Вы находитесь на странице: 1из 79

M. P.

MADHYA KSHETRA VIDYUT


VITARAN CO. LTD., BHOPAL
(A Government of M.P. Undertaking)

TENDER SPECIFICATION NO.MD/MK/04/627


(e-Tender No.2019_MKVVC_25640)

(Due for Opening on 04.04.2019)

Rate Contract for Supply of ‘ISI’ marked Rabbit (55


Sq.mm Al. Eq.) All Aluminium Alloy (AAA) Conductors
for a period of one year

Chief General Manager (Procurement)


Office of the Managing Director,
M. P. Madhya Kshetra Vidyut Vitaran Co. Ltd.,
Nishtha Parisar, Bijlinagar, Govindpura, Bhopal-462023
Phone No. – (0755) 2602033-36 (Extn.265, 161, 168)
Fax No. – (0755) 2589821
Email – JLGproc.1@gmail.com
Website – www.mpcz.co.in
TENDER SPECIFICATION No.MD/MK/04/627
FOR RATE CONTRACT OF AAA RABBIT CONDUCTOR SUPPLY
DUE FOR OPENING ON 04.04.19
INDEX
S. No. PARTICULARS Page
No.
PART - I
1 Tender Notice 2-3
2 Key Dates & Basic Tender Information 4-5
3 Tender Form 6
4 Special Instruction to the Contractors/Bidders for the e-submission of the bids 7-8
5 Guidelines to Bidders for Implementation of E-Procurement System 9-11
6 Section I General instructions to bidders 13-20
7 Section II Qualification Criteria & Evaluation Methodology 21-28
8 Section III General Terms and Conditions of Purchase 29-37
9 Section IV Special Terms and Conditions of Purchase 38-43
10 Section V Price Variation 44
11 Section -VI(A) Technical Specifications 44-49
12 Section -VII List of Consignee Area Stores/Depot Stores & Senior / Regional Accounts 50
Officers
13 Annexure-VIII List of Scheduled Banks 50
PART - II
14 Schedule I Price & Quantity 52-53
15 Schedule II Details of Type Test Carried Out 54
16 Schedule III Source of Material/Place of Manufacture Testing & Inspection 55
17 Schedule IV Schedule of Questionnaire
Part A General Information 56
Part B Commercial Information 57-58
Part C Technical Information 59
18 Schedule V Undertaking / Declaration by the Bidder 60-61
19 Undertaking regarding bringing into light relationship of supplier firm management 62
with Officers/Employees of MPMKVVCL
20 Schedule VI DECLARATION - I 63
21 Schedule VII (A) Schedule of Past Experience 64
Schedule VII (B) Schedule of supply during last three years 65
Schedule VII (C) Schedule of financial information 66
22 Schedule VIII Details of quantity offered 67
23 Schedule IX (A) Schedule of Commercial deviations 68
24 Schedule IX (B) Schedule of Technical deviations 69
25 Schedule X Guaranteed Technical Particulars 70-71
26 Schedule XI Details of Drawings submitted with Tender 72
27 Schedule XII Undertaking for accepting payment through ‘Direct Credit’ 73-76
28 Tender Acceptance Letter 77
29 Schedule XIII ‘Check List’ 78

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -1- Supply of AAA Rabbit Conductor
M.P.MADHYA KSHETRA VIDYUT VITARAN CO. LTD.
(Government of M.P. Undertaking)
Nishtha Parisar, Bijlinagar, Govindpura, Bhopal-462023
Phone: (0755)2602033-36, Fax No.: (0755)2589821
Website : www.mpcz.co.in e-mail: JLGproc.1@gmail.com
CIN No. U40109MP2002SGC015119
------------------------------------------------------------------------------------------------------------------------------------

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.

(2) Tender documents can be download from main 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.

(10) The Tender document will be available on portal https://mptenders.gov.in/nicgep/app soon


after NIT publication in Newspapers. The interested bidders are advised to regularly visit the
portal for viewing same.

CGM (Procurement)

-//SAVE ELECTRICITY//-

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -3- Supply of AAA Rabbit Conductor
KEY DATES & BASIC TENDER INFORMATION

Particulars Details
Name of Work AAA Rabbit Conductor
Tender Specification Number MD/MK/04/627

Due date of submission of Tender 03.04.19 up to 1500 Hrs


(EMD in Cover - A + Techno-
Commercial Bid in Cover - B + Price
Bid in Cover - C)

Critical Dates

S.No. Tender Stage Date & Time


1. Publishing Date 19.03.2019
1600 Hrs.
2. Document Download/Sale Start Date 19.03.2019
1800 Hrs.
3. Seek Clarification Start Date 20.03.2019
1200 Hrs.
4. Seek Clarification End Date 26.03.2019
1200 Hrs.
5. Bid Submission Start Date 28.03.2019
1530 Hrs.
6. Bid Submission Closing Date 03.04.2019
1500 Hrs.
7. Bid Opening Date 04.04.2019
1500 Hrs.
8. Financial Bid Opening Date 12.04.2019
1500 Hrs.

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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -5- Supply of AAA Rabbit Conductor
M.P.MADHYA KSHETRA VIDYUT VITARAN CO. LTD.
(Government of M.P. Undertaking)
Nishtha Parisar, Bijlinagar, Govindpura, Bhopal-462023
Phone: (0755)2602033-36, Fax No.: (0755)2589821
Website : www.mpcz.co.in e-mail: JLGproc.1@gmail.com
CIN No. U40109MP2002SGC015119
--------------------------------------------------------------------------------------------------------

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).

Dated the …………. Day of …………… 2019

TENDERER’S SIGNATURE
(With Seal)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -6- Supply of AAA Rabbit Conductor
Special Instructions to the Contractors/Bidders for the e-submission of the bids
online through this eProcurement Portal

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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -7- Supply of AAA Rabbit Conductor
14. It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that
he/she completes the Bid Submission Process. Bids Which are not Frozen are considered as
Incomplete/Invalid bids and are not considered for evaluation purposes.
15. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders due to local issues.
16. The bidder may submit the bid documents online mode only, through this portal. Offline
documents will not be handled through this system.
17. At the time of freezing the bid, the eProcurement system will give a successful bid updation
message after uploading all the bid documents submitted and then a bid summary will be
shown with the bid no, date & time of submission of the bid with all other relevant details.
The documents submitted by the bidders will be digitally signed using the e-token of the
bidder and then submitted.
18. After the bid submission, the bid summary has to be printed and kept as an
acknowledgement as a token of the submission of the bid. The bid summary will act as a
proof of bid submission for a tender floated and will also act as an entry point to participate
in the bid opening event.
19. Successful bid submission from the system means, the bids as uploaded by the bidder is
received and stored in the system. System does not certify for its correctness.
20. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected
21. The time that is displayed from the server clock at the top of the tender Portal, will be valid
for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal.
The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The
bidders should adhere to this time during bid submission
22. All the data being entered by the bidders would be encrypted at the client end, and the
software uses PKI encryption techniques to ensure the secrecy of the data. The data entered
will not be viewable by unauthorized persons during bid submission and not viewable by any
one until the time of bid opening. Overall, the submitted bid documents become readable
only after the tender opening by the authorized individual.
23. During transmission of bid document, the confidentiality of the bids is maintained since the
data is transferred over secured Socket Layer(SSL) with 256 bit encryption technology. Data
encryption of sensitive fields is also done.
24. The bidders are requested to submit the bids through online eProcurement system to the TIA
well before the bid submission end date and time (as per Server System Clock

CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -8- Supply of AAA Rabbit Conductor
Guidelines to Bidders for Implementation of E-Procurement System & Online Bid
Submission

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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -10- Supply of AAA Rabbit Conductor
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 126 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key
is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking ‘Freeze Bid Submission’
in the portal), the portal will give a successful bid submission message & a bid summary will
be displayed with the bid no. and the date & time of submission of the bid with all other
relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender. This should be as per timelines (about ‘seek clarification’ start
& end dates) given in Tender only.
2) Any queries relating to the process of online bid submission or queries relating to MP TENDER
Portal in general may be directed to the 24x7 MP TENDER Portal Helpdesk
.

