You are on page 1of 76

Volume-VI

MADHYA PRADESH POWER TRANSMISSION CO. LTD.


SHAKTI BHAWAN RAMPUR: JABALPUR

VOLUME-VI

SPECIFICATION NUMBER TR- 39/2017

“SCHEDULES, ANNEXURES AND BID FORMATS”

O/o CHIEF ENGINEER (PROCUREMENT)


MPPTCL, JABALPUR.

TR- 39/2017 Page 1 of 76


Volume-VI

Contents

Page No.
Reference Description
From To
Letter-1 Letter of Technical Bid 4 4
Letter-2 Letter of Price Bid 5 5
Schedule-I Summary of Prices 6 6
Estimated Cost based on SOR price for
Schedule-I(A1) equipments and materials to be supplied for sub- 7 10
stations and feeder bays
Estimated Cost based on SOR price materials to be
Schedule-I(A2) 11 11
supplied for transmission lines
Schedule-I(A3) Estimated Cost based on SOR price for Civil Works. 12 12
Estimated Cost based on SOR price for Erection,
Schedule-I(A4) Testing & Commissioning of Outdoor & Indoor 13 18
Equipments
Estimated Cost based on SOR price for Erection,
Schedule-I(A5) 19 20
Testing & Commissioning of Transmission line
Schedule-II Details of exemption or any concession 21 21
Schedule-III Financial Information of the Bidders 22 22
Schedule-IV Current Contract Commitments 23 23
Completion Schedule for supply of plant
Schedule- V(A) 24 24
Equipments & other materials
Completion Schedule for Civil, Erection, Testing &
Schedule- V(B) 25 25
Commissioning of Sub-stations and feeder bays.
Completion Schedule for Erection, Testing &
Schedule- V(C) 26 26
Commissioning of transmission lines.
Schedule- VI(A) Specific Experience Criteria (Sub-station) 27 27
Schedule-VI(B) Specific Experience Criteria (Transmission Line) 28 28
List of tools and plants available for construction of
Schedule-VII 29 29
facilities
Schedule-VIII Commercial Questionnaire 30 34
Schedule-IX Details of Organization setup 35 35
Schedule-X Deviation from terms & conditions of Bid Document 36 36
Schedule-XI Quality Assurance Plan 37 37
Under taking for confirmation in regard to
Schedule-XII 38 38
guaranteed technical particulars of equipments
Important technical particulars of 50 MVA Power
Schedule-XIII 39 39
Transformers
Schedule-XIV Acceptance to FIRM Price 40 40
Schedule- XV Manufacturer's Authorization 41 41
Schedule- XVI Check List 42 43
Annexure –1 A List of Vendors for major items of Transformer 44 46
List of preferred experienced manufacturers for
Annexure –1 B 47 49
equipments

TR- 39/2017 Page 2 of 76


Volume-VI

Reference Description Page No.


Appendix-1 Modification in Technical Specifications 50 50
Format-1 Bid Security 51 52
Format-2 Contract Agreement (Single Participation) 53 54
Format-3 Bank Guarantee for Performance Security 55 57
Format-4 Indemnity Bond to be executed by the Contractor 58 59
Format-5 Format for undertaking by JV Partner 60 63
Format-6 Contract Agreement (JV Participation) 64 65
Format-7 Power of Attorney for Joint Venture 66 67
Format-8 Bank Guarantee for Advance Payment Security 68 70
Format-9 Bank Certificate to supplement Working Capital 71 71
Format-10 Format for Retention Money Bond/ Guarantee 72 75
Profarma-I Undertaking for completeness of plants 76 76

TR- 39/2017 Page 3 of 76


Volume-VI

Letter of Technical Bid

Date: [insert date of Bid submission]


Tender Specification No.: [insert number]
To:
The Chief Engineer (Procurement),
MPPTCL, Jabalpur

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda/corrigendum/amendment issued, if any. [insert the number and issuing date of
each Addendum];

(b) We, including any Subcontractors/ manufacturers, for any part of the Contract, meet
the eligibility requirements in accordance with Section-II, ITB;

(c) Our offer is in conformity with the Bidding Documents, the following Plant and
Installation Services: [insert a brief description of the Plant and Installation Services];

(d) Our Bid shall be valid for a period of Six Months from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that
period;

(e) We are not participating, as a Bidder or as a Subcontractor/ manufacturers, in more


than one Bid in this bidding process.

(f) We hereby certify that we have taken steps to ensure that no person acting for us or
on our behalf will engage in any type of fraud and corruption.

Name of the Bidder* [insert complete name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert
complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are
shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint
Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid.

TR- 39/2017 Page 4 of 76


Volume-VI

Letter of Price Bid

Date: [insert date of Bid submission]


Tender Specification No.: [insert number]
To:
The Chief Engineer (Procurement),
MPPTCL, Jabalpur

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda/corrigendum/amendment issued, if any. [insert the number and issuing date of
each Addendum];

(b) Our offer is in conformity with the Bidding Documents, the following Plant and
Installation Services: [insert a brief description of the Plant and Installation Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

Total price of the Bid [insert the total price of the Bid in words and figures]

(d) The discounts offered are: [insert in words and figures]………..

(e) Our Bid shall be valid for a period of Six Months from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that
period;

(f) If our Bid is accepted, we commit to obtain a Performance Security in accordance


with the Bidding Documents;

(g) We understand that this Bid, together with your written acceptance thereof included
in your Letter of Acceptance, shall constitute a binding Contract between us, until a
formal Contract is prepared and executed; and

(h) We understand that you are not bound to accept the lowest evaluated Bid or any
other Bid that you may receive.

Name of the Bidder* [insert complete name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert
complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are
shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint
Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid.

TR- 39/2017 Page 5 of 76


Volume-VI

SCHEDULE-I
SUMMARY OF PRICES

To be filled Online by the Bidder

Bidders are required to read following carefully


before submitting Price offer:

Step 1 (i) For offering prices "above" or "at par" of SOR price of item no. 6, please
indicate percentage rate accordingly against item no. 7(i) below e.g. (xx.x).
(ii) For offering prices "below" of SOR price of item no. 6, please indicate
percentage rate accordingly with negative sign preceding percentage rate
against item no. 7(i) below e.g. (-xx.x).
Step 2 Please enter percentage in figures up to one digit of decimal against Sr. No.
7(i) in Column 3 e.g. (xx.x). In case bidder enters percentage in two digits of
decimal i.e. (xx.xx), then the same will be rounded off to one digit of decimal
i.e. (xx.x) in Sr. No. 7(ii) for the purpose of calculation, evaluation and award of
contract.
Note-1 The evaluation of Bid shall be done considering percentage rate rounded off to
one digit of decimal as displayed at Sr. No. 7(ii). The same will also be
considered for award of contract.
2 In case of tie, the tender will be decided through revised offers of L1 bidders.
However bidders are not allowed to increase the rate.

Supply of all materials and complete construction of 132/33kV substation Bhitarwar Distt.
Gwalior with associated feeder bays and associated 132kV DCSS transmission line from
220kV S/s Datiya to 132kV S/s Bhitarwar on total turnkey basis against TR-39/2017.

Sl. No. Item Amount (in ₹)


1 2 3
1 Total Estimated Cost for supply of Equipments/materials for
Substations/Feeder bay work(s) as per Schedule-1(A1) (in 68076904.75
₹)
2 Total Estimated Cost for supply of Materials for Transmission
88126135.00
line work(s) as per Schedule-1(A2) (in ₹)
3 Total Estimated Cost for Civil works of Substation(s)/Feeder
bay(s) as per Schedule-1(A3) (Please also refer Volume-III 22797575.40
of the Bid Document (in ₹)
4 Total Estimated Cost for installation of Substations/Feeder
2849297.55
bay work(s) as per Schedule-1(A4) (in ₹)
5 Total Estimated Cost for installation of Transmission line
50845212.34
work(s) as per Annexure-1(A5) (in ₹)
6 Total Estimated Contract Price as per SOR of MPPTCL (Sr.
232695125.04
No. 1+2+3+4+5)
7 (i) Percentage in figures to be entered by the bidder e.g.
(xx.x) (Please enter the
(if the bidder wishes to quote price below the SOR price, %)
please put negative (-) sign before percentage e.g. (-xx.x))
(ii) Applicable Percentage (Percentage quoted in item 7(i) 0.0%
rounded off to one digit of decimal) i.e. xx.x
8 Total Contract Price as per the percentage rate quoted 232695125.04
= item no.6 X (1+ item no. 7(ii) %) (in ₹)
SUBMIT

TR- 39/2017 Page 6 of 76


Volume-VI

Schedule-1(A1)

ESTIMATED COST BASED ON SOR PRICE FOR EQUIPMENTS AND MATERIALS TO


BE SUPPLIED FOR SUB-STATIONS AND FEEDER BAYS

Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7

A 132KV EQUIPMENTS
1 Circuit Breaker Nos 3 1 4 752815.60 3011262.40
2 132KV CT 800/1-1-1 Amp. Nos 0 0 0 107019.00 0.00
3 132KV CT 400/1-1-1Amp Nos 9 3 12 102916.00 1234992.00
4 Isolator with E/S With Nos 1 1 2 262857.75 525715.50
Structure & Insulator
5 Isolator without E/S With Nos 8 2 10 244828.75 2448287.50
Structure & Insulator
6 PT Nos 3 0 3 105347.00 316041.00
7 LA Nos 9 3 12 32164.00 385968.00
8 C&R Panel (for 132/33KV Nos 1 0 1 352024.20 352024.20
Xmer)
9 C&R Panel (for Feeder) Nos 1 1 2 333368.00 666736.00
10 C&R Panel (for Bus coupler) Nos 1 0 1 333368.00 333368.00
11 Solid Core Insulators for Nos 9 6 15 12034.00 180510.00
substation work
B 33KV EQUIPMENTS
1 Vacuum Circuit Breaker Nos 7 0 7 225099.60 1575697.20
2 33KV CT 1200/1-1-1-1 Amp. Nos 3 0 3 53196.00 159588.00
3 33KV CT 800/1-1-1 Amp. Nos 0 0 0 39479.00 0.00
4 33KV CT 400/1-1 Amp. Nos 18 0 18 27335.00 492030.00
5 NCT with structure Nos 1 0 1 27351.00 27351.00
6 LA 36kV Nos 3 0 3 9537.00 28611.00
7 LA 33kV Nos 18 0 18 9537.00 171666.00
8 PT Nos 3 0 3 24915.00 74745.00
9 Isolator (with E/S) With Nos 4 0 4 75427.64 301710.56
Structure & Insulator
10 Isolator (without E/S) With Nos 14 0 14 66319.64 928474.96
Structure & Insulator
11 Isolator (without E/S) 1200 Nos 1 0 1 77209.64 77209.64
Amps. With Structure &
Insulator
12 C&R Panel (for 1T+1F) Nos 1 0 1 203341.60 203341.60
13 C&R Panel (for 3 F) Nos 1 0 1 178346.30 178346.30
14 C&R Panel (for 1 F) Nos 1 0 1 105846.00 105846.00
15 C&R Panel for CAP BANK Nos 1 0 1 110952.60 110952.60
16 Solid Core Insulators for Nos 12 0 12 2321.00 27852.00
substation work
17 Solid Core Insulator special Nos 1 0 1 37763.00 37763.00
set with structures
18 36kV 12MVAR Capacitor Bank Nos 1 0 1 1025893.00 1025893.00
with structures and
accessories(SET)
C TRANSFORMER &
ASSOCIATED EQUIP.
1 50MVA 132/33KV Transformer Nos 1 0 1 25680310.70 25680310.70
(with Oil and associated
eqipments)

2 Oil filtration Machine (500 Nos 1 0 1 724570.00 724570.00


Gl.per Hr.)

3 Oil Storage Tank (10 KL) Nos 1 0 1 478500.00 478500.00

TR- 39/2017 Page 7 of 76


Volume-VI

Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
D 132KV CARRIER COMMUNICATION
EQUIPMENT
1 Carrier Cabinet Without Nos 0 0 0 195090.50 0.00
Protection coupler
2 Coupling Devices (LMU) Set 0 0 0 75883.50 0.00
3 RTU & Telemetering (SET) Set 1 0 1 1826645.70 1826645.70
4 EPAX (16/8 lines) Nos 1 0 1 188173.70 188173.70
5 Telephone Sets Nos 12 0 12 613.80 7365.60
6 Coaxial Cable (KM) Km 0 0 0 104472.50 0.00
7 Telephone Cable Km 1 0 1 124539.80 124539.80
(KM)Armoured
8 132kV Wave Trap Nos. 0 0 0 100953.60 0.00
9 132kV Coupling Capacitors Nos. 0 0 0 96789.00 0.00
10 CABLES & ACCESSORIES FOR Set 1 1 2 191336.20 382672.40
OPGW TERMINATION (SET)
11 FOTE for Optical fibre Set 1 1 2 2543200.00 5086400.00
communication (SET)
E 132KV STRUCTURE & 33
KV Structure
Total Quantity of Steel
Structures
1 Total weight of structures MT 60 14 74 62773.70 4645253.80
2 Total G.I. Foundation bolts, MT 6 2 8 98308.10 786464.80
G.I. Bolts & Nuts, Spring,
plain and pack washers for
structures as per Sl. no. E(1)
above
F BUSBAR, EARTHING
MATERIAL
1 Zebra Conductor (in Kms) Km 5 1 6 275256.30 1651537.80
2 M.S.Flat for earthing ( 75 X 8 ) MT 0 0 0 38082.00 0.00
3 M.S.Flat for earthing ( 65 X 8 ) MT 30 1 31 38082.00 1180542.00
4 M.S.Flat for earthing ( 50 X 6 ) MT 15 1 16 38082.00 609312.00
5 Earthing rods ( 25 mm X Nos 90 10 100 700.70 70070.00
3000mm ) In Nos.
6 GI Pipe 40 mm Dia., 4mm Thk Mtr 225 15 240 209.00 50160.00
along with clamp for Earth
Pit(in Mtrs)
7 Power Cable 3.5 core Km 0.5 0 0.5 449779.00 224889.50
150sq.mm (in km)
8 Screening conductor/O.H. Km 2 0.5 2.5 60267.90 150669.75
Sheild Wire (in km)
9 Junction Box (36 Ways) Nos 9 2 11 3199.90 35198.90
10 Junction Box (64 Ways) Nos 12 0 12 8352.30 100227.60
11 Junction Box (128 Ways) Nos 0 0 0 12008.70 0.00
16 Fire fighting equipments
set
a) Dry-Chemical Powder (DCP) Set 1 0 1 18201.70 18201.70
Type, Capacity-75Kg, Trolly
Mounted
b) CO2 Type , Capacity-22.5Kg, Set 2 0 2 12669.80 25339.60
Trolly Mounted
c) Mechanical Foam Type, Set 2 0 2 7835.30 15670.60
Cpacity-50Ltr, Trolly Mounted
( Cylinder Type)
d) Set Of Fire Buckets Set 2 0 2 5110.60 10221.20
Comprising 6 Nos Buckets,
Capacity-9Kg , Each with
Stand ( Set )
17 Rail 52Kg 3 Mtr long for Power Nos 2 0 2 8192.80 16385.60
Transformer

TR- 39/2017 Page 8 of 76


Volume-VI

Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
18 R S Joist 175X85, 11Mtr Long Nos 2 0 2 10195.90 20391.80
for Station Transformer

