Académique Documents
Professionnel Documents
Culture Documents
NO.CMD/MK/04/152
(DUE FOR OPENING ON 02-12-2009)
FOR SUPPLY OF
INDEX
TENDER – NOTICE
Sealed tenders in prescribed tender form for supply of following items are invited from
manufacturers only for TS-152 and TS-153 to TS-154 & TS-155 by the date indicated below:-
TENDER NAME OF ITEMS APPROX TENDE DATE OF
SPECN. . VALUE R FEE OPENING OF
NUMBER (Rs. in (in Rs.) TENDER
Lakhs) (At 3.30 PM)
CMD/MK/ LT unarmoured single core Al conductor 02.12.09
04/152 XLPE cable 25,50,120 & 240 sq.mm as per 235.75 1000/- (Wednesday)
IS:1554(P-1)/1998 under R-APDRP works
CMD/MK/ LT unarmoured single core Al conductor 05.12.09
04/153 XLPE cable as per IS:1554(P-1)/1998 630.00 1000/- (Saturday)
against energisation of new agricultural
pumps of size 25, 50,120, & 185 sq.mm
CMD/MK/ 11KV & 33KV outdoor ,PS class 3 core oil 22.17 750/- 05.12.09
04/154 immersed CT as per IS:2705/1992 (Saturday)
CMD/MK/ Clamp on Power Meter 50.00 750/- 07.12.09 (monday)
04/155 Date of pre-bid
conference -23.11.09
2. In case of any of the above dates is declared as holiday/local holiday then the tender
opening date will automatically get shifted to the next working day. No relaxation in tender fee
will be allowed and tender fee shall not be refundable. The last date of selling of tender
documents will be one day prior to the due date of opening of tender upto 4.00 P.M. Tender
forms alongwith the detailed specifications of the materials can be obtained from the Addl.
Chief General Manager(S&P), O/o CMD, MP Madhya Kshetra Vidyut Vitaran Co. Ltd.,
Nishtha Parisar, Bijlinagar, Govindpura, Bhopal, on payment of above tender fee by crossed
DD/IPO only drawn in the name of the "Senior Accounts Officer (HOAU), MPMKVV Co.
Ltd., Bhopal". Postal charge of Rs. 75.00 shall be paid extra which shall be added with
DD/IPO for tender fee, if the tender document is required by post. The last date of receipt of
completed tender is on respective due date upto 3.00 P.M. The tenders received without
Earnest money will not be accepted unless exempted by Company as detailed in the tender
document. The Company will not be responsible for the delay on any account in receipt of
tender documents or Earnest Money. The Company reserves the right to reject any or all the
tenders or accept any tender in full or part, considered advantageous to the Company, whether
it is lowest or not, without assigning any reason whatsoever it may be.
3. The tender documents may be downloaded from our website
www.madhyavitaran.nic.in However, the tender fee as above shall be deposited before
submission of their offer in this office, otherwise the offer shall be rejected.
(M.K.GUPTA)
CHIEF GENERAL MANAGER (S&P),
O/O CMD, MPMKVV CO.LTD. BHOPAL
SAVE ELECTRICITY
O/o CMD, MPMKVVCL, Bhopal. 4 T.S.No. CMD/MK/04/152
……………………………………………………………………………………………………………………………………
TENDER FORM
The undersigned hereby tender and offer (subject to the Company‟s conditions of
tendering) the MP Madhya Kshetra Vidyut Vitaran Co. Ltd., Bhopal to supply the plant,
machinery and materials and execute and do the several works and things which are
described or referred to in the Details of Technical Particulars attached to tender document
no.CMD/MK/04/152 and its enclosure and in Schedules to the side Details of Technical
Particular copies of which are annexed here to and which under the terms thereof are to be
supplied, executed and done by the contractor and to perform and observe the provisions and
agreements or the part of the contract contained in or reasonable to be referred from the said
tender documents for the sums and at the rates sets out in Schedule-I annexed here to.
The questionnaire enclosed with this tender document has been fully answered and is
enclosed herewith (if the questionnaire is not answered in full, the answer to various question
may be taken so as to be advantageous to the Company unless contrary is mentioned in the
body of the tender).
TENDERER‟S SIGNATURE
(With Seal)
O/o CMD, MPMKVVCL, Bhopal. 5 T.S.No. CMD/MK/04/152
1. PRICES:-
The quoted prices shall be VARIABLE as per IEEMA Price Variation formula
enclosed as Annexure-VI. The bidders are advised to clearly indicate the charges/taxes/duties
i.e. ex-work, excise duty, Central sales tax/MP VAT, freight charges and any other tax etc. for
supply of material to any Area Stores at Bhopal, Gwalior & Guna in Madhya Pradesh.
2. PRICE VARIATION:-
The ex-works price shall be VARIABLE as per IEEMA Price Variation formula, both
on plus & minus side without any ceiling. The basic price of the material and indices used
shall be as published by IEEMA prevailing as on first working day of the month, one month
prior to the date of opening of tender i.e. if tender is due for opening in December‟09
applicable base date of prices shall be 01.11.2009.
5. The tender offers of those tenderers who do not agree to Company's PAYMENT
TERMS, SECURITY DEPOSIT, PENALTY & PERFORMANCE GUARANTEE
CLAUSES shall out-rightly be rejected.
6. Certificate to the effect that Company's Payment terms, Security Deposit, Penalty &
Performance Guarantee clauses as mentioned in Tender Specification are acceptable to the
tenderer should be mentioned on main envelope itself in the manner under Clause-23(v) of
Annexure-I (General Instructions to Tenderers). In absence of above certification on the main
envelope, the offer shall stand rejected and shall not be opened.
7. The offers where any ambiguity in these terms subsequent to the opening of tender is
found, the offer shall not be considered.
8. PAYMENT:-
(i) 100% payment shall be made in 45 days from the date of receipt of material in good
condition in our consignee Area Stores. The supplier while claiming for 100% payment
O/o CMD, MPMKVVCL, Bhopal. 6 T.S.No. CMD/MK/04/152
shall have to certify that the prices as charged have not undergone any downward
variation on account of IEEMA Circular(s).
(ii) The MPMKVVCL has also provision to make above payment directly in the Account of
successful bidders. MPMKVVCL is having its Account in S.B.I., Bhopal. To make
payment directly through Bank, the bidders are requested to furnish following
information in respect of their Bank Account:-
(a) Name of Bank and Branch address.
(b) Their Bank Account Number.
