL CABLES
THE CHIEF GENERAL MANAGER (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.co.in
: - 1 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
TENDER SPECIFICATION NO. DISCOM/EZ/PUR/523 (E-Tender No.09)
ITEM: Copper Control Cables
DUE FOR OPENING ON 25.04.2014 FROM 10.30 AM
S.
No.
Page No.
1
Tender Notice
2
Key Dates & Basic Tender Information
5
3
Tender Form
6
4
Guidelines to Bidders for E- Procurement system
5
Annexure-III - Important Instructions to the Bidders
6
Schedule-I – Price & Quantity Schedule
20
7
Schedule-II - Technical Specifications
21 to 25
8
Schedule-III - Guaranteed Technical Particulars
26 to 29
9
Annexure-VI – Price Variation Formula
PART-II
30 & 31
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./
Regional Accounts Officers
3
3&4
4
Annexure-V
- List of Scheduled Banks
5
Schedule-IV
- Questionnaire
6
7
INDEX
Particulars
PART-I
Part – A
Part – B
- General Information
- Commercial information
Part – C
- Technical information
7 to 9
10 to 19
21
22
23 & 24
25
Undertaking
Schedule-V
Part – A
26
- Performance/Past experience
27
Part – B
- Commercial deviation
28
Part – C
- Technical deviation
29
Schedule-VIII – Check List
30
: - 2 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
O FFICE OF CHIEF GENERAL MANAGER (PURCHASE)
M.P. POORV KSHETRA VIDYUT VITARAN Co. Ltd.
REGD. OFFICE – BLOCK No. 8TH, 3RD FLOOR, SHAKTI BHAWAN,
RAMPUR, JABALPUR - 482 008 (M.P.)
(Telephone no. 0761- 2666040, 2667808, Extn. 270-2473, 270-2425 & 270-2541)
Fax no.0761-2660048, e-mail:- cepurez@yahoo.co.in
No. CGM/PUR/EZ/GM-I/II/4408
Jabalpur, dtd:- 03.03.2014
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 upto 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.
No.
TENDER
SPECIFICATION
NO. DISCOM/
EZ/PUR/
NAME OF ITEMS
APPROX.
VALUE
(Rs. in
Lakhs)
TENDER
FEE
(in Rs)
1
517
(e-Tender No.3)
518
(e-Tender No.4)
519
(e-Tender No.5)
520
(e-Tender No.6)
11KV
&
33KV
Current
Transformers (CTs)
Accessories for LT AB Cables
501.10
10,000/-
Due date of
opening of
tender online
from
10.30 Hrs.*
10.04.2014
255.00
5,000/-
11.04.2014
LT AB Cables of different sizes
345.60
5,000/-
16.04.2014
LT Single Phase Whole Current
Static Energy Meters (5-30A) with
IrDA Communication Port
LT Single Phase & Three Phase
Spring Loaded Constant Pressure
Multi-connection
Bus
Bar
Distribution Boxes
Single Core LT XLPE
UnArmoured Cables
Copper Control Cables
3,272.00
10,000/-
17.04.2014
190.60
5,000/-
22.04.2014
142.70
5,000/-
23.04.2014
340.30
5,000/-
25.04.2014
220 KV & 132 KV CTs & PTs for
Consumer Metering
GSM (GPRS Enabled) Modems
77.30
2,000/-
30.04.2014
18.00
1,000/-
01.05.2014
2
3
4
5
521
(e-Tender No.7)
6
522
(e-Tender No.8)
523
(e-Tender No.9)
524
(e-Tender No.10)
525
(e-Tender No.11)
7
8
9
* For updated / extended due dates for opening of tender (EMD in envelop-A & Technocommercial bid in envelop-B) please refer to the online key dates.
NOTE: (1)
(2)
(3)
Other details can be seen in the complete tender documents available on e-portal
http://www.mpeproc.gov.in.
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.
The bid data should be filled in and the bid seals of all the envelops and the documents
which are to be uploaded by the bidders should be submitted online upto as per time
schedule (Key Dates).
Contd.2.
: - 3 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
--2-No. CGM/PUR/EZ/GM-I/II/4408
Jabalpur, dtd:- 03.03.2014
(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, Bhopal462011, 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, Bhopal462 011, Tel No. 0755-4075010, & Toll Free No.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. 517, 519 & 520 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)
The Tender document will be available on portal http://www.mpeproc.gov.in on or after
10.03.2014. The interested bidders are advised to regularly visit the portal for the purpose.
(M. Ibrahim)
Chief General Manager (Purchase)
M.P.P.K.V.V. Co. Ltd., Jabalpur
SAVE ELECTRICITY
: - 4 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
KEY DATES & BASIC TENDER INFORMATION
Particulars
Details
Name of Work
Supply of Copper Control Cables
Tender Specification Number
DISCOM/EZ/PUR/523 (e-Tender No.9)
Due date of submission of Tender (EMD in 24.04.2014 up to 17:00 Hrs
Envelop-A + Techno-Commercial Bid in
Envelop-B) Physically
Key Dates:Sr.
No.
1
MPEZ stage
Purchase of tender
2
Bid submission
3
Open EMD & Techno Commercial bid
4
Open Financial / Price Bid
Start Date
& Time
15.03.2014
10:30 Hrs
--
End Date
& Time
23.04.2014
17:00 Hrs
24.04.2014
17:00 Hrs
25.04.2014
10:30 Hrs
09.05.2014
10:30 Hrs
---
Envelope
-Envelope C,
Envelope A,
Envelope B
Envelope A,
Envelope B
Envelope C
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:(5)
The bidder has to upload the check list as per Schedule-VIII online as well in envelope-B.
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.