(M.S. Atre)
CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -11- Supply of AAA Rabbit Conductor
PART-1

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -12- Supply of AAA Rabbit Conductor
SECTION-I:
GENERAL INSTRUCTIONS TO THE BIDDERS

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.

iv. The following are exempted from payment of EMD:


– SSI Units of Madhya Pradesh permanently registered with DIC/NSIC shall be exempted
from payment of EMD. The registration should be permanent and should be
specifically for the items quoted in the Tender and valid on the date of opening of
tender. The SSI Units registered with UDHYOG ADHAR/MSME shall also be exempted
from payment of EMD and their registration certificate should be valid on the date of
opening of tender. Small Scale Units registered with NSIC:- The Small Scale Units
permanently registered with NSIC, whose registration certificate is valid for the item
quoted on due date of opening of commercial and technical bid shall be entitled for
exemption from EMD. The renewal/amendment of certificate should not be more
than 3 years old from the due date of opening of tender otherwise EMD has to be
furnished by the bidder.
– The Medium/Large Scale Manufacturing Units, located in Madhya Pradesh (other than
SSI/ Ancillary Units to MPSEB and Govt. undertakings) are permitted to furnish the
EMD @50% of the rates prescribed above. Here also permanent registration is a must
in respect of specified item against the tender.
– Fully owned State/Central Govt. manufacturing units, if 100% shares are held by the
respective Govt. for which documentary evidence must be furnished with the offer.
– The photocopy of the NSIC/SSI Registration Certificate for the tendered items duly
notarized/attested by G.M./Manager, DIC of the area/ any officer of Discom not
below the rank of E.E. shall be furnished with the offer. In case of unattested/un-
notarized copy, the original certificate should be produced at the time of tender
opening for verification.

v. Forfeiture of Earnest Money Deposit:


The EMD may be forfeited:-
a) If a bidder withdraws or revokes its bid during the period of bid validity specified
by the bidder;
b) If a bidder modifies its bid in any manner after its opening but before the validity
of the bid expires;
c) If a bidder does not accept the arithmetical corrections of its bid price;
d) In the case of successful bidder, if the bidder fails to:
e) -furnish the performance security within the prescribed time.
f) In case, the bidder withdraws his offer during the validity period, after placement
of order, the EMD shall be forfeited.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -14- Supply of AAA Rabbit Conductor
vi. Return of earnest money to bidders.
a) EMD shall be returned to the unsuccessful bidders, as soon as possible, after the
tender is decided.
b) EMD of bidders on whom the orders have been placed, shall be returned on
acceptance of security deposit.

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:-

i. Tender Form in original.


ii. Schedule-II - Details of Type Tests carried out.
iii. Schedule-III - Source of Material.
iv. Schedule-IV(A),(B)&(C) - Questionnaire duly answered.
v. Schedule-V Undertaking / Declaration by the Bidder
vi. Schedule VI DECLARATION - I
vii. Schedule-VII (A) - Performance and past experience.
viii. Schedule-VII (B) – Supply details of last three FY.
ix. Schedule VII (C) Schedule of financial information
x. Schedule VIII Details of quantity offered
xi. Schedule-IX(A)&(B) - Commercial & Technical deviations.
xii. Schedule-X - Guaranteed Technical Particulars.
xiii. Schedule XI- Undertaking for accepting payment through ‘Direct Credit’
xiv. Undertaking (in respect of Conflicting Interest Clause).
xv. Printed literatures towards Technical Specifications etc.
xvi. The firms/units who are Small Scale Industrial Undertaking holding a valid Permanent
Registration Certificate issued by the Directorate of Industries (DIC) of a State including
National Small Industries Corporation (NSIC) and Small Industries Development
Corporation of a State shall invariably intimate and attach the copy of documentary
evidence in support of this.

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 :-

i. They have controlling shareholders in common, or


ii. They have the same legal representative for the purposes of this bid.
The bidders shall be requested to furnish following documents in this regard:-
a) 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.
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -15- Supply of AAA Rabbit Conductor
b) Latest partnership/ownership deed of the firm quoting the tender.
c) Copy of list of directors (in case of a company) with names, addresses and telephone
Nos./Mobile Nos. of each director.
d) Power of Attorney on Rs 1000/-Stamp Paper (Non-Judicial) duly notarized to sign the
tender documents and all correspondence before and after placement of order.

9. Submission of Bid :-

(a) The Tender shall be submitted in three (3) parts:-

(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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -16- Supply of AAA Rabbit Conductor
Details of such submission are given in preceding pages of this Tender which may
carefully be read and followed by Bidder.

10. Date and Time of Opening of Bids – Changes:-


Tender shall be opened online on https://mptenders.gov.in/nicgep/app 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.

11. Opening of E.M.D. & Commercial and Technical Bid :-


The first Cover of ‘Part-I: Earnest Money Deposit’ shall be opened on the due date and time,
as notified in the Notice Inviting Tenders. The requirement for EMD shall be verified and
thereafter, the second part i.e. ‘Part-II: Commercial & Technical Bid’ shall also be opened
online on the same date in respect of eligible bidders only.

12. Requirement for Opening of Price Bids:

The price bids of such offers shall be opened who have:-


(i) Accepted all Commercial Terms & Conditions and Technical Specifications.
(ii) Qualified the Basic qualification of the bidder, conflicting interest clause, financial, supply
capacity& minimum quantity to be quoted, unsatisfactory performance clause &
minimum quantity to be quoted criteria.
Please ensure that the documents uploaded online are legible & the documents
uploaded are as has been stated to be furnished elsewhere in the Tender.

13. Guaranteed Technical Particulars and Questionnaire:-


Guarantee Technical Particulars as per Schedule X 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 may be rejected.

14. Unsatisfactory Performance :-


Even on fulfillment of all the criteria it may please be noted that:-
i. Offers of those bidders whose work have been terminated or who have been debarred
for future business with our company/ MPSEB/ other Discoms of MP, may be summarily
rejected.
ii. In case of those bidders whose work have been terminated or whose past performance
has not been found to be satisfactory against previous tenders of MPSEB/Companies
formed on restructuring of MPSEB, they shall not be considered for opening of price bid.
Some of the attributes to the poor performance of a bidder are as follows:-
 Non-execution of previous order(s).
 Failures of material in testing & non-replacement of the same by the supplier.
 Failures of material enmasse as reported by the field officers.

15. Pre-Bid Conference


The Company shall hold a pre-bid conference of bidders on 26.03.19 at 3:00 pm in the
Corporate Office of the Company (MPMKVV Co. Ltd.) at Nishtha Parisar, Bijlee Nagar Colony,
Govindpura, Bhopal-462023 to clarify various clauses of the bid documents to ensure
uniformity in understanding the bid documents. Bidders are advised to attend the Pre Bid
Conference so as to clear all ambiguities and doubts and point to any mistake or shortcomings
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -17- Supply of AAA Rabbit Conductor
which might be visible in the Tender. The Company reserves the right to change the clauses as
emerging after pre-bid conference or as per it’s solo discretion and also if attendees and
MPMKVVCL both are in consensus on same. Details of any doubt(s) about instant Tender
Specification and/or required clarification/ suggestion/ modification in any of the terms &
conditions and/ or the specifications etc. must be sent sufficiently in advance to the CGM
(Procurement) (preferably) through e-mail or through post to JLGproc.1@gmail.com so as to
reach at least two days before the scheduled date of pre-bid meeting to enable this office to
provide necessary clarification/ modification during pre-bid meeting.

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.

16. Amendment in Specifications:-


The Purchaser may revise or amend the specification and drawing, prior to the date notified
for opening of Technical 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.

17. 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 Purchaser shall be considered. Such
offers can also be rejected.

18. Lumpsum Based Bids:-


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

19. 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.

20. Incomplete Bids:-


Tender which is incomplete or obscure is liable for rejection.

21. 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 Purchaser shall be taken without any reference
to the tender.

22. Language of Bids:-


All tenders should be made in English only.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -18- Supply of AAA Rabbit Conductor
23. 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 Purchaser’s personnel or Representative, on matters relating to
tender under process.

24. Acceptance of Part/Whole Bids-Rights thereof :-


Purchaser reserves the right to accept/ reject wholly or partly any tender without assigning
any reason whatsoever. The Purchaser in this regard shall not entertain any correspondence.

25. 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.

26. 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.

27. 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 VII Part ‘A’ failing which the tender may not get any preference for his
past experience.

28. Authorisation/Local Representative


Only authorized representative, possessing necessary authority letter (on Rs. 50/- non judicial
stamp paper) from the bidder/supplier who have participated in the tender shall be allowed
to attend the Tender opening and further submission/collection of documents in the event of
order.

29. Change of Quantity:-


The quantity indicated in the Schedule-I (Price & Quantity) is tentative and purchaser
reserves the right to change the quantities of any or all items to the any extent for award of
order/contract, as may be necessary, based on Purchaser's judgment/requirement. No
correspondence shall be entertained into, neither discussed regarding change in quantity, nor
any reason will be assigned thereof.

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.

