office of the md (west zone) m. p. paschim kshetra vidyut

78
OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut Vitaran Co. Ltd., G.P.H. Compound, Pologround, Indore Tender Specification No.1478 (Online No. 2020_MPPKV_115420_1 ) Online due date for opening on: - 19.12.2020 AT 15:00 Hrs. Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Issued by: The Chief Engineer (Purchase) O/o MD (West Zone), M. P. Paschim Kshetra Vidyut Vitaran Co. Ltd, G.P.H. Compound, Pologround, Indore (MP) Phone No: - 0731-2426109, 2426166 & 2426111/144 Website: - https://mptenders.gov.in & www.mpwz.co.in Email: - [email protected] CIN No-U40109MP2002SGC015121

Upload: others

Post on 06-Jul-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

OFFICE OF THE MD (WEST ZONE)

M. P. Paschim Kshetra Vidyut Vitaran Co. Ltd.,

G.P.H. Compound, Pologround, Indore

Tender Specification No.1478 (Online No. 2020_MPPKV_115420_1 )

Online due date for opening on: - 19.12.2020 AT 15:00 Hrs.

Outsourcing of audit of pay Fixation Pursuant to Wage Revision

as per Recommendation of 7th Pay Commission and audit of

regular payroll for FY 2015-16 to FY 2020-21 Under

MPPKVVCL, Indore Issued by:

The Chief Engineer (Purchase)

O/o MD (West Zone),

M. P. Paschim Kshetra Vidyut Vitaran Co. Ltd,

G.P.H. Compound, Pologround,

Indore (MP)

Phone No: - 0731-2426109, 2426166 & 2426111/144

Website: - https://mptenders.gov.in & www.mpwz.co.in

Email: - [email protected]

CIN No-U40109MP2002SGC015121

Page 2: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and audit of

regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 2 of 78

Table of Contents

SECTION-I(A): KEY DATES & BASIC TENDER INFORMATION................................................................3

SECTION-I (B): NOTICE INVITING TENDER (NIT) ........................................................................................ 5

SECTION-I (C): TENDER FORM .......................................................................................................................... 9

SECTION-I (D): INSTRUCTIONS FOR ONLINE BID SUBMISSION ........................................................... 10

SECTION-II: GENERAL INSTRUCTIONS TO THE BIDDERS ..................................................................... 14

SECTION-III: QUALIFICATION CRITERIA AND EVALUATION METHODOLOGY ............................ 23

(A) QUALIFYING CRITERION ........................................................................................................................... 23

(B)EVALUATION METHODOLOGY ................................................................................................................. 24

SECTION-IV: SCOPE OF WORK/SERVICES ................................................................................................... 26

SECTION-V: GENERAL CONDITIONS OF CONTRACT (GCC) .................................................................. 30

SECTION-VI: SPECIAL TERMS & CONDITIONS OF CONTRACT (SCC) ................................................ 37

SECTION - VII .......................................................................................................................................................... ..

SCHEDULE-I: PRICE AND QUANTITY ............................................................................................................ 40

SCHEDULE-II: GUARANTEED TECHNICAL PARTICULARS.................................................................... 42

SCHEDULE – III (A): GENERAL INFORMATION .......................................................................................... 43

SCHEDULE – III (B): COMMERCIAL INFORMATION ................................................................................. 44

SCHEDULE – III (C): TECHNICAL INFORMATION ..................................................................................... 46

SCHEDULE – IV (A): PAST EXPERIENCE ....................................................................................................... 47

SCHEDULE – IV (B): PAST EXPERIENCE ....................................................................................................... 48

SCHEDULE –V (A): COMMERCIAL DEVIATIONS ........................................................................................ 49

SCHEDULE –V (B): TECHNICAL DEVIATIONS ............................................................................................. 50

SCHEDULE – VI: TEMPLATE FOR PRE-BID QUERIES ............................................................................... 51

SCHEDULE – VII: PROFORMA FOR STATEMENT OF INTEREST ........................................................... 52

SCHEDULE – VIII : FINANCIAL INFORMATION ......................................................................................... 53

SCHEDULE – IX: UNDERTAKING BY THE TENDERER ............................................................................. 54

SCHEDULE – X: DECLARATION-I .................................................................................................................... 57

SCHEDULE – XI: PROFORMA FOR BANK GUARANTEE TOWARDS SECURITY CONTRACT

PERFORMANCE GUARANTEE .......................................................................................................................... 58

SCHEDULE-XII: UNDERTAKING FOR ACCEPTING PAYMENT THROUGH “DIRECT CREDIT” ... 59

SCHEDULE – XIII: CHECK LIST ....................................................................................................................... 63

SCHEDULE – XIV: PERFORMA FOR TECHNICAL BID .............................................................................. 64

Annexure-I ................................................................................................................................................................ 65

Annexure-II .............................................................................................................................................................. 68

Annexure-III ............................................................................................................................................................. 74

Page 3: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 3 of 78

SECTION-I (A)

KEY DATES & BASIC TENDER INFORMATION

Particulars Details

Name of Work

Outsourcing of audit of pay Fixation Pursuant to

Wage Revision as per Recommendation of 7th

Pay Commission and audit of regular payroll for

FY 2015-16 to FY 2020-21 Under MPPKVVCL,

Indore

Tender Specification number No.MD/WZ/06/PUR/TS-1478 due on

dtd.19.12.2020

Due date of physical submission of Tender

(proof of online EMD submission in Part-I +

Techno-Commercial Bid in Part-II) in Hard

Copy

18.12.2020 up to 15.00 Hrs.

Pre bid Meeting Address Corporate office, O/o. MD (WZ), MPPKVVCL,

GPH Campus, Polo Ground, Indore

Key Dates

Sr.

No. Tender Stage Particulars Date & Time

1. Publishing Date* Tender Purchase-online 04.12.2020

at 16.00 Hrs

2. Document Download / Sale Start

Date*

04.12.2020

at 16.30 Hrs

3. Seek Clarification Start Date Not applicable NOT

APPLICABLE

4. Seek Clarification End Date Not applicable NOT

APPLICABLE

5. Pre-Bid Meeting Date* 07.12.2020

at 15.00 Hrs

6. Bid Submission Start Date* 11.12.2020

at 11.00 Hrs

7. Bid Submission Closing Date* Online Bid Submission 18.12.2020

at 15.00 Hrs

8. Bid Opening Date* 19.12.2020

at 15.00 Hrs

9. Financial Bid (Envelope-C) Open

Date

Envelope-C (Price Bid) Will be informed

later

Note: -

(1) The bidders are required to submit all the desired documents online as well as physically.

(2) The bidders have to upload following documents online as per key dates

(I) IN ENVELOPE – A: -

The Bidders are required to invariably upload the valid documentary evidence of

submission of online EMD (or EMD Exemption Certificate if applicable) without which

online offer i.e., Envelopes-B & C shall not be opened.

(II) IN ENVELOPE – B: -

The bidders have to upload following documents online in Envelope – B as per key dates:

(i) Following certificate: -

Page 4: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 4 of 78

It is certified that we unconditionally agreed to the following clauses of tender

specification: -

(i) PAYMENT TERMS : AGREED.

(ii) PENALTY : AGREED.

(iii) PERFORMANCE GUARANTEE : AGREED.

(ii) Tender Form - upload duly sealed, signed & dated scanned copy

(iii) All Schedules (Except Price Schedule) with supporting documents

The above schedules should be filled online in specified templates and the supporting

documents should also be attached online. Please note that in absence of the supporting

documents the offer may not be evaluated & is liable for rejection.

(III) IN ENVELOPE – C: -

The bidder has to quote their rates online only in schedule-I to be kept in Envelope ‗C‘ and

upload online as per key dates. Please note that, the Schedules of price bid, (Schedule-I),

i.e. Financial offer (Envelope-C) will not be accepted physically. In case Envelope-C is

submitted physically the bid will be rejected. The entire price bid shall be opened online as

per key dates, but quoted rates for only qualified items of successful bidders will be read

out & considered by the tender opening authority.

(3) PHYSICAL SUBMISSION

The documents uploaded online in Envelop-A & B must be submitted physically also in

the same manner i.e. Envelop-A&B kept in main Envelop and submit the same on as per

Key date on opening of tender positively failing which the online offer may not be

considered for opening. The MPPKVVCL Indore may ask to produce original documents

for verification purpose. The following documents shall be required to be submitted along

with offer.

The documentary evidence of submission of EMD and complete tender document duly

sealed & signed along with supporting documents as per tender requirement.

(4) The date of opening of financial / price bid may be informed after techno-commercial

evaluation & related issues. The bidders may please keep themselves updated regarding

price bid opening from the E-portal.

(5) In case any of above dates is declared as holiday / local holiday then the date will be

shifted to next working day.

-Sd-

Chief Engineer (Purchase)

O/o MD (WZ), MPPKVVCL,

Indore

Page 5: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 5 of 78

SECTION-I (B)

No. MD/WZ/06/PUR/NIT-253/15297 Indore dated: 11.11.2020

NOTICE INVITING TENDERS

Online tenders are invited for supply of following Materials / Services and Turnkey

Works. The bid seals will be received online on the e-portal https://mptenders.gov.in up to date

& time indicated below. The tenders will be opened in the office of the undersigned as mentioned

in tender time schedule (key date). If desired, the bidder or their duly authorized representatives

may remain present at the time of opening of tender: -

(A) Online tenders are invited for supply of following Materials / Services as per tender

specifications:-

TS

No. Particular Unit

Total

Qty.

Tender

Value

Rs. Lacs

EMD

(Rs.)

Tender

Fee

(Rs.)

Due date

of opening

of tender

online

from

15.00Hrs.

*date

1474

Leasing out the Canteen building situated at GPH Campus

Polo Ground Indore along with Rate Contract for

providing of Food Catering Services for Pure Veg & Eggless

– High Tea/Snacks/Lunch Packets /Buffet Lunch/ Dinner as

& when required at Urja Parisar GPH Campus, Polo

Ground, MPPKVVCL, Indore

96.89 96890 2000 17.12.2020 (i) Buffet Lunch/ Dinner (Category-I) Tentative

No. of

Plates

(Persons)

in a year

2000

(ii) Buffet Lunch/ Dinner (Category-II) 1200

(iii) Special High Tea 1000

(iv) Lunch Packets 6500

(v) Breakfast with Tea 1600

1475 RCA for procurement of PCC Poles

148.34 100000 5000 03.12.2020 (i) 8 Mtr. Long 140 Kg No. 3034

(ii) 9.1 Mtr. Long 280 Kg No. 2681

1476 RCA for Repairing & Testing of 33/11 KV BGP failed

Power Transformers

364.00 100000 5000 14.12.2020 (i) 5 MVA No. 55

(ii) 8 MVA No. 03

(iii) 10 MVA No. 01

1477

Selection of Project Management Agency (PMA) for Monitoring,

Supervision & Quality Control Services for Award of Turnkey

Contract under Integrated Power Development Scheme (IPDS) of

Govt. of India (GoI) on Partial OPEX Model for “Design, Supply,

Installation, Testing, Commissioning, Reading, Analysis and 5

years AMC of Smart Meters, AMI System & Communication

Infrastructure with a Network Platform in Selected R-APDRP

Towns- Ujjain, Dewas, Ratlam, Mhow & Khargone under the

jurisdiction of MPPKVVCL, Indore of Madhya Pradesh” against

Tender Specification No.MD/WZ/06/PUR/TS-1420 (Tender ID

2019_MPPKV_70629_1 & 2019_MPPKV_70629_2)”

LS 1 63.00 63000 2000 16.12.2020

1478 Outsourcing of Internal Audit of 7

th pay scale of employee

and pensioners by CA Firm for FY 2020-21 LS 1 10.00 10000 1000 19.12.2020

Page 6: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 6 of 78

(B) Online tenders are invited for following TURNKEY WORKS as per tender specifications-

* For updated / extended due dates for opening of tender (EMD in Envelope-A & Techno-

commercial bid in Envelope-B) please refer to the online key dates.

NOTE: -

1. Other details can be seen in the complete tender documents available on e-portal

http://www.mpwz.co.in & https://mptenders.gov.in.

2. Tender documents can be purchased only online and downloaded from https://mptenders.gov.in by

making online payment for the prescribed non-refundable tender fees. Only in case if the tender is

dropped without opening, the tender fees shall be refunded after deduction of necessary portal

charges. Manual purchase of tender is not allowed. The tender fee is inclusive of all applicable

taxes.

