MP LT Distribution Box Tender SPecs
MP LT Distribution Box Tender SPecs
9 Drawings 43 to 50
PART - II
10 Schedule I Price & Quantity 52
11 Schedule II Undertaking 53 & 54
12 Schedule III CA Certificate 55
13 Schedule IV Guaranteed Technical Particulars 56 & 57
14 Schedule V Proforma for Bank Guarantee towards Type Test Report 58
15 Schedule VI “Check List” 59
* For updated / extended due dates for opening of tender (EMD in Cover-1 & Techno-commercial
bid in Cover-2) 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.
(2) Tender documents can be purchased only online and download from main portal
https://mptenders.gov.in by making online payment for the prescribed non-refundable tender
document fees. Only in case if the tender is dropped without opening, the tender fees shall be
refunded after deduction of necessary portal charges. Manual purchase of tender is not
allowed. It is mandatory for all the bidders to pay tender document fees to participate in tender.
(3) The bid data should be filled in and the bid seals of all the covers and the documents which are
to be uploaded by the bidders should be submitted online upto as per time schedule (Key
Dates).
(4) The relevant portion of tender which tenderers have to fill online would be available on above
website on date mentioned against each tender. The company reserves the right to reject any or
all the tenders or accept any tender in full or part as considered advantageous to the company,
whether it is lowest or not, without assigning any reason whatsoever it may be.
(5) Since the online bidders are required to sign their bids online using class III – Digital
Certificates only, hence they are advised to obtain the same at the earliest. For further information,
bidders are requested to contact Madhya Pradesh State Electronic Development Corporation Ltd,
State IT Centre, 2nd Floor, 47-A, Arera Hills, Bhopal-462011, Telephone No. 0120-
4001002/4200462/4001005, E-mail: [email protected] and [email protected].
Contd.2..
--2—
(6) Bidders intending to participate in the Tender are required to get themselves trained on the e-
Procurement System.
(7) The required amount of EMD shall be accepted through online payment only.
(8) The Bidders are required to invariably upload the valid documentary evidence of submission
of online EMD (or EMD Exemption Certificate if applicable) in Cover-1 without which online
offer i.e., Covers-2 & 3 shall not be opened.
(9) No offer will be accepted without valid Earnest Money Deposit, unless exempted by the
Company. If on opening of tender, it is revealed that EMD amount is inadequate / any other
discrepancy is noticed, the tender shall be rejected and returned to the tenderer.
(10) SAMPLE:- Submission of sample against the T.S. is compulsory. In absence of sample, the
tender shall not be considered.
(11) 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 & also
Company‟s website http://www.mpez.co.in but will not be published in newspaper. Hence
participant bidders are advised to regularly visit the websites until the bid opening. The
Company shall not be responsible in any way for any ignorance of the bidders about the
corrigendum or addendum or change in the due date(s).
(12) Last date for online submission of Bid is two days prior to the due date of opening of tender as
per online key dates up to 17:00 Hrs. The same shall be opened as per key dates. The date of
opening of EMD & Technical Bid shall be the date of opening of tender for all the purpose.
-//SAVE ELECTRICITY//-
PART-1
SECTION-I
GENERAL INSTRUCTIONS TO THE BIDDERS
1. The Chief General Manager (Purchase) on behalf of the Madhya Pradesh Poorv Kshetra
Vidyut Vitran Co. Ltd. hereinafter referred to as “MPPKVVCL” invites tender for supply of
material/equipment as per specifications attached for supply to Area Stores Jabalpur,
Chhindwara, Sagar, Chhatarpur, Satna and Shahdol in Madhya Pradesh.
2. The bidders are requested to go through the General instructions to the bidders Section-I,
General terms & conditions of purchase contained in Section-III and Special terms &
conditions of purchase contained in 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 online. The bidders should note that in absence of any of the schedules, as
required in the tender, their offer shall be liable for rejection.
3. Here are some of very important instructions which every bidder should read carefully for
compliance before submitting the bid.
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 tender offered as per
the table given below:-
(b) The required amount of EMD shall be accepted through online payment only as per the
clause No. 8 of the “GUIDELINES TO BIDDERS FOR IMPLEMENTATION OF E-
PROCUREMENT SYSTEM”. The Bidders are required to invariably upload the valid
documentary evidence of submission of online EMD (or EMD Exemption Certificate if
applicable) in Cover-1 without which online offer i.e., Cover-2 & 3 shall not be opened.
6. SUBMISSION OF BID
A. Bidders shall submit tender online in following three parts
i. Part-I (Cover-1) – The bidders shall require to deposit EMD online as specified
in clause -5 Section-I of the tender specification and to upload a scan copy of the
same in Cover (1). In case of exemption from payment of EMD as allowed in
Clause-5 (b) Section-I of the tender, bidders shall upload a scan copy of the duly
notarized documents as required in above clause.
ii. Part-2 (Cover–2) the bidders shall require to upload following documents
digitally signed in Cover-(2) which shall form Commercial and Technical bid.
a. Schedule-II- Duly notarized undertaking.
b. Schedule-III – CA Certificate against Financial requirement of the tender
c. Schedule –IV – Guaranteed Technical Particulars
d. Legible copy of Type Test Reports for the tendered item(s).
e. Power of Attorney / resolution of the Company authorizing a person to sign the
document, in case of Company registered under Company Act.
iii. Part-3 (Cover-3) The bidders shall quote their rates online only in schedule-I and
shall be kept in Cover-(3).
