Академический Документы
Профессиональный Документы
Культура Документы
TENDER NOTICE
Online tenders are invited for supply of following item from manufacturers only as per
Tender specifications The Bid Seals will be received online on the portal
https://mptenders.gov.in/nicgep/app 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 authorised representatives may remain present at the time of opening of
tender:-
Sr. Tender spec. Material for Approx. Tender Date of Date of
No. no. Procurement Value fee (incl. Pre Bid Opening of
(Rs. Lakh) GST) Conference Tender
(in Rs.)
1. MD /MK/ All Aluminium Alloy 12339.86 5000.00 26.03.19 04.04.19
04 /627 Rabbit Conductor (55 3.00 PM 3.00 PM
sq. mm. Al. eq.)
* * For updated / extended due dates for opening of Tender (EMD in Cover-A & Techno-commercial
bid in Cover-B) please refer to the online key dates.
NOTE: -
(1) Other details can be seen in the complete Tender documents available on e-portal
https://mptenders.gov.in/nicgep/app.
(3) The bid data should be filled in and the bid documents uploaded by the bidders as per time
schedule (Key Dates).
(4) 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 Purchaser, whether it is lowest or not, without
assigning any reason whatsoever it may be.
(5) The bidders are required to submit soft copies of their bids electronically on the MP TENDER
Portal (https://mptenders.gov.in/nicgep/app), using valid Digital Signature Certificates. Bidders
are required to enroll on the e-Procurement module of the MP Tender Portal (URL:
https://mptenders.gov.in/nicgep/app) by clicking on the link ‘Online bidder Enrollment’ on the
MP Tender Portal which is free of charge.
(6) The required amount of EMD shall be submitted through on-line payment mode only.
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -2- Supply of AAA Rabbit Conductor
(7) No offer will be accepted without valid Earnest Money Deposit, unless exempted by the
Purchaser. If on opening of Tender, it is revealed that EMD amount is inadequate / any other
discrepancy is noticed, the Tender shall be rejected.
(8) 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://mptenders.gov.in/nicgep/app & also Purchaser’s website http://www.mpcz.co.in but
will not be published in newspaper. Hence participant bidders are advised to regularly visit the
websites until the bid opening. The Purchaser 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).
(9) Last date for submission (online upload of document of Techno Commercial Bid documents
{Cover- A (EMD), Cover-B (Techno Commercial Bid) & Cover-C (Price Bid)} is one day before the
schedule date of opening of Tender as per online key dates up to 15:00 Hrs. The date of
opening of EMD & Technical shall be the date of opening of Tender for all purpose. Submission
of physical documents (In Cover — B & C) is not mandatory but the Bidder may submit one
hard copy prior to Tender opening date without entering anything in the Price Bid format
therein. However, if the Online Bid is not submitted by the Bidder, his Bid would be outrightly
rejected.
CGM (Procurement)
-//SAVE ELECTRICITY//-
Particulars Details
Name of Work AAA Rabbit Conductor
Tender Specification Number MD/MK/04/627
Critical Dates
Note:-
(1) The bidder has to quote their rates online only in Schedule-I & as per the item wise
schedule defined. Same has to be uploaded (Cover ‘C’) online as per key dates. Please note
that, the Schedules of price bid (Schedule-I) i.e. Financial bid (Cover-C) will be uploaded
online only. The bid of the eligible bidder for the respective item shall be opened online as
per key dates.
(2) The bidders have to upload all documents online (Cover – A & Cover – B) as per key dates: -
The Bidders are required to invariably upload all required bid documents including the valid
documentary evidence of submission of online EMD (or EMD Exemption Certificate if
applicable).
(3) The bidders have to upload the following documents as per key dates:
(a) Techno Commercial Bid submission:-
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -4- Supply of AAA Rabbit Conductor
(i) Document related to Basic Qualifying requirement
(ii) Duly filled all schedules (except price schedules) with supporting documents
(iii) Signed and Scanned Copy of Tender Form and Tender Acceptance Letter in lieu of
signed copy of tender document/RFP
(iv) The copy of valid BIS license, Type Test reports etc. as per Tender requirement, if any.
(v) Bidder has to upload all necessary documents online and after opening of Tender no
other document will be entertained.
(b) Online uploading - Price Bid
The Bidders are required to invariably upload the valid documentary evidence of
submission of online EMD (or EMD Exemption Certificate if applicable) in Cover-A without
which online offer i.e., Covers-B & C shall not be opened.
(4) The date of opening of financial / price bid may vary depending upon time taken in techno-
commercial evaluation, sample evaluation if any & related issues. The bidders may please
regularly visit the https://mptenders.gov.in/nicgep/app and mpcz websites and keep
themselves updated about the price bid opening from the E-portal.
(5) Please note that once the bidder firm submits the Bid and uploads the documents needed,
then after Bid opening, if some document is found missing ie not submitted, then this office
will not be giving another chance to firm to submit the short document (s) and depending
upon the importance, the Bid might be rejected. Hence, all necessary documents should be
submitted with the Bid or otherwise Bid would be disqualified.
(6) The Pre Bid Conference would be held on 26.03.19 at 3 pm in Corporate Office, MPMKVVCL,
Nishtha Parisar, Govindpura, Bhopal-462023. All prospective bidders are advised to study the
Tender document in depth and attend the Pre Bid meet without fail. They should point out
the contradictory clauses (if any) or any discrepancies which might have crept in by oversight.
If any non-practical step/work/timeline is seen in Tender document, then same too should be
invariably pointed out so that due amendment/corrigendum to Tender can be issued in time.
Once Tender is opened, issues (if inherent therein) cannot be addressed and rectified further
on; Please note.
(M.S. Atre)
CGM (Procurement)
SAVE ELECTRICITY
Allowed to be downloaded & printed only after On-line payment of Tender Fee by the
prospective Bidder.
TENDER FORM
The undersigned hereby Tenders and offers (subject to the Company’s conditions of
Tendering) the MP Madhya Kshetra Vidyut Vitaran Co. Ltd., Bhopal to supply on Rate Contract
basis the plant, machinery and materials and /or 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. MD/MK/04/627 and its enclosures and in Schedules to the said Details of
Technical Particulars, copies of which are annexed hereto 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 set out in Schedule-I
annexed hereto.
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 questions
may be taken such that same be advantageous to the Company i.e. utility unless contrary is
mentioned in the body of the tender).
TENDERER’S SIGNATURE
(With Seal)
1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll
available in the Home Page. Then the Digital Signature enrollment has to be done with the e-
token, after logging into the portal. The e-token may be obtained from one of the authorized
Certifying Authorities such as eMudhra CA/ GNFC/ IDRBT/ MtnlTrustline/ SafeScrpt/ TCS.
2. Bidder then logs into the portal giving user id / password chosen during enrollment.
3. The e-token that is registered should be used by the bidder and should not be misused by
others.
4. DSC once mapped to an account cannot be remapped to any other account. It can only be
Inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order
details etc., under My Documents option and these can be selected as per tender
requirements and then attached along with bid documents during bid submission. This will
ensure lesser upload of bid documents.