(M. Ibrahim)
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
SAVE ELECTRICITY
: - 5 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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/523 (e-tender no.9) 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 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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 eProcurement 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 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
: - 9 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
ANNEXURE-III
IMPORTANT INSTRUCTIONS TO THE BIDDERS
The Chief General Manager (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 material in accordance with the attached specification
for supply to Area Stores Jabalpur, Chhindwara, Sagar, Chhatarpur and Satna in Madhya
Pradesh.
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:i. The bidding is open for manufacturers of the tendered item only.
ii. In case of a new unit, who have not yet executed any order(s) of tendered items
from MPSEB or its successor companies, should have a minimum five years
experience in the field of design, manufacturing of the equipment offered and have
supplied 30% of the tendered quantity to the Discoms of M.P. (including the
supplies made to turn key contract(s) of Discom-EZ), any State Electricity Boards
or to any Power Utilities during last 03 (three) years as on date of tender
opening.
To satisfy above Manufacturing Experience & Supply Capacity
Criteria, the bidder shall have to furnish copies of orders received from
Discoms/SEB’s/Power utilities along with Material Receipt Certificates (MRCs)
and performance reports issued by the Discoms/SEB’s/Power utilities in lieu of
conformation and documentary proof that the tenderer have supplied the tendered
items.
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 -:
CGM(Purchase:EZ), Jabalpur
iii.
TS.NO.523 (e-TS-09)
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 20% of the tender value.
The approximate value of the instant tender is Rs.340.30 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 20% 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 20% of the tender value.”
iv.
Please ensure that at-least 50% of tendered quantity in each size 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. 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)
ii)
i)
ii)
iii)
iv)
v)
have controlling share holders as his/her family members viz spouse, son,
daughter, father, mother or brother etc. in common or
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.
The bidders shall be requested to furnish following documents in this regard: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.
Latest partnership/ownership deed of the firm quoting the tender.
Copy of list of directors (in case of a company) with names, addresses and
telephone Nos./Mobile Nos. of each director.
Power of Attorney to sign the tender documents and all correspondence before
and after placement of order.
Copy of Sales Tax clearance certificate
3. SUBMISSION OF 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:-
: - 11 -:
CGM(Purchase:EZ), Jabalpur
Value of Item
Upto INR 50,000.
Above INR 50,000.
TS.NO.523 (e-TS-09)
Earnest Money
Nil
@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;
(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:
: - 12 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
-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.
4. PRICES:The ex-works prices of cable shall be Variable as per relevant IEEMA Price Variation
formula, both on plus & minus side without any ceiling. The basic price of the material
and indices used shall be as published by IEEMA prevailing as on first working day of
the month, one month prior to the date of tender i.e. 01/03/2014.
5. (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.
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.
(b) EVALUATION METHODOLOGY:The material for which Input Tax Rebate (ITR) is admissible as per the provisions
of the MP VAT Act 2002, the evaluation of price bid for arriving the lowest L-1
computed landing cost, shall be made after consideration of the accrued ITR credit.
The VAT quoted above 4% shall therefore be ignored for the purpose of determination
of lowest bidder. However, after determination of L-1 bidder in above manner, the
Purchase Order shall be placed on the VAT as quoted.
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 CGM (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.
: - 13 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
7. DELIVERY:(i) 7 days postal time shall be allowed for receipt of order
(ii) The first lot of material shall be offered within 45 days from the date of receipt of
order and the supply shall be completed in 01 (one) month thereafter in accordance
with the delivery schedule given below :Sl.
No.
Lot
No.
1.
2.
1st
2nd
Qty. of be
offered in %
of ordered
Qty.
50%
50%
Delivery Schedule
To be offered within 45 days from the date of receipt of order
Thereafter within next 30 days
The bidders, therefore, should quote strictly for only such quantities which they can
supply according to the above delivery schedule.
(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 alongwith 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.
: - 14 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
(ix) Price Variation:Price variation shall be payable as under :(i) In case the offer is made within the schedule/contractual delivery period (Including
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.
(ii)In case the material is delivered beyond 21 days (including the date of issue of DI)
of issue of DI or the offer is made beyond the scheduled / contractual delivery
period, 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.
8. 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%.
9. 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 with validity of minimum 24 months (i.e. two years) 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/order 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 strictly in aforesaid manner
within 30 days from the date of receipt of order prior to offering the material for predispatch inspection against the order. The offers made for pre-despatch inspection of
material, without submission of SD may be rejected.
(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.
(v) No interest shall be paid by MPPKVVCL, Jabalpur on Security Deposit furnished by
the suppliers.
10. PERFORMANCE GUARANTEE:If during the course of 18 months subsequent to the date of receipt of consignment
any of the goods 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.
: - 15 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
11. GUARANTEED TECHNICAL PARTICULARS & QUESTIONNAIRE:Guaranteed Technical Particulars as per Schedule-II 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.
12. TYPE TEST CERTIFICATE:Each size of offered cables shall be fully type tested from NABL accredited lab as per
relevant Indian Standards during the last five years from the date of bid opening.
Submission of photo copy of the type test certificates for the tests conducted at CPRI,
ERDA or any NABL accredited Test Lab is essential.
Please note that type test certificates of other than NABL accredited lab shall not
be considered. In absence of NABL certificates the offer shall be liable for
rejection. The decision of MPPKVVCL in this regard shall be final and binding
on the bidders.
13. ROUTINE & ACCEPTANCE TEST:The manufacturer shall carry out all Routine & Acceptance test as stipulated in
the relevant Indian 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
may be witnessed by our representative at the manufacturer works, if so desired by the
purchaser, prior to dispatch of the material. The MPPKVVCL at its discretion may
consider to waive off the pre-despatch inspection of the lot(s), in case of urgency.