(c) IFS code of the Branch for RTGS transfer.
(iv) Other provisions of terms of Payment Clause no.8 shall remain unchanged.
9. DELIVERY:-
i. The supply of entire ordered quantity shall require to be completed in 6 months in 3
equal installments in each rating. The bidders, therefore, should quote for only such
quantities which they can supply according to the delivery schedule. Early completion
of supply shall also be preferred.
ii. The material should be delivered to the consignees within 15 days of issue of dispatch
instructions. For any delay in delivery beyond this period, penalty shall be applicable
even if material is offered within delivery schedule.
iii. The suppliers are therefore advised to indicate their delivery schedule very clearly in
the questionnaire appended with this tender specification.
iv. Deferment of deliveries:- MPMKVVCL reserves the right to defer the supplies or
reschedule the delivery of the orders, if needed. The intimation shall be given in
writing. The price variation shall be given for quantities deferred along with any
change in excise duty, sales tax and any statutory levies.
In absence of non-submission of type test certificate for all the type tests for each
rating, the offer is liable for rejection. The above Type Test Certificates should not be more
than five years old from the date of opening of tender. The tenderers shall confirm that
they will supply the material exactly for the design for which type tests have been conducted.
The above Type Test Certificates should not be more than five years old from the date of
opening of tender.
12. The cables must bear „ISI‟ certification mark. In this connection, a certified photo
copy of the valid ISI License/ marking rights duly attested must be submitted along with the
O/o CMD, MPMKVVCL, Bhopal. 7 T.S.No. CMD/MK/04/152
tender as documentary evidence. In absence of `ISI‟ marking license, the offer shall be liable
for rejection.
14. ACCEPTANCE OF TENDER:- The Company may split the quantities against the
tender on more than one eligible tenderer for the same item. Subject to fulfilling the techno-
commercial criteria, the quantity may be distributed amongst the bidders other than lowest also
in the manner as detailed hereunder:-
(A) In case lowest acceptable F.O.R. destination rate is from a regular firm
(supplying materials regularly to Discoms of MP):-
60% of proposed quantity to L-1 bidder (limiting the same to offered quantity) and
balance 40% quantity in proportion to price factor amongst L-2 to L-5 bidders or all
the remaining eligible bidders in case there are less than 5 bidders falling within price
consideration zone of 15%.
(B) In case lowest acceptable F.O.R. destination rate is from a new firm (not supplied
material to Discoms of MP and whose supply performance is not known) and
difference between L-1 & other eligible bidders is within price consideration zone
of 15%:-
(C) In case lowest acceptable F.O.R. destination rate is from a new firm (not supplied
material to Discoms of MP and whose supply performance is not known) and
difference between L-1 & L-2 eligible bidder is beyond price consideration zone
of 15%:-
15. The date of opening of Part-III i.e. 'Price Bid' shall be notified to the bidders whose
bids are found commercially and technically acceptable.
ANNEXURE - I
GENERAL INSTRUCTIONS TO BIDDERS
1. GENERAL
Chief General Manager (S&P) on behalf of "The Madhya Pradesh Madhya Kshetra
Vidyut Vitaran Co. Ltd." herein-after referred to as "Company", will receive sealed
tenders/bids for supply of materials/equipments in accordance with the attached specifications
for supply to Area Stores at Bhopal, Gwalior and Guna only in Madhya Pradesh.
This bidding is open for manufacturers only who provide satisfactory evidence:-
(a) That they are qualified Manufacturer who regularly manufactures the
materials/equipments of the type specified and have adequate technical knowledge
and practical experience.
(b) That they do not anticipate change in the ownership during the proposed period of
contract (if such a change is anticipated, the scope and effect thereof shall be defined).
(c) That, they have adequate financial stability and status to meet the financial
obligations pursuant to the scope of the assignments (The tenderer should submit
atleast two copies of their Profit & Loss Account and Balance Sheet for the last two
years including turn-over).
(d) That, they have adequate plant and manufacturing capacity available to perform the
assignment properly and expeditiously within the time period specified. The evidence
shall consist of written details of the installed manufacturing capacities and present
commitments (excluding the assignment under this specification) of the Bidder or his
Principal. If the present commitments are that the installed capacity results in
inadequacy of the manufacturing capacities to meet the requirement of
equipment/material corresponding to this bid, then the details of alternative
arrangements to be organized by the Bidder for this purpose shall also be furnished.
(e) That, they have established quality assurance systems and organizations designed to
achieve high level of quality equipment and reliability during his manufacturing
activities.
3. EARNEST MONEY
(i) The tenderer shall deposit the Earnest Money amount vis-à-vis the value of the
materials offered as shown here under:-
Value of Material Earnest Money-Rs.
(a) Upto Rs. 10,000/- 100.00
(b) Above Rs. 10,000/- & upto Rs. 2.5 Lakhs @ 1%
(c) Above Rs. 2.5 Lakhs & upto Rs. 3.0 Lakhs 2,500.00
(d) Above Rs. 3.0 Lakhs & upto Rs. 7.0 Lakhs 5,000.00
(e) Above Rs. 7.0 Lakhs & upto Rs. 15.0 Lakhs 7,000.00
(f) Above Rs. 15.0 Lakhs & upto Rs.25.0 Lakhs 10,000.00
(g) Above Rs. 25.0 Lakhs & upto Rs.35.0 Lakhs 15,000.00
(h) Above Rs. 35.0 Lakhs & upto Rs. 50.0 Lakhs 20,000.00
(i) Above Rs. 50.0 Lakhs & upto Rs.75.0 Lakhs 30,000.00
(j) Above Rs.75.0 Lakhs & upto Rs.100.0 Lakhs 40,000.00
(k) Above Rs. 100.0 Lakhs 50,000.00
O/o CMD, MPMKVVCL, Bhopal. 9 T.S.No. CMD/MK/04/152
(ii) The tenderers are permitted to quote for part quantities and pay earnest money only
to the extent of the participation on the basis of slabs specified above. If the earnest
money amount is found to be less than required for corresponding value of the
material offered, the offer may be rejected and will not be read out.
(iii) The Earnest Money can be deposited in one of the following forms only:
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.
(iv) The following are exempted from payment of Earnest Money Deposit :-
(v) All the SSI/ NSIC units should quote/offer the material only to the extent they are
registered for respective items with the SSI/NSIC organization.
