You are on page 1of 160

MADHYA PRADESH POWER TRANSMISSION CO. LTD.

BLOCK NO.3, SHAKTI BHAWAN RAMPUR: JABALPUR

TENDER SPECIFICATION NUMBER


TR-16/2021

FOR
PROCUREMENT OF
33 kV CURRENT TRANSFORMERS

COST OF TENDER DOCUMENT


`5,600.00
(Inclusive of GST)

CHIEF ENGINEER (PROCUREMENT)


CO. LTD.
MADHYA PRADESH POWER TRANSMISSION
(A whollY owned Govt. of MadhY a Pradesh
Undertaking)
CIN: U40L O9MP2OO1SGCO1.488O, GSTIN : 23AADCM4432C1Z3
(M.P.)482008
Block No.3, Shakti Bhawan, RamPur, Jabalpur 1n
076L-2665593 e-mail:mPtransco@nic
Phone. z (O767) 270 ,2L77, 2L4O, 2134,Fax-

TENDER NOTICE

items from manufacturers as per


online tender is invited for supply of following
tenderspecification.TheBids*ittbereceivedonlineontheportal
a1i*e as per key dates The tender will be
trttp:/lwww.mptenoers.oov.in up to the,iui" (key dates)
as men,oned in tender time schedure
opened in the oriceffiEtnd'ersigned who may like to be present at the
in presence of bidd#' Jurv autnoiir"o lJpi"t"ni"tiu"
time of oPening of tender:-

Particulars EMD Tender GST on Due date


S. Tender tender of opening
Amount Cost
No Specification (in t) cost of tender
No. (in t)
(in {) online
(e-tendering)
Procurement of
33 kV Current 3.4 Lakh 5,000.00 600 00 2710712021
1 rR- 1612021
Transformers

*For updated/extended due date for opening of tender (EMD in envelop-A &
Techno-
online key dates'
commercial bid in envelope-B) please refer

NOTE:
document available on e-porlal
(1) other details can be seen in the complete tender
http: //www. m otenders'
qov' i n
portal
on line and downloaded from main
Tender do cument can be Purchased onlY
on line paymen t for
(2) prescribed non-
http:i/www.mPtenders qov'in by making
I

rvl
lin
refunOaUte tender docurnent cost
tn
oPening, the
Only in case th e tender is droPPed without
uction of necessary Po rtal charges. lVlanual
tender cost shall be refu nded after ded
for all the bidd ers to PaY tender
purchase of tender is not allowed. lt is mandatory
document cost to particiPate in the tender
seals of all the enveloPes and the
(3) The bid data s hould be filled in and the bid
the bidders should be submitted online
documents whi ch are to be uPloaded bY
as per time schedule (KeY Dates)'
have to fill online would be
(4) The relevant portion of tender which tenderers
mentioned in tender document The
available on above *"Urit" as per daG or accept any tender in
allthe tenders
Company reserves tfreiigt'lt to reject ,ny-o1.
the Company, whether it is lowest or
full or part as consrdereJ advantageous to
may be'
noi *ithort assigning any reason whatsoever it
their bid.s online using class lll Digital
(5) since the online bidders are required to sign
obtain the same at the earlrest For
Certificates only, hence they are adviseJ"to
further information, bidders ,|." ,"q,",ted
to contact tMadhya Pradesh State
(076'i) 2664141
(M.P.) 482008 Tel (0761) 2661234 Fax
Regd Off . Shakti Bhawan, Rampur' Jabalpur
t

Ltd, State lT Centre, Floor' 47-A, Arera


2nd
Electronic Development Crcrporation -Oii9-2518500/269 E-mail: support:
Oir, reiepnone r'r,i
-rlo'oiio-+oordo2t
Hi,s, Ar,opar-iOi 4'ooo462t 4001005/
proc@nic.in #i"l;iesr-ietepiln"
6277787.
(6)BiddersintendingtoparticipateintheTenderarerequiredtogetthemselves
\-/
trained on the e-Procurement System'
A
clrtificate if applicable) in Envelope
0\Thebiddersarerequired-toinvariablyupload''l:'dotu'entaryevtdenceof
(or EMD
submission of EMD E-#;i;
E";;i;;; B&c shall not be opened ln addition to
without which onrine offer i.e. io Ervro shali be submitted in the
above, physical copy of qo..1rrn"1[' J"=r,r','il'Ing specitiecr in the schedule of online
iffi
tr'.|" ,tli'u[l;;
office of undersigned within
keY dates.
(8)NoofferwillbeacceptedY'll?jvalidEarnestMoneyDeposit,unlessexempted amount ts
lf on. opening of ienoer, it is revlaled that EIr/D
by the Company. ;;il;j, ihe tender shall be rejected
inadequate/ any other discrepancyi;

date(s) of "o&-
op"n,fg' .t i".J"i *ifr U" published on the website
(9)Thecorrigendumor,a!oe1!lmtothebiddingdocuments,ifanyaswellaSany
change tn oue also Company's webstte
http://ww\rv'mptenQers'gov
in ,- itt not be published in newspapers Hence
http://www.milransqo@nic.in -but the bid opening'
reiutarfV vrsitlfrl llebsites until
participant biffi;rs;re advGeO to
TheCompanyshallnotberesporisibleinanyw-ayforanyignoranceofthe date (s)
bidders about the corrigendum
oiuoo"norm or change in the due

Date:- 1710612021

Chief Engi ( ro curement)


VOLUME-I

TENDER SPECIFICATION
NO. TR- 16/2021
VOLUME-I
Summary Description
PART-I : BIDDING PROCEDURES

Section-I Instructions to Bidders (ITB)


This Section provides information to help Bidders prepare their Bids, Information is also
provided on the submission, opening, and evaluation of Bids and on the award of
Contract. Section I contains provisions that are to be used without modification.

Section-II Bid Data Sheet (BDS)


This Section includes provisions that are specific to each procurement and that
supplement Section I, Instructions to Bidders.

Section-III Evaluation and Qualification Criteria


This Section specifies the criteria to be used for Bid evaluation and the qualifications of
the Bidder to perform the contract.

Section-IV Bidding Forms


This Section includes the forms which are to be completed by the Bidder and submitted
as part of its Bid.

PART-II : SUPPLY REQUIREMENTS

Section V Schedule of Requirements


This Section contains the Delivery Schedule for 33 kV CURRENT
TRANSFORMERS.

PART-III : CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section VI General Conditions (GC)


This Section includes the general clauses to be applied in all contracts. The text of the
clauses in this Section shall not be modified.

Section VII Particular Conditions (PC)


This Section contains clauses specific to each contract which modify or supplement the
General Conditions and which shall be prepared by the Purchaser.

Section VIII Contract Forms


This Section contains forms which, once completed, will form part of the contract. The
form for Performance Security shall only be completed by the successful Bidder after
contract award.
Table of Contents

Invitation for Bids ........................................................................................................... 1

Bidding Procedures

Section I Instructions to Bidders

Section II Bid Data Sheet

Section III Evaluation and Qualification Criteria

Section IV Bidding Forms

Supply Requirements

Section V Schedule of Requirements (SoR)

Conditions of Contract and Contract Forms

Section VI General Conditions (GC)

Section VII Particular Conditions (PC)

Section VIII Contract Forms (CF)


PART-I Bidding Procedures

Section I. Instructions to Bidders

Notes on Instructions to Bidders

Section I, Instructions to Bidders, provides the information necessary


for Bidders to prepare responsive Bids in accordance with the
requirements of the Purchaser. It also gives information on Bid
submission, opening, and evaluation, and on the award of the
Contract.
Table of Clauses
A. General......................................................................................................................... 1
1. Scope of Bid ........................................................................................................... 1
2. Source of Funds ..................................................................................................... 1
3. Corrupt and Fraudulent Practices ........................................................................... 1
4. Eligible Bidders ..................................................................................................... 2
5. Eligible Goods and Related Services ..................................................................... 5

B. Contents of Bidding Documents ................................................................................ 6


6. Sections of Bidding Documents............................................................................. 6
7. Clarification of Bidding Documents ...................................................................... 6
8. Amendment of Bidding Documents ...................................................................... 6

C. Preparation of Bids ..................................................................................................... 7


9. Cost of Bidding ...................................................................................................... 7
10. Language of Bid ..................................................................................................... 7
11. Documents Comprising the Bid ............................................................................. 7
12. Price Schedules ...................................................................................................... 8
13. Alternative Bids ..................................................................................................... 8
14. Bid Prices and Discounts ....................................................................................... 8
15. Currencies of Bid and Payment ............................................................................. 9
16. Documents Establishing the Eligibility of the Bidder ........................................... 9
17. Documents Establishing the Eligibility of the Goods and Related Services ......... 9
18. Documents Establishing the Conformity of the Goods and Related Services ....... 10
19. Documents Establishing the Qualifications of the Bidder ..................................... 10
20. Period of Validity of Bids ...................................................................................... 10
21. Bid Security ........................................................................................................... 11
22. Format and Signing of Bid ..................................................................................... 13
D. Submission and Opening of Bids ............................................................................... 14
23. Submission, Sealing and Marking of Bids ............................................................. 14
24. Deadline for Submission of Bids ........................................................................... 24
25. Late Bids ................................................................................................................ 24
26. Withdrawal, Substitution, and Modification of Bids ............................................. 24
27. Bid Opening ........................................................................................................... 25

E. Evaluation and Comparison of Bids ......................................................................... 25


28. Confidentiality ....................................................................................................... 25
29. Clarification of Bids ............................................................................................... 26
30. Deviations, Reservations, and Omissions .............................................................. 26
31. Preliminary Examination of Bids ........................................................................... 26
32. Qualification of the Bidder .................................................................................... 26
33. Determination of Responsiveness .......................................................................... 27
34. Nonmaterial Nonconformities................................................................................ 28
35. Correction of Arithmetical Errors .......................................................................... 28
36. Conversion to Single Currency .............................................................................. 29
37. Evaluation of Bids.................................................................................................. 29
38. Comparison of Bids ............................................................................................... 29
39. MPPTCL’s Right to Accept Any Bid, and to Reject Any or All Bids ................. 29

F. Award of Contract ...................................................................................................... 29


40. Award Criteria ....................................................................................................... 29

41. MPPTC’s Right to Vary Quantities at Time of Award .......................................... 33


42. Letter of Intent ....................................................................................................... 33
43. Performance Security ............................................................................................. 33
Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids specified in Section II,
Bid Data Sheet (BDS), MPPTCL, as specified in the BDS, issues
these Bidding Documents (hereinafter referred to as “Bidding
Documents”) for the supply of Goods and Related Services
incidental thereto as specified in Section V, Schedule of
Requirements. The name, identification, and number of lot(s)
(contract(s)) comprising this Domestic Competitive Bidding
process are specified in the BDS.

1.2 Throughout these Bidding Documents:

a. the term “in writing” means communicated in written form and


delivered against receipt;
b. except where the context requires otherwise, words indicating
the singular also include the plural and words indicating the
plural also include the singular; and
c. “day” means calendar day.

2. Source of Funds 2.1 All payments will be released by MPPTCL directly within time
bound schedule from the fund available with MPPTCL.

3. Corrupt and 3.1 In this ITB 3.1, “Contractors” is used as a synonym of “Suppliers.”
Fraudulent
Practices It is MPPTCL’s policy to require that Bidders and Contractors
observe the highest standard of ethics during the procurement
process and execution of such contracts. In pursuance of this
policy; MPPTCL:
a. will reject a proposal for award if it determines that the
Bidder recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in
question; and
b. will recognize a Bidder or Contractor as ineligible, for a
period determined by MPPTCL, to be awarded a contract if
it, at any time, determines that the Bidder or the Contractor
has engaged in corrupt or fraudulent practices in competing
for, or in executing another contract awarded by MPPTCL;

3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-


Clause 30.1 (a) of Section VI, the General Conditions.

TR- 16/2021 1
Instructions to Bidders

4. Eligible Bidders 4.1 This Invitation for Bids, issued by MPPTCL is open to all firms
including company(ies), Government owned enterprises registered
and incorporated in India as per Companies Act, 1956, barring
Government Department as well as foreign bidders/MNCs not
registered and incorporated in India and those bidders with whom
business is banned by MPPTCL.
Besides above, it may be noted that Bidders from such countries
sharing a land border with India will be eligible to bid only if
they are registered with the Competent Authority as per the
provisions of Order no. F.No.6/18/2019-PPD (Order Public
Procurement no.1) dated 23/07/2020 regarding “Restriction under
Rule 144(xi) of General Financial Rules” and F.No.6/18/2019-PPD
(Order Public Procurement no.2) dated 23/07/2020 regarding
“Exclusion from Restrictions under Rule 144(xi) of the General
Financial Rules” issued by Public Procurement Division,
Department of Expenditure, Ministry of Finance, Government of
India [hereinafter collectively referred as “DoE Order’’] and
subsequent modifications/amendments, if any. The competent
authority for registration will be the registration committee
constituted by Govt. of India, Department for Promotion of
Industry and Internal Trade (DPIIT).
Accordingly, the Bidder, must go through the contents of aforesaid
Order regarding restrictions on procurement from a ‘Bidder of a
country which shares a land border with India’ and on sub-
contracting to contractors from such countries and furnish self-
certification in prescribed format enclosed in Section-IV of Bidding
Document
4.2 This bidding is open for Manufacturers only unless otherwise
specified in BDS.
4.3 A Bidder shall not have a conflict of interest. A Bidder shall not be
employed under any of the circumstances set forth below where it is
determined to have a conflict of interest throughout the
bidding/selection process and/or the execution of the contract
unless the conflict has been resolved in a manner acceptable to
MPPTCL.
(a) A firm that has a close business relationship with the
MPPTCL’s professional personnel, who are directly or
indirectly involved in any part of:
(i) the preparation of the prequalification and Bidding
Documents for the contract,
(ii) the prequalification and Bid evaluation, or
(iii) the supervision of such contract, shall be disqualified.
(b) Based on the “One Bid Per Bidder” principle, which is to
ensure fair competition, a firm shall not be allowed to
submit more than one Bid,

TR- 16/2021 2
Instructions to Bidders

(c) A firm having any other form of conflict of interest other


than (a) & (b) above shall be disqualified.
4.4 A Bidder that has been determined to be ineligible by MPPTCL in
accordance with ITB 3.1 shall not be eligible to be awarded a
contract.
4.5 A Bidder shall provide such evidence of their continued eligibility
satisfactory to the MPPTCL, as the MPPTCL shall reasonably
request.

4.6 Preference to Local Content :-


The Govt. of India, Department for Promotion of Industry and
Internal Trade (DPIIT) has issued Public Procurement (Preference
to make in India) order No. P-45021/2/2017-PP (BE-II) dated 4th
June, 2020 to encourage “Make in India” initiative and to promote
manufacturing and production of Goods and Services in India with
a view to enhancing income and employment. The order is
applicable for procurement under all Central Schemes / Central
Sector Schemes, where the scheme is fully or partially funded by
Government of India and also in respect of funding of capital
equipment by PFC /REC. The important provisions of this order are
as under :-
1. Definitions:
‘Local content’ means the amount of value added in India
which shall, unless otherwise prescribed by the Nodal Ministry, be
the total value of the item procured (Excluding net domestic
indirect taxes) minus the value of the imported content in the item
(including all customs duties) as a proportion of the total value in
percent.
‘Class-I local supplier’ means a supplier or service
provider whose goods, services or works offered for procurement,
has local content equal to or more than 50%, as defined under this
Order.
‘Class-II local supplier’ means a supplier or service
provider whose goods, services or works offered for procurement,
has local content more than 20% but less than 50% as defined
under this Order.
‘Non-local supplier’ means a supplier or service provider
whose goods, services or works offered for procurement, has local
content less than or equal to 20% as defined under this Order.
‘L1’ means the lowest tender or lowest bid or the lowest
quotation received in a tender, bidder process or other procurement
solicitation as adjudged in the evaluation process as per the tender
or other procurement solicitation.

TR- 16/2021 3
Instructions to Bidders

‘Margin of purchase preference’ means the maximum


extent to which the price quoted by a “Class-I local supplier” may
be above the L1 for the purpose of purchase preference.
‘Procuring entity’ means a Ministry or department or
attached or subordinate office of, or autonomous body controlled
by, the Government of India and includes Government companies
as defined in the Companies Act.
‘Works’ means all works as per Rule 130 of GFR-2017 and
will also include turnkey works.
2.Eligibility of ‘Class-I local supplier’/ ‘Class-II local supplier’/
‘Non-local suppliers’ for different types of procurement
2. In procurement of all goods, services or works in respect of
which the Nodal Ministry / Department has communicated
that there is sufficient local capacity and local competition
as per Annexure-I of order No. 11/05/2018-Coord of Govt.
of India, Ministry of Power, only ‘Class-I Local Supplier’
shall be eligible to bid irrespective of purchase value.
3. In Procurement of all goods, services or works, not covered
by 2 (a) above and with estimate value of purchases less
than Rs. 200 Crore, as per Annexure-I of order No.
11/05/2018-Coord of Govt. of India, Ministry of Power,
only ‘Class-I local supplier’ and ‘Class-II local supplier’
shall be eligible to bid except when Global Tender Enquiry
has been issued. In Global Tender Enquiries, ‘Non-local
supplier’ shall also be eligible to bid along with ‘Class-I
local supplier’ and ‘Class-II local supplier’.
4. For the purpose of this order works includes Engineering,
Procurement and Construction (EPC) contracts and services
include System Integrator (SI) contract.
5. On the above basis, the eligibility of Class – II Local
Suppliers / Non Local Suppliers to participate in the Bid is
specified in BDS.
6. Exemption of Small Purchase: Procurements where the
estimated value to be procured is less than Rs. 5 Lakh shall
be exempt from this order. However it shall be ensured by
procuring entities that Procurement is not split for the
purpose of avoiding the provision of the Order.
7. Margin of purchase preference: The margin of purchase
preference shall be 20%.
8. Verification of local content :
a. The ‘Class-I local supplier’/ ‘Class-II local supplier’ at the
time of tender, bidding or solicitation shall be required to
indicate percentage of local content and provide self-

TR- 16/2021 4
Instructions to Bidders

certification as per prescribed format enclosed in Section –


IV of Bidding Document that the item offered meets the
local content requirement for ‘Class-I local supplier’/
‘Class-II local supplier’, as the case may be. They shall also
give details of the location(s) at which the local value
addition is made.
b. In case of procurement for a value in excess of Rs.10
Crores, the ‘Class-I local supplier’/ ‘Class-II local supplier’
shall be required to provide a certificate as per prescribed
format enclosed in Section – IV of Bidding Document from
the statutory auditor or cost auditor of the company (in the
case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of suppliers other
than companies) giving the percentage of local content.
5. Eligible Goods 5.1 The finished Goods and Related Services to be supplied under the
and Related Contract shall have their origin in MPPTCL’s country unless
Services otherwise specified in BDS. At MPPTCL’s request, Bidders may
be required to provide evidence of the origin of the Goods and
Related Services.
5.2 For purposes of this Clause, the term “goods” includes
commodities, raw material, machinery, equipment, and industrial
plants; and “related services”, which includes services such as
insurance, installation, training, initial maintenance etc.
5.3 The term “origin” means the place where the goods have been
mined, grown, cultivated, produced, manufactured or processed; or,
through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially in
its basic characteristics from its components.
5.4 In case the bidder is not a manufacturer, but only a duly authorized
representative of the manufacturer, the experience criteria must be
complied with by the manufacturer. Otherwise, the bid will be
rejected. The manufacturer authorizing the bidder as its
representative shall submit a “Manufacturer’s Authorization” fully
committing itself to the responsibilities required by the bidding
documents in case of award of contract.
5.5 Supply of imported equipment or equipment having
component/parts from “Prior Reference” Countries as specified by
Govt. of India or by persons owned by, controlled by or subject to
the jurisdiction or the directions of these “Prior Reference”
countries shall not be allowed. Further, bidders are required to
furnish self-certification in prescribed formats in Section-IV of
Bidding Documents that the equipment or its component or parts
being supplied shall be free from any kind of embedded malware/
trojans / cyber threat.

TR- 16/2021 5
Instructions to Bidders

B. Contents of Bidding Documents

6. Section of 6.1(a) The Volume I of Bidding Documents consists of Parts 1, 2,


Bidding and 3, which includes all the Sections indicated below, and
Documents should be read in conjunction with any Addenda issued in
accordance with ITB 8.

PART 1 Bidding Procedures


 Section I. Instructions to Bidders (ITB)
 Section II. Bid Data Sheet (BDS)
 Section III. Evaluation and Qualification Criteria
(EQC)
 Section IV. Bidding Forms
PART 2 Supply Requirements
 Section V. Schedule of Requirements
PART 3 Conditions of Contract and Contract Forms
 Section VI. General Conditions (GC)
 Section VII. Particular Conditions (PC)
 Section VIII. Contract Forms (CF)
(b) The Volume II of Bidding Documents contains Technical
Specification for Goods - the details are specified in BDS
6.2 The Invitation for Bids issued by the MPPTCL is not part of
the Bidding Documents.
6.3 The Bidder is expected to examine all instructions, forms,
terms, and specifications in the Bidding Documents, and to
furnish with its Bid all information and documentation as is
required by the Bidding Documents.

7. Clarification of 7.1 A Bidder requiring any clarification of the Bidding


Bidding Documents shall contact the MPPTCL in writing at
Documents MPPTCL’s address specified in the BDS. MPPTCL will
respond in writing to any request for clarification, provided
that such request is received no later than fourteen (14) days
prior to the deadline for submission of Bids. MPPTCL shall
promptly publish its response on its website. Should the
clarification result in changes to the essential elements of the
Bidding Documents, MPPTCL shall amend the Bidding
Documents following the procedure under ITB 8 and ITB
24.2.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids,
Bidding MPPTCL may amend the Bidding Documents by issuing
Documents addenda.

TR- 16/2021 6
Instructions to Bidders

8.2 Any addendum issued shall be part of the Bidding


Documents and shall be communicated on the website of
MPPTCL www.mptransco.in / e-procurement portal. If so
specified in the BDS, MPPTCL shall also promptly publish
the addendum on MPPTCL’s web page www.mptransco.in
in accordance with ITB 7.1.
8.3 To give Bidders reasonable time in which to take an
addendum into account in preparing their Bids, MPPTCL
may extend the deadline for the submission of Bids,
pursuant to ITB 24.2. However in case of urgency,
MPPTCL may not extend due date of opening.
C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and MPPTCL shall not be responsible
or liable for those costs, regardless of the conduct or outcome of
the bidding process.
9.2 The Bidders are required to purchase the Bidding documents
online from e-procurement portal http://www.mptenders.gov.in
by making online payment for the Bidding document fees as
specified in ITB 21.1 using the service of the secure electronic
payments gateway and should print out the system generated
receipt for their reference which can be produced whenever
required. Service and gateways charges shall be borne by the
Bidders. Only in case if the tender is dropped without opening,
the tender fees shall be refunded after deduction of necessary
portal charges & taxes. Manual purchase of Bidding document is
not allowed.
10. Language of 10.1 The Bid, as well as all correspondence and documents relating to
Bid the Bid exchanged by the Bidder and MPPTCL, shall be written
only in English.
11. Documents 11.1 The Bid Shall comprise the following :
Comprising the
Bid (a) System Generated Receipt for payment of tender cost ;
(b) Completed Price Schedules, in accordance with ITB 12 and 14;
(c) Bid Security, in accordance with ITB 21;
(d) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 22;
(e) documentary evidence in accordance with ITB 16 establishing
the Bidder’s eligibility to bid;
(f) documentary evidence in accordance with ITB 17, that the
Goods and Related Services to be supplied by the Bidder are of
eligible origin;
(g) documentary evidence in accordance with ITB 18 establishing
that the Goods and Related Services conform to the Bidding

TR- 16/2021 7
Instructions to Bidders

Documents;
(h) documentary evidence in accordance with ITB 19 establishing
the Bidder’s qualifications to perform the Contract ;
(i) any other document required in the BDS.
12 Price 12.1 The Price Schedules shall be prepared using the relevant forms
Schedules furnished in Section IV, Bidding Forms. The forms must be
completed without any alterations to the text, and no substitutes
shall be accepted. All blank spaces shall be filled in with the
information requested.
13. Alternative 13.1 Alternative Bids shall be rejected.
Bids

14. Bid Prices and 14.1 The prices and discounts (including any price reduction) quoted
Discounts by the Bidder in the Price Schedules shall conform to the
requirements specified below.
14.2 All items must be listed and priced separately in the Price
Schedule.
14.3 In case any discount is offered the same should be indicated
clearly and the application methodology should be mentioned
specifically, to avoid any ambiguity, as specified in BDS.
Bidders may note that no discount will be accepted once the Bid
is submitted.
Bidders may note that conditional discounts may or may not be
accepted or considered for evaluation depending upon
acceptability of quoted condition to MPPTCL.
14.4 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A Bid
submitted with an adjustable price quotation shall be treated as
non-responsive and shall be rejected, pursuant to ITB 33.
However, if it is specified in the BDS that adjustable prices are
to be quoted, a Bid submitted with a fixed price quotation shall
not be rejected, but the prices shall be adjusted if found to be on
negative side during the performance of the Contract, as
specified in BDS.
14.5 Prices shall be quoted as specified in Price Schedule included in
Section IV, Bidding Forms. The disaggregation of price
components is required solely for the purpose of facilitating the
comparison of Bids by MPPTCL. This shall not in any way limit
MPPTCL’s right to contract on any of the terms offered.
14.6 Freight charges should be offered for the equipment/ material on
average basis. In this connection, it may be noted that the
equipment will have to be delivered only by road transport from
works to final destination site anywhere in MP as indicated by

TR- 16/2021 8
Instructions to Bidders

MPPTCL i.e. at the concerned EHV substations/ Store. Due to


additional operations of loading/ unloading and problem in
arrangement of crane for unloading, MPPTCL will not accept
delivery of equipments/material by rail transport and accordingly
offered inland freight charges should also take into account the
facilities and cost required for unloading of consignment in
transmission stores/ project sites. Thus in regard to offering of
freight charges, Bidders may note carefully that average freight
charges for delivery on FIRM basis including unloading at site
only be offered for each equipment/ material. The offered freight
charges shall be on lump sum basis. The final destination (Project
sites) are shown in Section V, Schedule of Requirement or
specified in BDS

14.7 Bidders are not required to offer for transit insurance charges
since transit insurance will be excluded from the scope of this
tender and will also be excluded from the scope of Contracts
which would be placed against this tender. Although transit
insurance has been excluded from the scope of supply,
responsibility for safe delivery of the equipment/ material and its
accessories up to the destination anywhere in MP shall rest on
the successful Bidder, and therefore for this purpose necessary
arrangement may be made by the Bidder at its cost.

14.8 It is also desired that immediately after movement of consignment


intimation should be given to the MPPTCL indicating date of
movement, expected period of transportation, size of
packages/consignment and transport weight, so that after
delivery/unloading at stores/site, the MPPTCL may organize
inspection and issue Material Receipt Certificate promptly. In this
regard, all details furnished in Section V - Schedule of
Requirements, may be noted for strict compliance.

15. Currencies of The currency of the Bid shall be Indian Rupees.


Bid & Payment
16. Documents Bidders shall provide the details to establish their eligibility in
Establishing accordance with ITB 4 as specified in BDS.
the Eligibility
of the Bidder
17.Documents 17.1 To establish the eligibility of the Goods and Related Services in
Establishing accordance with ITB 5, Bidders shall provide the details as
the Eligibility specified in BDS.
of the Goods
and Related
Services

TR- 16/2021 9
Instructions to Bidders

18. Documents 18.1 To establish the conformity of the Goods and Related Services to
Establishing the Bidding Documents, the Bidder shall furnish as part of its Bid
the Conformity the documentary evidence that the Goods conform to the
of the Goods technical specifications and standards specified in Volume-II of
and Related Bidding Document.
Services
18.2 The documentary evidence may be in the form of literature,
drawings or data, and shall consist of a detailed item by item
description of the essential technical and performance
characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to
the technical specification, and if applicable, a statement of
deviations and exceptions to the provisions of Volume-II of
Bidding Document.
18.3 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers specified
by MPPTCL in Volume-II of Bidding Document, are intended to
be descriptive only and not restrictive. The Bidder may offer
other standards of quality, brand names, and/or catalogue
numbers, provided that it demonstrates, to MPPTCL’s
satisfaction, that the substitutions ensure substantial equivalence
or are superior to those specified in Volume-II of Bidding
Document.
19. Documents 19.1 The documentary evidence of the Bidder’s qualifications to
Establishing perform the contract if its Bid is accepted shall establish to
the MPPTCL’s satisfaction:
Qualifications
of the Bidder (a) that, if required in the BDS, a Bidder that does not manufacture
or produce the Goods it offers to supply shall submit the
Manufacturer’s Authorization using the form included in Section
IV, Bidding Forms to demonstrate that it has been duly
authorized by the manufacturer or producer of the Goods to
supply these Goods.
(b) that the Bidder meets each of the qualification criteria
specified in Section III, Evaluation and Qualification Criteria.
20. Period of 20.1 Bids shall remain valid for the period specified in the BDS after
Validity of Bid the Bid opening date prescribed by the MPPTCL under BDS ITB
20.1. A Bid valid for a shorter period shall be rejected by the
MPPTCL as non-responsive.
20.2 In exceptional circumstances, prior to the expiration of the Bid
validity period, the MPPTCL may request Bidders to extend the
period of validity of their Bids. The request and the responses
shall be made in writing. A Bidder may refuse the request
without forfeiting its Bid Security. A Bidder granting the request
shall not be required or permitted to modify its Bid.

TR- 16/2021 10
Instructions to Bidders

21. Bid Security 21.1 The Bidder shall furnish, as part of its Bid, a Bid Security in the
amount specified in the BDS.
21.2 The Bid Security shall be a demand guarantee in any of the
following forms at the Bidder’s option:
a. An unconditional guarantee issued by a Reputed Bank in
India.
b. Demand Draft or Banker’s Cheque.
c. Any other security specified in the BDS from a reputable
source.
In the case of a bank guarantee, the Bid Security shall be
submitted using the Bid Security Form included in Section IV,
Bidding Forms. The form must include the complete name &
address of the Bidder. The Bid Security shall be valid for 180
days beyond the original validity period of the Bid, or beyond
any period of extension if requested under ITB 20.2.

21.3 Any Bid not accompanied by a Bid Security shall be rejected by


MPPTCL as non-responsive.