14. ACCEPTANCE OF MATERIAL
The material at our consignee Stores shall be accepted after successfully passing
of the randomly selected sample(s) in the Acceptance Tests in an Independent NABL
Laboratory like ERDA/CPRI or any other NABL accredited lab for the tendered items.
The MRC shall be issued on receipt of satisfactory test results. The testing charges shall
be borne by MPPKVVCL. However, in case the cable fails in any of the test the entire
lot shall be rejected and the entire testing charges shall be recovered from the supplier.
The MPPKVVCL, at its discretion may consider to waive off the testing of lot(s) at
NABL Lab, if need arises to meet out the urgent requirements.
In case of any dispute relating to test results against the rejected lot and on
contesting by the supplier, the retesting of another randomly selected sample from the
rejected lot in presence of firm’s representative may be considered at the discretion of
MPPKVVCL. The retesting charges including other expenses viz transportation,
loading/unloading etc. shall be borne by the supplier. In case of failure of the lot in
second testing, the lot shall be finally rejected and shall have to be lifted & replaced by
the supplier.
No further representations /requests shall be entertained and the decision/
discretion of MPPKVVCL in this regard shall be final and binding on the supplier.
: - 16 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
15. PRICE CONSIDERATION ZONE (10% Above Lowest Acceptable Rate) :Subject to fulfilling the financial, experience, supply capacity and technocommercial 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.
16. 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 50% 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 50% of the proposed quantity, below which their bids shall not be
evaluated.
17. 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 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.”
18. 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.
19. FACTORY INSPECTION:The MPPKVVCL may depute 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 trial order, for which necessary intimation shall be given.
: - 17 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
20. UNSATISFACTORY PERFORMANCE:Even on fulfillment 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 our company/MPSEB/other MP Discoms, 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.
21. 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.
22. 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 offer(s) for the balance ordered quantity shall
be accepted at the lower rates, from the date of issue of LOI/Order against subsequent
tender.
23. RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS:All amount recoverable from you against earlier 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.
24. 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
: - 18 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
25.
All the bidders are advised to quote their own individual price. It may please be
noted that if the same price is quoted by more than one bidder, suggestive of a cartel
then such offers may not be considered. It may also please be noted that the
competitive price quoted by each bidder may also be one of the main criteria for
quantity to be ordered on each successful bidders.
26.
The MPPKVVCL 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 MPPKVVCL.
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
: - 19 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-I
(PRICE & QUANTITY)
(To be kept in envelope containing Part-III of tender documents)
S.
No
Description of Material
1
1.
(i)
(ii)
(iii)
(iv)
(v)
(vi)
Quantity Quantity Unit ex-works price ED
tendered offered including packing in %
(Kms)
(Kms)
(Rs. /Kms)
Excise
CST/ CST/VAT Forwarding Any other
Unit FOR
Remark/
Duty on VAT in on Ex- & Freight
levy
destination
Discount if
Ex works
%
Works (Rs. /Kms) (Rs./Kms)
price
any
Price
Price Plus
(5+7+9+10+11)
(Rs./Kms)
ED
(Rs./Kms)
2
3
4
5
6
7
8
9
10
11
12
13
ISI marked, 2.5 sq.mm. Unarmoured / Armoured solid annealed copper conductor, PVC Insulated and PVC
sheathed, 1100 volts grade control cable of following size (core) conforming to IS:1554(Pt-I)/1988 with latest
amendments and as per technical specification.
12 Core Unarmoured
35
8 Core Unarmoured
158
4 core Unarmoured
65
2 Core Unarmoured
44
10 Core Armoured
5
2 Core Armoured
6
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:
DATE
SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
: - 20 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-II
TECHNICAL SPECIFICATION OF `ISI' MARKED COPPER CONDUCTOR, PVC
INSULATED AND SHEATHED UNARMOURED AND ARMOURED CONTROL
CABLE
1
2
SCOPE :This specification covers design, manufacturing, testing and delivery at places anywhere in
East Zone Discom listed in Annexure-III of General Terms and Conditions of Tender
Specification of ISI marked 1100Volt grade, weather proof 2.5 sq.mm, 2, 4, 8 & 12core
Unarmoured and 2 & 10core armoured solid annealed copper conductor, PVC insulated,
PVC sheathed Cable.
APPLICABLE STANDARDS:All the Cables shall conform to the requirements of following standards with latest
amendments, if any:(i)
IS:1554 (Part-I)/1988. - PVC insulated (Heavy Duty) Electric Cables for working
voltage up to and including 1100 Volts.
(ii) IS:8130-1984
- Specification for conductor for insulated electric cables.
(iii) IS:5831-1984
- Specification for PVC insulation and sheath of electric
cables.
(iv) IS:10810-1984
- Methods for test for cables.
(v) IS:3961(Part-II) 1967 - Recommended current ratings for PVC insulated and
PVC sheathed heavy duty cables.
(vi) IS:4905-1968
- Methods for random sampling.
(vii) IS:10418-1972
- Wooden drum for electric cables.
(viii) IS:3975-1979
- Specification for mild steel wires, strips and tape for
armouring of cable.
3 GENERAL TECHNICAL REQUIREMENT:3.1 CONDUCTOR: Copper conductor used in control cables shall comply to the requirement of IS:8130-1984
with latest amendments and shall be in accordance with clauses of relevant ISS of cables
with latest amendments.
3.2 PVC INSULATION: PVC insulation used shall comply to requirement of IS:5831-1984 with latest amendments.
PVC insulation shall be suitable for continuous conductor temperature of 70ºC under normal
operation and 160º C under short circuit conditions. Insulation shall be of ‘Type A’ PVC
compound. The insulation shall be applied by extrusion so that it fits closely on the conductor
and it shall be possible to remove it without damage. The average thickness of insulation
shall not be less than nominal value (ti) specified in relevant ISS. The smallest of the
measured values of thickness of insulation shall not fall below the nominal value (ti) by more
than 0.1 mm + 0.1 ti.