(vi) In case, the tenderer withdraws his offer during the validity period, after placement
of order, the EMD amount shall be forfeited.
b) EMD of bidders on whom the orders have been placed, shall be returned on
acceptance of security deposit. No, interest shall be paid on EMD amount.
O/o CMD, MPMKVVCL, Bhopal. 10 T.S.No. CMD/MK/04/152
a) All taxes and duties should be included in the prices quoted. Any kind of taxes and
duties shall not be paid extra.
c) Excise duty and Sales Tax/Commercial Tax/VAT are payable for the contractual
delivery period only at the prevailing rates wherever applicable. No upward
variation shall be payable beyond the contractual delivery period, where the
supplier is responsible for the delays.
d) Wherever applicable tenderers outside the State of M.P. should also quote the
prevailing rate of Sales Tax/ Commercial Tax in the state of origin so that the
concessional rate of CST payable against “C” form may be limited to the Sales
Tax applicable for state of origin, from where the material move, in case, these are
lower than the concessional rate of CST.
5. AMENDMENT IN SPECIFICATIONS
The Company may revise or amend the specification and drawing, prior to the date
notified for opening of Price Bid of tender. Such revision/ amendment, if any, will be
communicated to all those who have bought the tender documents as Amendment/ Addendum
to the invitation of tender.
9. ALTERNATIVE BIDS
Bid should be submitted as per intent of tender documents; any alternative offers are
liable for rejection.
Tenderers 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
tenderer does not comply, tender will be rejected.
"B" and "C" stating fully the reasons thereof. Unless this is done, these conditions and
specified specifications will hold good, as acceptable to the tenderer.
Part-III shall contain "PRICE BID", in the Price Schedule. The tenderer shall
ensure that the prices/rates are filled in accordance with the proforma for "Price and
Quantity." Schedule-I.
(ii) Tender being submitted must be signed by a person holding a Power of Attorney
authorizing him to do so, certified copies of which shall be enclosed.
(iii) Tender submitted on behalf of companies registered with the Indian Companies
Act, for the time being in force, shall be signed by persons duly authorized to
submit the Tender on behalf of the Company and shall be accompanied by certified
true copies of the resolutions, extracts of Articles of Association, special or general
Power of Attorney etc. to show clearly the title, authority and designation of
persons signing the Tender on behalf of the Company.
(iv) All the three parts shall be submitted in three separate sealed envelopes and
these envelopes shall be properly superscribed as Part-I "Earnest Money
Deposit", Part-II "Commercial Bid and Technical Bid" and Part-III "Price
Bid". Each envelope shall also be superscribed with name of item and T.S. No. for
which the tender is submitted, the name of the said tenderer and the date of
opening, as advertised. The tender i.e. the three parts shall be submitted each in
duplicate.
(v) The above three envelopes duly sealed are to be kept again in one envelope
called main envelope and sealed. This envelope should be properly superscribed
stating that this envelope contains three separate envelopes for Part-I "EARNEST
MONEY DEPOSIT", Part-II "COMMERCIAL AND TECHNICAL BID" and Part-
III "PRICE BID", in addition to tender specification No., Name of Item & tenderer.
Details of Earnest Money Deposit and Due date of opening should be superscribed
O/o CMD, MPMKVVCL, Bhopal. 13 T.S.No. CMD/MK/04/152
on this common envelope also. Beside this, it shall be certified on the main
envelope itself that Company‟s PAYMENT TERMS, PENALTY, SECURITY
DEPOSIT and PERFORMANCE GUARANTEE & PRICE VARIATION
(WHEREVER APPLICABLE) CLAUSES, as mentioned in tender specification,
are acceptable to the tenderer. This certification shall be in the following manner:-
SIGNATURE OF TENDERER
STATUS & COMPANY’S SEAL
In absence of above certification on the main envelope itself, the same shall not be
opened and the offer shall stand rejected.
(vi) Even after certification on the body of the main envelope, if any ambiguity is found
upon opening of the main envelope or after opening of the Price Bid, the offer shall
be liable for rejection.
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.
O/o CMD, MPMKVVCL, Bhopal. 14 T.S.No. CMD/MK/04/152
(c) The bidder shall not be allowed to change their original price bids. In case
deviations and clarification on Commercial and Technical matters are not
submitted by the tenderer within the time prescribed by the Company then the
Company reserves the right to refuse to open the original price bids Part-III.
Thus, the tenderer should ensure that their tender is strictly in conformity with the
specifications.
(d) It is, therefore, necessary for the tenderer, in his own interest to submit a
"Supplementary Price Bid" in the sealed cover stating that in spite of
clarifications, he does not want to revise his original Bid. This will avoid
confusions/misinterpretations. Otherwise, failing which, Company‟s decision,
shall stand as binding.
(e) The date of opening of "Part-III i.e. PRICE BIDS" shall be notified to the
tenderers, whose bids are found to be commercially & technically acceptable.
(f) The decision of the Company in this respect shall be final and acceptable to the
tenderer.
(ii) The Company may split the quantities against the tender on more than one tenderer
for the same item. The Company shall assign no reasons for this and the same will
be binding on the tenderers.
ANNEXURE-II
1. PRICES:-
The quoted prices shall be VARIABLE as per IEEMA Price Variation formula
enclosed as Annexure-VI. The bidders are advised to clearly indicate the charges/taxes/duties
i.e. ex-work, excise duty, Central sales tax/MP VAT, freight charges and any other tax etc. for
supply of material to any Area Stores at Bhopal, Gwalior & Guna in Madhya Pradesh.
2. PRICE VARIATION:-
The ex-works price shall be VARIABLE as per IEEMA Price Variation formula, both
on plus & minus side without any ceiling. The basic price of the material and indices used
shall be as published by IEEMA prevailing as on first working day of the month, one month
prior to the date of opening of tender i.e. if tender is due for opening in December‟09
applicable base date of prices shall be 01.11.2009.
3. TAXES & DUTIES:-
Excise duty, CST/VAT and statutory levies shall be paid at the rate prevailing at the
time of delivery. No upward variation shall be payable beyond the contractual delivery period,
where the supplier is responsible for the delays. The bidders are advised to quote the present
rate of ED, CST/VAT etc. applicable to them. The bidders outside the State of M.P. should
also quote the prevailing concessional rate of Sales Tax in the state of origin so that the
concessional rate of CST payable against “C” form may be limited to the Sales Tax applicable
for the state of origin from where the material moves, in case these are lower than the
concessional rate of CST.