19 MS Chhanel 100X50X6, 6Mtr Nos 3 0 3 2884.20 8652.60


Long for Station Transformer
20 Insulator string with Disc
Insulators, Substaion hard
ware & clamps /fittings
a) 90 kn 132kv Single Tension Set 30 12 42 5709.00 239778.00
string for Single Zebra
b) 90 kn 132kv Single Tension Set 12 6 18 6732.00 121176.00
string for Twin Zebra
c) 90 kn 132kv Single Tension Set 6 3 9 5588.00 50292.00
string for Single Panther
e) 70 kn 132kv Single Set 15 6 21 4620.00 97020.00
Suspension string Single
Zebra
f) 70 kn 132kv Single Set 0 0 0 5049.00 0.00
Suspension string Twin Zebra
g) 70 kn 33kv Single Tension Set 36 0 36 2475.00 89100.00
string for Single Zebra
h) 70 kn 33kv Single Tension Set 24 0 24 2904.00 69696.00
string for Twin Zebra
i) 70 kn 33kv Single Suspension Set 12 0 12 1716.00 20592.00
string Single Zebra
j) 70 kn 33kv Single Suspension Set 6 0 6 2475.00 14850.00
string Twin Zebra
G AC/DC SUPPLY
1 L T Distribution Box Nos 1 0 1 28050.00 28050.00
2 Station Nos 1 0 1 441157.20 441157.20
Transformer,200KVA,33/0.4K
V
3 110Volt 300Ah Battery Nos 1 0 1 410119.60 410119.60
4 110Volt 300Ah Battery Nos 1 0 1 213209.70 213209.70
Charger
5 48Volt 300Ah Battery Nos 1 0 1 190478.20 190478.20
6 48Volt 300Ah Battery Charger Nos 1 0 1 159781.60 159781.60
7 AC Distribution Boxes 415Volt Nos 1 0 1 84562.50 84562.50
8 DC Distribution Boxes 110 Nos 2 0 2 71269.00 142538.00
Volts
9 Lighting Fixtures with Nos 13 5 18 4216.30 75893.40
HPSV/HPMH
( 250 Watt )
10 Lighting Fixtures complete Nos 60 0 60 1957.74 117464.64
with fitting arrangement (CFL
36 Watt)
11 3 Phase ICTP MCB (32 Amp) Nos 2 0 2 6965.44 13930.89
for No. of difference circuit
12 1 Phase Main switch with fuse, Nos 60 0 60 1064.04 63842.31
link and 4 connectors
13 Tubler Poles For Lighting Nos 60 0 60 5022.00 301320.00
Fixtures
14 D.O.Set Nos 1 0 1 3162.50 3162.50
15 Roof Top Solar System Set 1 0 1 1500000.00 1500000.00
(15KW) with associated
Battery set and complete
installation
H Control cable
1 2Core 2.5 Sq.mm Km 4.5 0.5 5 32461.00 162305.00
Unarmoured (in Km)
2 4Core 2.5 Sq.mm Km 14.5 0.5 15 64383.00 965745.00
Unarmoured (in Km)

TR- 39/2017 Page 9 of 76


Volume-VI

Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarwar
No. Bay at Qty. Price (₹) Price (₹)
S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
3 8Core 2.5 Sq.mm Km 5 0.5 5.5 103851.00 571180.50
Unarmoured (in Km)
4 12Core 2.5 Sq.mm Km 5 0 5 155540.00 777700.00
Unarmoured (in Km)
5 19Core 2.5 Sq.mm Km 6 0.5 6.5 287925.00 1871512.50
Unarmoured (in Km)
I SUB STATION CLAMPS
1 T CLAMPS
a) TWIN ZEBRA RUN-ZEBRA TAP Nos 33 3 36 755.70 27205.20
b) ZEBRA RUN-ZEBRA TAP Nos 123 21 144 412.50 59400.00
2 P.G.CLAMPS
a) ZEBRA -ZEBRA Nos 9 3 12 474.10 5689.20
b) ZEBRA -PANTHER Nos 21 3 24 458.70 11008.80
c) ZEBRA-RECOON Nos 12 0 12 1099.00 13188.00
3 P.I. CLAMPS 132 KV
a) SINGLE ZEBRA Nos 9 3 12 430.10 5161.20
b) TWIN ZEBRA Nos 6 3 9 968.00 8712.00
4 P.I. CLAMPS 33 KV
a) SINGLE ZEBRA Nos 12 0 12 430.10 5161.20
b) TWIN ZEBRA Nos 9 0 9 968.00 8712.00
J SPACERS (Twin Zebra) Nos 44 10 54 462.00 24948.00
K Earth wire clamps Nos 26 5 31 352.00 10912.00
M Total Amount (₹) 68076904.75

TR- 39/2017 Page 10 of 76


Volume-VI

Schedule-1(A2)

ESTIMATED COST BASED ON SOR PRICE FOR MATERIALS TO BE SUPPLIED FOR


TRANSMISSION LINES

Qty. for 132kV


S. Unit SOR Total SOR Price
Particulars Unit DCSS Datiya-
No. Price (₹) (₹)
Bhitarwar Line
1 2 3 4 5 6=4*5
1 Steel & Bolts/Nuts :
i) HT Steel Per MT 0 83718.00 0.00
ii) MS Steel Per MT 680 79383.00 53980440.00
iii) Bolts & Nuts Per MT 36 98188.00 3534768.00
2 Conductor, Groundwire &
OPGW:
i) ACSR Panther Km 111 144113.00 15996543.00
ii) 95Kg. Groundwire Km 0 60268.00 0.00
iii) OPGW wire Km 39 190872.00 7444008.00
3 Accessories for Conductor
:
i) Midspan joints for Panther No. 55 407.00 22385.00
ii) Vibration dampers for No. 814 352.00 286528.00
Panther
iii) Repair Sleeve for Panther No. 27 121.00 3267.00
4 H/W Fittings for
Conductor:
i) Single Susp.with AGS No. 281 1331.00 374011.00
Assembly Panther
ii) Double Susp.with AGS No. 27 2783.00 75141.00
Assembly Panther
iii) Single tension for Panther No. 276 1155.00 318780.00
iv) Double Tension for Panther No. 48 2860.00 137280.00
5 H/W fitting and OPGW
Accessories:
i) Suspension Assembly Nos. 84 2508.00 210672.00
ii) Tension Assembly with Joint Nos. 16 4334.00 69344.00
box
iii) Tension Assly pass through Nos. 108 4011.00 433188.00
type
iv) Down lead clamp Nos. 816 341.00 278256.00
v) Vibration damper Nos. 534 653.00 348702.00
vi) Splice enclosure Nos. 16 4122.00 65952.00
vii) Earth bond and PG clamp Nos. 188 1090.00 204920.00
6 Disk Insulators:
i) 70 kN EMS No. 3075 429.00 1319175.00
ii) 90 kN EMS No. 3794 495.00 1878030.00
7 Miscellaneous:
i) Enameled Danger Boards No. 125 252.00 31500.00
ii) Enameled Number Plates No. 125 246.00 30750.00
iii) Enameled Phase Plates No. 130 299.00 38870.00
iv) Earthing Set No. 125 2399.00 299875.00
vi) Anti climbing devices No. 119 6250.00 743750.00
vi) Flexible G.I. bond for No. 0 519.00 0.00
earthwire
8 Total Amount (₹) 88126135.00

TR- 39/2017 Page 11 of 76


Volume-VI

Schedule-1(A3)

Abstract of Estimated cost for Civil works of 132 KV S/s


Bhitarwar and Feeder Bay at Datiya

(Based on SOR of MPPTCL(post GST Rates) for Civil works)

Sr.
Particulars Amount (₹)
No.
1 Control Room (Type V-A) 4336774.40
2 Structure Foundations 4636914.00
3 Earth Pits 185154.40
4 Cable trench 1977186.25
5 Yard fencing 2198802.00
6 Yard Metalling 1786904.00
7 Leveling 1363460.00
8 Retaining wall 1118191.00
9 WBM Road 1555435.00
10 Culvert 161158.10
11 Total 19319979.15
12 GST @18% 3477596.25
13 Total including GST 22797575.40

Note:

1. The detailed Specifications of works, mode of measurement, consumption


constants of materials and other instructions given in preamble and general notes
of MP PWD SOR for Building Works effective from 01.08.2014 with its
amendments shall be strictly observed. In case of any dispute, the decision of CE
EHT Constn., MPPTCL or other Chief Engineer concerned shall be conclusive, final
and binding on the contractor. Regarding electrification and road works items, the
relevant IS shall be referred to if required.

2. The work of item no. 8 "Retaining Wall" wherever required shall Not be executed
without prior approval of CE(EHT-Const.).

TR- 39/2017 Page 12 of 76


Volume-VI

Schedule-1(A4)

ESTIMATED COST BASED ON SOR OF MPPTCL FOR ERECTION, TESTING &


COMMISSIONING OF OUTDOOR & INDOOR EQUIPMENTS

Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarw
No. Bay at Qty. Price (₹) Price (₹)
ar S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
Shifting, Installation, Erection, Testing and Commissioning of following
equipment/material:

1 50MVA Transformer No. 1 0 1 70324.38 70324.38


2 400/220/132/33KV MT 61.0 14.0 75 2583.62 193771.50
Gantries,Busbar equipment
,Structure erection (in MT)
3 Cable laying & termination for Per 1 1 2 11000.00 22000.00
OPGW Set
4 FOTE for Optical fibre Per 1 1 2 45650.00 91300.00
communication(SET) Set
5 Carrier Cabinet without protection Nos 0 0 0 195090.50 0.00
coupler
6 Coupling Devices (LMU) Set 0 0 0 1996.57 0.00
7 RTU & Telemetering (SET) Set 1 0 1 5500.00 5500.00
8 EPAX Nos 1 0 1 2750.00 2750.00
9 132KV Wave Trap Nos 0 0 0 3300.00 0.00
10 132KV Coupling Capacitors Nos 0 0 0 3850.00 0.00
11 132KV CB Nos 3 1 4 13651.66 54606.64
12 132KV CT Nos 9 3 12 4474.95 53699.40
13 132KV Isolators (With earth Nos 1 1 2 7526.53 15053.06
switch)
14 132KV Isolators (Without earth Nos 8 2 10 7175.63 71756.30
switch)
15 132KV LA Nos 9 3 12 2412.78 28953.36
16 132KV C&R Panel Nos 3 1 4 5669.61 22678.44
17 132KV Solid Core Insulator Nos 9 6 15 570.75 8561.25
18 132KV PT Nos 3 0 3 3850.00 11550.00
19 33KV CB Nos 7 0 7 8851.91 61963.37
20 33KV CT/NCT Nos 22 0 22 2698.45 59365.90
21 33KV PT Nos 3 0 3 2612.50 7837.50
22 33KV Isolators (With earth switch) Nos 4 0 4 5323.78 21295.12
23 33KV Isolators (Without earth Nos 14 0 14 5362.80 75079.20
switch)
24 33KV LA Nos 21 0 21 1434.78 30130.38
25 33KV C&R Panel Nos 4 0 4 5544.75 22179.00
26 33KV Solid Core Insulators Nos 12 0 12 208.69 2504.28
27 Station Transformer Nos 1 0 1 11000.00 11000.00
28 Erection of DP along with LA & DO Each 1 0 1 2223.10 2223.10
Fuse
29 Junction Box Nos 21 2 23 1766.60 40631.80
30 Cable laying
(a) 2Core 2.5 Sq.mm Unarmoured (in Mtr 4500 500 5000 3.34 16700.00
mtr)
(b) 4Core 2.5 Sq.mm Unarmoured (in Mtr 14500 500 15000 3.46 51900.00
mtr)
(c) 8Core 2.5 Sq.mm Unarmoured (in Mtr 5000 500 5500 3.77 20735.00
mtr)
(d) 12Core 2.5 Sq.mm Unarmoured Mtr 5000 0 5000 4.14 20700.00
(in mtr)
(e) 19Core 2.5 Sq.mm Unarmoured Mtr 6000 500 6500 5.01 32565.00
(in mtr)
(f) Power Cable 3.5 core 150sq.mm Mtr 500 0 500 60.50 30250.00
(in mtr)
(g) Coaxial Cable (in mtr) Mtr 0 0 0 6.31 0.00

TR- 39/2017 Page 13 of 76


Volume-VI

Qty. for
Qty. for
S. Feeder Total Unit SOR Total SOR
Particulars Unit Bhitarw
No. Bay at Qty. Price (₹) Price (₹)
ar S/s
Datiya
1 2 3 4 5 6=4+5 7 8=6*7
31 Cable Termination
(a) 2Core 2.5 Sq.mm Unarmoured Mtr 36 3 39 80.46 3137.94
(b) 4Core 2.5 Sq.mm Unarmoured Mtr 94 12 106 121.14 12840.84
(c) 8Core 2.5 Sq.mm Unarmoured Mtr 10 0 10 164.05 1640.50
(d) 12Core 2.5 Sq.mm Unarmoured Mtr 9 0 9 204.77 1842.93
(e) 19Core 2.5 Sq.mm Unarmoured Mtr 16 5 21 246.67 5180.07
(f) Power Cable 3.5 core Mtr 1 0 1 330.00 330.00
70/150sq.mm
(g) Coaxial Cable Km 0 0 0 7.86 0.00
32 Earthing works
(a) M.S.Flat for earthing ( 75 X 8 ) MT 0 0 0 44.15 0.00
/(in Mtr)
(b) M.S.Flat for earthing ( 65 X 8 ) MT 7380 246 7626 42.60 324867.60
/(in Mtr)
(c) M.S.Flat for earthing ( 50 X 6 ) MT 6360 424 6784 44.72 303380.48
/(in Mtr)
(d) Earthing rods ( 25 mm X 3000mm Nos 90 10 100 807.86 80786.00
) In Nos.
(e) Preparation of Earth Pits and Nos 15 1 16 10581.45 169303.20
associated brick Messonary work
33 AC Board Nos 1 0 1 4950.00 4950.00
34 DC Board Nos 2 0 2 4950.00 9900.00
35 Fitting of lighting fixtures with Nos 60 0 60 545.55 32733.00
poles
36 Installation of HPSV/HPMH lighting Nos 13 5 18 545.55 9819.90
fixtures (250 Watt ) on gantry
columns
37 110V 300Ah Battery Nos 1 0 1 7562.50 7562.50
38 110V 300Ah Battery Charger Nos 1 0 1 5500.00 5500.00
39 48V 300Ah Battery Nos 1 0 1 3300.00 3300.00
40 48V 300Ah Battery Charger Nos 1 0 1 5500.00 5500.00
41 12 MVAR Capacitor bank with NCT Set 1 0 1 23100.00 23100.00
and Special Solid Core Insulator
set complete with structures(Set)
42 Stringing & Jumpering (in
Mtrs)
(a) Twin Zebra conductor (in Mtrs) Mtr 1395 105 1500 51.64 77460.00
(b) Single Zebra conductor (in Mtrs) Mtr 2210 790 3000 41.17 123510.00
(c) Screening conductor/O.H. Sheild Mtr 2000 500 2500 19.38 48450.00
Wire
43 Total Amount (₹) 2414658.94
44 GST @18% 434638.61
45 Total including GST (₹) 2849297.55

TR- 39/2017 Page 14 of 76


Volume-VI

GENERAL DESCRIPTION OF WORK FOR ERECTION, TESTING &


COMMISSIONING OF OUTDOOR & INDOOR EQUIPMENT

S.
Description of work
No.
1 2
(A) Structures :
i) Erection of structures including tightening and punching of nuts, bolts.

(B) Stringing of overhead gantries, vertical droppers with ACSR conductor including fixing of
insulator string, spacers, clamps etc.
i) Twin Zebra
ii) Single Zebra
iii) Stringing of overhead shield wire with 7/3.66 mm standard galvanized steel complete with fixing
of strain clamps at the structures.
(C ) Installation of transformers
I. Complete assembly and erection of power transformer with connections etc including installation
of marshalling boxes, control cabinets, air sealing radiators, cooling fans, all accessories etc for
transformer including their preliminary checks. Unloading /handling of transformer accessories,
handling and filling of transformer oil along with associated equipments.
II. STATION TRANSFORMER
i) Shifting of 33/0.4 KV Station transformer up to plinth and placing on plinth & connection to
bushing & earth connection alongwith associated work etc.
(D) Installation and erection of out-door equipments.
I. CIRCUIT BREAKERS
i) 132 KV SF-6 circuit breakers (3 phase)
a) Erection of structures and alignment, shifting of breaker upto the place and placement of all 3
circuit breaker poles on structure and alignment.
b) Complete assembly of circuit breaker including erection of control cabinet & mechanism box,
interconnecting piping work, erection of all accessories for the equipment.
c) SF-6 gas filling for which gas cylinder & filling equipments shall be provided by Company.
d) Preliminary check, test including test for leakage of air/gas.
ii) 33 KV Vacuum circuit breakers (3 Phase)
a) Erection of structures and alignment, shifting of breaker upto the place and placement of circuit
breaker on structure and alignment.

b) Complete assembly of circuit breaker including erection of control cabinet & mechanism box,
interconnecting piping work erection of all accessories for the equipment.
c) Preliminary check, test including test for leakage of air/gas.