: 21:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
3.3 FILLER AND INNER SHEATH:The filler and the inner sheath shall be of unvulcanised rubber or thermoplastic material or
proofed tape. Unvulcanised rubber or thermoplastic material used shall not be harder than
PVC used for insulation and outer sheath. The material shall be chosen to be compatible with
temperature ratings of the cable and shall have no deleterious effect on any other component
of the cable.
The laid-up cores shall be provided with inner sheath applied either by extrusion or
wrapping. It shall be ensured that the shape is as circular as possible. The inner sheath shall
be so applied that it fits closely on the laid up cores and it shall be possible to remove it
without damage to the insulation. The thickness of inner sheath shall be as in Table-4 of
IS:1554 (Part-I) 1988.
3.4 ARMOURING:The galvanized steel strip/wire, used for armouring shall comply with the requirement of
IS:3975-1979 with latest amendment. Armouring shall be applied over the inner sheath. The
D.C. resistance of galvanized steel strips armour shall be measured and the result when
corrected at 20° C shall comply with approximate value given in Table-6 of IS: 1554 (PartI)/1988.
The armour strips shall be applied as closely as practicable. A binder tape should be
provided on the armour. Type of armour, its dimension, procedure for its laying and joints
shall comply with the requirement of Clause-13.2, 13.3, 13.1.3 & 13.4. respectively of
IS:1554 (Pt-I)/1988.
3.5 OUTER SHEATH:The outer sheath shall be of type ST1 PVC Compound conforming to the requirements of
IS:5831-1984. The outer sheath shall be applied by extrusion over the armouring and shall be
so applied that it fits closely over armouring. It shall be possible to remove it without
damage to inner sheath. The colour of outer sheath shall be black. The minimum thickness of
outer sheath shall not fall below the nominal value (ts) specified in Table-7 of IS: 1554 (PtI)/1988 by more than 0.2 mm ± 0.2 ts.
In case of unarmoured cable, the bidders have also option to offer single sheath. In such a
case the thickness of extruded sheath shall not be less than the sum of the inner sheath
thickness specified in table-4 and the nominal outer sheath thickness specified in column 3 of
table-7 of IS:1554. The smallest of the measured value shall not be less than the sum of the
inner sheath thickness specified in table-4 and the minimum value of outer sheath thickness
specified in col.4 of table-7 of IS:1554.
3.6 CORE IDENTIFICATION:- The core shall be identified in accordance with Clause-10 of
IS:1554 (Part-I) 1988.
3.7 IDENTIFICATION, PACKING & MARKING:
Manufacturer’s Identification:- As per Clause-17.1 of IS:1554 (Part-I) following marking
shall be embossed over outer sheath at every 3 mtrs.
(a)
Cable size and Voltage Grade.
(b)
Name of Manufacturer and Word MPEZ.
: 22:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
The embossing shall be increasive, automatic in line throughout the length of the Cable
and shall be legible and indelible.
Packing & Marking:
The cable shall be wound on a drum (ref.IS:10418-1972) of suitable size and packed. The
packing shall be robust for rough handling that is occasioned during transportation. The ends
of the cable shall be sealed by means of non-hygroscopic sealing material.
The cable should carry the following information stenciled on the drum:(i)
Reference to Indian Standard IS:1554 (Part-I)
(ii)
Manufacturer’s name, brand name or trade mark
(iii)
Type of cable and voltage grade
(iv)
Number of cores
(v)
Nominal cross-sectional area of the conductor
(vi)
Cable code
(vii) Colour of cores
(viii) Length of cable on the drum
(ix)
Number of lengths on drum (if more than one)
(x)
Direction of rotation of drum by means of an arrow
(xi)
Approximate gross weight
(xii) Running end of cable
(xiii) Country of Manufacturer
(xiv) Year of manufacture
3.8 ISI Certification Mark:- The cable (Drum) must bear ‘ISI’ Certification Mark. In this
connection, a certified photo-stat copy of valid ‘ISI’ Marking License rights duly attested
must be submitted along with the inspection offer as documentary evidence. In absence of
‘ISI’ License documents, the inspection offer may not be considered.
3.9 Standard Length:- The standard length of cable shall be 500 meters ± 5% tolerance.
4
TESTS:
Following type tests, acceptance tests and routine tests are to be carried out in accordance
with clause-15 of IS:1554(Part-I)1988 with its latest amendments:S
N
Tests (Whichever is applicable)
A
TEST ON CONDUCTOR
Annealing test
Tensile Test
Wrapping Test
Conductor Resistance test
TEST FOR ARMOURING STRIPS
i
ii
iii
iv
B
C
TEST
FOR
THICKNESS
INSULATION AND SHEATH
: 23:
OF
For requirement
ref. to
For Test
method ref. to
Part No of
IS:10810
IS:8130-1984
IS:8130-1984
IS:8130-1984
IS:8130-1984
Table -5 and
IS:3975/1979
Table- 2, 4 & 7 of
IS:1554/(Part-I)
1
2
3
5
36 to 42
6
CGM(Purchase:EZ), Jabalpur
Tests (Whichever is applicable)
SN
D
i
ii
iii
iv
v
vi
vii
E
F
G
TS.NO.523 (e-TS-09)
For requirement
ref. to
For Test
method ref. to
Part No of
IS:10810
PHYSICAL TEST FOR INSULATION AND SHEATH
Tensile Strength and elongation at break
IS:5831-1984
Ageing in Air oven
-----do----Shrinkage Test
-----do----Hot deformation
-----do----Loss of mass in air oven
-----do----Heat shock test
-----do----Thermal stability
-----do---------do----Insulation Resistance Test
High Voltage Test
at room temperature
Clause 16.2 of
IS:1554 (Part-I)
Water immersion test
Clause 16.3. of
IS: 1554 (Part-I)
Clause 16.4 of
Flammability Test
IS:1554 (Part-I)
4.1
4.2
7
11
12
15
10
14
43
45
45
53
TYPE TESTS: The following shall constitute type tests.