32. Acceptance of Tender:-


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

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)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -20- Supply of AAA Rabbit Conductor
SECTION-II: QUALIFICATION CRITERIA AND EVALUATION
MTHODOLOGY
1. Qualification Criteria

1.1. Basic Qualification of Bidders:


This bidding is open for manufacturers only (Joint Venture in any form shall not be allowed to
participate) who provide satisfactory evidence that:-
i. That they are qualified manufacturers who regularly manufacture the materials/ equipment
of the type specified and have adequate technical knowledge and practical experience.
ii. That they do not anticipate change in the ownership during the proposed period of
Purchase order (if such a change is anticipated, the scope and effect thereof shall be
defined).
iii. That they have adequate financial stability and status to meet the financial obligations
pursuant to the scope of the assignments.
iv. That they have adequate plant and manufacturing capacity available to perform the
assignment properly and expeditiously within the time period specified.
v. The Bidder must be registered under GST Act and should produce copy of the GST
registration certificate, failing which offer shall be rejected. However, if it is under taken by
the bidder that GST registration is under process, in such case the price bid shall be
considered for opening but the award will not be issued till registration under GST not
submitted.

1.2. Technical Criteria

(i) 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.

1.3. Financial Criteria


The purchaser will take account the following financial criteria to verify the qualification of
the bidder. These criteria shall be evaluated on a Pass–Fail basis only:-
(i) The Regular bidder should have sound financial capability. Bidder’s annual turnover
for the last financial year i.e. FY 2017-18 should be 20% of the Tender value OR its
aggregate turnover for the last five financial year i.e. FY 2013-14, FY 2014-15, FY
2015-16, FY 2016-17 & FY 2017-18 should not be less than the Tender value. The
bidder shall require to submit audited financial statement for the last five financial
yearS along with the offer. If Tender is issued before September month then last 5 FY
include only up to financial year ended in March of last year.
(ii) The Regular bidders should have Minimum working capital 10% of the Tender value
and New bidders should have Minimum working capital 1% of the Tender value, to
meet this criteria bidder has to submit the following;
(a) The audited balance sheet of last financial year, working capital shall be (current
assets minus current liability); or
(b) The bidder is required to submit Bank Utilization Certificate (fund based)
showing balance fund (sanctioned cash credit limit/Overdraft limit – Utilization
as on date), the Bank Certificate shall not be more than 3 months old from the
date of submission of bid by bidder; the bank certificate should preferably be in
the following format.

Sanctioned Cash Credit


Utilization as on date Balance as on date
Limit/Overdraft limit

(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.

2. Evaluation of Offers and Acceptance of Tender


i. The Purchaser may reject any or all Tenders or accept any Tender considered
advantageous to Purchaser whether it is the lowest offer or not without assigning any
reason.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -22- Supply of AAA Rabbit Conductor
ii. If any taxes are not quoted, the Purchaser reserves the rights to load the quoted prices as
per the applicable rate of taxes prevalent at the time of bid evaluation for price
comparison purposes. However, responsibility in this regard shall solely rest with bidder.

3. Computation of Lowest Acceptable Rate (L1)


Price bids of technically and financially qualified Regular and New Bidders shall be opened and
evaluated to find lowest rate. The bidder, who quotes lowest computed FOR rate (i.e. landed unit
cost) including all applicable taxes, shall be declared as L1 bidder. The L1 bidder can be a Regular
bidder or New bidder and this L1 rate will be declared as Lowest Acceptable Rate.

4. Criteria for Placing Trial Orders on New Bidders


a) New Bidder:-The bidder who does not fulfill the requirement of either clause 1.2 (ii) under
Technical criteria or clause 1.3 (i) Financial criteria Section-II of the Tender Specification, shall
be treated as New bidder and his/her bid shall be evaluated accordingly.
b) The New Bidders who may be new/existing manufacturers of Tendered material with no
previous experience of supply similar items to Power Utilities/State Electricity Boards.
c) They should be otherwise fulfilling all other prescribed pre-qualifying/eligibility criterion of
the tender specification except specifically mentioned in the tender document in respect of
past experience, financial and commercial criterion. However the bidder should meet the
requirements for working capital of at least 1% of the tender value as sanctioned by bank.
d) The New Bidders have to offer minimum 7.5% of Tender quantity in their Bids.
e) The quoted rate of New Bidders shall also be considered along with Regular bidder for
determination of Lowest acceptable rate (L-1) against the Tender for placement of order on
Regular and New Bidders for tender quantity.
f) The bidders should submit the requisite Type Test Reports of Tendered material/equipment,
else his offer shall not be considered.
g) In case of non-performance/unsatisfactory performance, the Trial order shall be liable to be
cancelled for unsupplied quantity with recovery of all the amounts due from the firm as well
as enforcing other punitive actions in accordance with the terms & conditions of the trial
order. In such event, the firm including its Proprietor/Partners/Directors will also be debarred
from participating in future tenders of the Purchaser for next three years as New Firm.
h) Distribution of quantity amongst New Bidder:
i) Bidders which are eligible as New Bidders for placing Trial Orders and who accept the counter
offer at the Lowest Acceptable Rate will be awarded Trial order as below:-
 Up to 15% of the finalized procure quantity among all New Bidders equally or limited
to their quoted quantity, whichever is minimum.
 In case of non/partial acceptance of allotted quantity by any bidder(s), the unallocated
remaining quantity out of 15% of the finalised quantity for procurement shall be
equally distributed among other eligible bidders subject to their consent.

5. Price Consideration Zone (10% above Lowest Acceptable Rate)


Subject to fulfilling all the criteria/Tender conditions, the counter offer shall be limited to the
bidders whose computed FOR rate including taxes and freight, other levies is within the price
band of 1.10 times of the lowest acceptable offer on merit basis. The bidders whose offers are
within price consideration zone shall only be eligible for issue of counter offers and LOI.

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.

II. Distribution of quantity among Regular and New Bidders:-


Ranking list of the eligible bidders shall be prepared separately for all Regular and New
Bidders in ascending order of their quoted prices. The Bidders which are coming under
the Price Consideration Zone in both the ranking lists may be eligible for placing of
orders/counter offers on Lowest Acceptable Rate.

(A) In cases where (L-1) lowest acceptable F.O.R. destination rate is from a Regular firm:

(i) Distribution of quantity amongst New Bidders


Such New Bidders which are eligible as New Bidders for placing Trial Orders and who
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 acceptable of allotted quantity by any bidder(s), the
unallocated remaining quantity out of 15%of tendered quantity shall be equally
distribute among other eligible bidders subject to their consent.
In case, there are no eligible New Bidders in the bid, then full 100% quantity will be
considered for regular bidders.

(ii) Distribution of quantity amongst Regular Bidders


The balance quantity after allocation to New Bidders shall be distributed among the
Regular Bidders. The Purchaser reserve the right to distribute this quantity amongst
the bidders other than the lowest also in Regular Bidder category on counter offer at
L-1 price. The distribution of the quantity among the all eligible Regular Bidders, who
have accepted LoI on counter offer, will be done as under limited to their offered
quantity:

Table:1 Quantity distribution among regular bidders 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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -25- Supply of AAA Rabbit Conductor
acceptance of additional quantity above his offered, then re-bidding shall be done for such
unaccepted remaining quantity.

(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.

(ii) Distribution of quantity amongst Regular Bidders


(a) The balance quantity after allocation to New Bidders shall be distributed among the
Regular Bidders. The Purchaser reserve the right to distribute balance quantity
amongst the bidders other than lowest in Regular Bidders category, also on counter
offer at L-1 price. In this case where lowest evaluated bidder is a New bidder, the
Regular bidders shall be provided counter offers at the L1 rate and as per their
acceptance, ranking of Regular Bidders shall be prepared in the ascending order of
their quoted rate. Initially the first three Regular Bidders shall be offered the
quantities mentioned in table-2, Sr No. 1.
(b) It may be very carefully noted that the Regular Bidder, 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 on 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.
(c) If any of the three Regular bidders does not accept the counter offer, then the offer
may be extended to the next Regular bidder and this process will continue, until
maximum three Regular bidders accept the offer. The three Regular bidders shall be
named as R-1, R-2, R-3 in ascending order of their quoted rate. Similarly, if there are
only two bidders who accepts the counter offer on L-1 rate, Sr. No. 2 of the table, and
in case of only one bidder, Sr. No. 3 of the table shall be applicable.
Table 2 Quantity distribution among Regular bidders where L-1 bidder is a New 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
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
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -26- Supply of AAA Rabbit Conductor
quantity by bidder
and maximum up
to 100% of
tendered quantity

(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.