II. Isolators without earth switch (3 Phase)


i) A 132 KV isolators (3 Phase)
a) Shifting upto civil foundation & placements of complete isolator in all 3 phase of isolator
structure.

b) Erection/ mounting of mechanism box, interconnection, pipings, alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
i) B 132 KV isolators (Single Phase)
a) Shifting upto civil foundation & placements of complete isolator in all Single phase of isolator
structure.
b) Erection/ mounting of mechanism box, interconnection, pipings, alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
ii) 33 KV isolators (3 phase)
a) Shifting upto civil foundation & placement of complete isolator in all 3 phase of isolator
structure.

TR- 39/2017 Page 15 of 76


Volume-VI

S.
Description of work
No.
1 2
b) Erection/mounting of mechanism box, interconnection, piping alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
III. Isolators with earth switch (3 Phase)
i) 132 KV isolators (3 phase)
a) Shifting upto civil foundation & placement of complete isolator in all 3 phase of isolator
structure.

b) Erection/ mounting of mechanism box, interconnection, piping alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
ii) 33 KV isolators (3 Phase)
a) Shifting upto civil foundation & placement of complete isolator in all 3 phase of isolator
structure.

b) Erection/ mounting of mechanism box, interconnection, piping alignment of contacts & all
associated activities to make the installation complete including checking of successful
mechanical and electrical operation.
IV. Shifting of CT/NCT upto civil foundation and placement on structure and fixing of
junction box including all accessories etc.

a) 132 KV
b) 33 KV CT/NCT
V. Shifting of CC/CVT/P.T. upto civil foundation & placement on structure and fixing of
junction box including all accessories etc.
a) 132 KV

b) 33 KV
VI. Erection of lightning arrestors (LAs) :
i. Shifting of surge/lightening arrestors & placement of equipments on structure including all
accessories and making all connections also include checking & installation of insulator base and
surge counters.

a) 132 KV LA
b) 33 KV LA
VII. Erection of Solid Core Insulators (PI):
a) 132 KV PI
b) 33 KV PI
VIII. Wave trap with overhead suspension and other accessories.
a) 132 KV W/T
IX. Installation of Set of coupling devices (line matching unit) for PLCC purposes.
X. Erection of 36 kV 12 MVAR Capacitor bank with structures and accessories complete in
all respect.

(E) Earthing Installation :


Installation & testing of the following including jointing, equipment termination, fixing &
clamping with accessories & hardware required such as saddle, clamps, cleats, plugs, screws,
nuts, bolts, washers and welding, brazing etc.

i) 25 mm dia X 3000 mm long M.S. rod earth electrodes installation directly driven/drilled (40 to
50 mm dia) into earth including excavation (irrespective of type of soil encountered) backfilling
with betonite soil (to be arranged by contractor) welding to earth conductor etc.

ii) Providing of steel risers and making earth mat (duly buried at a depth of 0.5 mtrs) including
backfilling with black cotton soil (to be arranged by the contractor) welding etc. and bolting of
risers to the structure at desired place.

a) MS flat 75 X 8 mm
b) MS flat 65X 8 mm

TR- 39/2017 Page 16 of 76


Volume-VI

S.
Description of work
No.
1 2
c) MS flat 50X 6 mm
(F) Preparation of earthing pits (1.5X1.5.X3 Mtrs.) as per drawing attached with bid document,
which includes excavation (Irrespective of the soil encountered) embedding of 4 No. GI Pipes of
size 40 mm dia, 3 Mtrs. long, back filling with B.C. soil (to be arranged by the contractor) free
from boulders and harmful mixture. These GI pipes are to be welded with MS flats by making
mesh frame and cutting of pipes as also making holes in the pipe for water seepage. The earth
pit is to be connected with earth mesh of MS flat.
(G) Yard Lighting :
i) Erection of pole for yard lighting and fitting of fixtures.
ii) Installation of light fixtures on gantry columns, supply connections to the light fitting from the
nearest lighting board in the yard etc.

(H) Erection of DO fuse set


(I) Erection of junction box
(J) For installation and erection of indoor equipments in the Control-Room building. :
(i) 415V AC Distribution Board
Shifting up to control room (including storage, if required), placement in AC/DC room. The AC
Distribution Board to be suitably grouted in AC/DC room as per drawing. Proper alignment of
AC Board to be done and earthing to be done. Making of all 3 Phase and Single-phase AC
connections in terminal block as per drawing.
(ii) 110V DC Distribution Board
Shifting up to control room (including storage, if required), placement in AC/DC room. The DC
Distribution Board to be suitably grouted in AC/DC room as per drawing. Proper alignment of
DC Board to be done and earthing to be done. Making of all 110V DC connections in terminal
block as per drawing.
(iii) Control and Relay Panel for 132KV Feeder/X-mer /Bus coupler
Shifting up to control room (including storage if required) and placement complete with all relays
& accessories. The placement of C&R panel to be done on MS channel frame and MS Channel
frame will suitable grouted in control room as per drawing. The cutting, welding & fabrication of
MS channel frame is to be done as per drawing. Proper alignment of C&R panel to be done. The
earthing of C&R Panel to be done. Making of all interconnections for the control & relay panel on
terminal block as per drawing including all AC & DC connections.
(iv) C&R Panel for33KV Feeder/X-mer/Bus coupler:

Shifting up to control room (including storage if required) and placement complete with all relays
& accessories. The placement of C&R panel to be done on MS channel frame and MS Channel
frame will suitable grouted in control room as per drawing. The cutting, welding & fabrication of
MS channel frame is to be done as per drawing. Proper alignment of C&R panel to be done. The
earthing of C&R Panel to be done. Making of all interconnections for the control & relay panel on
terminal block as per drawing including all AC & DC connections.
(v) RTU & Tele metering (Set):

Shifting up to control room (including storage if required) and placement complete with all relays
& accessories. The placement of RTU to be done on MS channel frame and MS Channel frame
will suitable grouted in control room as per drawing. The cutting, welding & fabrication of of MS
channel frame is to be done as per drawing. Proper alignment of RTU to be done. The earthing
of RTU to be done. Making of all interconnections for the RTU on terminal block as per drawing
including all AC & DC connections.
(vi) CARRIER CABINET:
Shifting up to control room (including storage if required) and placement in control room .The
cabinet will be suitably grouted in control room as per drawing. The proper alignment of panel to
be done on MS channel frame and MS Channel frame will be suitably grouted in control room.
The earthing of panel to be done. Making of all AC/DC connections in terminal block as per
drawing.
(vii) EPAX:
Shifting up to control room (including storage if required) and placement in control room with all
accessories.
(viii) FOTE for Optical Fiber Communication

TR- 39/2017 Page 17 of 76


Volume-VI

S.
Description of work
No.
1 2
Shifting (including storage if required) and placement at designated place. The cabinet will be
suitably grouted as per drawing. The earthing of panel to be done. Making of all AC/DC
connections in terminal block as per drawing. Final Installation, commissioning and testing
including Cable laying and termination.
(ix) 110V Battery
a) Shifting of 110V Battery set (having 55 cells of 1.2 V) up to control room along with battery
stand & electrolyte containers shifting up to control room with all accessories. Checking of
breakage and condition of cover seals.
b) Erection of mounting racks, placement of battery cells (after proper cleaning of cells) on battery
set including their interconnections and connections to their battery chargers. Providing number
identification sticker / plates for each cell.
c) Charging of batteries as per manufacturer’s recommendation under guidance of engineer in
charge including two to three charge/discharge cycle complete with maintaining record of
battery charging. This work includes initial filling of electrolyte topping up of electrolyte/distilled
water during charge/discharge cycle.
(ix) 110V Battery Charger
Shifting up to control room & placement in AC/DC room with all accessories. The grouting of
charger to be done as per drawings. Proper alignment and earthing of Charger to be done.
Making of all AC/DC connection in terminal block as per drawing.
(xi) 48V Battery
a) Shifting of 48V Battery set (having 24 cells of 1.2 V) up to control room along with battery stand
& electrolyte containers shifting up to control room with all accessories. Checking of breakage
and condition of cover seals.
b) Erection of mounting racks, placement of battery cells (after proper cleaning of cells) on battery
set including their interconnections and connections to their battery chargers. Providing number
identification sticker / plates for each cell.
c) Charging of batteries as per manufacturer’s recommendation under guidance of engineer in
charge including two to three charge/discharge cycle complete with maintaining record of
battery charging. This work includes initial filling of electrolyte topping up of electrolyte/distilled
water during charge/discharge cycle.
(xii) 48V Battery Charger
Shifting up to control room & placement in AC/DC room with all accessories. The grouting of
charger to be done as per drawings. Proper alignment and earthing of Charger to be done.
Making of all AC/DC connection in terminal block as per drawing.

(K) Cable terminations including fixing of cable glands, lugs etc. for each type of control/ power
cables, including terminations at both ends. I.R. value between cores and I.R. value with respect
to its armouring is to be verified. The continuity of all cores is also to be verified. Both work to
be done before connecting cable to the terminal block. Making suitable hole in bottom/side plate
of C&R panel, AC/DC Board, Marshaling box, CT/PT sec box and CB mechanism box for fixing
cable glands in addition to cable gland holes already provided. The hole should be free from
burrs. Fixing all cables in respective cable glands and refixing gland plate to its original place. All
cable identification plate is to be provided on both ends of each cable. Stripping of outer
insulation cover, armoring etc. of cable, fixing ferrules on each core at both ends. Stripping all
cores to suitable length, making eye, crimping terminal lugs (as the case may be) and fixing it to
terminal block as per drawing followed by proper bending/ dressing of all cores.
a 2 Core x 2.5 Sq.mm.(Unarmoured)
b 4 Core x 2.5 Sq.mm.(Unarmoured)
c 8 Core x 2.5 Sq.mm. (Unarmoured)
d 12 Core x 2.5 Sq.mm. (Unarmoured)
e 19 Core x 2.5 Sq.mm. (Unarmoured)
f Coaxial Cable
g 3.5 Core x 70 /150 Sq. mm. Power Cable
(L) Laying of copper cables (armoured /unarmoured) on racks/cable trays/ angle support overhead
racks conduits including dressing of cables with accessories for copper conductor & armored
control cables.

TR- 39/2017 Page 18 of 76


Volume-VI

Schedule-1(A5)

ESTIMATED COST BASED ON SOR OF MPPTCL FOR ERECTION, TESTING &


COMMISSIONING OF TRANSMISSION LINES

Qty. for
132kV DCSS Unit SOR Total SOR
S. No. Particulars Unit
Datiya- Price (₹) Price (₹)
Bhitarwar
1 2 3 4 5 6=4*5
1 Survey including site clearance & tree Kms. 35 10659.00 373065.00
cutting
2 Check survey Kms. 36.5 7251.00 264662.00
3 Excavation for Tower :
i) Normal soil Cum. 996 311.00 309756.00
ii Wet soil Cum. 4623 311.00 1437753.00
iii) Black cotton soil Cum. 4965 311.00 1544115.00
iv) Soft rock Cum. 2350 871.00 2046850.00
v) Hard rock Cum. 53 1518.00 80454.00
4 Tower Foundation :
For E/ND-Series & Anchor tower :
a) Setting of Template & Stub
i) E0/ND0 type tower Per Loc. 82 4228.00 346696.00
ii) E30/ND30 type tower Per Loc. 15 4228.00 63420.00
iii) E60/ND60 type tower Per Loc. 20 4228.00 84560.00
iv) MD60 type tower Per Loc. 2 7663.00 15326.00
b) Earthing of towers in four legs Per Loc. 119 494.00 58786.00
c) Earthing of Gantry Column by Per Loc. 6 296.00 1776.00
providing two earth sets
d) Concreting including back filling, muffing, copping & curing (Including
gantry)
i) Concrete Ratio 1:1½:3 (M20) Cum. 1621 8083.00 13102543.00
ii) Concrete Ratio 1:2:4 (M15) Cum. 42 7625.00 320250.00
iii) Concrete Ratio 1:3:6 (M10) Cum. 525 5661.00 2972025.00
e) Cost of laying reinforcement steel MT 83 68983.00 5725589.00
including cost of materials
5 Tower erection (including tightening &
punching) :
a) E/ND-Series Tower :
i) Tower erection (including tightening & MT 658 5946.00 3912468.00
punching) Including Gantries
ii) Peripheral welding of nuts & bolts Nos. 111508 17.00 1895636.00
6 Stringing :-
i) Double Ckt. Single Strung with Panther Kms. 35 113190.00 3961650.00
& OPGW
ii) 2nd Ckt. Stringing with Panther Kms. 1.5 79200.00 118800.00
Conductor with one ckt. Live
iii) Stringing : OPGW with one ckt. live Km. 1.5 69124.00 103686.00
(for replacemenr of E/W)
7 (A) Final checking & rectification, Per Loc 119 6090.00 724710.00
fixing of anticlimbing device,
danger board & number plate
7 (B) Dismantling
i) Dismantling: Earthwire with one circuit Kms. 1.5 30443.00 45665.00
live
ii) Transportation of dismantled material MT per 1 2640.00 2640.00
100KM
8 MISCELLANEOUS WORKS :
(i) Excavation (for tower site leveling and revetment work).
(a) Dry soil Cum. 875 138.00 120750.00
(b) Wet soil Cum. 875 138.00 120750.00
(c) Soft rock Cum. 875 447.00 391125.00
(d) Hard rock Cum. 87.5 1240.00 108500.00
(ii) (a) Cost of building revetment with Cum. 700 3666.00 2566200.00
stones with 1:5 cement mortar per
Cum of stone masonry.
TR- 39/2017 Page 19 of 76
Volume-VI

Qty. for
132kV DCSS Unit SOR Total SOR
S. No. Particulars Unit
Datiya- Price (₹) Price (₹)
Bhitarwar
1 2 3 4 5 6=4*5
(b) Cost of top seal cover of revetment Cum. 17.5 5415.00 94763.00
wall with 1:2:4 mix concrete.
(c) Back filling and levelling of the Cum. 175 132.00 23100.00
volume enclosed by revetment walls in
Cum.
(d) Cost of concrete 1:3:6 mix required Cum. 70 4948.00 346360.00
for base padding including all material
including cement.
(iii) (a) Erection of counterpoise earthing Per 240 128.00 30720.00
including all material, excavation and laying
back filling. Meter
(b) Cost of providing additional Per Loc. 4 9669.00 38676.00
earthing at the each counterpoise wire
incl.cost of material.
9 Sub Total 43353825.00
10 * Less cost of Check survey work (Sr. no 2 above) not to be included in total 264662.00
commitment
11 Total of (Sr. no.9 – Sr. No.10) 43089163.00
12 GST @18% (on 11 above) 7756049.34
13 Total amount including GST taken to Schedule-I (11+12) 50845212.34

* Note: - The Detail survey includes cost of check survey also. Therefore, at sections of
line route where Detail survey is carried out by the contractor, no payment of check
survey shall be made for such sections.

TR- 39/2017 Page 20 of 76


Volume-VI

SCHEDULE-II
Details of Exemptions / concession

Bidder is required to indicate here Details of exemption or any concession if any


available in GST in supply of Equipments / Materials

Sr. No. Description of Equipment/Material Details of exemption or


any concession

Date:

Signature:

Name:

Seal :

TR- 39/2017 Page 21 of 76


Volume-VI

SCHEDULE-III
Financial Information of the Bidders
(in case of JVA, the information shall be submitted separately in respect of each partner of the JVA)

Bidder’s Legal Name:_____________________________ Date:__________


JVA Partner’s Legal Name:________________________________
Information in respect of M/s_______________________________ All Amount in INR
S. Particulars (Notes no. of Balance sheet As per the Tender Document
No. considered) FY………………..