Acceptance Tests: The following shall constitute acceptance tests:a. Annealing test
b. Conductor resistance test
c. Test for thickness of insulation and sheath
d. Tensile strength and elongation at break of insulation and sheath
e. Insulation resistance test
f. High voltage test at room temperature
All the above acceptance tests may be carried out by Discom’s representative as per
relevant ISS at the time of material inspection for the purpose of clearing the lot offered by the
manufacturer. Acceptance test shall be carried out on cable drum selected at random as per
following sampling plan:No. of drums
in the lot
Upto 50
51 to 100
101 to 300
301 to 500
501 and above
No. of drums to be
taken as sample
2
5
13
20
32
Permissible number
of defectives
0
0
0
1
2
: 24:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
4.3 Routine Tests –
The following shall constitute routine tests:(a) Conductor Resistance test
(b) High voltage test at room temperature
The above routine tests shall be conducted by the manufacturer in accordance with relevant
ISS and test certificate in proof of this shall be submitted to this office along with each
inspection offer. In absence of routine test certificate the inspection offer shall be considered
as fake and all complication arising out of this shall be to the supplier’s account.
5
OTHER IMPORTANT TECHNICAL REQUIREMENT OF TENDER:
Cables shall be designed to withstand mechanical electrical and thermal stress developed
under steady state and transient operating conditions.
6
TYPE TEST CERTIFICATE:
The bidders are advised to submit the certified photocopy of Type Test Certificate along with
the tender in respect of the type tests indicated in Clause 4.1 from NABL accredited lab like
National Test House, ERDA, CPRI etc. for each size of quoted cables. In absence of Type Test
Certificate for all the type tests, the offer is liable for rejection. The bidders shall confirm that
they will supply the material exactly for the design for which type tests have been conducted.
The above type test certificates should not be more than five years old on the date of opening of
tender.
7
INSPECTION:
All the tests and inspection may be conducted at the place of manufacturer unless otherwise
specifically agreed upon by the manufacturer and purchaser at the time of purchase. In case of
inspection at works, the manufacturer shall offer all reasonable facilities to the purchaser, without
charges to satisfy him that the material is being manufactured in accordance with the
specification. In order to ensure that quality of raw materials used during manufacturing of
control Cable is as per requirement of IS:1554 (Pt-I)/1988, the inspecting officer shall check
quality of raw material, obtain necessary invoices in proof that raw materials used are of desired
quality.
In addition to above, on receipt of Cables at consignee Area Store, the purchaser has
the right to have any or all type/acceptance test carried out through an independent NABL
accredited lab like ERDA, CPRI etc. to ascertain the quality of supply. In case the material
fails to pass the test as per specification, the entire lot shall be rejected and the testing
charges along with the other charges which may likely to be incurred for arranging the
testing through independent agency shall be recovered from the supplier. In addition to
this, action as deemed fit, may be taken against the supplier.
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
: 25:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-III (A)
GUARANTEED TECHNICAL PARTICULARS
2.5 SQ.MM UNARMOURED COPPER CONTROL CABLE
Bidders have to confirm following important requirements:
1 Name of Manufacturers
2
3
Standard applicable
Whether material offered is having ISI mark.
Give ISI marking no. & its validity period
Particulars
4
5
6
2 core
a
b
c
d
Rated Voltage
Suitable for earthed or unearthed system
Continuous current rating when laid in air at an
ambient temperature of 400C and for maximum
conductor temperature 700C.
Short Circuit current rating (rms)
Duration of short circuit
Conductor temperature allowed for Short
Circuit
Conductor details
Material
Nominal cross section area
Conductor resistance/Km at 200C
Source of Supply
a
b
c
d
Insulation details
Composition and type
Thickness
Tolerance in thickness
Received from (Supplier’s Name)
7a
b
c
8
9
10
11
a
b
c
d
f
12
a
b
c
d
Colour scheme for identification
Inner sheath details
Material
Extruded/Wrapped
Calculated diameter over laid up cores
Thickness
Received from (Supplier’s Name)
Outer sheath details
Material
Extruded/Wrapped
Calculated diameter under the sheath
Thickness
: 26:
8 core
4 core
2 core
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
f Tolerance on thickness
g Received from (Supplier’s Name)
13 Overall diameter of cable over the outer sheath
14 Volume resistively at 270C and
700C
15 Conductor temperature corresponding to
maximum continuous current
16 Test voltage
a High Voltage test
b Water immersion test voltage
17 Recommended minimum installation radius
18 Cable Drum
a Empty drum weight approx (Kg)
b Net weight of cable per drum approx (Kg)
c Total weight (cable + drum) Kg approx.
d Maximum length per drum
Undertaking- I hereby undertake, if any parameter filled above not complies to relevant
ISS and TS or the value indicated above are less than the ISS and TS values, the same shall
be considered as per TS / ISS values with permissible tolerance.
SIGNATURE OF TENDERER
NAME:
DESIGNATION:
: 27:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-III (B)
GUARANTEED TECHNICAL PARTICULARS
OF 2.5 SQ.MM ARMOURED COPPER CONTROL CABLE
Bidders have to confirm following important requirements:
1 Name of Manufacturers
2
3
Standard applicable
Whether material offered is having ISI mark.
Give ISI marking no. & its validity period
a
b
c
d
Particulars
Rated Voltage
Suitable for earthed or unearthed system
Continuous current rating when laid in air at an
ambient temperature of 400C and for maximum
conductor temperature 700C.