III. Re-distribution of quantity due to non-performance of any supplier:


In case performance of any supplier is found unsatisfactory during the delivery process,
the award will be liable to be cancelled and in such event the Purchaser reserves the right
to distribute the balance quantity of cancelled award amongst remaining existing (Both
Regular & New) suppliers on their acceptance.
Started from the regular supplier, the quantity shall be offered first to the highest ranking
supplier, on his refusal or partial acceptance, the remaining quantity shall then be offered
to supplier of next ranking. If any non-distributed quantity still left, then same shall be
allotted to next ranking bidders falling in Price Consideration Zone and accepted counter
offer at L-1 rate, in case the quantity still left same shall be offered to new bidders in
similar manner as mention in this para as above.
In case, if there are not enough bidders in Price Consideration Zone to cater the full
tender quantity or there is any balance quantity left over due to any reasons, in such case
the Purchaser has the right to offer the balance quantity to the bidders outside to the
price consideration zone in the order of their ranking who accept counter offer at L-1
Rate.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -27- Supply of AAA Rabbit Conductor
IV. Distribution of quantity in case 2 bidders quoted same price
In case two (2) bidders quotes same L1 rate, then both bidders will be considered as L1
bidder and their rate will declared as L1 rate. In such case, share of L1 and L2 bidders as
per quantity distribution shall be equally distributed amongst these two L1 bidders.
Similarly, in case of two L2 bidders, share of L2 and L3 bidders as per quantity distribution
shall be equally distributed amongst such two L2 bidders and so on.

7. Period of Rate Contract


The rate contract shall be initially placed for a period of one (1) year which may be extended for
a further period of one (1) year on the same Rates, Terms and Conditions of the original award.

(M.S. Atre)
CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -28- Supply of AAA Rabbit Conductor
SECTION-III: GENERAL TERMS AND CONDITIONS OF PURCHASE
1. Definitions
In this bid document (including all the Sections & Schedules), unless the context otherwise requires,
the terms given below shall have the following meanings assigned to them:

(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.

(v) ‘BG’ shall mean Bank Guarantee.

(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.

(viii) ‘EMD’ shall mean Earnest Money Deposit.

(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.

2. Prices and Statutory Levies


(i) It is obligatory that FOR destination FIRM or VARIABLE price as specified in Section-IV:
‘Special Terms and Conditions of Purchase’ is quoted, clearly giving break-up in the following
elements: -

(a) Unit Ex-works / Ex-godown rate including packing.


(b) Goods and Service Tax GST as applicable: -
(i) CGST and SGST; or
(iii) IGST
(c) Forwarding & Freight-Insurance Charges.
(d) Any other levy / taxes. The details and rate to be specified.
(e) In case of exemption from any Tax, documentary evidence shall be furnished with the
offer.
(f) The prices shall be quoted exactly as per the price schedule enclosed with the tender
specification, including all elements. In absence of this, the offer shall be liable for
rejection.
(g) No revision on any account shall be allowed during execution of the order.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -29- Supply of AAA Rabbit Conductor
(h) The price should be quoted after taking into account the Input Tax credit of GST. In
case of an order, the bidder shall be required to submit ‘Anti Profiteering Certificate’
in specified format to be furnished before placement of order.
(ii) Any charge as may be applicable as per law in force, must be clearly specified otherwise any
such silent charges, shall not be payable in the event of an order.
(iii) The basic order shall be placed on Ex-factory price inclusive of packing and forwarding
charges. GST shall be paid on elements of Ex-factory price and Freight charges
(iv) The payment of statutory levies such as CGST & SGST or IGST against the Purchase order shall
be made on the basis of rates prevailing during the contractual delivery period only and on
applicable quantity due, to be actually delivered as per delivery schedule of Purchase order.
In case of the concessional rate of statutory levies are quoted by the bidder, then the same
shall be paid limited to the quoted rate. In that case the payment of statutory levies against
the Purchase order to all concerned government departments or any other organization will
be the sole responsibility of supplier on the basis of rates prevailing during the contractual
delivery period as per schedule of Purchase order, as well as for any supplies made after the
contractual period. Any liability raised by the government authorities due to any difference in
the amount payable and consequences thereof the purchaser will not be responsible for any
sustained damages by the supplier. The Contractual Delivery period is only one against one
purchase order and not for individual delivery lot of a P.O.
(v) In case, supplies against the Purchase order are affected late i.e. beyond contractual delivery
period and rate of GST undergoes upward revision, the payment will continue to be made
only on the basis of rates prevailing during the contractual delivery period. However, in case
the rate of statutory levy (ies) undergoes, downwards revision then the delayed supplies
beyond contractual delivery period will attract the reduced rate of GST.
(vi) In case of delay in supply, if the supplier is able to prove that the delay involved is due to
force majeure conditions, as detailed in the ‘Force Majeure’ clause, supported with suitable
documentary proofs and in case the delay is condoned with specific approval for payment of
statutory levies during extended period, supplementary claim for GST shall be accepted and
payment shall be released, accordingly.
(vii) Pending decision on the request of the supplier, for condition of the delay in delivery, the
supplier will claim GST as per the rates prevailing during the contractual delivery period. In
case, this is not done, all financial losses will be to supplier’s account.

(viii) GST registration number of MPMKVVCL : 23AADCM6799G2Z4.

(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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -30- Supply of AAA Rabbit Conductor
ii. Transit damages/ shortages/ losses shall be reported by the consignees within 30 days from
the receipt of the consignments. Such damages/shortages/losses shall be repaired/ replaced
by the suppliers, free of cost within one month from the date of intimation by the consignee
without awaiting for his settlement from carrier or Insurance Purchaser 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.
iii. 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.

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.

4. Packing and Forwarding


(i) 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.
(ii) 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.
(iii) Each package shall be contained 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.
(iv) 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
or partial in its effects upon the ability of supplier to perform.

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.

6. 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,
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -31- Supply of AAA Rabbit Conductor
Commissioning and maintenance of the equipments ordered, shall be supplied to each
consignee.

7. Inspection and Test Certificate


(i) The Purchaser shall arrange pre dispatch inspection of material/equipment at the Firm’s work
before dispatch by deputy an officer from the Purchaser. The supplier shall extend all
necessary cooperation and facilities to the inspecting authority for performing inspection/
testing of materials.
(ii) Intimation about the date, by which material shall be ready for inspection, indicating
quantity, be given to the 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 dispatch the material unless specific dispatch instructions are issued by
the Purchase Section of Purchaser or any other authorized officer of the Purchaser.
(iv) In case the officer deputed for inspection does not find the offered lot ready at the Firm’s
works the Purchaser shall reserve the right to recover from the supplier, such charges as
might have been incurred in arranging such inspection. These charges have been specified in
clause 9 ‘Fake inspection call’.

8. Right to carryout the Inspection during Manufacturing


(i) The Purchaser, 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.

9. Fake Inspection Call


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

10. Force Majeure

Force majeure condition is herein defined as:-

(i) Natural phenomena, such as floods, draughts, earth-quakes and epidemics.


(ii) Act of any Government Authority, domestic or foreign, such as war, quarantines,
embargoes, licensing control or production or distribution restrictions.
(iii) Accident and disruptions such as fires, explosions, increase in power cut with respect to
date of tender opening, break-down of essential machinery or equipments etc.
(iv) Strikes, slow down, lockouts continuing for more than three (3) weeks.
(v) 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
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -32- Supply of AAA Rabbit Conductor
there were no other alternative sources of supply available to him or if available, the lead
time required was likely to be longer than the duration of the Force Majeure at the normal
source of supply.
(vi) Any cause which is beyond the reasonable control of the supplier or purchaser as the case
may be.
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 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.

11. Recoveries for Liabilities against Other Contracts/Orders


All amount recoverable from the successful bidders against any earlier or subsequent
contracts/orders including contracts/orders placed on sister concern by the Purchaser 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 bidders placed by Purchaser against other tender
specification for the same or the other items.

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.

12. False/Wrong Information/Document Submitted by Bidder


In case, at any stage, if any information/document as submitted by bidder/Supplier is found
false/ forged or incorrect, the purchaser shall be free to take any punitive / legal action
against the bidder/supplier (s) which may include debarring from the future business with
MP DISCOMs.

13. 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.

14. Design and Inter-Changeability


All similar material and removable parts of similar equipments shall be uniform and
interchangeable with each other.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -33- Supply of AAA Rabbit Conductor
15. 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.

16. Royalties 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.

17. 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.

18. Cancellation/Termination of order


The Purchaser may upon written notice of default, terminate/cancel the purchase order/Rate
contract in whole or for a part quantity with recovery of liquidate damages at the rate of 10%
of ex-works price(s) of stores not delivered by them or liability on account of risk and cost,
whichever is higher in the circumstances detailed hereunder:-
18.1. If in the opinion of the purchaser, the supplier fails to deliver the material within the
time specified or during the period for which extension has been granted by the
purchaser.
18.2. If in the opinion of the purchaser, the supplier fails to comply with any of the other
provisions of this purchase order or material is found not in accordance with
prescribed specifications and or the approved samples.
18.3. If in the opinion of the purchaser, the supplier fails to take urgent steps towards
corrective measures as indicated/intimated to them as a result of stage inspection.
18.4. In pursuance to clause no 18.1, 18.2 & 18.3 above, purchaser may debar the
supplier/contractor for further business with purchaser for a declared period on
breach of the Purchase order.
18.5. Notwithstanding that the powers under clause 18.4 referred to above, are in addition
to the rights and remedy available to the purchaser under the general law of India
relating to contract.