21.4 Submission of Bid Security (EMD):


i. The Bid Security (EMD) of relevant amount, as specified
in the BDS, is to be submitted by Bidder, only in the form
of Bank Draft in favour of Regional Accounts Officer,
MPPTCL, Jabalpur or by submitting Bank Guarantee from
scheduled bank as per format prescribed for BG with
validity of one year from the date of opening of tender. The
DD/ BG shall be physically submitted in a sealed envelope
super scribing “Bid Security (EMD) of ` ___ _____ in the
form of DD/BG against tender no. TR- ___ / _____”
within the date and time as specified in BDS.
ii. No offer will be accepted without valid Bid Security unless
exempted as detailed in ITB 21. The copy of the
documentary evidence shall be physically submitted in a
sealed envelope super scribing “Exemption of Bid Security
against Tender No. TR- __/___” being SSI/ NSIC
registered unit or State / Central Govt. Undertaking.
iii. Bidders shall also upload duly notarized scanned copies of
requisite Bid Security documents on the e-procurement
portal along with Bid.
iv. For on-line submission of bid security (EMD), bidder shall
be enquired whether they are exempted from payment of
EMD. The Bidder shall furnish as part of its tender,
Earnest Money along with their offer. Accordingly, bidders
may note that for submission of EMD, “Yes” or “No”

TR- 16/2021 11
Instructions to Bidders

option is provided on the portal. For submission of EMD in


cash, the bidder will have to select “No” option and make
online payment of EMD through RTGS/ NEFT. For
submission of EMD in the form of Demand draft/ Bank
Guarantee or in case bidder is covered under categories
exempted from EMD as mentioned below, the bidder will
have to select “Yes” option, enter “100”(%) in the
percentage tab and upload the scanned copy of EMD
exemption document i.e. DD/BG or SSI/NSIC certificate
etc., whichever is applicable, details are given below :-

SNo. Value of Material Form of Bid Security


1 Up to ₹. 1 Crore Cash/ DD/ Bank Guarantee.
2 Above ₹. 1 Crore Bank Guarantee

v. Bid Security shall be furnished in the following manner:-


a. By Bank Draft in favour of REGIONAL ACCOUNTS
OFFICER, MPPTCL, JABALPUR. Scanned copy of
Demand Draft should be uploaded and original Demand
Draft should be submitted by the Bidder within
stipulated period in accordance with the procedure laid
down above.
or
b. By Bank Guarantee as per Proforma enclosed with the
Bidding Document. Scanned copy of Bank Guarantee
should be uploaded and original Bank Guarantee should
be submitted by the Bidder within stipulated period in
accordance with the procedure the laid down above.
(vi) The following are exempted from payment of Bid Security
(EMD):-
a. Small Scale Industries/ MSME of Madhya Pradesh who
are registered for the items quoted in the Bid. The
registration certificate showing the name of items
quoted in the bid should be submitted.
b. Ancillary units of Madhya Pradesh State Electricity
Board.
c. MP State/ Central Government undertakings or fully
owned State Govt. Manufacturing units with 100%
Govt. shares.
d. Small Scale Units enlisted with the National Small
Scale Industries Corporation for Central Govt. Stores
Purchase Programme.

(vii) SSI/ NSIC certificate should clearly indicate validity


period of the registration. In case this is not specifically

TR- 16/2021 12
Instructions to Bidders

indicated, the registration will be treated as invalid and Bid


will be ignored. Validity of certificates should be available
minimum up to the Bid validity period.

(viii) The Bidders covered under category ITB 21.4 (vi) are
required to upload scanned copy of relevant documents
duly notarized for claiming exemption in furnishing Bid
Security. Further, Registration Certificate should clearly
certify that the Supplier is registered for the manufacture
of the item offered. If this is not complied with, the Bid
will be rejected. Bidders are also requested to furnish the
hard copies of all relevant documents within stipulated
period in accordance with procedure laid down above.

(ix) If the Bid Security is not submitted, the offers shall be


summarily rejected and shall not be opened subject to the
condition indicated in ITB 21.4 (vi) above.

(x) The Bid Security of participating Bidders shall be released


only after completion of all contractual formalities
including submission of Security Deposit towards
Performance Guarantee by the successful Bidder and its
acceptance.

21.5 The Bid Security may be forfeited:


(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder or any extension thereto
provided by the Bidder; or
(b) in case of Bidder being successful Bidder, if it fails to accept
the LOI or fails to sign the agreements (if any) or fails to
furnish a Performance Security in accordance with ITB 43.

22. Format and 22.1 The Bidder shall prepare one set of original documents
Signing of Bid comprising the Bid as described in ITB 11 and clearly mark it
“ORIGINAL”. In addition, the Bidder shall submit copies of the
Bid, in the number specified in the BDS and clearly mark them
“COPY.” In the event of any discrepancy between the original
and the copies, the original shall prevail.

22.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder. This authorization shall consist of a
written confirmation as specified in the BDS and shall be
attached to the Bid. The name and position held by each person
signing the authorization must be typed or printed below the
signature. All pages of the Bid where entries or amendments

TR- 16/2021 13
Instructions to Bidders

have been made shall be signed or initialed by the authorised


person signing the Bid.

22.3 Any inter-lineation, erasures, or overwriting shall be valid only if


they are signed or initialed by the authorised person signing the
Bid.
D. Submission and Opening of Bids:

23. Submission,23.1 Bidders are requested to submit their offer as per conditions of this
Sealing and bidding document. In case of any deviation from conditions as
Marking of specified herein, the offer will not be accepted.
Bids
23.2 The bidders are required to submit soft copies of their bids
electronically on the MP TENDERS Portal, using valid Digital
Signature Certificates. The instructions given below are meant to
assist the bidders in registering on the MP TENDERS Portal,
prepare their bids in accordance with the requirements and
submitting their bids online on the MP TENDERS Portal. More
information useful for submitting online bids on the MP TENDERS
Portal may be obtained at https://mptenders.gov.in/nicgep/app
wherein the details and relevant links are available in the Bidders
Manual Kit on the right pane of website which is also given as
under:
Bidders Manual Kit - Open Source Software Link
SNo. Particulars Downloads
1 Notice to Bidders Notice_to_bidders_v906.pdf
2 Registration of Bidder_Registration_Manual_Updated_v906.pd
Bidders f
3 Uploading of My MyDocument_Updated_v906.pdf
Documents
4 Online e-Bid Three_Cover_Bid_Submission_New_v906.pdf
Submission Two_Cover_Bid_Submission_New_v906.pdf
Four_Cover_Bid_Submission_New_v906.pdf
Single_Cover_Bid_Submission_New_v906.pdf
5 Online Bid Bid_withdrawal_updated_v906.pdf
Withdrawal
6 Online Bid Re- Bid_Resubmission_Updated_v906.pdf
submission
7 Clarifications Enquiry_Updated_v906.pdf
(Tender Status,
My Archive…..)
8 Trouble Shooting troubleshoot_document_v906.pdf
9 BoQ Preparation Itemwise_BoQ__New_v906.pdf
Guidelines Percentage_BoQ_Updated_v906.pdf
ItemRate_BoQ_Updated_v906.pdf
23.3 (a) Bidders are required to enrol on the e-Procurement module of
the Central Public Procurement Portal (URL:
https://mptenders.gov.in) by clicking on the link “Online
bidder Enrolment” on the MP TENDERS Portal.

TR- 16/2021 14
Instructions to Bidders

(b) As part of the enrolment process, the bidders will be required


to choose a unique username and assign a password for their
accounts.
(c) Bidders are advised to register their valid email address and
mobile numbers as part of the registration process. These
would be used for any communication from the MP
TENDERS Portal.
(d) Upon enrolment, the bidders will be required to register their
valid Digital Signature Certificate (Class III Certificates
with signing key usage) issued by any Certifying Authority
recognized by CCA India, with their profile.
(e) Only one valid DSC should be registered by a bidder. Please
note that the bidders are responsible to ensure that they do not
lend their DSCs to others which may lead to misuse.
(f) Bidder then logs in to the site through the secured log-in by
entering their user ID / password and the password of the
DSC / e-Token.

23.4 Searching for tender documents:


a. There are various search options built in the MP
TENDERS Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could
include Tender ID, Organization Name, Location, Date,
Value, etc. There is also an option of advanced search for
tenders, wherein the bidders may combine a number of
search parameters such as Organization Name, Form of
Contract, Location, Date, Other keywords etc. to search for
a tender published on the MP TENDERS Portal.

b. Once the bidders have selected the tenders they are


interested in, they may download the required documents /
tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the MP
TENDERS Portal to intimate the bidders through SMS / e-
mail in case there is any corrigendum issued to the tender
document.

c. The bidder should make a note of the unique Tender ID


assigned to each tender, in case they want to obtain any
clarification / help from the Helpdesk.
23.5 Preparation of bids:
(1) Bidder should take into account any corrigendum
published on the tender document before submitting their
bids.
(2) Bidders should go through the invitation for Bids and the
Bidding/ tender document carefully to understand the
documents required to be submitted as part of the bid.

TR- 16/2021 15
Instructions to Bidders

Please note the number of covers in which the bid


documents have to be submitted, the number of
documents - including the names and content of each of
the document that need to be submitted. Any deviations
from these may lead to rejection of the bid.
(3) Bidder, in advance, should get ready the bid documents
to be submitted as indicated in the tender document /
schedule and generally, they can be in PDF / XLS / RAR
/ DWF/JPG formats. Bid documents may be scanned
with 100 dpi with black and white option which helps in
reducing size of the scanned document.
(4) To avoid the time and effort required in uploading the
same set of standard documents which are required to be
submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the
bidders. Bidders can use “My Space” or ‘’Other
Important Documents’’ area available to them to upload
such documents. These documents may be directly
submitted from the “My Space” area while submitting a
bid, and need not be uploaded again and again.
This will lead to a reduction in the time required for bid
submission process.
23.6 Submission of bids:
(1) Bidder should log into the site well in advance for bid
submission so that they can upload the bid in time i.e. on
or before the bid submission end date. Bidder will be
responsible for any delay due to other issues.
(2) Bidder has to upload scanned self certified copies of
credential/PQR documents against respective tender as
specified in NIT.
(3) Bidder has to digitally sign and upload the required bid
documents one by one as indicated in the tender
document.
(4) Bidder has to select the payment option as “online” to pay
the tender fee / EMD as applicable.
(5) If bidder is opting for submission of Bank Guarantee/DD
towards EMD then bidder has to opt for “exemption”
option on the website and upload the scanned self
certified copy of EMD document as per NIT towards
exemption from e-submission of EMD amount. The
original should be posted/couriered/given in person to
the concerned official, latest by the last date as specified
in the tender documents. The details of the Bank
Guarantee, physically sent, should tally with the details

TR- 16/2021 16
Instructions to Bidders

available in the scanned copy and the data entered at the


time of bid submission.
(6) Bidders are requested to note that they should necessarily
submit their financial bids in the format provided and no
other format is acceptable. If the price bid has been given
as a standard BoQ format with the tender document, then
the same is to be downloaded and to be filled by all the
bidders. Bidders are required to download the BoQ file,
open it and complete the white coloured (unprotected)
cells with their respective financial quotes and other
details (such as name of the bidder). No other cells
should be changed. Once the details have been
completed, the bidder should save it and submit it online,
without changing the filename. If the BoQ file is found
to be modified by the bidder, the bid will be rejected.
(7) The server time (which is displayed on the bidders’
dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by
the bidders, opening of bids etc. The bidders should
follow this time during bid submission.
(8) All the documents being submitted by the bidders would
be encrypted using PKI encryption techniques to ensure
the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained
using the secured Socket Layer 128 bit encryption
technology. Data storage encryption of sensitive fields is
done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system
generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers/bid openers’ public
keys.
(9) The uploaded tender documents become readable only
after the tender opening by the authorized bid openers.
(10) Upon the successful and timely submission of bids (i.e.
after Clicking “Freeze Bid Submission” in the portal),
the portal will give a successful bid submission message
& a bid summary will be displayed with the bid no. and
the date & time of submission of the bid with all other
relevant details.
(11) The bid summary has to be printed and kept as an
acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any
bid opening meetings.

TR- 16/2021 17
Instructions to Bidders

23.7 Assistance to bidders:


1) Any queries relating to the tender document and the terms and
conditions contained therein should be addressed to the
Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission
or queries relating to MP TENDERS Portal in general may be
directed to the 24x7 MP TENDERS Portal Helpdesk
telephone No. 0120-4001002.

23.8 Digital Certificate Authentication:


1. The Bids submitted online should be signed electronically
with a Class III Digital Certificate to establish the identity of
the Bidder submitting the Bid online. The Bidders may obtain
Class III Digital Certificates issued by an approved Certifying
Authority authorized by the Controller of Certifying
Authorities, Government of India.
2. A Class-III Digital Certificate is issued upon receipt of
mandatory identity proofs along with an Application Form.
Only upon the receipt of the required documents, a Digital
Certificate can be issued.
3. Note:- It may take up to 7 to 10 working days for issuance of
Class III Digital Certificate, hence the Bidders are advised to
obtain them at the earliest.
4. Important Note: Bid for a particular tender can be submitted
during the ONLINE BID SUBMISSION stage only using the
Digital Certificate that is used to encrypt the data.
5. In case, during the process of a particular tender, the Bidder
loses his Digital Certificate because of any problem (such as
misplacement, virus attack, hardware problem, operating
system problem, etc.); he may not be able to submit his Bid
online.
6. Hence, the Bidders are advised to keep their Digital
Certificates in a safe place under proper security to be used
whenever required.
7. The digital certificate issued to the Authorized User of a
Partnership Firm / Private Limited Company / Public Limited
Company / Joint Venture and used for online bidding will be
considered as equivalent to a no-objection certificate / power
of attorney to that user.
8. In case of Partnership Firm, majority of the partners have to
authorize a specific individual through Authority Letter
signed by majority of the partners of the firm.

TR- 16/2021 18
Instructions to Bidders

9. In case of Private Limited Company or Public Limited


Company, the Managing Director / any other person (having
designated authority to authorize a specific individual) has to
authorize a specific individual through Authority Letter.

10. Unless the certificate is revoked, it will be assumed to


represent adequate authority of the specific individual to Bid
on behalf of the Organization for online tenders as per
Information Technology Act 2000. This Authorized User will
be required to obtain a Digital Certificate. The Digital
Signature executed through the use of Digital Certificate of
this Authorized User will be binding on the firm. It shall be
the responsibility of Management / Partners of the concerned
firm to inform the Certifying Authority, if the Authorized
User changes, and apply for a fresh digital certificate for the
new Authorized User.
23.9 Bid submission :
Bidders should duly upload the documents and fill the tender. The
online tender should be submitted before Tender Submission End
date.

i. Bidder shall have to submit the price bid downloaded from


website and uploaded as per instructions therein. Physical
submission of price bid will not be considered. The price bid of
techno-commercially qualified bidder shall be opened online at
the notified date. Bidders can view information of date of price
bid opening by logging in to website.

ii. During the online Techno Commercial offer opening, the Bid
Security/ tender cost part of all the bidders will be opened first
and after the verification of the uploaded as well as physical
copy of Bid Security/ tender cost, the offers will be short listed
for Techno-Commercial opening. Subject to fulfillment of
conditions related to tender cost/ earnest money deposit, the
techno-commercial offers shall be opened and after evaluation
of the same, the decision will be taken for selection of offers for
the purpose of opening of price bid.
23.10 Submission/Uploading of Bid Security :
i. The prospective bidders, who are submitting Bid Security
envelope in physical form for respective tender, will upload
scanned self certified copies of requisite Bid Security
documents on the website along with tender offer.
ii. No mismatch should be found in the documents submitted in
physical form and that uploaded on line. If any variation is
noticed between the uploaded documents toward Bid
Security/ tender cost and the hard copies submitted by the

TR- 16/2021 19
Instructions to Bidders

Bidder, its Price Bid shall not be considered for opening.


23.11 Techno Commercial Bid :
Tenderers must positively complete on line e-tendering procedure
at https://mptenders.gov.in/nicgep/app. They shall have to submit
the following documents online in the website.
i. Their complete techno-commercial offer containing
detailed material description, specification and all
commercial terms and conditions. This document should
not contain any price part.
ii. Techno-commercial information in the form of
questionnaire and Bidding Forms as indicated in tender
document.
iii. Hard copies of above techno-commercial offer,
questionnaire and Bidding Forms (uploaded in the website)
must be submitted in a separate sealed envelope super
scribing “Techno-commercial bid for Tender Specification
No TR- __/____”.
23.12 Price Offer :
Bidder shall have to submit the price offer documents downloaded
from website and uploaded as per instructions therein. Physical
submission of price bid will not be considered. The price offer of
techno-commercially qualified bidder shall be opened online on
https://mptenders.gov.in/ nicgep/app at the notified date by
MPPTCL. Bidders can view information of date of price offer
opening by logging in to website.
23.13 Hard Copies:-
All the Bidders shall invariably upload the scanned copies of
DD/ BG or certificate of SSI/ NSIC registration or Central /
State Govt. Undertaking, as the case may be, towards Bid
Security (EMD) and system generated money receipt for online
payment of tender cost in e-procurement system and this will be
the primary requirement to consider the tender/Bid responsive.
i. The techno-commercial Bid evaluation shall be carried out only
on submission and uploading of the certificates, documents,
DD/ BG or certificate of SSI/ NSIC registration or Central /
State Govt. Undertaking, towards Bid Security and system
generated receipt for tender cost in the e-procurement system.
ii. The Bidders shall invariably furnish the original DD/BG or
certificate of SSI/ NSIC registration or Central / State Govt.
Undertaking, towards Bid Security, system generated receipt
for tender cost, hard copies of certificates/ documents including
various Forms (except Price Schedule) to the Tender Inviting
Authority within the date and time specified in the tender, either
personally or through courier or post and the receipt of the same
within the stipulated date shall be the responsibility of the
Bidder. The department will not take any responsibility for any

TR- 16/2021 20
Instructions to Bidders

delay in receipt/ non-receipt of DD/BG or certificate of SSI/


NSIC registration or Central / State Govt. Undertaking, towards
Bid Security/ tender cost, Certificates/ Documents from the
Bidders before the stipulated time. On receipt of documents, the
department shall ensure the genuineness of the DD/BG or
certificate of SSI/ NSIC registration or Central / State Govt.
Undertaking, towards Bid Security (EMD) /tender cost and all
other Certificates/ Documents uploaded by the Bidder in e-
procurement system in support of the qualification criteria
before opening of Price Offer.
iii. If any Bidder fails to submit the original hard copies of
certificate / documents, DD/BG or certificate of SSI/ NSIC
registration or Central/ State Govt. Undertaking, towards Bid
Security (EMD)/ tender cost within stipulated time or if any
variation is noticed between the uploaded documents toward
Bid Security/ tender cost and the hard copies submitted by the
Bidder, its Bid shall not be considered for opening.
iv. In Form-XI (Technical Questionnaire) and Form IX
(Commercial Questionnaire), various important technical and
commercial terms and conditions are given. It is necessary to
furnish all the information as per Questionnaire in standard
format without making any reference to any clause in the
tender. The Questionnaire duly filled in and signed has to be
uploaded/ submitted along with the offer.
v. The price offer shall include submission of details of prices
strictly as per Form-II (Schedule of Prices and Quantity) in
standard online format. It may be mentioned that no such
information should be furnished in the price offer which may
not be in conformity with details furnished in techno-
commercial offer/bid. In case of any discrepancy, suitable
loading on prices will be considered for which responsibility
will rest on the bidders. The Bidder will be solely responsible
for correctness of their quoted prices.
vi. Further submission of any additional information or document
after opening of techno-commercial part of tender, which may
affect the financial commitment, will not be allowed.
vii. It is obligatory on the part of the bidder to comply with all our
commercial terms & conditions.
viii. The MPPTCL reserves the right (i) to reject any or all tenders
or to accept any tender considered advantageous to the
MPPTCL whether it is the lowest offer/ bid or not and (ii) to
split the quantities against the offer/bid on more than one firm
for the same items/works. No reasons will be assigned by the
MPPTCL for this and this will be binding on the bidders.

TR- 16/2021 21
Instructions to Bidders

ix. Tenders/Bids submitted through any other mode shall not be


considered.
x. All Tenders/Bids should be made out in English.
xi. The bidders are required to enclose a copy of the Un-priced
Schedule (FORM-II) “Prices & Quantity” (i.e. without
mentioning any prices), clearly indicating quantity stipulated in
tender & quantity offered by the bidder. Complete details of
applicable taxes shall be clearly indicated in the Un-priced
Schedule.(in Envelope-B)
xii. The bidders shall submit their eligibility and qualification
details, techno-commercial bid (Bidding Forms), price
offer/bid Form-I etc. in the standard formats displayed on e-
procurement website/ appended with the tender documents.
The bidders shall upload the scanned copies of all the relevant
certificates, documents etc. in support of Techno-commercial
offer/ eligibility criteria and other requisite certificate/
documents on the e-procurement web site. The bidders shall
sign on the statements, documents, certificates, uploaded by
him, owing responsibility for their correctness/ authenticity.
The bidders may use the online briefcase feature of e-
procurement website for keeping all the documents (scanned
copies, PDF files, excel files etc.) that they may require to
attach/ upload during online tender/bid preparation process in
order to complete the process in time and to avoid the
possibility of session expiry/ time out. The bidder shall attach/
upload all the required documents for the specific tender during
the tender/bid submission as per the tender notice and tender
document.
xiii. MPPTCL reserves the right to extend the due date of opening
of techno-commercial offer, considering participation of
qualified bidders in the tender.
xiv. The bidder will be solely responsible for the correctness/
genuineness of the downloaded tender documents from the
website. If the offer is submitted on the basis of downloaded
xiv. Compliance with other conditions :-
Although all other conditions have clearly been spelt out in the
tender document, it is once again brought to the notice of
Bidder that they should go through the tender document
carefully and comply all other conditions also like furnishing of
type test reports, furnishing of list of past supplies, Income Tax
Clearance Certificate, Profit & Loss Account and Balance Sheet
for last five years, valid factory license, details of Litigation
history, drawings and write-up for the manufacturing process.

TR- 16/2021 22
Instructions to Bidders

In case of Bidders covered under MSMED Act 2006,


certification/ requisite document / registration certificate
indicating category i.e. micro unit, small unit or medium
enterprise and Entrepreneurship Memorandum Number is
required to be furnished.
The Bidders are required to furnish the latest certificate of all
type tests conducted at any independent recognized institute on
material/ equipment of the offered type / rating as per our
specification. These type tests should have been conducted
within last Seven years. In case the type test was carried out
earlier than Seven years, the manufacturer will have to conduct
these tests before commencement of supply. In both the above
cases type test certificate must be submitted with the offer. In
the absence of this, no query shall be made and MPPTCL will
be at liberty to reject any such offer, which is not satisfactorily
supported with requisite test certificates. A list of past supplies
made by the Bidders for the equipment offered and also related
performance certificate from such buyers should also be
furnished along with the offer.
For verifying reasonability of prices by MPPTCL, the Bidders
are required to enclose copies of orders under execution/
executed recently for other Utilities along with Bid for the
offered equipment. It may be noted that the order copy must
contain full scope of supply including price schedule etc.
without omission/deletion/hiding of any information.
In nutshell, the Bid at the time of submission of technical and
commercial Bids itself should be complete in all respect. It
should not be expected that in case of lack of any information,
MPPTCL will make any correspondence with the Bidder. The
documents and details as called for in the tender specification
must be submitted without making any reference to submission
of such certificate against past order, tender specification or
past experience of supplies with MPPTCL etc. All tenders
wherein these conditions are not complied with may run the risk
of rejection without any correspondence from MPPTCL’s side.
xv. Details of documents to be submitted / uploaded online are as
specified in BDS.
23.14 The Bidder has to keep track of any changes by viewing the
addendum/ corrigendum issued by the Tender Inviting Authority on
time-to-time basis on e-procurement platform. The department
calling for tender shall not be responsible for any claims/ problems
arising out of this.

TR- 16/2021 23
Instructions to Bidders

23.15 Correction in the Bid document after submission: The bidder may
please note that any online correction in the bid document after its
submission (uploading) is permissible. To avail this facility Bidders
are required to withdraw their bids first from online portal and after
correction resubmit the bid online. Bidder may please note that
without withdrawing the bid no correction in the bid is permissible.
The details are given in clause 23.0 “Bidders manual kit” at S.No. 5
& 6 and may also consult help desk Telephone No.0120-4001002/
4000462/ 4001005/6277787.

24. Deadline for 24.1 Bids must be received by MPPTCL at the defined portal and address
submission of and submitted no later than the date and time as specified in the BDS.
Bids
24.2 MPPTCL may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Documents in
accordance with ITB 8, in which case all rights and obligations of
MPPTCL and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.
24.3 Key Dates for e-tendering: The Bidders are strictly advised to follow
the time schedule (Key Dates) as specified in BDS of the tender for
their side of tasks and responsibilities to participate in the tender, as
all the stages of each tender are locked before the start time and date
and after the end time and date for the relevant stage of the tender as
set by the concerned department official. Hence, once the time
schedule for a particular stage is lapsed then that task will be locked
and the Bidders who have not completed the task in time may not be
able to participate in the tender. It should be appreciated that
sufficient time duration is given for each stage and therefore, it is the
responsibility of Bidders to complete the process well within time
rather than waiting for the last day of submission. MPPTCL holds no
responsibility for the non-submission of Bids due to such delay/
negligence of the Bidders.
25. Late Bids 25.1 MPPTCL shall not consider any Bid that arrives after the deadline
for submission of Bids, in accordance with ITB 24. Any Bid
received by MPPTCL after the deadline for submission of Bids
shall be declared late, rejected, and returned unopened to the Bidder

26. Withdrawal, 26.1 A Bidder may withdraw, substitute, or modify its Bid on the e-
Substitution & procurement portal on or before the deadline of Bid submission.
Modification of
Bids 26.2 No Bid may be withdrawn, substituted, or modified in the interval
between the deadline for submission of Bids and the expiration of the
period of Bid validity specified by the Bidder in its Bid or any
extension thereof.

TR- 16/2021 24
Instructions to Bidders

27. Bid Opening 27.1 Except in the cases specified in ITB 25 and ITB 26, MPPTCL shall
publicly open and read out all Bids received by the deadline, at the
date, time and place specified in the BDS, in the presence of Bidders’
designated representatives and anyone who chooses to attend.
27.2 During the online Techno Commercial Bid opening, the Envelope A
will be opened first. The Bid Security and receipt of payment of cost
of Bid Document will be checked and after the verification of the
uploaded as well as physical copy of Bid Security, the offers will be
short listed for techno-commercial Bid opening. The details will be
read out for the information of authorised representatives of Bidders.
Subject to fulfilment of conditions related to tender cost /Bid
Security, the Techno-Commercial Bids submitted online and in hard
copies shall be opened and after evaluation of the same, the decision
will be taken for selection of offers for the purpose of opening of
price Bid.
27.3 MPPTCL shall prepare a record of the Bid opening that shall include,
as a minimum: the name of the Bidder and the presence or absence of
a Bid Security. The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s signature on
the record shall not invalidate the contents and effect of the record.
27.4 Change in date & time of opening of Bids:
Bid shall be opened on the due date and time as notified in the
presence of the Bidder or their authorized representative who may be
present. If the due date of opening / submission of Bids is declared a
holiday by the Central/ State Govt. or Local administration, it will
automatically get shifted to the next working day, for which no prior
intimation shall be given. The Bid opening shall be continued on
subsequent dates in case opening of all the Bids is not completed on
the date of opening. In the event of any issue, the Bid data in
question shall be liable for a due process of verification by the
authorized officer of e-procurement system of Madhya Pradesh
Power Transmission Co. Ltd., Jabalpur. It may please be noted that
the due date/ time of opening can be altered or extended, if desired
by the MPPTCL without assigning any reason thereof. However,
due intimation shall be uploaded on e-procurement portal.

E. Evaluation and Comparison of Bids

28. 28.1 Information relating to the evaluation of Bids, and recommendation


Confidentiality of Contract award, shall not be disclosed to Bidders or any other
persons not officially concerned with such process.
28.2 Any attempt by a Bidder to influence MPPTCL in the evaluation of
the Bids or Contract award decisions may result in the rejection of its
Bid.

TR- 16/2021 25
Instructions to Bidders

28.3 Notwithstanding ITB 28.2, from the time of Bid opening to the time
of Contract award, if any Bidder wishes to contact the MPPTCL on
any matter related to the bidding process, it shall do so in writing.
29. 29.1 To assist in the examination, evaluation and comparison of the Bids,
Clarification of and qualification of the Bidders, MPPTCL may, at its discretion, ask
Bid any Bidder for a clarification of its Bid, giving a reasonable time for
a response. Any clarification submitted by a Bidder in respect to its
Bid and that is not in response to a request by MPPTCL shall not be
considered. MPPTCL’s request for clarification and the response
shall be in writing. No change, including any voluntary increase or
decrease, in the prices or substance of the Bid shall be sought,
offered, or permitted, except to confirm the correction of arithmetic
errors discovered by MPPTCL in the Evaluation of the Bids, in
accordance with ITB 35.
29.2 If a Bidder does not provide clarifications of its Bid by the date and
time set in MPPTCL’s request for clarification, its Bid may be
rejected.

30. Deviations, 30.1 During the evaluation of Bids, the following definitions apply:
Reservations & (a) “Deviation” is a departure from the requirements specified
Omissions in the Bidding Documents;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the requirements
specified in the Bidding Documents; and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the Bidding
Documents.

30.2 Bidders are requested to go through various commercial and


technical conditions stipulated in the tender document. Bidders may
note that acceptance of all techno-commercial terms & conditions
are to be confirmed by them.
31. 31.1 MPPTCL shall examine Bids to confirm that all documents and
Preliminary information requested in ITB 11.1 have been provided, and to
Examination of determine the completeness of each document submitted.
Bids
31.2 MPPTCL shall confirm that the following documents and
information have been provided in the Bid. If any of these
documents or information is missing, the Bid shall be rejected.
(a) Written confirmation of authorization to commit the Bidder;
(b) Bid Security; and
(c) Points specified in ITB 33.4
32. 32.1 MPPTCL shall determine to its satisfaction whether Bidders meet
Qualification the qualifying criteria specified in Section III, Evaluation and
of the Bidder Qualification Criteria, during the evaluation of Bids.

TR- 16/2021 26
Instructions to Bidders

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant ITB 19.
32.3 An affirmative determination shall be a prerequisite for award of the
Contract to the Bidder. A negative determination shall result in
disqualification of the Bid
33. 33.1 MPPTCL’s determination of a Bid’s responsiveness is to be based
Determination on the contents of the Bid itself, as defined in ITB 11.
of
Responsivenesss
33.2 A substantially responsive Bid is one that meets the requirements of
the Bidding Documents without material deviation, reservation or
omission. A material deviation, reservation, or omission is one that:
a. if accepted, would

i affect in any substantial way the scope, quality, or


performance of the Goods and Related Services specified in
the Contract; or
ii limit in any substantial way, inconsistent with the Bidding
Documents, MPPTCL’s rights or the Bidder’s obligations
under the Contract; or

b. if rectified would unfairly affect the competitive position of


other Bidders presenting substantially responsive Bids.

33.3 MPPTCL shall examine the technical aspects of the Bid submitted
in accordance with ITB 17 and 18, in particular, to confirm that all
requirements of Volume-II of Bidding document have been met
without any material deviation, reservation or omission.
33.4 The Bids received shall be considered non-responsive and rejected
summarily on the following grounds:-
i. The Bid Security as per Bidding Document not uploaded/
submitted.
ii. The Bidder not fulfilling the financial/ experience/ supply
capacity criteria.
iii. The Bidder not submitting the required documents in support
of financial/ experience / supply capacity criteria in hard
copies.
iv. The Bidder not having adequate financial and/or technical
resources to execute the contract.
v. If Schedule of ‘Check List’ as per Bidding Document is not
uploaded/ submitted in the required format.
vi. If the self-declaration regarding history of Litigation is not
submitted.
vii. If the uploaded documents (except Price Schedule) are not
self - attested.