3. The Bid Data should be filled in and the Bid Seals of all the Envelopes and the documents which

are to be uploaded by the Bidders should be submitted online as per time schedule (Key Dates).

4. The relevant portion of tender which tenderers have to fill online would be available on above

website on date mentioned against each tender. The Bidders shall have to submit their Bids online

and upload the relevant documents / forms as per time schedule (Key Dates).

5. Since the online bidders are required to sign their bids online using Class III-Digital Certificates

only, hence they are advised to obtain the same at the earliest. For further information, Contractors

are requested to contact Madhya Pradesh State Electronic Development Corporation Ltd, State IT

Centre, 2nd Floor, 47-A, Arera Hills, Bhopal-462011, Telephone No. 0755-2518500 / 269, E-mail:

[email protected].

6. Bidders intending to participate in the Tender are required to get themselves trained on the e-

Procurement System. They are required to contact Madhya Pradesh State Electronic Development

Corporation Ltd, to confirm their session in advance.

7. The required amount of EMD shall be accepted through online payment only as per the

clause No. 8 of the “Guideline & Instructions to bidders”.

The Bidders are required to invariably upload the valid documentary evidence of submission

of online EMD (or EMD Exemption Certificate if applicable) in envelope-A without which

online offer i.e., Envelopes-B & C shall not be opened.

8. No offer will be accepted without valid Earnest Money Deposit, unless exempted by the Company.

If on opening of tender, it is revealed that EMD amount is inadequate / any other discrepancy is

noticed, the tender shall be rejected and returned to the tenderer.

9. The corrigendum or addendum to the bidding documents, if any, as well as any change in due

date(s) of opening of tender will be published on the website, also Company‘s website

TS

No. Particular Unit

Total

Qua

ntity

Tender

Value

(Rs.

Lacs)

EMD

(Rs.)

Tender

Fee

(Rs.)

Pre Bid

Meeting

Schedule

Last Date

of Online

Submission

of Bids

Last Date

of physical

Submission

of Bids

Due date

of

opening

of tender

online

1479

Supply,

Installation,

Testing &

commissioning

of Smart Meters

on Non-AG

consumers

having load

10KW and

above in Indore

city circle on

partial OPEX

model

Pkg 1 2248 100000 10000

15.12.20

At 15:00

Hrs.

28.12.20

up to 15:00

Hrs.

28.12.20

up to

17:30 Hrs.

29.12.20

At 15:00

Hrs.

Page 7: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 7 of 78

http://www.mpwz.co.in & https://mptenders.gov.in but will not be published in newspaper. Hence

participant bidders are advised to regularly visit the websites until the bid opening. The Company

shall not be responsible in any way for any ignorance of the bidders about the corrigendum or

addendum or change in the due date(s).

10. The company reserves the right to reject any or all the tenders or accept any tender in full or part as

considered advantageous to the company, whether it is lowest or not, without assigning any reason

whatsoever it may be.

11. The physical submission of documents is mandatory except the price bid, however for verification

purpose MPPKVVCL may ask to produce original documents also.

12. The tender document will be uploaded on portal normally 15 (Fifteen) days prior to the date of

respective tender opening. The interested bidders are advised to regularly visit the portal for the

purpose.

13. In respect of the TS-1474. 1476, 1477 & 1478, the pre bid meeting will be held on date 01.12.2020,

28.11.2020, 01.12.2020 & 07.12.2020 at 15:00 Hrs. respectively, at Corporate Office of

MPPKVVCL, Indore.

14. The Online Payment towards tender fee (inclusive of GST) is mandatory. The option of tender

fee exemption available on E Procurement Portal is not applicable for MPPKVVCL, Indore.

Sd/-

Chief Engineer (Pur)

O/o MD, MPPKVVCL,

Indore

Page 8: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 8 of 78

OFFICE OF THE MANAGING DIRECTOR (WZ)

M. P. PASCHIM KSHETRA VIDYUT VITARAN CO. LTD.,

GPH COMPOUND, POLOGROUND, INDORE (Phone No: 0731-2426144/111, 2426204/203 Fax No: 2423300

CIN: U40109MP2002SGC015121 & Email- [email protected]

No. MD/WZ/06/PUR/NIT-253/Amendment/15847 Indore dated: 25.11.2020

Amendment in NIT for TS-1478

Sub:-Amendment in NIT issued vide No.MD/WZ/06/PUR/NIT-253/15297 Indore, dtd.11.11.2020.

Ref: -NIT issued vide No.MD/WZ/06/PUR/ NIT-253/15297 Indore, dated: 11.11.2020.

The reference NIT issued vide No.MD/WZ/06/PUR/NIT-253/15297 Indore, dated:

11.11.2020 is hereby amended as follow in respect of inclusion for requirement of Outsourcing

of Internal Audit of 7th pay scale of employee and pensioners by CA Firm:-

The TS-1478 in table for detailed NIT is changed as follow:-

The all other terms & condition of the NIT shall remain same.

-Sd-

Chief Engineer (Pur)

O/o MD, MPPKVVCL, Indore

TS

No. Particular Unit

Total

Qty.

Tender

Value

Rs. Lacs

EMD

(Rs.)

Tender

Fee

(Rs.)

Due date of

opening of

tender online

from 15.00Hrs.

*date

1478

Outsourcing of audit of pay

Fixation Pursuant to Wage

Revision as per Recommendation

of 7th Pay Commission and audit

of regular payroll for FY 2015-

16 to FY 2020-21 Under

MPPKVVCL, Indore

LS 1 10.00 10000 1000 19.12.2020

Page 9: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 9 of 78

SECTION-I (C)

TENDER FORM

OFFICE OF THE MD (WEST ZONE) M.P.P.K.V.V.C.L.,

G.P.H. COMPOUND, POLOGROUND, INDORE

Tender issued to M/s ………………………………………………….

……………………………………………..…...

TENDER FORM

The undersigned hereby tender and offer, the M. P. Paschim Kshetra Vidyut Vitaran

Company Ltd., Indore for Outsourcing of audit of pay Fixation Pursuant to Wage Revision as

per Recommendation of 7th Pay Commission and audit of regular payroll for FY 2015-16 to

FY 2020-21 Under MPPKVVCL, Indore. In the tender document No. MD / WZ / 06 / PUR /

1478 dated 19.12.2020 which, under the terms thereof are to be supplied, executed and done by

the contractor; and to perform and observe the provisions and agreements or the part of the

contract contained in, or which can be reasonably inferred from the said tender documents, for the

sums and at the rates set out in Schedule –I annexed here to.

We have examined in detail and have understood and agree to abide by all the Terms &

Conditions stipulated in the tender document and in any subsequent communication from

MPPKVVCL, Indore in this regard (if any). Our technical proposal is consistent with all the

requirements of submission as stated in the tender document or in any of the subsequent

communication from MPPKVVCL, Indore in this regard (if any).

We hereby undertake that the information submitted in our offer is complete and correct to

the best of our knowledge and belief. We would be solely responsible for any errors or omissions

in our offer. We agree that, in case of any ambiguity/ incompleteness found in the information

furnished by us in the offer, same shall be interpreted by MPPKVVCL, Indore to its advantage.

We agree to abide by all your tender / order Terms & Conditions.

Date the Day of………….

BIDDER‘S SIGNATURE

(With Seal)

Bidders Address: - ……………………………

……………………………

……………………………

Page 10: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 10 of 78

SECTION-I (D)

INSTRUCTIONS FOR ONLINE BID SUBMISSION

GUIDELINES & INSTRUCTIONS TO BIDDER

Guidelines to Bidders for Implementation of E-Procurement System & Online Bid

Submission

Note: These conditions will over-rule the conditions stated in the Tender documents,

wherever relevant and applicable.

The bidders are required to submit soft copies of their bids electronically on the MP TENDER

Portal (https://mptenders.gov.in/nicgep/app), using valid Digital Signature Certificates. The

instructions given below are meant to assist the bidders in registering on the MP TENDER Portal,

prepare their bids in accordance with the requirements and submitting their bids online on the MP

TENDER Portal (https://mptenders.gov.in/nicgep/app).

More information useful for submitting online bids on the MP TENDER Portal may be obtained

at: https://mptenders.gov.in/nicgep/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the MP TENDER Public

Procurement Portal (URL: https://mptenders.gov.in/nicgep/app) by clicking on the link

―Online bidder Enrollment‖ on the MP TENDER Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and

assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the MP TENDER

Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate

(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority

recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC‘s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password

and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the MP TENDER Portal, to facilitate bidders to search

active tenders by several parameters. These parameters could include Tender ID, Organization

Name, Location, Date, Value, etc. There is also an option of advanced search for tenders,

wherein the bidders may combine a number of search parameters such as Organization Name,

Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the

MP TENDER Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the

required documents / tender schedules. These tenders can be moved to the respective ‗My

Tenders‘ folder. This would enable the MP TENDER Portal to intimate the bidders through

SMS / e-mail in case there is any corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender; in case they

want to obtain any clarification / help from the Helpdesk.

Page 11: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 11 of 78

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the

documents required to be submitted as part of the bid. Please note the number of covers in

which the bid documents have to be submitted, the number of documents - including the names

and content of each of the document that need to be submitted. Any deviations from these may

lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG

formats. Bid documents may be scanned with 100 dpi with black and white option which helps

in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to

the bidders. Bidders can use “My Space” or „‟Other Important Documents‟‟ area available to

them to upload such documents. These documents may be directly submitted from the ―My

Space‖ area while submitting a bid and need not be uploaded again and again. This will lead to

a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that they can upload the

bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay

due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated

in the tender document.

3) Bidder has to select the payment option as ―offline‖ to pay the tender fee / EMD as applicable

and enter details of the instrument. However, if the site allows for online Tender fee payment,

then Bidder may pay Tender fee online. PAYMENT OF TENDER FEE IS MANDATORY IN

ANY CASE.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The

original should be couriered and must reach the concerned office, latest by the last date of bid

submission or as specified in the tender documents. The details of the DD/any other accepted

instrument, physically sent, should tally with the details available in the scanned copy and the

data entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial bids in the

format provided and no other format is acceptable. If the price bid has been given as a standard

BoQ format with the tender document, then the same is to be downloaded and to be filled by all

the bidders. Bidders are required to download the BoQ file, open it and complete the white

colored (unprotected) cells with their respective financial quotes and other details (such as

name of the bidder). No other cells should be changed. Once the details have been completed,

the bidder should save it and submit it online, without changing the filename. If the BoQ file is

found to be modified by the bidder, the bid will be rejected.

Page 12: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 12 of 78

6) The server time (which is displayed on the bidders‘ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders, opening

of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by

unauthorized persons until the time of bid opening. The confidentiality of the bids is

maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done. Any bid document that is uploaded to the server is

subjected to symmetric encryption using a system generated symmetric key. Further this key is

subjected to asymmetric encryption using buyers/bid opener‘s public keys. Overall, the

uploaded tender documents become readable only after the tender opening by the authorized

bid openers.

8) The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

9) Upon the successful and timely submission of bids (i.e. after Clicking ―Freeze Bid Submission‖

in the portal), the portal will give a successful bid submission message & a bid summary will

be displayed with the bid no. and the date & time of submission of the bid with all other

relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of the

bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact person

indicated in the tender. This should be as per timelines (about ‗seek clarification‘ start & end

dates) given in Tender only.

2) Any queries relating to the process of online bid submission or queries relating to MP

TENDER Portal in general may be directed to the 24x7 MP TENDER Portal Helpdesk.

-Sd-

Chief Engineer (Purchase)

O/o MD (WZ), MPPKVVCL,

Indore

Page 13: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 13 of 78

PART-I

Page 14: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 14 of 78

SECTION-II

GENERAL INSTRUCTIONS TO THE BIDDERS

1. The Chief Engineer (Purchase) on behalf of the Madhya Pradesh Paschim Kshetra Vidyut Vitran

Co. Ltd. hereinafter referred to as ―MPPKVVCL‖ invites tender for providing services as per scope

of work of this tender in Madhya Pradesh.

2. The bidders are requested to go through the General instructions to the bidders in Section-II,

General conditions of contract (GCC) contained in Section-V and Special terms & conditions of

Contract contained in Section-VI except as modified/laid-down hereunder. It may be noted that no

conditions or stipulations to the contrary or which are inconsistent will be accepted.