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.

22. 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 Purchaser. 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
bidder.

23. Snap Bidding


i. In case the Purchaser opts for snap bidding, then all the initial Price Bids shall be
discarded by the purchaser and shall invite all the bidders, who were technically qualified,
to submit the new Price Bids as per Terms and Conditions of the bidding document. The
timeline for submission and price bid opening of such price bids shall be intimated
separately to all such Bidders by the Purchaser. Bidders submitting new Price Bids
electronically shall follow the electronic bid submission procedures specified in the bid
document for resubmission of Price Bids.
The quoted price in the Price bid shall not be allowed to be increased above the L-1 rates.
If any bidder bids above the lowest evaluated price during the initial bidding, his bid shall
be treated as non-responsive and bidder shall not be considered for award.
ii. In case any of the invited technically qualified bidder does not submit new Price Bid
during the snap bidding then he shall not be considered for any further evaluation by the
Purchaser.
iii. Re-submitted new Price bids shall be again evaluated by the Purchaser as per Terms and
Conditions of the bidding document. The Purchaser shall evaluate the price bids and
derive the lowest evaluated bid (L1). However, in case, even after submission of new price

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -35- Supply of AAA Rabbit Conductor
bids by the bidders, the Purchaser has right to reject the lowest Evaluated Bid Price. If the
bid is rejected by the purchaser then the entire bidding process shall be annulled.

24. Factory Inspection of New Bidders


The purchaser has right to carry out factory inspection of new firms. The firms has to provide
all necessary cooperation at time of inspection.

25. Routine and Acceptance Test


The manufacture shall carryout the all routine and acceptance test as stipulated in the
relevant Indian standard at their works and result of these test will be submitted to this office
for approval alongwith letter / offer for inspection. The above test results may be witnessed
by our representative at the manufacturer’s work if so desired by the purchaser, prior to the
despatch of the material.

26. Quality Assurance Plan


The bidder must establish that they are following a proper quality assurance program for
manufacture of tendered item and shall submit various checks, tests , since receipt of raw
material upto the dispatch of finished product the bidder shall invariable furnish with his bid
statement given list of important raw material, name of sub supplier for the raw material , list
of standards according to which the raw material are to be tested , list of test normally
carried on raw material, list of manufacturing facility available , list of testing equipments
available with the bidder for final testing of equipment and test plant limitation , level of
automation and list of areas where manual processing exists.

27. Submission of Despatch Details


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

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

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

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

(M.S. Atre)
CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -36- Supply of AAA Rabbit Conductor
SECTION-IV: SPECIAL TERMS AND CONDITIONS OF PURCHASE
1. Prices:
The Ex-works price of AAA Conductor shall be variable as per Price Variation Formula of the
Tender Specification annexed hereto as Schedule-VII both on plus and minus side without any
ceiling.
For the purpose of calculating price variation on Aluminium alloy metal, the ex-works price
(excluding GST) 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.

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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -37- Supply of AAA Rabbit Conductor
(iii) The original bills should be forwarded to the paying authority and should be marked
‘ORIGINAL’. The bill should indicate GSTN Registration Number and date allotted to him
under GST Act.
(iv) The following documents will have to be forwarded to the paying authority along with bills
in triplicate: -
a) Bill / Invoice.
b) Xerox copy of despatch documents i.e. RR / MTR etc.
c) Dispatch clearance / instructions.
(v) The material Receipt Certificate will be forwarded by the consignee to the paying authority
for payment, as well as to the suppliers towards acknowledgement of receipt of material
including part consignment to the extent it is received in good condition and is serviceable.
(vi) The invoice in triplicate with relevant documents such as Material Receipt Certificates in
good condition etc. should be submitted to the Chief Financial Officer, Corporate Office,
MPMKVVCL, Bhopal for the quantities supplied in Discom Area stores for claiming the
payment or any other related issues.
(vii) The Purchaser shall make above payment directly in the supplier’s Bank account, for which
the following details are required to be invariably submitted with the offer in the
prescribed schedule / template:-
(a) Name of Bank and Branch address
(b) Their Bank Account Number
(c) IFS Code of the Branch for RTGS transfer

(viii) Charges required by Bank in this regard will be debited to supplier’s / contractor’s
Account. Net payment after deduction of charges required by the Bank shall be released
in favour of 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 :-

Sl. Lot Qty. to be Delivery Schedule


No. No. offered (in % (for each & every order)
of ordered
Qty.)
1. 1st 25% Within 45 days from the date of issue of order (Related P.O.)
2. 2nd 25% Within next 30 days thereafter
3. 3rd 25% Within next 30 days thereafter
th
4. 4 25% Within next 30 days thereafter

The bidders, therefore, should quote strictly for only such quantities which they can supply
according to the above delivery schedule.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -38- Supply of AAA Rabbit Conductor
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 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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -40- Supply of AAA Rabbit Conductor
(vii) If a bidder fails to submit the SD in stipulated time period, the purchaser reserves the
right to cancel the order, forfeit EMD (if available) and debar the firm from doing
future business with MP DISCOMs for a period as per Tender terms
(viii) As per SFMS platform, the bank account details of MPMKVVCL, Bhopal needed for
preparation of BG is detailed as below:
a. Account Name : M P Madhya Kshetra V V Co. Ltd., Bhopal
b. Bank Name : State Bank of India
c. Branch name : Commercial Branch, Bhopal (01920)
d. Branch address : Ground Floor, LHO Building, Hoshangabad Road, Bhopal
e. Account number: 00000030013970119
f. IFSC Code : SBIN0001920
In case the bidder fails to deposit Security Deposit with in the period as specified above, the
amount of security deposit shall be adjusted/deducted from their first supply bill, in case amount
of Security deposit is higher than first supply bill then remain amount of security deposit shall be
adjusted from subsequent supply bills.

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.

9. Penalty for Breach of Contract/Purchase Order:


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

10. Performance Guarantee :


10.1. If during the course of 18 months subsequent to the date of receipt of consignment, at
our stores, any of the goods found to be defective in material or workmanship or
develop defects 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 arrangements on this account shall be made by the suppliers. In case,
replacement is delayed beyond 3 months of intimation, cost of material may be recovered
from the pending bills / security deposit of the firm

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -41- Supply of AAA Rabbit Conductor
10.2. 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 10.1 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.
10.3. 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.
10.4. All equipment/ line materials reported failed within the specified guarantee period may be
replaced free of cost by the supplier/ Manufacturer/Printer/Printer concerned.
10.5. Actual cost of dismantling and replacement of these equipments/ materials with the new
ones may be charged to the supplier’s account.
10.6. To and fro transportation cost of such failed equipment may also be borne by the supplier/
contractor.
10.7. 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 Purchaser for a certain period.

11. 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.

12. Random Testing of Conductor:


12.1. Inspection of material before dispatch or waiver of inspection will not relieve the supplier
from his responsibility to supply the material strictly in accordance with the specification.
The Purchaser 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.
12.2. 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 , 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. Purchaser will not be responsible for levy of taxes on such rejected material and
deduction shall be in totality.
12.3. 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 Purchaser reserves the right
to impose any appropriate penalty for full quantity of material supplied against the order.
The decision of the Purchaser in this respect shall be final and binding on the supplier.
12.4. Purchaser is developing an in-house State of Art testing facility to test 100% material
received at Area store. After development of this facility 100% material will be tested in-
house by purchaser.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -42- Supply of AAA Rabbit Conductor
13. Quantity Variation
Quantity of Rabbit Conductor in this Rate Contract is subject to variation of + 20% of the
quantity shown in Tender and same would be at the discretion of the Purchaser.

(M.S. Atre)
CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -43- Supply of AAA Rabbit Conductor
SECTION-V: PRICE VARIATION
PRICE VARIATION FORMULA FOR ALL ALUMINIUM ALLOY CONDUCTOR

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:

Actual area of AAA conductor as Rate of variation in


per IS:398 (Part-IV)/1994 Rupee per Km
22 mm2 (Squirrel) 0.06016
34 mm2 (Weasel) 0.09400
55 mm2 (Rabbit) 0.1492
80 mm2 (Raccoon) 0.21826
100 mm2 (Dog) 0.2728

(M.S. Atre)
CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -44- Supply of AAA Rabbit Conductor
Section-VI (A): Technical Specifications
General Particulars and Technical Particulars for AAA Conductor

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).

5. MODULUS OF ELASTICITY AND COEFFICIENT OF LINER EXPANSION:


The values of the final modulus of elasticity and co-efficient of liner expansion for AAA
Conductor shall be as given here under:
Item No. of Final modulus of Coefficient of Linear Density at
wires Elasticity expansion per oC temp. of 20oC
GN/Sq.mm.
(practical)
AAAC 7 0.6324x10+6 23.0x10-6 2.7 Kg/dm3
Kg/cm2 (Alu. Alloy) (Alu. Alloy)
The wires of Aluminium alloy conductor shall be of heat treated Aluminium, magnesium,
silicon alloy having composition appropriate to the technical and electrical properties as specified in
Table-I of IS:398(Pt-IV)/1994.