6. After downloading / getting the tender schedules, the Bidder should go through them
carefully and then submit the documents as per the tender document, otherwise, the bid will
be rejected.
7. The BOQ template must not be modified / replaced by the bidder and the same should be
uploaded after filling the relevant columns, else the bidder is liable to be rejected for that
tender. Bidders are allowed to enter the Bidder Name and Values only
8. If there are any clarifications, this may be obtained online through the eProcurement Portal,
or through the contact details given in the tender document. Bidder should take into account
of the corrigendum published before submitting the bids online.
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the
tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one
document, they can be clubbed together.
10. Bidder should arrange for the EMD as specified in the tender.
11. The bidder reads the terms and conditions and accepts the same to proceed further to
submit the bids
12. The bidder has to submit the tender document(s) online well in advance before the
prescribed time to avoid any delay or problem during the bid submission process.
13. There is no limit on the size of the file uploaded at the server end. However, the upload is
decided on the Memory available at the Client System as well as the Network bandwidth
available at the client side at that point of time. In order to reduce the file size, bidders are
suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the
size of file also gets reduced. This will help in quick uploading even at very low bandwidth
speeds.
CGM (Procurement)
Note: These conditions will over-rule the conditions stated in the Tender documents, wherever
relevant and applicable.
The bidders are required to submit soft copies of their bids electronically on the MP TENDER Portal
(https://mptenders.gov.in/nicgep/app), using valid Digital Signature Certificates. The instructions
given below are meant to assist the bidders in registering on the MP TENDER Portal, prepare their
bids in accordance with the requirements and submitting their bids online on the MP TENDER Portal
(https://mptenders.gov.in/nicgep/app).
More information useful for submitting online bids on the MP TENDER Portal may be obtained at:
https://mptenders.gov.in/nicgep/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the MP TENDER Public
Procurement Portal (URL: https://mptenders.gov.in/nicgep/app) by clicking on the link
‘Online bidder Enrollment’ on the MP TENDER Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the MP TENDER
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the MP TENDER Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders
may combine a number of search parameters such as Organization Name, Form of Contract, Location,
Date, Other keywords etc. to search for a tender published on the MP TENDER Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the MP TENDER Portal to intimate the bidders through
SMS / e-mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -9- Supply of AAA Rabbit Conductor
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG
formats. Bid documents may be scanned with 100 dpi with black and white option which
helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been
provided to the bidders. Bidders can use ‘My Space’ or ‘’Other Important Documents’’ area
available to them to upload such documents. These documents may be directly submitted
from the ‘My Space’ area while submitting a bid, and need not be uploaded again and again.
This will lead to a reduction in the time required for bid submission process.
Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If
Bidder has uploaded his Documents in My Documents space, this does not automatically ensure these
Documents being part of Technical Bid.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as ‘Online’ to pay the tender fee / EMD as applicable
and enter details of the instrument. PAYMENT OF TENDER FEE IS MANDATORY IN ANY CASE.
4) Bidder should pay the EMD as per the instructions specified in the Tender document.
Otherwise the uploaded bid will be rejected. Bidder has to pay EMD online and that facility is
available on the e tender site. However, if due to any issue such online payment does not
materialise, on two three attempts then the bidder should contact mptenders HELPDESK and
not MPMKVVCL office.
5) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a
standard BoQ format with the tender document, then the same is to be downloaded and to
be filled by all the bidders. Bidders are required to download the BoQ file, open it and
complete the coloured (unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details have
been completed, the bidder should save it and submit it online, without changing the
filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.
However Bidder participating as New Entrant in this Tender should fill the BOQ (Price Bid) as
outlined in para 3(d) of Important Instructions to the Bidder.
(M.S. Atre)
CGM (Procurement)
1. The Chief General Manager (Procurement) on behalf of the Madhya Pradesh Madhya Kshetra
Vidyut Vitaran Co. Ltd. hereinafter referred to as ‘MPMKVVCL’ invites Tenders for supply of
material/equipment as per specifications attached for supply to MPMKVVCL Area Stores at
Bhopal, Gwalior and Guna in Madhya Pradesh and on Rate Contract basis..
2. The bidders are requested to go through the General Instructions to the bidders Section-I and
General Terms & Conditions of Purchase contained in Section-III and Special Terms &
Conditions Section-IV 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 bidders should note that in absence of any of
the schedules, as required in the tender, their offer shall be liable for rejection.
Here are some of very important instructions which every bidder should read carefully for
compliance before submitting the bid.
3. Under Rate Contract, different Purchase Orders will be issued by the CGM (Proc.) to the
successful firms at different times for quantities as per requirement existing then. As such
there is no commitment of any quantity in P.O. to be issued by Purchaser or on the purchase
order issue itself and this point should be noted by the participant bidders very clearly.
4. Validity of Bids:-
Offers should be kept open for acceptance for at least 180 days from the date of opening.
Those who do not agree for a validity of 180 days will do so at their own risk and no request
for extending the validity is likely to be made from this office. However, if due to any
circumstances, beyond control, bidders are advised to extend the validity, they shall not be
permitted to revise their rates, offer any rebate or concession while extending the validity
which may materially result in any reduction or increase in the computed prices of their
original offer.
5. Earnest Money :-
The bidder shall deposit the Earnest Money vis-à-vis the value of the items offered as per the
table given below:-
NIT Value Earnest Money
Above INR 100.0 Lakh. One Lakh
i. No offer will be accepted without Earnest Money Deposit, unless exempted by the
Purchaser. If on opening of tender any discrepancy in EMD amount is noticed, the
offer shall be rejected.
ii. The required amount of EMD shall be accepted through online payment only as per
the clause No. 4; Submission of Bids of the ‘Guidelines to Bidders for Implementation
of E-Procurement System & Online Bid Submission’. The Bidders are required to
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -13- Supply of AAA Rabbit Conductor
invariably upload the valid documentary evidence of submission of online EMD (or
EMD Exemption Certificate if applicable) in Cover-A without which online offer i.e.,
Cover-B & C shall not be opened.
iii. The EMD validity shall be up to 180 days from the next day of the final bid submission
date i.e. bid deadline and with a claim period of another 30 days. For all tendering
modes and methods, EMD shall be submitted ONLINE 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 Purchaser.
6. Following documents consisting part of Commercial & Technical bid i.e. Part-II should be
put in the following sequence and must be uploaded online:-
7. In Part-III of the Bid, only Online Price Bids, which should be strictly in our prescribed
format (Schedule-I).
8. 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. Purchaser 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 :-
9. Submission of Bid :-
(i) Part-I shall contain ‘EARNEST MONEY DEPOSIT (ONLINE)/ DOCUMENT WHICH
ENTITLES FOR EXEMPTION FROM EMD’ shall be submitted online only. The
Bidders are required to invariably upload the valid documentary evidence of
submission of EMD online (or EMD Exemption Certificate if applicable) in COVER-
A.