It may please be noted that the due date/ time of opening can be altered, extended, if felt
necessary by the purchaser, without assigning any reason thereof. However, due intimation
shall be communicated in such a case.
8. OPENING OF E.M.D. & COMMERCIAL AND TECHNICAL BID
The first cover of Earnest Money Deposit shall be opened on the due date and time, as notified
in the Notice Inviting Tenders. The requirement for EMD shall be verified and thereafter, the
second part, i.e. the Commercial & Technical Bid, shall be opened on the same date in respect
of eligible bidders.
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 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:-
Bidders will not be permitted to change the substance of his tender on post
interpretation/improper understanding grounds. This includes post tender price changes/
modifications etc. after opening of Price Bid. In such events, otherwise, that is, when a bidder
does not comply, tender will be rejected.
The arbitration shall be conducted as per provision of The Madhya Pradesh Madhyastha
Adhikaran Adhiniyam 1983, as amended from time to time, and of the rules made there under.
The Arbitrators or the Umpire as the case may be, are bound to give a detailed speaking award
assigning reasons for the findings. The decision of MP Madhyastha Abhikaran Adhinium shall
be final and binding up on the both parties.
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
Jabalpur.
SECTION-II
QUALIFICATION CRITERIA AND EVALUATION METHODOLOGY
1. Qualification Criteria
1.1. BASIC QUALIFICATION OF BIDDERS:
i. This bidding is open for manufacturers only (Joint Venture in any form shall not be allowed
to participate) who provide satisfactory evidence that:-
ii. That they are qualified manufacturers who regularly manufacture the materials/ equipment of
the type specified and have adequate technical knowledge and practical experience.
iii. 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).
iv. That they have adequate financial stability and status to meet the financial obligations
pursuant to the scope of the assignments.
v. That they have adequate plant and manufacturing capacity available to perform the
assignment properly and expeditiously within the time period specified.
vi. 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. The bidding is open for manufacturers of the tendered material/equipment only. Joint
Venture in any form shall not be allowed to participate.
ii. The regular bidder should have a minimum experience of 2 (two) years of design,
manufacturing of L.T. Distribution Boxes and should have supplied at least 20% of
tendered quantities of the 63 KVA and above rating of L.T. Distribution Boxes 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 undertaking, towards supply of
quoted items in last Sixty Months (60) from the date of opening of tender, as per
schedule-II : Self Undertaking duly notarized in a non-judicial stamp paper
worth Rs. 500/-.
The bidders who qualify the above criteria shall participate as Regular Bidders and the
bidders who do not fulfill the above criteria shall participate as New Bidders and the same
shall be clearly specified/declared in the schedule-II failing which their offer shall be liable
for rejection.
iii. 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. The offered
quantity should not be more than the Spare Capacity of Manufacturing bidder. The
purchaser shall however reserve the right to offer the eligible bidders (Regular / New
Bidder) for the Quantity beyond their quoted quantity at their own / counter offer
rates.
iv. 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.
(ii) Type test certificate of 63 KVA OR 100KVA complete Distribution Box for the
following tests :-
(A) High Voltage Test as per IS:8623 (Part-III):1993 and IS: 13947:1993 for
minimum 3KV rms for 1 minute in different mode of MCCB between pole to
pole, incoming to outgoing terminal. Further between all live parts to the body
earth of L.T. Distribution Box.
(B) Temperature Rise test must be carried out as per IS:8623(Part-I):1993 with full
load application in series through all the electrical path.
(C) L.T. Distribution Box has to comply with conditions of IP-33 or better (IP Test)
vi. “The type test report as mentioned above (v.) (i) & (ii) must be issued by any NABL
accredited Testing Laboratory.
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. The test certificates should not be more than
Five years old on the date of opening of tender.”
vii. The bidders who don‟t have type test certificate as above shall require to submit bank
guarantee for INR 2 Lakhs along with offer. In case bidder fails to submit Type test
certificates within 45 days from the date of order, the purchaser shall forfeit this guarantee
and terminate the order.
(a) The regular bidder should have sound financial capability. Bidders‟ annual turnover for the
last financial year should be 20% of the tender value or its aggregate turnover for the last
five financial year should not be less than the tender value. If the tender is issued after
September month, then last year should be financial year ended in month of current year and
if tender is issued in or before September month then the last financial year should be the
financial year ended in month of last year.
The above criteria shall be applicable only for regular bidders. New bidders shall be
exempted from the above criteria.
(b) The minimum working capital of the bidders as at the end of last financial year/ Bank
Utilization Certificate-Fund Based (not more than 30 days from the date of opening of
tender) should be 5% of the value of the quantity offered by them in the tender.
(c) The above criteria of working capital shall be applicable for the both regular/new firms.
Note:- If any legitimate complaint through any source is received that the information,
Affidavit and CA Certificate is false/fake and same is confirmed at any stage of
tender/order the bid/ order, will be liable for rejection/cancellation and necessary legal
action will also be taken as per tender document against CA and bidder both.
2. CONFLICT OF 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 the 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 & regulations, and that such conflict of
Interest may contribute to or constitute a prohibited corrupt practice. A bidder may be considered
to be in a Conflict of Interest with one or more parties if including but not limited to;
(i) Have controlling share holders as his / her family members viz. Spouse, Son, Daughter, Father,
Mother or Brother in common or
(ii) Have a relationship with each other, directly or through common third parties that puts them in
a position to have access to information about or influence on the bid of another bidder.