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 :-

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -45- Supply of AAA Rabbit Conductor
Item No. of Wires Ratio of Al. Lay ratio for
wire dia to Al. wire
Outer Central Total Steel wire Max. Min.
Aluminium Aluminium dia
AAA Conductor 6 1 7 N.A. 14 10

9. PACKING AND MARKING:


The conductor shall be wound in non-returnable reels or drums conforming to IS:1778 – 1961
(Specification for Reels and Drums for bare wire) or the latest version thereof. The drums shall
be marked with the following details:-
(a) Manufacturer’s name.
(b) Trade mark, if any.
(c) Drum number & identification number.
(d) Size of conductor.
(e) Number and lengths of pieces of conductor in each drum.
(f) Gross mass of the packing.
(g) Net mass of conductor
(h) ISI or relevant International standard specification mark, if any.
(i) Name and address of the consignees

10. PACKING CONDITION:-

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.

11. STANDARD LENGTH AND GROSS WEIGHT OF CONDUCTOR:-


The gross weight of each package shall not exceed the following limits, subject to a tolerance of
+ 10% (ten percent).
(i) For Aluminium alloy conductors of sizes 22 mm2 & 34 mm2 : 1000 Kg
(Squirrel & Weasel)

(ii) For Aluminium alloy conductors of sizes 55 mm2, 80 mm2 : 1500 Kg


& 100 mm2 (Rabbit, Raccoon & Dog respectively

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -46- Supply of AAA Rabbit Conductor
(iii) The standard length of AAA conductor shall be as under:-

SNo AAA Conductor of size Code Word Standard length


1. 22 mm2 Squirrel 2.000 Kms
2. 34 mm2 Weasel 2.000 Kms
3. 55 mm2 Rabbit 1.500 Kms
4. 80 mm2 Raccoon 1.200 Kms
5. 100 mm2 Dog 1.200 Kms

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.

12. CLIMATIC CONDITIONS


The climatic conditions where equipment is intended for installation could be taken as under:-

(i) Maximum temperature of air in shed 45oC


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

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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -47- Supply of AAA Rabbit Conductor
14. CHECKING AND VERIFICATION OF LENGTH OF CONDUCTORS:
14.1 END SEALING:- Both the ends of each length of the conductor should be properly sealed with
epoxy compound/metal crimp with embossing/punching of suppliers identification (Trade
Mark) and Drum Identification number on the seal.

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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -48- Supply of AAA Rabbit Conductor
4. 80 7/3.81 11.43 218.26 0.4250 23.41
5. 100 7/4.26 12.78 272.86 0.3390 29.26

(B) PROPERTIES OF ALUIMINIUM ALLOY WIRES USED IN THE CONSTRUCTION OF AAA


CONDUCTORS
(Table 1 is of IS:398 Part – IV 1994)

Size Diameter Gross Mass Resista Breaking load (Min.)


(Code- Nominal Min. Max. Sectional Area nce Before After
Word) of nominal dia 20oC stranding stranding
wire
1 2 3 4 5 6 7 8 9
2
mm (mm) (mm) (mm) (mm2) Kg/k (Ohm/ KN KN
m) Km)
22 2.0 1.98 2.02 3.142 8.482 10.653 0.97 0.92
(Squirrel)
34 2.5 2.47 2.53 4.909 13.25 6.845 1.52 1.44
(Weasel)
55 3.15 3.12 3.18 7.793 21.04 4.290 2.41 2.29
(Rabbit)
80 3.81 3.77 3.85 11.400 30.78 2.938 3.52 3.34
(Raccoon)
100 (Dog) 4.26 4.22 4.30 14.250 38.48 2.345 4.40 4.18

(M.S. Atre)
CGM (Procurement)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -49- Supply of AAA Rabbit Conductor
SECTION-VII: LIST OF CONSIGNEE AREA STORES/DEPOT STORES &
SENIOR / REGIONAL ACCOUNTS OFFICERS

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


Materials are to be dispatched, Sr.A.O./ R.A.O.
if by Railway
1 GM / S.E., Area Stores, Bhopal (W-C.R.) Bhopal
MPMKVV Co. Ltd., Bhopal
2 GM / S.E., Area Stores, Gwalior (W.R.) Gwalior
MPMKVV Co. Ltd., Gwalior
3 GM / S.E., Area Stores, Guna (W.R.) Guna
MPMKVV Co. Ltd., Guna

SECTION -VIII: LIST OF SCHEDULED BANKS


S.No. Name of Sr. Accounts Officer Name of Bank
1 BHOPAL State Bank of India, Sultania Road, Bhopal

2 GWALIOR State Bank of India, Jiwaji Chowk, Gwalior

3 GUNA State Bank of India, Guna

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -50- Supply of AAA Rabbit Conductor
PART-2

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -51- Supply of AAA Rabbit Conductor
SCHEDULE-I
(PRICE & QUANTITY)
(To be filled Online in Cover‘C’)
(Prices are to be quoted strictly as per this format only)
Sl. Type and Size Tender Units Unit Ex- Unit HSN Offered Firm Status CGST SGST UNIT GST IGST UNIT IGST UNIT FOR UNIT FOR Total Unit
No. of AAA Qty. work Price Freight, Code Quantity Whether Percentage Percentage (CGST+SGST) Percen- amount destina- destination FOR
Conductor In Figures Forwarding participating (on Ex- (on Ex- amount (on -tage (on (on Ex- -tion price price with destination
in & as New or works+ works+ Ex-works+ Ex-works+ works+ Without Taxes price In
Rs. Insurance Regular Freight) Freight) Freight) Freight) Freight) Taxes in Words
Charges (Rs.) (Rs.) Rs. Rs. (Col.
Rs. (Col.5+6) 5+6+12+14)

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

1.01 Rabbit 39984 Kms


(55 mm2
Al. equ.)
Total
in
Figures
Quoted Rate in Words INR Zero Only

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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -53- Supply of AAA Rabbit Conductor
SCHEDULE-II

(Details Type Tests Carried Out)


(To be kept in the Cover Part-II i.e. Commercial / Technical Bid and uploaded online)

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

To,
The Chief General Manager (Procurement)
Corporate Office,
MPMKVV Co. Ltd.,
NishthaParisar, Bijlinagar,
Govindpura, Bhopal-23.

Sub: - Details of Type Test.

Place and
Sr. Test Report
Name of Test Institution where Test Report Date
No. No.
tested

PLACE: SIGNATURE OF BIDDER


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

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.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -54- Supply of AAA Rabbit Conductor
SCHEDULE-III
(To be kept in the Cover Part-II i.e. Commercial / Technical Bid and uploaded online)

SOURCE OF MATERIALS/ PLACES OF MANUFACTURE TESTING & INSPECTION

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

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

Sl. Item Source of Place of manufacture Place of testing


No. procurement &
inspection

PLACE: SIGNATURE OF BIDDER


DATE: SEAL OF THE FIRM:
NAME:
DESIGNATION/ STATUS:

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -55- Supply of AAA Rabbit Conductor
SCHEDULE – IV (A)

SCHEDULE OF QUESTIONNAIRE PART ‘A’: GENERAL INFORMATION


(To be kept in the Cover Part-II i.e. Commercial / Technical Bid and uploaded online)
(i) Strike off, whichever is not applicable.
(ii) Separate sheets should be used, wherever necessary.
1. Name & Address of the Firm/Company etc
(a) Registered office
(b) Factory/ Works address
(c) Website (if any)
(d) Telephone Nos. (with STD code) Office ------------- Works ----------
(e) Fax Nos. Office ------------- Works ----------
(f) Email address
(g) Name, Designation & Mob. No. of authorised contact
person
2. Status of Bidder i.e. whether Proprietary, Partnership,
Private Limited or Limited
3. Confirm whether Bidder is a Manufacturer of tendered Yes / No.
items
4. Only Manufacturer to give following Particulars
(a) Address of factory
(b) Year of starting manufacture
(c ) Whether same / similar materials Manufactured /
earlier (if yes, give reference)
(d) Yearly/monthly production Capacity
(e) Maximum yearly production achieved so far
5. 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
6. (a) Whether the bidder has supplied tender items to Yes/ No
MPSEB/MPMKVVCL in past.
(b) If yes, whether documentary evidence with details of
orders received & executed during last 5 years,
enclosed.
7. Please confirm whether your participation is as a
Regular or a New Bidder?
8. Whether the bidder commits to have sufficient capacity
in spare for supplying the material to the extent of the
complete offered quantities given in bid by him within
the delivery period as provided in Tender?
9. Any other information that bidder If yes, whether If yes, give details may like to give
document evidence enclosed. in order to highlight his bid