Bidders are requested to ensure that all such schedules along with questionnaire (duly filled-in), are

submitted along with their offer. The bidders should note that in absence of any of the schedules,

as required in the tender, their offer shall be liable for rejection.

3. Here are some of very important instructions which every bidder should read carefully for

compliance before submitting the bid.

4. ELIGIBLE BIDDERS

The Bidder should be a Legal identity which has the capabilities to deliver the scope as mentioned

in the Bidding Document under Section-IV ‗Scope of Work / Services‘ and meets the Qualification

Criteria as mentioned in the Section-III.

5. VALIDITY OF BIDS

i. The bidder‘s proposal must remain valid for acceptance for a period of 180 days from the date of

opening of bid or any other extended date for their receipt or any other extended period consented

upon by the bidders (The Purchaser may ask the bidder to extend the validity period of their bid)

and during this period no bidder shall be allowed to withdraw their bid. Any such withdrawal

during the said period will entail forfeiture of EMD/bid security deposited by the bidder with their

bid. The bidders who agree to such extension shall confirm that they maintain the availability of

the professional staff nominated in the proposal or in their confirmation of extension of validity of

the proposal.

ii. The bid along with the rates and condition thereby shall be open for acceptance of the Purchaser

for a period of 180 days from the date of opening of the bids and no request for any variation in

quoted rates and/withdrawal of tender on any ground by successful bidder be entertained within

validity period. In case the Purchaser requests for extension of the validity period, the bidder may

extend the validity without changing the terms and conditions of their bid (except change in wages

or any other statutory compliance as per Government norms).

6. EARNEST MONEY

Unless EMD amount has been specified in the Notice Inviting Tender (NIT), the Bidder shall

deposit the Earnest Money amount vis-à-vis the value of the service offered as shown hereunder.

However, in case EMD amount has been specified in NIT, same shall be applicable: Sr.No. NIT Value Earnest Money

1 Upto INR 50,000 Nil

2 Above INR 50,000 @ 1% subject to minimum INR 1,000 and maximum INR 1 Lac.

i. The bidders need to quote for full quantities and should pay earnest money as specified in the NIT.

ii. No offer will be accepted without Earnest Money Deposit, unless exempted by the Purchaser.

If on opening of tender any discrepancy in EMD amount is noticed, the offer shall be

rejected.

Page 15: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 15 of 78

iii. The required amount of EMD shall be accepted through online payment only as per the

―INSTRUCTIONS FOR ONLINE BID SUBMISSION‖. The Bidders are required to invariably

upload the valid documentary evidence of submission of online EMD (or EMD Exemption

Certificate if applicable) in Envelope-A without which online offer i.e., Envelopes-B & C shall not

be opened.

iv. For all tendering modes and methods, EMD shall be submitted by bidders in a separate envelope

along with the bid, which should be opened prior to the opening of the Techno-commercial and

Financial proposal. In absence of EMD, Techno-commercial and Financial proposal shall be

treated as unresponsive and the same shall be retained with the Purchaser.

v. The following are exempted from payment of EMD:

(i) SSI Units of Madhya Pradesh permanently registered with DIC/NSIC shall be exempted from

payment of EMD. The registration should be permanent and should be specifically for the

items quoted in the tender and valid on the date of opening of tender. The SSI Units registered

with UDHYOG ADHAR/MSME shall also be exempted from payment of EMD and their

registration certificate should be valid on the date of opening of tender.

(ii) Small Scale Units registered with NSIC:- The Small Scale Units permanently registered with

NSIC, whose registration certificate is valid for the item quoted on due date of opening of

commercial and technical bid shall be entitled for exemption from EMD. The

renewal/amendment of certificate should not be more than 3 years old from the due date of

opening of tender otherwise EMD has to be furnished by the bidder.

(iii) The Medium/Large Scale Manufacturing Units located in Madhya Pradesh (other than SSI/

Ancillary Units to MPPMCL and Govt. undertakings) are permitted to furnish the EMD @50%

of the rates prescribed above. Here also permanent registration is a must in respect of specified

item against the tender.

(iv) Fully owned State/Central Govt. manufacturing units, if 100% shares are held by the respective

Govt. for which documentary evidence must be furnished with the offer.

(v) The photocopy of the NSIC/SSI Registration Certificate for the tendered items duly

notarized/ attested by G.M./Manager, DIC of the area/ any officer of DISCOM not below the

rank of E.E. shall be furnished with the offer. In case of unattested/un-notarized copy, the

original certificate should be produced at the time of tender opening for verification.

vi. Forfeiture of Earnest Money Deposit:

The EMD may be forfeit-

a) If a bidder withdraws or revokes its bid during the period of bid validity specified by the bidder;

b) If a bidder modifies its bid in any manner after its opening but before the validity of the bid

expires;

c) If a bidder does not accept the arithmetical corrections of its bid price;

d) In the case of successful bidder, if the bidder fails to furnish the performance security within the

prescribed time.

e) In case, the bidder withdraws his offer during the validity period, after placement of order, the

EMD shall be forfeited.

vii. Return of earnest money to bidders.

a) EMD shall be returned to the unsuccessful bidders, as soon as possible, after the tender is decided.

b) EMD of bidders on whom the orders have been placed, shall be returned on acceptance of Contract

Performance Guarantee (CPG).

7. Techno Commercial Bid: a) Bidders must positively complete online e-bidding procedure at http://www.mptenders.gov.in.

They shall have to submit the following documents online in the website.

b) Their complete techno-commercial offer containing detailed profile of resource and all commercial

terms and conditions. This document should not contain any price part.

c) Techno-commercial information in the form of questionnaire and schedules as enclosed Bid

Document.

Page 16: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 16 of 78

d) Hard copies of above techno-commercial offer, questionnaire and schedules (uploaded in the

website) must be submitted in a separate sealed envelope super scribing ―Techno-commercial bid

for bid‖

8. Following documents consisting part of Commercial & Technical bid i.e. Part-II should be

put in the following sequence: -

i. Tender Form in original.

ii. Schedule-II: Guaranteed Technical Particular

iii. Schedule-III (A): General Information

iv. Schedule-III (B): Commercial Information

v. Schedule-III(C): Technical information

vi. Schedule-IV :Schedule of past experience

vii. Schedule-V (A): Schedule of Commercial Deviation

viii. Schedule-V (B): Schedule of Technical Deviation

ix. Schedule-VI: Template for Pre-Bid Queries

x. Schedule-VII: Proforma for Statement of Interest

xi. Schedule-VIII: Financial Information

xii. Schedule-IX: Undertaking by the Tenderer

xiii. Schedule-X: Declaration-I

xiv. Schedule-XI: Proforma for Bank Guarantee towards Contract Performance Guarantee

xv. Schedule-XII: Undertaking for Accepting Payment through ―Direct Credit‖

xvi. Schedule-XIII: Check List

xvii. Schedule-XIV: Performa for Technical Bid

9. In Part-III of the Bid, only Online Price Bids, which should be strictly in our prescribed

format (Schedule-I).

10. CONFLICTING INTEREST

i. Bidder shall not have a conflict of interest with one or more parties. Participation by the

bidder(s) with a conflict of interest situation will result in the disqualification of all bids in

which, it is involved. Purchaser the bidder shall not have a conflict of interest. All Bidders

found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in

a conflict of interest with one or more parties in the bidding process if including but not

limited to:

(a) They have controlling shareholders in common; or

(b) They receive or have received any direct or indirect subsidy from any of them; or

(c) They have the same legal representative for purposes of this bid; or

(d) A Bidder participates in more than one bid in this bidding process, except for

alternative offers permitted under Section-II: General Instructions to the Bidders of the

Bidding Document, if any. This will result in the disqualification of all Bids in which

it is involved. However, subject to any finding of a conflict of interest in terms of 10.i

(a) - (d) above, this does not limit the participation of a Bidder as a Subcontractor in

another bid or of a firm as a Subcontractor in more than one bid; or

(e) A Bidder or any affiliated entity, participated as a Consultant in the preparation of the

design or technical specifications of the works that are the subject of the bid or

involved in providing consultancy services to DISCOMS / MPPMCL for

managing/monitoring this bid; or

(f) A Bidder was affiliated with a firm or entity that has been hired (or is proposed to be

hired) by the Employer or Borrower as Engineer for the Contract.

ii. Spouse or First Degree Blood Relatives (i.e. Parents, Child (ren), Adopted Child (ren) and

Sibling(s)) of the Servicing or Retired Officer or Staff of the Company or Board shall not be

allowed to service as Service Provider or shall not enter in Joint Venture with the same.

iii. Spouse or First-Degree Blood Relatives (i.e. Parents, Child (ren), Adopted Child (ren) and

Sibling(s)) of the Servicing or Retired Officer or Staff of the Company or Board shall not be

Page 17: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 17 of 78

allowed to work as Contract Labours. Every manpower servicing will have to submit a

declaration, declaring the same.

11. SUBMISSION OF BID

i. The tender shall be submitted in three (3) parts:

a) Part-I shall contain “EARNEST MONEY DEPOSIT / DOCUMENT WHICH

ENTITLE FOR EXEMPTION FROM EMD".

b) Part-II shall contain ―COMMERCIAL BID AND THE TECHNICAL BID”.

c) Part-III shall be submitted online only.

ii. The bidder has to quote their rates online only in Schedule-I and to be kept in envelope ―C‖

and upload online as per key dates. Please note that, the Schedules of price bid (Schedule-I),

i.e. Financial bid (Envelope-C) will not be accepted physically. In case Envelope-C is

submitted physically the bid will be rejected. The bid of the eligible bidder for the respective

item shall be opened online as per key dates.

iii. Last date for submission of physical documents (Envelope- A & B) will be one day prior to

the due date of opening of tender as per online key dates. The same shall be opened (online

& physical) as per key dates.

iv. The Bidders are required to invariably upload the valid documentary evidence of submission

of online EMD (or EMD Exemption Certificate if applicable) in Envelope-A.

v. The bidders have to submit following documents in Envelope – B as per key dates:

(a) Physical submission: -

(i) Document related to Basic Qualifying requirement

(ii) Duly filled all schedules (except price schedules) with supporting documents. (iii) Duly sealed & signed Tender Form and tender document along with the

amendment/addendum issued to it, if any (iv) The copy of other important document as per tender requirement, if any. (v) The documents as mentioned above shall be arranged and indexed according to Index as

mentioned below:

S.No. Particulars of Document Page No.

1. Schedule-II: Guaranteed Technical Particular

2. Schedule-III (A): General Information

3. Schedule-III (B): Commercial Information

4. Schedule-III(C): Technical information

5. Schedule-IV Schedule of past experience

6. Schedule-V (A): Schedule of Commercial Deviation

7. Schedule-V (B): Schedule of Technical Deviation

8. Schedule-VI: Template for Pre-Bid Queries

9. Schedule-VII: Proforma for Statement of Interest

10. Schedule-VIII: Financial Information

11. Schedule-IX: Undertaking

12. Schedule-X: Declaration-I

13. Schedule-XI: Proforma for Bank Guarantee towards Contract Performance Guarantee

14. Schedule-XII: Undertaking for Accepting Payment through ―Direct Credit‖

15. Schedule-XIII: Check List

16. Schedule-XIV: Performa for Technical Bid

(b) Online uploading:- The bidder has to upload the check list online as well in envelope-B.

i. The date of opening of financial / price bid may vary depending upon time taken in

techno-commercial evaluation, sample evaluation it any & related issues. The

bidders may please keep them updated of price bid opening from the E-portal.