(iii) Has a close business or family relationship (spouse, Son, Daughter, Father, Mother or Brother)
with a professional staff of the Employer (or of the project implementing agency or of a
recipient of a part of the loan) who: (i) are directly or indirectly involved in the preparation of
the tender documents or specifications of the contract, and / or the tender evaluation process or
(ii) would be involved in the implementation or supervision of such contract.
(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 reaming/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 firms 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.
1. In cases where (L-1) lowest acceptable F.O.R. destination rate is from a Regular
Bidder:
(i) Distribution of quantity amongst New Bidders
Such New Firms which are eligible as New Bidders 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 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.
(c) In case any quantity remains left from New Bidder then quantity to be allocated to regular
bidders.
(d) 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 (% of balance quantity after allocation to the New Bidders)
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 rate R1 R2 R3
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 L1 rate R1
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 acceptance
of additional quantity above his offered, then re-bidding shall be done for such unaccepted
remaining quantity.
2. 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 Firms 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.
(c) If is their still such unaccepted quantity, such quantity to be allocated to regular bidder.
(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 (% of balance quantity after allocation to the regular bidders)
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 rate R1 R2 R3
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 L1 rate R1
Quantity distribution (%) Minimum offered
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 MPPKVVCL may allocate 100% of the
tendered 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 suppliers
(Both Regular & New) 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.
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.
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 submits 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.
(vii) “Competent Authority” shall mean the authorised person of the Purchaser.
(ii) Any charge as may be applicable as per law in force, must be clearly specified otherwise any
of 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 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.
(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 statutory levy (ies).
(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 MPPKVVCL is 23AADCM6175E2ZM.
(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 MPPKVVCL, Jabalpur 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.
(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.
6. 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.
(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 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.
20.6. 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.
22. 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 Jabalpur only.
23. CORRESPONDENCE:-
Copies of all important correspondence on subject should be sent to Dy. Director (Bills-EZ),
MPPKVVCL Jabalpur, the concerned consignee and to this office.
our representative at the manufacturer‟s work if so desired by the purchaser, prior to the
despatch of the material.
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.
SECTION-IV
SPECIAL TERMS AND CONDITIONS OF PURCHASE
1. PRICES:
The prices shall be FIRM and on FOR destination basis at area store of Discom EZ i.e.
Jabalpur/Sagar/Chhindwara/Satna/Chhatarpur/Shahdol including all charges levy & taxes i.e.
packing forwarding, freight and insurance charges etc.
2. PAYMENT
(i) Subject to completion of all contractual formalities 100% payment alongwith Taxes
Corresponding to the consignment would generally be made within 15 working days from
the date of DRR on acceptance of material by the Area stores after successful testing at
NABL Lab.
(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.
(iii) The original bills should be forwarded to the paying authority through Dy. Director (Bills)-
EZ, MPPKVVCL, Jabalpur 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 Dy. Director (Bills)-EZ, MPPKVVCL,
Jabalpur 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:-
4. DELAY IN PAYMENT:-
In case of delay in payment as specified above clause an interest @ 0.1% per month or part thereof
subject to maximum of 2% of delayed payment shall be payable by the purchaser. For the
purpose, all the months shall be considered of 30 days and interest for part of month shall be
calculated on prorata basis.
5. DELIVERY
i. The bidder shall require to complete the delivery in 4 installment. The first lot/ installment
shall be supplied within 60 days from the date of issue of order (including date of issue) sent
through email and subsequent lot(s) within next 45 days thereafter as under:
ii. The period allowed for delivery of 1st lot shall include the time required for submission and
approval of GTP and Drawings.
iii. In case material under a lot is delivered beyond terminal date specified for the respective lot
(s) penalty as per penalty clause of the purchase order shall be recoverable from the supplier.
The penalty shall be reckoned from the next day of the terminal date of restive lot(s) to the
date of actual delivery.
iv. In case terminal date for a lot falls on a holiday it will be shifted to the next working day.
v. The purchaser shall reserve the right to defer the supplies or re-schedule the delivery of the
order if required. The intimation shall be given in writing.
vi. In case of delay in the part of purchaser in arranging the pre-despatch inspection or in issuing
dispatch Instructions beyond the time line prescribed in clause „3‟ above, the same shall be
specified by the purchaser in the dispatch Instructions and this period shall not be counted for
calculation of penalty on account of delay in delivery.
6. 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 MPPKVVCL.
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 MPPKVVCL, provided request
is received from the supplier within 15 days from the date of rejection of material. The testing
of sample in presence of firms‟ 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
MPPKVVCL in this regard shall be final and binding on the supplier.
7. SECURITY DEPOSIT
Security deposit equal to 10% of value of the order to be placed against the tender shall be
furnished by the bidder in the form of DD/B.G. only drawn on any scheduled Bank. The Bank
Guarantee towards Security Deposit should be from a scheduled bank on stamps paper equal to
0.25% of the amount of BG subject to maximum of Rs. 25,000/- as per Gazette Notification of
GoMP dtd 07.01.2015 with validity of minimum 42 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 facility of Permanent Security Deposit (PSD) shall not be considered against this tender
and the bidders shall have to furnish the requisite Security Deposit as above.
(i) Demand drafts should be in favour of senior account officer (JC) MPPKVVCL,
Jabalpur drawn on any Nationalized/scheduled bank at Jabalpur.
(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 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 MPPKVVCL.
(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) The purchaser at its discretion may reduce the amount of Security Deposit on prorata
basis to the extent for the quantity for which performance guarantee is left.
(vi) 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.
(vii) No interest shall be payable by the Purchaser on security deposit submitted by supplier.