PLACE: SIGNATURE OF BIDDER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -56- Supply of AAA Rabbit Conductor
SCHEDULE – IV (B)

PART ‘B’: COMMERCIAL INFORMATION


(To be kept in the Cover Part-II i.e. Commercial / Technical Bid and uploaded online)
(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 Rs.
(b) Particulars/details
iii If exempted, state whether the
bidder is SSI Unit of M.P./ Small
Scale unit registered with NSIC/
Fully owned State/ Central Govt.
Unit.
iv Whether reference of Yes/ No
documentary evidence regarding
exemption enclosed.
v Whether the firm is registered
under MSME Act.
2. Whether the offer is valid for 180 Yes/ No (If no, state validity period).
days from the date of opening of
Commercial / Technical bid
3. State whether the quoted prices
are Firm/ Variable
4. Mode of despatch By Rail/By Road
5. PAYMENT TERMS
Whether Purchaser’s terms of Yes/ No
payment is acceptable to the
bidder.
6. DELIVERY PERIOD
Whether agreeable to Purchaser’s Yes/ No
Delivery Clause.
7. PENALTY CLAUSE
Whether agreeable to Purchaser’s Yes/ No
penalty clause.
8. GUARANTEE PERIOD
Whether agreeable to Purchaser’s Yes/ No
guarantee clause.
9. SECURITY DEPOSIT
a Whether agreeable to furnish Yes/No
Security deposit @10% of value of
order for satisfactory execution of
the order and to cover guarantee
period.
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -57- Supply of AAA Rabbit Conductor
10. EXTENSION ORDER
Whether Purchaser’s terms of Yes/ No
extension order is acceptable to
the bidder.
11. Whether rates offered are Yes/ No
applicable for part quantities also.
12. Have you noted that you have
quoted prices in the desired
format
13. Please mention the quantity
quoted in the Price Schedule-I
14. 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.
15. Whether your firm is an individual
/ proprietorship / partnership / or
any other type
16. Copy of GST Registration with
Number.
17. Indicate PAN No. (with copy)
Details of Tax quoted (Whether
exemption or concessional rate
18
support with necessary
document)
A CGST
B SGST
C IGST

PLACE: SIGNATURE OF BIDDER


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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -58- Supply of AAA Rabbit Conductor
SCHEDULE - IV
PART ‘C’: TECHNICAL INFORMATION
(To be kept in the Cover Part-II i.e. Commercial / Technical Bid and uploaded online)

(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 Purchaser’s Yes/No
representative prior to dispatch and bear the
testing charges for all tests as per relevant
standard.
8. Please furnish/indicate the quality assurance
program / plan of your product being followed in
your works.
9 BIS License No. & it’s validity

PLACE: SIGNATURE OF BIDDER


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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -59- Supply of AAA Rabbit Conductor
SCHEDULE - V

UNDERTAKING / DECLARATION BY THE BIDDER


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. TS-627 of Purchaser due for
opening on 04/04/2019 for Rate Contract for procurement of AAA Rabbit Conductor.

(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 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.

(C) ‘Regarding information/details given’

I,…………………………………………, the Sole proprietor / partner/ authorized signatory of


M/S……………………………………, participating in the bidding process against tender
No……………………………………… undertake that I am not interested as a proprietor and/or
partner in any other firm participated in the tender for procurement of…………………………….,
and specifically undertake that our firm/Company
(i) Not follow & shall not follow unethical/unfair/fraudulent practice in any manner.
(ii) Has no conflict of interest with any bidder/firm participating in the tender.
(iii) Not concealing any material information.
(iv) Not given any false document/information, misleading fact or statement in the
offer/bid submitted against the tender.
(v) Has not been debarred/blacklisted for future business with Purchaser/other Discom
of MP.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -60- Supply of AAA Rabbit Conductor
Further, the MPMKVCCL will have full right to cancel the order, if awarded and
forfeit the EMD/Bid Security & Performance Guarantee as applicable in the event of the
above condition/situation is observed, even at a later date i.e. after opening of Price Bid /
award of order.

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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -61- Supply of AAA Rabbit Conductor
UNDERTAKING

Regarding bringing into light relationship of supplier firm management


with Officers/Employees of MPMKVVCL

I, Shri . . . . . . . . . . . . . . . . . . . ., authorised signatory for this Tender of MPMKVVCL


No.MD/MK/04/627 on behalf of the whole management of our participant firm (in aforesaid
Tender) hereby brings into light that following persons of our firm are presently (close) relatives of or
have business dealings with the hereunder named officer(s)/employee(s) of MPMKVVCL :-

S. Name of Supplier/RCA firm Name of MPMKVVCL


No. person Officer/Employee who is a
relative or business associate
with firm person
1.
2.
3.

(In case no such relative or business associate case exists, then please write-:

“NO ONE FROM OUR COMPANY IS A RELATIVE OF ANY MPMKVVCL OFFICER/EMPLOYEE


PRESENTLY IN SERVICE NOR PRESENTLY HAS ANY BUSINESS DEALINGS WITH THEM”)

PLACE: SIGNATURE OF TENDERER


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

(This undertaking should be on the Official Letter Head of the participant firm)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -62- Supply of AAA Rabbit Conductor
SCHEDULE-VI

DECLARATION - I

We confirm that no Service or Retired Officer (s) or employee(s) of the Purchaser is /


are partner(s) of the firm or having shares or has any interest in the firm. It is also
confirmed that no any partner of the firm has any relationship with any / serving / retired
Officer(s) or employee(s) of the Purchaser.

DATE : (AUTHORISED SIGNATORY)

PLACE : NAME :

DESIGNATION:

SEAL OF THE FIRM:

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -63- Supply of AAA Rabbit Conductor
SCHEDULE-VII (A)
PART ‘A’
SCHEDULE OF PAST EXPERIENCE
Bidder's Name & Address:

To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23

Dear Sir,

Sub: - Past supply experience.

We furnish herewith the record of our past supply experience of quoted items as follows:-

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


No. and Address Number Quantity supplied Order
(Reference and Date
clause……)
1 2 3 4 5 6 7
1 FY 13-14
2 FY 14-15
3 FY 15-16
4 FY16-17
5 FY 17-18
Total quantity supplied
by bidder
Tender Quantity in
instant tender
Total quantity supplied
against tender quantity
(%)

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.

SIGNATURE OF BIDDER SIGNATURE OF CA


NAME IN FULL NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM SEAL OF CA/Firm
COMPANY SEAL Date & Place
Date & Place
Note: - If any information as mention above given by the bidder/Supplier and certified by CA is
found false/ forged or incorrect, the purchaser shall be free to take any punitive / legal action
against the bidder and CA.
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -64- Supply of AAA Rabbit Conductor
SCHEDULE-VII (B)

PART ‘B’: SCHEDULE OF SUPPLY DURING LAST FIVE YEARS


(To be kept in the Cover Part-II i.e. Commercial / Technical Bid and uploaded online)

Bidder's Name & Address:

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:-

Sl Period/ Particulars Remarks


No. Year (Conductor size & (Name of SEBs/Discoms/Power Utilities or through turnkey
Quantity supplied by contractors to any SEB/DISCOM/ Power Utility to whom
Manufacturer) supplied )

PLACE: SIGNATURE OF BIDDER


WITH SEAL OF FIRM
DATE: NAME IN FULL
DESIGNATION/STATUS

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -65- Supply of AAA Rabbit Conductor
SCHEDULE-VII (C)

PART ‘C’: SCHEDULE OF FINANCIAL INFORMATION


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

To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23

Sub: - Financial Information.

Sr. Annual Turn over


Years
No. (In ` Lakhs)

1 2013-14
2 2014-15
3 2015-16
4 2016-17
5 2017-18

Average of 3 years

PLACE: SIGNATURE OF BIDDER


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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -66- Supply of AAA Rabbit Conductor
SCHEDULE-VIII

DETAILS OF QUANTITY OFFERED


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

To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23

Sub: - Details of Quantity offered.

Tender quantity Quantity Offered


Sr. No. Particulars
(Kms.) (Kms.)

ISI Marked AAA Conductor Rabbit


1 conductor conforming to IS:398 39984
Part-IV-1994

PLACE: SIGNATURE OF BIDDER


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

Note: The Regular bidders and New Bidders are requested to offer minimum 35% and 7.5% of
Tender quantity respectively.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -67- Supply of AAA Rabbit Conductor
SCHEDULE-IX (A)

PART ‘A’
SCHEDULE OF COMMERCIAL DEVIATIONS
Bidder's Name & Address:

To,

The Chief General Manager (Procurement),


Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23

Dear Sir,

Sub: - Commercial Deviations.