Page 18: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 18 of 78

ii. Tender being submitted must be signed by a person holding a Power of Attorney

authorizing him to do so, certified copies of which shall be enclosed.

iii. Tender submitted on behalf of companies registered with the Indian Companies

Act, for the time being in force, shall be signed by persons duly authorized to

submit the Tender on behalf of the Company and shall be accompanied by certified

true copies of the resolutions, extracts of Articles of Association, special or general

Power of Attorney etc. to show clearly the title, authority and designation of

persons signing the Tender on behalf of the Company.

iv. All the two parts shall be submitted in two separate sealed envelopes and these

envelopes shall be properly super scribed as Part-I "Earnest Money Deposit"

and Part-II "Commercial Bid and Technical Bid". Each envelope shall also be

super scribed with name of item and T.S. No. for which the tender is submitted, the

name of the said bidder and the date of opening, as advertised. The bidder should

submit single copy of Part-1 & Part-2.

v. The above two envelopes duly sealed are to be kept again in one envelope

called main envelope and sealed. This envelope should be properly super scribed

stating that this envelope contains three separate envelopes for Part-I "EARNEST

MONEY DEPOSIT" and Part-II "COMMERCIAL AND TECHNICAL BID", in

addition to tender specification No., Name of Item & bidder. Details of Earnest

Money Deposit and Due date of opening should be superscribed on this common

envelope also. Beside this, it shall be certified on the main envelope itself that

Discom-WZ‘s PAYMENT TERMS, PENALTY, and PERFORMANCE

GUARANTEE (WHEREVER APPLICABLE) CLAUSES, as mentioned in tender

specification, are acceptable to the bidder. This certification shall be in the

following manner:-

TENDER SPECIFICATION NO. ________DUE FOR

OPENING ON __________ FOR PROCUREMENT OF

__________________________

THIS ENVELOPE CONTAINS TWO SEPARATE ENVELOPES FOR:

i) PART-I : "EARNEST MONEY DEPOSIT"

ii) PART-II : "COMMERCIAL AND TECHNICAL BID"

TO,

The Chief Engineer (Purchase)

M.P. PASCHIM KSHETRA VIDYUT VITRAN CO. LTD.

O/O MD (WEST ZONE),

G.P.H. COMPOUND, POLOGROUND,

INDORE (M.P.)

IT IS CERTIFIED THAT WE AGREE THE FOLLOWING CLAUSES OF

TENDER SPECIFICATION:

(i) PAYMENT TERMS : AGREED

(ii) PENALTY : AGREED

(iii) CONTRACT PERFORMANCE GUARANTEE : AGREED

SIGNATURE OF BIDDER

STATUS & COMPANY‘S SEAL

12. DATE AND TIME OF OPENING OF BIDS - CHANGES

Tender shall be opened on the due date and time as notified in the presence of the bidders or their

authorized representatives who may be present. If the due date of opening/ submission of tender

Page 19: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 19 of 78

documents are declared a holiday by the Central/ State Government or Local Administration, it

will automatically get shifted to the next working day, for which no prior intimation shall be given.

The tender opening shall be continued on subsequent days, in case the opening of all the tenders is

not completed on the day of opening.

It may please be noted that the due date/ time of opening can be altered, extended, if felt necessary

by the purchaser, without assigning any reason thereof. However, due intimation shall be

communicated in such a case.

13. PRE-BID CONFERENCE

(i) The Purchaser shall hold a pre-bid conference of bidders as per Section-I (A) ―KEY DATES

& BASIC TENDER INFORMATION‖, to clarify various clauses of the bid documents to

ensure uniformity in understanding the bid documents.

(ii) Bidders are advised to attend the Pre-Bid Conference so as to clear all ambiguities and

doubts and point to any mistake or shortcomings which might be visible in the Tender.

(iii) Pre-bid queries of those bidders will be entertained who submitted the queries as per the

format prescribed in Schedule VI.

(iv) Bidders may attend pre-bid meeting on scheduled date (maximum two representatives

combined). Maximum two authorized representatives from each bidder will be permitted to

attend the pre-bid meeting.

(v) The Purchaser reserves the right to change the clauses as emerging after pre-bid conference

or as per its discretion. Details of any doubt(s) about instant Tender Specification and/or

required clarification/ suggestion/ modification in any of the terms & conditions and/ or the

specifications etc. must be sent sufficiently in advance to the Purchaser through post or

(preferably) through e-mail to [email protected] so as to reach at least two days

before the scheduled date of pre-bid meeting to enable this office to provide necessary

clarification/ modification during pre-bid meeting.

(vi) The Purchaser also reserves the right to insert new clauses or post amendments to Tender

Specification etc. The changes shall be notified through addendum/corrigendum posted on

Purchaser‘s website and e-procurement Govt. website to get all concerned informed. Bidders

may therefore regularly visit the websites stated. The Purchaser shall not be responsible if

some prospective bidder misses any Amendment/Addendum/Corrigendum/ Due date

extension related to the Tender.

14. OPENING OF E.M.D. & COMMERCIAL AND TECHNICAL BID

The first envelope of Earnest Money Deposit shall be opened on the due date and time, as notified

in the Notice Inviting Tenders. The requirement for EMD shall be verified and thereafter, the

second part, i.e. the Commercial & Technical Bid, shall be opened on the same date in respect of

eligible bidders.

15. REQUIREMENT FOR OPENING OF PRICE BIDS

The price bids of such offers shall be opened who have:

i. Accepted all Commercial Terms & Conditions.

ii. Qualified the basic qualification of the bidder, conflicting interest clause, financial,

unsatisfactory performance criteria.

Please ensure that the photocopies of documents furnished are legible & the documents

are enclosed as has been stated to be furnished elsewhere in the tender.

16. QUESTIONNAIRE

Questionnaire as per Schedule-III shall be filled-in and submitted compulsorily with the offer. In

case these are not filled in and enclosed with the offer, the bid may be rejected.

17. UNSATISFACTORY PERFORMANCE

Even on fulfillment of all the criteria it may please be noted that:

Page 20: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 20 of 78

i. Offers of those bidders whose work have been terminated or who have been debarred for

future business with our company/ MPPMCL/ other Discoms of MP, may be summarily

rejected.

ii. In case of those bidders whose past performance has not been found to be satisfactory

against previous tenders of MPPMCL/Companies formed on restructuring of MPPMCL,

they shall not be considered for opening of price bid. Some of the attributes to the poor

performance of a bidder are as follows:

Non-execution of previous order(s).

Failure to provide services & non-mitigation of issues related to same by the

Agency/contractor.

18. AMENDMENT IN SCOPE OF WORK

The Purchaser may revise or amend the scope of work, prior to the date notified for opening of

Technical Bid of tender. Such revision/ amendment, if any, will be communicated to all those who

have bought the tender documents as Amendment/ Addendum to the invitation of tender.

19. BIDS RECEIVED BY MESSENGER

When tenders are delivered by special messenger, the same should be dropped in the Tender Box,

kept in the office of Chief Engineer (Purchase), O/o MD-WZ, MPPKVV Co. Ltd., GPH Campus,

Polo Ground, Indore, on all working days during working hours indicated in tender notice. Nobody

is authorized to receive or grant receipt for tender delivered by hand.

20. BIDS IN OPEN FORM

Open bids through Telegram/Fax will not be considered under any circumstances.

21. DELAYED/ LATE BIDS

The Purchaser shall not assume any responsibility for any postal delays either for the late receipt of

documents by bidder or late receipt of bids by the Board/Purchaser. No Extension in time shall be

granted on such grounds.

22. ALTERNATIVE BIDS

Bid should be submitted as per intent of tender documents; any alternative offers are liable for

rejection.

23. MISTAKES IN BIDS

Rates should be quoted in online format provided by the Purchaser.

24. LUMPSUM BASED BIDS

In case prices for some items or all items are given as a Lump sum, instead of unit prices as

required in the tender specifications, Purchaser can summarily reject such incomplete tender.

25. POOL RATES

The bidders are advised to quote their own individual rates. It may please be noted that if more

than one bidder quotes the same rate, suggestive of a cartel, then such offers may not be considered

by the Purchaser. It may also please be noted that the competitive rate quoted by bidder may be

one of the main criteria for quantity to be ordered on successful bidder.

26. PRINTED TERMS AND CONDITIONS IN BIDS

Agency's printed terms and conditions will not be considered as forming part of the tender under

any circumstances whatsoever.

27. ALTERATIONS/CORRECTIONS IN BIDS

Any alteration/correction in the tender document should be counter-signed. Further, no post tender

alteration/correction shall be entertained.

Page 21: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 21 of 78

28. INCOMPLETE BIDS

Tender which is incomplete, or obscure is liable for rejection.

29. AMBIGUITIES IN CONDITIONS OF BIDS

In case of ambiguous or self-contradictory terms/conditions mentioned in the bid, interpretation as

may be advantageous to the Purchaser shall be taken without any reference to the tender.

30. DISQUALIFICATION OF BIDS:

A Bid which gets opened before the due date as a result of improper or no indication having been

given on the cover to indicate that it is a tender, will be disqualified.

Bidders will not be permitted to change the substance of its tender on post interpretation/improper

understanding grounds. This includes post tender price changes/ modifications etc. after opening of

Price Bid. In such events, otherwise, that is, when a bidder does not comply, tender will be

rejected.

31. LANGUAGE OF BIDS

All tenders should be made either in English only.

32. CANVASSING OF BIDS

Tenders shall be deemed to be under consideration, after opening of tender/ bid, till placement of

order. During this period, the bidders or their authorized representatives or other interested parties

are advised strongly, in their own interest, to refrain from contacting by any means any of the

Purchaser‘s personnel or Representative, on matters relating to tender under process.

33. ACCEPTANCE OF PART/WHOLE BIDS-RIGHTS THEREOF

Purchaser reserves the right to accept/ reject wholly or partly any tender without assigning any

reason whatsoever. No correspondence in this regard shall be entertained by the Purchaser.

34. FILLING OF QUESTIONNAIRE/SCHEDULES

All the Questionnaire / Schedules along with specification are enclosed for technical/ commercial

terms & conditions. It is compulsory on the part of the bidder to furnish all details as sought in

these. In case, these are not filled in and enclosed with the offer, the Bid will be rejected.

35. DEVIATIONS FROM TERMS & CONDITIONS

Offers with deviations in the terms of payment, liquidated damages and contract performance

guarantee are liable to be rejected out rightly.

36. AUTHORISATION/LOCAL REPRESENTATIVE

Only authorized representative, possessing necessary authority letter (on Rs. 50/- non judicial

stamp paper) from the bidder/Agency who have participated in the tender shall be allowed to attend

the tender opening and further submission/collection of documents in the event of order.

37. ACCEPTANCE OF TENDER

i. The Purchaser may reject any or all tenders or to accept any tender considering

advantageous to Purchaser, whether it is the lowest offer or not.

ii. The Purchaser may split the quantities against the tender on more than one firm. No reasons

shall be assigned by the Purchaser for this and the same will be binding on the bidders.

38. SNAP BIDDING a) The Purchaser reserves the rights to opt for Snap bidding. Snap bids could be invited from all the

techno-commercial qualified bidders who were found qualified during techno-commercial

evaluation. The terms and conditions for the Snap bidding may require the bidders to furnish their

complete revised financial bid, or in case of large and complex contracts, to furnish only their

modifications to the bids submitted earlier. In case the bidders are required to furnish the complete

Page 22: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and

audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 22 of 78

revised financial bids, the earlier financial bids submitted by the bidders shall be null and void,

once the Snap bids are invited.

b) In case the bidders are required to furnish only the modifications to their earlier bids, the earlier bid

as modified to the extent of the modifications submitted in the Snap bid would be valid for

consideration for the specified validity period. Purchaser at its option may ask for renewal of

EMD/BID SECURITY. However, if a bidder does not respond in the Snap bidding, the earlier bid

submitted by the bidder shall be considered null and void.

c) The quoted price in the Price bid shall not be allowed to be increased above the L-1 rates.

However, where the terms of Snap bidding as communicated to bidders specify that the prices

given in earlier bid shall not be increased and in spite of this, any bidder increases the price in the

Snap bidding, such a Snap bid shall be treated as non-responsive and such bidder shall not be

considered for award.

d) In order to avoid difficulty during the process of evaluation of Snap bids, the ambiguities

encountered, if any in the original bids received and /or in bidding documents, etc. should be

clarified to the bidders while seeking the Snap bids

BIDDERS ARE ALSO ADVISED TO FURNISH FOLLOWING DOCUMENTS

(i) Latest partnership / ownership deed of the firm quoting the tender.

(ii) Power of Authority to sign the tender documents and all correspondence before and after

placement of order.

Note: - Bidders are advised to furnish documentary evidence to the effect that they fulfil all the

requirements indicated above.

-Sd-

Chief Engineer (Purchase)

O/o MD (WZ), MPPKVVCL,

Indore

Page 23: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 23 of 78

SECTION-III

QUALIFICATION CRITERIA AND EVALUATION

METHODOLOGY

(A) QUALIFYING CRITERION

1. General Eligibility Criteria

S.No. Eligibility criteria Supporting documents required

1 The bidder must be a CA firm registered

under Chartered Accountants Act 1949 &

Chartered Accountants Regulation, 1988

made thereunder firms with at-least Three

Partners, out of which at-least One partner

must be FCA/ FCWA (Fellow Member) of

the Institute of Chartered Accountants of

India / Institute of Cost & Works

Accountants of India.