TR- 16/2021 27
Instructions to Bidders

viii. Original DD/BG or certificate of SSI/ NSIC registration or


Central / State Govt. Undertaking, towards Bid Security and
hard copies of all the required documents (including the
uploaded documents except price bid) are not furnished within
stipulated time.
ix. If Bid received for any item or lot / package included in scope
of tender, does not cover the full quantity of that item or items
in the lot / package.
x. The Bidder not complying with the other terms and conditions
as stipulated in Bidding Document.

34. 34.1 Provided that a Bid is substantially responsive, MPPTCL may


Nonmaterial waive any non-conformity in the Bid that does not constitute a
Nonconformiti material deviation, reservation, or omission.
es
34.2 Provided that a Bid is substantially responsive, MPPTCL may
request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the price of the Bid. Failure of the Bidder to comply with
the request may result in the rejection of its Bid.
34.3 Provided that a Bid is substantially responsive, MPPTCL shall
rectify quantifiable nonmaterial nonconformities related to the Bid
Price. To this effect, the Bid Price shall be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming
item or component. The adjustment shall be made based on the
maximum price quoted for the same item by the other Bidders.

35. Correction 35.1 Provided that the Bid is substantially responsive, MPPTCL shall
of correct arithmetical errors on the following basis:
Arithmetical
Errors a) if there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price by the
quantity, the unit price shall prevail and the total price shall be
corrected.
b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected; and
c) if there is a discrepancy between words and figures, the amount
in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a) and (b) above.

TR- 16/2021 28
Instructions to Bidders

35.2 Bidders shall be requested to accept correction of arithmetical


errors. Failure to accept the correction in accordance with ITB
35.1 shall result in the rejection of the Bid.
36. Conversion 36.1 For evaluation and comparison purposes, the currency (ies) of the
to Single Bid shall be converted into Indian Rupees.
Currency
37. Evaluation 37.1 MPPTCL shall use the criteria and methodologies listed in this
of Bids Clause. No other criteria or methodology shall be permitted.

37.2 To evaluate a Bid, the MPPTCL shall consider the following:


a) the Bid Price as quoted in accordance with ITB 14;
b) price adjustment for correction of arithmetic errors in
accordance with ITB 35.1;
c) price adjustment due to discounts offered in accordance with
ITB 14.3;
d) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 34.3;
e) additional evaluation factors specified in Section III, Evaluation
and Qualification Criteria.
37.3 The estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution of
the Contract, shall not be taken into account in Bid evaluation.

37.4 MPPTCL’s evaluation of a Bid will

a) include taxes, which will be payable on the Goods if a


Contract is awarded to the Bidder;
b) exclude any allowance for price adjustment during the period
of execution of the Contract, if provided in the Bid.

38 Comparison 38.1 MPPTCL shall compare the evaluated prices of all substantially
of Bids responsive Bids established in accordance with ITB 37.2 to
determine the lowest-evaluated Bid

39. MPPTCL’s 39.1 MPPTCL reserves the right to accept or reject any Bid, and to
Right to Accept annul the bidding process and reject all Bids at any time prior
any bid and to to Contract award, without thereby incurring any liability to
Reject any or Bidders. In case of annulment, all Bids submitted and
all Bids specifically Bid Securities shall be promptly returned to the
Bidders.

F. Award of Contract
40. Award 40.1 Subject to ITB 39.1, the MPPTCL shall award the Contract to
Criteria the Bidder whose offer has been determined to be the lowest
evaluated Bid and is substantially responsive to the Bidding
Documents, provided further that the Bidder is determined to be

TR- 16/2021 29
Instructions to Bidders

qualified to perform the Contract satisfactorily.


40.2 Distribution of quantity amongst Bidders other than the L1 can
be done at the discretion of MPPTCL, in case if it is considered
necessary in the interest of timely completion of work and / or
in case of poor track record of the Bidder towards supply of
material against earlier supply orders placed by MPPTCL and /
or in case lowest price is received from new Bidder who has
not supplied material to MPPTCL against direct order and
whose supply performance is not known to MPPTCL. The
offers of lowest three Bidders conforming to all commercial
terms and conditions as also meeting technical requirements as
per tender specification shall be considered eligible, provided
quoted price of L2 and L3 Bidders are within price
consideration zone of 10% above lowest acceptable rate.
However, offer of L3 Bidder shall only be considered eligible in
case of regular Bidder of MPPTCL. The quantity distribution
shall be as follows:-
a. In cases where lowest (L1), 2nd lowest (L2) and 3rd lowest
(L3) acceptable FOR destination rates are from regular
suppliers of MPPTCL:-
i. 60% of tender quantity to L1 Bidder.
ii. Balance 40% of tender quantity to L2 Bidder at the price
of L1 Bidder. In case L2 Bidder does not accept the
counter offer rate, balance 40% quantity shall be
counter offered to L3 Bidder at the price of L1 Bidder.
In case L3 Bidder also does not accept the counter offer
rate, 100% quantity shall be procured through L1
Bidder.
b. In cases where lowest (L1) acceptable FOR destination rate
is from new firm (not supplied material to MPPTCL
against direct order and whose supply performance is not
known to MPPTCL) & 2nd lowest (L2) and 3rd lowest (L3)
acceptable FOR destination rates are from regular
suppliers of MPPTCL :-
i. 50% of tender quantity to L1 Bidder.
ii. Balance 50% of tender quantity to L2 Bidder at the price
of L1 Bidder. In case L2 Bidder does not accept the
counter offer rate, balance 50% quantity shall be
counter offered to L3 Bidder at the price of L1 Bidder.
In case L3 Bidder also does not accept counter offer
rate, balance 50% quantity shall be procured through re-
tendering.
c. In cases where lowest (L1) and 2nd lowest (L2) acceptable
FOR destination rates are from new firms (not supplied

TR- 16/2021 30
Instructions to Bidders

material to MPPTCL against direct order and whose


supply performance is not known to MPPTCL) & 3rd
lowest (L3) acceptable FOR destination rate is from regular
supplier of MPPTCL:-
i. 30% of tender quantity to L1 Bidder.
ii. 20% of tender quantity to L2 Bidder at the price of L1
Bidder. In case L2 Bidder does not accept the counter
offer rate, 50% quantity shall be procured through L1
Bidder.
iii. Balance 50% of tender quantity shall be counter offered
to L3 Bidder at the price of L1 Bidder. In case L3 Bidder
does not accept the counter offer rate, balance 50%
quantity shall be procured through re-tendering.
In certain exceptional cases such as less than three responsive
Bidders or very small tender quantity or items which are not
procured regularly or in case of urgent requirement (where re-
tendering is not possible), the decision of MPPTCL regarding
distribution of quantity shall be binding on the Bidders.
Purchase Preference to Class – I Local Supplier:-
40.3 (a) Subject to the provision of Order No. P-45021/2/2017-PP
(BE-II) dated 4th June, 2020 of Govt. of India, Department
for Promotion of Industry and Internal Trade (DPIIT) and
to any specific instructions issued by the Nodal Ministry or
in pursuance of this order, purchase preference shall be
given to ‘class-I local supplier’ in procurements
undertaken by procuring entities in the manner specified
here under.
(b) In the procurements of goods or works which are covered
by para 2(b) of ITB 4.5 and which are divisible in nature
the ‘class-I local supplier’ shall get purchase preference
over ‘class-II local supplier’ as well as ’Non-local
suppliers’, as per following procedure:

i. Among all qualified bids, the lowest bid will be termed


as L1. If L1 is ‘class-I local supplier’, the contract for
full quantity will be awarded to L1.
ii. If L1 bid is not a ‘class-I local supplier’, 50% of the
order quantity shall be awarded to L1. Thereafter, the
lowest bidder among the ‘class-I local supplier’ will be
invited to match the L1price for the remaining 50%
quantity subject to the class-I local supplier’s quoted
price falling within the margin of purchase preference
and contract for that quantity shall be awarded to such
‘class-I local supplier’ subject to matching the L1

TR- 16/2021 31
Instructions to Bidders

price. In case such lowest eligible ‘class-I local


supplier’ fails to match the L1 price or accepts less
than the offered quantity, the next higher ‘class-I local
supplier’ within the margin of purchase preference
shall be invited to match the L1 price for remaining
quantity and so on and contract shall be awarded
accordingly. In case some quantity is still left
uncovered on class-I local suppliers then such balance
quantity may also be ordered on the L1 bidder.

(c) In the procurements of goods or works which are covered


by para 2(b) of ITB 4.5 and which are not divisible in
nature and in procurement of services where the bid is
evaluated on price alone the ‘class-I local supplier’ shall
get purchase preference over ‘class-II local supplier’ as
well as ‘Non-local supplier’, as per following procedure:
i. Among all qualified bids, the lowest bid will be termed
as L1. If L1 is ‘class-I local supplier’, the contract will
be awarded to L1.
ii. If L1 is not ‘class-I local supplier’ the lowest bidder
among the ‘class-I local supplier’ will be invited to
match the L1 price subject to class-I local supplier’s
quoted price falling within the margin of purchase
preference and the contract shall be awarded to such
‘class-I local supplier’ subject to matching the L1
price.
iii. In case such lowest eligible ‘class-I local supplier’
fails to match the L1 price the ‘class-I local supplier’
with the next higher bid within the margin of purchase
preference shall be invited to match the L1 price and
so on and contract shall be awarded accordingly. In
case none of the ‘class-I local supplier’ within the
margin of purchase preference matched the L1 price,
the contract may be awarded to the L1 bidder. Class-II
local supplier will not get purchase preference in any
procurement.

41. MPPTCL’s 41.1 At the time the Contract is awarded, MPPTCL reserves the
Right to vary right to increase or decrease the quantity of Goods and Related
quantities at Services originally specified in Section V, Schedule of
time of award Requirements, provided this does not exceed the
percentages specified in the BDS, and without any change in
the unit prices or other terms and conditions of the Bid and
the Bidding Documents.
41.2 In case price received against the tender specification is not

TR- 16/2021 32
Instructions to Bidders

found reasonable in comparison to that received against


previous tender specification, the quantity of Goods and
Related Services originally specified in Section V, Schedule of
Requirements may be reduced by MPPTCL to any extent. The
successful bidder will have to supply the entire quantity on
same rates and terms & conditions.
42. Letter of 42.1 Prior to the expiration of the period of Bid validity, MPPTCL
Intent shall notify the successful Bidder, in writing by Letter of
Intent, that its Bid has been accepted. The Letter of Intent shall
specify the sum that MPPTCL will pay the Supplier in
consideration of the supply of the Goods and Related Services
(hereinafter and in the Conditions of Contract and Contract
Forms called “the Contract Price”).

43. 43.1 Within thirty (30) days of the placement of detailed order by
Performance MPPTCL, the successful Bidder, shall furnish the Performance
Security Security in accordance with the General Conditions of
Contract, using for that purpose the Performance Security Form
included in Section VIII Contract Forms.
43.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security shall constitute sufficient grounds for the
annulment of the award and forfeiture of the Bid Security. In
that event, MPPTCL shall take action against the Bidder as per
terms of order which may include risk purchase.

TR- 16/2021 33
Bid Data Sheet

Section II. Bid Data Sheet

ITB Clause This Section includes provisions that are specific to each activity and that
Reference supplement Section I, Instructions to Bidders. Whenever there is conflict,
the provisions herein shall prevail over those in Section I.
A. General
ITB 1.1 The number of the Invitation for Bids is: TR–16/2021

ITB 1.1 The name, identification number and quantity of items comprising this
tender are as under and the destination sites shall be as specified in
Dispatch Instructions to be issued separately after placement of award.

Name of Tender Tender Name of Item Quantity


Specification
No.
33 kV Current
Transformer ratio 258 No.
Procurement of
1200/1-1-1-1 Amp
33 kV Current TR-16/2021
33 kV Current
Transformers
Transformer ratio 24 No.
20-10/1-1 Amp
The above items are referred in the Price Schedule Form-II of
Section-IV.

It is obligatory on the part of the Bidders to bid for complete scope


of the tender. Bids which do not cover complete scope of tender will not
be accepted.
ITB 2.1 The payments will be arranged from MPPTCL funds.
ITB 4.1 This bidding is open for Manufacturers only who provide satisfactory
evidence:-
(a) That the manufacturer is a qualified firm which regularly
manufactures the material / equipment of the type specified and have
adequate technical knowledge and practical experience.
(b) That the manufacturer does 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 the manufacturer has adequate financial stability and status to
meet the financial obligations pursuant to the scope of the
assignments.
(d) That the manufacturer has adequate plant and manufacturing capacity
available to perform the assignment properly and expeditiously
within the time period specified.

ITB 4.6 Only Class-I Local Suppliers are eligible to bid for supply of goods. Class
– II and non-local suppliers are not eligible to bid for supply of goods.

TR-16/2021 1
Bid Data Sheet

B. Contents of Bidding Documents


ITB 6.1(b) The contents of Volume – II of Bidding Document are as under :-

Technical Specification for 33 kV Current Transformers

ITB 7.1 For clarification purposes only, the Purchaser’s address is:
Attention: Chief Engineer (Procurement)
Address: M.P. Power Transmission Company Limited.
Block No.3, Shakti Bhawan, Rampur
City: Jabalpur.
ZIP Code: 482 008
Country: India
Telephone: : 91-761-2661450 ,91-761- 2702177/2702140/2702134
Facsimile number: 91-761-2665593
Electronic mail address: ce.proc@mptransco.nic.in
ITB 8.2 The addendum will be published in e-procurement portal:
https://mptenders.gov.in/nicgep/app
C. Preparation of Bids
ITB 9.1 To be added : The Bidders are required to purchase the Bidding documents
online from e-procurement portal https://mptenders.gov.in/nicgep/app ) by
making online payment for the Bidding document fees of ₹5,600/-
(inclusive of GST) using the service of the secure electronic payments
gateway and should print out the system generated receipt for their
reference which can be produced whenever required. Service and gateways
charges shall be borne by the Bidders. Only in case the tender is dropped
without opening, the tender fees shall be refunded after deduction of
necessary portal charges & taxes. Manual purchase of Bidding document is
not allowed.
ITB 11.1 The Bidder shall upload on e-procurement portal (through digital signature
of authorized person) the following :-
A Following Standard online formats are required to be filled in:
i. Form-II: Prices and Quantity (in Envelope C).
B. Following documents are required to be uploaded and
submitted in hard copies in Standard format as attached with
this tender/bid document to participate in the bidding process:
ii. Bid Security (EMD) Bank Guarantee as per Form-I (in
Envelope A).
iii. System generated receipt for online payment made towards
Tender Cost (in Envelope A).
iv. Documentary evidence regarding Exemption for SSI/NSIC
units, if applicable (in Envelope A).

TR-16/2021 2
Bid Data Sheet

v. FORM- IX : Commercial Questionnaire (in Envelope B)


vi. FORM-X : Guaranteed Technical Particulars (in Envelope B)
vii. FORM- XI : Technical Questionnaire (in Envelope B).
viii. FORM- XX : Check List (in Envelope B)
C. The following documents are to be submitted only in
hard copies duly signed with seal of bidder in original
and one copy within specified time schedule as
mentioned in the schedule of key dates.
ix. FORM-III : Financial details (in Envelope B).
x. FORM-IV : Bank Certificate (in Envelope B).
xi. FORM-V : Past supplies (in Envelope B).
xii. FORM-VI : Confirmation of “No Commercial Deviations”
(in Envelope B).
xiii. FORM-VII: Confirmation of “No Technical Deviations”
(in Envelope B)
xiv. FORM- VIII: Litigation history (in Envelope B).
xv. FORM – XII : Details of Bid & Contract Drawings (in
Envelope B).
xvi. FORM – XIII : List of Plant and Machinery & Testing
Facilities (in Envelope B).
xvii. FORM – XIV : List of Type Test Reports (in Envelope B).
xviii. FORM –XV: Quality Assurance Programme Chart (in Envelope
B).
xix. FORM-XVI: Undertaking Regarding sharing OF LAND border
with India
xx. FORM-XVII: Undertaking for local content
xxi. FORM-XVIII: Undertaking For equipment/material manufactured
in India
xxii. FORM-XIX: Undertaking For imported parts/equipment/material
xxiii. Copies of last orders received/ executed indicating details of
Prices and Quantity for the tendered item (in Envelope B).
xxiv. Orders under execution/executed recently for other Utilities
along with bid for the offered item containing full scope of
supply indicating price and quantity schedule. (in Envelope
B).
xxv. Performance Certificate from the user departments. (in
Envelope B).
xxvi. GST registration details. (in Envelope B).
xxvii. Valid Factory License. (in Envelope B).
xxviii. Power of Attorney. (in Envelope B).
xxix. Letter of Authorization. (in Envelope B).
xxx. Certification/requisite document /registration certificate
indicating category under MSMED Act 2006 as per clause
45 (in Envelope B).

TR-16/2021 3
Bid Data Sheet

Bidders intending to participate in the tender are required to get


themselves trained on the e-procurement system. The bidders are required
to contact the Service Provider to confirm about their session in advance
to facilitate smooth tender/bid submission as detailed out in Volume – I &
II of Bidding documents.
The written confirmation (i.e. hard copies) of all the documents except
Price Bid (Form-II) duly signed with seal of Bidder shall be submitted in
Two copies (1 original +1 copy) within specified time schedule as
mentioned in the schedule of Key Dates. Further, hard copy of un-priced
Schedule shall also be submitted.
ITB 14.3 The application methodology for Discount shall be mentioned in Schedule
of Commercial Questionnaire in Volume I, Section IV of Bidding
Document.
ITB 14.4 The Ex-works price quoted by the Bidder shall be Adjustable. The
formula for adjusting the prices and explanatory details are specified in PC
Sub-Clause 12.1. All conditions stipulated in PC Sub- Clause 12.1 may
please be noted for strict compliance.
In case ‘FIRM’ price is offered, no weightage shall be given by MPPTCL
at the time of comparison of prices between the `FIRM' price and a
variable price offered. However, in the event of order on the Bidder who
has quoted FIRM price, if price variation during execution of contract, as
per price variation formula, is found to be on negative side, the accepted
price shall be adjusted accordingly.
The Bidders should indicate Unit Ex-works price, freight charges &
applicable rate of GST as per Price Schedule in Volume I, Section-IV.
ITB 14.6 Final destination (Project site): Details of project sites shall be intimated in
Dispatch Instruction to be issued separately.
ITB 16.1 The details to establish eligibility of Bidder shall be provided in Schedule
of List of Past Supplies in Volume-I, Section-IV of Bidding document.
ITB 17.1 The details to establish eligibility of Goods & Related Services shall be
provided in Schedule of Technical Questionnaire in Volume I, Section-IV
of Bidding document
ITB 20.1 The Bid validity period shall be 180 days from the date of opening of
tender.
ITB 21.1 Important Tender details & Bid Security amount required to be furnished is
indicated hereunder :
1 Department Name M.P.P.T.C.L
2 Name of Purchaser C.E. (Procurement)
3 Tender Number TR-16/2021
4 Name of the Tender Procurement of 33 kV Current
Transformers
5 Tender Type Single Stage : Two Envelope
6 Tender Cost `5,000/- + `600/- (GST@12%)

TR-16/2021 4
Bid Data Sheet

7 Tender Cost payable On line payment


8 Bid submission Online
9 Place of Tender opening Jabalpur
10 Officer Inviting Bids Chief Engineer (Procurement)
11 Contact Person Executive Engineer (S/s-III)
12 Address/ E-mail id ce.proc@mptransco.nic.in
14 Contact Details: Tel. 0761-2702177, 2702140, 2702134
No./Fax Fax 0761-2665593
15. Bid Security (EMD) ` 3,40,000/-

Submission of Bid Security (EMD) :


If a Bid Security(EMD) is specified pursuant to ITB 21, the Bid Security
shall be furnished in any of the following forms at the Bidder’s option:
(a) an unconditional guarantee issued by a Reputed Indian Bank;
(b) Banker’s Cheque / Demand Draft;
Scanned copy of Bank Guarantee/ Banker’s Cheque / Demand Draft or
certificate of SSI/ NSIC registration or Central / State Govt. Undertaking
towards Bid Security is to be uploaded in Envelope A in e-procurement
portal and original is required to be submitted in hard copy at MPPTCL’s
office.
i) The Bid security in the form of BG shall be executed on Non-
Judicial Stamp paper of appropriate legal value as per Stamp Duty
Act of the State and shall be signed by two signatories of issuing
bank with complete details of signatory including name, capacity,
code no. and name of bank. The Bid security shall be underwritten
from any scheduled Indian bank.
ii) The Bid Security (EMD) of respective amount may also be
furnished by Bidder, in the form of Demand Draft/ Banker’s
Cheque drawn in favour of Regional Accounts Officer, MPPTCL,
Jabalpur.

iii) The Bid Security (EMD) shall be physically submitted in a sealed


envelope superscribing “Bid Security of ` 3.40 Lakh in the form of
BG/DD against tender No. TR-16/2021.”
iv) Banker’s details for issuance of BG for Bid Security are as under:
NAME: M. P. POWER TRANSMISSION COMPANY LTD.
ACCOUNT NO. : 552901110050000
IFS CODE: UBIN0555291
BRANCH: UNION BANK OF INDIA, MADAN MAHAL
JABALPUR
ITB 22.1 In addition to the “Original” Bid, the number of copies to be submitted is:
One.

TR-16/2021 5
Bid Data Sheet

ITB 22.2 The Bidder shall furnish duly notarized Power of Attorney regarding
authorisation to sign on behalf of Bidder.

D. Submission and Opening of Bids


ITB 24.1 Bidders shall be required to submit their Bids on e-procurement portal and hard
copies are required to be submitted in the office of MPPTCL. The Important Key
Dates are as under:

S.N Tender Stage Particulars Date & Time


Publishing of tender date Tender Purchase- 23.06.2021
1
online 17:00 Hrs
Document download - 23.06.2021
2
start date 17:30 Hrs
Seek clarification Start - -
3
Date
Seek clarification End - -
4
Date
5 Pre-Bid Meeting - -
Bid Submission Start Envelope C, 15.07.2021
6 Date Envelope A & 10:30 Hrs
Envelope B
Bid Submission End Date Envelope C, 26.07.2021
(Online Submission) Envelope A & 15.30 Hrs
7 Envelope B
Bid Submission End Date Envelope A & 26.07.2021
(Physical Submission) Envelope B 15.30 Hrs
Online Bid Opening Date Envelope A & 27.07.2021
8 Envelope B 15:30 Hrs
Financial Bid Envelope-C Will be
9 (Envelope-C) Open Date (Price Bid) informed later

Note:-
(1) The bidder has to quote their rates online only in Price Schedule
(as per Form-II) and to be kept in Envelope-C and uploaded
online as per key dates. Please note that, the Schedule of Price
(FORM-II) i.e. Financial bid/ Price offer (Envelope-C) will not
be accepted physically. In case Envelope-C is submitted
physically the offer/bid will be rejected. The offer of the eligible
bidders for the respective item shall be opened online as per key
dates.
(2) Last date for submission of physical documents in two copies (as
mentioned in clause 11.1 of this section) shall be as per key dates
up to 15:30 Hrs. The same shall be opened (online & physical) as
per key dates.

TR-16/2021 6
Bid Data Sheet

(3) The bidders have to submit Bid Security in Envelope–A in


physical form & upload scanned copy of the same online as per
key dates.

(4) The bidders have to submit documents in Envelope–B as


detailed in clause 11.1.

(5) The date of opening of financial bid/ price offer may vary
depending upon time taken in techno-commercial evaluation.
The bidders may please keep themselves updated of price offer
opening date from the E-portal.
ITB 24.1 The Bidding process is : ‘Single-Stage : Two -Envelope’
Name of Tender Specification : Procurement of 33 kV Current
Transformers.
Bid Identification number shall be mentioned by the Bidder prominently
on the top of envelope for the Bid in the following manner:
a. Bidding process for the Bid is – “Single-Stage : Two-Envelope”.
b. Tender Specification No. TR-16/2021
ITB 24.1 For Bid submission purposes only, the MPPTCL’s address is:
Attention: Chief Engineer (Procurement)
Address: M.P. Power Transmission Company Limited.
Block No.3, Shakti Bhawan
City : Jabalpur. PIN Code: 482 008
Country : India
The deadline for Bid opening (i.e. date & time as per key dates): is
clearly indicated in the Bid notice for information and strict
compliance. Bidders shall submit their bids electronically. The electronic
bidding submission procedures shall be as per ITB 23 read with Bid Data
Sheet and important key dates indicated in ITB 24.1. The Bidder shall,
on or before the date and time given in the key dates, upload its Bid on e-
procurement portal https://mptenders.gov.in/nicgep/app and submit hard
copies to MPPTCL.

In case difficulty is encountered during online Bid submission and support


or help is required, the Bidders may contact the Service Provider as given
in the tender document.
Note:- Bids received after due date and time of submission shall not be
accepted. MPPTCL will not be responsible for any delay,
internet connection failure or any error in uploading of the
Bids. The Bidders are advised to upload their Bids well before
the due date and time of Bid submission to avoid any problems
and last minute rush.

TR-16/2021 7
Bid Data Sheet

ITB 26.1 Add following sub clause


Withdrawal / substitution / modification received after deadline prescribed
for submission of the Bid shall be rejected forthwith.
ITB 27.1 The Techno-commercial Bid opening shall take place at:
Attention/ Office of: Chief Engineer (Procurement)
Street Address: M.P. Power Transmission Company Limited.
Floor/Room number: Block No.3, Shakti Bhawan, Rampur
City: Jabalpur-482008 (India)
The deadline for Bid opening is clearly indicated in the key dates for
information and strict compliance.
Part-I Techno - Commercial Bid
Bidders must positively complete the on line e-tendering procedure at
https://mptenders.gov.in/nicgep/app . They shall have to submit the
following documents on-line in the e-procurement portal.
Part-II Price Bid
Bidder shall have to submit the price bid on e-procurement portal (in
Envelope-C) as per instructions therein. Physical submission of price Bid
will not be considered. The price Bid of techno-commercially qualified
Bidder shall be opened online at the notified date at
https://mptenders.gov.in/nicgep/app . Bidders can view information of date
of price bid opening by logging in to e-procurement portal.
F. Award of Contract
ITB 41.1 Quantity to be procured may be increased/ decreased up to maximum of
30% of tendered quantity.

TR-16/2021 8
Evaluation and Qualification Criteria

Section III. Evaluation and Qualification Criteria

Notes on Evaluation and Qualification Criteria

This Section contains all the criteria that the MPPTCL shall use to evaluate Bids
and qualify Bidders. In accordance with ITB 32 and ITB 37, no other factors,
methods or criteria shall be used. The Bidder shall provide all the information
requested in the forms included in Section IV, Bidding Forms.

TR- 03/2021 1
Evaluation and Qualification Criteria

Contents

1. Scope
2. Bid Evaluation Procedure
3. Evaluation and Qualification Criteria
4. Litigation history

TR-16/2021 2
Evaluation and Qualification Criteria

1.0 SCOPE:
Bidders have to ensure before submission of their Bid its completeness with
regard to all qualifying requirements. The Bidders have to ensure that required
certificates of experience, performance, etc., as required elsewhere in this
document are necessarily attached with the Bid. It needs to be appreciated that
sufficient time is being allowed between invitation of Bid and its opening.
Bidders in case of doubt may feel free to seek clarifications required by them
before uploading/submitting their Bid. MPPTCL may or may not seek any
clarification on the details furnished in the offer of individual Bidder. Non-
uploading/submission of any details or document required may render the Bid
liable for rejection.

2.0 BID EVALUATION PROCEDURE:


2.1 For each Bid, cost would be computed by considering the Ex-works price,
freight charges and GST and based on the lowest computed cost of item, the
contract would be awarded. In case the prices received are found to be much
higher than the updated price of the last order placed by MPPTCL or order
placed by other utility for the similar material, MPPTCL reserves the right to
negotiate the prices for such equipments/material.

2.2 MPPTCL shall evaluate the bids in respect to the substantive responsiveness of
the bid or otherwise. MPPTCL shall carry out detailed evaluation of the
substantially responsive bids. MPPTCL shall check the bid to determine whether
they are complete, whether any computational errors have been made or
required sureties have been furnished. Arithmetical error shall be rectified on the
following basis:-
a) If there is a discrepancy between the unit price and total price that is
obtained multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected by MPPTCL.
b) In case of discrepancy between words and figures, the amount in words
shall prevail.

2.3 It may please be noted that the services of e-portal have been availed by
MPPTCL for the purpose of inviting the tenders. The portal itself works
out the prices & indicates name of the L1 bidder, However MPPTCL will
carry out detailed evaluation of prices as per the criteria stipulated in the
tender document and determine the lowest substantially responsive bidder.
The lowest substantially responsive bidder determined by MPPTCL will be
considered for award of order/contract.

The bidders may please also note that MPPTCL reserves the right
(i) to reject any or all tenders or to accept any tender considered
advantageous to MPPTCL whether it is the lowest offer/ bid or not.

TR- 03/2021 1
Evaluation and Qualification Criteria

(ii) to split the quantities against the offer/bid on more than one firm for
the same items/works. No reasons will be assigned by MPPTCL for
this and this will be binding on the bidders.

2.4 SNAP BIDDING:-


In case the prices received are found to be much higher than the cost
estimated by MPPTCL or order placed by other utility for similar material,
MPPTCL reserves the right to opt for Snap Bidding, in which case following
conditions shall be applicable:-

i. In case MPPTCL opts for snap bidding, all the initial Price Bids shall be
discarded and all the responsive Bidders, whose Price Bids were earlier
opened, shall be invited to submit the new Price Bids as per terms and
conditions of the bidding document. The timeline for submission and Price
Bid opening of such Price Bids shall be intimated separately to all such
Bidders by MPPTCL. Bidders submitting new Price Bids electronically
shall follow the electronic Bid submission procedures specified for
resubmission of Price Bids.

The lowest evaluated price shall be communicated to the responsive Bidders


and they shall not be allowed to quote above the lowest evaluated price, in
the new Price Bid. If any Bidder’s new price is found to be higher than the
lowest evaluated price during the initial bidding, its Bid shall be treated as
non-responsive and the Bidder shall not be considered for award.

ii. In case any of the invited Bidders do not submit new Price Bid during the
snap bidding then the Bidder shall not be considered for any further
evaluation by MPPTCL.

iii. Re-submitted new Price bids shall be again evaluated by MPPTCL as per
terms and conditions of the Bidding document. MPPTCL shall evaluate the
Price Bids and derive the lowest evaluated Bid (L1). However, even after
submission of new Price Bids by the Bidders, MPPTCL reserves the right to
reject the lowest evaluated Bid Price. If the Bid is rejected by MPPTCL then
the entire Bidding process shall be annulled.

In case snap bidding is not possible due to limitation of e-portal, negotiation


of the prices shall be done as per clause no. 2.1 above.
3.0 EVALUATION AND QUALIFICATION CRITERIA: The Financial Status,
Experience, and Supply Capacity Criteria which will be taken into account to
qualify the lowest-evaluated bidder are specified below. All these criteria shall
be evaluated on a pass–fail basis only.
3.1 FINANCIAL CRITERIA: MPPTCL will take account of the following financial
criteria to verify the qualifications of the bidder. The audited standalone
financial statements of accounts for the last three (3) years (i.e. 2017-18, 2018-
19 & 2019-20) submitted by bidder shall be evaluated. These criteria shall be
evaluated on a pass–fail basis only.