(viii) As per SFMS platform the bank account detail of MPPKVVCL Jabalpur needed for
preparation of BG is detailed below :-
8. DISCOUNT
There is no provision in the price schedule for quoting any sort of discount. If the bidder intent 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.
9. PENALTY
In case of delay in execution of the order or non-execution of the order, the purchaser shall
recover from the supplier, a sum equal to 1% of the ex-works price for the quantity not delivered
in stores for every month of delay. For the purpose, all the months shall be considered of 30 days
and the penalty for part of month shall be calculated on prorata basis. However, maximum penalty
under this clause shall be restricted to 10% of the ex-works value. This will be without prejudice
to other remedies available to the purchaser as per the laws of India, or terms of this tender. The
GST shall also be applicable on the amount of penalty.
SECTION-V
TECHNICAL SPECIFICATION OF LT DISTRIBUTION BOXES
(FOR 63 KVA RATINGS)
1. SCOPE:
This specification covers the design, manufacture, testing before despatch, supply and delivery of
63KVA L.T. Distribution Boxes.
2. CLIMATIC CONDITIONS:
2.1 The climatic conditions at site under which the equipment shall operate satisfactorily are as
under:-
In the State of
1 Location
Madhya Pradesh , India
2 Maximum ambient air temp. 500C
3 Minimum Ambient Air Temperature (-) 10C
4 Average Daily Ambient Air Temperature 320C
Maximum relative humidity 90% Sometimes approached to
5
saturation.
6 Average rainfall per annum(mm) 1200 mm
Maximum Altitude above mean sea level Not more than 1000 meters
7
(meters) (Average 200 to 600 meters)
8 Isoceraunic level (Day/annum) 20/50
9 Maximum Wind Pressure (Kg/Sq. meters) 45
10 Seismic level (Horizontal acceleration) 0.1 g
The Distribution Box generally be for use in moderately hot and humid tropical climate, conducive
to rust and fungus growth unless otherwise specified.
2.2 Reference atmospheric condition at which insulator characteristics shall be expressed for the
purpose of comparison shall be:-
Tests for the purpose of this standard shall preferably be carried out under conditions of
temperature and humidity specified in IS:196-1966 (i.e. at a temperature of 27 + 2 degree centigrade and
relative humidity of 66+2 percent) and at the prevailing atmospheric pressure. When this is not possible,
test may be carried out under conditions naturally obtained at the time of the test. The barometric pressure,
air temperature and humidity shall be recorded for the purpose of correction. Corrections of test voltage for
atmospheric conditions are given in Appendix A of IS:731-1971.
3. GENERAL REQUIREMENTS:
S.No. Particulars 63KVA KVA
01. SCOPE Manufacture, Testing & Supply of L.T. distribution Boxes
02. SYSTEM 433 Volts, AC 3 Phase 4 Wire 50 C/S with effectively
grounded neutral system
03. MATERIAL SHOULD BE SUITABLE FOR OPERATING IN WEATHER CONDITIONS
STATED BELOW :-
(a) Temperature Range - 1oC to 50oC
(b) Relative Humidity 20% to max. 100%
(c) Altitude 1000 Meters (Maximum)
04. SYSTEM DETAILS
[a] K.V.A. Suitable for use with 63 KVA Transformers
[b] Voltage 433 VAC - 3 PHASE
[c] Frequency 50 C/S
[d] Approximate full load 85Amps for 63 KVA
current.
[e] No. of Outgoing circuit per 2 nos.
phase
05. APPLICABLE STANDARDS AMENDED UPTO DATE
[a] Switch Dis-connector Fuse (i) The Switch Disconnector Fuse Unit shall be Triple Pole
& Neutral Link of reputed make conforming to IS:13947-
1993 with latest amendments. Front operated, positive
break double isolation switch mechanism, multi break
arcing contact per pole for higher electrical life, with
stationary fuse link for prevention of loosening of HRC
Fuses, Handle with pad-lock, door inter lock and defeat
mechanism facility. Fitted in rugged steel sheet enclosure.
(ii) Rated-current in enclosure – 125A(mini.) for 63 KVA
07. Screening barriers partition Barrier partition of 6 mm thick Bakelite sheet for phase to
between phases phase flash over protection of dimensions as per drawing
should be provided.(Laminated brown paper varnish
impregnated sheet is not acceptable)
08. Details Of Incoming Circuit With Triple Pole Switch Dis-connector (Handle Should Be
Detachable)
(a) Rated Insulation VAC voltage 660 Volts
(b) ) Rated High Voltage 3kV for 1 mini.
withstand
(c) Rated Thermal current in 200 Amps
enclosure
(d) Rated Operational current at 125A(mini.) for 63 KVA
250 V in enclosure
(e) Rated making capacity at 433 As per relevant clause of ISS: 13947 (Pt-III) with latest
VAC at 0.45 PF amendments i.e. 10 times of the rated operational current.
(f) Rated breaking capacity 433 As per relevant clause of ISS: 13947 (Pt-III) with latest
VAC amendments i.e. 8 times of the rated operational current.
at = 0.45PF
(g) Mechanical Endurance 7,000 nos.
Operating Cycles) (Nos.)
(h) Electrical Endurance 1,000 nos.
(Operating Cycles)
(i) Maximum terminal capacity 185 mm2
(j) Material of the terminal strips Tinned Electrolytic Copper
(in-coming & out-going)
(k)Length of Operating Handle Switch Dis-connector should be front operated as per
and position of handle. drawing. The handle must be detachable and its length
should be not less than 80mm.