The Commercial Deviations & Variations to the specifications stipulated in the Tender, for the
item quoted are, as under:-

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


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

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: SIGNATURE OF BIDDER


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

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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -68- Supply of AAA Rabbit Conductor
SCHEDULE-IX (B)
PART ‘B’
SCHEDULE OF TECHNICAL DEVIATIONS
Bidder's Name & Address:

To,
The Chief General Manager (Procurement),
Corporate Office,
MPMKVVCL, Nishtha Parisar,
Bijlinagar, Govindpura, Bhopal-23

Dear Sir,

Sub: - Technical Deviations.

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

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


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

2. Except aforesaid deviations, the 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: SIGNATURE OF BIDDER


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

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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -69- Supply of AAA Rabbit Conductor
SCHEDULE-X
GUARANTEED TECHNICAL PARTICULARS
The information regarding GTP in respect of AAA Rabbit Conductor be furnished in separate sheets.

1. Code Word Actual Sectional Area Rabbit


55 Sqmm
2. Maker’s name, address and country
(a) Aluminum Alloy Wires
(b) Complete conductor (All Al. alloy) Stranding and wire dia
3. Stranded and wire dia
(a) Aluminium Alloy
4. Nominal Aluminum Area (Sq.mm)
5. Cross Sectional Area of Nominal Diameter wire (Sqmm)
6. Overall Diameter of conductor (mm)
7. Breaking load of conductor in KN
8. Minimum breaking load in KIN for
(a) Before stranding
(b) After stranding
9. Mass (Kg. per Km)
(a) Aluminum Ally Wire
(b) Conductor (AAAC) (Note:-No tolerance will be given on nominal wire
diameter).
10. Resistance in Ohms per Km at 20oC
11(a) Continuous maximum current rating of conductor (Amps in still air at 45 oC
ambient temperature
(b) Temperature rise for the above current oC.
12. Purity13. of Aluminum Alloy
13. Maximum working tension for complete conductor KN
14. Modulus of Elasticity (GN/mm2) of
(a) Aluminium
(b) Conductor
15. Co-efficient of linear expansion per degree centigrade
(a) Aluminum alloy
(b) Conductor
Corporate Office TS No.MD/MK/04/627
MPMKVVCL, Bhopal -70- Supply of AAA Rabbit Conductor
16. Standard length of each piece in Km
17. Tolerance, if any, on standard length.
18. No. of standard lengths in one reel.
19. Complete dominions of the reel in cms. & weight (Kg.). Attach drawing as
per relevant SS.
20. Mass of conductor in one reel in Kg
(a) Minimum
(b) Maximum
21. Mass of the reel in Kg with protective laggings etc.
22. Gross Mass of the reel including mass of conductor with protection
lagging etc. (in Kg.)
23. Standard according to which the conductor and drum will be
manufactured
(i) Conductor
(ii) Drum
24. Other particulars, if any

PLACE: SIGNATURE OF BIDDER


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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -71- Supply of AAA Rabbit Conductor
SCHEDULE-XI

DETAILS OF DRAWINGS SUBMITTED WITH TENDER


(If applicable)

S.No. Particulars of Drawings Drawing No.


1

PLACE: SIGNATURE OF BIDDER


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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -72- Supply of AAA Rabbit Conductor
SCHEDULE-XII
UNDERTAKING FOR ACCEPTING PAYMENT THROUGH ‘DIRECT CREDIT’

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).

WHEREAS the ‘Supplier/Contractor’ received Purchase Orders /Works Orders/Contracts Orders,


hereinafter called ‘Order’ from MPMKVVCL and that the ‘Supplier/Contractor’ has agreed to supply
goods/ services to the ‘MPMKVVCL’ according to various orders awarded on the former by the latter
and pursuant to the terms and conditions of these ‘Order’ the payments against ‘Bills’ are released
by ‘MPMKVVCL’ in routine from time to time. Also, in addition to the present ‘Orders’ the ‘Supplier/
Contractor’ generally has or may have similar ongoing business transactions with the ‘MPMKVVCL’.
AND WHEREAS, the ‘Direct Credit’ is a facility being offered by MPMKVVCL as per the Terms of the
undertaking and MPMKVVCL is within its rights to deny or withdraw if the ‘supplier / Contractor’ is
found to be acting in violation of the terms of service under taking.

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’.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -73- Supply of AAA Rabbit Conductor
4. And the MPMKVVCL shall not be liable for any direct, indirect or consequential loss or damage
sustained by the ‘Supplier/ Contractor’ by any direct or indirect use of or reliance on the
electronic communication, orders or messages. MPMKVVCL shall also not be liable to
‘Supplier/Contractor’ for any loss or damage caused arising in connection with the ‘Direct
Credit’ facility and/ or this Agreement, on account of interruption or stoppage of ‘Direct Credit’
facility arising on account of circumstances not attributable to MPMKVVCL or beyond control of
the MPMKVVCL or as contained is other clauses of this agreement.
5. That although MPMKVVCL shall strive to maintain the availability of facility to the
‘Supplier/Contractor’ the same is not guaranteed by MPMKVVCL and MPMKVVCL does not
accept any responsibility for not effecting or not completing any transaction entered through
the ‘Direct Credit’ facility due to any break–down in computer hardware of software systems
including any break-down on internet services or any other event.
6. Provided that MPMKVVCL shall not withhold payment to the ‘Supplier/Contractor’ without
sufficient cause, which shall be informed by MPMKVVCL to the ‘supplier/Contractor’ on the
finding of such sufficient cause.
7. And that, MPMKVVCL reserves the right to modify, change, add or cancel the facility of ‘Direct
Credit’ offered, the changes will be notified to the ‘Supplier/Contractor’.
8. That, notwithstanding the conditions in Clause 1 to 7 stipulated above, the MPMKVVCL
reserves the right to withdraw the facility of ‘Direct Credit’ anytime without notice and without
assigning any reason whatsoever.

Obligations of the ‘Supplier /Contractor’


1. The ‘Supplier/Contractor’ agrees to pay charges/fees, if any, for the ‘Direct Credit’ facility as
may be charged by the bankers of MPMKVVCL prescribed from time to time.
2. In support of above information we, the ‘Supplier/Contractor’ hereby enclose a blank cancelled
cheque indicating the ECS Number of out branch along with deed.
3. The ‘Supplier/Contractor’ hereby undertakes and agrees to protect MPMKVVCL against all
claims and liabilities arising directly or indirectly due to any delay in payment.
4. Any dispute between ‘Supplier/Contractor’ and the MPMKVVCL with regard to the transactions
done through ‘Direct Credit’ facility will be subject to the jurisdiction of the competent Courts
at Bhopal and will be governed by Indian Laws in force form time to time.
5. By signing the undertaking the ‘Supplier/Contractor’ hereby confirms that the Terms of the
facility herein contained shall constitute the agreement between MPMKVVCL and the
Supplier/Contractor’ for the use of the ‘Direct Credit’ facility.
6. Authorized signatory confirms that he/they is /are duly authorized by the ‘Supplier /Contractor’
to execute this agreement, through the resolution passed by the Board of Directors, copy of
which is annexed.

Now therefore this undertaking witness as under:

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’.

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -75- Supply of AAA Rabbit Conductor
‘MPMKVVCL’ will not be held accountable for any wrong payment in case the ‘Supplier/
Contractor’ falls to intimate timely regarding the above charge.
IN WITNESS WHEREOF/THEREOF the Contractor have through their Authorized Representatives
executed these presents and affixed Common seal /seals of their respective Companies /firms
on the day, month and year first above mentioned.
Further, we being the corporate entity i.e. A Company constituted under the Companies Act,
1956, this undertaking is also supported by a Board resolution attached herewith. (Applicable
in case of a Company/ any other authority in case of a Firm/ Proprietary Concern/ Society etc.)

WITNESSES

1. ………………………………… (Signature of Authorized Representative)


(Name in Block Letter) Name:
(Address) Designation:
Common Seal of Company/Seal of Firm
2 ………………………………..
(Name in Block Letter)
(Address)

[Note:- The Deed of Undertaking shall be attested by Notary Public of the place of the
executants(s)].

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -76- Supply of AAA Rabbit Conductor
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)

Date:
To,
______________________
______________________
______________________

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ________________________

Name of Tender / Work: -


___________________________________________________________________________________________________
_________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from
the web site(s) namely:
__________________________________________________________________________________________
__________________________________________________________________________________________

as per your advertisement, given in the above mentioned website(s).

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,

(Signature of the Bidder, with Official Seal)

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -77- Supply of AAA Rabbit Conductor
SCHEDULE-XIII
CHECK LIST
(TO BE KEPT IN THE ENVELOPE PART-B, ‘COMMERCIAL/TECHNICAL BID’ & UPLOAD ONLINE ALSO)

Sr.No. Check List Item Options Answer Page No.


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

Corporate Office TS No.MD/MK/04/627


MPMKVVCL, Bhopal -78- Supply of AAA Rabbit Conductor

Вам также может понравиться