TR-16/2021 2
Evaluation and Qualification Criteria

i. Financial Status:
(a) The bidder’s balance sheet statement for last year of the audited
accounts should show that it has positive NET WORTH i.e. total
assets less outside liabilities shall be positive.
(b) Minimum Average Annual Turnover (MAAT): shall be 100% of
estimated cost.
The Bidder’s income sheet should show Minimum Average Annual
Turnover (MAAT) of ` 170 Lakh for the last three years.
ii. Financial Resources :
Bidder shall have minimum Working Capital or / and evidence of
access to or availability of fund based bank line of credit facilities as
under:
Working Capital + fund based unutilized bank line of credit.
= 30% of Minimum Average Annual Turnover (MAAT).
The documents submitted by the bidder including the standalone audited
financial accounts, must demonstrate that the bidder has adequate
working capital available to undertake this contract. If the bidder’s
working capital is inadequate, the bidder should supplement the same
with a reputable bank’s letter confirming the availability of a line of
credit such that bidder’s available working capital plus line of credit put
together are adequate to undertake the contract for the package for which
the bidder submits his offer which will be equal to at least ` 51 Lakh.
Supplementing working capital by any other mode will not be accepted.
The tenderer will have to furnish his “Bank Certificate” in this regard
along with other in prescribed Schedule enclosed.
The financial information in prescribed format FORM-III enclosed in Section-
IV “Bidding Forms” shall also be submitted in addition to Balance Sheet and
Profit & Loss Account. This is a mandatory requirement.

3.2 EXPERIENCE CRITERIA :


The tenderers will have to substantiate that they have the capacity to design,
manufacture and supply the quantity of 33 kV Current Transformers included in
the offer within specified delivery schedule. They should have a minimum
experience of THREE years of design, manufacture and supply of Current
Transformers of 33 kV or higher voltage class. The Current Transformers of 33
kV or higher voltage class should have been in satisfactory operation for at least
TWO years period from date of commissioning.

It may be noted that for the purpose of qualifying this requirement, the tenderer
will have to submit clear certificates/ documents as under:-

TR-16/2021 3
Evaluation and Qualification Criteria

a. Performance certificate from at least one power utility certifying that


the Current Transformer of 33 kV or higher voltage class is operating
satisfactorily for a period of at least two years or more. Performance
certificate should be issued by the order placing authority (in case
issued by executing authority it should be countersigned by order
placing authority) and should not be more than five years old from
the date of tender opening.

b. Adequate information should be furnished along with relevant


certificate from user agency to substantiate that the tenderer has a
minimum of three years of experience of design, manufacture and
supply of Current Transformer of 33 kV or higher voltage class as on
the date of tender opening. To clarify, the tenderer will have to
substantiate that they have manufactured and offered Current
Transformer of 33 kV or higher voltage class for inspection at least
three years prior to scheduled date of bid opening.

The tenders not complying with these requirements shall be rejected.

3.3 SUPPLY CAPACITY CRITERIA:


The tenderers will have to substantiate that they have capacity to design,
manufacture and supply the quantity of 33 kV Current Transformers offered by
them in the tender within specified delivery schedule. For this purpose, the
following details will have to be furnished by the tenderer:-

(i) Confirmation & documentary proof that quantity of Current


Transformers of 33 kV or higher voltage class manufactured and
supplied in any one financial year during the past 5 financial years or
current financial year is not less than a minimum quantity as indicated
below:-

Minimum qty. (No.)


Total qty. which should have been
covered manufactured and
SNo. Particulars in the supplied in any one year
tender during last 5 financial
(No.) years or current
financial year
33 kV Current
1 282 198
Transformers

(ii) While indicating above details, total quantity of 33 kV Current


Transformers supplied during past 5 (Five) financial years or current
financial year from year 2016-17 to 2020-21 and current financial year
(2021-22) may also be furnished in the following table:-

TR-16/2021 4
Evaluation and Qualification Criteria

S No. Year Supply of 33 KV


Current Transformers
(Qty. in No.)
1 2016-17
2 2017-18
3 2018-19
4 2019-20
5 2020-21
2021-22
6
(current financial year)

(iii) The tenderer may please note that the supply details furnished by them
should be certified by the Chartered Accountant mentioning the UDIN.

3.4 CRITERIA FOR BIDDERS PARTICIPATING AS NEW VENDORS (FOR


DEVELOPMENT OF NEW VENDORS) :
3.4.1 Approximately 15% of tendered quantity will be kept reserved for placement of
trial order on bidders who are participating as new vendors and have confirmed
the same in FORM-IX “Commercial Questionnaire”. The above quantity shall
be distributed amongst all participating new vendors at the lowest price received
in the tender. Maximum one-third of above quantity (i.e 5%) shall be allocated to
one participating bidder as trial order. In the absence of participation of new
vendors or in case of refusal of order by them, the quantity will be ordered on
lowest substantially responsive bidder or as per tender condition.

3.4.2 The following conditions shall be applicable in case of bidders participating as


new vendors:-

(a) The participating new vendors will be required to quote Ex-works price by
filling “Re. 1.00” in the schedule of Price Bid. They will also have to fill in the
price bid HSN Code, Freight, % rate of GST on Ex-works , % rate of GST on
Freight & any other tax if payable. However, their quoted price shall not be
considered for evaluation. In case a new vendor quotes Ex-works price more
than “Re. 1.00”, his offer will be rejected.

(b) The qualifying criteria for the new vendors shall be as under :-
(I) Financial Criteria:
i. Financial status: The bidder’s balance sheet statement for last year (FY.
2019-20) of the audited accounts should show that it has positive NET
WORTH i.e. total assets less outside liabilities shall be positive. (as per
tender condition).

ii. Financial Resources: The minimum Working Capital (as per audited
financial statement for FY. 2019-20) or / and evidence of access to or
availability of fund based bank line of credit facilities shall be as under:

TR-16/2021 5
Evaluation and Qualification Criteria

Working Capital + fund based unutilized bank line of credit = 30% of


estimated cost of quantity to be allocated to new vendor ( i.e. 15% of
tender Quantity).
The documents submitted by the bidder including the standalone audited
financial accounts, must demonstrate that the bidder has adequate
working capital available to undertake this contract. If the bidder’s
working capital is inadequate, the bidder should supplement the same
with a reputable bank’s letter confirming the availability of a line of
credit such that bidder’s available working capital plus line of credit put
together are adequate to undertake the contract for the package for which
the bidder submits his offer which will be equal to at least ` 7.65 Lakh.
Supplementing working capital by any other mode will not be accepted.
The tenderer will have to furnish his “Bank Certificate” in this regard
along with other in prescribed format enclosed in Section-IV “Bidding
Forms”.
(II) Other Criteria:

(i) The participating new vendor should submit confirmation that they are
fulfilling all the commercial terms and technical requirements as
stipulated in the tender.

(ii) The new vendor should submit the type test report of offered material
from any third party NABL accredited Lab.

(iii) The participating new vendor should give consent that they are agreeable
to supply the equipment/material at the lowest price received against the
tender.

(iv) The participating new vendor will be required to furnish Bid Security for
full amount, if not exempted.

(v) If trial order is placed on new vendor who has not supplied the
equipment/ material to any power utility, then the samples from their
supplied lots shall be sent to third party NABL accredited lab for
acceptance tests at their cost. In case of non-performance / unsatisfactory
performance, the trial order shall be liable to be cancelled for unsupplied
quantity with recovery of all the amounts due from the firm and other
punitive action in accordance with the terms and conditions of the trial
order shall also be taken. In such event, the firm including its proprietors
/ partners / directors will also be debarred from participating in future
tenders of MPPTCL for three years.

TR-16/2021 6
Evaluation and Qualification Criteria

(vi) The trial order to new vendor shall be placed only after satisfactory
report of factory inspection of such firms, to ascertain its capability to
execute the order against the subject tender.

(c) In exceptional cases such as tenders invited for very small quantity of items or
for items which are not procured regularly or in case of urgent requirement, the
decision of MPPTCL regarding quantity to be allocated for development of
new vendors shall be binding on the bidders.
3.5 Notwithstanding the details which will be furnished by bidders with regard to
qualification criteria, it may be noted that MPPTCL reserves the right to split the
quantities amongst more than one bidder, in case it is considered necessary in
the interest of timely completion of works or any other reason.

3.6 Notwithstanding the experience and supply capacity criteria as mentioned above,
which have to be necessarily complied with for the purpose of qualifying against
the tender, it may be noted that MPPTCL also reserves the right to take into
account past performance of the bidder in regard to quality of supply of main
equipment as well as its accessories, performance in regard to timely supplies
and also performance in regard to making available supervisory services as well
as after sales services. Past performance in MPPTCL will therefore be taken in
to account while evaluating the offer.

3.7 MPPTCL reserves the right to waive minor deviations if they do not materially
affect the capability of the bidder to perform the contract.
3.8 It has been noticed in the past Bids that some of the information furnished in the
schedule of technical particulars and technical questionnaire does not match with
each other. In order to avoid any discrepancy, it may be noted carefully that for
the purpose of price evaluation, the details brought out by the Bidders in
“Schedule of Technical Questionnaire” and “Schedule of Commercial
Questionnaire” will be treated as final and evaluation will be done based on the
information which will be given in these schedules. In case of any discrepancy
in regard to information given in any other table, responsibility will rest on the
Bidders. While this condition shall be applicable for the purpose of price
evaluation, at the time of acceptance of offer, MPPTCL will have the right to
take such of the values which are advantageous to MPPTCL
3.9 Bidders may note that even on fulfillment of all the qualifying criteria:-
i. Offers of those Bidders who have been either debarred/ black listed for
future business with MPPTCL / MPSEB and its successor companies or
their Contract has been terminated due to Contractor’s default may be
summarily rejected.
ii. The Bidders, whose past performance has not been found to be satisfactory
against previous Bids of MPSEB / Companies formed on restructuring of
MPSEB, may not be considered for placement of order. Some of the factors
which contribute to poor performance of a Bidder are as follows:-

TR-16/2021 7
Evaluation and Qualification Criteria

 Non-execution of previous order(s) or inordinate delay in supply of


material.
 Failure of material in testing & non-replacement of the same timely
by the supplier.
 Failure of material as reported by the field officers.
 Non replacement of material which has failed / become defective
within guarantee period.
 Poor past record of after sales services.
iii. It may be noted that participation on Joint Venture/ Consortium/ Association
basis to meet the experience or supply capacity criteria or otherwise is not
acceptable. The tender not complying with this requirement shall be rejected.

4.0 LITIGATION HISTORY:


Bidders are requested to submit details of all litigation, arbitration and other
claims whether pending, threatened or resolved in the last five years, with the
exception of immaterial claims with cumulative possible impact should not be
equal to or more than 100% of bidder’s net worth. The MPPTCL may disqualify
Bidders in the event that the total amount of pending or threatened litigation,
arbitration or other claims represents hundred percent (100%) of the Bidder’s net
worth. Furnishing of this information by the Bidder, as per prescribed format
given in Section IV “Bidding Forms”, is a mandatory requirement.

TR-16/2021 8
Section IV. Bidding Forms

Notes on Bidding Forms

The Purchaser shall include in the Bidding Documents all Bidding Forms that
the Bidder shall fill out and include in its Bid. As specified in this Section,
these forms are the Bid Security, Price Schedules, Qualifying Requirement
and other Forms.
Bidding Forms

Table of Forms

1. FORM-I : FORMAT FOR BID SECURITY BANK GUARANTEE.


2. FORM-II : FORMAT FOR PRICE SCHEDULE
3. FORM-III : FORMAT FOR SUBMISSION OF FINANICAL DETAILS
4. FORM-IV : FORMAT FOR BANK CERTIFICATE
5. FORM-V: FORMAT FOR YEAR WISE DETAILS OF QUANTITY SUPPLIED
6. FORM-VI: FORMAT FOR CONFIRMATION OF NO COMMERCIAL
DEVIATIONS
7. FORM-VII: FORMAT FOR CONFIRMATION OF NO TECHNICAL
DEVIATIONS
8. FORM-VIII: FORMAT FOR LITIGATION HISTORY
9. FORM-IX: FORMAT FOR COMMERCIAL QUESTIONNAIRE
10. FORM-X: FORMAT FOR GUARANTEED TECHNICAL PARTICULARS
11. FORM-XI: FORMAT FOR TECHNICAL QUESTIONNAIRE
12. FORM-XII: FORMAT FOR BID & CONTRACT DRAWINGS
13. FORM-XIII: LIST OF PLANT & MACHINERY AND TESTING FACILITIES
14. FORM-XIV: LIST OF TYPE TEST REPORTS
15. FORM-XV: QUALITY ASSURANCE PROGRAMME CHART
16. FORM-XVI: UNDERTAKING REGARDING SHARING OF LAND BORDER
WITH INDIA
17. FORM-XVII: UNDERTAKING FOR LOCAL CONTENT
18. FORM-XVIII: UNDERTAKING FOR EQUIPMENT/MATERIAL
MANUFACTURED IN INDIA
19. FORM-XIX: UNDERTAKING FOR IMPORTED
PARTS/EQUIPMENT/MATERIAL
20. FORM-XX: FORMAT FOR CHECK LIST

TR-16/2021 1
Bidding Forms

FORM-I

FORMAT FOR BID SECURITY BANK GUARANTEE

a. For units of Madhya Pradesh - BG should be executed on non-judicial stamp paper


worth 0.25% of BG amount subject to maximum of ` 25,000/- and ` 1/- revenue
stamp be affixed on Bank Guarantee.
b. For outside state units - BG should be executed on non-judicial stamp paper of
appropriate value (minimum ` 500/-) as per applicable law of land & Re 1/- revenue
stamp be affixed on Bank Guarantee

...................... Bank’s Name, and Address of Issuing Branch or Office………………


Beneficiary: …… ……..Name and Address of Employer ……………………………..
Date:……………………………………………………………………………………
Tender Security No.: ………………………………………………………………………
We have been informed that . . . . . name of the Tenderer. . . . . (herein after called "the
Tenderer") has submitted to you its offer dated . . . . . . . . . (herein after called "the offer") for the
execution of . . . . . . . . name of contract . . . . . . . under Tender Specification No. TR-………...
Furthermore, we understand that, according to your conditions, offers must be supported by an
EMD Bank guarantee.
At the request of the Tenderer, we . . . . . name of Bank. . . . . hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . .
. . . . . (. . . . . . .amount in words . . . . . . . )upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Tenderer is in breach of its obligation(s)
under the tender conditions, because the Tenderer:
(a) has withdrawn its offer during the period of validity specified by the Tenderer in his offer; or
(b) does not accept the correction of errors in accordance with the Tender Specification No. TR-
……… ; or
(c) having been notified of the acceptance of its offer by the Purchaser during the period of
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to
furnish the Performance Security, in accordance with the Tender Specification No. TR-
………..
This guarantee will expire: (a) if the Tenderer is the successful Tenderer, upon our receipt of copy
of the performance security issued to you upon the instruction of the Tenderer; and (b) if the
Tenderer is not the successful Tenderer, upon the earlier of (i) our receipt of a copy your
notification to the Tenderer of the name of the successful Tenderer; or (ii) Twelve months from
date of opening of Tenderer’s offer.
Consequently, any demand for payment under this guarantee must be received by us at the office
on or before that date.
. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the final
document

TR-16/2021 2
Bidding Forms

FORM-II
(This Form should be submitted on-line.)
PRICE AND QUANTITY
(Schedule – I)

Name of Bidder: M/s ________________________


Tender Specification No. TR-16/2021
S. Particulars of Qty. Unit HSN/ % Amount Unit % Rate Amount Any % Discount Unit FORD Total
No Item & Ex- SAC Rate of GST Freight of GST of GST Other offered in price FORD
unit Works Code of on Including on unit on Tax/ Unit Ex- Including price In-
Price GST unit Unloading Freight unit Levies Works and GST cluding
on EXW at Site Charge Freight Freight GST
unit Charge (Rs.) Charges (Rs.)
(Rs.) EXW (Rs.)
(Rs.) (Rs.) (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13 14
33 kV Current
Transformer ratio
1200/1-1-1-1 Amp.
complete with two
terminal 258
1
connectors, No.
meeting all the
technical
requirements of
tender specification
33 kV Current
Transformer ratio
20-10/1-1 Amp.
complete with two
terminal 24
2
connectors, No.
meeting all the
technical
requirements of
tender specification

TR-16/2021 3
Bidding Forms

FORM-III
FORMAT FOR SUBMISSION OF FINANCIAL DETAILS
Bidder’s Legal Name ___________________ Date ______________
SNo. Particulars (Notes number of balance sheet Financial Year
considered) 2019-20

Part - A
1 Total Assets
Total outside
2
Liabilities
3 Net Worth (1-2)
Part – B
4 Current Assets
5 Current Liabilities
6 Working Capital (4-5)
Note : Working capital has been computed as per accounting standard.
Information from Profit & Loss Statement for previous Three (3) years as per the Tender Document
Item No. of profit & loss
Year 1 Year 2 Year 3
Part – C account considered for
(2017-18) (2018-19) (2019-20)
calculating figures
Total Turnover
7 (excluding non
operating income)
8 Average Turnover
 Attached are copies of financial statements (balance sheets including all related notes, and
income statements) for the years required above complying with the following conditions :
a. reflect the financial situation of the Bidder and not an affiliated entity (such as
parent company or group member)
b. be independently audited or certified in accordance with local legislation.
c. be complete, including all notes to the financial statements.
d. correspond to accounting periods already completed and audited.
e. provisional / Unaudited financial statements shall not be considered for evaluation
in any case.
f. UDIN No. & copy of document details may be provided / attached
Certificate by Statutory Auditor
OR
Chartered Accountant

Date : Name of Audit Firm & Mob.No. Firm Reg. No. ________

Note : In case the bidder does not have a statutory auditor, then above is to be
certified by the chartered accountant firm who has done the audit.

TR-16/2021 4
Bidding Forms

FORM-IV

FORMAT FOR BANK CERTIFICATE

(Bank Certificate should be issued showing position of Fund based unutilized bank line
of credit not before 30 days from the date of original bid opening date. Bank certificate
issued after actual bid opening date will not be accepted)
Date :_/_/___

This is to certify that M/s _____________________ having its registered office


at _________________ (full address) and Branch office at __________________ (full
address) who have submitted their Bid to Madhya Pradesh Power Transmission Co.
Ltd., Jabalpur against their tender specification vide reference number Tender No.
________________ (______________) is our customer for the past _______ years.

Their financial transactions with our Bank have been satisfactory. They enjoy
the following FUND BASED limits with us against which the extent of utilization as on
date is also indicated below :-

SNo. Type of facility Sanctioned limit Utilization as


as on date on date
1 Cash credit
2 Overdraft
3 Working Capital Loan
Total :
This is to certify that such loans which have been sanctioned for the purpose other than
working capital have not been considered above.

This letter is issued at the request of M/s ____________

Name of Bank _____________________


Name of Authorized Signatory ________
Designation _______________________
Phone/Mob. No. ____________________
Address: __________________________

Seal of the Bank ____________________

TR-16/2021 5
Bidding Forms

FORM-V
DETAILS OF QUANTITY SUPPLIED

Supply of Current
S. Transformers of 33 kV
Year
No. or higher voltage rating
(Qty. in No.)
1 Year-I (2016-17)
2 Year-II (2017-18)

3 Year-III (2018-19)
4 Year-IV (2019-20)

5 Year-V (2020-21)
Year-VI (2021-22)
6
Current financial year

Seal and Sign

(Statutory Auditor
Date: or
Place: Chartered Accountant)

Name of Audit Firm

Firm’s Registration No
M.No.
UDIN No.

(SIGNATURE OF BIDDER)
NAME
DESIGNATION

Note:
i. For the above purpose, “year” means Financial year from April to March
ii. Submission of information in above format is a mandatory requirement.
iii. A list of orders executed along with name of customers should be submitted in
hard copy for verification of quantity of equipments/material mentioned in this
schedule.

TR-16/2021 6
Bidding Forms

FORM-VI

CONFIRMATION OF NO COMMERCIAL DEVIATIONS

We/ I have carefully gone through the Commercial Terms & Conditions and
the General Conditions of Contract and we/ I have satisfied ourselves/ myself and
hereby confirm that our/ my offer strictly conforms to Commercial Terms &
Conditions of specification and there is no deviation from the commercial terms and
conditions in Volume-I of Bidding Document.

Date :

Place :

SIGNATURE
WITH SEAL OF BIDDER

TR-16/2021 7
Bidding Forms

FORM-VII

CONFIRMATION OF NO TECHNICAL DEVIATIONS

We/ I have carefully gone through the Technical Specification and the General
Conditions of Contract and we/ I have satisfied ourselves/ myself and hereby
confirm that our/ my offer strictly conforms to the requirements of technical
specification and there is no deviation from the technical specification in Volume-II of
Bidding Document.

Date :

Place :
SIGNATURE
WITH SEAL OF BIDDER

TR-16/2021 8
Bidding Forms

FORM-VIII

FORMAT FOR LITIGATION HISTORY

Pending Litigation

No pending litigation in accordance with Clause 4.0 of Vol. I, Section -


III

Pending litigation in accordance with Clause 4.0 of Vol. I, Section


– III

Year Outcome as Order Details Total order


Percent of amount (Order
Net Worth value ` in Lac)
Order No. & Dt.:
Name of Purchaser:
Address of Purchaser:
Matter in Dispute:

TR-16/2021 9
Bidding Forms

FORM-IX
FORMAT FOR COMMERCIAL QUESTIONNAIRE
The bidder may please note that submission of this questionnaire duly and
properly filled in is essential. While filling in entries against the questions given below,
no reference should be made to comments entered elsewhere in the bid. All queries
should be answered and these answers should be complete in themselves. Please note
that none of the column should be left blank and clear reply against all columns should
be given. In case this is not done, the bids will be liable for rejection.
S. To be
No. Particulars filled by
Bidder
1 Name and Complete Postal Address of the manufacturer
Phone No./Mobile No. of the manufacturer
E-mail address of the manufacturer
GSTIN of the manufacturer
PAN No. of the manufacturer
Name of Bank and Address of Branch
IFS Code
2 Date and year of establishment of factory for manufacture of 33 kV
Current Transformers
3 Please confirm you have submitted Bid Security as per tender
requirements. Please also indicate amount of Bid Security with DD
/BG No & date.
4 Whether you are registered as SSI/NSIC or Central/ State Govt.
undertaking. If yes please furnish documents with full details.
5 Please confirm your acceptance for extension order for supply of 50%
additional quantity of 33 kV Current Transformers over and above
quantity included in this offer.
6 Please confirm your acceptance of payment terms as per Clause 13 of
Sec.VI.
7 Please confirm your acceptance of performance guarantee as per
Clause 24 of Sec.VI.
8 i) Please confirm specifically the delivery schedule as per Section-V.
Please also indicate period in days/ weeks as follows :-
a. Maximum period within which acceptance to LOI would be given by days
Bidder.
b. Maximum period within which replies/ clarifications/ calculations days
shall be furnished by the Bidders, after receipt of comments from
MPPTCL on the set of drawings.
b. Fixed monthly rate of supply.
ii) Please confirm you have noted that the delivery of material covered
under this tender may be regulated as per the progress of work and
availability of funds is acceptable to you.

TR-16/2021 10
Bidding Forms

S. To be
No. Particulars filled by
Bidder
9 Please confirm acceptance of performance security as stipulated under
Cl. 15 of Sec-VI. Please confirm you have noted that penalty @ 0.5%
per week or part thereof subject to maximum of 5% of performance
security amount shall be recoverable from the supplier for delay in
submission of performance security.
10 a. Please confirm that you are agreeable to unloading & stacking at site
is included in the offered freight charges.
b. Whether the firm is prepared to make good any loss or damage in
transit immediately and free of all charges.
11 Please confirm you have noted safe delivery of 33 kV Current
Transformers at destination by road transport only as per Section VI and
agree for the same.
12 Please confirm that you have offered VARIABLE prices for 33 kV
Current Transformers and indicate base date of PV.
13 a. Please confirm that the quoted prices are on basis of unit as
mentioned in the tender.
b. Please confirm that while quoting F.O.R. destination prices, you
have taken into consideration all taxes pertaining to Central, State
and Local bodies.
c. Please indicate the rebate if offered by you mentioning clearly the
percentage of rebate offered and whether the rebate is towards
payment terms or quantity ordered or special unconditional rebate.
Please mention the prices specifically on which these rebates are
applicable. It may be noted that conditional rebates may or may not
be accepted or considered for evaluation depending upon
acceptability of Quoted condition to the Company.
14 Please refer Section-III and confirm that you have minimum experience
of three years of design, manufacture & supply of 33 kV Current
Transformers and necessary proof to this effect has been enclosed.
15 Please confirm that you will claim only GST and indicate applicable
rates for GST on Ex-works price & freight.
16 Please confirm that performance security i.e. 10% of ordered amount
with taxes shall be furnished as per Cl.15 of Section VI.
17 Please confirm that penalty @ 0.5% of price of undelivered 33 kV CTs
per week or part thereof upto a maximum of 10%, as per Clause 23.0,
Section -VI is acceptable to you.
18 Please confirm whether you have quoted price of item mentioned in the
price schedule for full quantity.
19 Please confirm validity of your offer is 180 days from the date of
opening of bid, otherwise your offer will be rejected.
20 Please confirm that you have submitted offer in two copies.

TR-16/2021 11
Bidding Forms

S. To be
No. Particulars filled by
Bidder
21 Please confirm that you have furnished Schedule for confirmation of No
Commercial/ No Technical deviation.
22 Please confirm that you have furnished all Forms & Schedules duly
filled in.
23 Please confirm that you have furnished all required documents and
information in the bid as desired in Volume-I.
24 Have you noted that you will be responsible for transit risk?
25 Whether you agree for inspection by MPPTCL’s representative prior to
dispatch and bear the testing charges for all tests as per IS to be
conducted on samples drawn by MPPTCL’s representative.
If so, please furnish the list of testing machines and relevant details.
If the testing facility is not available with the firm, from which
recognized testing laboratories the firm will get the material tested, if
required.
26 Have you furnished routine test and type test reports with your offer?
27 Please confirm that you have enclosed Check List required for the offer.
28 Please indicate particulars of pages of your bid for verification of
following.
a. Tabular statement indicating details of orders placed by utilities for 33
kV Current Transformers supplied by the firm.
b. Documentary evidence to substantiate that the 33 kV Current
Transformers are in service along with copies of performance
certificates issued by the utilities.
29 Notwithstanding the replies which have already been furnished to above
questions, please specifically confirm here that you have carefully gone
through the various requirements to be complied with, as detailed out in
Vol.-I & II and all conditions mentioned there in are acceptable to you
30 Please confirm that delivery period indicated under Section-V, Volume-I
is acceptable to you.
31 For participation against this tender, the 33 kV Current Transformers
manufactured by you should be in successful operation for minimum
two years from date of commissioning and you should have the
requisite expertise. Please confirm you have furnished performance
report from power utility.
32 Please confirm that you have enclosed complete audited standalone
financial statements of accounts (including all notes) for the last three
(3) years i.e. FY 2017-18, FY 2018-19 & FY 2019-20.
33 Please confirm that if discrepancies in technical bid & that the details as
furnished in technical questionnaire shall form the basis for evaluation
of bid.
34 Please confirm certificate regarding litigation history has been furnished
with the offer.
35 (i) Whether you are State or Central Govt. undertaking/ unit with 100%

TR-16/2021 12
Bidding Forms

S. To be
No. Particulars filled by
Bidder
Govt. shares.
(ii) If yes, whether documentary evidences in support of the above has
been enclosed. (In absence of documentary evidence your claim to be
State/Central Govt. undertaking shall be ignored).
36 Whether your products bear ISI Mark (furnish a Photostat copy of ISI
license granting marking rights on your product).
37 Have you furnished Technical Questionnaire enclosed with this Bid
specification duly filled and signed
38 Have you furnished the Guaranteed Technical Particulars enclosed with
this Bid specification duly filled and signed?
39 Have you furnished the Power of Attorney in respect of the person
signing the Bid on behalf of the Bidder
40 Please confirm that the 33 kV Current Transformers quoted in this
specification shall conform to the relevant Indian Standard (IS).
41 Please confirm whether you are a company registered under the
Company Act 1956.
42 Please confirm that notarized power of attorney regarding confirmation
of authorization to sign on behalf of the tenderer is submitted along with
offer.
43 Please confirm that you have quoted for entire quantity of item(s) for
which you have submitted your offer.
44 Please confirm whether you have submitted the hard copies of valid
factory license with your offer.
45 Have you furnished the hard copies (duly signed by the tenderer) of all
relevant certificates, documents etc in support of techno-commercial
bid/ eligibility criteria and other requisite certificate/ documents?
46 Have you authenticated the bid with your Digital Certificate (Class-III)
for submitting the bid electronically on e-tender website?
47. Please confirm you have noted ITB Clause 4 regarding “Sharing of land
border with India” and “Preference to local content” and have furnished
the information in prescribed formats in Section-IV.
48. Please confirm you have noted the contents of ITB Clause 5.5 pertaining
to “Imported equipment or equipment having component/parts from
Prior Reference Countries” and have furnished the certification in
prescribed format in Section-IV.
49 Please confirm whether you have participated in the bid as New
Vendor. If yes, please confirm you have noted the conditions mentioned
in clause 3.4 of Section-III (EQC) and that the same are acceptable to
you.
(Signature of the Bidder)
Name
Designation
Seal of the Company

TR-16/2021 13
Bidding Forms

FORM-X
GUARANTEED TECHNICAL PARTICULARS FOR
33 kV CURRENT TRANSFORMERS
This schedule of guaranteed technical particulars for 33 kV Current Transformers is to be
submitted by the Bidder. It may be carefully noted that filling/ reply of each and every clause
described below is a must.
S. Particulars 33 kV CT ratio
No.
1200/1-1-1-1 A 20-10/1-1 A
1. Type/ Installation
2. Manufacturer’s Name and Country of
Manufacture
3. Conforming to standard
4. Rated voltage (kV)
5. Rated primary current (Amp.)
6. Rated secondary current (Amp)
7. No of cores
8. Details of Cores Core I II III IV I II
No.
8.1 Output Burden (VA)
8.2 Class of accuracy
8.3 Accuracy limit factor/ Instrument
Security Factor
8.4 Knee point voltage (volts)
8.5 Secondary resistance corrected to 75
deg.C (ohms)
8.6 Exciting current (mA) at
25% knee point voltage
50% of knee point voltage
100% of knee point voltage
9. Rated short time withstand current for
one sec. duration (kA rms)
10. Rated dynamic withstand current (kAp)
11. Rated continuous thermal current (pu)
where pu = rated current
12. One minute power frequency withstand
voltage (kV rms)
Dry
Wet