Part-A
1. Total Assets
2. Total outside Liabilities
3. Net Worth (1-2)

Part-B

4. Current Assets
5. Stock / Inventories
6. Prepaid Expenses
7. Contractual Advance
payment liability
8. Liquid Assets (4-5-6-7)
Information from Profit & Loss Statement for Previous Three(3) or Five(5) Years as per the Tender
Document
Item no. of Profit &
Year 1 Year 2 Year 3 Year 4 Year 5 Loss Account
Part-C
FY……….. FY……… FY……….. FY……… FY……….. Considered for
Calculating Figures
8. Total
Turnover
9. 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:

All such documents must reflect the financial information of the bidder or partner to a JVA, and not
sister or parent companies.
Historic financial Statements must be audited by the Statutory Auditor. In case the bidder does not
have a statutory auditor, then it should provide the certificate from a chartered Accountant that
ordinarily audits the annual accounts of the bidder.
Historic financial Statements must be complete, including all noted to the financial Statements.
Historic financial Statements must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted, until allowed in tender).

Certificate by Statutory Auditor


Or
Chartered Accountant
Date :
Place:
Name of Audit Firm
Firm Reg. No.

TR- 39/2017 Page 22 of 76


Volume-VI

SCHEDULE-IV
CURRENT CONTRACT COMMITMENTS
(to be submitted by Sole bidder. In case of JV, by the Lead Partner of JV)

Bidders should provide information on their current commitments on all contracts


that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full
completion certificate has yet to be issued.

Employer’s Remaining Monthly Financial


Outstanding
Sr. Name of Contact Contract Resources
Contract Value
No. Contract (Address, Period in Requirement
(X) a
Tel, Fax ) months (Y) b (X / Y)
1
2
3
Total Monthly Financial Requirement for Current Contract
Commitment (Rs.)
a
Remaining outstanding contract values to be calculated from 28 days prior to the
bid submission deadline
b
Remaining contract period to be calculated from 28 days prior to bid submission
deadline.

Date:

Signature:

Name:

Seal :

TR- 39/2017 Page 23 of 76


Volume-VI

SCHEDULE-V(A)
COMPLETION SCHEDULE FOR SUPPLY OF PLANTS,
EQUIPMENTS & OTHER MATERIALS
Period in weeks
S.
Description of work from the
No.
effective date
[A] Proto type of substation structures
i. 132 kV
ii. 33 kV
[B] Supply of sub-station structures
i. 132 kV
ii. 33 kV
Supply of indoor equipments along
[C]
with accessories
i. 132 kV
ii 33 kV
Supply of outdoor equipments along
[D]
with accessories
i. 132 kV
ii 33 kV
[E] Supply of earthing materials
i. Supply of 40 MM round bars
ii MS FLAT (65X8 MM)
iii MS FLAT (50X6 MM)
Hot dip galvanized earthing rods 25
iv
mm dia, 3 Mtr length.

Date: Signature:

Name:

Seal :

TR- 39/2017 Page 24 of 76


Volume-VI

SCHEDULE- V(B)
COMPLETION SCHEDULE FOR CIVIL, ERECTION TESTING &
COMMISSIONING OF SUB-STATION
(To be submitted separately for each work supported with Bar Chart)

Period in weeks from


S. effective date
Description of work
No. Commence
Completion
ment
[A] Civil work:
i. Control room
ii. Structure/equipment foundations
iii Cable trenches
iv Yard area fencing
Yard leveling, metaling/ construction of
v
BMW road/ culvert
[B] Erection of structure:
i. Gantry column
ii. Gantry beam.
Erection of Equipment structure, Busbar
iii
and gantry structure &Earth wire stringing.
Erection of bus bar and its auxiliaries
iv including commissioning from the date of
receipt of Transformer
v Equipments.
Erection of Outdoor Equipments and Inter
vi connection of equipment including
jumpering.
Erection of Indoor Equipments including
vii A/C, D/C board, Battery & Battery charger
C&R Panels etc.
viii Laying of control cable & its termination
ix Laying of earth mat & risers
x Erection of Transformer
xi Testing & Commissioning

Signature:
Date:
Name:
Seal:

TR- 39/2017 Page 25 of 76


Volume-VI

SCHEDULE- V(C)
COMPLETION SCHEDULE FOR ERECTION TESTING AND
COMMISSIONING OF TRANSMISSION LINE
(To be submitted separately for each transmission line work supported with Bar Chart)
S. Description of work Period in months from
No. Effective date
1 Opening of site office & store
2 Detailed/Check survey
a Commencement
b Completion
3 Inspection of proto assemblies.
a Commencement
b Completion
4 Manufacturing and supply of stub & cleats
a Commencement
b Completion
5 Manufacturing and supply of tower parts
a Commencement
b Completion
6 Supply of Conductor, Earth wire, disc Insulators,
Hardware & Accessories for Conductor & Earth wire
a Commencement
b Completion
7 Foundation of towers
a Commencement
b Completion
8 Erection of towers
a Commencement
b Completion
9 Stringing
a Commencement
b Completion
10 Pre commissioning
a Commencement
b Completion
11 Final commissioning
Note:- 1. The Completion Schedule must indicate date of commencement & date of
completion of all the activities in such a manner so that overall completion period
should match with Time schedule specified in Section-IV.
2. While Bar Chart shall be submitted with the Bid, the bidder after acceptance of
his Bid will be permitted to make minor adjustments, in activity & Time Schedule
subject to following conditions:-
(a) Total Completion Schedule for each work will not be changed due to
minor adjustment in Time Schedule of other sub activities.
(b) Bar Chart after discussion shall be approved & accepted by the Employer
and then only it would become a part & parcel of the contract.

Date: Signature:
Name:
Seal:

TR- 39/2017 Page 26 of 76


Volume-VI

SCHEDULE-VI(A)
SPECIFIC EXPERIENCE CRITERIA
(Sub-station)
Contract
Contract No . . . . . . of . . . . . .
Identification
Award Date Completion date
 

Role in Contract Management Subcontract
Contractor
Contractor or

Total Contract Amount INR


If partner in a JV or Subcontractor , specify
Percent of Total Amount
participation of total contract amount
Employer’s Name
Address
Telephone Number
Fax Number
E-mail

Description of the similarity in accordance with Criteria 2.02.02


(a) Substation Experience: Complete (Broad scope of work executed):-
construction and commissioning of atleast
one no. 110kV or higher voltage class
substation on turnkey basis (supply of
Power Transformer may be excluded).

(b)Line Experience: Complete construction


(atleast Tower supply and complete
Erection) and commissioning of maximum
two lines totaling to 30 Kms of 110kV or
higher voltage class EHV Transmission line
on turnkey basis.

(c) Line Experience: Complete construction


(atleast Tower supply and complete
Erection) and commissioning of 110kV or
higher voltage class EHV Transmission lines
of 36KM on turnkey basis.
(ii) Atleast one no. 110KV or higher voltage (Reference of Performance Certificate
class substation constructed on turnkey which is to be attached with this form)
basis (supply of power transformer may be
excluded) and one no. 110KV or higher
voltage class transmission line constructed
by the bidder on turnkey basis (atleast
tower supply and complete erection), must
be in successful operation for at least one
year period as on the date of Bid opening.
Note-Bidder is required to fill separate sheet for each work.
Date: Signature:
Name:
Seal :

TR- 39/2017 Page 27 of 76


Volume-VI

SCHEDULE-VI(B)
SPECIFIC EXPERIENCE CRITERIA
(Transmission Line)
Contract
Contract No . . . . . . of . . . . . .
Identification
Award Date Completion date
 

Role in Contract Management Subcontract
Contractor
Contractor or
Total Contract Amount INR
If partner in a JV or Subcontractor , specify
Percent of Total Amount
participation of total contract amount
Employer’s Name
Address
Telephone Number
Fax Number
E-mail

Description of the similarity in accordance with Criteria 2.02.02


(a) Substation Experience: Complete (Broad scope of work executed):-
construction and commissioning of atleast
one no. 110kV or higher voltage class
substation on turnkey basis (supply of
Power Transformer may be excluded).

(b)Line Experience: Complete construction


(atleast Tower supply and complete
Erection) and commissioning of maximum
two lines totaling to 30 Kms of 110kV or
higher voltage class EHV Transmission line
on turnkey basis.

(c) Line Experience: Complete construction


(atleast Tower supply and complete
Erection) and commissioning of 110kV or
higher voltage class EHV Transmission lines
of 36KM on turnkey basis.
(ii) Atleast one no. 110KV or higher voltage (Reference of Performance Certificate which
class substation constructed on turnkey is to be attached with this form)
basis (supply of power transformer may be
excluded) and one no. 110KV or higher
voltage class transmission line constructed
by the bidder on turnkey basis (atleast
tower supply and complete erection), must
be in successful operation for at least one
year period as on the date of Bid opening.
Note-Bidder is required to fill separate sheet for each work.
Date: Signature:
Name:
Seal :

TR- 39/2017 Page 28 of 76


Volume-VI

SCHEDULE-VII

LIST OF TOOLS AND PLANTS AVAILABLE FOR CONSTRUCTION OF


FACILITIES

Under this schedule, list of tools and plants required for execution of various
activities excavation, structure foundation, concreting and erection, testing &
commissioning etc. available with the Contractor should be indicated.

S.
Name of activity List of tools and plants with quantity.
No.

Date:

Signature:

Name:

Seal :

TR- 39/2017 Page 29 of 76


Volume-VI

SCHEDULE - VIII
COMMERCIAL QUESTIONNAIRE
Note: Bidders may please note that submission of this questionnaire duly and
properly filled in is essential. While replying 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
furnished.

S.
Particulars Details
No.
1. (a) Name and address of Bidder

(b) Name & Designation of Contact Person(s)

(c ) Contact Nos Phone (O):

Phone (R):

Mobile No:

FAX No:

E-mail address:
2. (i) Whether you are a State or Central Govt.
undertaking.
(ii) If yes, whether documentary evidence in support of
the above has been enclosed. (In absence of
documentary evidence your claim to be State/Central
Govt. undertaking shall be ignored).
3. Whether photocopy of following documents (duly
validated) has been furnished.
(i) "A" Class Electrical contractor certificate
(ii) EPF Account No:
(iii) GST Registration No:
4. Please refer clause 2.04 and indicate here whether you
have submitted your tender as individual firm or as
joint venture and in case of joint venture, please
indicate number of joint venture partners, their name
and address.
(a) No. of JV Partners:
(b)Name(s) of JV Partners:
(c) Address of JV Partners:
(d)Contact details of JV Partners:
5. In case of Joint Venture participation please confirm
the following :-

(a) Please indicate the name of Lead Member of the


joint venture, their address, name of the contact
person and his telephone no., fax no, e-mail etc. so
that in case any information is to be obtained,
correspondence could be made only with the
authorized representative of Lead Member of joint

TR- 39/2017 Page 30 of 76


Volume-VI

S.
Particulars Details
No.
venture.

(b)Please confirm acceptability of minimum criteria for


joint venture as per clause 2.04. Please also
confirm that you have enclosed a statement
indicating name of joint venture partner, their
address and their participation level for various
activities in such a way that the total requirement
of joint venture spelled out under clause 2.04 are
met with. It is desired that the complete details to
justify acceptability of your offer on joint venture
basis may please be furnished against this clause
so that you are able to justify compliance of all
conditions of joint venture as per clause 2.04.
6. Please confirm that you have noted the description,
requirement and scope of works for the package as
detailed in Section-I of Volume-I of the Bid document.

7. Please confirm that you have noted qualifying


requirement as per clause no. 2 of Section-II of the Bid
document and the bid has been submitted in line with
the requirements.
8. Please confirm that you have noted and submitted the
requisite details towards minimum experience and
performance of plants / equipment, as detailed in
clause 2.02 of Section-I of Volume-I of the Bid
document.
9. Please confirm that you have noted and submitted the
requisite details & undertaking that you have required
skilled manpower and qualified engineers and technical
staff for taking up the works, as detailed in clause 2.07
of Section-I of Volume-I of the Bid document.
10. Please confirm that you have noted and agreed to the
performance guarantee, as detailed in clause 2.10 of
Section-I of Volume-I of the Bid document.
11. Please confirm that you have noted and agreed for the
arrangement of Electricity and water supply for
execution of work is in the scope of contractor, as
detailed in clause 5.0 of Section-I of Volume-I of the
Bid document.
12. Please confirm that you have noted our requirement of
eligible bidders and submitted the desired evidences,
as per clause no. 2 of Section-II of Volume-I.
13. Please confirm that you have noted our requirement of
Technical Experience criteria as per clause no. 2.02 of
Section-II of Volume-I & the details/ necessary
certificates in this regard has been submitted.
14. Please confirm that you have noted and submitted the
details/ certificates for experience & performance, as
desired in sub clause 2.02.02 covered under clause no.
2.02 ‘Technical Experience criteria and performance’ of
Section-II of Volume-I.
15. Please confirm that you have noted our requirement of
audited financial data of last 5 years as per clause no.

TR- 39/2017 Page 31 of 76


Volume-VI

S.
Particulars Details
No.
2.03 of Section-II of Volume-I & also confirm that all
required documents/schedules as required have been
enclosed with your offer to substantiate compliance
with MPPTCL’s financial criteria.
16. Please confirm that you have noted our requirement of
“Financial Resources” as per clause no. 2.03.03 of
Section-II of Volume-I & also confirm that all required
documents/schedules as required have been enclosed
with your offer.
17. Please confirm that you have noted and agreed to our
stipulations for “conflicting provisions” as per clause no.
8 of Section-II of Volume-I.
18. Please confirm that you have noted and agreed to the
stipulations made for “Non-Responsive Bids” as per
clause no. 10 of Section-II of Volume-I.
19. Please confirm that you have noted our requirement for
“Documents Comprising the Bid” as per clause no. 12
of Section-II of Volume-I and the bid has been
submitted in line with the requirements.
20. Please confirm that you have noted & agreed to our
requirement for “Subcontractors proposed by the
Bidder” and MPPTCL reserves the right to delete any
proposed Subcontractor from the list as per clause no.
12.02 (d) of Section-II of Volume-I.
21. Please confirm that you have noted our requirement
that Alternative bids or offer are not acceptable as per
clause no. 12.02(f) of Section-II of Volume-I.
22. Please confirm that you have noted and agreed to the
stipulations made for “Additional Information” as per
clause no.12.02(g) of Section-II of Volume-I.
23. Please confirm that you have noted our requirement of
FIRM Prices as detailed in clause no. 14.07 of Section-
II of Volume-I of the Bid Document.
24. Please confirm that you have noted that Bid Security
must be submitted in the form of Bank Guarantee and
the amount of bid security shall be as per clause no. 16
of Section-II of Volume-I.
25. Please indicate the details of Bid Security e.g., Name of
Bank, Amount of BG etc.
26. Please confirm that you have noted that Bid Security
issued by Punjab National Bank shall not be
accepted by MPPTCL and the BG shall be valid for 7
months from the date of Bid opening, as per clause
no. 16.02 of Section-II of Volume-I.
27. Please confirm that you have noted that Bid shall be
valid for 6 months from the date of Bid opening, as per
clause no. 17 of Section-II of Volume-I.
28. Please confirm that you have noted stipulations of
clause 19, 20, 21 and 22 of Section-II of Volume-I and
have submitted your Bid accordingly.
29. Please confirm that you have noted and agreed to our
stipulations made in clause no. 25 of Section-II of
Volume-I.