(ii) Part-II shall contain ‘COMMERCIAL BID AND THE TECHNICAL BID. The details
about this Part-I & Part-II of bids are discussed in Annexure-II & III. Relevant
information that the bidders are liable to submit, comprises of duly filled-in
questionnaire, all the schedules and any other information that is sought in the
tender.
(iii) Part-III shall contain ‘PRICE BID’ and shall be submitted online only. The bidder
shall ensure that the prices/rates are filled in accordance with the proforma for
‘Price and Quantity’ as per Schedule-I and uploaded online. This will be opened
online only. The bidder if Regular should quote for minimum of 35% of Tender
quantity. For New Bidders minimum Qty. to be quoted is 7.5%. It may, however,
be noted that the prices of each rating has to be filled in separately in the
specific price schedule for that rating(s). Please note that price bids for more
than one rating found to have been combinedly quoted shall be outrightly
rejected.
(b) Tender being submitted must be signed by a person holding a valid Power of
Attorney authorizing him to do so, certified copies of which shall be enclosed.
(c) Online tender being submitted must be Class 3 digitally signed by a person holding a
Power of Attorney authorizing him to do so, certified copies of which shall be
enclosed.
(d) Online tender submitted on behalf of companies registered with the Indian
Companies Act, for the time being in force, shall be signed by persons duly
authorized to submit the tender on behalf of the Company and shall be accompanied
by certified true copies of the resolutions, extracts of Articles of Association, special
and general Power of Attorney etc. to show clearly the title, authority and
designation of persons signing the Tender on behalf of the Company.
(e) All the three parts shall be submitted online (mandatorily). Submission of Hard
Copy of Bid is not necessary. However Bidder may at his convenience submit one
Hard copy of Bid by atleast one day before Tender opening date to this office.
In this case of offline submission, Cover superscribed with Tender No. for which the
tender is submitted, the name of the said bidder and the date of opening, as
advertised to this office (CGM(Proc.). In submitted hardcopy, properly pageing
should be present with index.
The Company also reserves the right to insert new clauses or post amendments to Tender
Specification etc. The changes shall be notified through addendum/corrigendum posted on
Company website and e-procurement Govt. website for information of all concerned. Bidders
may therefore regularly visit the websites stated uptill the actual Tender opening.
MPMKVVCL will not be responsible if some prospective bidder misses any Amendment/
Addendum/ Corrigendum/ Due date extension related to the Tender. Hence frequent visit to
MPMKVVCL website is again emphasised.
30. Arbitration:-
If any dispute of any kind whatsoever shall arise between the Purchaser and the Supplier in
connection with or arising out of the Purchase order, the parties shall seek to resolve any
such dispute or difference in opinion, to the extent possible, amicably by mutual
consultation. If the parties have failed to resolve their dispute or difference by such mutual
consultation, then the dispute shall be referred in writing by either party to initiate the
Arbitration process.
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
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -19- Supply of AAA Rabbit Conductor
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 Purchase order 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 Purchaser at
Bhopal.
31. The Purchaser reserves the right to accept/reject wholly and partly any Tender without
assigning any reason, whatsoever. No correspondence in this regard shall be entertained by
the Purchaser.
NOTE: The other Terms & Conditions of the Tender as described in Section-III of Part-II (General
Terms & Conditions of Purchase) and Section-IV: Special terms and condition of purchase
shall also be applicable.
(M.S. Atre)
CGM (Procurement)
(i) This bidding is open only for Manufacturers who possess the ISI marking rights for AAA
Conductor of size under Tender and which are valid on the date of opening of Tender.
(ii) The regular bidder should have a minimum experience of 2 (two) years of design,
manufacturing of tendered material and should have supplied at least 20% of tendered
quantities directly to the Discoms/SEBs/Power Utilities or their Turnkey Contractors in any
state of country in last Five (5) years from the date of tender opening.
In support of above bidders shall require to submit a CA certificate, towards supply of
quoted items in last five (5) years from the date of opening of tender, as per schedule-VII
(A): Past Supply experience.
(iii) The Notarized Type Test certificates for the tendered items shall compulsorily be enclosed
by the bidder along with their offer in support of evidence for compliance of specifications.
The Type Test certificate should be only from NABL accredited Labs and Notarized. The
Type Test report other then NABL accredited Lab shall not be accepted. The Type Test
reports certificate for the tests conducted as per latest applicable ISS on the tendered
items/material should not be older than five years from the date of opening of tenders.
The Type Test certificates issued by the bidder’s own NABL accredited Testing Lab or their
sister concern’s Lab. or Lab. having commercial relations with the bidder who come under
conflict of interest shall not be acceptable. Offers received without Type Test certificates
for the tendered items may be rejected. Further, photocopy of Type Test reports will be
subsequently matched with the original reports at the time of placing order.
(iv) In case, BIS license of the regular bidder is under renewal at the time of submission of bid,
then the offer of such bidders will be accepted subject to submission of affidavit that, they
will submit valid BIS license before opening of financial bid, otherwise their financial bid will
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -21- Supply of AAA Rabbit Conductor
not be opened by purchaser. All the new firms shall submit valid BIS license as per Tender
condition.
(v) The Regular bidders should quote/offer at-least 35% of tendered quantity and at-least
7.5% by the New bidder failing which offer shall be liable for rejection, however the offered
quantity should not be more than the Spare Manufacturing Capacity of bidder.
Offered Quantity: Offered quantity means, the Spare Manufacturing Capacity {i.e. Total
Manufacturing Capacity – (minus) Orders quantity under execution}, which is actually
available with the firm to supply material against the instant tender within scheduled
delivery period.
(vi) Clause no. 1.2 (ii) applicable for regular bidders only, and clause no. 1.2 (i), 12 (iii), 12 (iv) &
12 (v) applicable for both Regular and New bidders.
(c) If bidder submits both documents as mentioned above (a) and (b); in that case,
the document which justifies the availability of higher working capital with
bidder will be considered for evaluation purpose.
(iii) Clause no. 1.3 (i) applicable for regular bidders only, and clause no. 1.3 (ii) applicable
for both regular and new bidders.
6. Quantity Distribution
I. Quantity Distribution among Eligible Bidders:
The total quantity distribution among the various eligible bidders shall be as below:-
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -23- Supply of AAA Rabbit Conductor
(a) Regular Bidders:- Minimum 85% of Tendered quantity and may go up to 100% in case
of no eligible New Bidder.
(b) New Bidders:- Maximum up to 15% of Tendered quantity.
Note: Above allocation of quantity to Regular bidders (85%) & New Bidder (15%) is
subject to availability of enough bidders and acceptance to quantity by them. In case, if
the full 15% quantity not distributed among the New bidders due to any reason what so
ever, the remaining/undistributed quantity of New bidders will be distributed among
the Regular bidders, vis-a vis if the full 85% quantity not distributed among the Regular
bidders due to any reason what so ever, the reaming/undistributed quantity of regular
bidder will be distributed among the new bidders and total allocation of quantity to
new bidder can be more than 15%. The procedure of quantity distribution among
regular & new bidders is prescribed in below clauses.