TR-16/2021 14
Bidding Forms

13. 1.2/50 micro-second impulse withstand


voltage (kVp)
14. One minute power frequency withstand
voltage of secondary winding (kV
rms)
15. Temp. rise at 125% of rated current
(deg.C)
16. Minimum creepage distance (mm)
17. Material of primary & secondary
windings
18. No. of turns in primary and secondary
windings
19. Weight of oil (kg.)
20. Total Weight of equipment (kg.)
21. Mounting details (mm)
22. Overall dimensions (mm)
23. Characteristics (whether graphs
enclosed):
a. Ratio and phase angle curves
b. Magnetization curves
c. Ratio correction factor curves

(Signature of the Bidder)


Name
Designation
Seal of the company

TR-16/2021 15
Bidding Forms

FORM-XI
FORMAT FOR TECHNICAL QUESTIONNAIRE
FOR 33 kV CURRENT TRANSFORMERS
All points mentioned below should be replied in these sheets only, without making any
reference to any clause in the Bid. If replies are incomplete or reply to any clause is not
furnished, bids may be treated as incomplete and non-responsive from technical angle.
1. Name of Bidder
2. Name of manufacturer
3. Country of origin
4. Date & year of establishment of factory for manufacture of 33
kV class Current Transformers
5. Please confirm short time current rating of Current transformer
shall be as per S.No. 18 of Annexure- I of Volume - II. __kA for_sec.
Please also indicate value for 33 kV CT
6. Please specifically confirm that the cost of two No. clamps as
per details in Form-II of Price & Quantity is included in the
Ex-works cost of 33 kV CTs.
7. a. Please confirm that offered 33 kV CT is of dead tank
design.
b. Please confirm that 33 kV CTs shall be outdoor type, oil
cooled, single phase, 50 cycles, and technical particulars
shall meet the requirements as per clause 5.0.
8. Please refer clause 5.25 of Volume-II “Technical
Specification” and confirm:
i. That CTs are suitable for continuous overloading of
25% above rated current;
ii. That allowable temperature rise at 125% of rated current
will be 5 deg. C less than the permissible value as
specified in IS.
iii. Please confirm with 25% continuous, overloading the
ratio/ phase angle error shall be maintained strictly within
the specified limits without any drift and no variation
shall take place due to overloading of CTs.
9. Please refer clause 5.1 of Volume - II “Technical
Specification” and confirm:
i. That CTs shall be paper insulated and oil filled. Epoxy
casting in primary & secondary core shall not be used.
ii. That CTs shall not be compound filled.
iii. That insulation of CTs shall be provided as per IS 4800
or equivalent International Standard and the internal
insulation shall have higher electrical withstand
capability than the external insulation. dielectric
withstand value of external and internal insulation has
been brought out in guaranteed technical particulars.
iv. Please confirm that details of process/ method of fixing
of bushing shell to top and bottom tank has been brought

TR-16/2021 16
Bidding Forms

out in the offer.


v. Please indicate the bushing make being utilized by you
for manufacture of CTs.
vi. Please indicate here the material used for metal tank/ top
tank, secondary terminal box for CTs of different ratio.
vii. Please indicate here thickness of tank material/ top tank/
secondary terminal box for CTs.
10. Please confirm that inserts of non-magnetic materials shall not
be used in the tank to reduce eddy currents.
11. Please confirm that minimum welded joints shall be used to
avoid oil leakage. Welding in horizontal plane shall not be
done to prevent oil leakage.
12. Please refer clause 5.4 and confirm that the arrangements
provided to prevent oil leakage and entry of moisture at
following locations have been described in the offer:
i. Locations of emergence of primary & secondary terminal.
ii. Interface between polymer sealing and metal tank.
iii. Cover of the secondary terminal box.
13. Please refer clause 5.4 and confirm
i. That for gasketed joint Nitrite butyl rubber gasket,
Neoprene or any other improved material has been used.
Please indicate details of materials proposed to be used.
ii. That details of gaskets has been furnished with the bid.
iii. That details of sealing arrangement for joints and oil level
indicator to avoid leakage of oil have been furnished.
14. Please refer clause 5.5 and confirm
i. That the connectors shall be suitable for horizontal/ vertical
take-off (universal type).
ii. That the drawing for terminal connector has been
furnished.
iii. That terminal connectors shall be made by pressure/
gravity die-cast only.
iv. That all nuts/ bolts/ washers shall be of HDG mild steel
within minimum diameter of 12 mm.
15. Please confirm that only best quality new EHV Grade
transformer oil as per clause 5.7 of Vol-II shall be used in the
CTs.
16. Please refer clause 5.10 of Vol-II and confirm that stainless
steel bellows will be used for compensation of variation in the
oil volume due to variation in ambient temperature. Please
confirm that rubber diaphragm shall not be used for this
purpose.
17. Please confirm that arrangement of secondary terminal box of
CTs shall be as specified in clause 5.11 & 5.22 of specification
and the drawing for the same has been furnished along with
the offer.
18. Please confirm that polarity shall be marked on each primary

TR-16/2021 17
Bidding Forms

and secondary terminals and facility for short circuiting and


grounding of CT secondary terminals shall be provided inside
the terminal box.
19. Please confirm that instrument security factor for metering
core of CT shall be equal or less than 5.
20. Please confirm that Current Transformers (CTs) shall be
provided with two separate earthing terminals for bolted
connection to 50 mm x 6 mm M.S. flat.
21. Please confirm that Current Transformers shall be provided
with suitable lifting arrangements to lift the entire unit as
desired in our clause 5.18 of Vol. II specification & general
arrangement drawing for lifting arrangement has been
furnished.
22. As far as primary winding design is concerned please refer
clause 5.19 and confirm the following:-
i. Please indicate material of primary winding.
ii. Please confirm that current density of primary winding
shall not exceed 1.5 Amp./sq.mm at 125% of rated primary
current.
iii. With reference to clause 5.19 (c) please confirm that
arrangement made to house the primary conductor has been
explained through suitable drawing.
iv. The primary conductor shall be held firmly and for this
purpose suitable clamping arrangement at the bottom shall
be provided. Please confirm the same has been explained
through suitable sketch in the offer. Please confirm that
Nylon rope shall not be used for holding primary
conductor.
23. Please refer clause 5.20 and confirm ;
i. That suitable insulated copper wire of 99.9% conductivity
electrolytic grade shall be used for secondary winding.
ii. That one minute power frequency withstand voltage of
secondary windings shall be 5 kV rms.
iii. That magnetization curves for all the secondary cores
have been furnished along with the offer.
24. Please refer clause 5.21 and confirm ;
i. That size and rating of primary terminals shall be as per our
specification.
ii. That drawing for primary terminal indicating material,
diameter, length, current rating has been furnished in the
bid.
25. Please refer clause 5.22 and confirm:
i. That the secondary connections shall be terminated inside
the terminal box as per sample drawing enclosed in
Annexure-III of Vol-II “Technical Specification”.
ii. That the secondary terminals of stud type shall be provided
with three nuts and adequate plain/ spring washers.
iii. That studs, nuts and washers for secondary terminal shall

TR-16/2021 18
Bidding Forms

be of brass duly nickel plated.


iv. That outside diameter of stud shall be minimum 8 mm and
length of minimum 15 mm shall be available for
connection for secondary terminal.
v. That horizontal spacing between adjacent studs shall not be
less than 1.5 times the outside diameter of nuts for
secondary terminal.
26. Please confirm that the core of Current Transformers (CTs)
shall be of grade M4 toroidal, and shall be provided as per
clause 5.23 of the specification. Please confirm that mumetal/
nanocrystalline or similar high grade magnetic material shall
be used for metering core.
27. Please confirm that enamel used for conductor insulation shall
be poly-vinyl acetate type. Polyester enamel shall not be used
for this purpose.
28. Please confirm that all the ferrous hardware exposed to
atmosphere shall be hot dip galvanised confirming to IS 2629
or equivalent International Standard.
29. Please confirm that Current Transformers (CTs) shall be
suitable for mounting on structure as detailed out in
Annexure-III of Volume - II.
30. Please confirm ;
a. That as per clause 6.1 list of type test report along with
copies of test reports for the test conducted on identical
CTs as per relevant standard during past five years period
has been furnished as per Form-XV of Section-IV.
b. That in case type test reports have been furnished as per
30(a) above for 33 kV CT, whether following tests are
also included in the type test reports furnished by you:
i. Short time current test for CT as per IS-2705.
ii. Temperature rise test.
iii. Impulse test.
iv. Power frequency test.
c. You have noted that purchaser reserves the right to carry
out type test at NABL accredited laboratory on one of the
randomly selected CT out of the supplied / offered CTs.
d. You have noted that the accuracy test (ratio and phase
angle error) on metering cores of CTs of 10% offered
quantity shall be conducted in NABL accredited labs or
mobile labs with NABL accreditation for ascertaining the
class of accuracy before conducting acceptance tests.
e. Please note that partial discharge test is included in
Routine and Acceptance Tests as per IS-16227. In this
regard, please confirm that you have testing facility to
conduct P.D test on 33 kV CTs at your works.
e. That list of manufacturing and testing facilities as
required under clause-8 has been furnished.
31. Please confirm:-

TR-16/2021 19
Bidding Forms

a. That condition regarding stage inspection as per clause 7.0


is acceptable to you.
b. You have noted that purchaser reserves the right to carry
out thorough internal inspection of one or two CTs
randomly selected out of offered lot at the time of final
inspection of CTs, during which the CTs will be
completely opened to verify dimensional & other details.
c. You have noted that final inspection of CTs will be carried
out by the purchaser only after routine test report for
offered lot of CTs is received.
32. Please confirm that clause No.8.0 “Quality Assurance Plan”
and “Stage Inspection” is acceptable to you and the desired
details has been enclosed.
33. Please confirm that you have furnished the details desired in
Clause 10.0 of Vol-II “Technical Specification” regarding
quality of manufacture & processing of equipment.
34. Please refer clause 9.2 and confirm that all details and
drawings have been furnished along with the bid.
35. Please confirm that following calculations & other important
details as stipulated in clause 13 of technical specification
have been furnished in Form XIII of Section-IV along with the
bid:-
i. Specific confirmation regarding overloading and
consistency of accuracy.
ii. Details regarding type of material of tank.
iii. Calculations to justify the current density.
iv. Calculations to justify the size of primary terminal.
v. Arrangement for holding the primary conductor and
clamping of primary winding.
vi. Arrangement for clamping/ fixing of bushing shell to the
top and bottom tank.
vii. Please confirm that a small part of bushing shall enter in
the bottom tank so that possibility of any damage to
primary winding insulation is avoided. Whether a sketch
for the above proposed arrangement has been furnished.
36. Please confirm that all technical particulars as per Form-X of
Section-IV have been furnished.
37. Please confirm that the Current Transformers offered by you
conform to all technical requirements indicated in Annexure I
& Annexure II of Vol-II “Technical Specification” and comply
other technical requirements indicated in specification.

(Signature of the Bidder)


Name
Designation
Seal of the company

TR-16/2021 20
Bidding Forms

FORM-XII
FORMAT FOR DETAILS OF BID &
CONTRACT DRAWINGS SUBMITTED WITH BID

SNo. Drawing No. Particulars

SEAL & SIGNATURE OF BIDDER

TR-16/2021 21
Bidding Forms

FORM – XIII

FORMAT FOR LIST OF PLANT &


MACHINERY AND TESTING FACILITIES

The Bidder shall submit here complete and detailed list of plant & machinery, testing facilities,
designing facilities including CAD / CAM at their works.

SEAL & SIGNATURE OF BIDDER

TR-16/2021 22
Bidding Forms

FORM - XIV

LIST OF TYPE TEST REPORTS FOR


33 kV CURRENT TRANSFORMERS

S Reference Descrip- Descrip- Method Date Name Test Remarks


No. No. & tion of tion of of of of Result if any
date of equipment, type test applica- test testing
test rating and tion Labora-
report Serial No. when tory
with no. applied,
of sheets duration
of report of test
1 2 3 4 5 6 7 8 9

SEAL & SIGNATURE OF BIDDER

TR-16/2021 23
Bidding Forms

FORM - XV

QUALITY ASSURANCE PROGRAMME


AND PROGRAMME CHART
The bidder shall submit here complete details of quality assurance programme / programme
chart as required in clause 8.0 of Volume-II “Technical Specification”.

SEAL & SIGNATURE OF BIDDER

TR-16/2021 24
Bidding Forms

FORM-XVI
Tender No. __________

CERTIFICATION BY THE BIDDER TO BE SUBMITTED ON


COMPANY’S LETTER HEAD
(REGARDING SHARING OF LAND BORDER WITH INDIA)

I ___ _ __ __ __ __ __ __ __, Son/Daughter of __ _ _________ _____ __ __ __, do solemnly


affirm and state as under:

1. That I am the <<Designation of the authorized signatory>>of _________


and I am duly authorized to furnish this undertaking declaration on behalf
of_________________.
2. That __________ has submitted its bid No. ____________________dated
________against bidding document No. ___________dated_______ for
_________item/ works for _________ the project.

3. We have read and understood the provision of order no. F.No. 6/18/2019-PPD (Order
Public Procurement No.1) dtd. 23.07.2020 regarding “Restriction under Rule 144 (xi)
of General Financial Rules” and F.No. 6/18/18/2019-PPD (Order Public Procurement
No.2) dtd. 23.07.2020 regarding “Exclusion from Restriction under Rule 144 (xi) of
the General Financial Rules” issued by Public Procurement Division, Department of
Expenditure, Ministry of Finance, Government of India,[hereinafter collectively
referred as “DoE Order”] and any subsequent modifications/Amendments, if any.

4. Particularly, we, the bidder, have read the clause regarding restriction on procurement
from a ‘bidder of a country which shares a land border with India’ and on sub-
contracting to contractors from such countries.

We certify that we, the bidder [and/or our proposed Associates] is/are not from
such a country and will not subcontract any work to a subcontractor/ sub vendor
from such countries and is eligible to be considered.
OR
We certify that we, the bidder [and our proposed Associates] and/or our
subcontractor/ sub vendor is/are from such country which share a land border with
India’ as brought out in the aforementioned orders. Accordingly, certificate of
registration by DPIIT is enclosed.
Tick (√ ) in the box ( □ ) as applicable.
5. We further declare that any misrepresentation or submission of false/forged document/
information in this regard shall be dealt with as per the provisions of Integrity Pact and /
or bidding Documents and/or MPPTCL’s policy and procedures.

(Authorized signatory of Supplier)

Note: This undertaking shall be certified by the authorized signatory of the bidder
signing the bid.

TR-16/2021 25
Bidding Forms

FORM-XVII
Tender No.
UNDERTAKING FOR LOCAL CONTENT
(to be submitted on Company’s Letter Head)
(Where the total quoted value is less than INR 10 Crore)

I , Son/Daughter of , do solemnly affirm and state


asunder:

1. That I am the <<Designation of the authorized signatory>>of


and I am duly authorized to furnish this undertaking
declaration on behalf of .

2. That__________has submitted its bid no____________________dated


________against bidding document no___________dated_______ for _________item/ works
for _________ the project.
3. That the Company is fully aware of the provisions of Purchase Preference (as per
DPIIT order no. P-45021/2/2017-PP (BE-II) dated 04/06/2020, enclosed in the above bidding
document.
4. We hereby confirm that our offer is achieving the minimum local content target of
____________%
as per of PP-LC Policy.
5. I confirm that I am aware of the implication of the above undertaking and our liability
on account of wrong declaration.

(Authorized signatory of Supplier)

Note: This undertaking shall be certified by the authorized signatory of the bidder, signing the
bid.

TR-16/2021 26
Bidding Forms

FORM-XVIII

Tender No. ____________


UNDERTAKING
(TO BE SUBMITTED ON COMPANY’S LETTER HEAD)
(FOR EQUIPMENT/MATERIAL MANUFACTURED IN INDIA)

I , Son/Daughter of , do solemnly affirm and state as


under:

1. That I am the <<Designation of the authorized signatory>>of


____________ and I am duly authorized to furnish this undertaking
declaration on behalf of .

2. That __________ has submitted its bid No. ____________________dated ________


against bidding document No. ___________dated_______ for _________item/
works for _________ the project.

3. That the Company is fully aware of the provisions in order no. 25-11/6/2018-PG dtd.
02.07.2020 of Ministry of Power, Govt. of India regarding vulnerabilities in power
supply system & network due to cyber attacks through malware/Trojans etc.

4. We hereby declare that no imported component/parts shall be used in manufacturing


of equipment/ material and equipment/material being supplied shall be free from
any kind of embedded malware/Trojans /cyber threat.

5. I confirm that I am aware of the implication of the above undertaking and our
liability on account of wrong declaration.

(Authorized signatory of Supplier)

Note: This undertaking shall be certified by the authorized signatory of the bidder, signing the
bid.

TR-16/2021 27
Bidding Forms

FORM-XIX

Tender No. ___________


UNDERTAKING
(TO BE SUBMITTED ON COMPANY’S LETTER HEAD)
(FOR IMPORTED PARTS/EQUIPMENT/MATERIAL)

I , Son/Daughter of , do solemnly affirm and state asunder:

1. That I am the <<Designation of the authorized signatory>>of _________


and I am duly authorized to furnish this undertaking declaration on behalf of
.

2. That __________ has submitted its bid No. ____________________ dated


________ against bidding document No. ___________ dated_______ for
_________ item/ works for _________ the project.

3. That the Company is fully aware of the provisions in order no. 25-11/6/2018-PG dtd.
02.07.2020 of Ministry of Power, Govt. of India regarding vulnerabilities in power
supply system & network due to cyber attacks through malware/Trojans etc.
embedded in imported equipment.

4. We hereby confirm that parts/material used in equipment or finished


equipment/material if imported from country (other than prior reference countries as
import from these countries is not allowed), these shall be tested on arrival in the
country to check for any kind of embedded malware/Trojans/cyber threat and for
adherence to Indian Standards. The testing shall be done in certified and designated
laboratories approved by Ministry of Power (MoP)

5. I confirm that I am aware of the implication of the above undertaking and our
liability on account of wrong declaration.

(Authorized signatory of Supplier)

Note: This undertaking shall be certified by the authorized signatory of the bidder,
signing the bid.

TR-16/2021 28
Bidding Forms

FORM-XX
CHECK LIST
(TO BE KEPT IN THE ENVELOPE PART-B,
“COMMERCIAL/TECHNICAL BID”
& ALSO UPLOADED ONLINE)
SNo. Check List Item Options Answer
1. Whether scanned copy of Demand Draft / Bank Guarantee Yes/No
towards “Earnest Money Deposit” is uploaded online in
Envelope-A and submitted physically?
2. Whether NSIC/SSI /DIC Registration Certificate is uploaded Yes/No
online in Envelope-A and submitted physically?
3. Whether necessary documents to substantiate that bidder is a Yes/No
Manufacturer are submitted physically?
4. Whether Statutory Auditor/ CA certified financial FORMAT Yes/No
(FORM-III) with UDIN mentioned is submitted physically?
5. Whether complete standalone audited Profit & Loss Accounts Yes/No
and Balance Sheets (including all notes) of last 3 years (2017-
18, 2018-19 & 2019-20) are submitted physically?
6 Whether all Forms except FORM-II (Price bid) duly filled & Yes/No
signed with supporting documents are submitted physically?
7 Whether certificates and documents as per qualifying Yes/No
requirement of tender specification are submitted physically?
8 Whether Form II Price bid is duly filled in and digitally Yes/No
signed by the authorized signatory & uploaded online in
Envelope-C?
9 Details of List of Past Supplies furnished. Yes/No
10 Whether Technical & Commercial Questionnaire duly filled- Yes/No
in are uploaded and submitted physically?
11 Whether Schedule of Guaranteed Technical Particulars duly Yes/No
filled-in is uploaded and submitted physically?
12 Whether Schedules for confirmation of No Commercial/ Yes/No
Technical Deviation from specification are submitted
physically?
13 Whether undertaking for material/equipment manufactured in Yes/No
India and imported equipment/material is submitted
physically?
14 Whether undertaking regarding land border sharing with India Yes/No
is submitted physically?
15 Whether certificate for local content is submitted physically? Yes/No
16 Whether the Check List is submitted physically and uploaded Yes/No
online in Envelope-B?

(SIGNATURE OF BIDDER)
NAME
DESIGNATION
SEAL OF COMPANY

TR-16/2021 29
PART-II

Supply Requirements
Delivery Schedule

Section V. Schedule of Requirements

Contents

1. Delivery Schedule ............................................................................................... 1

TR-16/2021
Delivery Schedule

1.0 DELIVERY SCHEDULE:


2.0
The delivery period shall be counted from the date of placement of order.
Following table indicates delivery schedule for 33 kV Current Transformers:-

Delivery period Qty. of 33 kV CTs to be


Within supplied (No.)
ratio Ratio 20-
1200/1-1- 10/1-1Amp
1-1 Amp.
2nd month 51 09
3rd month 51 09
4th month 51 06
5th month 51 -
6th month 54 -
Total 258 No. 24 No.
(i) Delivery of material may be regulated for a period of two years. In case
delivery is regulated by MPPTCL, manufacturing clearance would be given
minimum one month prior to specified delivery date and delivery period
would be reckoned from the date of manufacturing clearance for all
contractual purposes.

(ii) To avoid any confusion with regard to applicable date of delivery, it may be
noted that if the order is issued in first week of Aug. 2021, delivery of first
lot required in 2nd month will be due in first week of Oct. 2021 and so on.

(iii) Tenderers may please note that above period of delivery includes the period
required for approval of drawings etc. Accordingly advance preparation for
submission of these details/ documents within one month shall be made.

(iv) The period of delivery includes the period which will be required for
prototype and stage inspection & therefore for this purpose any additional
period shall not be allowed.

(v) The equipment and all associated accessories shall be dispatched preferably
within 10 days from the date of issue of dispatch instruction.

(vi) The equipment/ material and all associated accessories should be received
within 30 days from the date of issue of dispatch instruction. As such the
successful bidder should organize dispatch, transport & physical unloading
of equipment/ material within a period of 30 days from the date of issue of
despatch instruction. In case these activities put together are delayed by
more than 30 days, MPPTCL will reserve the right to regulate penalty for
delay and payment of PV (Price Variation) as per actual date of receipt of
equipment/ material.

TR-16/2021
PART III

Conditions of Contract

&

Contract Forms
Section VI. General Conditions (GC)

Notes on General Conditions

The Conditions of Contract comprise two parts:


(a) Standard General Conditions – GC (Section VI of the Bidding Documents); and
(b) Particular Conditions – PC (Section VII of the Bidding Documents).

The General Conditions set forth in Section VI of these Standard Bidding Documents for
Procurement of Goods and Related Services (hereinafter referred to as “Standard GC”)
contain general Clauses to be applied to all Contracts.

The use of these Standard GC, in all Bidding Documents/Contracts for procurement of
Goods is required, and they shall be used without any modification.

The GC in this Section, read in conjunction with the Particular Conditions in Section VII
and other documents listed therein, should be a complete document expressing all the rights
and obligations of the contracting parties.

Any amendments and additions to the General Conditions, specific to the Contract in hand,
should be introduced in the Particular Conditions. A number of such Particular Conditions,
applicable to the above Conditions of Contract, are included in Section VII.

The Particular Conditions (PC) takes precedence over the General Conditions

Clause numbers in the PC correspond to those in the GC.


Table of Clauses

1. Definitions ........................................................................................................................... 1

2. Contract Documents ............................................................................................................ 1

3. Corrupt or Fraudulent Practices .......................................................................................... 2

4. Interpretation ....................................................................................................................... 2

5. Language ............................................................................................................................. 3

6 Notices................................................................................................................................. 3

7. Governing Law .................................................................................................................... 3

8. Settlement of Disputes ........................................................................................................ 3

9. Scope of Supply .................................................................................................................. 4

10. Delivery and Documents ..................................................................................................... 4

11. Supplier’s Responsibilities .................................................................................................. 4

12. Contract Price ...................................................................................................................... 4

13. Terms of Payment ............................................................................................................... 4

14. Taxes and Duties ................................................................................................................. 5

15. Performance Security .......................................................................................................... 5

16. Copyright ............................................................................................................................. 6

17. Confidential Information ..................................................................................................... 6

18. Specifications and Standards ............................................................................................. ..7

19. Packing and Documents .................................................................................................... ..7

20. Insurance ........................................................................................................................... ..8

21. Transportation ................................................................................................................... ..8


22. Inspections and Tests .................................................................................................. 9

23. Penalty......................................................................................................................... 11

24. Guarantee .................................................................................................................... 13

25. Patent Indemnity ......................................................................................................... 14

26. Limitation of Liability................................................................................................. 15

27. Force Majeure ............................................................................................................. 16

28. Change Orders and Contract Amendments ................................................................. 16

29. Extensions of Time ..................................................................................................... 17

30. Termination ................................................................................................................. 17

31. Assignment.................................................................................................................. 19

32. Testing of Equipment/ Material at independent laboratory ........................................ 20

33. Recovery against other contracts. ............................................................................... 20

34. Extension Order .......................................................................................................... 20


General Conditions

1. Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Completion” means the Goods or any portion thereof,
including the Related Services, if applicable, have been
delivered by the Supplier in accordance with the terms and
conditions set forth in the Contract.
(b) “Contract” means the detailed order issued by MPPTCL for
procurement of goods & related services if applicable,
including all attachments, appendices, and all documents
incorporated by reference therein.

(c) “Contract Price” means the price payable to the Supplier as


specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions there from,
as may be made pursuant to the Contract.
(d) “day” means calendar day.
(e) “GC” means the General Conditions.

(f) “Goods” means all of the commodities, raw material,


machinery and equipment, and/or other material that the
Supplier is required to supply to MPPTCL under the
Contract.
(g) “PC” means the Particular Conditions.
(h) “Project Site” means the place of the final destination as
named in the PC.
“MPPTCL” means the entity purchasing the Goods and
(i) Related Services, as specified in the PC.
(j) Purchaser’s Country” is India.
“Related Services” means the services incidental to the
(k)
supply of the Goods, such as insurance, installation, training
and initial maintenance and other such obligations of the
Supplier under the Contract, excluding inland transportation
and other services required to convey the Goods to their final
destination.
(l) “Supplier” means the person(s) whose Bid to perform the
Contract has been accepted by MPPTCL and the legal
successors in title to this person(s).
2. Contract 2.1 All documents forming the Contract (and all parts thereof)
Documents are intended to be correlative, complementary and mutually
explanatory.

3. Corrupt or 3.1 If MPPTCL determines, based on reasonable evidence, that

TR-16/2021 1
General Conditions

Fraudulent the Supplier has engaged in corrupt, fraudulent, collusive,


Practices coercive or obstructive practices, in competing for or in
executing the Contract, then MPPTCL may, after giving
fourteen (14) days notice to the Supplier, terminate the
Supplier’s employment under the Contract and cancel the
Contract, and the provisions of GC Clause 30 shall apply as
if such expulsion had been made under GC Sub-Clause 30.1.

3.2 Should any employee of the Supplier be determined, based


on reasonable evidence, to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice during
the execution of the Contract, then that employee shall be
removed.

4.Interpretation 4.1 In the Contract, except where the context requires otherwise:
(a) words indicating one gender include all genders;
(b) words indicating the singular also include the plural and
words indicating the plural also include the singular;
(c) The word “Tender” is synonymous with “Bid,”
“Tenderer,” with “Bidder,” and “Tender Documents”
with “Bidding Documents;” and
(d) “written” or “in writing” means hand-written, type-
written, printed or electronically made, and resulting in a
permanent record.
The marginal words and other headings shall not be
taken into consideration in the interpretation of these
Conditions.
4.2 Amendment
No amendment or other variation of the Contract shall be
valid unless it is in writing, is dated and expressly refers to
the Contract.
4.3 Non-Waiver

(a) Subject to GC Sub-Clause 4.3(b) below, no relaxation,


forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the
other shall prejudice, affect or restrict the rights of that
party under the Contract, neither shall any waiver by
either party of any breach of Contract operate as
waiver of any subsequent or continuing breach of
Contract.

(b) Any waiver of a party’s rights, powers, or remedies

TR-16/2021 2
General Conditions

under the Contract must be in writing, dated, and


signed by an authorized representative of the party
granting such waiver, and must specify the right and
the extent to which it is being waived.
4.4 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition,
invalidity or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the
Contract.
4.5 Country of Origin
“Origin” means the place where the Goods have been grown,
mined, cultivated, produced, manufactured, or processed; or
through manufacture, processing, or assembly, another
commercially recognized article results that differs
substantially in its basic characteristics from its components.
5. Language 5.1 The Contract as well as all correspondence and documents
relating to the Contract exchanged by the Supplier and
MPPTCL shall be written in English.
6. Notices 6.1 Any notice given by one party to the other pursuant to the
Contract shall be in writing and delivered against receipt.
6.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
7. Governing 7.1 The Contract shall be governed by and interpreted in
Laws accordance with the Indian laws.
8. Settlement of 8.1 MPPTCL and the Supplier shall make every effort to resolve
Disputes amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
8.2 If, after twenty-eight (28) days, the parties have failed to
resolve their dispute or difference by such mutual
consultation, then either MPPTCL or the Supplier may give
notice to the other party of its intention to commence
arbitration, as hereinafter provided, as to the matter in
dispute, and no arbitration in respect of this matter may be
commenced unless such notice is given. Any dispute or
difference in respect of which a notice of intention to
commence arbitration has been given in accordance with this
Clause shall be finally settled by arbitration. Arbitration may
be commenced prior to or after delivery of the Goods under
the Contract. Arbitration shall be conducted in accordance
with the Indian laws.