TR- 39/2017 Page 32 of 76


Volume-VI

S.
Particulars Details
No.
30. Please confirm that you have noted and agreed to our
stipulations for “Technical Evaluation” as per clause no.
28 of Section-II of Volume-I.
31. Please confirm that you have noted and agreed to our
stipulations for “Commercial Evaluation” as per clause
no. 29 of Section-II of Volume-I.
32. Please confirm that you have noted & agreed to “Scope
of Facilities” as stipulated in clause no. 3 of Section-III
of Volume-I.
33. Please confirm that you have noted & agreed to
provision for “Effective Date” as stipulated in clause
no. 4.2 of Section-III of the Bid document.
34. Please confirm that you have noted & agreed to
“Contractor’s Responsibility” as stipulated in clause no.
5 of Section-III of Volume-I.
35. Please confirm that you have noted & agreed to our
requirement of Performance Security with a validity
upto 90 days beyond the Defect Liability Period as
stipulated in clause no. 9.2 of Section-III of the Bid
document.
36. Please confirm that you have noted the responsibility
for payment of taxes, duties, license fees etc. shall be
of the contractor as stipulated in clause no. 10 of
Section-III of Volume-I
37. Please confirm that you have noted our requirement of
Subcontracting as stipulated in clause no. 15 of
Section-III of Volume-I
38. Please confirm that you have noted our requirement of
Design & Drawing as stipulated in clause no. 16 of
Section-III of Volume-I
39. Please confirm that you have noted our requirement for
Plants & Equipments as stipulated in clause no. 17 of
Section-III of Volume-I and as specified in Section-I of
Volume-II
40. Please confirm that you have noted & agreed to our
requirement for Civil works as specified in Volume-III.
41. Please confirm that you have noted & agreed to our
requirement for Installation/ Erection work, compliance
with Labor Regulations, Protection of Environment and
Safety Precautions etc. as stipulated in clause no.18 of
Section-III of Volume-I
42. Please confirm that you have noted & agreed to our
requirement of Test and Inspection as stipulated in
clause no. 19 of Section-III of Volume-I.
43. Please confirm that you have noted & agreed to our
requirement of completion of the facility & operational
acceptance as stipulated in clause no. 20 of Section-III
of Volume-I.
44. Please confirm that you have noted & agreed to our
requirement of completion time guarantee as stipulated
in clause no. 21 of Section-III of Volume-I.

TR- 39/2017 Page 33 of 76


Volume-VI

S.
Particulars Details
No.
45. Please confirm that you have noted & agreed to our
requirement of defect liability guarantee of 24 months
from the date of Taking over of facilities as stipulated in
clause no. 22 of Section-III of Volume-I.
46. Please confirm that you have noted & agreed to our
requirement of equipment performance guarantees as
stipulated in clause no. 23 of Section-III of Volume-I.
47. Please confirm that you have noted & agreed to our
requirement stipulated in clause no. 28 of Section-III of
Volume-I.
48. Please confirm that you have noted & agreed to our
“Insurance Requirements” as stipulated in clause no.
29 of Section-III of Volume-I and as detailed in clause
no. 10 of Section-IV of Volume-I
49. Please confirm that you have noted & agreed to our
conditions for Suspension and Termination of Contract
as detailed in clause no. 35 & 36 of Section-III of
Volume-I.
50. Please confirm that you have noted & agreed to our
conditions for Settlement of Disputes as detailed in
clause no. 38 of Section-III of Volume-I.
51. Please confirm that you have noted & agreed to our
requirement of Completion period as stipulated in
Clause 1, Section-IV of Volume-I.
52. Please confirm that you have noted & agreed to
adjustment of Unit SOR price in case of change in taxes
and duties as stipulated in Clause 2.6, Section-IV of
Volume-I.
53. Please confirm that you have noted & agreed to our
Terms of Payment for supply of Plants,
Equipments/Materials, installation/erection & civil work
as stipulated in clause 3, Section-IV of Volume-I.

54. Please confirm that you have noted & agreed to our
requirement of compliance with regulations as
stipulated in Clause 13, Section-IV of Volume-I.
55. Please confirm that you have noted the details given in
Annexure-1A & 1B of Volume-VI regarding preferred
experienced manufacturers of various equipments.
56. Please confirm that all details and requirements of
Section-I, II, III & IV of Volume-I have been carefully
noted by you.
57. Whether schedule of check list has been enclosed Duly
filled in.

Date: Signature:

Name:

Seal:

TR- 39/2017 Page 34 of 76


Volume-VI

SCHEDULE-IX

DETAILS OF ORGANISATION SET UP

Under this schedule, strength of technical manpower available with the


bidder with their qualification and experience shall be indicated; both in
respect of headquarter and field organization. Program for deployment of
manpower to carry the work may also be indicated.

The bidder should furnish an undertaking that they have required skilled
manpower and qualified engineers and technical staff for taking up erection
works and have required expertise and technical infrastructure to organize
construction of civil foundation works & control room meeting modern
quality standards.

Date: Signature:

Name:

Seal :

TR- 39/2017 Page 35 of 76


Volume-VI

SCHEDULE- X

DEVIATION FROM TERMS & CONDITIONS OF BID


DOCUMENT

The bidder shall state under this schedule, how his offer deviates,
varies or departs from the MPPTCL's Specification.

--------------------------------------------------------------------------------
S. No. Subject MPPTCL's Proposed Reasons
Specification deviation for such
Clause reference by the deviations
and page bidder
--------------------------------------------------------------------------------
1. 2. 3. 4. 5.
-------------------------------------------------------------------------------

-------------------------------------------------------------------------------

Date: Signature:

Name :

Status :

Seal :

IT MAY BE NOTED THAT IN CASE OF ANY DEVIATIONS, MPPTCL


RESERVES THE RIGHT TO REJECT THE BID IN WHICH CASE
PRICE BIDS OF SUCH BIDDERS WILL NOT BE OPENED
THEREFORE THE BIDDERS SHOULD FURNISH THEIR OFFER
EXACTLY IN LINE WITH ALL OUR BID CONDITIONS PROVIDED
THEY QUALIFY AS PER REQUIREMENT SPECIFIED IN THE
SPECIFICATION.

TR- 39/2017 Page 36 of 76


Volume-VI

SCHEDULE- XI

QUALITY ASSURANCE PROGRAMME

The Bidder shall submit here complete details of Quality


Assurance Program required as per terms of the
Specification.

Date: Signature :

Name :

Designation:

Seal :

TR- 39/2017 Page 37 of 76


Volume-VI

SCHEDULE – XII

UNDER TAKING FOR CONFIRMATION IN REGARD TO GUARANTEED


TECHNICAL PARTICULARS OF EQUIPMENTS

We have noted all the technical requirements and make of various


plants/equipments/materials to be supplied against this tender. We have
also noted that the plants/equipments/materials, as per the list of
ANNEXURE –1 “LIST OF PREFERRED EXPERIENCED MANUFACTURERS FOR
EQUIPMENTS” are acceptable to MPPTCL.
We hereby confirm that we will supply the plants/equipments/materials
meeting all the technical requirement and of make as per the list given in
Annexure-1 or otherwise we shall supply the plants/ equipments/ materials
complying all the criteria prescribed in the tender document such as
experience/ performance/ supply capacity/ type test/ technical & guaranteed
particulars etc. We shall furnish all necessary particulars/ details in this
respect to analyse and take a decision for acceptance of alternative make
equipment by MPPTCL.

The decision of MPPTCL in this regard shall be final and binding on us. We
further confirm that in case the alternative make equipment is not
acceptable to MPPTCL, we shall supply the equipment from the preferred
experienced manufacturers only indicated in Annexure-1.

Date: Signature :

Name :

Seal :

TR- 39/2017 Page 38 of 76


Volume-VI

SCHEDULE – XIII
IMPORTANT TECHNICAL PARTICULARS OF 50MVA TRANSFORMERS

S. Particulars Offered Make 1 Offered Make 2 Offered Make 3


No. (name of (name of (name of
manufacturer) manufacturer) manufacturer)

Values
1 Losses (at rated output, rated voltage and rated frequency at 75ºC)
a. No load Losses
(KW) (max ceiling
limit 25KW)

b. Load Losses
including stray
losses (KW)

c. Auxiliary losses
(KW)
d. Load including
Stray Losses +
Aux. Losses (i.e
total losses – no
load losses ) (KW)
(max ceiling limit
125KW)
2 Impedance voltage
(Percentage)

Date: Signature :

Name :

Seal :

TR- 39/2017 Page 39 of 76


Volume-VI

SCHEDULE- XIV

Acceptance to FIRM Price

As specified in clause 14.07 of Section II of the Bid document, the prices of


all items of supply and construction activities shall be on FIRM basis & No
Price adjustment will be allowed on any account.

We hereby convey our acceptance to the above provision of the Bid


document.

Date: Signature :

Name :

Seal :

TR- 39/2017 Page 40 of 76


Volume-VI

SCHEDULE- XV

Manufacturer's Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be signed by a person with
the proper authority to sign documents that are binding on the Manufacturer. The
Bidder shall include it in its bid, if so indicated in the BDS.]

Date: [insert date (as day, month and year) of Bid Submission]
Tender Specification No.: [insert tender spec. number of bidding process]

To:

The Chief Engineer (Procurement), MPPTCL, Jabalpur

WHEREAS

We [insert complete name of Manufacturer or Manufacturer’s authorized


agent], who are official manufacturers or agent authorized by the manufacturer of
[insert type of goods manufactured], having factories at [insert full address of
Manufacturer’s factories], do hereby authorize [insert complete name of Bidder]
to submit a bid the purpose of which is to provide the following goods, manufactured
by us [insert name and or brief description of the goods], and to subsequently
negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Conditions of
Contract, with respect to the goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the


Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the


Manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of
Bidder]

Dated on _________ day of ________________, _______ [insert date of signing]

TR- 39/2017 Page 41 of 76


Volume-VI

SCHEDULE- XVI
CHECK LIST

Declaration
S. strike out
Items Reference
No. whichever not
applicable

1. Bid Security Yes/No


Cost of the Bid document
2. Yes/No
enclosed
3. Letter of Technical Bid Letter-1, Vol.-VI Yes/No
Yes/No
(only online
4. Letter of Price Bid Letter-2, Vol.-VI
submission in
.pdf format)
Yes/No
5. Summary of Prices Schedule-1 (only online
submission)
Details of exemption or any
6. Schedule-II Yes/No
concession
Financial Information of the
7. Schedule-III Yes/No
Bidders
Current Contract
8. Schedule- IV Yes/No
Commitments
Completion Schedule for
9. supply of plant Equipments & Schedule- V(A) Yes/No
other materials
Completion Schedule for Civil,
10. Erection, Testing & Schedule- V(B) Yes/No
Commissioning of Sub-stations
Completion Schedule for
Erection, Testing &
11. Schedule- V(C) Yes/No
Commissioning of
transmission lines
Specific Experience Criteria
12. Schedule-VI(A) Yes/No
(Substation)
Specific Experience Criteria
13. Schedule-VI(B) Yes/No
(Line)
List of tools and plants
14. available for construction of Schedule-VII Yes/No
facilities
15. Commercial Questionnaire Schedule-VIII Yes/No

16. Details of Organization setup Schedule-IX Yes/No

Deviation from terms &


17. Schedule-X Yes/No
conditions of Bid Document

18. Quality Assurance Plan Schedule- XI Yes/No

TR- 39/2017 Page 42 of 76


Volume-VI

Declaration
S. strike out
Items Reference
No. whichever not
applicable
Under taking for confirmation
in regard to guaranteed
19. Schedule- XII Yes/No
technical particulars of
equipments
Important technical particulars
20. Schedule- XIII Yes/No
of 50 MVA Power Transformers
21. Acceptance to FIRM Price Schedule- XIV Yes/No
22. Manufacturer's Authorization Schedule-XV Yes/No

Date: Signature:

Name:

Seal:

TR- 39/2017 Page 43 of 76


Volume-VI

ANNEXURE -1A
LIST OF VENDORS FOR MAJOR ITEMS OF TRANSFORMER
The vendors of various major items from whom procurement was made by various suppliers of
transformers and quality of which was found acceptable are listed below. However, Major items/inputs
in transformers have to conform to highest quality standards and these items/inputs procured from
any vendors meeting the required specification would be acceptable.
No. Name of Item Supplier
1. CRGO M/s Nippon steel corporation, Japan
M/s JFE Steel corp., Japan ( Erstwhile M/s Kawasaki Corp.
Japan)
M/s AK Steel,USA
M/s Armco, USA,
M/s Posco,Korea
M/s Covefi, France
M/s Salzgittar, Germany
M/s Usinor, France
M/s Transfer, France
M/s Mitsubishi, Japan.
M/s AST Terni, Italy
M/s EBG India Pvt Limited, (Indian Agent) for M/s GELSE
NKIRCHEN, Germany
M/s British Steel Corporation , UK
M/s Thyseen Krupp Group of Companies
2. Winding copper & M/s Invex Filli Isolati Speciali s.p.a. Italy
(a) conductor M/s Sam Dong Korea
M/s Asta, Austria
M/s Smit Draad, Holland
M/s Incab Industries, Jamshedpur
M/s Sterlite Industries, Mumbai
M/s Hindalco Industries
M/s Bhandary Powerlines Private Limited (BPPL), Manipal.
M/s BCPL Conductors Private Limited, Manideep, Bhopal.
M/s Bhandary Powerlines Private Limited (BPPL),Vadodara.
M/s Shakti Insulated Wires,Mumbai
M/s KSH International Pvt Limited, Taloja
M/s Delta-Trans Conductor, Mumbai
M/s Vijay Electricals, Hyderabad
M/s RIMA Transfomers & Conductors Pvt. Limited, Bangalore.
M/s Lacroix and Kress (GMBH) germany
M/s Pirellicavi Italy
M/s Shree Cable & Conductors
M/s Chandra Metals,allahabad
(b) CTC Conductor M/s Sam Dong Korea
M/s Invex Filli Isolati Speciali s.p.a. Italy
M/s Loc Roix AND KRESS – Germany
M/s Chandra Portico ltd silvassa
M/s KSH International Pvt Ltd, Chakan
3. Precompressed press M/s H. Weidmann, Switzerland
Board & press Board M/s Fige Holms Brruk, Swedan
components M/s Senapathy Whiteley, Banglore
TR- 39/2017 Page 44 of 76
Volume-VI

No. Name of Item Supplier


M/s Raman Board, Mysore
4. Insulating Material M/s Dupont, USA
M/s Senapathy Whiteley, Banglore
M/s H. Weidmann, Switzerland
M/s Munksio
M/s Amotfors, Sweden
M/s Krammerer
5. Air Cell M/s PRONAL,
M/s PRONAL, Asia manufacturing SDN BHD Malaysia
6. Gaskets M/s Talbros, Faridabad
M/s Cortica, Chennai
M/s Packing & Jointing, Chennai
M/s Indian Rubber Products, Haridwar
M/s Bombay Oil Seal Mfg. Mumbai
M/s MGM Rubber Kolkata
M/s Bharat Corrub Industries, Vadodara.
M/s Indian Cork Industries,Bahadarpur
M/s Nucork, Gurgaon
7. OIP Condensor bushing M/s BHEL
M/s CGL
M/s TELK
M/s ASEA-MICAFIL
M/s Passonivilla
8. Terminal Connector M/s Best & Crompton, Chennai
M/s PeeVee Engg., Bangalore
M/s Milind Engg., Mumbai
M/s Nootan, Baroda
M/s Utsav, Baroda
M/s Vinayak and Co., Mumbai
M/s Megha Engg. Enterprises, Chennai
M/s Klemmen Engg. Corporation , Chennai
9. OTI/WTI with repeater M/s Accurate Control,UK
M/s AKM, Swedan
M/s Perfect Control, Chennai, India
M/s Preci Measure, Banglore
M/s Radix Electrosystems Pvt. Ltd/ Radix Pyrotech India

10. Magnetic oil gauge M/s Sukrut Udyog, Pune


M/s Yogya, Jhansi
11. Buchholz Relay & Oil M/s Fukuda Instrument, Japan
surge relays M/s Atvus,Calcutta
M/s English Electric, Chennai
M/s Prayog; M/s BHEL
M/s Instrument and Control, Vadodara
12. Pressure Relief Device M/s Qualtrol, USA
M/s GE, USA;
TR- 39/2017 Page 45 of 76
Volume-VI