(A) In cases where (L-1) lowest acceptable F.O.R. destination rate is from a Regular firm:
Table:1 Quantity distribution among regular bidders where L-1 bidder is a Regular
bidder
Sr. Quantity Distribution Bidders who has quoted their rates under Price
No. Consideration Zone in ascending order w.r.t.
bidder R-1 and given consent of supply at L-1
Rate.
1 3 or more Bidders agree on L1 R1 R2 R3
rate
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -24- Supply of AAA Rabbit Conductor
Quantity distribution (%) 50% 30% 20%
2 2 Bidders agree on L1 rate R1 R2
Quantity distribution (%) 60% 40%
3 When only 1 bidder agree on R1
L1 rate
Quantity distribution (%) Minimum offered
quantity by bidder
and maximum up
to 100% of
tendered quantity
(a) It may be very carefully noted that the bidders, while accepting the Lowest Acceptable
Rate (L-1) on counter offer against LoI issued to them have to compulsorily accept the
quantity offered by the Purchaser in full provided it is within 75% of the quantity offered
by them in the bid. In the event, they do not accept this, the Purchaser may not place
order on them on counter offer.
(b) The aforesaid nomenclature for assigning ranking to bidders in Regular Bidder Category as
R-1, R-2, R-3 etc. will be for those bidders who have accepted the LoI on counter offer at L-
1 rate and ranking will be in ascending order from lowest bidder R-1 who by default will be
L-1 firm.
(c) In the first instance, the LoI/Counter offer shall be issued to the bidders with relative
ranking of R-1 to R-3 as per Sr. No. 1 of table-1, in the ascending orders of their quoted
price. In case of non- acceptance of LoI/Counter offer by any bidder, the next bidder(s)
beyond L-3 falling within aforesaid price consideration zone will become eligible for
LoI/counter offer and so on. (Bidders are advised to clearly understand this and do not get
confused by R-2 & R-3, with L-2 & L-3).
(d) In Sr. No. 1 of above table, the 50% quantity allocation to R-1 shall be with the consent of
R-1 bidder, if his offered quantity is less than 50%. In case of non/partial acceptance, the
quantity shall be restricted up to accepted/offered quantity against this tender. In this
situation, the remaining unaccepted additional quantity by R-1 bidders, shall be offered to
R-2 bidder subject to his original offered quantity against the tender, in case of partial
acceptance of such additional quantity by R-2 bidder, the remaining quantity shall be
offered to R-3 firm subject to his original offered quantity against the tender. If any non-
distributed quantity still left, then same shall be allotted to R-4 bidder falling in Price
Consideration Zone and accepted counted offer at L-1 rate.
(e) In Sr. No. 2 of above table, the 60% quantity allocation of R-1 and 40% quantity to R-2
bidder shall be with their consent, if their offered quantity is less then allocated quantity.
The minimum quantity allocation to any bidder shall be restricted up to their offered
quantity against this tender. In case on non/partial acceptance of additional quantity by
any bidder, the remaining unaccepted additional quantity shall be offered to other bidder.
In case, any quantity remains undistributed due to non-acceptance or partial acceptance
of quantity by other bidder, then same shall be procured through retendering .
(f) If there are no Regular bidders except R-1 bidder (Sr. No. 3) in Price Consideration Zone or
no regular bidder accept the counter offer at L1 rate, then 100% quantity (balance
quantity allocation to New Bidder) may be offered to L1 bidder. On his refusal or partial
(B) In cases where (L-1) lowest acceptable F.O.R. destination rate is from a New Bidder:
(i) Distribution of Quantity amongst New Bidders (Maximum 15% of tendered quantity)
Such New Bidders which are eligible for placing trial orders and accept counter offer at
lowest acceptable rate will be awarded trial order as below:-
(a) Up to 15% of the Tendered quantity among all New Bidders equally or limited to their
quoted quantity, whichever is minimum.
(b) In case of non/partial acceptance of allotted quantity by any bidder (s), the
unallocated remaining quantity out of 15% of tendered quantity shall be equally
distribute among other eligible bidders subject to their consent.
(d) In Sr. No. 1 of the above table, the 50% quantity allocation to R-1 shall be with the
consent of R-1 bidder. In case of non/partial acceptance, the quantity allotted to R-1
shall be restricted up to accepted quantity against this tender. In this situation, the
remaining unaccepted additional quantity by R-1 bidders, shall be offered to R-2
bidder subject to his accepted quantity against the tender. In case of Non/Partial
acceptance of such additional quantity by R-2 bidder, the remaining quantity shall be
offered to R-3 firm subject to his accepted quantity against the tender. If any non-
distributed quantity is still left, then same shall be allotted to R-4 bidders falling in
Price Consideration Zone and has accepted counter offer at L-1 rate.
(e) In Sr. No. 2 of above table, the 60% quantity allocation to R-1 and 40% quantity to R-2
bidder shall be with their consent, if their accepted quantity is less then allocate
quantity. The minimum quantity allocation to any bidder shall be restricted up to their
accepted quantity against this tender. In case of non/partial acceptance of additional
quantity by any bidder, the remaining unaccepted additional quantity shall be offered
to other bidder. In case, any quantity remains undistributed due to non-acceptance or
partial acceptance of quantity by bidder, then same shall be procured through
retendering.
(f) If there are no bidders except R-1 bidder (Sr. No. 3) in price Consideration Zone or
only one bidder accept the counter offer at L1 rate, then 100% quantity will be
offered to R1 bidder. On his refusal or partial acceptance of additional quantity above
his offered, then re-bidding shall be done for such unaccepted remaining quantity.
(g) In case, where the Tender quantities is meagre, the MPMKVVCL may allocate 100% of
the TMPMKVVCLendered quantity only to the L1 bidder.
(M.S. Atre)
CGM (Procurement)
(i) ‘Addendum’ shall mean any other document issued to the bidders in addition to the bid document by
the Purchaser in the context of this bidding process.
(ii) ‘Agency’ shall mean the successful bidder who has received the Letter of Award from the Purchaser
to execute the Purchase order.
(iii) ‘Bid/Tender’ shall mean the proposal/document that the bidder uploads for submission in the
requested and specified form as mentioned in bid/tender documents.
(iv) ‘Bidder’ shall mean the firm/Manufacturer who quotes the offer against a tender or enquiry.
(vi) ‘Companies Act’ shall mean The Companies Act, 1956 (as amended or replaced from time to time).
(vii) ‘Competent Authority’ shall mean the authorised person of the Purchaser.
(ix) ‘Instruction’ shall mean any drawings and/or instruction in writing, details, directions and
explanations issued by the Purchaser from time to time to the Agency/Supplier.
(x) ‘Purchaser’ shall means Madhya Pradesh Madhya Kshetra Vidyut Vitran Company Limited, Bhopal.
(xi) ‘MPMKVVCL’ shall means Madhya Pradesh Madhya Kshetra Vidyut Vitran Company Limited, Bhopal.