Short Circuit current rating (rms)
Duration of short circuit
Conductor temperature allowed for Short
Circuit
Conductor details
Material
Nominal cross section area
Conductor resistance/Km at 200C
Source of Supply
a
b
c
d
Insulation details
Composition and type
Thickness
Tolerance in thickness
Received from (Supplier’s Name)
4
5
6
7a
b
c
8
9
10
11
a
b
c
d
f
12
a
b
c
d
f
g
Colour scheme for identification
Inner sheath details
Material
Extruded/Wrapped
Calculated diameter over laid up cores
Thickness
Received from (Supplier’s Name)
Outer sheath details
Material
Extruded/Wrapped
Calculated diameter under the sheath
Thickness
Tolerance on thickness
Received from (Supplier’s Name)
: 28:
10 core
2 core
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
13 Overall diameter of cable over the outer sheath
14 Volume resistively at 270C and
700C
15 Conductor temperature corresponding to
maximum continuous current
16 Test voltage
a High Voltage test
b Water immersion test voltage
17 Recommended minimum installation radius
18 Cable Drum
a Empty drum weight approx (Kg)
b Net weight of cable per drum approx (Kg)
c Total weight (cable + drum) Kg approx.
d Maximum length per drum
Undertaking- I hereby undertake, if any parameter filled above not complies to relevant
ISS and TS or the value indicated above are less than the ISS and TS values, the same shall
be considered as per TS / ISS values with permissible tolerance.
SIGNATURE OF TENDERER
NAME:
DESIGNATION:
: 29:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
ANNEXURE-VI
PRICE VARIATION FORMULA
FOR COPPER CONDUCTOR PVC INSULATED AND
SHEATHED CONTROL CABLES
The price variation formula will be as under:P= Po + CuF (Cu - Cuo) + CCFCu (CC – CCo) + FeF(Fe-Feo)
For unarmoued control cables FeF = 0
Where:P = Price payable as adjusted in accordance with the above appropriate formula(Rs/Km)
Po = Price quoted/confirmed per Km
CuF = Variation factor for Copper as per Table-I
Cuo = Price of Copper wire rods
CCFCu = Variation factor for PVC compound as per Table-I.
CCo = Price of PVC compound
FeF = Variation factor for steel armour as per Table-I
Feo = Price of Steel armour
TABLE-I
VARIATION FACTOR FOR COPPER (CuF): As per table CuC of IEEMA circular dt.6.1.07
Nominal cross section
Variation factor
2 core 2.5 sq. mm.
0.047
4 core 2.5 sq. mm.
0.094
8 core 2.5 sq. mm.
0.182
10 core 2.5 sq. mm.
0.235
12 core 2.5 sq. mm.
0.282
VARIATION FACTOR FOR PVC COMPOUND CCFCu : As per table P-5 of IEEMA circular
dt.6.1.07
Nominal cross section
Variation factor for unarmoured cables
2 core 2.5 sq. mm.
0.125
4 core 2.5 sq. mm.
0.161
8 core 2.5 sq. mm.
0.292
12 core 2.5 sq. mm.
0.334
Nominal cross section
10 core 2.5 sq. mm.
2 core 2.5 sq. mm.
Variation factor for armoured cables
0.337
0.139
VARIATION FACTOR FOR STEEL ARMOUR FeF : As per table P-6 of IEEMA circular
dt.6.1.07
Nominal cross section
Variation factor for armoured cables
Shape
10 core 2.5 sq. mm.
0.325
F
2 core 2.5 sq. mm.
0.277
W
The above prices for raw materials viz Cuo, CCo and Feo are those published by IEEMA
prevailing as on 1.1.2008 i.e. the first working day of the calendar month, one month prior to
the date of tendering.
The applicable prices of raw material would be one month prior to the date of tendering e.g. if
tender is submitted in Feb.2008 the applicable prices would be those prevailing as on
1.1.2008.
: 30:
CGM(Purchase:EZ), Jabalpur
Cu=
CC=
Fe=
TS.NO.523 (e-TS-09)
Price of Copper wire rod in Rs./MT published by IEEMA prevailing as on the first working
day of the calendar monthly covering the date one month prior to the date of delivery
Price of PVC compound in Rs./MT Grade CW-22(see note no.1) prices of these raw materials
are published by IEEMA prevailing as on the first working day of the calendar monthly
covering the date one month prior to the date of delivery.
Price of Steel armouring flat/round wire in Rs./MT. prices of these raw materials are
published by IEEMA prevailing as on the first working day of the calendar monthly covering
the date one month prior to the date of delivery.
e.g. if the date of delivery in terms of clause given below falls in Apr.2007 the applicable raw
material prices would be those as published by IEEMA prevailing as on 1.3.2007.
The date of delivery shall be the date at which the cable is notified as being ready for
inspection. In the absence of such notification of manufacturer, the date of dispatch note shall
be considered as the date of delivery or the contracted delivery date including any extension
thereof, whichever shall be earlier.
Note-1: Price of PVC compound is the price (Ex-works) for grade CW-22 as per price circular
issued by IEEMA. This price is exclusive of excise duty (since modvatable) and exclusive
of any other State Central Local Taxes, Octoroi etc.
Note-2:-THE PRICE VARIATION SHALL BE GOVERNED BY THE FOLLOWING
FACTORS:
(i)(a) The accepted prices are VARIABLE as per P.V. formula and with base date of price of raw
materials prevailing as on 1.1.2008. For any subsequent price rise/fall during scheduled
delivery period the price variation shall be to Discom’s account. The P.V. shall be limited to
the scheduled delivery period only.
(b) In case supplies are made beyond delivery schedule, the price variation shall be restricted
either to the contractual delivery period or the actual date of readiness of material whichever
is advantageous to the Discom.