Latest certified copy of registration issued by

ICAI.

Copy of DISA/CISA Qualification of CA

Latest Notarized copy of partnership deed.

2 Undertaking for mandatory compliance of all

statutory liabilities and other terms and

conditions as specified in the document.

Affidavit to be furnished on non-judicial stamp

paper of INR 100/- duly registered by notary as

per the Proforma for undertaking given in

Schedule-IX: Undertaking by the tenderer.

3 They do not anticipate change in the

ownership during the proposed period of

contract.

Self-declaration on their letterhead.

4 The Bidder should not be under a

declaration of Ineligibility for corrupt or

fraudulent practices or has been

blacklisted by any Govt. /PSU

organizations in India.

Self-declaration on their letterhead.

2. Technical Eligibility Criteria

S. No. Eligibility criteria Supporting documents required

1 The Bidder must have been engaged in

providing services in the areas of Accounting

and Auditing for at least 5 years as of 31st

March 2020.

Work orders with Work completion certificates/

performance certificates confirming year and

areas of activity.

2 The Bidder must have executed at least one

(1) contract of Audit of pay Fixation as per

recommendation of 7th Pay Commission for

Central / State PSU(s) / Government

Department(s)/ Urban Local Bodies (ULBs)

in India during last 5 years as on date of

Publish of this tender.

Copies of work orders, Work completion

certificates/ performance certificates and other

relevant document to prove work experience,

which must be issued by Central / State PSU(s)

/ Government Department(s)/ Urban Local

Bodies (ULBs).

3 The CA Firm must have its Registered Head

Office in Madhya Pradesh and at least 1

Partner should sit regularly in such Office.

Latest certified copy of registration issued by

ICAI and other relevant document to prove the

same should be submitted.

3. Financial Eligibility Criteria

S.No. Eligibility criteria Supporting documents required

1 The bidder must have Minimum aggregate

Turnover of 75 Lacs in the last three

(i) Copy of Certified & audited Balance Sheet,

Profit and Loss Account and Cash Flow

Page 24: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 24 of 78

S.No. Eligibility criteria Supporting documents required

financial years (FY 2017-18, FY 2018-19 &

FY 2019-20).

Statements of the Bidder for FY 2017-18,

FY 2018-19 & FY 2019-20.

(ii) A certificate from Chartered Accountant

which shall clearly indicate its Annual

Turnover within last 3 years (FY 2017-18,

FY 2018-19 & FY 2019-20).

2 Bidder must be registered under GST Act

2017

Self-Attested copy of the GST registration

certificate with code number issued by

Government of India.

3 Bidder must be registered with Income tax

department.

Self-attested copy of original PAN card stating

the number issued by Income tax department of

India.

4 Availability of a line of credit such that

the bidder‘s available working capital /

line of credit should be at least 10% of

the tender value

Copy of Audited Balance Sheet for last

Financial Year. If the bidder‘s working

capital is inadequate, the bidder should

supplement this with a Banker‘s letter

confirming the availability of a line of

credit such that the bidder‘s available

working capital / line of credit is at least

10% of the tender value.

NOTE-

i. The proposals meeting the above qualifying requirements will be evaluated as per the

Technical Evaluation Criteria.

ii. No relaxation shall be allowed on above criterion and bid will be out rightly rejected for

the bidder who does not meet the above eligibility criteria.

iii. Subcontractor‘s technical experience and financial resources shall not be taken into

account in determining the bidder‘s compliance with the qualifying criteria.

iv. Notwithstanding anything stated herein above, the purchaser reserves the right to assess

the capacity and capability of the bidder should the circumstances warrant such assessment

in an overall interest of the purchaser.

v. The purchaser reserves the right to waive minor deviations if they do not materially affect

the capability of the bidder to perform the contract.

(B) EVALUATION METHODOLOGY

1. EVALUATION OF OFFERS AND ACCEPTANCE OF TENDER

a. The Company may reject any or all tenders or to accept any tender considering

advantageous to Company whether it is the lowest offer or not, without assigning any

reason whatsoever it may be.

b. If any taxes are not quoted as per the currently applicable rates without giving details or

proof of applicability of the taxes at any concessional/ higher rates, the Company

reserves the rights to load the quoted prices as per the applicable rate of taxes prevalent

at the time of bid evaluation for price comparison purposes. However, responsibility in

this regard shall solely rest with bidder.

2. EVALUATION METHOLDOLOGY AND QULIFICATION MEDHODOLOGY

The financial bids will be opened only for the bidders who qualify all the qualifying

criteria.

Page 25: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 25 of 78

3. Financial Proposal/Price bid evaluation:

3.1. The tenders will be opened in the office of the undersigned as mentioned in tender time

schedule (key date). If desired, the bidder or their duly authorized representatives may

remain present at the time of opening of tender.

3.2. Arithmetic errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price, which is obtained by multiplying the unit price

and quantity, or between subtotals and the total price, the unit or subtotal price shall

prevail, and the total price shall be corrected. If there is a discrepancy between words

and figures, the amount in words will prevail. The subtotal, total price or the total bid

price, irrespective of the discrepancy between the amount indicated in words or price

shall be rectified in line with the procedure explained above. If the bidder does not

accept the correction of errors, its bid will be rejected, and the amount of bid security

forfeited.

4. Award Criteria:

4.1. Bidder quoting lowest rates (Total amount including Taxes in INR) shall be considered as

the L1 Bidder.

4.2. The firm which has stood at rank L1 shall be offered the contract award, subject to

completion of contractual formalities.

4.3. In case the L1 firm does not complete the contractual formalities within stipulated time

period, the MPPKVVCL reserves the right to cancel the offer made to such firm and

forfeit its EMD. In such case the MPPKVVCL may at its discretion, offer the contract

award to L2 firm at the rates quoted by L1 firm.

In the event L2 firm does not accept the contract offer and does not complete the

contractual formalities within stipulated time period, MPPKVVCL, at its discretion, offer

the contract to L3 firm at the rates quoted by L1 firm and so on.

4.4. All evaluations will be rounded off to 2 decimal places only.

4.5. In case of equal rates quoted (Total amount including Taxes in INR) by multiple bidders,

the organizations with the higher annual turnover in FY 18-19 shall be considered first

over other bidders in tie breaking. A list of L1, L2, L3……….and so on will be prepared.

-Sd-

Chief Engineer (Purchase)

O/o MD (WZ), MPPKVVCL, Indore

Page 26: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 26 of 78

SECTION-IV

SCOPE OF WORK/SERVICES

1. OVERVIEW

The broad objectives of the audit are as follows: -

(a) To avoid possibilities of errors and omissions occurring in payrolls, service records etc. of all

the DISCOM employees and pensioners due to pay revision by 7th Pay commission, yearly

increments, punishment orders etc.

(b) To avoid perpetual effect of any error committed at the time of Pay fixation of employees and

pensioners and to ensure correct Payment of wages & arrear.

2. STRUCTURE OF AUDIT PARTY 2.1. The agency shall deploy at least two audit teams for the work consisting of at least two (2)

Chartered Accountants and at least two (2) Audit Assistants in each team.

2.2. Minimum Qualification of the Audit team Members:

Team Member Educational Qualification Minimum Experience

Chartered

Accountants Chartered Accountants

2 years post qualification

experience as Audit Officer

Audit Assistants

Passed the examination of CA inter /PE-II/IPCC

held by the Institute of Chartered Accountants of

India

2 years post qualification

experience in Audit

Graduate 3 years post qualification

experience in Audit

Qualification certificate of all the members of the audit team duly attested by the authorized

partner of the C.A. Firm should be produced before commencement of audit. In case if the Auditor

Firm depute the Audit Officer and Audit Assistants other than possessing minimum qualification

and experience as desired above, the same shall be treated as non-deputation of the Audit officer or

Audit Assistants, as the case may be and the penalty shall be imposed for the same as per clause-6

(Special Terms & Conditions of Contract) of the tender document.

2.3. In addition to Audit team as mentioned above, the Bidder shall have a Team leader or officer in

charge who shall be a Fellow Chartered Accountant (FCA) responsible for the supervision and

overall monitoring of the team. He shall arrange all necessary information for the audit team from

time to time, effectively supervise and control the audit.

3. DETAILED SCOPE OF WORK

3.1. Audit of Pay fixation as per 7th

Pay commission

3.1.1. Checking of fixation of Salary:

3.1.1.1. Verification of date of option given in the option form.

3.1.1.2. Verification of fixation of pay as per date of option given in option form.

3.1.1.3. 100% verification of Basic Pay for period of FY 15-16 to FY 20-21 due to impact of

pay revision as per recommendation of 7th Pay commission, verification of Re-

fixation of pay arising due to annual increment, conversion, promotion, higher pay

scale, regularization, demotion etc. as the case may be in accordance to various orders

and clarification issued by the MPPMCL, Jabalpur /MPPKVVCL, Indore from time to

time. The basic pay shall be verified from the entries made in the GAR / Service

Book/ Pensioner ledger/pension payment order.

3.1.1.4. The agency must consider the impact of orders of disciplinary actions, demotion etc.

on the old pay of the employee/retiree before calculating the new pay as per 7th pay

commission.

3.1.1.5. Verification of fixation of Basic Pay for period of FY 15-16 to FY 20-21 of retired,

deceased, resigned and terminated employees including verification of Basic wages of

said employees up to the last month of their service in accordance to various orders

and clarification issued by the MPPMCL, Jabalpur /MPPKVVCL, Indore from time to

time.

3.1.1.6. In case of any discrepancy found in pay fixation the auditor shall ensure that the

discrepancy have been corrected immediately and the corrected basic pay statement

Page 27: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 27 of 78

shall be prepared in the form given in Annexure II - Working proforma-A and

Reporting Proforma -A duly signed by the concerned officer as well as the auditor.

3.1.2. Checking of Calculation of Arrears

3.1.2.1. This is to be ensured that any discrepancies found out by the auditors in pay

fixation shall be corrected before the verification of the arrear bill.

3.1.2.2. 100% verification of arrear sheet of Salary, Pension (including commutation of

pension), Gratuity and Leave Encashment (including arrear sheet of retired,

deceased, resigned and terminated employee) shall be carried out considering

the adjustment of interim relief, C.C.A, dearness pay payment and all other

applicable recoveries/ deductions.

3.1.2.3. In case of any discrepancy found in the calculation of arrear the auditor shall

ensure that the discrepancy have been corrected immediately and the final

arrear sheet shall be prepared in the form given in Annexure II - Working

proforma-B & Reporting proforma -B duly signed by the concerned officer as

well as the auditor.

3.2. Audit of regular payroll For the Period of FY 15-16, FY 16-17, FY 17-18, FY 18-19, FY

19-20 and FY 20-21

The tasks include but not limited to the following:

3.2.1. The audit team shall verify the correctness of the components of salary (Basic,

allowances, PF etc.) being paid to the employees of the purchaser every month

3.2.2. The audit team shall verify the correctness of pension being paid to pensioners every

month

3.2.3. The team shall verify the housing perquisite being availed by the employees

3.2.4. The team shall check the accuracy of annual increment in salary of the employees

3.2.5. The team shall check if the increment in salary of an employee is in congruence with

the punishment order if any

3.2.6. The audit team shall check the leave records of all employees and match the record in

ERP with the physical record

3.2.7. The audit team shall verify the terminal benefits availed by the retirees (Gratuity and

Leave Encashment etc.)

3.2.8. The audit team shall verify the correctness of the taxes (income tax, Professional tax

etc.) being deducted

3.2.9. Checking of Arrears to be Paid with Actual Payment Made

3.2.9.1. The arrear to be paid on account of pay fixation (As per 7th Pay commission) to all

employees/pensioners shall be checked with the actual payment of arrear made till

Mar-2021 from the monthly salary statement.

3.2.9.2. If any irregularity is found, detailed statement in the Annexure II - Working

proforma-C & Reporting proforma –C shall be prepared separately giving details of

arrear to be paid and actual payment of arrear made to the concerned employee and

statement should be signed by the auditor as well as concerned department.

The audit team will report all the irregularities and aberrations found during the audit in the

format given by the DISCOM and this format should be included in the audit report.

All the formats in Annexure-II are indicative in nature and this may change if required.

4. RECORDS TO BE EXAMINED BY AUDITORS

All the following records are to be examined by the auditors:

4.1. Complete records of Salary, Option Forms, Service Books/GAR, Pay Fixation Statement,

Arrear sheet and all other relevant records provided by the concerned Chief Engineer /

Page 28: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 28 of 78

Superintending Engineer / Executive Engineer / Regional Accounts Office or such other office

of the Company.