(ix) If any rates of Tax are increased or decreased, a new Tax is introduced, an existing Tax is
abolished, or any change in interpretation or application of any Tax occurs in the course of
the performance of Purchase order, which directly impacts tax liability of Agency in
performance of this Purchase order, an equitable adjustment of the Purchase order value
shall be made to take into account any such change by addition to the Purchase order value
or deduction therefrom, as the case may be. However, decision of the Purchaser would be
final in this regard’.
(x) In case of difference in the quoted HSN Code/Service Accounting Code and quoted rate of
GST, final decision of the MPMKVVCL, Bhopal shall prevail.
3. Transit Risk
i. Responsibility regarding covering of risks during transit of material shall entirely be on the
supplier. The Purchaser shall, in any case, not bear the transit risks/ transit insurance charges.
iv. 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 Purchaser 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.
5. 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.
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 Purchaser
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 Purchaser shall be binding on the firm.
The Purchaser shall have the option to recover the outstanding dues / liability, if any, against
the firm against any contracts / orders from the firm’s bills / payments due against the orders
/ contract placed by other successor Companies formed on restructuring of MPSEB, which
shall be binding on the bidders.
All other details of labeling shall be applicable as per the Bureau of Indian Standard.
18.6. In the event, purchaser does not terminate the order, the supplier shall continue
execution of this order, in which case he shall be liable to the purchaser for liquidated
damages for the delay as per applicable clause until supplies are accepted.
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -34- Supply of AAA Rabbit Conductor
19. Reduction of rate due to subsequent Tender
As a result of opening of the subsequent tender of the purchaser, if the rates received for the
same item(s) are found to be lower, then the balance ordered quantity as on date of opening
of price bid excluding the quantity which has already been offer for pre dispatch inspection,
may be accepted at the lower rates only. If the supplier does not agree to supply the balance
quantity at the lower rate, the order for the balance quantity shall be cancelled by the
purchaser without liability on either side provided the balance ordered quantity falls within
the delivery schedule of the purchase order otherwise the provision of the clause named
‘Cancellation/Termination of Order’ shall be applicable.
20. Jurisdiction
Any dispute or difference, arising under, out of, or in connection with this tender/ Purchase
order shall be subject to exclusive jurisdiction of competent court at Bhopal only.
21. Correspondence
Copies of all important correspondence on subject should be sent to the CGM (Procurement)
and the Chief Financial Officer (C.F.O.), Corporate Office, MPMKVVCL, Bhopal as well as to
the concerned consignees and the Sr. Accounts Officer/Regional Accounts Officers. For all
matters related to issue of MRC, liability statement and verification of Bills, correspondence
may directly be made with the GM/DGM Area Stores, concerned of MPMKVVCL i.e. the
consignees and for payment related issues, penalty deduction directly with the C.F.O.,
MPMKVVCL, Bhopal. In addition to above, one statement showing the details of dispatches
made should also be submitted to this office after completion of order.
Page 2
Qty. for which Bill No. & Date Qty. Supplied Name of Consignee
D.I. is given
Page 3
Liability intimated Details of remittance Addl. information, Remarks
by consignee of liability if any
Similar information for supplies made during each month shall be submitted by the first week
of subsequent month.
(M.S. Atre)
CGM (Procurement)
Base price of All Aluminium Alloy Metal :- The bidders are advised to quote their prices for
conductor based on the ex-works rate of Rs. 202150/- per MT which is the ex-works price of
M/s BALCO for Aluminium Alloy Rods as per price circular No. 03 March dtd. 01.03.19 of
M/s CACMAI , New Delhi applicable w.e.f. 01.03.19.
2. 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, the price
variation shall be payable on the basis of date of readiness of material notified in the
offer.
ii. In case the material is delivered beyond 21 days (including the date of issue of DI) of
issue of DI, the price variation shall be payable on the basis of date of readiness of
material notified in the offer/actual date of delivery, whichever is lower.
iii. No upward price variation shall be payable beyond the contractual delivery period
where the supplier is responsible for the delay. However any downward variation in the
prices on the date of offer or actual date of delivery whichever is higher shall be
recoverable from the firm.
iv. The Contractual Delivery period is only one against one purchase order and not for
individual delivery lot of a P.O.
3. Terms of Payment :
(i) Subject to completion of all contractual formalities, 100% payment along with 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 MRC shall be issued by the consignee
stores on receipt of material at stores and after successful testing of the samples selected
randomly from the supplied Lot.
The Purchaser shall not be liable for payment of any interest on delayed payment.
(ii) The supplier shall forward the original RR / MTR directly to consignee along with copies of
following documents: -
a) A copy of bill
b) Delivery Challan
c) The inspection and or T.C. approval
d) Detailed packing list, if required.
(viii) Charges required by Bank in this regard will be debited to supplier’s / contractor’s
Account. Net payment after deduction of charges required by the Bank shall be released
in favour of supplier.
4. Delivery:
i. The Rate Contract may result in several purchase orders at different times for quantities
which will depend on the requirement which surfaces then. The Purchase orders will also be
issued by the CGM (Proc.) O/o MD, MPMKVVCL, Bhopal.
ii. The material under order shall require to be delivered in accordance with the delivery
schedule given below :-
The bidders, therefore, should quote strictly for only such quantities which they can supply
according to the above delivery schedule.
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 15 days in
advance of 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. In case offer indicating readiness of material is not received within 15 days in advance to
the terminal date of delivery, the penalty as per penalty clause shall be
reckoned/recoverable from the terminal date of delivery till the actual date of delivery
irrespective of material is delivered within 21 days from the date of issue of dispatch
instruction.
vi. 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 22nd
day of date of issue of Dispatch Instruction.
vii. Offers alongwith Routine Test Certificate may be sent through e-mail / fax. The
MPMKVVCL Bhopal shall not be responsible for any delay in receipt of inspection offer by
ordinary/registered post.
viii. Deferment of deliveries: - MPMKVVCL 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 GST, if
any
5. Acceptance of Material:-
i. The material at our consignee stores shall be accepted after successfully passing of the
randomly selected samples in the acceptance test in an independent NABL laboratory like
CPRI or any other NABL accredited lab for the tendered item. The MRC shall be issued on
receipt of satisfactory test results. The testing charges shall be borne by MPMKVVCL.
However, in case the material fails in any of the test the entire lot shall be rejected and the
entire testing charges shall be recovered from the supplier.
In case of any dispute relating to test results against the rejected lot and on contesting by the
supplier, the re-testing of another randomly selected sample from the rejected lot in
presence of firm’s representative may be considered at the discretion of MPMKVVCL,
provided request is received from the supplier within 15 days from the date of rejection of
material. The testing of sample in presence of bidders’ representative may also be considered
only when the suppliers’ representative makes its presence on the date of testing of sample
at the concern lab. Else the laboratory shall perform testing at its own. The re-testing 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 and replaced by the supplier.