No. Name of Item Supplier


M/s Sukrut Udyog, Pune
M/s ATVUS Industries, Kolkatta
13. Fan & Motor M/s Marathon Electric Motors (India) Ltd, Kolkata (Erstwhile
M/s Areva, (Alstom), Kolkata)
M/s CGL, Mumbai
M/s Khaitan,Calcutta.
M/s EPC, Calcutta
14. Un-impregnated M/s Permali Wallace Bhopal
Densified laminated M/s Kit ply Assam
wood M/s Mysore Polymers Banglore
M/s Narmada Forest Ind. Pvt. Ltd. Bhopal.
M/s Western India Plywood , Kerala
15. Valves M/s Leader
M/s Bombay Metal & Alloys
M/s Audco
M/s Petson
M/s Manixon
M/s Creseant
M/s Precision Engg. Kottayam,
M/s Eapen Joseph, Kottayam
M/s Apex Piping Systems, Jalandhar
M/s Liberty Engg., Mumbai
M/s Niton Valves, Mumbai
M/s Eapen Joseph & co., Coimbatore
M/s GG Valves ,Udaipur
16. MCB Ms Siemans
M/s MDS
M/s S&S
M/s Havell's
17. Fuse M/s Siemens/ S&S / Areva / Havell's
18. Tank Steel M/s SAIL
M/s Essar
19. OLTC Complete M/s BHEL
M/s TELK
M/s Easun, Madras
20. Terminal Blocks M/S ELMEX
M/S Technoplast,
M/S Tosha
21. Silica gel Breather M/S Yogya Enterprises, Jhansi.
M/S Anusen Industries, Pune.
M/s Instruments & Controls , Vadodara, India
22. Transformer oil M/s Apar Limited, Mumbai
M/s Savita Chemicals Ltd, New Mumbai
23. Radiator M/s CTR Manufacturing Industries, Pune
M/s Thermal Transformer Product, Bangalore
M/s Exotherm, Bangalore.
M/s P.E. Engg. Hyderanad.
M/s Hitech Switchgear, Mumbai
24. Oil flow indicator M/s Sukrut Udyog, Pune

TR- 39/2017 Page 46 of 76


Volume-VI

ANNEXURE -1B
LIST OF PREFERRED EXPERIENCED MANUFACTURERS FOR OTHER
EQUIPMENTS
S.No. Equipment Approved Makes
160 MVA and 40 MVA Power
1 BHEL/BBL/EMCO /CGL /TELK/ALSTOM/ABB
Transformers
2 Circuit Breakers
400KV SF6 ABB/ALSTOM/ SIEMENS
220KV SF6 ABB/ ALSTOM / CGL/ SIEMENS
132KV SF6 ABB/ ALSTOM / CGL/Siemens
33KV Vacuum BHEL/ ABB/ MEGAWIN/ ALSTOM / CGL/ ANDREW
YULE/STELMEC
3 C&R Panels
400KV & 220KV ABB/ VENSON/ ALSTOM /GE
132KV ABB/ VENSON/ ALSTOM /GE/ UNIVERSAL
CONTROLS/SIEMENS/DANISH/MAKTEL
33KV HERTZ/ SYSTEM/ VENSON/ MAKTEL/ GE/ ALSTOM
/ABB/ POPULAR/ UNIVERSAL CONTROLS/AARTEK
SOLONIKS/DANISH
4 Instrument Transformer
400 KV Current Transformers BHEL/ABB/ALSTOM/TELK/CGL
220 KV Current Transformers ABB/BHEL /TELK/ ALSTOM/MEHRU/CGL
132 KV Current Transformers ABB/BHEL /TELK/ MEHRU/ HEPTACARE/CGL
33 KV Current Transformers UNIVERSAL /VISHAL/ LAMCO/ LAXMI ENGG
/AMBARNATH / HEPTACARE/MEHRU/VIDYUT
400 KV CVT BHEL / ABB / ALSTOM / CGL/SIEMENS
220 KV CVT BHEL / ALSTOM / CGL/SIEMENS/ABB
220 KV Potential Transformers BHEL/ CGL /MEHRU
132 KV Potential Transformers BHEL / MEHRU / CGL/HEPTACARE
33 KV Potential Transformers UNIVERSAL / VISHAL / LAMCO / AMBARNATH /
LAXMI ENGG/ EPTACARE/MEHRU/VIDYUT/KAPCO
5 Lightning Arrester
390 KV OBLUM/ CGL / LAMCO / ELPRO
198 KV OBLUM/ CGL / LAMCO/ ELPRO
120 KV OBLUM/ CGL / LAMCO/ ELPRO
30 KV OBLUM/ CGL / LAMCO/ ELPRO
6 Isolators
400 KV HIVELM / SIEMENS / BIMCO/SWITCHGEAR &
STRUCTURALS /CGL/ALSTOM
220 KV HIVELM / GR POWER / STERLING / SWITCHGEAR
& STRUCTURALS/ ELEKTROLITES / UNIVERSAL /
BIMCO/SIEMENS/ CGL/ALSTOM
132KV GR POWER / UNIVERSAL / STERLING /
BIMCO/ELEKTROLITES /SIEMENS/ SWITCHGEAR
& STRUCTURALS / ALSTOM/CGL
33 KV ELEKTROLITES / G.NANDY / GR POWER / ROMA /
UNIVERSAL / SIEMENS/ SWITCHGEAR &
STRUCTURALS /RAMA ENGG/ CGL/ ALSTOM
7 Solid Core Insulators
400 KV WS INDUSTRIES/ADITYA BIRLA /
MODERN/SARAVANA/ BHEL/IEC
220 KV WS INDUSTRIES / ADITYA BIRLA / MODERN / IEC/
TR- 39/2017 Page 47 of 76
Volume-VI

S.No. Equipment Approved Makes


SARAVANA/ BHEL
132 KV WS INDUSTRIES/ADITYA BIRLA /IEC/MODERN//
SARAVANA/ BHEL
33 KV WS INDUSTRIES / ADITYA BIRLA / MODERN/ IEC/
SARAVANA/ BHEL
8 Coupling Capacitor
132KV CGL/ABB/AREVA/BHEL/SIEMENS/ENERGY
CAPACITORS
9 Wave Traps
400 KV AREVA /BPL / ABB
220 KV AREVA /BPL / ABB
132KV AREVA /BPL/ ABB
10 Power Line Carrier Communication Equipments
Carrier Cabinet ABB / BPL / PUNCOM
Protection Coupler ABB / BPL / ALSTOM /PUNCOM
Coupling Devices ABB / BPL / ALSTOM
11 EPAX & Telephone sets
EPAX MATRIX / BPL / INTELLICON
Telephone sets BPL / BEETEL /CGL
12 Coaxial & Telephone Cables
RUCHIKA/ALFA COMMUNICATION/
Coaxial Cable
BHANSALI/MAHARAJA/AJANTA/KEI
Telephone Cables RUCHIKA/ALFA COMMUNICATION/BHANSALI /BPL
13 RTU ABB/HONEYWELL/CHEMTROL
14 Station Batteries EXIDE
15 Battery Chargers HERTZ/ SYSTEM / AZ /ARMO/STATCON
16 AC/DC Board HERTZ/ SHRI RAM/ POPULAR/SHREEM
17 Station Transformer STAR DELTA/TELAWANE/ABB
18 Junction Boxes HERTZ/ SHRI RAM/ RMC/ PYROTECH/
POPULAR/ELECTROCARE
19 LT Distribution Board HERTZ/ SYSTEM/ SHRI RAM/ R.K. INDUSTRIES/
RMC/ELECTROCARE
20 D.O Fuse GK ELECTRICALS/ELECTROLITE
21 Lighting Equipments BAJAJ/ SURYA/ CGL/PHILIPS/HEVELLS
22 Substation Switchyard L&T/ GAMMON/ ASSOCIATED POWER/ SHRI
Structures /Towers ASHUTOSH/ NL ENGINEERS / ASTER / ICOMM/
SUJANA / VARSANA / UNIQUE / VIJAY
TRANSMISSION / AMITASHA / GURPREET
GALVANISING
23 MS Flats & MS Round SAIL/ RINL/ KARAM/ UNIQUE/ PUSHPAK / ANKIT
STEEL/KONTINENTAL/MAHADEVA
24 Copper Control & Aluminium PARAMOUNT/ UNIVERSAL CABLES/
Power Cable PASONDIA/MAHARAJA/AJANTA/KEI
25 Clamps & Connectors PEE VEE/ RASHTRAUDHYOG/ EMI /
AFLON/EXACT/ELECTROMECH/PRECICAST/UTSAV
26 IPS Tube HINDALCO/ SUDAL/ RASHTRAUDHYOG/UTSAV
27 Sag compensating Spring PIPE HANGERS/ COVENTRY SPRINGS
EMI/ IAC/ ERITECH/ RUPL/KTHL/RAJSTHAN
28 Hardware
TRANSMAT /AUMNI/TLP
29 ACSR Conductors APAR/ STERLITE/ JSK/ HVPNL/ SAVITA/LUMINO
Screening Conductor RATLAM WIRES/ GEEKAY/ BEDMUTHA/UIC UDYOG
30
(Earthwire)
TR- 39/2017 Page 48 of 76
Volume-VI

S.No. Equipment Approved Makes


31 OPGW STERLITE TECHNOLOGIES/LS CABLES
32 Long Rod Polymer Insulator ADITYA BIRLA/DECCAN/GOLDSTONE
ADITYA BIRLA/WS INDUSTRIES/BHEL/IEC/INDIA
33 Disc Insulators
POTTERRY
MEENA IND. / SUBHRA / SUPREME / PREMIER /
LOHAR / RELIANCE ENGINEERING / HIND ENAMEL
34 Tower Accessories / IAC / AQSA TOWER ACCESSORIES / JAIPUR
ENGINEERING/AISHA /RK INDUSTRIES/ GENERAL
FORGING
AR FASTENRS / REMAX / NEXO /GARG
35 GI Bolts & Nuts FASTERNERS / ANAND
BOLTS/ROSHAN/RAVI/TECHMAN
Note Make of various equipments and materials indicated above are on the basis of past supplies
received by MPPTCL and also past performance of various suppliers. As a special case,
MPPTCL may also examine and consider to accept alternative make equipments and
materials provided that the same are type tested, proven for quality, must have been
supplied to other Electricity Boards / PGCIL/ Transmission Utilities and also subject to the
condition that the supplier/ manufacturer meets the requirement of experience as per
clause-3.02 of Vol.-I Book-1.

TR- 39/2017 Page 49 of 76


Volume-VI

APPENDIX-1

Modifications in Technical Specifications


There is modfication in the following technical specifications

VOLUME-II: Technical Specification of Plants & Equipments for substations

Part-8 400/220kV/132kV/33kV Equipments


(Technical Book Serial Nos. MPPTCL/TECH/PROC/09/JULY13
(Booklet II)

A) In Appendix-A of Section-I of Part-8 at Sr.No. R following Standards are to be


added:-

IS-808 Specification for Rolled Steel Beam, Channel and angle sections
IRS T-12 Specification for Rail Pole-IU (Industrial Use) Grade (R 52) High
IRS T-18 conductivity rail 52Kg/m.

Further, in place of MS FLATS it should also be read as various types of Steel


Section.

B) :- Following modification may be incorporated in Booklet No II of Part 8 of Section II “


MS FLATS & MS ROUND”.

1) In place of “MS FLATS & MS ROUND” it should be read as “VARIOUS TYPES


OF STEEL SECTIONS”.

2) In Clause No. 5.0, page 206 “Size of Various types of Steel Section should
be as follows:-

S.No. Material Particulars


A MS FLATS
1 75X8mm
2 65X8mm
3 50X6mm
B MS ROUND
1 40mm
C MS CHANNEL
1 100X50mm
D RS JOIST
1 175X85mm
E RAIL POLE
1 52Kg/m

3) In Clause No. 9.0 page 207 “Length” of various types of Steel Section should
be as follows:- 1. MS FLATS - 5.5 mtr TO 15 mtr

2. MS ROUND - 7 mtr TO 15 mtr

3. MS CHANNEL – 6 mtr TO 7 mtr

4. RS JOIST - 11 mtr TO 13 mtr

5. RAIL POLE - As per actual requirement

TR- 39/2017 Page 50 of 76


Volume-VI

Format: 1
BID SECURITY
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.

Bank’s Name and complete address with PIN code of Issuing Branch or
Office………….………………………………………………………………………………………
…………………………………………………………………………………………………………..
FAX No.: ………………………….... e-mail:…………………………………

Beneficiary: Chief Engineer (Procurement), M.P. Power Transmission Company


Limited, Block No.3, Shakti Bhawan, Rampur, Jabalpur – 482008, Madhya Pradesh
e-mail: mptransco@nic.in, Fax No. +91-761-2665593
Bank Guarantee No.: …………………………………………………………………
Date:……………………………………………………………………………………
We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called
"the Bidder") is participating in bidding process through its offer dated. . . . . . . . .
(hereinafter called "the offer") for the execution of . . . . . . . . name of contract . . .
. . . . under Tender Specification No. TR-_______
Furthermore, we understand that, according to your conditions, offers must be
supported by a Bid Security. Therefore, at the request of the Bidder for bid security,
we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . .
. . . . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Bidder is in
breach of its obligation (s) under the bid conditions, because the Bidder:
(a) has withdrawn its offer during the period of validity specified by the Bidder in his
offer; or
(b) does not accept the correction of errors in accordance with the Instructions to
Bidders; or
(c) having been notified of the acceptance of its offer by the MPPTCL during the
period of validity, (i) fails or refuses to execute the Contract Agreement, or (ii)
fails or refuses to furnish the Bank Guarantee for Contract Performance, in
accordance with the Tender Specification.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt
of copies of the Contract Agreement signed by the Bidder and the Bank Guarantee
for Contract Performance issued to you upon the instruction of the Bidder; and (b) if
the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy
your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-
eight days after the expiration of the validity of Bidder’s offer.
This guarantee will remain valid (in force) upto dd/mm/yyyy or in case of
subsequent validity extension upto such extended validity period.
In the event of any claim under this guarantee, payment shall be immediately
effected to beneficiary Bank through RTGS in the following account:
NAME: M. P. POWER TRANSMISSION COMPANY LTD.
ACCOUNT NO. : 552901110050000
IFS CODE: UBIN0555291
BRANCH: UNION BANK OF INDIA, MADAN MAHAL, JABALPUR
TR- 39/2017 Page 51 of 76
Volume-VI

In case of failure of RTGS, the payment shall be made through Demand Draft
immediately.

Consequently, any demand for payment under this guarantee must be received by us
at the office on or before that date.The courts of Jabalpur shall have exclusive
jurisdiction in all matters of disputes in respect of above Bank Guarantee.
. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

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

TR- 39/2017 Page 52 of 76


Volume-VI

Format: 2
FOR CONTRACT AGREEMENT
(Single Participation)

(To be executed on Non-Judicial Stamp Paper worth 500/ and 1/- revenue
stamps).

This Agreement is made this ____day of ___________ between Shri


_________________on behalf of the Contractor M/s. ______________
________________ (hereinafter called the Contractor which expression shall
where the context so admits, be deemed to include his heirs, executors,
administrators and representatives) of the one part, and the Madhya Pradesh
Power Transmission Ltd., Jabalpur (hereinafter called the MPPTCL which
expression shall, where the context so admits, be deemed to include its
permitted assigns) of the other part.

WHEREAS in accordance with a notice dtd. _________ of Chief Engineer


(PROCUREMENT), Block No. 3, Shakti Bhawan of the MPPTCL, the Contractor
submitted his offer dated _________ for
______________________________________ more particularly described,
mentioned, enumerated or referred to in the Instructions to bidders, General
conditions of contract, Special conditions of contract, Specifications, schedules,
drawings form of bidding document covering letters, schedules of prices and
further correspondence and is for purposes of identification, signed by
Shri_______________________ on behalf of the Contractor and Chief Engineer
(Procurement) of the MPPTCL and all of which shall be deemed to form part of
this agreement as though separately set out herein and are included in the
expression `Contract’ herein used, (hereinafter referred to as the said works);

AND WHEREAS the MPPTCL has accepted the bid of the Contractor vide Work
Order No. ________________________ dtd. ____________for
___________________________________ for the sum of ` ______________
(In words ` __________________________________________________)
upon the terms and subject to the condition hereinafter mentioned;

NOW THEREFORE THIS AGREEMENT WITNESSES AND IT IS hereby agreed as


follows:

The contractor shall do


_______________________________________________ and do, perform and
carry out all matters incidental and/or ancillary thereto within the time specified
in the, and in accordance with the terms and conditions specified in the
MPPTCL's Work Order No. ______________________ dtd. ____________.