In case of despatch through road transport, the material should be dispatched through bank
approved road transporter on door delivery basis only.
6. TRANSIT RISK:-
(a) Responsibility regarding covering of risk during transit of material shall entirely be on
the supplier. The Company shall, in any case, not bear the transit risks/transit insurance
charges.
(b) Transit damages/shortages/losses shall be reported by the consignees within 30 days
from the receipt of the consignments. Such damages/shortages/losses shall be repaired/
replaced by the suppliers, free of cost within one month from the date of intimation by the
consignee without waiting for his settlement from carrier or Insurance Company 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/balance bills or from the security deposit as deemed fit.
(c) While the necessary assistance shall be rendered by the consignee in lodging and
processing the claims with carriers and the supplier's insurance underwriters, the responsibility
shall rest with the supplier to immediately make good the shortages/losses/ damages, without
any extra cost and without waiting for the settlement of the claim.
(d) Replacement of goods lost/broken or damaged including loss due to fire:-
7. DELIVERY:-
(i) Normally the supply shall be commenced within one month from the date of receipt of
order and to be completed in six months in equal monthly installments.
(ii) The material should be delivered to the consignees within 15 days from the date of
issue of despatch instructions/clearances. Any delay in delivery beyond this period shall
attract penalty even though offer for pre-delivery inspection is made timely within the terminal
date of delivery.
(iii) Deferment of deliveries:-
Company reserves the right to defer or reschedule the delivery.
8. FORCE MAJEURE:-
Force majeure condition is herein defined as:-
(a) Natural phenomena, such as floods, draught, earth-quake and epidemics.
O/o CMD, MPMKVVCL, Bhopal. 18 T.S.No. CMD/MK/04/152
(b) Act of any Government Authority, domestic or foreign, such as war, quarantines,
embargoes, licensing control or production or distribution restrictions.
(c) Accident and disruption such as fires, explosion, and increase in power cut with respect
to date of tender opening, break-down of essential machinery or equipment etc.
(d) Strikes, slow down, lockout continuing for more than three (3) weeks.
(e) Failure or delay in the supplier's source of supply due to force majeure causes
enumerated at (a) do (d) above, provided the supplier produces documentary evidence to show
that there were no other alternative sources of supply available to him or if available, the lead
time required was likely to be longer than the duration of the force Majeure at the normal
source of supply.
(f) Any cause which is beyond the reasonable control of the supplier or purchaser as the
cause may be.
All the provisions of this clause shall apply whether the disruption 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 day of occurrence of such delay notifies. The company shall
verify the facts and grant such extension as the facts justify. For extension due to force
majeure conditions, the supplier shall submit his representation with documentary evidence for
scrutiny by the purchaser and decision of the Company shall be binding on the firm.
9. TERMS OF PAYMENT:-
9.1 Subject to completion of all contractual formalities, 100% payment including
all taxes and duties corresponding to the consignment would be made within 45 days from the
date of receipt of material at consignee in good condition against MATERIAL RECEIPT
CERTIFICATE (MRC) issued by the consignee at the places given in Annexure-IV. The
Company shall not be liable for any interest on delayed payments.
9.2 The supplier shall forward the original RR/MTR directly to consignee alongwith copies
of following documents:-
9.3 The original bills in triplicate should be forwarded to the paying authority and
should be marked “ORIGINAL”. The bill should indicate Sales Tax Registration Number and
date allotted to him under Sales Tax Act.
9.4 The following documents will have to be forwarded to the paying authority alongwith
bills in triplicate:-
(i) Bill/Invoice.
(ii) The inspection and /or T.C. approval or despatch clearance instructions.
(iii) Xerox copy of dispatch documents, i.e. RR/MTR etc.
(iv) Detailed Packing List.
O/o CMD, MPMKVVCL, Bhopal. 19 T.S.No. CMD/MK/04/152
9.6 The bills valuing up to Rs. 2, 50,000.00 should be submitted to the concerned
Sr. AO/RAO, MPMKVV Co. Ltd. respectively. In case bill value is more than the above
amount, the bill should be submitted to the Director (F&A), MPMKVV Co. Ltd., Bhopal for
making payment.
10. PENALTY:-
(a) The time for and the date of delivery of the material stipulated in the order shall be
deemed to the essence of the contract. In case of delay in execution or non-execution of the
order, the Company as its option shall either:
(i) recover from the supplier/contractor as agreed towards liquidate damages as sum of
½% (half percent) of the price of any stores not delivered per week or part there of
subject to a maximum of 10 % (ten percent) of the price of any stores not delivered.
OR
(ii) Purchase from elsewhere on account and at the risk and responsibility of the
supplier, the stores not delivered or others or similar description.
OR
(iii) Cancel the contract for part or whole of the quantity on order, with liability.
(b) "For the purpose of calculating penalty, the date of receipt of offer of material in the
office of CMD, MP Madhya Kshetra Vidyut Vitaran Co. Ltd., Bhopal shall be considered as
the date of delivery subject to the condition that the offer has been received 15 days in advance
of terminal date of scheduled delivery period and material delivered at stores within 15 days of
despatch clearances. For early inspection, offer may be sent telegraphically or by telex/fax.
The Company will not be responsible for any delays for ordinary/registered post inspection
offers. Please note, in case material is not received within 15 days from the date of issue of
despatch instructions, even though the delivery period exists, penalty shall be applicable on
delay of despatch.
11.1 If during the course of 18 months subsequent to the date of receipt of consignment, if
any of the goods found to be defective in materials or workmanship or develops defects during
service, they will have to be replaced by the supplier, free of all charges. All necessary
arrangement on these accounts will be made by the suppliers.
11.2 The said material if required to be replaced, shall be collected by the supplier/firm
from Area Store/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/at site.
O/o CMD, MPMKVVCL, Bhopal. 20 T.S.No. CMD/MK/04/152
11.3 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 replaced
material.
11.4 All equipment/line materials reported failed within specified guarantee period
may be replaced free of cost by the supplier/manufacturer concerned.
11.5 Actual cost of dismantling and replacement of these equipment/material with the
new ones may be charged to the supplier's account.
11.6 To and fro transportation cost of such failed equipment shall also be borne by the
supplier/contractor.
11.7 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 black-listing of
the firm for future business with the MPMKVVCL for a certain period or altogether.
On acceptance of offer, the supplier will have to deposit an amount of 10% of the total
value of the order in Cash or Demand Draft or Bank Guarantee as Security Deposit.