No further representation/ request shall be entertained and the decision / discretion of
MPMKVVCL in this regard shall be final and binding on the supplier.
ii. 100% testing material (all drums of conductors) at in-house testing laboratory of Discom:
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -39- Supply of AAA Rabbit Conductor
(a) Purchaser is developing in-house state of art testing facility to ensure quality & quantity
of the material supplied at its own. In the event, the purchaser may test entire lot
supplied by firm s after receipt of material at Purchaser’s Area store. Checking and
testing of material supplied to the Area Stores shall be done by Purchaser for
confirming to the relevant IS/ Technical specifications/GTP/ drawing etc. In case, any of
the quantity is found short or material/item is not found confirming to the required
parameters , the same shall have to replace by the supplier before the supply of next lot
else such rejected supply shall be adjusted from the subsequent supplies.
(b) If more than 3 times the number of Drums of conductor fails is more than 10% during
100% testing of the Material from the Lots supplied by Supplier/manufacturer in the
given order, than the Purchaser may debarred supplier/ Manufacturer for future
business with our company/ MPSEB/ other Discoms of MP.
iii. In case of rejection of supplied quantity, the supplier has to lift the entire rejected quantity
within period specified in rejection intimation letter, failing which ground rent @ 0.5% per
week of ordered FOR rates (Ex-works + Freight) subject to maximum 10% of ordered FOR rate
to be levied on supplier.
6. Security Deposit
Security deposit equal to 10% of value of the individual purchase order to be placed against the
Rate Contract shall be furnished by the bidder in the form of DD/B.G. only drawn on any
scheduled Bank at Bhopal. The Bank Guarantee towards Security Deposit should be from a
scheduled bank with validity of minimum 18 months so as to cover the guarantee period of the
material and also due and faithful execution in accordance with terms and conditions of the
order.
The Security deposit shall be deposited by the bidder within 30 days from the date of receipt of
purchase order. The offer for pre-despatch inspection shall not be entertained without furnishing
the SD. In case of non submission of requisite SD, the date of offer may be treated as the date of
submission of SD. Any delay on this account or levy of penalty etc. shall be to the supplier’s
account. The decision/ discretion of MPMKVVCL, Bhopal. in this regard shall be final and binding
on the supplier.
The facility of Permanent Security Deposit (PSD) shall not be considered against this RCA
Tender and the bidders shall have to furnish the requisite Security Deposit as above.
(i) Demand drafts should be in favour of ‘The Senior Accounts Officer (HOAU)
MPMKVVCL, Bhopal. drawn on any Nationalized/scheduled bank at Bhopal.
(ii) The Bank Guarantee shall require to executed on a non-judicial stamps equal to 0.25%
of the amount of BG subject to maximum rupees 25,000/-.
(iii) SSI units registered with industries department of Madhya Pradesh (MP) shall require
to pay security deposit for only 5% value of the each individual purchase order subject
to maximum of Rs 20,000 in cash or DD. This concession is for such SSI units of MP who
are doing business up to Rupees 50 Lakhs annually with MPMKVVCL.
(iv) The Purchaser shall adjust/forfeit the SD against liquidate damages on account of non
execution or part execution of the orders/poor performances of the supplier.
(v) Security Deposit shall be returned to the supplier only after due and faithful
performance of the order and on expiry of guarantee period provided there is no
liability to be recovered against the purchase order placed on them.
(vi) No interest shall be payable by the Purchaser on security deposit submitted by
supplier.
7. Discount:
There is no provision in the price schedule for quoting any sort of discount. If the bidder intends
to quote any discount, it should be account for while quoting rate in schedule-I (Price &
Quantity). Discount mentioned anywhere in the offer shall not be considered at all for
comparison purpose.
8. Penalty:
In case in delay of supply of material from the delivery schedule stipulated in purchase order or
non-execution of order, the MPMKVVCL at its discretion shall recover the penalty from the
supplier as agreed towards the liquidated damages @ 0.5% of Ex-works price of undelivered
quantity per week or part thereof subject to maximum of 10%. This will be without prejudice to
other remedies available to the Company as per the laws of India, or terms of this Tender.
(M.S. Atre)
CGM (Procurement)
1. For the purpose of calculating price variation on Aluminum Alloy Metal, the ex-works price of
M/s BALCO, as indicated by M/s CACMAI Price Circular, will be taken into account,
irrespective of source from where the same is produced.
2. Base Price of All Aluminium Alloy Metal:- The bidders are advised to quote their prices of
conductor based on the ex-works rate of Rs.202150.00 per MT, which is the ex-works price of
M/s BALCO for Aluminium Alloy Rod as per price circular no.03 March 2019 dtd. 01.03.2019
of M/s CACMAI, New Delhi applicable w.e.f 01.03.2019.
3. Final Price of All Aluminium Alloy Metal:- The price variation on all Aluminium alloy metal
shall be calculated on the basis of ex-works prices of M/s BALCO (excluding E.D. & S.T.) as
indicted by M/s CACMAI, New Delhi applicable prevailing 15 days prior to the date on which
conductor is notified for inspection (i.e. the date of receipt of offer along with the packing
list), subject to delivery schedule, shall be taken provided material so inspected is cleared for
despatch after pre-despatch inspection or the pre-despatch inspection is waived and material
permitted for dispatches.
4. Price variation on All Aluminium Alloy Metal shall be admissible on weight of these inputs in
one kilometer of conductor as per IS:398(Part-IV)/1994. No extra weight will be permitted
on either wastages or losses:-
5. For every Rupee increase/decrease per MT in the ex-works price of All Aluminium Alloy
Metal, the price of finished conductor will vary at the following rates:
(M.S. Atre)
CGM (Procurement)
1. SCOPE:- This specification provides for the manufacture, testing before despatch, supply and
delivery of ISI Marked All Aluminium Alloy (AAA) conductors.
2. STANDARD:- The conductor shall strictly comply with the Indian Standard Specification IS:398
(Part-IV)1994 with latest amendments unless otherwise stipulated in this specif ication, or any
other International Standards which ensure equal or higher quality material and workmanship.
3. MATERIAL:-
3.1 The conductors offered shall be of best quality and workmanship.
3.2 The wires shall be smooth and free from all imperfections such as spills and splits and rolling
and wire drawing defects etc. resulting in reduction in cross-sectional area over the entire
length.
4. TOLERANCE:-
The following tolerances shall be permitted:
(i) Tolerance on nominal diameter wires ± 1% (plus minus one percent).
6. JOINTS IN WIRES:- In AAA Conductors there shall be no joint in any wire of stranded conductor
containing wires except those made in the base rod or wire before final drawing.
7. STRANDING:
7.1 The wires used in manufacture of a stranded conductor before stranding, satisfy all
requirements of IS: 398 (Part-IV/1994 with its latest amendments. The lay ratio of the layer
shall be within the limit given under class-8 below.
7.2 In all constructions, the successive layers shall have opposite directions of lay. The outer-most
layer being right handed, the wires in each layer shall be evenly and closely stranded.
