Professional Documents
Culture Documents
FOR
PROCUREMENT OF
33 kV CURRENT TRANSFORMERS
TENDER NOTICE
*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
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in ,- itt not be published in newspapers Hence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
TENDER SPECIFICATION
NO. TR- 16/2021
VOLUME-I
Summary Description
PART-I : BIDDING PROCEDURES
Bidding Procedures
Supply Requirements
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.
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;
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
TR- 16/2021 3
Instructions to Bidders
TR- 16/2021 4
Instructions to Bidders
TR- 16/2021 5
Instructions to Bidders
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
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
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.
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.
TR- 16/2021 11
Instructions to Bidders
TR- 16/2021 12
Instructions to Bidders
(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.
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
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
TR- 16/2021 15
Instructions to Bidders
TR- 16/2021 16
Instructions to Bidders
TR- 16/2021 17
Instructions to Bidders
TR- 16/2021 18
Instructions to Bidders
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
TR- 16/2021 20
Instructions to Bidders
TR- 16/2021 21
Instructions to Bidders
TR- 16/2021 22
Instructions to Bidders
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.
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.
TR- 16/2021 26
Instructions to Bidders
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
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
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
TR- 16/2021 30
Instructions to Bidders
TR- 16/2021 31
Instructions to Bidders
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
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
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.
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
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
TR-16/2021 3
Bid Data Sheet
TR-16/2021 4
Bid Data Sheet
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.
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
(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.
TR-16/2021 7
Bid Data Sheet
TR-16/2021 8
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.
2.2 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.
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.
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.
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.
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
TR-16/2021 4
Evaluation and Qualification Criteria
(iii) The tenderer may please note that the supply details furnished by them
should be certified by the Chartered Accountant mentioning the UDIN.
(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
(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
TR-16/2021 8
Section IV. 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
TR-16/2021 1
Bidding Forms
FORM-I
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)
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
(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 :_/_/___
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 :-
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
(Statutory Auditor
Date: or
Place: Chartered Accountant)
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
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
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
Pending Litigation
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
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
TR-16/2021 17
Bidding Forms
TR-16/2021 18
Bidding Forms
TR-16/2021 19
Bidding Forms
TR-16/2021 20
Bidding Forms
FORM-XII
FORMAT FOR DETAILS OF BID &
CONTRACT DRAWINGS SUBMITTED WITH BID
TR-16/2021 21
Bidding Forms
FORM – XIII
The Bidder shall submit here complete and detailed list of plant & machinery, testing facilities,
designing facilities including CAD / CAM at their works.
TR-16/2021 22
Bidding Forms
FORM - XIV
TR-16/2021 23
Bidding Forms
FORM - XV
TR-16/2021 24
Bidding Forms
FORM-XVI
Tender No. __________
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.
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)
Note: This undertaking shall be certified by the authorized signatory of the bidder, signing the
bid.
TR-16/2021 26
Bidding Forms
FORM-XVIII
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.
5. I confirm that I am aware of the implication of the above undertaking and our
liability on account of wrong declaration.
Note: This undertaking shall be certified by the authorized signatory of the bidder, signing the
bid.
TR-16/2021 27
Bidding Forms
FORM-XIX
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.
5. I confirm that I am aware of the implication of the above undertaking and our
liability on account of wrong declaration.
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
Contents
TR-16/2021
Delivery Schedule
(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)
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
1. Definitions ........................................................................................................................... 1
4. Interpretation ....................................................................................................................... 2
5. Language ............................................................................................................................. 3
6 Notices................................................................................................................................. 3
23. Penalty......................................................................................................................... 11
31. Assignment.................................................................................................................. 19
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.
TR-16/2021 1
General Conditions
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
TR-16/2021 2
General Conditions
TR-16/2021 3
General Conditions
TR-16/2021 4
General Conditions
TR-16/2021 5
General Conditions
TR-16/2021 6
General Conditions
TR-16/2021 7
General Conditions
TR-16/2021 8
General Conditions
TR-16/2021 9
General Conditions
TR-16/2021 10
General Conditions
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
TR-16/2021 13
General Conditions
TR-16/2021 14
General Conditions
TR-16/2021 15
General Conditions
TR-16/2021 16
General Conditions
TR-16/2021 17
General Conditions
TR-16/2021 18
General Conditions
TR-16/2021 19
General Conditions
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)
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.
TR-16/2021 1
Particular Conditions
TR-16/2021 2
Particular Conditions
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
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
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:
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,
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.
TR-16/2021 6
Particular Conditions
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.
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.
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
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
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
4. PRO-FORMA-IV UNDERTAKING
TR-16/2021 1
Contract Forms
PROFORMA-I
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’
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)
b) Price Variation % PV
c) PV amount Rs.
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.
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)
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 ..............)
TR-16/2021 6
Contract Forms
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;
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.
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]:
1. Our liability under this Bank Guarantee shall not exceed _________ (value in
figures)____________ [_____________________ (value in words)____________].
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
VOLUME – II
TECHNICAL SPECIFICATION OF
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.
2.3 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:-
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.
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.
5.6 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.
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.
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.
SNo. Item 33 kV CT
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
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
Description
SNo.
1 Vertical / Horizontal take off Arrangement of Terminal
Connector
2 Terminal connector suitable for Twin Zebra ACSR conductor