TR-16/2021 3
General Conditions

The place of arbitration shall be Jabalpur (MP) and the


arbitration shall be conducted in English language.
8.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their
respective obligations under the Contract unless
they otherwise agree; and
(b) MPPTCL shall pay the Supplier any monies due to
the Supplier.
9. Scope of 9.1 The Goods and Related Services to be supplied are as
Supply specified in the Section-V “Schedule of Requirements.”
10. Delivery 10.1 Subject to GC Sub-Clause 27.0, the delivery of the Goods
& Documents and Related Services shall be in accordance with the
Delivery Schedule specified in Section-V “Schedule of
Requirements”. The details of documents to be furnished by
the Supplier for claiming payment are specified in the PC.
11. Supplier’s 11.1 The Supplier shall supply all the Goods and Related Services
responsibilities included in the Scope of Supply in accordance with GC
Clause 9, and the Delivery Schedule as per GC Clause 10.
11.2 The equipment shall be complete in every respect with all
minor fittings and accessories even though these may not be
specifically mentioned in MPPTCL's specification or the
Bidder’s offer. The Supplier shall not be eligible for any
extra price in 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 the offer.
If any minor accessory has not been stipulated but is
essentially required for satisfactory operation of the
equipment, the same shall be deemed to have been included
in the prices and shall be supplied by the successful Bidder
without any extra cost. An undertaking will also be required
to be given as specified in PC.
12. Contract 12.1 Prices charged by the Supplier for Goods supplied and the
Price Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its Bid / accepted
by the Supplier, with the exception of any price adjustments
authorized in the PC.
13. Terms of 13.1 The Contract Price shall be paid as specified in the PC.
Payment
13.2 The Supplier’s request for payment shall be made to
MPPTCL in writing, accompanied by invoices describing, as
appropriate, the Goods and Related Services delivered, and
by the documents submitted pursuant to GC Clause 11 and

TR-16/2021 4
General Conditions

upon fulfilment of all other obligations stipulated in the


Contract.
13.3 Payments shall be made promptly by MPPTCL, after
submission of an invoice or request for payment by the
Supplier, and after MPPTCL has accepted it.
13.4 The currency in which payments shall be made to the
Supplier under this Contract is Indian Rupees.
14. Taxes and 14.1 The Supplier shall be entirely responsible for all taxes, duties,
Duties license fees, etc. incurred until delivery of the contracted
Goods to MPPTCL.
14.2 If any tax exemptions, reductions, allowances or privileges
may be available to the Supplier, MPPTCL shall use its best
efforts to enable the Supplier to benefit from any such tax
savings to the maximum allowable extent.
15. Performance 15.1 Bidders may please note that on acceptance of offer the
Security successful bidder will have to deposit as security, an amount
of 10% of ordered value of equipment inclusive of taxes
within 30 days from the date of order as performance
guarantee. The performance security amount should be
deposited in any of the forms mentioned in ITB Clause 21.
The deposit shall be submitted for performance guarantee of
equipment and faithful performance of terms and conditions
of the Contract. This is a mandatory requirement and if the
successful Bidder fails to submit the performance security,
MPPTCL shall take action against the Bidder as per terms of
order which may include risk purchase. The decision/
discretion of MPPTCL in this regard shall be final and
binding on the Supplier.
15.2 Bidders may please note that penalty of 0.25% of the amount
of performance security per week or part thereof subject to
maximum of 5% shall be recovered from the bills of the
suppliers for delay in submission of performance security
deposit beyond the stipulated period of 30 days from the date
of order. Further, in case performance security deposit is not
submitted up to one week prior to expiry of bid security, the
bid security shall also be forfeited by MPPTCL in addition
to recovery of amount towards penalty. In addition to above,
the offer for pre-despatch inspection may not be entertained
without furnishing of performance security. MPPTCL may
also take action against the Bidder as per terms of order
which may include risk purchase. The NSIC/ SSI certificate
of such Bidders who do not furnish performance security
within the stipulated period may not be considered for
exemption from Bid Security for future tenders. The
decision/ discretion of MPPTCL in this regard shall be final

TR-16/2021 5
General Conditions

and binding on the Supplier.


15.3 The performance security shall be retained till the expiry of
guarantee period of equipment/ material or settlement of
liabilities, whichever is later. Bidders may note that in
contracts involving price adjustment, it is mandatory for the
successful bidder to furnish price variation claims/
calculations for finalization of price variation and settlement
of liabilities.
15.4 Bidders may please note that the successful Bidder, after
completing supply against the order, shall furnish a
statement in duplicate to MPPTCL showing the details of
dispatches made (such as DI No. & date, consignee,
equipment and quantity dispatched).
15.5 At the time of returning of performance security, information
regarding outstanding liabilities is required from various
consignees to whom dispatches have been made. A copy of
intimation of dispatches and liabilities is endorsed to the
Supplier by the consignee. While submitting requisition for
return of performance security, photocopy of statement of
liabilities issued by all consignees should be submitted by
the Supplier, so as to avoid delay in return of performance
security.
15.6 The proceeds of the Performance Security shall be payable
to MPPTCL as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the
Contract.
15.7 The Performance Security shall be denominated in Indian
Rupees, and shall be in the format stipulated by MPPTCL in
Section VIII, Contract Forms.
16. Copyright 16.1 The copyright in all drawings, documents, and other material
containing data and information furnished to MPPTCL by
the Supplier herein shall remain vested in the Supplier,
or, if they are furnished to MPPTCL directly or through the
Supplier by any third party, including suppliers of material,
the copyright in such material shall remain vested in such
third party.
17. Confidential 17.1 MPPTCL and the Supplier shall keep information
Information confidential and shall not, without the written consent of the
other party hereto, divulge to any third party any documents,
data or other information furnished directly or indirectly by
the other party hereto in connection with the Contract,
whether such information has been furnished prior to, during
or following completion or termination of the Contract.
17.2 MPPTCL shall not use such documents, data and other

TR-16/2021 6
General Conditions

information received from the Supplier for any purposes


unrelated to the Contract. Similarly, the Supplier shall not
use such documents, data and other information received
from MPPTCL for any purpose other than the performance
of the Contract.
17.3 The obligation of a party under GC Sub-Clauses 17.1 and
17.2 above, however, shall not apply to information that:
a) now or hereafter enters the public domain through no
fault of that party;
b) can be proven to have been possessed by that party at
the time of disclosure and which was not previously
obtained, directly or indirectly, from the other party;
or
c) otherwise lawfully becomes available to that party
from a third party that has no obligation of
confidentiality.
17.4 The above provisions of GC Clause 17 shall not in any way
modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect
of the supply or any part thereof.
17.5 The provisions of GC Clause 17 shall survive completion or
termination, for whatever reason, of the Contract.
18. Specifications 18.1 Technical Specifications and Drawings
and
Standards (a) The Goods and Related Services supplied under
this Contract shall conform to the technical
specifications and standards mentioned in
Volume-II of Bidding Document and, when no
applicable standard is mentioned, the standard
shall be equivalent or superior to the official
standards whose application is appropriate to the
Goods’ country of origin.
(b) The Supplier shall be entitled to disclaim
responsibility for any design, data, drawing,
specification or other document or any
modification thereof provided or designed by or
on behalf of MPPTCL, by giving a notice of such
disclaimer to MPPTCL.
(c) Wherever references are made in the Contract to
codes and standards in accordance with which it
shall be executed, the edition or the revised
version of such codes and standards shall be those
specified in Volume-II of Bidding Document.
During Contract execution, any changes in any
such codes and standards shall be applied only

TR-16/2021 7
General Conditions

after approval by MPPTCL and shall be treated in


accordance with GC Clause 28.
19. Packing & 19.1 The Supplier shall provide such packing of the Goods as is
Documents required to prevent their damage or deterioration during
transit to their final destination, as indicated in the Contract /
Dispatch Instruction to be issued separately. During transit,
the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage.
Packing case size and weights shall take into consideration,
where appropriate, the remoteness of the Goods’ final
destination and the absence of heavy handling facilities at all
points in transit.
19.2 The packing, marking, and documentation within and
outside the packages shall comply strictly with such special
requirements as shall be expressly provided for in the
Contract, including additional requirements, if any, specified
in the PC, and in any other instructions ordered by
MPPTCL.
20. Insurance 20.1 Unless otherwise specified in the PC, the Goods supplied
under the Contract shall be fully insured against loss or
damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in the manner specified
in the PC

20.2 While transit insurance is not covered under the scope of


supply, it shall be the responsibility of the Supplier to
arrange transport through a duly registered Transport
Agency and ensure proper packing so that there is no
damage to the equipments and its accessories during
transportation. Any loss or damage caused to the material
during transit due to negligence on the part of Supplier shall
be made good by the Supplier free of all charges within one
month from the date of intimation by MPPTCL’s consignee
to this effect. The intimation will be sent within thirty days
of receipt of equipments and its accessories at site.
20.3 In case of any loss /damage, it may be explicitly noted by the
Supplier that responsibility of lodging of claim and its
settlement with the Insurance company will rest on the
Supplier, as all such losses shall be exclusively borne by the
Supplier only.
21. 21.1 The material shall be despatched by ROAD TRANSPORT
Transportation through Registered Transport Agency on door delivery
freight paid basis to the respective destinations in Madhya
Pradesh. It is the responsibility of the Supplier to ensure safe

TR-16/2021 8
General Conditions

delivery of material at site store/ Transmission store of


MPPTCL anywhere in the state of M.P. as per dispatch
instructions to be issued separately. The transportation
includes material loading at Supplier’s works, transportation,
and safe delivery of material including unloading at
MPPTCL’s site store / Trans. Store (as the case may be)
21.2 Bidders are advised to intimate well in advance to
MPPTCL’s consignee regarding dispatch of material on his
contact no./ Mobile no., followed by written confirmation,
on receipt of dispatch instructions so that necessary
arrangements could be made by him to take delivery of
material at store/ site. Supplier shall depute its representative
immediately on arrival of material at the destination to
arrange proper stacking and conducting physical verification
to establish shortages / damages, if any, which should be
replenished in shortest possible time say, within two / three
weeks. On account of the above, if any delay occurs in
issuance of MRC, the same shall be to the Supplier’s
account.
If the Supplier fails to make good the loss or damage caused
to the material, the consignee(s) shall be free to repair the
damages / replace the shortages / losses 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 performance security as deemed fit.
22. Inspections 22.1 The Supplier shall at its own expense and at no cost to
and Tests MPPTCL carry out all such tests and/or inspections of the
Goods and Related Services as are specified in the PC.
22.2 The inspections and tests may be conducted on the premises
of the Supplier at point of delivery, and/or at the Goods’
final destination, or in another place in MPPTCL’s Country
as specified in the PC. Subject to GC Sub-Clause 22.3, if
conducted on the premises of the Supplier all reasonable
facilities and assistance, including access to drawings and
production data, shall be furnished to the inspectors at no
charge to MPPTCL.
22.3 MPPTCL or its designated representative shall be entitled to
attend the tests and/ or inspections referred to in GC Sub-
Clause 22.2, provided that MPPTCL bears all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all travelling and
board and lodging expenses.
22.4 Whenever the Supplier is ready to carry out any such test
and inspection, it shall give a reasonable advance notice,
including the place and time, to MPPTCL. The Supplier

TR-16/2021 9
General Conditions

shall obtain from any relevant third party or manufacturer


any necessary permission or consent to enable MPPTCL or
its designated representative to attend the test and/or
inspection.
22.5 MPPTCL may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance
of the Goods comply with the technical specifications, codes
and standards under the Contract, provided that the
Supplier’s reasonable costs and expenses incurred in the
carrying out of such test and/or inspection shall be added to
the Contract Price. Further, if such tests and/or inspections
impede the progress of manufacturing and/or the Supplier’s
performance of its other obligations under the Contract, due
allowance will be made in respect of the delivery dates and
completion dates and the other obligations so affected.
22.6 The Supplier shall provide MPPTCL with a report of the
results of any such test and/or inspection.
22.7 MPPTCL may reject any Goods or any part thereof that fail
to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace
such rejected Goods or parts thereof or make alterations
necessary to meet the specifications at no cost to MPPTCL,
and shall repeat the test and/or inspection, at no cost to
MPPTCL, upon giving a notice pursuant to GC Sub-Clause
22.4.
22.8 The Supplier agrees that neither the execution of a test
and/or inspection of the Goods or any part thereof, nor the
attendance by MPPTCL or its representative, nor the issue of
any report pursuant to GC Sub-Clause 22.6, shall release the
Supplier from any guarantee or other obligations under the
Contract.
22.9 All machinery, apparatus or material supplied will be subject
to inspection and approval by MPPTCL's representative
before despatch if possible otherwise on arrival at the
destination. Inspection before despatch will not however
relieve the Supplier of his responsibility to supply strictly in
accordance with the specifications.
22.10 All machinery, apparatus and material shall conform to
provisions of any Statutory Acts such as the Indian Electricity
Act, Indian Factory Act, the Indian Boiler Act, etc and
corresponding rules and regulations as may be applicable.

TR-16/2021 10
General Conditions

22.11 MPPTCL's representatives shall be entitled at all reasonable


times during manufacture to inspect, examine and test at the
contractor's premises the material and workmanship of the
material to be supplied under this contract.
22.12 Stage inspection:- Wherever specified in the contract, the
successful Bidder shall ensure making offers at required stages
of manufacture. They shall also ensure that manufacturing
activities beyond specified stages is undertaken only after
satisfactory stage inspection of that stage.
22.13 For inspection / testing, the Supplier shall intimate MPPTCL
15 days in advance about readiness of material as per the
scheduled delivery so that action may be taken for getting the
material inspected. The material shall not be dispatched unless
waiver of inspection is obtained or the material is inspected by
MPPTCL's authorized representative. When the material has
passed the specified tests, MPPTCL’s representative shall
furnish a certificate jointly signed by him and contractor’s
representative to this effect in writing to the contractor in any
case. While notifying the readiness of the equipment, the
routine test certificates shall invariably be sent. The final
inspection of material shall be organized by MPPTCL only
after receipt of routine test report for offered material. The
material shall not be dispatched, unless the test certificates are
approved. These test certificates should be in accordance with
the latest issue of the relevant Indian Standards or as approved
by the order placing authority
22.14 For the purpose of inspection, it will be duty of the Supplier to
provide, to the inspecting officer, the detailed order, approved
drawings, comments, if any, on the drawings and amendments
(if any) made in any term/ condition/specification/ GTP of the
order and all relevant IS, IEC, standards. Failure to provide
documents demanded by the inspector shall render the
inspection as “Fake Inspection Call” and relevant penalty may
be imposed on the Supplier on this account.
22.15 All such Suppliers who after giving inspection call do not
offer material to inspecting officer for inspection due to one
or the other reason, shall be required to remit all expenses
incurred in organizing inspection including travel expenses
plus a sum of Rs 10,000/- per officer per inspection call or as
specified in PC.

TR-16/2021 11
General Conditions

23. Penalty 23.1 Except as provided under GC Clause 27, if the Supplier fails
to deliver any or all of the Goods or Related Services by the
Completion date specified in the Contract, MPPTCL may
without prejudice to all its other remedies under the
Contract, deduct from the Contract Price, as penalty, a sum
equivalent to the percentage specified in the PC of the
delivered price of the delayed Goods or Related Services for
each week or part thereof of delay until actual delivery, up to
a maximum deduction of the percentage specified in the
PC. Once the maximum is reached, MPPTCL may terminate
the Contract pursuant to GC Clause 30.
23.2 In case of delayed delivery of material, MPPTCL may at its
option impose a penalty calculated at the above rate for such
portion of equipment delivered, which cannot be put to use
for which it was meant, as a consequence of such delay. If
supply of accessories is delayed, penalty on FOR Destination
price of complete equipment shall be applicable.
23.3 In case of delay in execution of order, the penalty shall be
levied in parts as per following:-
a. Date of Offer (material readiness date) shall be compared
with Contractual Delivery Date. If the Date of Offer
(material readiness date) exceeds Contractual Delivery
Date, then penalty shall be levied for such excess period
as per specified rate for the specified period.
b. The actual date of receipt of material shall be compared
with date of dispatch instruction plus specified number of
days mentioned therein for delivery. If the actual date of
receipt of material exceeds the date so arrived at by
adding the specified number of days mentioned to the
date of dispatch instruction, then penalty shall be levied
for such excess period as per specified rate for the
specified period.
c. Penalty as per (a) and (b) above shall be computed
separately and independently of each other.
d.If the contractual delivery date/ period is still pending and
there is a delay in the receipt of material, then in such
case, period of delay will be calculated by counting the
number of days from the date so arrived at by adding the
specified number of days specified to the date of dispatch
instruction up to the actual date of receipt of material.
The penalty will be levied for such period of delay as per
specified rate for the specified period.
23.4 In case any of the equipment/ accessories is found to be
defective in material or workmanship or develops defects

TR-16/2021 12
General Conditions

during service, same shall be replaced/ repaired by the


Supplier free of all charges within 30 days or within a
reasonable period, as per specific agreement with order
placing authority, from the date of receipt of intimation. In
case of delay in replacement/ repair of equipment/ accessories,
MPPTCL may at its option recover penalty @ 0.5% of FOR
Destination (Landed cost without taxes) price for each week
or part thereof, subject to a maximum of 10%.
23.5 In case of delay in delivery, in addition to penalty amount the
GST on penalty shall also be deducted as per prevailing rate in
accordance with GST Act.
24. Guarantee 24.1 The Supplier shall guarantee that all the Goods are new,
unused and of the most recent or current models and that
they incorporate all recent improvements in design and
material, unless provided otherwise in the Contract.
24.2 Subject to GC Sub-Clause 18 the Supplier further shall
guarantee that the Goods shall be free from defects arising
from any act or omission of the Supplier or arising from
design, materials, and workmanship, under normal use in the
conditions prevailing in MPPTCL’s Country where the
Project Site is located.
24.3 The guarantee shall remain valid for the period as specified
in PC.
24.4 MPPTCL shall give notice to the Supplier stating the nature
of any such defects together with all available evidence
thereof promptly following the discovery thereof. MPPTCL
shall afford all reasonable opportunity for the Supplier to
inspect such defects.
24.5 The following conditions shall also be applicable for the
contract to be placed against the tender:-
a. In case any defect in the equipment/ material is
found within guarantee period, the same will be
replaced/ repaired by the supplier on free of cost
basis. The replacement/ repairing will have to be
organized by supplier expeditiously and preferably
within one month's time. Bidders may note that if
repair/ replacement of equipment/ material is not
organized within 3 months of notice of defects/
failure being sent, MPPTCL shall recover the cost of
such equipment/ material from available payments/
performance security as the case may be without
further notice and with such penalty as it may deem
appropriate for non-compliance of contractual
obligations.
b. If for the purpose of replacement/ repairs, the

TR-16/2021 13
General Conditions

equipment/ material is required to be dispatched to


Supplier’s works, all charges towards transportation/
insurance/ packing and forwarding will have to be
borne by the Supplier for to and fro dispatches.
c. If the equipment/ material develops defect within
guarantee period after installation at site, for the
purpose of replacement/ repairs, the same will have
to be dismantled and taken out by MPPTCL. In such
cases, actual cost of dismantling, any other incidental
cost and cost of re-erection/ re-assembly and
replacement of the equipment/ material will also be
recoverable from the Supplier.
d. In case it is observed that replacement/ repairs of
equipment/ material is not being provided to us
within reasonable period and proper response is not
received from the supplier, then apart from operating
Clause of penalty (which provides for imposition of
penalty, risk purchase at supplier’s cost and
cancellation of contract) MPPTCL may also take
suitable penal action against the supplier which may
include debarring from all future business with the
MPPTCL for a period which will be at the discretion
of the MPPTCL.
e. In case after commissioning of equipment, any
operational problem is observed within guarantee
period of equipment due to manufacturing defects
and rectification or replacement is done, then the
guarantee period for such equipment may be
extended as specified in PC.
f. Additional applicable as specified in Clauses if any
for the contract are specified in the PC.
25. Patent 25.1 The Supplier shall, subject to MPPTCL’s compliance with
Indemnity GC Sub-Clause 25.2 indemnify and hold harmless MPPTCL
and its employees and officers from and against any and all
suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which MPPTCL may
suffer as a result of any infringement or alleged infringement
of any patent, utility model, registered design, trademark,
copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract by reason of:
(a) the installation of the Goods by the Supplier
or the use of the Goods in MPPTCL’s
Country where the Project Site is located; and

TR-16/2021 14
General Conditions

(b) the sale in any country of the products


produced by the Goods.
Such indemnity shall not cover any use of the Goods or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part
thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials
not supplied by the Supplier, pursuant to the Contract.
25.2 If any proceedings are brought or any claim is made against
MPPTCL arising out of the matters referred to in GC Sub-
Clause 25.1 MPPTCL shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and
in MPPTCL’s name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings
or claim.
25.3 If the Supplier fails to notify MPPTCL within twenty-
eight(28) days after receipt of such notice that it intends to
conduct any such proceedings or claim, then MPPTCL shall
be free to conduct the same on its own behalf.
25.4 MPPTCL shall, at the Supplier’s request, afford all available
assistance to the Supplier in conducting such proceedings or
claim, and shall be reimbursed by the Supplier for all
reasonable expenses incurred in so doing.

25.5 MPPTCL shall indemnify and hold harmless the Supplier


and its employees, officers, and Subcontractors from and
against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and
expenses of any nature, including attorney’s fees and
expenses, which the Supplier may suffer as a result of any
infringement or alleged infringement of any patent, utility
model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at
the date of the Contract arising out of or in connection with
any design, data, drawing, specification, or other documents
or materials provided or designed by or on behalf of
MPPTCL.
26.Limitation 26.1 Except in cases of criminal negligence or wilful misconduct,
of Liability
(a) the Supplier shall not be liable to MPPTCL, whether
in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any

TR-16/2021 15
General Conditions

obligation of the Supplier to pay penalty to MPPTCL


and
(b) the aggregate liability of the Supplier to MPPTCL,
whether under the Contract, in tort or otherwise, shall
not exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of
the Supplier to indemnify MPPTCL with respect to
patent infringement.
27. Force 27.1 The Supplier shall not be liable for forfeiture of its
Majeure Performance Security, penalty or termination for default if
and to the extent that delay in performance or other failure to
perform its obligations under the Contract is the result of an
event of Force Majeure.
27.2 For purposes of this Clause, “Force Majeure” means an
event or situation beyond the control of the Supplier that is
not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of MPPTCL
in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and freight embargoes,
strikes, go slow, lock-outs, earthquakes, floods, national
calamity, riots and civic commotion.

27.3 If a Force Majeure situation arises, the Supplier shall


promptly notify MPPTCL in writing of such condition and
the cause thereof. Unless otherwise directed by MPPTCL in
writing, the Supplier shall continue to perform its obligations
under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
27.4 Prevalence of Force Majeure will have to be got certified by
appropriate Governmental agency. 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 MPPTCL. MPPTCL shall verify the facts and
grant such extension as the facts justify, for which the
Supplier shall submit its representation with documentary
evidence.
28. Change 28.1 MPPTCL may at any time order the Supplier through notice
Orders in accordance GC Clause 6 to make changes within the
and Contract general scope of the Contract in any one or more of the
Amendments following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically

TR-16/2021 16
General Conditions

manufactured for MPPTCL;


(b) the method of shipment or packing;
(c) the place of delivery; and
(d) the Related Services to be provided by the Supplier.
28.2 Prices to be charged by the Supplier for any Related Services
that might be needed but which were not included in the
Contract shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties
by the Supplier for similar services.
28.3 Subject to the above, no variation in or modification of the
terms of the Contract shall be made except by written
amendment.
29. Extensions 29.1 If at any time during performance of the Contract, the
of Time Supplier should encounter conditions impeding timely
delivery of the Goods or Related Services pursuant to GC
Clause 10 the Supplier shall promptly notify MPPTCL in
writing of the delay, it’s likely duration and its cause. As
soon as practicable after receipt of the Supplier’s notice,
MPPTCL shall evaluate the situation and may at its
discretion extend the Supplier’s time for performance, in
which case the extension shall be ratified by the parties by
amendment of the Contract.
29.2 Except in case of Force Majeure, as provided under GC
Clause 27, a delay by the Supplier in the performance of its
delivery obligations shall render the Supplier liable to the
imposition of penalty pursuant to GC Clause 23 unless an
extension of time is agreed upon, pursuant to GC Sub-Clause
29.1.
30. 30.1 Termination for Default
Termination
(a) MPPTCL, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to
the Supplier, may terminate the Contract in whole or in
part, if the Supplier, in the judgment of MPPTCL has
engaged in fraud and corruption, as defined in GC
Clause 3, in competing for or in executing the
Contract.
(b) MPPTCL may, upon written notice of default,
terminate the contract under the circumstances detailed
hereunder:-
(i) If in the opinion of MPPTCL, the Supplier fails to
deliver the material within the time specified or
during the period for which extension has been
granted by MPPTCL.

TR-16/2021 17
General Conditions

(ii) If in the opinion of MPPTCL, the Supplier fails to


comply with any of the other provisions of the
contract or material is found not in accordance
with prescribed specifications and/ or the
approved samples.
(iii) If as a result of stage inspection, it is revealed that
material and/ or workmanship is substandard
which is likely to affect the performance of the
finished product, a notice would be served by
MPPTCL to the Supplier to suspend further
activities and to take urgent steps towards
corrective measures failing which the entire order
would be cancelled.
(c) In the event of such termination, MPPTCL shall
exercise its discretionary power such as:-
(i) To recover from the Supplier the agreed
penalty as per GC Clause 23.
AND/ OR
(ii) To purchase from elsewhere after giving due
notice to the Supplier on account and at the risk
of the Supplier such stores/ material not
delivered or others of similar description in
respect of consignment not yet delivered.
AND/ OR
(iii) To cancel the contract reserving MPPTCL’s
right to recover damages.
(d) In pursuance of GC Clause 30.1(a) & 30.1 (b) above,
MPPTCL shall exercise its discretionary power to
black-list/debar the Supplier for further business with
MPPTCL for a declared period on breach of the
contract.
(e) The powers under GC Clause 30.1 (c) referred to
above are in addition to the rights and remedies
available to MPPTCL under the general laws relating
to Contract.
(f) In the event of risk purchase of stores of similar
description, the opinion of MPPTCL shall be final. In
the event of action taken under GC Clause 30.1 (c)
above, the Supplier shall be liable to pay for any loss,
which MPPTCL may sustain on that account but the
Supplier shall not be entitled to any saving on such
purchases made against the default.
(g) The decision of MPPTCL regarding the acceptability
of the stores supplied by Supplier shall be final and

TR-16/2021 18
General Conditions

MPPTCL shall not be required to give any reason in


writing or otherwise at any time for the rejection of
the stores/ material.
(h) In the event, MPPTCL does not terminate the order
as provided in GC Clause 30.1(b) & 30.1(c) above,
the Supplier shall continue execution of the order, in
which case he shall be liable to MPPTCL for penalty
for the delay as per GC Clause 23 until supplies are
accepted.
30.2 Termination for Insolvency
MPPTCL may at any time terminate the Contract by giving
notice to the Supplier if the Supplier becomes bankrupt or
otherwise insolvent. In such event, termination will be
without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to
MPPTCL.

30.3 Termination for Convenience


(a) MPPTCL, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any
time for its convenience. The notice of termination
shall specify that termination is for MPPTCL’s
convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the
date upon which such termination becomes effective.
(b) The Goods that are complete and ready for
shipment within twenty-eight (28) days after the
Supplier’s receipt of notice of termination shall be
accepted by MPPTCL at the Contract terms and
prices. For the remaining Goods, MPPTCL may
elect to have any portion completed and delivered at
the Contract terms and prices.
31. Assignment 31.1 Neither MPPTCL nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with
prior written consent of the other party.
32. Testing of 32.1 MPPTCL reserves the right to conduct Routine Tests /Type
Equipment/ Tests/ Acceptance Tests at CPRI / ERDA / Third party
Material at NABL accredited lab, on randomly selected sample from the
independent supplied / offered lot before its acceptance. The said tests
laboratory shall be conducted on any one unit of supplied / offered lot
in each or any rating, as may be decided. MPPTCL reserves
the right to waive off the testing of the lot, in case of
urgency.

TR-16/2021 19
General Conditions

32.2 The sample Unit shall be selected for conducting Routine


Tests /Type Tests/ Acceptance Tests by a committee as
specified in PC. The samples so selected shall be sealed by
at least 2-3 seals by the committee members. The selected
samples shall be sent with complete details for testing as per
specification at any independent NABL accredited
Laboratory like ERDA, CPRI etc. In case the sample unit
fails in any of the Routine Tests /Type Tests/ Acceptance
Tests, the entire lot shall be rejected.
The testing charges for Type test/Routine tests/Acceptance
Tests shall be borne by MPPTCL. In case the sample unit
fails in any of the Routine/Type/Acceptance tests, then the
charges, including transportation & establishment expenses
shall be recovered from the supplier or shall be deducted
from their bills / performance security.

32.3 It shall be responsibility of Supplier to obtain the date of


testing of such randomly selected equipment / material for
Routine Tests /Type Tests/ Acceptance Tests from CPRI /
ERDA / NABL accredited lab. Further the testing of sample
shall be carried out in presence of representative of
MPPTCL and Supplier. In case Supplier does not depute
their representative on the schedule date of testing, then
testing will be carried out in absence of Supplier’s
representative and the finding of tests shall be binding on the
Supplier for further necessary action.
32.4 Other conditions shall be as specified in PC.
33. Recovery 33.1 Any amount recoverable from the successful Bidder against
against other other contracts with MPPTCL will be adjusted from
contracts. payment due and/or performance security furnished against
the Contract that may be awarded under the specification.

34. Extension 34.1 MPPTCL reserves the right to place extension order for
Order additional quantities up to 50% of the value of main order on
same rates and terms & conditions within twelve months
from the date of placement of main order.

TR-16/2021 20
Section VII. Particular Conditions (PC)

Notes on Particular Conditions

The Particular Conditions (PC) complement the General Conditions (GC) to specify data
and contractual requirements linked to the special circumstances of the country, the
Purchaser, or the overall project. Whenever there is a conflict, the provisions herein shall
prevail over those in the GC.

Clause numbers in the PC correspond to those in the GC.


Particular Conditions

Particular Conditions (PC)


GC 1.1(h) The Project Site(s)/ Final Destination(s): shall be indicated in Dispatch
Instruction to be issued separately.
GC 1.1(j) The Purchaser is: Madhya Pradesh Power Transmission Company
Limited, Jabalpur - 482 008 (M.P) India.
GC 7.1 The Governing law shall be the Indian laws.
GC 8.2 The Courts at Jabalpur shall have exclusive jurisdiction over all disputes
arising under, pursuant to and/ or in connection with execution of the
Contract.

The rules of procedure for arbitration proceedings pursuant to GC Clause 8.2


shall be as follows:
In the case of a dispute between the Purchaser and the Supplier, the dispute
shall be referred to adjudication or arbitration in accordance with the laws of
India (Indian Arbitration and Conciliation Act of 1996). The place for
arbitration shall be Jabalpur.
GC 10.1 Upon delivery of the Goods, the Supplier shall notify the Purchaser and send
the following documents to MPPTCL;

(A) For Supply of Goods:-


a. Invoice in quadruplicate duly inscribed with name of consignee/
destination. Invoice may be submitted by the supplier after delivery at
site, but the same will be processed only after availability of GRN in
ERP.
b. The invoice should be prepared strictly using the description given in
Contract, otherwise any deviation may result into rejection of invoice
because the Finance Department may consider that either technical
specification of equipment supplied is different or some of the
accessories have not been supplied.
c. A clear certificate, if applicable, mentioning invoice number, GRN
details and name of consignee as per specified pro-forma (which will
be made available along with purchase order) should be submitted to
certify that there is no negative price variation on the date of inspection
call of the equipment/material covered under the invoice claiming
payment as per format specified in Section VIII “Contract Forms”.
d. In case there is any negative price variation, if applicable, detailed
calculation should be submitted along with invoice duly supported
with certified IEEMA circulars and basic price may be reduced to the
extent of negative price variation.
e. Certificate for completeness of equipment as per specified schedule
enclosed with the detailed purchase order as per format specified in
Section – VIII “Contract Forms”.
f. Copy of Lorry Receipt/ MTR.
g. Packing list and bill of material duly certified by the Supplier, which
should be prepared package-wise indicating package number to

TR-16/2021 1
Particular Conditions

facilitate identification of content of various packages.


h. Original invoices duly signed by owner of the factory along with
commercial invoices wherever applicable.
(B) For Price Escalation:-
a. Invoices in quadruplicate showing the description of the Goods as per
the contract, mentioning quantity, GRN No., supply invoice No. &
date
b. Price variation shall be payable/recoverable only on Ex-works cost and
applicable GST shall be payable thereupon. It may be noted that no
price variation shall be paid in the event of + 1% variation in cost.
Also no price variation will be paid on any advance payment.
c. It may be explicitly understood that price variation payments shall be
made strictly on the basis of contractual delivery schedule i.e. date of
inspection call.
d. In case deliveries are postponed by the order placing authority or early
deliveries are accepted for which a written consent is given by order
placing authority, the price variation shall be payable on the basis of
date of inspection call, which will be on the basis of such revised
delivery schedule for which written consent and amendment of order
shall be issued by the order placing authority.
e. For all equipments and material, which will be offered by the supplier
for inspection within contractual delivery schedule or agreed modified
delivery schedule i.e. in respect of supplies wherein no delay in
delivery as per the terms of the contract is involved, the provisions as
mentioned below shall be applicable.
We have specified the total period, which will be allowed to the
supplier for the purpose of organizing dismantling, packing and
loading, transportation of equipment from factory to substation site
and unloading at substation site. In case for these operations, the total
specified period is exceeded, then price variation shall be calculated on
the basis of date of inspection call, actual date of physical unloading at
site and lower of the two amounts shall be admissible in case of
positive price variation. In case of negative price variation, the
Purchaser shall be eligible for claiming higher of the two amounts.
f. In case of delay in delivery on account of any reasons not attributable
to specified force majeure conditions, price variation shall be
calculated on the basis of date of actual inspection call, contractual
date of delivery, date of physical receipt of material at site complete in
all respects and lower of the price variation worked out as per these
three alternative dates shall be payable in case of positive price
variation. In case, however, negative price variation takes place, then
higher of the amount recoverable as calculated as per these three
alternatives shall be recovered.
g. Notwithstanding the conditions specified in the above said clauses,
there will be no upward or downward ceiling for price variation.