Cash has to be deposited with Sr. Accounts Officer, MPMKVV Co. Ltd., Bhopal, and
original receipt shall be produced to this office which shall be returned after conveying
the acceptance of Security Deposit.
Demand Draft is to be drawn in favour of Sr. Accounts Officer, MPMKVV Co. Ltd.,
Bhopal drawn on any nationalized/scheduled Bank and payable at Bhopal.
All SSI Units registered with Industries Department of MP shall be required to pay
security deposit for only 5% (five percent) value of the order, subject to maximum of
Rs.20,000/- in cash or DD. This concession is for such SSI Units of MP who are doing
business upto Rs.50 lakhs annually only.
The Security Deposit shall have to be deposited within 30 days of issue of order or
before the offer of material supply.
The company shall forfeit the Security Deposit in event of non execution/part execution
of the orders/poor performance of supplier/contractors besides invoking the penalty
clauses.
The Security Deposit shall be returned to the successful bidder only after due and
faithful performance of the order as per terms and conditions of the order and on expiry
O/o CMD, MPMKVVCL, Bhopal. 21 T.S.No. CMD/MK/04/152
Each item of the lot should be tested by the supplier and routine test certificate in
duplicate giving the results of all tests prescribed in the relevant ISS (as mentioned in the
Technical Specification Schedule) for ordered item shall be submitted to the office of the
CMD, MPMKVV Co. Ltd, Nishtha Parisar, Bijlinagar, Govindpura, Bhopal, for approval
alongwith the letter/offer for inspection of material. Please note that each lot will be inspected
at your works, which includes witnessing of all tests prescribed in ISS.
In case type test certificate for the quoted sizes of single core un- armoured XLPE Cables
are not readily available with the tenderer(s), the tenderer(s) should make commitment to
submit the requisite type test certificates from any reputed Govt. Laboratory for the quoted
sizes of single core un- armoured XLPE Cables before commencement of supply without
affecting the delivery schedule. The tenderer(s) should furnish an undertaking for the same.
(B) DRAWING & CATELOGUE:- All the relevant drawings shall be submitted
immediately after placement of order, for approval. One set of drawing, Descriptive Literature
and Instructions Manual for Erection, Commissioning and maintenance of the equipment
ordered, shall be supplied to each consignee.
respect of such minor fittings 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.
(ii) An intimation about the date, by which material shall be ready for inspection,
indicating quantity, shall be given to the CE(S&P), O/o CMD, MPMKVV Co. Ltd., Bhopal, by
the supplier, so as to reach sufficiently in advance, at least 15 days prior to expiry of phased
delivery schedule, failing which, the suppliers shall be responsible for delay in delivery and
levy of penalty. On receipt of such intimation, the material shall be inspected normally within
15 days.
(iii) The supplier shall not despatch the material unless specific despatch instructions are
issued by the Purchase Section of the Company.
(iv) In case the inspecting officer deputed for inspection does not find the offered lot ready,
the Company reserves the right to recover from the supplier, such charges as may have been
incurred towards arranging such inspection. These charges have been mentioned in Clause-19
hereunder.
(v) The acceptance of any quantity of material shall in no way relieve the supplier of any
of his responsibilities for meeting all requirements of the specification, and shall not prevent
subsequent rejection, if such material is found to be defective at a later date.
(vi) The number of sample selected to carryout the acceptance test shall be as per provision
in relevant IS.
(vii) The purchaser has the right to have the tests carried out by an independent Agency
subject to recovery of testing expenditure in case of failure, whenever there is dispute
regarding the quality of supply.
(iii) The supplier shall extend all reasonable and necessary assistance to the inspecting officer
of the Company to carry out testing of equipment/material, at his works.
(i) Statement giving list of important raw materials names of sub supplies for the raw
materials, list of standards according to which the raw materials are tested, list of tests
normally carried out on raw materials in presence of supplier‟s representative copies of
test certificates.
(ii) Information and copies of test certificates as in (i) above in respect of bought out
accessories.
(iv) Level of automation achieved and list of areas where manual process exists.
(v) List of areas in manufacturing process, where stage inspections are normally carried
out for quality control and details of such tests and inspections.
(vi) Special features provided in the equipment to make it maintenance free, if any.
(vii) List of testing equipments available with the supplier for final testing of equipment
specified and test plant limitation. If any, vis-à-vis the type, special, acceptance and
routine tests specified in the relevant standards. These limitations shall be very clearly
brought out in schedule of deviation from specified test requirements.
The supplier shall warranty that all goods covered under procurement, shall have been
produced, sold, dispatched, delivered, tested, in strict compliance with all applicable Rules,
Regulation including Industrial (Development and Regulation) Act 1951 and any amendment
there under. Labour agreement, 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 Regulation 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 purchasers shall not be responsible in any
manner whatsoever.
a) If in the opinion of the Company, the supplier fails to deliver the material within the
time specified or during the period for which extension has been granted by the
Company.
b) If in the opinion of the Company, the supplier fails to comply with any of the other
provisions of this contract or material is found not in accordance with prescribed
specifications and/or the approved samples.
26.2 In the event of such termination, the Company shall exercise the discretionary powers
as:-
(a) To recover from the supplier the agreed liquidated damages as described in the clause
No. 9 above.
OR
(b) To purchase from elsewhere after giving due notices to the supplier on account and at
the risk of the supplier such stores/material not so delivered or others of similar
description in respect of consignment not yet delivered.
OR
26.3 Notwithstanding that the powers under clause [25.2 (a), (b) & (c)] referred to above,
are in addition to the rights and remedy available to the Board under the law of India relating
to contract.
26.4 In the event of risk purchase of stores of similar description, the opinion of the
Company shall be final. In the event of action taken under the clause 25.2 (a) or (b) above, the
supplier shall be liable to pay for any loss, which the company may sustain on that account but
the supplier shall not be entitled to any saving all such purchases made against the default.
O/o CMD, MPMKVVCL, Bhopal. 25 T.S.No. CMD/MK/04/152
26.5 The decision of the Company shall be final regarding the acceptability of the store
supplied by supplier and the Company shall not be required to give any reason in writing or
otherwise at any time for the rejection of the stores/material.
26.6 In the event, the Company does not terminate the order as provided in clause 25.1 and
25.2 above, the supplier shall continue execution of this order, in which case he shall be liable
to the Company for liquidated damages for the delay as per clause- 9, until supplies are
accepted.