2. For the work done under the scope of the MPPTCL's Work Order referred
above, the MPPTCL shall pay to the Contractor `________________________
(In words `____________________________________________________)
or such other sum as may become payable in accordance with the said work
order.

TR- 39/2017 Page 53 of 76


Volume-VI

3. In all matters arising under out of or in relation to this agreement, the terms
and conditions contained in the aforesaid Work Order No.
________________________ dtd. ____________ shall apply and all such
matters shall be determined accordingly.

4. This agreement shall be deemed to be entered into at Jabalpur and all


disputes and claims, if any, out of or in respect of this Agreement are to be
settled at Jabalpur or be triable only in any competent court situated at Jabalpur.

IN WITNESS whereof the parties hereto have signed this agreement on the
dates and year mentioned against their respective signature.

Signature of Witnesses: Name & Signature for Contractor

1. Signature: ________ Signature


(On behalf of the Contractor)
Address: _________ Name: -

2. Signature: _________ Designation:-


Seal..........
Address: _________

Signature of Witnesses:

1. Signature: ________ Signature


(On behalf of the MPPTCL)
Address: _________ Name: -

2. Signature :_________ Designation:-


Seal ..........
Address: _________

***

TR- 39/2017 Page 54 of 76


Volume-VI

Format: 3
BANK GUARANTEE FOR CONTRACT PERFORMANCE

To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.

Bank Guarantee No. _______________________ Date __________________


Address of Guarantor bank:
………………………………
………………………………
………………………………

Address of beneficiary (“contracting agency”):


Chief Engineer (Procurement)
M.P. Power Transmission Company Limited.
Block No.3, Shakti Bhawan, Rampur,
Jabalpur – 482008, Madhya Pradesh
e-mail: mptransco@nic.in, Fax No. +91-761-2665593

1. Vide Notification of Award / Contract issued on …….( insert number and date of
the notification of award / Contract) by you (MPPTCL) to M/s
………………………………….. (the Contractor), having its Principal place of
business at ………………………………………… and Registered Office at
……………………………("the Contractor") concerning …………………………………………………….
(Name & Scope of Contract) …………………………………………… on turnkey basis against
Tender Specification No. ……………………..

2. In accordance with the provisions of the contract, the Contractor is required to


submit performance security equal to 10% of contract price which is
…………………... (amount in words ………………) (insert amount of BG).

3. 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)waiving all objections and defenses under
the aforementioned contract, hereby irrevocably and independently guarantee to
pay on your first Notice of Demand any amount up to a total of ……………….(in
words: ....................................) (insert amount of BG).

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


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

5. Notwithstanding anything to the contrary, “Contracting Agency's” (MPPTCL)


decision as to whether the “Contractor” had made any default or defaults or failed
to duly perform any of the terms & conditions of the aforementioned contract /
order and the amount to which “Contracting Agency” is entitled by reasons
TR- 39/2017 Page 55 of 76
Volume-VI

thereof, will be binding on us and we shall not be entitled to ask “Contracting


Agency” to establish its claims under this guarantee but, we shall pay the sum
demanded to the extent of guaranteed amount, without any objection or query
and without cavil or argument. The decision of “Contracting Agency” that any
sum has become payable shall be final and binding on us.

6. 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.

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

NAME: M. P. POWER TRANSMISSION COMPANY LTD.


ACCOUNT NO. : 552901110050000
IFS CODE: UBIN0555291
BRANCH: UNION BANK OF INDIA, MADAN MAHAL, JABALPUR
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.
8. 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.

9. Except for the Notice for Demand, as per Annexure-I no other document or other
action shall be required not withstanding any applicable Law or Regulation.

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

11. 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 demand letter
sent to us through e-mail or through Fax or in person. For this purpose e-mail
address & other details of Bank & Beneficiary are as under:

Bank: Name of Bank with complete postal address


(E-mail)……
(Fax No.)…..

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

Beneficiary: e-mail: mptransco@nic.in


Fax No. 91-761-2665593
(any change in above details, should be informed to Bank immediately)

12. This guarantee is governed by the laws of INDIA.

.................................................
Place: Guarantor Seal & Signature
Date:

Note:

TR- 39/2017 Page 56 of 76


Volume-VI

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

Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed (value in figures)
___________ [(value in words) ____________].
2. This Bank Guarantee shall be valid upto ________ (validity date) __________.

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

Unquote

TR- 39/2017 Page 57 of 76


Volume-VI

Format: 4
INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR

(To be executed on Non-Judicial Stamp Paper worth 500/- and 1/- revenue stamps)

INDEMNITY BOND

THIS INDEMNITY BOND is made this …………..day of……………………20…................


By....................................……………………………………..a MPPTCL registered under the
…………….......................................…………..having its Registered Office at
………………………………………………..(hereinafter called as ’Contractor’ or ‘Obligator’ which
expression shall include its successors and permitted assigns) in favor of M.P.POWER
TRANSMISSION CO. LTD, a MPPTCL incorporated under the Companies Act, 1956
having its Registered Office at Block No.2, Shakti Bhawan, Jabalpur and its project
at ……………………………………....(hereinafter called “MPPTCL” which expression shall
include its successors and assigns):

WHEREAS MPPTCL has awarded to the Contractor a Contract for …………………….....


vide its Letter of Award (LOA)/Contract No. …………………….dated………………….and
Amendment No…………….………………… (applicable when amendments have been issued)
(hereinafter called the “Contract”) in terms of which MPPTCL is required to hand over
various Equipment to the Contractor for execution of the Contract.

And WHEREAS by virtue of Clause No. ……………………….of the said Contract, the
Contractor is required to execute an Indemnity Bond in favor of MPPTCL for the
Equipment handed over to it by MPPTCL for the purpose of performance of the
Contract/Erection portion of the Contract (hereinafter called the ‘Equipment’)

Now THEREFORE, This Indemnity Bond witnesseth as follows:

1. That in consideration of various Equipment as mentioned in the Contract, Valued


at (Amount in figures) …………………………(amount in
words)……………………………………………handed over to the Contractor in installments
from time to time for the purpose of performance of the Contract, the Contractor
hereby undertakes to indemnify and shall keep MPPTCL indemnified for the full
value of the Equipment. It is expressly understood by the Contractor that handing
over of the dispatch title documents in respect of the said Equipments duly
endorsed by MPPTCL in favor of the Contractor shall be construed as handing over
of the Equipment purposed to be covered by such title documents and the
Contractor shall hold such Equipment in trust as a Trustee for an on behalf of
MPPTCL.
2. That the Contractor is obliged and shall remain absolutely responsible for the safe
transit/protection and custody of the Equipment at MPPTCL project Site against all
risks whatsoever till the Equipment are duly used/erected in accordance with the
terms of the Contract and the Plant/Package duly erected and commissioned in
accordance with the terms of the Contract, is taken over the MPPTCL. The
Contractor undertakes to keep MPPTCL harmless against any loss or damage that
may be caused to the Equipment.
3. The Contractor undertakes that the Equipment shall be used exclusively for the
performance/execution of the Contract strictly in accordance with its terms and
conditions and no part of the equipment shall be utilized for any other work or
purpose whatsoever. It is clearly understood by the Contractor that non-
observance of the obligations under this Indemnity Bond by the Contractor shall

TR- 39/2017 Page 58 of 76


Volume-VI

interalia constitute a criminal breach of trust on the part of the Contractor for all
intents and purpose including legal/penal consequences.
4. That MPPTCL is and shall remain the exclusive Purchaser of the Equipment free
from all encumbrances, charges or liens of any kind, whatsoever. The equipment
shall at all times be open to inspection and checking by the Purchaser’s
Representative or other employees/Agents authorized in this regard. Further,
MPPTCL shall always be free at all times to take possession of the Equipments in
whatever form the Equipments may be, if in its opinion , the Equipments are likely
to be endangered, mis-utilized or converted to uses other than those specified in
the contract by any acts of omission or commission on the part of the Contractor or
any other person or on account of any reason whatsoever and the Contractor binds
himself and undertakes to comply with the directions of demand of MPPTCL to
return the equipment without any demur or reservation.
5. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs
to the Equipment or the same or any part thereof is mis-utilized in any manner
whatsoever, then the Contractor hereby agrees that the decision of the Purchaser’s
Representative as to assessment of loss or damage to the Equipment shall be final
and binding on the Contractor. The Contractor binds itself and undertakes to
replace the lost and/or damaged Equipment at its own cost and/or shall pay the
amount of loss to MPPTCL without any demur, reservation or protest. This is
without prejudice to any other right or remedy that may be available to MPPTCL
against the Contractor under the Contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the satisfaction of
MPPTCL, THEN, the above Bond shall be void, but otherwise, it shall remain in full
force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its
authorized representative under the common seal of the MPPTCL, the day, month
and year first above mentioned.

For and on behalf of


M/s.__________________
WITNESS

1. Signature ………………. Signature………………….

Name …………………. Name …………………..

Address ………………. Designation ……………..

Authorized representative
(Common Seal)

2. Signature ………………. Signature………………….

Name …………………. Name …………………..

Address ………………. Designation ……………..

* Indemnity Bonds are to be executed by the authorized person

TR- 39/2017 Page 59 of 76


Volume-VI

FORMAT: 5
FORMAT FOR UNDERTAKING BY THE JOINT VENTURE PARTNERS

To be executed on Non-Judicial Stamp Paper of appropriate value as per law of land


(present rate Rs. 500/-) affixing 1.00 revenue stamps

THIS JOINT DEED OF UNDERTAKING executed on this………. day of……….. Two Thousand
and………....... by …………………………………………….. a company incorporated under the laws
of ………………… and having its Registered Office at ........................(hereinafter called
the “Party No.1” which expression shall include its successors, executors and permitted
assigns) and M/s……………a company incorporated under the laws of ………..……………and
having its Registered Office at ………..………… (hereinafter called the “Party No.2” which
expression shall include its successors, executors and permitted assigns ) and M/s.. .. ..
.. . .. . . . . .. . .. .. .... ..a Company incorporated under the laws of ……………….. and
havingits Registered Office at …………….(hereinafter called the “Party No.3” which
expression shall include its successors, executors and permitted assigns) for the purpose
of making a bid and entering into a contract [hereinafter called the “Contract”{in case of
award)] against the Specification No TR-…….for …… (insert name of the package along
with project name) ………………………………….………of M. P. Power Transmission Co. Ltd, a
Company incorporated under the Companies Act of1956 having its registered office at
Block No. 2, Shakti Bhawan, Rampur, Jabalpur (hereinafter called the “MPPTCL”).

WHEREAS the Party No.1, Party No.2 and Party No.3 have entered into an Agreement
dated ................

AND WHEREAS the MPPTCL invited bids as per the above mentioned Specification for the
design, manufacture, supply, erection, testing and commissioning of Equipment/
Materials stipulated in the bidding documents under …… (insert name of the package
along with project name) ……………

AND WHEREAS Qualification Criteria of the specification stipulates that an Undertaking


of two or more qualified manufacturers as partners, meeting the requirements of
Qualification Criteria, as applicable may bid, provided, the Joint Venture fulfills all other
requirements of Qualification Criteria and in such a case, the Bid Forms shall be signed
by all the partners so as to legally bind all the Partners of the Joint Venture, who will be
jointly and severally liable to perform the Contract and all obligations hereunder.

The above clause further states that this Undertaking shall be attached to the
bid and the Contract performance guarantee will be as per the format enclosed
with the bidding document without any restrictions or liability for either party.

AND WHEREAS the bid is being submitted to the Purchaser vide proposal
No…………………..dated ……..... by Party No.1 based on this Undertaking between all the
parties; under these presents and the bid in accordance with the requirements of Tender
specification & Qualification Criteria has been signed by all the parties.

NOW THIS UNDERTAKING WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the parties of this Deed of
Undertaking do hereby declare and undertake:

1. In requirement of the award of the Contract by the MPPTCL to the Joint Venture
Partners, we, the Parties do hereby undertake that M/s……… the Party No.1, shall
act as Lead Partner and further declare and confirm that we the parties to the Joint
Venture shall jointly and severally be bound unto the MPPTCL for the successful
TR- 39/2017 Page 60 of 76
Volume-VI

performance of the Contract and shall be fully responsible for the design,
manufacture, supply, erection, testing, commissioning and successful performance
of the equipment/ material in accordance with the Contract:

2. In case of any breach or default of the said Contract by any of the parties to the
Joint Venture, the party(s) do hereby undertake to be fully responsible for the
successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the
Contract.

3. Further, if the MPPTCL suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment/ material in meeting
the performances guaranteed as per the specification in terms of the Contract, the
Party(s) of these presents undertake to promptly make good such loss or damages
caused to the MPPTCL, on its demand without any demur. It shall not be necessary
or obligatory for the MPPTCL to proceed against Lead Partner to these presents
before proceeding against or dealing with the other Party(s), the MPPTCL can
proceed against any of the parties who shall be jointly and severally liable for the
performance and all other liabilities/obligations under the Contract to the MPPTCL.

4. The financial liability of the Parties of this Deed of Undertaking to the MPPTCL, with
respect to any of the claims arising out of the performance or non-performance of
the obligations set forth in this Deed of Undertaking, read in conjunction with the
relevant conditions of the Contract shall, however not be limited in any way so as
to restrict or limit the liabilities or obligations of any of the Parties of this Deed of
Undertaking.

5. It is expressly understood and agreed between the Parties to this Undertaking that
the responsibilities and obligations of each of the Parties shall be as delineated
below:

S. Name of Member from


Particulars Quantity
No Joint Venture
1
2
3
(to be suitably appended by the Parties along with this Undertaking in its bid)

It is further undertaken by the parties that the above sharing of responsibilities and
obligations shall not in any way be a limitation of joint and several responsibilities of
the Parties under the Contract.

6. It is also understood that this Undertaking is provided for the purposes of


undertaking joint and several liabilities of the partners to the Joint Venture for
submission of the bid and performance of the Contract and that this Undertaking
shall not be deemed to give rise to any additional liabilities or obligations, in any
manner or any law, on any of the Parties to this Undertaking or on the Joint
Venture, other than the express provisions of the Contract.

7. This Undertaking shall be construed and interpreted in accordance with the


provisions of the Contract.

8. In case of an award of a Contract, we the parties to this Deed of Undertaking do


hereby agree that we shall be jointly and severally responsible for furnishing a

TR- 39/2017 Page 61 of 76


Volume-VI

Contract performance security from a bank in favor of the MPPTCL in the


currency/currencies of the Contract.

9. It is further agreed that this Deed of Undertaking shall be irrevocable and shall
form an integral part of the bid and shall continue to be enforceable till the MPPTCL
discharges the same or upon the completion of the Contract in accordance with its
provisions, whichever is earlier. It shall be effective from the date first mentioned
above for all purposes and intents.

IN WITNESS WHEREOF, the Parties to this Deed of Undertaking have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.

Common Seal of ………………………. For Lead Partner (Party No.-1)


has been affixed in my/ our For and on behalf of M/s
presence pursuant to Board of …………………..
Director’s Resolution dated …………….
Name ………………………..
Designation …………………. (Signature of the authorized
Signature ……………………. representative)

WITNESS :

I. ………………………………

II. ………………………………

Common Seal of ………………………. For Party No.-2


has been affixed in my/ our For and on behalf of
presence pursuant to Board of M/s…………………..
Director’s Resolution dated …………….

Name ……………………….. (Signature of the authorized


Designation …………………. representative)
Signature …………………….

WITNESS :

I. ………………………………

II. ………………………………

Common Seal of ………………………. For Party No.-3


has been affixed in my/ our For and on behalf of M/s.
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name ………………………..
Designation …………………. (Signature of the authorized
Signature ……………………. representative)

WITNESS :
I. ………………………………

II. ………………………………

TR- 39/2017 Page 62 of 76


Volume-VI

Note:
1. The non-judicial stamp papers of appropriate value shall be purchased in the
name of Joint Venture and the date of purchase should not be later than six
months of date of execution of the Undertaking.
2. The Undertaking shall be signed on all the pages by the authorized
representatives of each of the partners and should invariably be witnessed.

TR- 39/2017 Page 63 of 76


Volume-VI

FORMAT: 6
FORMAT FOR CONTRACT AGREEMENT
(JV Participation)

(To be executed on Non-Judicial Stamp Paper worth 500.00 & 1.00 revenue
stamps).