8. LAY RATIO:-The lay ratio (Ratio of the axial length of a complete turn of the helix formed by an
individual wire in a stranded conductor to the external diameter of the helix) shall be within
the limits given below :-
10.1 The reels/drums shall be of such constructions as to assure delivery of conductors free from
displacement and damage and should be able to withstand all stresses due to handling and the
stringing operation so that conductor surface is not dented, scratched or damaged in any way
during manufacturer, transport and erection. The conductor shall be properly lagged on the
drums.
10.2 The conductor drum should be suitable for wheel mounting. Before reeling, the cardboard or
other suitable material shall be secured to the drum and inside flanges of the drums. After
reeling the conductor, the exposed surface should be wrapped with suitable soft material e.g.
polythene sheet etc. across the flanges to protect the conductor from dirt, grit and damage
during transportation and handling and also prevent ingress of rain water during
storage/transport.
10.3 All wooden components shall be manufactured out of seasoned wood of good quality free
from defect that may materially weaken the component parts of the drums. Preservatives
treatment for anti-termite/anti-fungus shall be applied to the entire drum with preservatives of
a quality which is not harmful to the conductor.
Longer lengths shall be acceptable. Short lengths of not less than 50% of the standard
lengths, as indicated above, shall be acceptable to the maximum extent of 10% of the
quantity ordered for each size.
24 hours)
13. TESTS:
13.1 Samples of individual, Aluminium Alloy wires for tests shall be taken before stranding from not
less than 10% of the spools/coils. If samples are taken after stranding, they shall be obtained
by cutting 1.2 meters from the outer end of the finished conductor from not more than 10% of
the reels.
13.2 The mechanical tests shall be carried out on single wires only and not on complete conductor.
13.3 The following tests shall be carried on Aluminium Alloy wires as per detailed procedure given in
IS:398(Part-IV)/1994:-
(a) Measurement of lay ratio of conductor
(b) Nominal size of individual wire
(c) Breaking load test
(d) Elongation test
(e) Resistance test.
13.4 The rejection and re-test procedure shall be followed as stipulated in IS:398(Part-IV)/ 1994.
14.2 The supplier/manufacturer of Conductor should arrange for the inspection by the
representative of purchaser specially authorized for this purpose. At least 5% of the total
number of drums of conductors taken at random should be checked to ascertain the lengths of
conductor adopting either of the following two methods:-
a. The drum along with the conductor should be weighed and six empty drums along with
protective laggings & studs etc. normally used for winding the conductor should also be
weighed. Net weight of the conductor should be calculated by subtracting the average
weight of the six empty drums from the gross weight of the conductor and drums. Having
known the weight of the conductor, the length of the conductor can be computed.
In case of empty conductor drums, a check weighment of every one in ten empty drums
shall also be done before the conductors are wound on the drums.
b. Arrangements should be made available in the works of the manufacturer for
transferring the conductor from one reel to another at the same time measuring the
length of the conductor so transferred by means of a meter. Percentage shortage if any
in the length thus obtained and as declared by the supplier in the packing list shall be
applied to all the drums.
15. CHECK MEASUREMENT: Where length of conductor is verified by weighment basis the
determining factor will be length /weight ratio of the sample drums verified at the firm’s
premises of the lot of which the drum under measurement at the consignee’s end forms a part:
(i) Wherever at the end of the consignee, length measurement machines are available
conductors shall be accepted by verification of length only and where the length
measurement machines are not available, conductor shall be accepted on weighment basis.
(ii) In case, where the recorded weight on the drum tallies with the measured weight at
consignee end, then the conductor length shall be accepted as recorded on the drum. In
other cases, the determining factor will be weight/ length ratio of the sample(s) inspected at
the firm’s premises of the lot of which the drum under measurement at the consignee’s end
forms a part. The factors of weight/length ratio shall however be made available to the
consignees in the dispatch instructions itself. If such factors are not available due to some
reasons, actual measurement of diameter shall be made and weight/length ratio shall be
obtained for the purpose of computing length.
(A) SIZE AND PROPERTIES OF AAA CONDUCTORS
(Table 2 is of IS:398 Part – IV 1994)
Sr. Actual Stranding Approximate Approximate Calculated Approximate
No. Area & wire dia overall dia mass maximum calculated
resistance breaking load
at 20o
mm2 Mm mm Kg/Km Ohm/km KN
1. 22 7/2.0 6.0 60.16 1.5410 6.45
2. 34 7/2.5 7.5 94.00 0.9900 10.11
3. 55 7/3.15 9.45 149.20 0.6210 16.03
(M.S. Atre)
CGM (Procurement)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
ISI Marked AAA Conductor conforming to IS:398 Part-IV-1994 of size
Note :
1 The prices are to be filled strictly in this format only.
2 No column shall be left blank. Please note that the words ‘exclusive of charges/taxes’, ‘inclusive of charges/taxes’, ‘dash’, ‘N.A.’, ‘Do’, etc. will not be
given cognizance.
3 Responsibility of any lack of clarity leading to confusion will rest with bidders. Firm without valid GST registration need not Bid
4 M.P. Madhya Kshetra Vidyut Vitaran Company Ltd., Bhopal is a Registered under Goods & Service Tax (GST) and GSTIN Number is
23AADCM6799G2Z4. Therefore necessary declaration form, wherever applicable, shall be issued after receipt of material at destination, by
the Purchaser. This should be kept in mind by the bidder while quoting the prices.
5 Rates in various tapering steps shall not be considered. Rates in this schedule are to be quoted ONLINE ONLY (not in Hard Copy of Bid)
6 No conditions should be attached or otherwise your price bid would be rejected outright.
7 The Minimum Quantity to be offered (to be filled in Coln. 8) is atleast 35% for Regular Bidders and atleast7.5%for New Entrants or otherwise
the Bid will become invalid outright.
To,
The Chief General Manager (Procurement)
Corporate Office,
MPMKVV Co. Ltd.,
NishthaParisar, Bijlinagar,
Govindpura, Bhopal-23.
Place and
Sr. Test Report
Name of Test Institution where Test Report Date
No. No.
tested
Note:- You are advised to furnish detailed report of above tests along with the tender including
details of active part verification after test. The reports shall be issued by NABL accredited
Government and independent Agency of National repute like CPRI Bangalore/ Bhopal or any other
reputed NABL accredited lab for the Tendered item. In the absence of test report, it will be
presumed that no test has been carried out and Tender will be evaluated accordingly. Above table
must be filled indicating Report No., Date & place where type test have been carried out.
Please furnish desired details. Use separate sheets wherever necessary. Please enclose the extra
sheets as Section.
We hereby undertake and submit the declaration that our firm/company is not
debarred / black listed for future business with Central 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 Purchaser
shall be free to take any punitive / legal action against us, as may be deemed fit, which shall
be acceptable / binding on us and the consequences shall be to our account.