27. ARBITRATION:-
If, at any time, any question, disputes or difference, whatsoever shall arise between the
purchaser and the supplier, upon, or in relation to or in connection with the contract, either
party may forthwith give to the other, notice in writing of the existence of such question,
dispute or difference, and the same shall be referred to the adjudication of two Arbitrators, one
to be nominated by the purchaser and the other to be nominated by the supplier or in the case
of said Arbitrator not agreeing, then to adjudication of the Umpire to be appointed by the
Arbitrator, whose decision shall be final and binding on the parties and the provisions of the
Indian Arbitration Act 1940, and of the rules there under and any statutory modification
thereof shall be deemed to apply. The Arbitrators or the Umpire as the case may be, are bound
to give a detailed speaking award assigning reasons for the findings.
Suppliers under the contract shall be continued by the Supplier during the arbitration
proceedings, unless otherwise, directed in writing by the purchaser or unless the matter is such
that the work cannot possibly be continued until the decision of the Arbitrator or of the
Umpire, as the case may be, is issued.
28. JURISDICTION:-
Any dispute or difference, arising under, out of, or in connection with Tender/contract
order shall be subject to exclusive jurisdiction of competent court at Bhopal only.
29.2 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 & duties, as well as the test charges thereof, after inspection. Such
quantities or rejected material as identified shall be removed by the supplier and replaced in
full at his own cost. The Company will not be responsible for levy of taxes on such rejected
materials and deduction shall be in totality.
29.3 In case the random checking of 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 standard laid down in the relevant ISS, the Company reserves the right to
impose any appropriate penalty for full quantity of material supplied against the order. The
decision of the Company in this respect shall be final and binding on the suppliers.
O/o CMD, MPMKVVCL, Bhopal. 26 T.S.No. CMD/MK/04/152
31. CORRESPONDENCE:-
Copies of all important correspondence regarding the order shall be endorsed to the
following:-
i) Director (F&A), O/o CMD, MPMKVV Co. Ltd., Bhopal
ii) Concerned consignee
iii) Concerned Sr. Accounts Officer(HOAU)/(ROAU), MPMKVVCL, Bhopal/Gwalior
iv) Chief General Manager (S&P), O/o CMD, MPMKVV Co. Ltd., Bhopal
The climate conditions where equipment is intended for installation could be taken as
under:-
ANNEXURE-III
1. SCOPE:-
The specification covers the design, manufacture, testing and delivery at Area Stores,
Bhopal/Itarsi/Gwalior/Guna, of `ISI' marked single core 25 sq.mm., 50 sq.mm., 120 sq.mm.
and 185 sq.mm. stranded aluminium conductor XLPE Insulation and PVC sheathed Cables
suitable for up to and including 1100 Volts effectively earthed system conforming to
IS:7098(Pt-I)/1988.
2. APPLICABLE STANDARD:-
All the cables shall conform to the requirements of following standards with latest
amendments, if any.
(i) IS:7098 (Part-I)/1988 Cross linked Polyethylene insulated PVC Sheathed Cables
for working voltage upto and including 1100 Volts
(ii) IS:8130-1984 Specification for conductors for insulated electric cables.
(iii) IS:5831-1984 Specification for PVC Insulation and sheath of electric
cables.
(iv) IS:10810-1984 Methods of test for cables.
(v) IS:10418-1982 Wooden drum for electric cables.
3.2 INSULATION:- The conductor shall be provided with cross linked polyethylene
insulation applied by extrusion conforming to the requirements given in Clause-9 of
IS:7098(Pt-I)/1988. The manufacturing process shall ensure that insulation shall be free from
voids. The insulation shall withstand mechanical and thermal stresses under steady state and
transient operative conditions. The insulation shall be so applied that it fits closely on the
conductor and it shall be possible to remove it without damaging the conductor. XLPE
insulation shall be suitable for 90ºC continuous conductor temperature and 250ºC under short
circuit condition.
The thickness of insulation in respect of each size of cable shall not be less than
the nominal value (ti) specified in Table-3 of IS:7098 (Pt-I)/1988. The smallest of measured
value of thickness of insulation shall not fall below the nominal value (ti) by more than 0.1
mm+ 0.1 ti.
3.4 SHEATH:- The outer sheath shall be applied by extrusion. It shall be applied over the
insulation. The outer sheath shall be of PVC Compound type ST-2 (conforming to the
requirement of IS: 5831/1984, with latest amendments) and black in colour. The thickness of
outer sheath shall be as specified in Table-8 of IS: 7098(Pt-I)/1988. Minimum thickness of
PVC outer sheath shall not fall below the nominal value (ts) by more than 0.2 mm + 0.2 ts.
3.5.1 Identification:- Following marking shall also be embossed over the sheath at every
three meters.
(a) Cable size and Voltage Grade.
(b) Word `MPMKVVCL' & Name of Manufacturer.
The embossing shall be increasive, automatic in line throughout the length of the
cable and shall be legible and indelible.
(a) The cable shall be wound on a drum (refer-IS: 10418/1982) of suitable size and packed.
The packing shall be robust enough for rough handling that is occasioned during
transportation by Rail/Road. The ends of the cable shall be sealed by means of non-
hygroscopic sealing material.
(b) The Cable should carry the following information stenciled on the drum:-
(i) Reference to Indian Standard IS:7098 (Pt-I),
(ii) Manufacturer's name, brand name or trade mark,
(iii) Type of cable and voltage grade,
(iv) Number of cores,
(v) Nominal cross-sectional area of the conductor,
(vi) Cable Code,
(vii) Length of cable on the drum,
(viii) Number of lengths on drum (if more than one),
(ix) Direction of rotation of drum by means of an arrow,
(x) Gross Mass,
(xi) Country of Manufacturer
(xii) Year of manufacture,
(xiii) Name of purchaser i.e. MPMKVVC & Order No. & date
(c) `ISI' Certification Mark:- The Cable (Drum) must bear `ISI' certification Mark. In
this connection, a certified photocopy of valid `ISI' Marking License rights duly attested
must be submitted alongwith the tender as documentary evidence. In absence of this, offer is
liable for rejection.
3.5.3. Standard Length:- The standard length of cable shall be 500 Mtrs. with Plus Minus
5% tolerance.