4.2. The copies of necessary orders, clarifications and amendments to the original orders for pay

revision issued by MPPMCL, Jabalpur /MPPKVVCL, Indore shall be provided by the

Company.

4.3. The Service Records of all Class I & II employees and Pensioners of the DISCOM are

maintained at RAOs (Dhar, Dewas, Ratlam, Mandsaur, Ujjain, Khandwa, Khargone) and CEC

cell, MPPKVVCL, Indore.

4.4. The service records of Class III & IV employees and Pensioners are maintained 3 levels:

4.4.1. SE O&M/City offices at 15 Circles (which includes EE O&M, RAO staff, Civil, STC,

STM, MT, other divisions)

4.4.2. ED/CE offices at Indore and Ujjain

4.4.3. Corporate Office at Indore (Secretariat Section)

4.5. Therefore, the work of audit / verification of the employees/pensioners are to be performed at

the respective offices where their service records are maintained.

5. RESPONSIBILITIES OF THE AGENCY

5.1. During the tenure and execution of this contract the bidder shall be required to be present

before the management on need basis.

5.2. During the contract period, there shall be regular meetings once in a fortnight between the

management of the Company and the senior partners of the firm to discuss the progress of the

work.

5.3. The bidder firm shall be required to report the outcome of their activities to the Officer-in-

charge.

5.4. The Proforma for reporting are divided in two parts Annexure II - Working Proforma (A, B and

C) and Reporting Proforma (A, B and C).

5.5. During the audit, in case of any finding of any error/ omission the auditor firm shall make

revised calculation in Working Proforma and it should be signed by both the auditors as well

as officer in charge and shall submit to the concerned office in hard and soft copy.

5.6. After completion of the audit of all individual offices, the auditor firm shall obtain a certificate

from the head of each of the offices regarding completion of the audit mentioning the no of

officers, employees and pensioners separately whose audit of pay fixation has been carried out.

This certificate shall be produced with the copy of the bill to the Officer-in-charge in hard

copy.

5.7. After completion of the audit of all the offices as per work order, the auditor firm shall prepare

the audit report covering all the cases of wrong pay fixation, wrong calculation of arrears and

wrong payment of arrears under each office in the prescribed Reporting Proforma. The audit

report including Reporting Proforma shall be submitted to the Officer-in-charge in soft copy

and hard copy within 10 days of the completion of the audit.

5.8. All the pages of the half yearly Internal Audit Report shall bear seal & signature of the Senior

Partner of the bidder Firm only, who shall be Fellow Member of the ICAI. The partner signing

Page 29: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 29 of 78

the audit report shall be responsible for all the work done by the audit team irrespective of the

composition of visiting team at the different Offices.

5.9. The audit report shall be properly indexed (Containing table of contents) with all the pages of

the report numbered.

5.10. The soft copy of the Working Proforma shall also be submitted to the Officer-in-charge.

5.11. In its report the auditor firm shall provide its observation on internal control system, record

keeping and maintenance etc.

5.12. The bidder shall be responsible for the lodging and boarding of its employees i.e. the audit teams.

6. RESPONSIBILITIES OF THE PURCHASER

6.1. MPPKVVCL will provide reasonable workspace and furniture for the audit team. Other resources,

viz. computers, telephone etc. would have to be arranged by the agency.

7. TIMELINES

Event Responsible party Time

Execution of agreement Both Within 28 days from the date of award

Start of execution of work under

the scope

Agency Within 7 days of Execution of

agreement

Work completion Agency As per Work Delivery schedule as

mentioned in Section-VI of SCC

Submission of Audit report Agency Within 10 days of work completion

Submission of Bills Agency As per Submission of bills and terms of

payment as mentioned in Section-VI of

SCC

Payment to the agency Purchaser As per Submission of bills and terms of

payment as mentioned in Section-VI of

SCC

-Sd-

Chief Engineer (Purchase)

O/o MD (WZ), MPPKVVCL,

Indore

Page 30: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 30 of 78

SECTION-V: GENERAL CONDITIONS OF CONTRACT (GCC)

1. Purchaser’s representative

1.1. Chief Internal Audit Officer (CIAO) shall act as the Controlling Officer/Officer-in-charge

who shall carry out the functions and obligations of the Purchaser under the Contract.

1.2. The Purchaser may from time to time appoint any other person as the Controlling Officer/

Officer-in-charge in place of the person previously so appointed and shall give a notice of the

name of such other person to the Agency without delay. The Purchaser shall take reasonable

care to see that no such appointment is made at such a time or in such a manner as to impede

the progress of works/services. The Controlling Officer/ Officer-in-charge shall represent and

act for the Purchaser at all times during the currency/validity of the Contract.

1.3. Any decision, instruction or approval given by the Controlling Officer /Officer-in-charge of

the Purchaser to shall be binding on the Service Provider.

1.4. All notices, instructions, orders, consents, certificates, approvals and all other communications

under the Contract shall be given by the Controlling Officer/ Officer-in-charge.

1.5. The Controlling Officer/ Officer-in-charge may authorize his representative(s) as site-in-

charge for the works/services.

2. Service Provider’s Representative

2.1. The Service Provider shall employ at least one competent representative (name, address,

telephone number, identity proof of the representative shall be communicated in writing to the

Controlling Officer/officer-in-charge by the Service Provider) to supervise the works/services

at Corporate Office and subsidiary offices at Urja Parisar, Indore and both region offices. The

said representative, (or if more than one shall be employed, then one of such representatives),

shall be present whenever required and should be approachable in person or on phone at time

and location as specified by the Purchaser/ Service Recipient. Any written order or instruction

which the Controlling Officer/officer-in-charge or his duly authorised representative may give

to the said representative of the Service Provider shall be deemed to have been given to the

Service Provider.

2.2. The Service Provider shall also engage one representative (name, address, telephone number,

identity proof of the representative shall be communicated in writing to the Controlling

Officer/officer-in-charge by the Service Provider) designated as a Welfare Officer. The said

representative will act as an agent who will handle grievance of deployed manpower,

individually or collectively. The representative shall advise and assist the Agency for fulfilling

its obligations statutory or otherwise towards manpower and will be responsible for solving

any grievance reported to him/her.

2.3. The Controlling Officer/officer-in-charge shall be at liberty to object to the presence of any

representative or person employed by the Service Provider for execution of the Contract or

otherwise at the site, who in his/her opinion is found to have misconducted himself/herself or

be incompetent or negligent and the Service Provider shall remove the person so objected to,

upon receipt from the Controlling Officer/ officer-in-charge a notice in writing requiring him

to do so and shall provide in his place a competent representative at the Service Provider‘s

risk and expense.

3. Bankruptcy/Insolvency of the Service Provider

3.1. If the Service Provide is adjudicated to be insolvent/bankrupt, then Purchaser can take

necessary action as it deems fit.

4. Duty and Behaviour of Service Provider’s Personnel

4.1. The personnel deployed by the Service Provider must always carry their Photo -ID card given

by the Service Provider.

4.2. The personnel deployed by the Service Provider shall maintain the decorum and obey the

instructions of the officer-in-charge of the Purchaser for that particular work and place of

duty. They must follow the procedures of duty, performance and stipulated time guideline for

working hours as set by the officer-in-charge of the Purchaser from time to time.

Page 31: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 31 of 78

4.3. It shall be accepted as an inseparable part of the Contract that in matters regarding

competency, efficiency, conduct and behaviour, the decision of the Officer-in-charge of the

Purchaser shall be final and binding on the Service Provider in all such matters.

5. Safety Provisions

5.1. The Service Provider shall arrange for the safety in its operation as prescribed by the

Purchaser. It is the responsibility of the Agency to deal with any liability arising due to any

injuries occurring to the Agency‘s staff during performance of duty. The Purchaser would not

be liable to pay any compensation to the injured employees of the Agency under any

circumstances.

In case the Service Provider fails to make such arrangement, the authorized officer/staff of the

Purchaser shall be entitled to recover the costs thereof from the Service Provider. The failure

to comply with the provisions of the Safety Rules and Regulations, if any, the Agency shall

without prejudice to any other liability pay to the Purchaser a penalty amount, as determined

by the competitive authority of the Purchaser.

6. Checks and Supervision by the Service Provider

6.1. The Service Provider shall ensure that its personnel perform their duties efficiently by

exercising frequent surprise checks and by appointing sufficient supervisory staff as felt

necessary by the Purchaser. In case it is found that any damage has occurred due to

negligence, ignorance or not performing the duty by the personnel of the Agency, all the

losses so occurred to the Purchaser shall be recovered from the amounts payable to the

Service Provider and its security deposits or Contract Performance Guarantee.

7. Notices and Instructions

7.1. The Service Provider shall furnish the complete address of its permanent office and local

office along with telephonic numbers, fax numbers, emails, etc. to the Purchaser. Any notice

or instructions to be given to Agency under the terms of the Contract shall be deemed to have

been served on him if it has been sent at local office or to the address of the Agency last

notified by them or delivered to authorized signatory.

8. Health and work ethics of the Personnel deployed

8.1. All persons deployed by the Agency shall be of sound physical and mental health and should

not be under the influence of any drug or liquor during duty and have full knowledge and

experience to competently complete the job assigned to them. In case it is found that any loss

has occurred to the Purchaser‘s property/interest due to deployment of such personnel or

deployed person not interested to perform job/not having required competency & skillset, the

same shall have to be replaced by the Agency without any extra cost to the Purchaser.

9. ID card and other supplies

9.1. The cost of ID card and other items required for due fulfilment of duties shall be borne by the

Service Provider. The Purchaser shall not pay any extra charges (or any out-of-pocket

expense) to the Service Provider against such items which are required for performing proper

and efficient working.

9.2. Each deputed person shall carry Photo-ID card issued by the Agency at all times and in case

of expiry of the card, the same shall be promptly renewed by the Agency. Agency will ensure

timely issuance of the ID cards which will be valid throughout the period of Contract.

10. Removal/Replacement of Personnel deployed

10.1. The personnel being deployed by the service provider shall ordinarily be continued and would

not be changed without written intimation, consultation and approval of Officer-in-charge of

the Purchaser. If service provider at its initiative replaces the personnel without intimation and

due consent of the Purchaser, then a penalty of Rs.1000/- per day per personnel may be

charged to the Service Provider from the date of change of deployed personnel till the date of

intimation.

10.2. The Service Provider shall share the list of all personnel to be deployed at Purchaser site at the

start of the project. Further, the Agency shall provide the list of all such personnel on a

monthly basis to the Purchaser. Any change in the personnel shall be immediately

communicated to the Purchaser in addition to the monthly update.

10.3. Upon the written directions of the Officer-in-charge of the Purchaser, the Service Provider

Page 32: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 32 of 78

shall immediately remove from the works/ services any person or persons deployed thereon,

who may in the opinion of the Officer-in-charge is incompetent or responsible for misconduct.

In case the Agency has any difference of opinion with Officer-in-charge of Purchaser in this

regard, the matter shall be referred to Managing Director, whose decision shall be final and

binding by the Agency. Such persons shall not be employed again on the works without the

written permission of the Officer-in-charge, or any other officer authorized for such purpose.

10.4. All personnel engaged under this Contract by the Service Provider shall be employees of

Service Provider. Purchaser shall not have any liability/responsibility to absorb the persons

engaged by the Service Provider and/or extend any type of recommendation, etc. for obtaining

any job with the Purchaser or elsewhere.

11. Subletting

11.1. The Service Provider shall not sublet any activity or any part thereof under the Contract.

12. Force Majeure

12.1. Force Majeure means any event or circumstance or combination of events and circumstances

including those stated below that wholly or partly prevents or unavoidably delays an affected

party in the performance of its obligations under this Agreement, but only if and to the extent

that such events or circumstances are not within the reasonable control, directly or indirectly,

of the affected party and could not have been avoided if the affected party had taken

reasonable care or complied with prudent utility practices.

12.2. Act of God, including, but not limited to lightning, drought, fire and explosion (to the extent

originating from a source external to the site), earthquake, volcanic eruption, landslide, flood,

cyclone, typhoon, tempest, tornado, mutiny, civil commutation, riot, terrorist attack, strike

(subject to certification by Labour Commissioner), lock-out (subject to certification by Labour

Commissioner), exceptionally adverse weather conditions which are in excess of the statistical

measures for the last hundred (100) years, any act of war (whether declared or undeclared),

invasion, armed conflict or act of foreign enemy, blockade, embargo, direct or indirect

political events; or any event or circumstance of a nature analogous to any of the above.