(l) Switch Dis-connector (a) Mechanism:- The complete mechanism is enclosed in a
fully insulated DMC moulded housing should have excellent
combination of mechanical & electrical properties. Phase
barriers are provided for protection against phase to phase
flash over. Switches should be suitable for base mounting.
All steel components should be zinc plated and current
carrying parts should be silver plated.
(b) Enclosure:- These switches are required in enclosure
made of sheet steel which are robustly built, chimerically
phosphatized & electro-statistically powder painted. They
should be ideally suited for adverse environmental
conditions. This enclosure should be equipped with
operating handle with pad-lock, door inter-lock and defeat
mechanism.
[m] Applicable ISS for type test The Switch Dis-connector for Distn. Box should be type
tested as per IS:13947-III)/1993 with latest amendment for
any NABL accredited Lab., is mandatory. The type test
report shall not be more than 5 years old from the date of
(viii) Door Gasket The good quality rubber gasket (D-Gasket round shaped)
for door shall be affixed between the door and box all
round.
(ix) Thickness of bottom plate 2 mm
(x)Holes & PVC Glands for main 4 nos. holes with PVC Glands to accommodate 150mm2
cable‟s entry L.T. XLPE single core cable as per drawing.PVC Glands
should be self cable holding type ,which can hold the cable
and its side area be sealed by tightening the outer gland
cover and rubber bush inside gland shall tight fit to hold the
cable mechanically with closing all side entry.
(xi) Holes & PVC Glands for 8 nos. as per drawing with providing of PVC Glands to
outgoing circuit cable‟s entry accommodate 70 mm2 L.T. XLPE single core cable. PVC
Glands should be self cable holding type ,which can hold
the cable and its side area be sealed by tightening the outer
gland cover and rubber bush inside gland shall tight fit to
hold the cable mechanically with closing all side entry.
(xii) Bottom Cleats of Box Bottom cleat made up of 80x110x3 mm thick sheet to be
provided at the bottom at all corner sides so that box does
not come in direct contact with ground when stored and
PVC glands may be not be damaged.
Note:- Supplier shall guarantee the painting performance requirement for a period of 03 years from
the date of receipt of materials in stores.
(F) COLOUR:-
The colour of the finishing coats shall be Siemens Grey - Inside and outside of the Distribution
Boxes.
5. TEST & TEST CERTIFICATE FOR SWITCH DISCONNECTOR FUSE UNIT AND
COMPLETE DISTRIBUTION BOX:-
(ii) Type test certificate of 63 KVA OR 100KVA complete Distribution Box for the following
tests :-
(A) High Voltage Test as per IS:8623 (Part-III):1993 and IS: 13947:1993 for minimum
3KV rms for 1 minute in different mode of MCCB between pole to pole, incoming to
outgoing terminal. Further between all live parts to the body earth of L.T. Distribution
Box.
(B) Temperature Rise test must be carried out as per IS:8623(Part-I):1993 with full
load application in series through all the electrical path.
(C) L.T. Distribution Box has to comply with conditions of IP-33 or better (IP Test)
(iii) “The type test report as mentioned above (i) & (ii) must be issued by any NABL accredited
Testing Laboratory .
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. The test certificates should not be more than
Five years old on the date of opening of tender.”
The offer shall be ignored if the test certificates as mentioned above are not furnished
and as such, their price bid shall not be opened.
(A) Routine test:- The following test has to be conducted by the firm on each and every
Distribution box during manufacturing:-
(a) Physical verification of overall dimension
(b) Insulation Resistance Test
(c) H.V. withstand test at 3 KV for one minute of all live parts to earth.
The routine test report indicating sr. no. of the Distribution Boxes shall be submitted along with the
offer for pre-dispatch inspection of the material.
(B) Acceptance test:- During the predispatch inspection, following test shall be conducted at the
works of the firm:-
(a) All the routine test (as mentioned above) shall be conducted on 10% randomly selected
Distribution boxes from the offered lot.
(b) Temperature rise test shall be conducted on any one randomly selected distribution box
from the offered lot for predispatch inspection.
(c) Painted surface of the box shall be tested for Dry film thickness, cross hatch adhesion test
and impact test.
(b) Aluminium Clamp for Neutral (made of 40mm wide & 10mm thick EC Grade Aluminium Flat.
Aluminium used must be of EC Grade. The holes for bolting purposes should not be more than
10mm and suitable for 8mm Nuts & Bolts. The clamps must be as per drawing no. MDB-
63/100 EZ-3 & 4. Dia cast alluminium parts shall not be accepted
(d) All Stainless Steel Nuts & Bolts of 8mm , suitably long (fully threaded)Hexagonal, head must be
of minimum 5mm thick, with minimum 1.5mm thick 2 nos. galvanized plain washer & 1mm thick
1 no. galvanize spring washer shall be used . Chrome /zink plated (G.I. Nut Bolt) shall not be
accepted . Bidder shall submit declaration regarding this and will show in sample and shall
comply in supply of materials against order.
(i) Danger Board:- The Danger Board as per drawings No. MDB/100/EZ-6 must be provided on the
front cover of the distribution box as per drawing no. MDB/100/EZ 5. The other specification of
the danger board shall be as under:-
(a) Material- 16 SWG M.S. Sheet
(b) Size- 200 mm x 150mm.
(c) Front side (background) Enameled white, letter figures of voltage, skull and bones shell be
painted in signal red colour.