This Agreement is made this ____day of ___________ between Shri


_________________on behalf of the Joint Venture (JV) of M/s. ________
(Name of Lead Partner)____ (The lead partner of the JV) and M/s.
_________(Name of Other Partner)_________ (The partner of the JV) [Use as
applicable] (hereinafter called the Contractor which expression shall where the
context so admits, be deemed to include his heirs, executors, administrators and
representatives) of the one part, and the Madhya Pradesh Power Transmission
Ltd., Jabalpur (hereinafter called the MPPTCL which expression shall, where the
context so admits, be deemed to include its permitted assigns) of the other part.

WHEREAS in accordance with a notice dtd. _________ of Chief Engineer


(PROCUREMENT), Block No. 3, Shakti Bhawan of the MPPTCL, the Contractor
submitted his offer dated _________ for
______________________________________ more particularly described,
mentioned, enumerated or referred to in the Instructions to bidders, General
conditions of contract, Special conditions of contract, Specifications, schedules,
drawings form of bidding document covering letters, schedules of prices and
further correspondence and is for purposes of identification, signed by
Shri_______________________ on behalf of the Contractor and Chief
Engineer (Procurement) of the MPPTCL and all of which shall be deemed to
form part of this agreement as though separately set out herein and are included
in the expression `Contract’ herein used, (hereinafter referred to as the said
works);

AND WHEREAS the MPPTCL has accepted the bid of the Contractor vide Work
Order No. ________________________ dtd. ____________for
___________________________________ for the sum of ______________
(In words __________________________________________________)
upon the terms and subject to the condition hereinafter mentioned;

NOW THEREFORE THIS AGREEMENT WITNESSES AND IT IS hereby agreed as


follows :

The contractor shall do ____________________________________________


and do, perform and carry out all matters incidental and/or ancillary thereto
within the time specified in the and in accordance with the terms and conditions
specified in the MPPTCL's Work Order No. ______________________ dtd.
____________.

2. For the work done under the scope of the MPPTCL's Work Order referred
above, the MPPTCL shall pay to the Contractor ________________________

TR- 39/2017 Page 64 of 76


Volume-VI

(In words ____________________________________________________) or


such other sum as may become payable in accordance with the said work order.

3. In all matters arising under out of or in relation to this agreement, the terms
and conditions contained in the aforesaid Work Order No.
________________________ dtd. ____________ shall apply and all such
matters shall be determined accordingly.

4. This agreement shall be deemed to be entered into at Jabalpur and all


disputes and claims, if any, out of or in respect of this Agreement are to be
settled at Jabalpur or be triable only in any competent court situated at Jabalpur.

IN WITNESS whereof the parties hereto have signed this agreement on the
dates and year mentioned against their respective signature.

Signature of Witnesses : Name & Signature

1. Signature : ________ Signature: ________


Name: ________ (On behalf of the Contractor)
Address: Name: ________
Designation:-
Seal

2. Signature :_________
Name: ________
Address:

Signature of Witnesses :

1. Signature : ________ Signature: ________


Name: ________ (On behalf of the MPPTCL)
Address: Name: ________
Designation:-
Seal

2. Signature :_________
Name: ________
Address:

TR- 39/2017 Page 65 of 76


Volume-VI

FORMAT: 7
FORMAT FOR POWER OF ATTORNEY FOR JOINT VENTURE
(To be executed on Non-Judicial Stamp Paper worth 500.00 & 1.00 revenue
stamps)

KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are
given hereunder ................................................................................. have
formed a Joint Venture under the laws of ............................................ and
having our Registered Office(s)/Head Office(s) at
............................................... (hereinafter called the 'Joint Venture' which
expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators and assigns) acting through M/s
................................................................................. being the Partner in-
charge do hereby constitute, nominate and appoint
M/s................................................... a Company incorporated under the laws
of .............................…………………….... and having its Registered/Head Office at
........................................... as our duly constituted lawful Attorney
(hereinafter called "Attorney" or "Authorized Representative" or "Partner In-
charge") to exercise all or any of the powers for and on behalf of the Joint
Venture in regard to Specification No TR-............................. the bids for which
have been invited by Chief Engineer (procurement), Block No. 3, Shakti Bhawan,
Rampur, Jabalpur of M. P. Power Transmission Co. Ltd. (MPPTCL) to undertake
the following acts :

i) To submit proposal and participate in the aforesaid Bid Specification of the


MPPTCL on behalf of the "Joint Venture".

ii) To negotiate with the MPPTCL the terms and conditions for award of the
Contract pursuant to the aforesaid Bid and to sign the Contract with the
MPPTCL for and on behalf of the "Joint Venture".

iii) To do any other act or submit any document related to the above.

iv) To receive, accept and execute the Contract for and on behalf of the "Joint
Venture".

It is clearly understood that the Partner In-charge (Lead Partner) shall


ensure performance of the Contract(s) and if one or more Partner fail to
perform their respective portions of the Contract(s), the same shall be
deemed to be a default by all the Partners.

It is expressly understood that this Power of Attorney shall remain valid


binding and irrevocable till completion of the Maintenance Period in terms
of the Contract.

The Joint Venture hereby agrees and undertakes to ratify and confirm all
the whatsoever the said Attorney/Authorized Representatives/Partner in-
charge quotes in the bid, negotiates and signs the Contract with the
MPPTCL and/or proposes to act on behalf of the Joint Venture by virtue of

TR- 39/2017 Page 66 of 76


Volume-VI

this Power of Attorney and the same shall bind the Joint Venture as if
done by itself.

IN WITNESS THEREOF the Partners Constituting the Joint Venture as


aforesaid have executed these presents on this........... day of
…………........... under the Common Seal(s) of their Companies.

for and on behalf of the


Partners of Joint Venture

.............................................

.............................................

.............................................

The Common Seal of the above Partners of the Joint Venture:

The Common Seal has been affixed there unto in the presence of:

WITNESS

1. Signature......................................................

Name ............................................…...........

Designation ...................................…..........

Occupation ......................................…........

2. Signature.................................................….

Name ..................................................….....

Designation ........................................…....

Occupation ...............…..............................

Note:
1. The non-judicial stamp papers of appropriate value shall be purchased in
the name of Joint Venture and the date of purchase should not be later
than six months of date of execution of the Agreement.

2. The Agreement shall be signed on all the pages by the authorized


representatives of each of the partners and should invariably be
witnessed.

TR- 39/2017 Page 67 of 76


Volume-VI

FORMAT: 8
BANK GUARANTEE FORM FOR ADVANCE PAYMENT
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.

Bank Guarantee No. ______________________ Date __________________


Address of Guarantor bank:
………………………………
………………………………
………………………………

Address of beneficiary (“contracting agency”):


Chief Engineer (Procurement)
M.P. Power Transmission Company Limited.
Block No.3, Shakti Bhawan, Rampur,
Jabalpur – 482008, Madhya Pradesh
e-mail: mptransco@nic.in, Fax No. +91-761-2665593

1. Vide Notification of Award / Contract issued on …….(insert number and date of the
notification of award / Contract) by you (MPPTCL) to M/s
………………………………….. (the Contractor), having its Principal place of
business at ………………………………………… and Registered Office at
……………………………("the Contractor") concerning …………………………………………………….
(Name & Scope of Contract) …………………………………………… on turnkey basis against
Tender Specification No. ……………………..

2. In accordance with the provisions of the contract, the Contractor receives an


advance payment in the amount of ……….…. (amount in words ……..)
against an advance payment guarantee equal to 110% of advance amount i.e.
equal to .……………………… (amount of BG).

3. 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)waiving all objections and defenses under the aforementioned
contract, hereby irrevocably and independently guarantee to pay on your first
Notice of Demand any amount up to a total of ……………….(in words:
............................................) (insert amount of BG).

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


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

5. Notwithstanding anything to the contrary, “Contracting Agency's” (MPPTCL)


decision as to whether the “Contractor” had made any default or defaults or failed
to duly perform any of the terms & conditions of the aforementioned contract /
order and the amount to which “Contracting Agency” is entitled by reasons
TR- 39/2017 Page 68 of 76
Volume-VI

thereof, will be binding on us and we shall not be entitled to ask “Contracting


Agency” to establish its claims under this guarantee but, we shall pay the sum
demanded to the extent of guaranteed amount, without any objection or query
and without cavil or argument. The decision of “Contracting Agency” that any
sum has become payable shall be final and binding on us.

6. 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.

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

NAME: M. P. POWER TRANSMISSION COMPANY LTD.


ACCOUNT NO. : 552901110050000
IFS CODE: UBIN0555291
BRANCH: UNION BANK OF INDIA, MADAN MAHAL, JABALPUR
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.
8. 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.

9. Except for the Notice for Demand, as per Annexure-I no other document or other
action shall be required not withstanding any applicable Law or Regulation.

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

11. 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 demand letter
sent to us through e-mail or through Fax or in person. For this purpose e-mail
address & other details of Bank & Beneficiary are as under:

Bank: Name of Bank with complete postal address (E-mail)…… (Fax No.)…..

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

Beneficiary: e-mail: mptransco@nic.in Fax No. 91-761-2665593


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

12. This guarantee is governed by the laws of INDIA.

.................................................
Place: Guarantor Seal & Signature
Date:

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.
TR- 39/2017 Page 69 of 76
Volume-VI

3. The Bank Guarantee should be in accordance with the proforma as provided.


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

Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed (value in figures)
___________ [(value in words) ____________].
2. This Bank Guarantee shall be valid upto ________ (validity date) __________.

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

Unquote

TR- 39/2017 Page 70 of 76


Volume-VI

FORMAT: 9
Date :___/__/______

BANK CERTIFICATE

(to supplement Liquid Assests)

This is to certify that M/s _____________________ having its


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

Their financial transactions with our Bank have been satisfactory.


They enjoy the following FUND BASED limits with us against which the extent of
utilization as on date is also indicated below:-

S. Sanctioned Utilization
Type of facility
No. limit as on date as on date
1 Cash credit
2 Overdraft
3 Working Capital Loan
Total :

This is to certify that such loans, which has been sanctioned for the purpose
other than working capital, has not been considered above.

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

Name of Bank ______________________

Name of Authorized Signatory _________

Designation ______ ______ ___


Phone/Mob. No. ____________________
Address: __________________________

Seal of the Bank ____________________

TR- 39/2017 Page 71 of 76


Volume-VI

FORMAT: 10
BANK GUARANTEE FORM FOR RETENTION MONEY GUARANTEE
To be executed on Non-Judicial Stamp Paper as per prevailing rules in the state of Madhya Pradesh
(present rate is 0.25% of BG amount subject to minimum of Rs. 500/- and maximum of Rs.
25,000/- with 1/- revenue stamps)
Note: - The Bank Guarantee issued from Punjab National Bank shall not be accepted.

Bank Guarantee No. __________________________ Date


__________________
Address of Guarantor bank:
………………………………
………………………………
………………………………

Address of beneficiary (“contracting agency”):


Chief Engineer (Procurement)
M.P. Power Transmission Company Limited.
Block No.3, Shakti Bhawan, Rampur,
Jabalpur – 482008, Madhya Pradesh
e-mail: mptransco@nic.in, Fax No. +91-761-2665593

1. Vide Notification of Award / Contract issued on …….(insert number and date of the
notification of award / Contract) by you (MPPTCL) to M/s
………………………………….. (the Contractor), having its Principal place of
business at ………………………………………… and Registered Office at
……………………………("the Contractor") concerning …………………………………………………….
(Name & Scope of Contract) …………………………………………… on turnkey basis against
Tender Specification No. ……………………..

2. In accordance with the provisions of the Contract, the Contractor is required to


submit a Retention Money Payment Security in the form of Bank Guarantee of
the sum of . . . . . (the Guarantor shall insert an amount representing the
amount of the retention money)(. . . . . amount in words. . . . ).

3. 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)waiving all objections and defenses under
the aforementioned contract, hereby irrevocably and independently guarantee to
pay on your first Notice of Demand any amount up to a total of ……………….(in
words: ............................................) (insert amount of BG).

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


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

5. Notwithstanding anything to the contrary, “Contracting Agency's” (MPPTCL)


decision as to whether the “Contractor” had made any default or defaults or failed
to duly perform any of the terms & conditions of the aforementioned contract /
TR- 39/2017 Page 72 of 76
Volume-VI

order and the amount to which “Contracting Agency” is entitled by reasons


thereof, will be binding on us and we shall not be entitled to ask “Contracting
Agency” to establish its claims under this guarantee but, we shall pay the sum
demanded to the extent of guaranteed amount, without any objection or query
and without cavil or argument. The decision of “Contracting Agency” that any
sum has become payable shall be final and binding on us.

6. 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.

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

NAME: M. P. POWER TRANSMISSION COMPANY LTD.


ACCOUNT NO. : 552901110050000
IFS CODE: UBIN0555291
BRANCH: UNION BANK OF INDIA, MADAN MAHAL, JABALPUR
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.
8. 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.

9. Except for the Notice for Demand, as per Annexure-I no other document or other
action shall be required not withstanding any applicable Law or Regulation.

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

11. 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 demand letter
sent to us through e-mail or through Fax or in person. For this purpose e-mail
address & other details of Bank & Beneficiary are as under:

Bank: Name of Bank with complete postal address (E-mail)…… (Fax No.)…..

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

Beneficiary: e-mail: mptransco@nic.in Fax No. 91-761-2665593


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

12. This guarantee is governed by the laws of INDIA.

.................................................
Place: Guarantor Seal & Signature
Date:

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.

TR- 39/2017 Page 73 of 76


Volume-VI

3. The Bank Guarantee should be in accordance with the proforma as provided.


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

Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed (value in figures)
___________ [(value in words) ____________].
2. This Bank Guarantee shall be valid upto ________ (validity date) __________.

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

Unquote

TR- 39/2017 Page 74 of 76


Volume-VI

Annexure-I (For encashment of BG)

Notice of Demand
To,

The Manager,

(Name & Address of Branch)


………………………………………. Fax No. ………………………
e-mail: ……………………….
Sub:Encashment of Bank Guarantee

Ref: i. Our Tender Specification No .......................................


ii. Ou r Notif ication of Award /Order No.& Date ………..
i i i . B ank Gua rant ee No …… …. dated...... issued by your branch.

Dear Sirs,

M/s…………… (Contractor) has furnished the above Bank Guarantee


(Reference iii) issued by your Bank for …………. (amount in words ……….)
towards …………….. security against above Tender Specification (Reference - i) /
NoA/order (Reference ii).

Since the Contractor is in breach of its obligation under the contract / have not
submitted validity extension deed of the BG despite our request, hence, we
hereby demand for encashment of aforesaid Bank guarantee for it's full
amount. It is requested to remit the full amount immediately through RTGS as
per details given in B.G. In case of failure of RTGS, the payment be made
through Demand Draft immediately and handover the same to the bearer of
this Notice.

Please acknowledge the receipt of this "Notice of Demand".

Yours sincerely,

Chief Engineer (Procurement)

Copy to: -
1. The Reserve Bank of India, …………………………

TR- 39/2017 Page 75 of 76


Volume-VI

Proforma-‘I’

UNDERTAKING

(Completeness of Plants)

(A)*For supply of Plants other than Power Transformers

We hereby undertake to confirm that ______________ (Plant as per


Annexure enclosed) has been delivered and installed by us complete in all
respect as specified in Schedule ____ attached with contract
no.______________ dated___________.

We undertake to deliver and install any minor item, which might not have
been mentioned in the subject schedule but may be necessary for satisfactory
operation of the plant.

(B)*For supply of Power Transformers/ Extra Plant Supplied

We hereby undertake to confirm that ______________ (Plant as per


Annexure enclosed) has been delivered by us complete in all respect as specified
in Schedule ____ attached with contract no.______________
dated___________.

We undertake to deliver any minor item, which might not have been
mentioned in the subject schedule but may be necessary for satisfactory
operation of the plant.

* Strike out Part (A) or Part (B) whichever is not applicable.

Place:-
Date:-

Signature of Authorised
Signatory with seal
of the Company

TR- 39/2017 Page 76 of 76

You might also like