12.3. A notification to this effect duly certified by statutory authorities shall be provided by the

Service Provider to the Purchaser.

12.4. The authority as decided by the Purchaser (including committee, etc.) shall decide upon Force

Majeure cases and the decision of such authority shall be final and binding on Service

Provider/Agency.

13. Damage to property and injury to personnel

13.1. The Agency shall indemnify and keep indemnified the Purchaser against all losses and claims

for injuries or damage to any person or any property whatsoever which may arise out of or in

consequence of the execution of the Contract and against all claims, demands, proceedings,

damages, costs, charges and expenses whatsoever in respect of or in relation thereto.

13.2. The Purchaser shall not be liable for damage or compensation payable as per provision of

law/act in respect or consequence of any accident or injury to any workmen or other person in

the employment of the Service Provider. The Service Provider shall have to pay all claims,

demands, proceedings costs, charges and expenses whatsoever in respect there of or in

relation there to.

13.3. In the event of any accident and/or injury, in respect of which compensation may become

payable under the Workman‘s Compensation Act-VIII of 1923 including all amendments or

applicable compliance thereof, Authorized officer of Purchaser shall have full powers to retain

out of any sums payable/becoming payable to the Agency, any sum as may be deemed

sufficient to meet such liability on receipt of award of compensation from the competent

authority under the said act, and the same shall be adjusted from this amount. Any shortfall

shall be recovered, and any excesses shall be refunded. The opinion of the Authorized officer

of Purchaser shall be final in regard to all matters arising under this clause.

13.4. In case of any loss of life or accidents of personnel engaged during discharge of services on

the contract, if any investigations point towards malpractice or negligence on behalf of the

agency then the Employer reserve the rights to suspend the contract.

13.5. In case it is found that any theft or damage has occurred to the property or premises of the

Page 33: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 33 of 78

Purchaser due to negligence of personnel in performing their duty and/or absence from the

place of duty and/or not providing substitute by the Agency or any other reason, the cost of all

such losses or damages as assessed by the Purchaser shall be recovered from the Agency‘s bill

or from their Security Deposit/ Contract Performance Guarantee or in any other manner as

may deemed fit.

13.6. In case any personnel of the Agency is implicated in any law suit or is injured by any person

or group of persons, agitating mob, etc. during the course of performing his/her duty/their

duties for the Purchaser, it shall be the sole responsibility of the Agency to defend its

personnel in the court of law or to extend all medical and financial help, etc. without charging

any cost to the Purchaser.

13.7. The Purchaser shall be deemed to be indemnified by the Agency for lapses or other mischief‘s

etc. by its personnel.

13.8. Claims arising due to ―any activity‖ shall be liable for adjustment from contract performance

guarantee furnished by Service Provider.

14. Settlement of Disputes and Arbitration

14.1. If any dispute or difference of any kind whatsoever arises between the Purchaser and the

Agency in connection with or arising out of the Contract, the parties will make every effort to

resolve amicably such dispute or difference by mutual consultation. For this purpose, a

committee may be constituted comprising representatives from both the parties. The

committee shall be formed and convened by CE (Purchase). After sixty (60) days from the

date the dispute is first brought to the notice of either party, if the parties have failed to resolve

their dispute or difference by such mutual consultation, then the dispute shall be referred in

writing by either party to initiate the Arbitration process.

14.1.1. The arbitration proceedings shall be conducted in accordance with the following acts as

amended:

Madhya Pradesh Madhyastham Adhikaran Adhiniyam, 1983 as amended.

The cost of the arbitration shall be equally shared by the Purchaser and the Service Provider.

14.2. Notwithstanding any disputes with reference to the Contract pending for arbitration, the

Agency shall continue to perform his obligations in accordance with the Purchaser's decision

or instruction, and Purchaser shall also continue to perform his obligations under the Contract

including payment of any undisputed monies due to the Agency.

15. Jurisdiction

15.1. Any dispute or difference, arising under, out of, or in connection with Tender/ Contract order

shall be subject to exclusive jurisdiction of court at Indore only.

16. Blacklisting

16.1. In case(s) of severe default(s) by the Agency (including but not limited to clause 19 of this

section), the process of blacklisting or debarring of Agency and recoveries (if any) thereof

may be undertaken by the Purchaser if deemed necessary.

17. Necessary Compliances (applicable in accordance with Eligibility Criteria)

17.1. The Agency shall provide and be responsible for payment of wages, salaries, and other

statutory privileges and facilities as applicable to its personnel as per relevant and applicable

law/rules/regulations and orders of the Central/State Government or local authorities or other

authorities as are in force from time to time.

17.2. All personnel engaged under this Contract by the Agency shall be employees of Agency.

Purchaser shall not have any liability/responsibility to absorb the persons engaged by the

Agency and/or extend any type of recommendation, etc. for obtaining any job with the

Purchaser or elsewhere.

17.3. The Agency shall at the time of execution of the Contract have PF code number obtained from

authorities concerned under the Employee‘s Provident Fund and Miscellaneous Provisions

Act, 1952 and remit contributions in respect of the employees employed by him to the PF

office concerned every month or obtain the same within a month after the agreement for the

concerned employees.

17.4. The Agency shall maintain all records/registers as required to be maintained under various

labour laws and other statutory laws in force and as amended from time to time, mentioned

Page 34: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 34 of 78

above and produce the same before the Statutory Authorities as well as the Authorities of the

Purchaser as per the time period defined by the Purchaser.

17.5. The Agency shall also submit periodical reports on various labour laws such as Contract

labour (Registration & Abolition) Act-1970, The Code on Wages 2019, Employees Provident

Fund Act etc., under intimation to maintain the designation of the principal employer.

17.6. The Agency shall be responsible for payment of overtime wages to his workmen, if any, in

case they are required to work beyond the prescribed hours under laws. Agency shall

deploy adequate number of persons for execution of the Contract regulating their working

hours and weekly off within the statutory limit.

17.7. The Agency shall provide their prescribed uniforms, identity card, name badges and safety

items/kits etc. to his employees, as required under law.

17.8. The Agency shall in the event of his workman / employees sustain any injury or disablement

due to an accident or any other cause arising out of and in the course of its employment,

provide necessary medical treatment and pay compensation, if any, required under the

Employee‘s Compensation Act, 2010 and other applicable laws.

17.9. If any of the persons engaged by the Agency misbehaves with any officials of the Purchaser or

its consumers or commits any misconduct in connection with the property of the Purchaser or

suffers from any serious communicable diseases or who may in the opinion of the Officer-in-

charge is incompetent , the Agency shall be liable to replace them immediately.

17.10. The Agency shall ensure that necessary information regarding the persons engaged by it is

intimated to the concerning police station and a copy of the same shall be submitted to the

concerned Officer-in-charge of the Purchaser.

17.11. The Agency should comply with all the applicable laws in force and effect for the time being,

including being, registered under the various applicable labour laws.

18. Taxes

18.1. Applicable GST shall be paid extra as per prevailing rate.

18.2. The Agency shall be responsible for payment of all taxes duties statuary/local levies arising as

a result of commercial transactions under this Contract such GST etc. Purchaser shall not be

responsible for any tax related liability.

18.3. During the Contract period, the Agency shall deposit GST and other applicable taxes at

prevailing rates as per Government rules/ regulations.

18.4. If any tax exemptions, reductions, allowances, or privileges may be available to the Agency,

the Purchaser shall use its best endeavours to enable the Agency to benefit from any such tax

savings to the maximum allowable extent.

18.5. The statutory deduction of taxes and duties at source, related to these works and services, shall

be done by the Purchaser and tax deduction certificate shall be issued to the Agency wherever

applicable as per law.

19. Termination of Contract

19.1. Events of default

Any of the following events shall constitute an ―Event of Default‖. The occurrence of any

―Event of Default‖ shall lead to consequences as brought out in Clause 20.2

19.1.1. i. If the Agency fails to deliver services as per Section-IV: Scope of Work.

ii. If the Agency unlawfully repudiates the Contract or has otherwise expressed an intention

not to be bound by the contract.

iii. If the Agency does not make timely payment of salaries to the deployed personnel.

iv. If the Agency does not make the mandatory payments like EPF, ESIC and others

liabilities if any.

v. If it comes to the Purchaser‘s notice that the Service provider is indulged in forging

documents and submitting forged documents of EPF Challan sheet, ESIC receipt of

personnel deployed by it

vi. If the Agency becomes bankrupt or insolvent, goes into liquidation.

vii. If the Agency fails to make payment of any amount payable to the Purchaser, as and when

the same becomes due.

viii. If the Agency fails to provide, renew or replenish the payment security and / or contract

Page 35: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 35 of 78

performance guarantee.

ix. If the Agency fails to fulfil any of the directions or orders of the MPERC or comply with

the requirement of the electricity laws or other laws in relation to bid area.

x. If the Agency transfers, otherwise then pursuant to contract, any material or property of

the Purchaser.

xi. If the Agency indulges in any malpractice or corrupt practice.

19.1.2. If at any stage during the period of the Contract any case involving moral turpitude is

instituted in a court of law against the Agency or its employees.

19.2. Consequences of occurrence of Event of Default as per Clause 20.1 – “Termination upon

Event of Default”

19.2.1. In case of occurrence of Event of default as mentioned in Clause 20.1 of Section-V ―General

conditions of Contract‖, the Purchaser shall issue a notice related to ―Event of Default‖ to the

Agency. The Agency shall be required to mitigate the reasons for ―Event of Default‖ and

submit its response to Purchaser in writing within 15 days of issuance of notice of ―Event of

Default‖.

19.2.2. In case of non-mitigation of reasons of ―Event of Default‖, or non-responsiveness, or

unsatisfactory response from the Agency within the stipulated timeline as per Clause 20.2.1 of

Section-V ―General conditions of Contract‖, the competent authority of the Purchaser, may at

its discretion, terminate the Contract either in whole or in part, by issuing a ―Order for

Termination‖.

The termination shall take effect on 30th day of issuance of ―Order for Termination‖, or such

extended period (over and above 30 days) as may be decided by the Purchaser.

19.2.3. Upon receipt of order of termination, the Agency shall immediately:

(a) Remove his/her manpower deployed on performance of services pertaining to the

Contract;

(b) cease all further work, except for such work as the Purchaser may specify in the

notice of termination for the sole purpose of protecting that part of the facilities

already executed, or any work required to leave the site in a clean and safe

condition;

(c) Deliver to the Purchaser all documents, reports prepared by the Agency at the date

of termination.

19.3. Termination for Convenience

19.3.1. The Purchaser shall be entitled to terminate the Contract without assigning any reason thereof

at any time of the Purchaser‘s convenience, by issuing an ―Order for Termination‖ to the

Agency

The termination shall take effect on 30th day of issuance of ―Order of Termination‖, or such

extended period (over and above 30 days) as may be decided by the Purchaser

19.3.2. In such event, the Purchaser shall not be responsible for payment of any compensation,

whether in contract or tort or otherwise, towards the Agency.

The Purchaser shall not indemnify or compensate for any loss caused to the Agency by such

terminations, whatsoever it may be.

19.3.3. Contract performance Guarantee shall not be subjected to forfeiture in case of termination for

convenience.

19.4. Effect of Termination (Either upon default or for convenience or Change in

Management / Government Policy)

19.4.1. The Agency shall not be entitled for compensation to any loss which they it may incur in this

regard.

19.4.2. The Purchaser shall recover from the Agency all applicable penalties as per SECTION VI-

SCC.

19.4.3. If the contract has been terminated on Convenience as per Clause 20.3, the Purchaser shall

have rights to recover any amount payable by Agency to the Purchaser from the Contract

Performance Guarantee.

19.4.4. The Purchaser unconditionally reserve the rights to claim from the Agency, any cost, expenses

Page 36: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 36 of 78

or loss that may be incurred by reasons of breach of terms and conditions of the contract.

19.4.5. The Purchaser shall have the rights to recover from the Agency any loss or damage occurred

to the property/ items/ materials/ equipment etc. of the Purchaser, due to any act of Agency or

its personnel.

19.4.6. In case Contract with any Agency which has been appointed for a circle is terminated, the

Agency appointed for similar work in another circle of the Discom shall be asked to take over

the entire work of the Agency whose Contract has been terminated.