(d) Back side enameled as per IS:2551
(e) Bolt holes- 4 nos, 7mm dia at each corner for 6mm dia rivets
Note:- Corners of the plate shall be rounded. All words shall be centrally spaced.
(ii) Name plate:- The Distribution boxes must be provided with non detachable anodized
Aluminium sheet on front cover of the box as per drawing. The information must be specified on
the name plate in the following manner/sequence:-
The name plate of size 70mm x 100mm x2mm thick shall be embossed/engraved type but not
screen printed. The name plate with black background shall be preferable.
(iii) Line Man Instructions:- The line man instructions sticker must be provided as per specification
and drawing. These stickers shall be provided inner surface of door panel. The sticker must be of
good quality PVC sheet and all the informations must be printed in Hindi (Kruti Dev-010) font.
Drawings
Page - 22
DISTRIBUTION BOX
WITH SWITCH DISCONNECTOR FUSE UNIT
210 MM
M
M
0
19
INCOMMING SINGLE CORE
LTXLPE CABLE FROM
DISRIBUTION TRANSFORMER
290 MM
100 MM 100 MM
M
M
0
19
40 MM 40 MM 40 MM 40 MM
700 MM
75 MM 75 MM
ALLUMINIUM NEUTRAL STRIP SIZE 40x10 MM WITH 180 MM LONG ALLUMINIUM NEUTRAL STRIP SIZE 40x10 MM WITH 180 MM LONG M
0M
35
75 MM
100 MM
1100 MM
Page - 23
Ø14MM
(MIN) Ø10 MM CONTINOUS
MS ROD WELDED
AT DOOR
30MM (MIN)
15MM
30 MM
30MM (MIN)
15MM
MADE OF MS SHOE
T 2MM (MIN)
CONTINOUS WELDED
WITH BOX
280 MM 3600 MM
6 MM
TINNED COPPER
LONG BARREL
25x6MM TYPE LUGS
MS FLAT
MS WASHER
20 MM SPRING WASHER
20 MM
6 MM
SPRING WASHER
MS WASHER
WELDED
12 MM
1.5 MM
8 MM
(FIXING CRS)
E
B
10 MM
2 MM
8 MM
Page - 24
C D
(FIXING CRS)
F A
20 MM 4 MM
7.125 MM
25 MM 10 MM
55 MM
6 MM 25 MM
25 MM
6 MM 170 MM
20 MM
EPOXY BUSH
6 MM 55 MM Tolerance ±5% on Fabricated Items
70 MM
MP POORV KSHETRA VIDYUT VITRAN COMPANY LIMITED, JABALPUR
80 MM
50 MM 50 MM
6 MM
60 MM 140 MM 140 MM 140 MM 140 MM 140 MM 60 MM
190 MM
250 MM
6 MM
30 MM
80 MM 25 MM
50 MM 50 MM
Page - 25
INCOMMING L.T. XLPE SINGLE CORE CABLES
6 MM
MOUNTING BASE MADE OF 25MMx6MM MS FLAT
60 MM 60 MM
280 MM
50 MM
250 MM
100 MM
15 MM
MM
10
OP
SL
15 MM 15 MM
210 MM
Name Plate
340 MM 375 MM
[ kr j k
440 oksYV~l
1250 MM 1220 MM
1220 MM
Page - 26
EARTHING
BOLT
50 MM HOLES FOR OUTGOING
CABLES WITH PVC GLANDS
M
0M
35
1060 MM
1100 MM
Tolerance ±5% on Fabricated Items
fMfLVªC;w’ku ckWDl VªkalQkeZj ds fu;a=.k] cpko ,oa deZpkfj;ksa dh lqj{kk ds fy;s cuk;k x;k gS %&
fMfLVªC;w’ku ckWDl dh LFkkiuk ds le; fuEufyf[kr ckrksa dk /;ku j[kas %&
1- lqfuf’pr djsa fd lHkh lk/ku ckWDl esa lqfu;ksftr gS] Hkyh Hkakfr ns[k ysa]
2- bUlqys’ku <Ddu@ckDl ls er fudkfy;s A
3- leLr uV cksYV ls dls tkus okys lHkh midj.k o dusD’ku Bhd izdkj ls vkStkjksa ls dl yhft;s]
D;ksafd ifjogu ds nkSjku <hys gks tkus dh laHkkouk jgrh gS A
4- fuEufyf[kr vkdkj ds dscy (bu & dfeax ( vkus okys ) vkSj vkmV& xksbZax (tkus okys) ) ds
fy;s mi;ksx djsa A
5- fLop fMLduSDVj fLop ,oa Q~;wt ;wfuV ds lkFk dscy tksMus ds fy, ckWDl ds lkFk iz;qDr yXt
dk iz;ksx djsa A
6- yXt dks iz;ksx djus ds iwoZ dscy ds fljs dks xksykdkj dj ysa A
7- dscy ds yhM yXt esa Mkyrs le; lqfuf’pr djsa fd yXt ds vUnj dsfcy dk bUlqy’ku u gks] rFkk
dscy lfgr yXt tksMrs le; fof’k"V ,UVh dksjksflo isLV dk mi;ksx djs]a dsoy yhM ls yXt
tksMrs le; mi;qDr MkbZ ds lkFk fdzfEiax a e’khu dk mi;ksx djsa A
8- bu & dfeax (vkus okyh) vkSj vkmV & xksbax (tkus okyh) yhM ,d lkFk VfeZuy esa u tksMs] ;g
[krjukd gS ] yhMl dks tksMus ds fy, iz;qDr yXt] fdzfEiax a e’khu ls fdzEi (e’khu esa ok;j ds lkFk
nckdj) djus ds ckn uV $ cksYV ls dls]a Q~yVs (lery) okW’kj & fLizax ] okW’kj rFkk xzhl dk
mi;ksx djuk u Hkwysa A
9- ;fn fMLVªhC;w’ku ckWDl ds mi;ksx esa u fy, fNnz [kqys gksa rks mUgsa can djs]a ftlls tho & tUrq
vanj u tk lds ftlls ’kkWV&lfdZV] Q~y’S k vksoj vkfn dk [krjk Vkyk tk ldsxk A
10- ckWDl ds lkFk nh xbZ ih0Ogh0lh0 dh XysUMl fMLVªhC;w’ku ckWDl ds bu& dfeax vkSj vkmV&xksbax
yhM~l ds fNnzkas ij dl dj yxk,a] ftlls yhM dVsxh ugha A
11- leLr dk;Z iw.kZ gksus ij fMLVªhC;w’ku ckWDl can djuk u Hkwysa A