TR-16/2021 2
Particular Conditions

h. It has already been mentioned that in case of negative price variation,


the supplier, in all fairness, should reduce the basic price to the extent
of negative price variation while claiming 100% payment. In case,
however, it is observed that negative price variation has taken place
and the supplier due to oversight or otherwise has not passed on
benefit of the same to the MPPTCL at the time of claiming 100%
payment, then the purchaser reserves the right to not only recover such
amount at a later date but also to claim interest on such amount from
the date of release of original payment up to the date of recovery @
2% per month on pro rata basis.
i. For the purpose of claiming price variation, the supplier is required to
furnish copies of IEEMA circulars towards indices for price variation.
Instances have come to notice wherein due to oversight incorrect
indices/ circulars were furnished by few agencies and in one of the
cases there has been fraudulent effort to claim additional price
variation on the basis of incorrect indices/ certificates. To avoid this, it
is obligatory on the part of the supplier to submit photocopy of
IEEMA circulars duly certified and with signature and seal of the
authorized representative of the supplier. Along with this, an
undertaking will also be required to be given as per proforma which
will be made available by the order placing authority. Supplier is
requested to cooperate in this regard in the interest of expediting price
variation payments.

GC 11.2 The undertaking for “Completeness of Equipment” shall be as per proforma


specified in Section – VIII “Contract Forms”.

GC 12.1 The prices charged for the Goods supplied shall be ADJUSTABLE. The
prices charged for the Related Services (Freight Charges) performed shall be
FIXED in all respect. The formula indicated in Annexure-I shall be used to
calculate the price adjustment.
GC 13.1 Payment of the Contract Price shall be made in the following manner:
(A) 100% Payment towards supply of material: 100% payment of
accepted Ex-works cost along with 100% freight & GST shall be
released after delivery of material at site and issue of Goods Receipt
Number (GRN) by the consignee, on completion of 30 days period
from the date of submission of invoices complete in all respect OR
Gate Entry date (mentioned in GRN), whichever is later, along with
Proforma I/ II/ III as specified in Form-VIII “Contract Forms”.
The price variation calculation, with relevant documents shall also be
submitted along with the main invoices.
(B) Payment of price variation claim: The price variation for the
equipment/ material will be acceptable only on the basis of IEEMA
price variation formula detailed out in attached Annexure-I. It may
be noted that even if imported components or accessories are utilized

TR-16/2021 3
Particular Conditions

for manufacture of the equipment/ material, MPPTCL will not


reimburse any price variation on the cost of imported components.
The invoices towards payment of price variation claims have to be
submitted latest within 6 months period after last payment towards
supply of material failing which price variation claim shall not be
entertained by us. The payment of price variation shall be made on
completion of 45 days of receipt of price variation invoices complete
in all respect. For the purpose of price variation claim, invoices along
with all supporting documents i.e. calculation of price variation,
applicable IEEMA circulars and undertaking (Proforma IV) may be
submitted to order placing authority. Period of 45 days shall be
counted from the date of receipt of last supporting document, in case
any of the supporting documents is found to be missing.
Specific points to be noted by the Supplier for claiming Payment:
a. For claiming all type of payments, the documents complete in all
respect should be submitted.
b. Since 100% payment and payment of price escalation are required to be
made separately, it is necessary that there should be some procedure to
interlink all these payments. For this purpose, it may be noted by the
Bidder that while claiming all these payments, details of Dispatch
Instructions, name of Transmission Store and destination, supply
invoice number & date should be clearly mentioned on the right hand
top of each invoice. In case this is not done and the documents are not
linked properly, responsibility for delay in payment will rest on the
Supplier
c. Raising of proper claim complete in all respect is the responsibility of
the Supplier.
d. The Supplier shall ensure that only valid and proper claims are made
for payment for Goods supplied. In the event of payment of any
amount, not due as per contract, such payments shall be refunded back
to Purchaser within three working days on receipt of notice of the
Purchaser in this regard. This is without prejudice to Purchaser’s right
to initiate such other legal remedies as may be appropriate.
GC 14.1 GOODS AND SERVICES TAX (GST):
(a) The GST shall be payable as per actual, subject to submission of
documentary evidence.
(b) GST on raw material/ semi finished product shall not be payable extra
and is treated as included in the quoted F.O.R. prices. Also variation in
GST on raw material/ semi-finished product, if any, during the pendency
of order, shall be borne by the Suppliers.
(c) Any variation in GST shall be payable subject to submission of
documentary evidence within the contractual delivery period of the
contract only. The GST on finished equipment will be paid by the

TR-16/2021 4
Particular Conditions

Purchaser as per the rates in force at the time of despatch, provided the
actual delivery is in conformity with the contractual delivery schedule. If
there has been delay in delivery and extension in time has been granted
by the Purchaser covering such delay, then the GST will be paid as per
rates in force at the time of despatch. If however, there is delay and
extension in time is not granted, payment of GST on finished equipment
shall be limited to the rates applicable to the contractual delivery period
or the actual delivery date whichever is less.
GC 19.2 The packing, marking and documentation shall be as specified in Volume II of
Bidding Document.
GC 22.2 The Inspections and tests shall be conducted as per Volume II of Bidding
Document.
GC 23.1 The penalty shall be 0.5% per week or part thereof subject to maximum of
10% of the contract price.
GC 24.3 The equipments covered under the tender shall be guaranteed for satisfactory
performance and quality for a period of Five years from the date of receipt of
material at site/ store.
In case of repair/ replacement, the guarantee period shall be extended
for further 24 months from the date of such repair/ replacement.
GC 32.2 The committee shall be constituted by CE(T&C)/ CE(EHT:C)/CE (EHT:M&I)
and will comprise SEs / EEs of concerned wing.
GC 32.4 MPPTCL may direct to conduct Routine Tests/ Type Tests/ Acceptance Tests
at an independent NABL accredited laboratory.
- Volume – II of the Tender Specification should also be referred.

TR-16/2021 5
Particular Conditions

Annexure – I

Attachment : Price Adjustment Formula

Pursuant to GC Sub-clause 12.1, prices payable to the Supplier as stated in the Contract, shall
be subject to adjustment during performance of the Contract to reflect changes in the cost of
Labour and material components in accordance with the formula given below:

PRICE VARIATION CLAUSE FOR INSTRUMENT TRANSFORMERS

REFERENCE OF IEEMA’s PRICE VARIATION CLAUSE :-

IEEMA(PVC)/INST.TR_Porcelain Insulator_upto 72.5 KV Effective from: 1st January 2021

PRICE VARIATION CLAUSE FOR INSTRUMENT TRANSFORMERS USING


PORCELAIN INSULATOR FOR UP TO 72.5 KV

The price quoted/confirmed is based on the input cost of raw materials/components and
labour cost as on the date of quotation and the same is deemed to be related to prices of
raw materials and all India average consumer price index number for industrial workers as
specified in the price variation clause given below. In case of any variation in these prices and
index numbers, the price payable shall be subject to adjustment, up or down in accordance
with the following formula :

Po Al C ES FE IN ER TO W
P= (20+3 +21 +8 +13 +10 +4 +5 +16 )
100 Alo Co ESo FEo INo ERo TOo Wo

Wherein,

P = Price payable as adjusted in accordance with the above formula.


P0 = Price quoted/confirmed.
AL0 = Price of LME CSP Average of Aluminium (refer notes)
This price is as applicable on the 1st working day of the month, ONE month prior to the date of
tendering.

C0 = Average LME settlement price of Copper wire bars (refer notes)


This price is as applicable for the month, ONE month prior to the date of tendering.

ES0 = Price of CRGO Electrical Steel Lamination (refer note)


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
tendering.

FE0 = Wholesale price index number for ‘Manufacture of Basic Metals’ (Base: 2011-12=100)
(refer notes) This index number is as applicable for the month, THREE months prior to the date
of tendering.

IN0 = Whole sale price index of Insulator (refer notes)


This index number is as applicable for the month, THREE months prior to the date of tendering

TR-16/2021 6
Particular Conditions

ER0 = Price of epoxy resin (refer notes).


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
tendering.

TO0 = Price of Transformer Oil (refer notes)


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
tendering.

W0 = All India average consumer price index number for industrial workers, as published by
the Labour Bureau, Ministry of Labour, Govt. of India (Base: 2016 = 100)
This index number is as applicable on the first working day of the month, THREE months prior
to the date of tendering.
For example, if date of tendering falls in April 2021, applicable prices of Aluminium (AL0),
Copper (C0), CRGO (ES0), Epoxy Resin material (ER0), Transformer Oil (TO0) should be as on
March 2021 and Wholesale price index number for ‘Manufacture of Basic Metals’, Whole sale
price index of ‘Insulator’ and all India average consumer price index no. (W0) should be for the
month of January 2021.

The above prices and indices are as published by IEEMA vide circular reference number
IEEMA(PVC)/CTPT (R-1)/ / ONE month prior to the date of tendering.

AL = Price of LME CSP Average of Aluminium (refer notes)


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
delivery.

C = Average LME settlement price of Copper wire bars (refer notes)


This price is as applicable for the month, ONE month prior to the date of delivery.

ES = Price of CRGO Electrical Steel Lamination (refer note)


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
delivery.

FE = Wholesale price index number for ‘Manufacture of Basic Metals’ (Base: 2011-12=100)
(refer notes) This index number is as applicable for the month, THREE months prior to the date
of delivery.

IN = Whole sale price index of Insulator (Base: 2011-12=100) (refer notes)


This index number is as applicable for the month, THREE months prior to the date of delivery.

ER = Price of epoxy resin (refer notes).


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
delivery.

TO = Price of Transformer Oil (refer notes)


This price is as applicable on the 1st working day of the month, ONE month prior to the date of
delivery.

TR-16/2021 7
Particular Conditions

W = All India average consumer price index number for industrial workers, as published by
the Labour Bureau, Ministry of Labour, Govt. of India (Base: 2016 = 100)
This index number is as applicable on the first working day of the month, THREE months prior
to the date of delivery.

For example, if date of delivery in terms of clause given below falls in December 2021,
applicable prices of Aluminium (AL), Copper (C), CRGO (ES), Epoxy Resin (ER), Transformer Oil
(TO) should be as on November 2021 and Wholesale price index number for ‘Manufacture of
Basic Metals’, Whole sale price index of ‘Insulator’ and all India average consumer price index
no. (W) should be for the month of September 2021.

The above prices and indices are as published by IEEMA vide circular reference number
IEEMA(PVC)/CTPT (R-1)/ / ONE month prior to the date of delivery.
The date of delivery is the date on which the Instrument Transformer is notified as being
ready for inspection/despatch (in the absence of such notification, the date of
manufacturer’s despatch note is to be considered as the date of delivery) or the contracted
delivery date (including any agreed extension thereto), whichever is earlier.

Notes:
a) All prices of raw materials are exclusive of GST/CV duty amount and exclusive of any other
central, state or local taxes etc. Instrument Transformers manufacturers import major raw
materials like Copper, CRGO etc. The landed cost of these imported raw materials includes
applicable custom duty but exclusive of modvatable CVD

b) The details of prices are as under:

1) Price of LME average Cash SELLER Settlement price of Primary Aluminium in US$ per MT
as published by London Metal Bulletin (LME) including Premium for Aluminium Ingot in US$ per
MT is converted in Indian Rs./MT using exchange rate and adding appropriate customs duty.

2) The LME price of Copper Wire Bars (in Rs./MT) is the LME average settlement price of
Copper Wire Bars converted into Indian Rupees with applicable average exchange rate of SBI of
the month. This price is the landed cost, inclusive of applicable customs duty only but exclusive
of countervailing duty

3) The price of CRGO Electrical Steel Lamination suitable for Instrument Transformers of rating
up to 72.5 KV is the average price as quoted by processing centres of mills and lamination
suppliers

4) The price of epoxy resin (in Rs/Kg) is as quoted by a resin manufacturer for their grade CT
5900 or its nearest equivalent applicable

5) The price of Transformer Oil (in Rs./K.Ltr) is the average price on ex-refinery basis as
quoted by primary producers for supply in drums.

6) The wholesale price index numbers for ‘Manufacture of Basic Metals’ and ‘Insulators’ are as
published by the Office of Economic Advisor, Ministry of commerce & Industry, Govt. of India,
New Delhi with base 2011-12 = 100

TR-16/2021 8
Section VIII. Contract Forms

Notes on Contract Forms

This Section contains the Proforma for claiming payment and the Performance
Security.

Bidders shall not submit these forms with their Bids. After notification of award,
the successful Bidder shall furnish the Performance Security using the respective
form provided in Section VIII.
Contract Forms

CONTENTS

1. PRO-FORMA-I: UNDERTAKING FOR COMPLETENESS OF EQUIPMENT.

2. PRO-FORMA-II CERTIFICATION FOR PRICE VARIATION


(For No Negative Price Variation)

3, PRO-FORMA-III CERTIFICATION FOR PRICE VARIATION


(For Negative Price Variation)

4. PRO-FORMA-IV UNDERTAKING

5. PRO-FORMA-V: FOR BANK GUARANTEE TOWARDS PERFORMANCE


SECURITY AGAINST SUPPLY CONTRACTS

TR-16/2021 1
Contract Forms

PROFORMA-I

UNDERTAKING FOR COMPLETENESS OF MATERIAL

We hereby undertake to confirm that 33 kV Current Transformers have been


supplied by us complete with all accessories as specified in Schedule ____ attached
with order no.___ ___ ___ __ _ dated___________ received by us.

While all the accessories associated with the equipment have been supplied,
we undertake to supply any minor item which might not have been mentioned in the
subject schedule but may be necessary for satisfactory operation of the equipment.

Signature of Authorized
Signatory with seal
of the Company

Place:-

Date:-

TR-16/2021 2
Contract Forms

Proforma-‘II’

CERTIFICATION FOR PRICE VARIATION


(For No Negative Price Variation)

______ No. of 33 kV Current Transformers have been delivered at (name of Trans :


Store/ Substation) on ___ ____ ____ at _____ Hrs. against contract No. __ __ __ __ __ __ __
__ _______ as per Dispatch Instruction No. ____________ dtd.__________ It is confirmed
that no Negative Price Variation is applicable as per IEEMA Price Variation procedure for
above equipments. In support of above, the price variation calculation sheet along with relevant
base indices and applicable indices as per IEEMA price variation formula are enclosed. In case
of any discrepancy in the indices, we have noted that the additional amount of PV claimed i.e.
amount not due for payment if any shall be recoverable from us along with interest thereon @
2% per month on pro rata basis.

MRC No. ______________Date _______


Name of consignee ___________

Signature of Authorised
Signatory with seal
of the Company

Place :-

Date :-

TR-16/2021 3
Contract Forms

Proforma-‘III’
CERTIFICATION FOR PRICE VARIATION
(For Negative Price Variation)

_____ No. of 33 kV Current Transformers have been delivered at (name of Trans :


Store / Substation) on ___________ at _____ Hrs. against contract
No.______________________ as per Dispatch Instruction No. ____________ dtd.__________.
It is confirmed that Negative Price Variation as applicable as per IEEMA Price Variation
procedure for above equipments has been duly accounted for. The Ex-works cost/ price has
been revised after considering Negative Price Variation, as under:-

a) Unit Ex-works price Rs.

b) Price Variation % PV

c) PV amount Rs.

d) Revised Unit Ex-works Price Rs.

MRC No. ______________Date _______


Name of consignee ___________

Signature of Authorised
Signatory with seal
of the Company

Place:-

Date:-

TR-16/2021 4
Contract Forms

Proforma-‘IV’
UNDERTAKING
Contract No. ________________________ dtd. _______ placed on M/s _ _ _ _
_ _ _ _ _ _ __ __ _ __ __ _ __ _ __ _ (Name of supplier) for supply of _ _ _ _ No. of 33
kV Current Transformers. MPPTCL DI No. ___________ dtd. ________ for supply of
____ No. of 33 kV Current Transformers.

Price variation claim for_____ No. of 33 kV Current Transformers GRN No. __


___ ___ ___ ___ Date ________ Name of consignee ____ ___ ___ ___ __ ___ ___

No. Details of indices Value of indices as per Reference of IEEMA


IEEMA Circular Circular No. & Date
1. Base indices

2. Applicable indices

“We (Name of manufacturer) hereby undertake that the base indices and applicable
indices indicated above towards supply of ____ No. of 33 kV Current Transformers
have been verified and are correct. These indices have been used in Price Variation
calculation and PV claim submitted vide Invoice No. _____________ dtd. _________.
In case of any discrepancy in the indices, we have noted that the additional amount of
PV claimed i.e. amount not due for payment if any shall be recoverable from us along
with interest thereon @ 2% per month on pro rata basis.

Signature of Authorised
Signatory with seal
of the Company
Place:-
Date:-
SEAL OF FIRM:

TR-16/2021 5
Contract Forms

PROFORMA-V
BANK GUARANTEE FOR PERFORMANCE SECURITY
(To be executed on Non-Judicial Stamp Paper of appropriate legal value as per Stamp Duty Act of the
State)

Bank Guarantee No. ………………………………………….. Date ………………………….

Address of Guarantor Bank: …………………………………………………………………..

(e_mail) ...................... (Fax No.) ......................


(any change in above details, should be informed to Beneficiary immediately)

Address of beneficiary ("Contracting Agency"):

Chief Engineer (Procurement)


M.P. Power Transmission Company Limited.
Block No.3, Shakti Bhawan, Rampur,
Jabalpur — 482008, Madhya Pradesh
e-mail : ce.proc@mptransco.nic.in
Fax No. +91-761-2665593

Dear Ladies and/or Gentlemen,

Vide Notification of Award issued No… …………………………….. Dated


………………………….. and Order No. …………………….…………. dated
………………….., having its Principal place of business at
…………………………………………… and Registered Office at ………………………("the
Contractor") concerning ………………………………….. (Name & Scope of Contract) against
Tender Specification No. TR-16/2021.

2. By this letter we, the undersigned, ………(insert name & address of the issuing bank)
………, a Bank (which expression shall include its successors, administrators, executors and
assigns) organized under the laws of ............................ and having its Registered/Head
Office at …..…….(insert address of registered office of the bank)……..... do hereby
irrevocably guarantee payment to you up to ………………………….. i.e., ten percent (10%)
of the Contract Price.

3. We, the undersigned (BANK) (” Guarantor “), waiving all objections and defenses under the
aforementioned contract, hereby irrevocably and independently guarantee to pay on your
Notice of Demand any amount up to a total of Rs. XX YY (words ..............)

4. We undertake to pay to the “M. P. POWER TRANSMISSION COMPANY LTD” any


money so demanded notwithstanding any dispute or disputes raised by the ―”Contractor” or
their subsidiary companies, in any suit or proceedings pending before any court or tribunal
relating thereto, our liability under this present being absolute and unequivocal. The payment
so made by us under this Guarantee shall be a valid discharge of our liability for payment
there under and the “Contractor” shall have no claim against us for making such payment.

TR-16/2021 6
Contract Forms

5. Notwithstanding anything to the contrary, “Contracting Agency's” decision as to whether the


“Contractor” had made any default or defaults or failed to duly perform any of the terms &
conditions of the aforementioned contract/ order and the amount to which “Contracting
Agency” is entitled by reasons thereof, will be binding on us and we shall not be entitled to
ask “Contracting Agency” to establish its claims under this guarantee but, we shall pay the
sum demanded to the extent of guaranteed amount, without any objection or query and
without cavil or argument. The decision of “Contracting Agency” that any sum has become
payable shall be final and binding on us.
6. We hereby agrees to extend the period of this Bank Guarantee by executing a supplementary
deed as may reasonably be necessary to discharge the Contractor‘s obligation under this
Guarantee.
7. We hereby also agree that during currency of the Guarantee herein given, or during the period
of extension, this Guarantee shall not be revoked even with a notice by us.

8. This guarantee shall not be affected by any change in the constitution of our Bank or of the
contractor or for any other reason whatsoever.

9. In the event of any claim under this guarantee, payment shall be immediately effected On
The Same Day to your Bank through RTGS in the following account;

NAME : M. P. POWER TRANSMISSION COMPANY LTD.


ACCOUNT NO. : 552901110050000
IFS CODE : UBIN0555291
BRANCH : UNION BANK OF INDIA,
MADAN MAHAL
M.P. JABALPUR BRANCH
CODE : 55290

In case of failure of RTGS or change in above details, the payment shall be made through
Demand Draft immediately. Any change in the Bank account shall be informed to us.

10. It is understood that you will return this Bank Guarantee to us on expiry or after payment of
the total amount to be claimed hereunder.

11. Except for the Notice for Demand, no other document or other action shall be required, not
withstanding any applicable Law or Regulation.

12. The Court of Jabalpur shall have exclusive Jurisdiction in all matters of all disputes in
respect of above Bank Guarantee.

This guarantee shall expire no later than DD/MM/YYYY or upto extended period. By this date
we must have received any claims for payment by Notice for Demand letter sent to us through
email or through Fax or in person.

This guarantee is governed by the laws of INDIA.


Encl: Annexure - 1
.................................................
Place, Guarantor Seal & Signature
Date

TR-16/2021 7
Contract Forms

Note :

1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers of
appropriate value shall be purchased in the name of Bank who issues the “Bank Guarantee”.

2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities indicating
their POA nos. and should invariably be witnessed.

2. The Bank Guarantee should be in accordance with the proforma as provided. However,
in case the issuing bank insists for additional paragraph for limitation of liability, the following
may be added at the end of the proforma of the Bank Guarantee [i.e., end paragraph of the Bank
Guarantee preceding the signature(s) of the issuing authority(ies) of the Bank Guarantee]:

Quote ―Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value in
figures)____________ [_____________________ (value in words)____________].

2. This Bank Guarantee shall be valid upto ________(validity date)__________.

3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only & only if we receive a written claim or demand on or before
________ ( claim validity date) __________.

TR-16/2021 8
MADHYA PRADESH POWER TRANSMISSION CO. LTD.
BLOCK NO.3, SHAKTI BHAWAN RAMPUR: JABALPUR

TENDER SPECIFICATION NUMBER


TR-16/2021

VOLUME – II

TECHNICAL SPECIFICATION OF
33 kV CURRENT TRANSFORMERS

CHIEF ENGINEER (PROCUREMENT)


SECTION-II

TECHNICAL SPECIFICATION FOR


33 kV CURRENT TRANSFORMERS

1.0 SCOPE :
1.1 This specification provides for design, manufacture, stage testing, inspection
and testing before despatch, packing and delivery F.O.R. destination of
outdoor 33 kV Current Transformers to be used in different EHV substations
located anywhere in the state of Madhya Pradesh.
1.2 It is not the intent to specify completely herein all details of the design and
construction of equipments. However, the equipment shall conform in all
respects to high standards of engineering, design and workmanship and shall
be capable of performing the duties specified herein. The equipment offered
shall be complete with all components necessary for its effective and trouble
free operation. Such components shall be deemed to be within the bidder’s
scope of supply, irrespective of whether these are specifically brought out in
this specification or not.
2.0 STANDARDS :
2.1 Unless otherwise specified elsewhere in this specification, the rating as well
as performance and testing of the 33 kV CTs shall conform but not limited to
the latest revisions and amendments available at the time of placement of
order of all the relevant standards as listed hereunder, except as modified in
this document.
S No. Standard No. Title
1 IS:2165 Insulation Co-ordination for
equipment of 100 kV and above.
2 IS:16227 Current Transformers
3 IEC : 61869 Current Transformers
(1&2)
4 IS:2099 High voltage porcelain Bushings
5 IS:3347 Dimensions of porcelain transformer bushings.
6 IS:2071 Method of High Voltage Testing
7 IS:335 Insulating oil for transformers and switchgears
8 IS:2147 Degree of protection provided by enclosures for
low voltage, switchgear and controlgear.
9 IEC-171 Insulation co-ordination
10 IEC-60 High voltage testing techniques
11 IEC-8263 Method for RIV test on high voltage insulators
12 IS-5561 Electric Power Connectors
13 - Indian Electricity Rules 1956.

2.2 Equipment meeting with the requirements of other authoritative standards,


which ensure equal or better performance than the standards mentioned
above, shall also be considered. When the equipment offered by the bidder

TR – 16/2021 45 33 KV Current Transformers


conforms to other standards salient points of difference between standards
adopted and the standards specified in this specification shall be clearly
brought out in the relevant schedule. Three copies of such standards with
authentic translation in English shall be furnished along with the bid.

2.3 In this bid, the bidders will have to furnish confirmation in regard to
compliance of all our technical requirements. The purchaser has described
requirement of various technical and other particulars of the equipment in
Annexure I to III of this specification enclosed. Based on above all details as
per prescribed schedules should be furnished by the bidder so that we may be
able to examine whether the bid submitted is technically acceptable or not.
All technical details and confirmation required as per various schedules in
Section-IV “Bidding Forms” will form part of technical bid. Details as per
clause 12 below shall also be furnished.
3.0 CLIMATIC CONDITIONS :
Equipment to be supplied against this specification shall be suitable for
satisfactory continuous operation under the following tropical conditions:-

1 Location in the state of MADHYA PRADESH


2 Max. ambient air temp. (deg.C) 50
3 Min. ambient air temp (deg.C) 1
4 Average daily ambient air temperature 40
(deg.C)
5 Maximum Relative humidity (%) 95 (sometimes reaches
saturation)
6 Average annual rainfall (mm) 1250
7 Max. wind pressure (kg/sq.m.) 150
8 Max. altitude above mean (metres) sea 1000
level
9 Isoceraunic level (days/year) (Average 50
number of thunderstorm days)
10 Seismic level (horizontal acceleration) 0.3g

Note: Moderately hot and humid tropical climate conducive to rust and fungus
growth. The climatic conditions are also prone to wide variations in
ambient conditions. Smoke is also present in the atmosphere. Heavy
lightning also occurs during June to October.

4.0 SYSTEM PARTICULARS :


a) System voltage (kV rms) 33
b) Max. voltage (kV rms) 36
c) Lightning impulse voltage (dry & wet) (kVp) 170
d) Power frequency withstand voltage (wet) (kV rms) 70
e) Short circuit level (kA). 26.2 for 2
sec

TR – 16/2021 46 33 KV Current Transformers


5.0 BASIC DESIGN AND TECHNICAL REQUIREMENTS FOR 33 kV
CT:
5.1 BASIC DESIGN :

a. The CT will be of dead tank design with a top dome /tank to accommodate
primary terminal assembly, oil level gauge/ pressure relief device (rupture
type) etc. and a bottom tank to accommodate secondary core, terminal box
etc. The equipment shall be outdoor, single phase oil immersed and self-
cooled type suitable for services indicated as above complete in all respect,
conforming to modern practices of design and manufacture.
As stated, CT shall be paper insulated, oil filled, dead tank type. The CT
after providing paper insulation shall be housed in the tank containing oil.
Please note epoxy casting in primary & secondary cores is not acceptable.
The compound filled CTs are also not acceptable. Manufacturers should
briefly describe complete process of manufacturing.
CT with cascade design / interposing CTs / auxiliary CTs are not acceptable
as it is found that such CTs have poor time response and may cause mal-
operation of relays.
b. The insulation as per the latest version of IS:4800 or equivalent International
Standard of the CT shall be so designed that the internal insulation shall
have higher electrical withstand capability than the external insulation. The
designed di-electric withstand values of external and internal insulations
shall be clearly brought out in the guaranteed technical particulars. The di-
electric withstand values specified in this specification are meant for fully
assembled CT.
c. The CTs covered under this specification shall meet the technical
requirements indicated in Annexure I & Annexure II enclosed with the
specification.
5.2 PORCELAIN HOUSING :
a. The CT should be designed using single porcelain housing. No metallic
joints shall be provided in the porcelain. The housing shall be made of
homogeneous, vitreous porcelain of high mechanical and electric strength.
Glazing of porcelain shall be of uniform brown or dark brown colour with a
smooth surface arranged to shed away rain water or condensed water
particles (fog.).The profile of porcelain shall be aerodynamic type as per
latest version of IEC-815.
b. Details of attachment of metallic flanges to the porcelain shall be brought out
in the bid.

5.3 METAL TANK :


Special precaution will have to be taken towards selection of material for the
metal tank and the following will have to be ensured:-
i) Material for metal tank which should be minimum 3 mm. thick (i. e. mild
steel/ stainless steel/ aluminium alloy) shall be carefully selected
TR – 16/2021 47 33 KV Current Transformers
depending upon the primary current and the material should be clearly
mentioned against technical questionnaire.
ii) The practice of providing inserts of non-magnetic material in the body of
the tank with suitable welding to reduce eddy current shall not be
acceptable. This problem should be avoided by selection of tank of
suitable material.
iii) Welded joints have to be minimised to avoid possibility of oil leakage. In
any case welding in horizontal plane shall be avoided.
iv) The slot /hole cutting in the bottom tank should be done smoothly to
avoid any sharp edges within the tank. All welded surfaces need to be
smoothened and shall be covered with pressboard or other insulating
material of good mechanical properties.
v) The bottom tank should not have any dents and pitting to ensure proper
tightening of gasket and to avoid any oil leakage. Fabrication of bottom
tank shall be done by utilizing fresh sheet steel only.
The material selected for the tank shall be justified with suitable explanation.
5.4 PREVENTION OF OIL LEAKAGES AND ENTRY OF MOISTURE:
a. The sealing of CT shall be properly achieved. The following should be
properly taken care of & arrangement provided by the bidder shall be
described.
i. Locations of emergence of primary and secondary terminals.
ii. Interface between porcelain housing and metal tank.
iii. Cover of the secondary terminal box.
b. For gasketed joints, wherever used, nitrile butyl rubber gaskets, neoprene or
any other improved material shall be used. Cork gaskets shall not be used.
The nitrile butyl rubber ‘O’ Ring should be fitted in properly machined
groove with adequate space for accommodating the gasket under
compression at interface between main porcelain bottom flange and main
tank neck cover. You have to submit complete details and justify that the
quality of gaskets which will be used between the joints will be of best
quality to avoid leakage of oil. The quality of gasket should be selected
keeping in mind that the ambient temperature in MP now touches 50 deg.
centigrade.
c. The CT shall be of dead tank design and shall be so constructed that it can be
easily transported to site within the allowable transport limitation and in
horizontal position if the transport limitations so demand. The CT shall be
hermetically sealed and method of such sealing shall be detailed out in the
bid.