(c ) In case of any down-ward trend in prices, the firm shall immediately inform to Dy.Director
(Bills-EZ)/Regional Accounts Officer concerned, with information to the purchase section,
MPPKVVCL, Jabalpur.
(ii)
The supplier shall submit separate supplementary bill on account of PV to the Dy. Director
(Bills:EZ), MPPKVVCL, Jabalpur. Payment of PV claims shall be settled, for each lot of
material supplied, by the due date of payment of original bill for that lot provided the PV
claims for that lot is prepared and submitted with original bill well before the due date for
payment. The supplier shall submit all relevant documents along with the supplementary PV
bill viz. Photostat copies of ruling price circulars of relevant raw materials. Actual purchase
voucher shall not be insisted. In other words, the suppliers are at liberty to procure the raw
material from any sources/price available, provided the finished product conforms to our
requirement/ tender specification. Delivery of the materials shall not be linked, in any way,
with the procurement of raw materials from the aforesaid identified sources/prices.
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
: 31:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
PART-II
ANNEXURE-I
GENERAL INSTRUCTIONS TO BIDDERS
1.
GENERAL
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
(f) 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
Upto INR 50,000.
Above INR 50,000.
Earnest Money
Nil
@1%, subject to minimum INR 1,000 and
maximum INR 1 Lac.
(g) 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
(h) 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.
: 1:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
(i) 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
(j) 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/unnotarized copy, the original certificate should be produced at the time of tender
opening for verification.
(k) 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;
(v) If a bidder modifies its bid in any manner after its opening but before the validity
of the bid expires;
(vi) If a bidder does not accept the arithmetical corrections of its bid price;
(vii) 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:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
(l) RETURN OF EARNEST MONEY TO BIDDERS
a) 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.
b) 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.
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.
: 3:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
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.
: 4:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
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
: 5:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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
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 CHIEF GENERAL MANAGER (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)
(ii)
(iii)
(iv)
PAYMENT TERMS
SECURITY DEPOSIT
PENALTY
PERFORMANCE GUARANTEE
:
:
:
:
AGREED
AGREED
AGREED
AGREED
(v)
SIGNATURE OF TENDERER
STATUS & COMPANY’S SEAL
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
: 6:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
thereafter, the second part, i.e. the Commercial & Technical Bid, shall be opened on the same
date in respect of eligible bidders.
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.
: 7:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
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.
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
: 8:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
(i)
(B)
FIRM PRICES
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.
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:
CGM(Purchase:EZ), Jabalpur
(v)
(vi)
(vii)
2.
TS.NO.523 (e-TS-09)
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.
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.
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.
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:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
(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.
i)
ii)
INSPECTION AND TEST CERTIFICATE
Each lot of offered material shall be inspected by the Disco-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.
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.
: 11:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
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.
: 12:
CGM(Purchase:EZ), Jabalpur
(viii)
TS.NO.523 (e-TS-09)
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.
(ix)
Price Variation:Where ever required price variation shall be payable as under:(i) In case the offer is made within the schedule/contractual delivery period (Including
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.
(ii) In case the material is delivered beyond 21 days (including the date of issue of DI)
of issue of DI or the offer is made beyond the scheduled / contractual delivery
period, 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.
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
: 13:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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
CGM(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)
ii)
iii)
iv)
iv)
A copy of bill
Delivery Challan
Original copy of excise duty gate pass (wherever applicable) along with a photocopy
The inspection and/ or T.C. approval
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 for value more than Rs. 2.50 Lacs. The bills valued upto Rs. 2.50 Lacs, should
be submitted to concerned R. A. O.(JC)
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.
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.
11.5
11.6
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:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
13.
13.1
PERFORMANCE GUARANTEE
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.
14.1
SECURITY DEPOSIT
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.
: 15:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
14.6
The Security Deposit shall have to be deposited within 30 days of issue of order.
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.
: 16:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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.
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.
24.1
CANCELLATION OF ORDER
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.
: 17:
CGM(Purchase:EZ), Jabalpur
b)
c)
24.3
24.4
TS.NO.523 (e-TS-09)
OR
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
To cancel the contract reserving Discom-EZ’s right to recover damages.
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.
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.
: 18:
CGM(Purchase:EZ), Jabalpur
27.
TS.NO.523 (e-TS-09)
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.
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:S.No.
Particulars
Page 1
Qty. offered
Date of offer
Date of D.I.
Page 2
Qty. for which
D.I. is given
Bill No. & Date
Qty. Supplied
Name of Consignee
Page 3
Liability intimated
by consignee
Details of remittance
of liability
: 19:
Addl. information,
if any
Remarks
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
Similar information for supplies made during each month shall be submitted by the first
week of subsequent month.
31.
CORRESPONDANCE:Copies of all important correspondence on subject should be sent to Dy. Director (BillsEZ), 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 CGM(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:45oC
4oC
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 conditions 3 months
per annum
(viii)
Average annual rainfall
1250 mm
(ix)
Maximum wind pressure
150 Kg / Sq. mm
(x)
Altitude not exceeding
1000 metres
(The limit of ambient temperature shall be 45oC peak and 35oC average over a period of 24 hours)
(i)
(ii)
(iii)
Maximum temperature of air in shed
Minimum temperature of air in shed
Maximum relative humidity
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.
Chief General Manager (Purchase)
M.P.P.K.V.V.Co.Ltd., Jabalpur
: 20:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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
1
Addl.S.E./ E.E.(Stores)
Area Store, MPPKVVCL, Jabalpur
-doSagar
-doSatna
-doChhatarpur
-doChhindwara
2
3
4
5
Name of Station to which
Materials are to be
despatched, if by Railway.
Jabalpur (W-C.R.)