12- va/ksjs esa dk;Z djus ds fy, ckWDl esa miyC/k cYo dk mi;ksx djsa A
13- leLr la;kstuksa (duSsD’ku) dh dlkoV (VkbVusl) dh izR;sd N% ekg esa ,d ckj tkap djs]a
balqy’s ku ds ijns ;Fkk&LFkku yxkuk u Hkwysa A
{c} bu dfeax fLop dks lkeus ls vkWu&vkWQ djus dh O;oLFkk gS] vkWu@vkWQ igpku fpUg vkWijsfVax
gsafMy ij fn;s x;s gS A
;kn j[ksa bl fMLVªhC;w’ku ckWDl dks Bhd rjg mi;ksx djus ls Vª~kl
a QkeZj ,oa vU; fo?kqr midj.k
dh {kfr dks Vkyk tk ldrk gS ,oa ykbu ij dk;Zjr deZpkjh dks Hkh vf/kd lqj{kk feyrh gS A
PART-2
Schedule-I
Price & Quantity Schedule
Sr. Particulars HSN/SAC Unit Tender Qty Ex Freight & Total GST on total Total GST Total FOR Destination
No. Code Qty. offered works Insurance (Rs./ amount price inclusive of Ex
Price Charges unit) CGST SGST IGST (INR) works Freight &
(Rs. / (Rs./ unit) Insurance Charges,
unit) % % % GST (Rs./ unit)
1 2 3 4 5 6 7 8 9=7+8 10 11 12 13 14= 9+13
L.T. Distribution (to be Nos 100
1 Boxes suitable for given by
63KVA ratings DISCOM)
Distribution
Transformers as per
technical
specification of the
tender
NOTE:-
(i) GST Registration No. of the bidder ………………………………… (Enclosed copy of Registration Certificate)
(ii) GST Registration Number of M.P. Poorv Kshetra Vidyut Vitaran Company Ltd., Jabalpur is 23AADCM6175E2ZM.
(iii) The bidder shall fill either rate/value of CGST & MP GST or IGST as applicable.
(iv) In case of any of the equipment, import of any accessories is involved, no import assistance shall be provided by MPPKVVCL, neither custom duty
shall be paid separately. The offered FOR price shall be inclusive of all duty and other taxes/charges.
(v) The price quoted shall be “FIRM” only.
(vi) The prices are to be filled in strictly in this format only.
(vii) Responsibility of any lack of clarity leading to confusion will rest with bidders and blank any column shall not be considered and shall be rejected.
(viii) Rates in various tapering steps shall not be considered.
SCHEDULE – II
(Undertaking)
The following declaration/Undertaking must be submitted by all the bidders on
non-judicial stamp paper worth Rs.500/- duly notarized
5. That I/We undertake that we have participated in the tender as _____________ (New / Regular
bidder, whichever is applicable).
6. That as against tendered quantity the bidding firm have submitted their bid for ……… nos.
(indicated quoted quantity)
7. That I/We confirm that there is no deviation with the commercial terms & conditions and
technical requirement of the Tender Specification.
8. That the bidding firm M/s…………….. have supplied following items to the different SEBs/
DISCOMs/Power Utilities or through their Turnkey Contractors in any state of country in past
60 months from the date of opening of tender :-
SN Period of Name of Name and PO No. Qty. under Qty.
supply item address of and date order supplied
purchaser
1 2 3 4 5 6 7
9. That, the information given by us as above is true and correct and the same has been extracted
from the relevant POs/Invoice/MRCs/Receipted Delivery Challan maintained by the firm.
10. That the MPPKVVCL will have full right to cancel the order, if awarded and forfeit the EMD /
Performance SD as applicable in event if finds that the information given at Sl. No. 8 is
misleading or false, even at a later date i.e. after opening of Price Bid/Award of Order.
11. Regarding Black-listing / Debarring:-
I/We hereby undertake and submit a declaration that the bidding firm/company is not debarred/
black listed for future business with any of the Discoms of M.P.
In case, at any stage it the above declaration is found false or incorrect the Purchaser shall
be free to take any punitive/legal action against the bidding firm as may be deemed fit which
shall be acceptable/binding on the bidding firm and the consequences shall be to their account.
Further, the MPPKVCCL, Jabalpur will have full right to cancel the order, if awarded and
forfeit the EMD/Bid Security & Performance Security Deposit 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.