4.0 TESTS:- Following type tests, acceptance tests and routine tests are to be carried
out in accordance with IS 7098(Pt-I)/1988, with its latest amendments as indicated below:-
O/o CMD, MPMKVVCL, Bhopal. 29 T.S.No. CMD/MK/04/152
4.1.1 The tenderers are advised to submit photocopy of type test certificates in respect of
each quoted size of XLPE cable tendered in this tender for type tests indicated in para 4.1 of
the cable tested from any reputed Govt. Laboratory alongwith the tender for the quoted sizes
of single core un- armoured XLPE Cables. The Type Test Certificates should not be more
than five years old from the date of opening of tender. The tenderers shall confirm that
they will supply the material exactly for the design for which type tests have been conducted.
In case type test certificate for all the above type tests for the quoted sizes of single
core un- armoured XLPE Cables are not readily available with the tenderer(s), the tenderer(s)
should make commitment to submit the requisite type test certificates from any reputed Govt.
Laboratory for the quoted sizes of single core un- armoured XLPE Cables before
commencement of supply without affecting the delivery schedule. The tenderer(s) should
furnish an undertaking for the same.
All the above acceptance tests will be carried out by Company's representative as
per relevant ISS: at the time of material inspection for the purpose of clearing the lot
offered by the bidder. Acceptance test shall be carried out in each type and size of cable, on
cable drum selected at random as given in Appendix A of IS:7098(Pt-I):-
The above routine test shall be conducted by the bidder in accordance with relevant
ISS and test certificate in proof of this shall be submitted to this office alongwith each
inspection offer. In absence of routine test certificate the inspection offer shall be considered
as fake and all complication arising out of this shall be to the supplier's account.
5.2 Inspection:- All the tests and inspection shall be made at the place of manufacturer
unless otherwise specially agreed upon by the manufacturer and purchaser at the time of
purchase. The manufacturer shall offer all reasonable facilities to the purchaser, without
charges to satisfy him that the material is being furnished in accordance with the specification.
In addition to above, on receipt of cables at consignee area store, the purchaser has
the right to have any or all Type/Acceptance test carried out through an independent
Govt. Laboratory to ascertain the quality of supply. In case the material fails to pass the
test as per specification, the entire lot shall be rejected and the testing charges alongwith
other charges which may likely to be incurred for arranging the testing through
independent agency shall be recovered from the supplier. In addition to this, action as
deemed fit, may be taken against the supplier.
ANNEXURE –IV
ANNEXURE –V
SCHEDULE-I
(PRICE & QUANTITY)
(TO BE KEPT IN THE ENVELOPE PART-III “PRICE BID")
(PRICES ARE NECESSARY TO BE QUOTED STRICTLY AS PER THIS FORMAT
ONLY)
To
The Chief General Manager (S&P),
O/o CMD, MPMKVV Co. Ltd.,
Bhopal.
Sl. Particulars Quantity Quantity Ex-Works Exise ST/VAT/ Entry Other Total
No tendered offered Price Duty CST Tax Taxes &“FOR”
(Kms) (Kms) including charges destination
forwarding including
& insurance col. 5,6,7,8
&9
1 2 3 4 5 6 7 8 9 10
1. LT unarmoured single core Aluminum Conductor
XLPE Cable 25, 50, 120 & 240 Sq.mm. as per IS
1554 (Pt.-I) 1998
(i) 25 sq.mm. 48
(ii) 50 sq.mm. 86
(iii) 120 sq.mm. 137
(iv) 240 sq.mm. 69
NOTE:-
(1) Quantities mentioned above are purely tentative and are subject to change at the
discretion of the MPMKVVCL to any extent.
(2) The prices should be quoted on 'VARIABLE' price basis, Base price as on 01.11.09
all taxes/duties/levies for supply to Area Stores, Bhopal /Gwalior/Guna. shall be
indicated as above.
PLACE:
SIGNATURE OF BIDDER
DATE: NAME IN FULL
DESIGNATION
SEAL OF COMPANY
O/o CMD, MPMKVVCL, Bhopal. 33 T.S.No. CMD/MK/04/152
SCHEDULE-II
1 Name of Manufacturers
2 Standard applicable
3 Rated Voltage
4 Whether material offered is having
„ISI‟/Standard mark. Give „ISI‟/Standard
marking License Number, its validity period
and enclose certified photocopy.
5 Permissible voltage and frequency variation for satisfactory operation:-
(a) Voltage
(b) Frequency
Size of Single core XLPE Cable
25mm2 50mm2 120mm2 240mm2
6 Continuous current rating at 90 ºC temp when
laying in air (Amp)
(i) Covered trench Amp/ ºC
(ii) Buried underground-Amp/ ºC
7. Short Circuit Current carrying capacity:-
a. Current in KA (rms)
b. Duration of short circuit
c. Conductor temperature allowed for the short
circuit duty ºC
8. Conductor:-
a. Material & Grade
b. Source of receipt (Supplier's name)
c. Shape of conductor
d. Number of Wires
e. Diameter of Wires (mm)
f. Nominal cross sectional
g. DC resistance at 20ºC (Ohm/Km)
9. XLPE Insulation:-
a. Composition of insulation
b. Source of receipt (Supplier's Name)
c. Nominal thickness of insulation (mm)
d. Diameter of core over insulation (mm)
f. Volume resistivity at 27ºC and at 90ºC
10 Outer sheath :-
a. (i) Material
(ii) Source of receipt (Supplier's Name)
b. Calculated diameter under the sheath
(mm)
c. Nominal thickness of Sheath (mm)
d. Minimum thickness of sheath.(mm)
e. Thermal stability
f. Volume resistivity at 27ºC and at 90ºC
O/o CMD, MPMKVVCL, Bhopal. 34 T.S.No. CMD/MK/04/152
SIGNATURE OF TENDERER
NAME
DESIGNATION
SEAL OF COMPANY
O/o CMD, MPMKVVCL, Bhopal. 35 T.S.No. CMD/MK/04/152
SCHEDULE-III
(To be kept in the envelope Part-II, Commercial/Technical Bid)
Sl. Particulars of Date of test Place and Institution Test Report no. & Remark
No cable where tested date
SIGNATURE OF BIDDER
NAME:
DATE: DESIGNATION:
PLACE: SEAL OF FIRM
O/o CMD, MPMKVVCL, Bhopal. 36 T.S.No. CMD/MK/04/152
SCHEDULE- IV
(SCHEDULE OF QUESTIONNAIRE)
PART “A”
GENERAL INFORMATION
(TO BE KEPT IN THE ENVELOPE PART-II “(COMMERCIAL/TECHNICAL BID)”
d) Factory/works address
e) Telegraphic address
f) Telex/fax Nos.
g) Telephone Nos.
h) E-mail address
3 Confirm whether bidder is a Manufacturer
4 Manufacturer to give the following
particulars:-
a) Address of factory
SCHEDULE-IV
PART “B”
COMMERCIAL INFORMATION
(TO BE KEPT IN THE ENVELOPE PART-II, “COMMERCIAL/TECHNICAL BID)”
1 (i) Earnest Money details Bank draft/Bankers cheque/ Cash with Sr.