Concerned
Sr.AO / R.A.O.
MPPKVVCL
Jabalpur
Sagar (W-C.R.)
Satna (W-C.R.)
Harpalpur (W-C.R.)
Chhindwara (S.E.R.)
Sagar
Rewa
Chhatarpur
Chhindwara
ANNEXURE-V
LIST OF SCHEDULED BANKS
S.No.
1
Name of R.A.O. / Sr.A.O
JABALPUR
2
SAGAR
3
4
CHHINDWARA
REWA
5
CHHATARPUR
Name of Bank
(i) State Bank of India, Nayagaon Branch
(ii) State Bank of India
(iii) MP State Co-operative Bank
(iv) Punjab National Bank.
(i) Bank of India
(ii) State Bank of India
(i) State Bank of India
(i) State Bank of India
(ii) Punjab National Bank.
(iii) Allahabad Bank
(i) State Bank of India.
: 21:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE - IV
SCHEDULE OF QUESTIONNAIRE
PART “A”: GENERAL INFORMATION
1.
3.
4.
5.
(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.
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.
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
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
(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:
DATE
SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
: 22:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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
ii
(a) Amount of EMD
(b) Particulars/details
iii If exempted, state whether the
bidder is
2.
3.
4.
5.
6.
7.
8.
iv Whether reference of documentary
evidence regarding exemption
enclosed.
Whether the offer is valid for 180
days from the date of opening of
commercial / technical bid
State whether the quoted prices
are Firm/ Variable
Mode of despatch
DISCOUNT:Whether any rebate/ discount is
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.
PAYMENT TERMS
Whether Discom-EZ’s terms of
payment is acceptable to the
tenderer.
DELIVERY PERIOD
Whether agreeable to Discom-EZ’s
Delivery Clause.
PENALTY CLAUSE
: 23:
Bank draft/ Bankers cheque in favour of
Sr Account Officer (JC), MPPKVVCL,
Jabalpur / Cash with the office of
Sr Account Officer (JC), MPPKVVCL,
Jabalpur
Rs.
SSI Unit of M.P./ Small Scale unit
registered with NSIC/ Fully owned
State/ Central Govt. Unit.
Yes/ No
Yes/ No (If no, state validity period).
By Rail/By Road
Yes/No
Yes/ No
Yes/ No
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
Whether agreeable to Discom-EZ’s
penalty clause.
9.
GUARANTEE PERIOD
Whether agreeable to Discom-EZ’s
guarantee clause.
10.
SECURITY DEPOSIT
a Whether agreeable to furnish
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
extension order is acceptable to the
tenderer.
13.
Whether
rates
offered
are
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:
DATE
Yes/ No
Yes/ No
Yes/No
_____%
_____%
Yes/ No
Yes/ No
SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
: 24:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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:
DATE
SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
: 25:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
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
DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
DATE
: 26:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-V
PART "A"
SCHEDULE
OF PAST EXPERIENCE
Bidder's Name & Address:
To,
The Chief General Manager (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.
No.
1
Purchaser's Name
and Address
2
Order Number
and Date
3
PLACE:
Ordered
Quantity
4
Quantity
supplied
5
Value of
Order
6
SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
DATE
Note: - Photocopy of the orders & performance reports received from other State
Electricity Boards/ Govt. undertakings etc. should be enclosed.
: - 27 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-V
PART "B"
SCHEDULE OF COMMERCIAL
DEVIATIONS
Bidder's Name & Address:
To,
The Chief General Manager (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.
No.
Condition
Clause No. of tender
document
Page No. of Tender
document
1
2
3
4
2.
Statement of
deviations and
variations
5
Except aforesaid deviations, the entire order, if placed, on us shall be executed in
accordance with your specifications and any other conditions, variations/deviations
etc. if found, elsewhere in our offer should not be given any considerations while
finalizing the tender.
PLACE:
DATE
SIGNATURE OF TENDERER
NAME IN FULL
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 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE-V
PART "C"
SCHEDULE OF TECHNICAL DEVIATIONS
Bidder's Name & Address:
To,
The Chief General Manager (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.
No.
Condition
Clause No. of tender
document
Page No. of Tender
document
1
2
3
4
2.
Statement of
deviations and
variations
5
Except aforesaid deviations, the entire order, if placed, on us shall be executed in
accordance with your specifications and any other conditions, variations/deviations
etc. if found, elsewhere in our offer should not be given any considerations while
finalizing the tender.
PLACE:
DATE
SIGNATURE OF TENDERER
NAME IN FULL
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 -:
CGM(Purchase:EZ), Jabalpur
TS.NO.523 (e-TS-09)
SCHEDULE – VIII:
CHECK LIST
(TO BE KEPT IN THE ENVELOPE PART-B, “COMMERCIAL/TECHNICAL
BID” & UPLOAD ONLINE ALSO)
Sr.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Check List Item
Whether “Earnest Money Deposit” of specified
amount is kept in a sealed envelope-A & the same is
uploaded online.
Whether NSIC/SSI /DIC Registration Certificate is
attached
Whether confirmation certificate proving bidder is
a Manufacturer is attached
Whether appropriate type test certificate is attached
Whether P&L Accounts of last 3 year are enclosed
Whether Balance Sheets of last 3 year are enclosed
Whether Income Tax / Sales Tax / VAT Clearance
Certificate ate is enclosed
Whether duly signed “Tender Form” is attached with
the bid
Whether all schedules except schedule-I (Price bid)
duly filled & signed with supporting document are
enclosed
Schedule I: Price bid is duly filled in and digitally
signed by the signatory authority & uploaded online in
envelope-C
The schedule-VIII i.e. Check List submitted
physically in envelope-B & uploaded online in
envelope-B
: - 30 -:
Options
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Answer
Download