SIGNATURE OF TENDER
NAME IN FULL
DESIGNATION / STAUS IN THE FIRM
COMPANY SEAL
(In case no such relative or business associate case exists, then please write-:
(This undertaking should be on the Official Letter Head of the participant firm)
DECLARATION - I
PLACE : NAME :
DESIGNATION:
To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23
Dear Sir,
We furnish herewith the record of our past supply experience of quoted items as follows:-
It is certify that the M/s……………… is meeting all the technical criteria’s as mentioned under clause-
1.1 & 1.2: Qualification Criteria of Section-II and all information given as above is true.
To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23
Sub:- Details of supply of AAAC Conductor during last 5 years as on date of Tender opening.
Dear Sir,
Details of supply made by us of AAAC Conductor during last 5 years as on date of Tender
opening, as under:-
To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23
1 2013-14
2 2014-15
3 2015-16
4 2016-17
5 2017-18
Average of 3 years
To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23
Note: The Regular bidders and New Bidders are requested to offer minimum 35% and 7.5% of
Tender quantity respectively.
PART ‘A’
SCHEDULE OF COMMERCIAL DEVIATIONS
Bidder's Name & Address:
To,
Dear Sir,
The Commercial Deviations & Variations to the specifications stipulated in the Tender, for the
item quoted are, as under:-
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.
Note: - Continuation sheet of like size & format may be used as per bidder's requirements and shall
be annexed to this schedule.
To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23
Dear Sir,
The Technical Deviations & Variations to the specifications stipulated in the Tender, for the
item quoted are, as under:-
2. Except aforesaid deviations, the 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.
Note: - Continuation sheet of like size & format may be used as per bidder's requirements and shall
be annexed to this.
THIS DEED OF UNDERTAKING executed this ………….. of Two Thousand and Nineteen by ------------------
--, a Company/ Firm incorporated under the laws of Companies Act 1956, and having its Registered
Office at ………………………………. (hereinafter called the ‘Supplier/ Contractor’ which expression shall
include its successors, executors and permitted assigns) in favour of Madhya Pradesh Madhya
Kshetra Vidyut Vitaran Company Limited a Company incorporated under the Companies Act, 1956
and having its Registered Office at …………………………………………… (hereinafter called the MPMKVVCL’
which expression shall include its successors, executors and permitted assigns).
AND WHEREAS among the various prevalent modes of effecting payments, the mode of ‘Direct
Credit’ into contractors specified bank account through system like Banks’ RTGS/NEFT mode is
considered to be a convenient and efficient mode of payment, subject to the convenience and
practicality of the same at ‘MPMKVVCL’ end, and the ‘supplier/ Contractor’ desires for release of
payment, against the bills submitted to ‘MPMKVVCL’ through this mode.
And whereas, the ‘Supplier/Contractor’ agrees to avail the ‘Direct Credit’ channel for receiving sums
due against the bills and that the ‘Supplier/Contractor’ accepts such terms regulations, conditions,
stipulations laid down by MPMKVVCL form time to time for the purpose.
1. That the ‘Direct Credit’ being offered shall be extended to the ‘supplier/Contractor’ on whom a
valid order has been placed by the MPMKVVCL and the ‘bills’ of whom shall be directly credited
to the bank account held in the name and title of ‘Supplier/Contractor’, as per the request of
the Supplier /Contractor in this deed of undertaking.
2. MPMKVVCL presupposes, and the same is acknowledged by the ‘Supplier/Contractor’, that the
MPMKVVCL shall rely upon all electronic communications, orders or messages to Its banker for
Direct Credit’ facility office by MPMKVVCL.
3. And whereas, the ‘Supplier/ Contractor’ agrees to execute from time to time necessary
agreement form(s), authority latter(s) and any other related documents for this purpose, for
availing the ‘Direct Credit’ facility offered by ‘MPMKVVCL’.
1. In view of evident convenience and efficiency accruable due to such mode of payment we
‘Supplier/Contractor’ do hereby declare that tender our consent to bear the bank charges or
any other charges associated with the operation of the said mode of payment i.e. the mode of
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -74- Supply of AAA Rabbit Conductor
‘Direct Credit’ into ‘Supplier/ Contractors’ designated bank account through Bank’s appropriate
system e.g. RTGS/NEFT, online Internet Banking etc. The ‘MPMKVVCL’ shall be at liberty to
deduct or recover such charges from us in any manner including deduction from our bills,
claims, deposits, etc., even though not spelt out in the ‘Order’.
2. We the ‘Supplier/Contractor’ further declare that for the purpose of facilitating such payments,
we tender following particulars of our bank account:
3.
Name of Company/ Firm (‘Supplier/Contractor’)
Income Tax Permanent Account Number
Name of Bank
Name and title of the Account
Name and address of the Bank Branch
Contractor’s Bank Account No. In Which
payments is to be transferred.
ECS Code as detailed in the ‘Supplier/
Contractor’ Cheque Book
IFSC Code of the Band Branch
SWIFT Code of Bank Branch
IBAN Code of Bank Branch
4. Without affecting the generally and total responsibility in terms of this Deed of Undertaking,
We ‘Supplier/Contractors’ hereby undertake to immediately provide any other
information/particulars required by the ‘MPMKVVCL’ in this regard in the form of fresh
Undertaking. We also undertake to inform any changes in these particulars immediately to the
MPMKVVCL in the form of a fresh Undertaking, and agree to the condition that any payment
due on that day shall not be released till the changes are duly accepted and implemented in
MPMKVVCL ‘Direct Credit’ System or as may be advised by the MPMKVVCL in this regard.
5. We, the ‘Supplier/Contractors’ further declare that credit of monies, with or without deduction
of Bank charges into our above-mentioned accounts shall be comprehensive and complete
legal discharge of MPMKVVCL’s payment liability to the ‘Supplier/Contractor’ in respect of
bill/claim to which the payments relates to, so far as the mode of payments is concerned.
6. We further declare that we fully understand that the exercise of mode of payment as
mentioned above is at the sole discretion of the ‘MPMKVVCL’, and ‘MPMKVVCL’ is at liberty to
make due payments with the existing or any other prevalent mode of payment as per its
convenience and practical consideration.
7. Changes, if any ,of the information given in this document, constitution of the firm etc. shall
be intimated by the ‘Supplier /Contractor’ to MPMKVVCL on immediate basis, on a similar
undertaking and that ‘MPMKVVCL’ shall not consider any subsequent changes without similar
undertaking by the ‘Supplier/Contractor’.
WITNESSES
[Note:- The Deed of Undertaking shall be attested by Notary Public of the place of the
executants(s)].
Date:
To,
______________________
______________________
______________________
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from
the web site(s) namely:
__________________________________________________________________________________________
__________________________________________________________________________________________
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from
Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which form part of the
contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organisation too have also been taken into
consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt. Department/Public
sector undertaking.
6. I / We certify that all information furnished by the our Firm is true & correct and in the event that the
information is found to be incorrect/untrue or found violated, then your department/ organisation shall without
giving any notice or reason therefore or summarily reject the bid or terminate the contract , without prejudice to any
other rights or remedy including the forfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,