5.5 TERMINAL CONNECTORS:


The terminal connectors required for connection of the CT to owner's bus
bar, shall be in the bidder’s scope. The terminal connectors shall be suitable
for Twin ACSR Zebra conductor for CTs ratio 1200/1-1-1-1 Amp. and
Single ACSR Zebra conductor for CTs ratio 20-10/1-1 Amp. with
arrangement for both vertical and horizontal take off. The terminal

TR – 16/2021 48 33 KV Current Transformers


connector shall conform to the latest version of IS: 5561 or equivalent
International Standard. The drawing for terminal connectors is enclosed with
bid document for guidance.
The design of clamp shall be to our approval. The details of current take off
as required by us should be detailed out in the drawing and should be
submitted along with the bid. In respect of the terminal connectors,
following should be ensured:-
a. The terminal connector should be made of A6 Aluminium Alloy and
by pressure/gravity die cast only. Sand cast terminal connectors are
not acceptable. The current rating of terminal connector will be 1.5
times the rated current. The current density shall not exceed 1
Amp./sq.mm. in any part.
b. All castings shall be free from blow holes, surface blisters,
cracks and cavities. All sharp edges should be rounded off.
c. No part of clamp shall be less than 12 mm thick.
d. All current carrying parts shall be designed and manufactured to have
minimum contact resistance. The bimetallic strips/ sleeve shall be 2
mm thick.
e. All nuts/ bolts/ washers shall be made of HDG Mild steel with
minimum diameter of 12 mm.
f. The conductor should be tightened by at least four bolts. Conductor
hold length must not be less than 100 mm.
g. Size of terminal connector for which the clamp is designed and also
rated current under site conditions shall be embossed / punched on
each part of clamp except hardware.
h. The surface of clamps to be tightened by atleast four bolts should be
flat in shape so that it may be possible to open the nuts and bolts by
normal spanners. Therefore, any type of groove in the clamp body
for fixing of nuts should be avoided.
i. The portion of clamp to hold the conductor should be flat and straight
and not zig-zag in construction, at both the sides, so that heating of
clamp by throttling action of current may be avoided.
j. Space of at least 50% of diameter of nuts should be available after the
hole at both the sides of conductor holding portion for better
mechanical strength.

5.6 MOUNTING :
The CT shall be suitable for mounting on our steel structure, which shall be
arranged by the purchaser. The mounting dimensions of equipment shall
match with the mounting dimensions of structure indicated in enclosed
Annexure-III.

5.7 INSULATING OIL :


The insulating oil for first filling of oil in each CT shall be in the scope of
bidder. Only best quality new EHV Grade transformer oil should be used

TR – 16/2021 49 33 KV Current Transformers


with the equipments with minimum BDV of 70 kV. The oil shall comply in
all respect with the provisions of the latest version of IS: 335 or IEC
publication no. 60296 (as amended up to date). The oil parameters viz. Tan
delta, resistivity, PPM and BDV of oil filled in the CTs shall be recorded in
the test certificates of respective CT.

5.8 SURFACE FINISH :


The metal tanks shall be coated with at least two coats of zinc rich epoxy
painting or hot dip galvanized. All the ferrous hardware exposed to
atmosphere, shall be hot dip galvanised conforming to the latest version of
IS: 2629 or equivalent International Standard. All other fixing nuts, bolts,
washers shall be made of HDG mild steel.
It has been observed that certain CTs received in the past by us were not
having good quality painting and with passage of time peeling of flakes of
paint takes place. The internal and external surfaces of metal tanks to be
painted shall be shot or sand blasted to remove all rust and scale of foreign
adhering matter or grease. All steel surfaces in contact with insulating oil
shall be hot dip galvanized or painted with two coats of heat resistant, oil
insulating varnish. All paints shall be carefully selected to withstand
extremes of weather. The paint shall not scale off or crinkle or be removed
by abrasion due to normal handling.

5.9 TEMPERATURE RISE :


The temperature rise of a CT winding when carrying a primary current equal
to 125% of rated current at a rated frequency and with a unity power factor
burden corresponding to rated output connected at the secondary winding
shall be 5° (five degrees) less than the permissible values given in the latest
version of IS : 2705 or equivalent international standard.

5.10 ARRANGEMENT FOR COMPENSATION OF OIL VOLUME :


For compensation of variation in the oil volume due to variation in ambient
temperature, stainless steel bellows or any other proven suitable arrangement
which may be equal or superior shall be used. Rubber diaphragms shall not
be permitted for this purpose. In case bellow is used, a bellow indicator shall
be provided to monitor the position of metal bellow. An oil level indicator
shall also be provided to indicate the presence of oil (preferably by means of
a coloured ball) in the top tank. The bellow level and oil level should be
clearly visible to an observer with naked eye from ground level.
[[

5.11 SECONDARY TERMINALS TERMINATION :


The following may please be noted for strict compliance: -
(a) The secondary terminal box should have two separate compartments
for terminals of metering & protection cores. Suitable gland plates for
both the compartments will have to be provided.

TR – 16/2021 50 33 KV Current Transformers


(b) The terminal box shall be provided with removable gland plate and
gland/s suitable for 1100 volts grade, PVC insulated, PVC sheathed
multi-core2.5 sq.mm. stranded copper cable.
(c) The terminal box shall be dust and vermin proof. Suitable
arrangement shall be made for drying of air inside the secondary
terminal box.
(d) The dimensions of the terminal box and its openings shall be
adequate to enable easy access and working space with use of normal
tools.
(e) The outer cover of secondary terminal box shall have provision for
sealing by way of insertion of wire in the bolt hole. A drawing
indicating above arrangement may please be furnished along with the
bid.
5.12 POLARITY :
Polarity shall be invariably marked on each primary and secondary terminal.
Facility shall be provided for short circuiting & grounding of the CT
secondary terminals inside the terminal box.

5.13 RATING PLATE :


The CT shall be provided with a rating plate with dimensions and markings
as per the latest version of relevant IS/ IEC Standards. This rating plate shall
also contain our purchase order no. & date, date of inspection of CT and
guarantee period of equipment The markings shall be punched/ engraved and
not painted.
5.14 OIL FILLING AND SEALING :
The CT shall be vacuum filled with oil after processing and thereafter
hermetically sealed to eliminate breathing and to prevent air and moisture
from entering the tanks. Oil sampling valve provided at the bottom of CT
should be protected by providing metallic cover or blanking plug/plate.
Valve should be welded to avoid any leakage. The method adopted for
hermetic sealing shall be described in the bid.
5.15 CASTING :
The castings of base, collar etc. shall be die-cast and tested before assembly
to detect cracks and voids if any.

5.16 INSTRUMENT SECURITY FACTOR :


The instrument security factor of metering core shall be low enough and not
greater than 5. This shall be demonstrated on all the ratios of the metering
core, in accordance with procedure specified in the latest version of relevant
IS/ IEC Standards.
5.17 EARTHING :
CT shall be provided with two separate earthing terminals for bolted
connection to 50 x 8 mm MS flat to be provided by the Purchaser for
connection to station earth-mat.

TR – 16/2021 51 33 KV Current Transformers


5.18 LIFTING ARRANGEMENT:
CT shall be provided with suitable lifting arrangement, to lift the entire unit.
The lifting arrangement shall be clearly shown in the general arrangement
drawing. Lifting arrangement (lifting eye) shall be positioned in such a way
as to avoid any damage to the porcelain housing or the tanks during lifting
for installation/ transport. Necessary sling guides shall be offered which shall
be of removable type.
5.18 PRIMARY WINDING :
a) Primary winding shall be made out of electrolytic grade 99.9%
conductivity copper. Conductors used for the primary winding shall
be rigid and housed in rigid metallic shell. Joints in the primary
winding shall not be provided. For primary winding, current density
shall not exceed 1.50 Amp / sq.mm at continuous overloading of 25%
above rated current.
(b) The design density for short circuit current as well as conductivity
of the metal used for primary winding shall meet the requirement
of latest version of IS:2705 or IEC-60044 (1). The bidder shall in his
bid furnish detailed calculations for selection of winding cross-
sections. The selected amp-turns for CTs shall be justified on the
basis of type test reports.
(c) It is desired that from the point of view of adequate mechanical
strength in the normal course and also during short circuit, proper
precaution should be taken. The following arrangement or any
equivalent suitable arrangement, which should be described in the
bid, shall be provided for this purpose:
i. The primary conductor should be housed in suitable tube of adequate
mechanical strength. The arrangement shall be explained through
suitable drawing and material of tube should be indicated.
ii. The primary conductor should be held firmly and for this purpose
suitable clamping arrangement at the bottom shall be provided and
explained through suitable sketch. Firm clamping arrangement is a
must and holding of winding using nylon rope etc. shall not be
acceptable.
iii. The neck of tube should be properly fixed to support the primary
winding of CT. It is suggested that piece of strong material of length
around 8 inches on both the sides of tube should be fixed to properly
hold the primary windings so that dislocation of primary windings
during transport is avoided.
iv. The edges of the pipe should be smoothened to avoid any damage to
insulation.
v. A sturdy arrangement should be provided to secure the bottom of
primary winding in place. Also separate arrangement will be
necessary to hold the secondary windings in place. The arrangements
for primary winding and for secondary cores shall be independent of
each other. Any common arrangement is not acceptable.

TR – 16/2021 52 33 KV Current Transformers


vi. At least two clamping should be done on each side of the primary
winding and a minimum number of 4 No. nuts and bolts should be
provided on each side. The nuts and bolts arrangement used for
holding active parts should be suitably dimensioned. The bolts should
be tightened with the nuts and also a check nut for proper locking.
vii. The arrangement for bringing out connection from outer shielding for
grounding purpose should be made properly. For this purpose the
full length copper strip of width around 2 cm. may be used on the
outer dia. of bottom portion to ensure proper shielding/ earthing of
outer condenser. For shielding preferably aluminium foil should be
used.
viii. Minimum 10 mm space should be available between insulation and
porcelain for adequate passage of oil.
5.20 SECONDARY WINDINGS :
Suitably insulated copper wire of 99.9% conductivity electrolytic grade shall
be used for secondary windings. The exciting current of the CT shall be as
low as possible. The bidder shall furnish along with his bid the
magnetization curve / s for all the core/s.
Enamel, if used for conductor insulation, shall be either polyvinyl acetate
type or amide type and shall meet the requirements of latest version of IS:
4800 or equivalent International Standard.
5.21 PRIMARY TERMINALS:
For various ratings of CTs selection of primary terminal only of copper
material shall be made carefully. Primary terminal studs on either side of
tank should be of minimum 80 mm length to accommodate terminal
connector. The dia/ size of the primary terminal shall be such that the current
rating available is at least 1.5 times the rated current of the CT. It would be
obligatory on the part of the tenderer to specify material, diameter, length
and current rating of primary terminal which shall be used for CTs of
different ratio. The surface of primary terminal studs to accommodate
terminal connector for take-off shall be plain and not threaded. The details
may be explained through suitable sketch.
The primary terminals shall be of heavily tinned electrolytic copper. The
minimum thickness of tinning shall be 15 microns.
5.22 SECONDARY TERMINALS:
The secondary connections from epoxy block shall firstly be brought to stud
type terminals of 8 mm dia. From these inner terminals the connections will
be brought to stud type outer terminals provided on the terminal plate made
of steel. Secondary terminal studs for external connections shall be provided
with at least three nuts and adequate plain and spring washers for fixing the
leads. The studs, nuts and washers shall be of brass, duly nickel plated. The
minimum outside diameter of the studs shall be 8 mm. The length of at least
15 mm shall be available on the studs for inserting the leads. The horizontal
spacing between centres of the adjacent studs shall be at least 1.5 times the
outside diameter of the nuts. Terminal markings shall be provided for inner
terminals (provided on epoxy block) as well as for the outer secondary

TR – 16/2021 53 33 KV Current Transformers


terminals. All markings shall be engraved or through a plate which should be
firmly fixed. A sample drawing showing the required arrangement for
secondary connections is enclosed in Annexure-III for reference. No
alternative arrangement in this regard shall be acceptable.
5.23 CORE :
The grade M4 toroidal core or any equivalent/ superior grade core material
shall be of high-grade non-ageing electrical silicon laminated steel of low
hysteresis loss and high permeability to ensure high accuracy at both normal
and over currents. The CT core to be used for metering shall be made of
mumetal/ nano-crystalline or better grade magnetic material and shall be of
accuracy class specified. The saturation factor of this core shall be low
enough not to cause any damage to measuring instruments in the event of
maximum short circuit current. The 5P10 core shall be designed for a
minimum saturation factor of 10 for the highest setting. The magnetization
curves for this core shall be furnished with the bid.

5.24 RATIO CHANGING ARRANGEMENT:


Ratio changing arrangement for CTs ratio 20-10/1-1 Amp. shall be achieved
by means of copper strips on primary side.

5.25 SPECIAL REQUIREMENT FOR CURRENT TRANSFORMERS:


a) OVERLOADING:
The CTs shall be suitable for continuous overloading upto 125% maximum
rated primary current. The following requirements therefore should be
noted:-

i) It should be specifically confirmed that the CTs offered against the


specification are suitable for continuous overloading of 25% above
rated current. For this purpose, precaution taken in design of
equipment may be suitably explained.

ii) For all the CTs which are to be designed for 25% overloading, the
permissible temperature rise of CT winding over the reference
ambient temperature of 50°C at 125% rated current, rated
frequency and with a unity power factor burden corresponding to
the rated output connected to the secondary windings shall not
exceed 45°, i.e. 5° less than the permissible values as specified in
IS.
b) CONSISTENCY OF ACCURACY:
It should be specifically confirmed that with 25% continuous overloading,
the ratio/phase angle errors of the CTs shall be maintained strictly within
specified limits without any drift and no variation shall take place due to
overloading of Current Transformers.

TR – 16/2021 54 33 KV Current Transformers


6.0 TESTS :
6.1 TYPE TEST :
All the equipments offered, shall be fully type tested as per relevant Indian
Standards or any equivalent International Standard during the last Seven
years from the date of bid opening. Copy of type test reports shall be
enclosed with the bid. For any change in the design/ type already type tested
and the design/ type offered against this bid, the Purchaser reserves the right
to demand repetition of same or all type tests without any extra cost.

6.2 ACCEPTANCE AND ROUTINE TESTS :


6.2.1 The manufacturer shall carry out all acceptance and routine tests as stipulated
in the relevant Indian Standards (IS16227) or equivalent International
Standards in presence of purchaser’s representative.The accuracy test (ratio
and phase angle error) on metering cores of CTs of 10% offered quantity
shall be conducted in NABL accredited labs or mobile labs with NABL
accreditation for ascertaining the class of accuracy before conducting
acceptance tests.
6.2.2 Immediately after finalization of the programme of type/ acceptance/ routine
testing, the manufacturer shall give sufficient advance intimation to the
Purchaser, to enable him to depute his representative for witnessing the tests.
6.2.3 During measurement of errors, the resistance of leads connecting the CT
under test, the burden box and the standard CT to the measuring bridge
should be kept minimum so that accuracy of measurement of CT errors is
negligible.
7.0 INSPECTION :
i. The Purchaser shall have access at all times to the works and all other
places of manufacture, where the CTs are being manufactured and the
bidder shall provide all facilities for unrestricted inspection of the
bidder’s works, raw materials, manufacture of all the accessories and for
conducting necessary tests as detailed herein.
ii. The successful bidder shall keep the purchaser informed in advance of
the time of starting and of the progress of manufacture of equipment in
its various stages, so that arrangements could be made for inspection.
iii. The Purchaser reserves the right to carry out thorough internal inspection
of two or three CTs, randomly selected out of offered lot, at the time of
final inspection of CTs, during which the CT will be completely opened
to verify the dimensional and other details.
iv. Besides above, the Purchaser reserves the right to carry out type test at
NABL accredited laboratory on one of the randomly selected CT out of
the supplied / offered CTs. The supplier shall extend all cooperation for
organizing the type tests in the presence of Purchaser’s representative.
v. No material shall be dispatched from the point of manufacture unless the
material has been satisfactorily inspected and tested.
vi. The acceptance of any quantity of the equipments shall in no way relieve
the successful bidder of his responsibility for meeting all the

TR – 16/2021 55 33 KV Current Transformers


requirements of this specification and shall not prevent subsequent
rejection if such equipments are later found to be defective.
8.0 QUALITY ASSURANCE PLAN & STAGE INSPECTION :
8.1 For the purpose of supply of above equipments, you will have to follow strict
quality assurance programme, which will include thorough verification of
samples of critical assemblies and accessories by us, verification of sources
of raw materials, detailed verification of your drawing & design, checking up
of all calculations regarding size of terminals, primary winding etc, stage
inspection at various critical stages of manufacture and minor modifications
consequent to such stage inspections as per our requirements and all other
related requirements, which have generally been brought out in bidding
documents and the detailed contract. It is expected that you would be very
serious and prudent in meeting these requirements without any loss of time,
so that supply of equipments in line with quality assurance programme is
ensured within targeted schedule.
The purchaser reserves the right to specify various stages for stage
inspections and also for manufacture of a proto type unit for inspection &
testing, before according clearance for bulk manufacturing.
The bidder shall submit quality assurance plan with the tender offer
which shall be subjected to revision if required in case of successful
bidder.
8.2 The bidder must establish that they are following a proper quality assurance
programme for manufacture of CTs and potential transformers.
The bidder shall invariably furnish following information along with his
bid.
i. Statement giving list of important raw materials, names of sub supplier
for the raw material, list of standards according to which the raw material
are tested, list of tests normally carried out on raw material in presence of
bidder’s representative, copies of test certificates.
ii. Information and copies of test certificates as in (i) above in respect of
bought out items.
iii. List of manufacturing facilities available.
iv. Levels of automation achieved and list of areas where manual processing
exists.
v. List of areas in manufacturing process, where stage inspections are
normally carried out for quality control and details of such tests and
inspection.
vi. Special features provided in the equipment to make it maintenance free.
vii. List of testing equipment available with the bidder for final testing of
equipment specified and test plant limitations, if any vis-à-vis type,
special, acceptance and routine tests specified in the relevant Indian
Standards or equivalent international standard. These limitations shall be
very clearly brought out in schedule of deviations from specified test
equipments.
8.3 The successful bidder shall within 30 days of placement of order, submit
following information to the purchaser.

TR – 16/2021 56 33 KV Current Transformers


i. List of raw materials as well as bought out accessories and the names of
sub supplier selected from the lists furnished along with bid.
ii. Type test certificate of the raw material and bought out accessories.
iii. Quality Assurance Plan (QAP) with holds points for purchaser’s
inspection. The quality assurance plans and holds points shall be
discussed between the Purchaser and Bidder before the QAP is finalized.
8.4 The successful Bidder shall submit the routine test certificates of bought out
items and for raw material at the time of routine testing of the fully
assembled equipment.
9.0 DOCUMENTATION :
9.1 All drawings shall conform to the latest version of international standards
organization (ISO) ‘A’ series of drawing sheet/ Indian Standards
Specification IS-11065. All drawings shall be in ink and suitable for micro
filming. All dimensions and data shall be in S.I. Units.
9.2 LIST OF DRAWINGS AND DOCUMENTS :
The Bidder shall furnish four sets of following details and drawings along
with his bid:-
a. General outline and assembly drawings of the equipments.
b. Graphs showing the performance of equipments in regard to
magnetization characteristics.
c. Sectional views showing:
General Constructional Features.
Materials/ Gaskets/ Sealings used.
The insulation of the winding arrangements, method of connection
of the primary/ secondary winding to the primary/ secondary
terminals etc.
Porcelain used and its dimensions along with the mechanical and
electrical characteristics.
d. Complete primary terminal assembly which should include the
following:-
i) Complete primary terminal.
ii) All sub-assemblies with the help of which the primary terminal
shall be brought out from the top tank including washers/
locking arrangements, check nut, main nut etc.
iii) Sub-assembly to demonstrate the arrangement of connection of
primary winding to primary terminal inside the tank.
iv) Terminal connectors suitable for Single Zebra ACSR
Conductor.
e. Name plate.
f. Schematic drawing.
g. Type Test reports in case the equipment has already
been type tested.
h. Test reports, literature, pamphlets of the bought out items and
raw material.

TR – 16/2021 57 33 KV Current Transformers


9.3 The successful Bidder shall within two weeks of placement of order, submit
four sets of final versions of all the above drawings for Purchaser’s approval.
The Purchaser shall communicate his comments/approval on the drawings to
the Bidder within reasonable time. The Bidder shall, if necessary, modify
the drawings and resubmit four copies of the modified drawings for
Purchaser’s approval within two weeks from the date of Purchaser’s
comments. After receipt of Purchaser’s approval, the Bidder shall within
three weeks submit 20 prints and two good quality reproducible of the
approved drawings for Purchaser’s use.
9.4 The Bidder, for distribution before commencement of supply, shall submit
six sets of the type test reports, duly approved by the Purchaser. Adequate
copies of acceptance and routine tests certificates, duly approved by the
Purchaser shall accompany the dispatched consignment.
9.5 The manufacturing of the equipment shall be strictly in accordance with the
approved drawings and no deviation shall be permitted without the written
approval of the Purchaser. All manufacturing and fabrication work in
connection with the equipment prior to the approval of the drawing shall be
at the Bidder’s risk.
9.6 Twenty (20) copies of nicely printed and bound volumes of operation,
maintenance and erection manuals in English Language, for each type and
rating of equipment supplied shall be submitted by the Bidder for
distribution, prior to the dispatch of the equipments. The manual shall
contain all the drawings and information required for erection, operation and
maintenance of the equipments. The manual shall also contain a set of all the
approved drawings, type test reports etc.
9.7 Approval of drawings/ work by Purchaser shall not relieve the Bidder of his
responsibility and liability for ensuring correctness and correct interpretation
of the latest revision of applicable standards, rules and codes of practices.
The equipment shall conform in all respects to high standards of engineering,
design, workmanship and latest revisions of relevant standards at the time of
ordering and Purchaser shall have the power to reject any work or material,
which in his judgment is not in full accordance therewith.
10. 0 Important requirements for ensuring quality of manufacture and
processing of equipments.
10.1 For processing and vacuum treatment of core / coil assembly, it is desired
that a separate heating chamber and a separate vacuum chamber should have
been installed for vacuum treatment of core / coil assembly. Facility should
be available to measure quantum of water released during vacuum treatment
of core/coil assembly. Make, quality and capacity of vacuum chamber
alongwith vacuum level may be brought out.
10.2 Completely dust free shop should be available for preparation of winding.
This should be confirmed.
10.3 What is the process employed for wrapping of insulation on primary
winding. Is it being done manually or through suitable wrapping machine.
10.4 Various stages of quality checks during manufacture should be highlighted.

TR – 16/2021 58 33 KV Current Transformers


11.0 PACKING AND FORWARDING :
11.1 The equipment shall be packed in crates suitable for vertical/ horizontal
transport, as the case may be and suitable to withstand handling during
transport and outdoor storage during transit. The Bidder shall be responsible
for any damage during transit, due to improper and inadequate packing and
handling. The easily damageable material shall be carefully packed and
marked with the appropriate caution symbols. Wherever necessary, proper
arrangement for lifting, such as lifting hooks etc. shall be provided. Bidder
shall supply any material found short inside the packing cases without any
extra cost.
11.2 Each consignment shall be accompanied by a detailed packing list containing
the following information.
a. Name of the consignee.
b. Details of consignment.
c. Destination
d. Total weight of consignment.
e. Handling and unpacking instructions.
f. Bill of material indicating contents of each package.

11.3 The Bidder shall ensure that the packing list and bill of material are approved
by the Purchaser before dispatch.
12.0 DISCREPANCY IN TECHNICAL PARTICULARS :
It has been noticed that some of the information furnished in the schedule of
technical particulars, technical questionnaire and price schedule do not match
with each other. In order to avoid any discrepancy, it may be noted that for
the purpose of price evaluation the details brought out by the Bidders in
Form-XÏ“Technical Questionnaire” of Section-IV, Vol-I will be treated as
final and evaluation will be done based on the information which will be
given in this Form-XI. In case of any discrepancy in regard to information
given in any other table, responsibility will rest on the Bidders. While this
condition shall be applicable for the purpose of price evaluation, at the time
of acceptance of offer, the Purchaser will have the right to take such of the
values which are advantageous to the Purchaser.
13.0 Calculations and other Important details to be furnished as a separate
Schedule along with technical bid.
13.1 The bidders may please note that for the purpose of evaluation of offers from
technical angle, the Purchaser, apart from other technical details asked for in
the tender document, will carefully scrutinize certain important calculations
and technical details and therefore in Form-XVI the following should be
furnished by the bidders: -
i. Arrangement for clamping/ fixing of bushing shell to the top and
bottom tank.
ii. The details regarding type of material/ thickness of tank which will
be utilized for manufacture of Current Transformers as per clause 5.3
of specification.

TR – 16/2021 59 33 KV Current Transformers


iii. Calculations should be furnished to justify the current density utilized
for design and the size of primary winding which will be utilized for
manufacture of CTs covered in the specification, with specific
reference to short time current rating.
iv. The arrangement for housing the primary conductor and clamping of
primary winding should be furnished duly demonstrated in suitable
sketch.
v. Calculations should be furnished to arrive at the size of primary
terminal which will be utilized for the manufacture of CTs of various
ratings. The details of material, diameter, length and current rating of
the primary terminal should also be furnished.
vi. Specific confirmation for CTs regarding overloading and consistency
of accuracy should be furnished as per clause 5.25 of specification.
vii. The bushing shell normally ends on the surface of the bottom tank
because of which there is a possibility of damage to the primary
insulation when the assembly moves upwards under short circuit
forces. This is possible since the winding insulation may come in
contact with the bottom metal tank, opening at the point where
bushing is fixed. This may be taken care of while designing the CTs.
It would be preferable if a small part of bushing enters the bottom
tank so that possibility of any damage to primary winding insulation
is avoided. The arrangement proposed to be provided may be
indicated in a proper sketch.

14.0 It may be noted that furnishing of proper details/ clarification/


confirmation on the above requirements is a must and therefore bidders
may take proper precaution in this regard.

TR – 16/2021 60 33 KV Current Transformers


ANNEXURE – I

PRINCIPAL TECHNICAL PARAMETERS OF


33 kV CURRENT TRANSFORMERS

SNo. Item 33 kV CT

1 Type of CT/ Installation Single phase, dead tank, oil


filled, hermetically sealed,
outdoor type
2 Type of mounting Pedestal
3 Suitable for :-
a. System Frequency(Hz) 50
b. Rated Voltage (KV rms) 36
4 Nominal System Voltage (kV rms) 33
5 Highest System Voltage (kV rms) 36

6 Current Ratio i) 1200/1-1-1-1 A


ii) 20-10/1-1 A
7 No. of Secondary Cores i) 4
ii) 2
8 Ratio taps By copper strips on primary
side for CTs ratio 20-10/1-1
Amp.
9 Method of earthing of the system to be Effectively earthed
connected to
10 Rated continuous thermal current 125% of rated current
11 Acceptable limit of temperature rise 5 degree centigrade less than the
above the specified ambient temperature limits specified in latest version
for continuous operation at rated current of IS 2705 or equivalent
international standard taking
ambient temperature as 50
degree centigrade
12 Acceptable partial discharge level at 1.1 -
times the rated voltage
13 Radio interference voltage at 1.1 times -
the rated voltage
14 250 / 2500 micro second switching -
impulse withstand voltage (kVp) (dry &
wet)
15 1.2/50 microsecond lightning impulse 170
withstand voltage (kVp)
16 1 minute dry/wet power frequency 70
withstand voltage primary winding (kV
rms)
17 1 minute power frequency 5
withstandvoltage for secondary winding
(kV rms).

TR – 16/2021 61 33 KV Current Transformers


SNo. Item 33 kV CT
18 Min. creepage distance of porcelain 900
housing (mm)
19 Rated short time withstand current with 26.2 kA for 2 sec.
duration (kA rms for seconds)
20 Rated dynamic withstand current (kAp) 65.5
21 Visual corona extinction voltage (kV -
rms)
22 Seismic acceleration (horizontal) 0.3g
23 Tan Delta at 900 C (max) -
24 Material for Primary Winding Copper
25 Material for Secondary Winding Copper
26 Terminal Connector
a. Type Rigid Type
b. Quantity 2 No.
c. Conductor Twin Zebra ACSR for CTs ratio
1200/1-1-1-1 Amp. and Single
Zebra ACSR for CTs ratio 20-
10/1-1 Amp.
d. Arrangement for current take off Horizontal & Vertical Take off
27 Mounting details (mm) 200 x 350

TR – 16/2021 62 33 KV Current Transformers


ANNEXURE – II

DETAILS OF RATIOAND CORE PARTICULARS


FOR CURRENT TRANSFORMERS

i) 33 KV CT ratio 1200/1-1-1-1 Amp.

No. Co- Appl- Current Output Accu- Min. Max. Max. Ins-
of re ication ratio burden racy knee CT Sec. Excit- tru-
cores no. (Amp) (VA) Class point Windin ing ment
as per volt- g current Secu-
IS- age resist- at knee rity
16227 (V) ance point fact-
(Ohms) voltage or
(mA)
1 2 3 4 5 6 7 8 9 10
Main
1 1200/1 N.A. PS 1100 6 50 -
Protection
Back-up
2 1200/1 30 5P10 - 3 100 -
Protection
4
5 or
3 Metering 1200/1 15 0.2S - - -
Less
5 or
4 Metering 1200/1 15 0.2S - - -
Less

ii) 33 KV CT ratio20-10/1-1 Amp.

No. Co- Applica- Current Output Accu- Min. Max. Max. Inst-
of re tion ratio burden racy knee CT Exci- ru-
co- no. (Amp) (VA) Class point Sec. ting ment
res as per volt- wind- current Secu-
IS- age ing at knee rity
16227 (V) resist- point fac-
ance voltage tor
(Ohms) (mA)
1 2 3 4 5 6 7 8 9 10
Back-up
1 20-10/1 30 5P10 - 3 100 -
Protection
2
5 or
2 Metering 20-10/1 15 0.2S - - -
Less

TR – 16/2021 63 33 KV Current Transformers


ANNEXURE III

DRAWING OF TERMINAL CONNECTOR &


BASE PLATE DETAILS

The following drawingsshowing mounting dimensions of structures and


general requirement of terminal connectors are enclosed herewith for general
guidance:-

Description
SNo.
1 Vertical / Horizontal take off Arrangement of Terminal
Connector
2 Terminal connector suitable for Twin Zebra ACSR conductor

3 Base Plate details for mounting of 33 kV CT structure

4 Secondary Terminal Box

TR – 16/2021 64 33 KV Current Transformers


TR – 16/2021 65 33 KV Current Transformers
TR – 16/2021 66 33 KV Current Transformers
TR – 16/2021 67 33 KV Current Transformers
TR – 16/2021 68 33 KV Current Transformers

You might also like