Note: The undertaking should be given by the proprietor / Partner/ Director/ Authorized
signatory of the Company
PLACE: SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION/ STATUS IN THE FIRM
DATE COMPANY SEAL
SCHEDULE-III
CERTIFICATE
In Terms of Clause _________ of the Tender Conditions the Financial Particulars of the Entity
participating in the above said tender are as follows”(all the Figures are in Rs.)
a) Since the NIT of the Tender has issued on ……… and hence for the Financial Criteria the
latest Financial Year is …………….
b) Total ANNUAL TURNOVER of the Entity for the last five financial years is Rs.________ :
c) Annual turnover of the entity for the last financial year is Rs ______________
d) WORKING CAPITAL of the Entity as per the Balance Sheet for the last financial year / bank
utilization certificate-Fund Based (not more than 30 days from the date of opening of tender) is
Rs_____ .
e) The firm fulfill the financial criteria as required under Clause-1.3, Section-II of the tender.
f) The above said information is true and correct to the best of my knowledge and belief and the
Information has been extracted from the Books of Accounts maintained by the entity.
I am aware that the Company (MPPKVVCL, Jabalpur) is relaying this certificate as a valid
proof of Financial Capability of the Company.
For, ___________
Chartered Accountant Firm,
FRN No. ___________
CA. ___________
(Designation ___________)
M. No. ___________
UDIN No.____________
Date : ___________
Place: ___________ Signature and Seal of Tenderer
Note:
(i) The document should be signed by the proprietor / Partner/ Director/ Authorized signatory
of the Company.
(ii) The information given at (b), (c) & (d) above must appear in the website of the Institute of
Chartered Account against the UDIN Number as given above.
SCHEDULE-IV
GUARANTEED TECHNICAL PARTICULAR OF 63KVA
L.T. DISTRIBUTION BOXES
Sl No. Particulars 63KVA
1 Manufacturing/ Constructional Details
The Distn. Boxes should comprise of :-
[i] Triple Pole Switch Dis-connector on incoming side Rating
[ii] Robust Horn Gap type fuse units as per technical specification
(Section-V) & drawing enclosed on outgoing side 6 nos.
2 Details Of Incoming Circuit With Triple - Pole Switch Dis-
connector (Handle should be detachable)
(a) [i] Make
[ii] Whether the offered switch dis-connector are type tested as per
technical specification of the order
[iii] Type test report no. & date
[iv] Date of type tests
[v] Name of lab where type test has been conducted (i.e. CPRI,
Bhopal/Bangalore, ERDA Vadodara etc)
(b) Rated Insulation voltage (AC)
(c) Rated High voltage withstand (KV) ---- for ----- min.
(d) Rated Thermal current in enclosure (Amps)
(e) Rated Operational current in enclosure at 250V (Amp)
(f) Rated short time withstand current with shorted links for one
second (KArms).
(g) Rated Making capacity at 0.45 PF
(h) Rated breaking capacity at 0.45 PF
(i) Mechanical Endurance (Operating Cycles) (Nos.)
(j) Electrical Endurance (Operating Cycles)
(k) Terminal capacity (mm2)
(l) Length of Operating Handle and position of handle of switch dis-
connector
(m) Switch Dis-connector
(a) Mechanism
(b) Enclosure
(n) Manufacturing process of sheet metal box and cover of switch dis-
connector by fabrication process or by deep drawn process
(o) Whether sheet metal box is provided as per technical specification
(Section-V) & drawings enclosed.
[p] Whether the type test conducted on whole distribution box as per
technical specification of the TS.
(i) Type test report no & date
(ii) Name of lab
(iii) Date of test
3 (a) Outgoing circuit details single pole robust horn gap type fuse units
(for two circuits) as per technical specification (Section-V) &
drawings enclosed.
Undertaking- I hereby undertake, if any parameter filled above not complies to relevant ISS
and TS or the value indicated above are less than the ISS and TS values, the same shall be
considered as per TS / ISS values with permissible tolerance.
SCHEDULE – V:
PROFORMA FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT
IN ABSENCE OF TYPE TEST REPORT
(To be executed as per the Indian Stamp (Madhya Pradesh Amendment) Ordinance, 2014
which is effective from 01.01.2015, the B.G. is required to be executed on proper stamp duty i.e.
0.25% of the amount subject to a maximum of twenty five thousand rupees.)
It is agreed by the Bank with the M.P.P.K.V.V.Co. Ltd. that if for, any reason a dispute arises
concerning the Bank‟s liability to pay the requisite amount to the M.P.P.K.V.V.Co. Ltd. under the
terms of this guarantee the competent court at Jabalpur shall have the jurisdiction to determine the said
dispute and that this shall be without prejudice to the liability of the Bank under the terms of this
guarantee being unequivocal and unconditional as mentioned above.
The liability under this guarantee is restricted to Rs. 2.00 Lakh (in words) (Rupees
________________________only). This guarantee shall remain in force until _________ unless a
demand to enforce a claim is made under this Bank Guarantee by the M.P.P.K.V.V.Co. Ltd. to the
Bank within six months from that date i.e. upto ________, the rights of the M.P.P.K.V.V.Co. Ltd.
under this guarantee shall be forfeited under the bank shall be relieved and discharged from all
liability there under.
(1) Witness:-
(Signature) Signed
(Name) for
(Address) Bank
(2) Witness:-
(Signature)
(Name)
(Address)
SCHEDULE – VI:
CHECK LIST
(TO BE KEPT IN THE COVER-2 (PART-B), ―COMMERCIAL/TECHNICAL BID‖ &
UPLOAD ONLINE ALSO)