AO, MPMKVV Co. Ltd., Bhopal.
(ii) Amount of EMD & full details Rs.
(iii) If exempted, state whether the SSI Unit of M.P./Small Scale unit
bidder is registered with NSIC/Fully owned
State/Central Govt. Unit
(iv) Whether reference of Yes/No
documentary evidence regarding
exemption enclosed
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
4 MODE OF DESPATCH:- By Rail/By Road
NOTE: Despatch by Road is
acceptable to the Company only when
the bidder agrees:-
i) to supply the material on door
delivery basis and through bank
approval road Transporter, and
ii) for payment after receipt of
material in good condition.
5 DISCOUNT:-
(i) Whether any rebate/ discount is
offered
(ii) If yes, whether the rebate is
unconditional /conditional
(iii) Rate/amount of rebate/discount
(iv) If conditional state condition
6 PAYMENT TERMS:- Yes/No
Whether Company‟s terms of payment
is acceptable to the bidder.
7 DELIVERY PERIOD:-
(i) Whether agreeable for Yes/No
Commencement of supplies from the
date of order
(ii) Completion and supply rate from
date of order
8 PENALTY CLAUSE:- Yes/No
Whether agreeable to Company‟s
Penalty clause.
O/o CMD, MPMKVVCL, Bhopal. 39 T.S.No. CMD/MK/04/152
SCHEDULE- IV
PART “C”
TECHNICAL INFORMATION
(TO BE KEPT IN THE ENVELOPE PART-II “COMMERCIAL/ TECHNICAL BID”)
UNDERTAKING
I____________________________________Sole proprietor/partner of
M/s____________________________________________________is giving undertaking that
detail given are correct to the best of my knowledge and I agree to abide by all your
tender/order terms and conditions.
SCHEDULE-V
PART “A”
SCHEDULE OF PAST EXPERIENCE
(TO BE KEPT IN THE ENVELOPE PART-II, “COMMERCIAL/TECHNICAL BID)”
Dear Sir,
SIGNATURE OF BIDDER
WITH SEAL OF FIRM
PLACE: NAME IN FULL
DATE: DESIGNATION/STATUS
Note:- Photocopy of the orders & performance reports received from other State Electricity
Boards/Govt. undertakings etc. should be enclosed.
O/o CMD, MPMKVVCL, Bhopal. 43 T.S.No. CMD/MK/04/152
SCHEDULE-V
PART “B”
SCHEDULE OF COMMERCIAL DEVIATIONS
(TO BE KEPT IN THE ENVELOPE PART-II, “COMMERCIAL/TECHNICAL BID)”
Dear Sir,
PLACE:
SIGNATURE OF BIDDER
WITH SEAL OF FIRM
DATE: NAME IN FULL
DESIGNATION/STATUS
Note:- Continuation sheet of like size & format may be used as per bidder’s requirements and shall
be annexed to this schedule.
O/o CMD, MPMKVVCL, Bhopal. 44 T.S.No. CMD/MK/04/152
SCHEDULE-V
PART “C”
SCHEDULE OF TECHNICAL DEVIATIONS
(TO BE KEPT IN THE ENVELOPE PART-II, “COMMERCIAL/TECHNICAL BID)”
Dear Sir,
The Technical Deviations & variations to the specifications stipulated in the tender, for
the item quoted are as under:-
Sl. Condition Clause No. of Page No. of Statement of deviations
No. tender tender and variations
document document
1 2 3 4 5
Note:- Continuation sheet like size & format may be used as per bidder’s requirements and shall be
annexed to this schedule.
O/o CMD, MPMKVVCL, Bhopal. 45 T.S.No. CMD/MK/04/152
ANNEXURE-VI
TABLE-I
VARIATION FACTOR FOR ALUMINIUM (AlF)
The above prices for raw materials viz Al0, CC0 and FeF0 are those published by IEEMA
prevailing as first working day of the calendar month, one month prior to the date of
opening of tender.
All prices of raw materials are exclusive of modvatable excise/CV duty amount and
exclusive of any other central, state or local taxes, octroi etc.
The applicable prices of raw material would be one month prior to the date of
tendering e.g. if due date of opening of tender is in Dec. 2009, the applicable prices
would be those prevailing as on 1.11.2009.
Contd….
O/o CMD, MPMKVVCL, Bhopal. 46 T.S.No. CMD/MK/04/152
Al= Price of EC Grade aluminium rods (Properzi rods). This price is an applicable on first
working day of the month, one month prior to the date of delivery.
CC= Price of PVC compound in Rs./MT Grade CW-22(see note no.1) prices of these raw
materials are published by IEEMA prevailing as on the first working day of the
calendar monthly covering the date one month prior to the date of delivery.
The date of delivery shall be the date at which the cable is notified as being ready for
inspection, dispatch. In the absence of such notification the date of manufacturer‟s
dispatch note shall be considered as the date of delivery or the contracted delivery
date including any extension thereof, whichever shall be earlier.
Note-1: Price of PVC compound is the price (Ex-works) for grade CW-22 as per price
circular issued by IEEMA. This price is exclusive of excise duty (since modvatable)
and exclusive of any other State Central Local Taxes, Octoroi etc.
(ii) The supplier shall submit separate supplementary bill on account of PV to the
Director(Finance), MPMKVVCL, Bhopal. Payment of PV claims shall be settled, for
each lot of material supplied by the due date of payment of original bill for that lot
provided the PV claims for that lot is prepared well before the due date for payment
of original. The supplier shall submit all relevant documents along with the
supplementary PV bill viz. Photostat copies of ruling price circulars of relevant raw
materials. Actual purchase voucher shall not be insisted. In other words, the suppliers
are at liberty to procure the raw material from any sources/price available, provided
the finished product conforms to our requirement/ tender specification. Delivery of
the materials shall not be linked, in any way, with the procurement of raw materials
from the aforesaid identified sources/prices.
GENERAL MANAGER(P-II)
O/O CMD, MPMKVV CO.LTD., BHOPAL