The rates for work/ services shall be the equal to the rates of Agency, which has been

terminated.

Other terms and conditions of the works shall be same as applicable for such incumbent

Agency in its original area of operation.

20. Patent Indemnity

20.1. The bidder shall indemnify and hold harmless the Purchaser, his successors or assignees, its

employees and officers from and against any and all suits, actions or administrative

proceedings, claims, demands, losses, damages, costs, and expenses of whatsoever nature,

including attorney‘s fees and expenses, which the Purchaser may suffer as a result of any

infringement or alleged infringement of any patent, utility model, registered design,

trademark, copyright or other intellectual property right registered or otherwise existing at the

date of the Contract. In the event of any claim being made or action being brought against the

Purchaser or its representative or its employees in respect of any such matters as aforesaid, the

bidder shall immediately be notified thereof.

21. Corrupt or Fraudulent Practice(s)

21.1. The Purchaser requires that the bidders observe the highest standard of ethics during the

procurement and execution of the Contract(s).

21.2. In pursuance of this policy, the Purchaser defines, for the purposes of this provision the terms

set forth below as follows:

21.2.1. ―Corrupt practice‖ means the offering, giving, receiving or soliciting of anything of value to

influence the action of an official/employee involved in the procurement process or in

execution of the Contract.

21.2.2. ―Fraudulent practice‖ means misinterpretation of facts or information in order to influence the

procurement process or the execution of Contract to the detriment of the Purchaser, and

includes collusive practice among bidders (prior to or after bid submission) designed to

establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the

benefits of free and open competition.

21.3. The Purchaser will reject a bid or cancel the Contract if already placed, if it determines that

the bidder recommended for Award or on whom the Contract/Award has already been placed

has engaged in corrupt or fraudulent practices in competing for the Contract/Award in

question.

22. The Purchaser may declare a bidder ineligible for issue of Contract/Award, either indefinitely

or for a stated period of time, if it any time determines that the bidder has engaged in corrupt

or fraudulent practices in competing for or in executing an earlier Contract of the Purchaser.

-Sd-

Chief Engineer (Pur)

O/o MD (WZ), MPPKVVCL,

Indore

Page 37: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 37 of 78

SECTION-VI: SPECIAL TERMS & CONDITIONS OF

CONTRACT (SCC)

1. Period of Contract

1.1. The period of Contract under the scope of work shall be up to 1 year.

2. Submission of Bills and terms of Payment

2.1. Action by Agency Action by Purchaser Time Frame

Bill submission After submission of The Audit

report.

Payment of 70% of fees Within 30 days of submission of

Bills by the agency

Payment of remaining 30%

of Contract fees

After six months of the

submission of the final audit

report.

2.2. The bills/invoices should be submitted in triplicate to Officer-in-charge with copies of completion

certificates from each of the offices in original and audit report as per below Clauses- 3.3 in Soft &

Hard copy after satisfactory completion of work.

2.3. 70% Payment of the fees will be made after completion of works as mentioned in SECTION-IV

Scope of work of the bid document and within 30 days of submission of Bills by the agency after

deducting penalties if any.

2.4. Completion of work will be acknowledged when a Certificate in original is to be produced from each

offices as per Clause- 4.6 of SECTION-IV Scope of work and audit report is to be submitted as per

Clause- 4.7,4.8 & 4.9 of SECTION-IV Scope of work along with all necessary details is submitted

to the Officer-in-charge and satisfactory replies to any clarification sought on the same have been

furnished.

2.5. Balance 30 % payment of the accepted fee shall be made after six months of the submission of the

final audit report provided that no irregularities resulting in loss of revenue or any penalties to the

company are found subsequently out of the work done by the firm and ensuring that all the assistance

required from the auditor firm in resolving matters relating to the period under audit have been

received whether or not same were dealt within the audit report by the auditor. The date of completion

shall be reckoned from the date of submission of final audit report to Officer-in-charge.

2.6. No interest, claim or penalty etc. would be payable by MPPKVVCL in case of any delay in payment

beyond stipulated time.

2.7. No. advance payment should be made against audit fee.

3. Work Delivery Schedule

3.1. The work shall start within 7 days from the date of execution of agreement and shall be completed as

per the table below:

Scope of Work

Delivery time

from Start of

work

Extension at

Employer’s

Discretion

Maximum

time

allowed

Outsourcing of audit of pay Fixation

Pursuant to Wage Revision as per

Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16

to FY 2020-21 Under MPPKVVCL, Indore

9 Months 3 Months 12 Months

3.2. The agency shall obtain work completion certificate from the respective offices where the audit is

performed mentioning the no of employees and pensioners separately whose audit of pay fixation has

been carried out.

3.3. Subsequently the audit report including Reporting Proforma shall be submitted to the Officer-in-

charge in soft copy and hard copy within 10 days of the completion of the audit.

3.4. The purchaser reserves the right to appoint another bidder to get the work done in the event of failure

of the bidder to commence the work as per schedule or if the progress of the work is not

commensurate with the time completion mentioned above. In such a case the CPG/security deposit of

Page 38: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 38 of 78

the firm will be forfeited.

4. Contract Performance Guarantee / Security Deposit

4.1. The Agency shall furnish Bank Guarantee (valid for the entire Contract period + 6 Months and

extension (if any) thereof or Cash or Demand Draft for an amount equivalent to 10% of total

estimated Original Contract value. The format for calculation of Original Contract value and

performance guarantee is attached in Annex-XI: Calculation of original Contract value. The bank

guarantee shall be from Scheduled commercial bank excluding Cooperative bank and Regional Rural

banks.

4.2. Within twenty-eight (28) days of issue of letter of award, the successful bidder(s) shall then furnish

requisite Contract performance guarantee which could be invoked at any branch of the bank,

extending the guarantee, in MP and also execute an agreement on the prescribed form duly stamped

for the due and proper fulfilment of the Contract. The cost of stamp paper including cost of revenue

stamps and stationery charges shall be borne by the Agency.

4.3. Failure by the successful bidder to furnish the prescribed Contract performance guarantee or to

execute the agreement within the period specified in Bid document after his/her bid has been

accepted or notice to start the work within such time as is determined by the Engineer-in-

charge/Controlling officer after notification of the acceptance of the bid shall entail action as deemed

appropriate by the Purchaser (including forfeiture of the earnest money deposit (EMD), cancellation

of the Contract, blacklisting of bidder, etc.).

4.4. The Contract performance guarantee shall only be released by respective Chief Engineer (Purchase)

subject to an undertaking by the Agency stating successful completion of Contract along with

certificate from Officer-In-Charge of the Purchaser stating that all statutory compliances have been

made successfully.

5. Acceptance or Rejection of bid/offer

5.1. The Purchaser reserves the right to accept or reject any or all bids without assigning any reasons. The

Purchaser also reserves the right to reject any bid which in its opinion is non-responsive or violating

any of the conditions/specifications without any liabilities to any loss whatsoever it may cause to the

Bidder in the process.

5.2. Any defaulter Agency which has earlier participated in any tender for outsourcing of activities in any

office/department of the Purchaser and has not taken over the work against order placed on them (or)

their order has been cancelled by the Purchaser on account of poor performance of the Agency (or)

because of not making payment of wages/statutory payment, such bidders/Agency shall not stand

eligible to participate in this tender process and their bid/proposal/offer may be summarily rejected by

the Purchase.

6. Penalty

6.1. If work is not completed by bidder firm in stipulated time period, then penalty @0.5% of the contract

value per month or part thereof subject to maximum 10% of the total contract value of the work shall

be imposed.

6.2. In the event of non-submission of the report within time schedule (within 10 days) specified in

Clause-3 of Section-VI (SCC) after completion of the audit of an auditee office, then penalty @ 5%

of contract value per month or part thereof subject to maximum 10% of the value of the work shall be

imposed.

6.3. In the event of improper/incomplete submission of the report, the penalty @ 5% of the contract value

subject to maximum 10 % of the value of that work shall be imposed. Officer-in-charge reserves the

right to reject the Internal Audit report, in cases where the observations in the Internal Audit Report

are found to be dissatisfactory.

6.4. However, in the event of non-completion of the work in the stipulated time period due to unforeseen

conditions, the auditor firm will be required to apply for grant of additional time period.

6.5. Request of extension of time period desired by the auditor firm shall be considered only if reasonable

and justified ground exists at the sole discretion of Officer-in-charge.

-Sd-

Chief Engineer (Purchase)

O/o MD (WZ), MPPKVVCL, Indore

Page 39: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 39 of 78

PART-II

Page 40: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and audit of regular payroll for FY 2015-16 to FY 2020-21 Under

MPPKVVCL, Indore Page 40 of 78

SECTION - VII SCHEDULE-I: PRICE AND QUANTITY

TO BE FILED ONLINE IN ENVELOPE- C

WE QUOTED OUR LOWEST RATES AGAINST TENDER SPECIFICATIONS No. MD / WZ / 06 / PUR / TS- 1478 for ―TENDER FOR Outsourcing of

audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and audit of regular payroll for FY 2015-16 to FY 2020-21

Under MPPKVVCL, Indore” AS UNDER:

NAME OF BIDDER

Sr Scope of Work (As per Section IV of the document) HSN

Code

Unit Quantity

(In Nos.) Rate in

INR

Tax amount Total Tax

Total amount

(including

Taxes)

in INR

CGST SGST IGST

% Amt. % Amt. % Amt. INR

A B C D E F G H=FxG I J=FxI K L=FxK M = H+J+L N= F+M

1

Audit of Pay fixation as per 7th Pay commission

and Audit of Regular payroll for FY 15-16 to FY 20-21

LS 01

Note: - 1. GST Registration Number of Bidder:

2. GST Registration Number of MPPKVVCL – 23AADCM7397N1ZU,

3. Rates quoted should be including all allowances., Lodging, boarding etc. as per all terms and conditions mentioned in this tender document

4. The bidder shall fill % rate of CGST & SGST or IGST (as applicable).

5. The Bidder shall quote its rate in INR in column F mentioned in the Price Schedule given in Schedule-I ‗Price and Quantity‘ with all the fields duly filled for respective line

item.

6. The prices are to be filled in strictly in this format only.

7. Responsibility of any lack of clarity leading to confusion will rest with bidders.

8. The UNIT of measurement for quoting rate of the item specified in the above Price Bid schedule should be noted carefully before quoting rate(s). The unit shall remain un-

changed & applicable as per the above schedule and quoted rate shall be considered only as per the above specified unit(s) for purpose of comparison as well as placement of

order. The bidder shall be bound to accept the same; else EMD shall be forfeited and if EMD is already exempted, amount equivalent to the EMD required in the tender will

Page 41: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission and audit of regular payroll for FY 2015-16 to FY 2020-21 Under

MPPKVVCL, Indore Page 41 of 78

have to be deposited to MPPKVVCL Indore otherwise such firm shall be kept disqualified for TWO (2) future tenders of MPPKVVCL for same/similar item(s), reserving

rights of other actions as per provisions of the tender & law of contracts.

9. Any variation in rate of GST during contractual delivery period shall be borne by company (Purchaser).

10. The total price mentioned in column N shall be considered as inclusive of all taxes & duties for that item/service no other taxes shall be payable.

11. It may be noted that Payment for works to be performed under this contract shall be released at contracted rates for aforesaid tasks only. Therefore, charges for all other

activities to be performed under this contract as per Section IV-―Scope of Work‖ must be included in the rates quoted for above by the bidder firm.

12. No column shall be left blank and to be mentioned zero if not applicable.

13. The bidder shall take care to quote only the applicable taxes.

14. If user wants to enter any decimal value than please enter as per given example i.e. "0.4" instead of ".4"

Signature of Bidder with Seal of Firm:

Place- Name (in full):

Date- Designation:

Page 42: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 42 of 78

SCHEDULE-II: GUARANTEED TECHNICAL PARTICULARS

(TO BE KEPT IN THE ENVELOPE PART–II, “COMMERCIAL / TECHNICAL BID”)

NOT APPLICABLE

**************

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Designation :

Page 43: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 43 of 78

SCHEDULE – III (A): GENERAL INFORMATION

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

(i) Strike off, whichever is not applicable.

(ii) Separate sheets should be used, wherever necessary.

Sr. No. Particulars Details

1 Name & Address of the Bidder

(a) Registered office

(b) Office/ works address

c) Telegraphic address Office ------------- Works ----------

(d) Telephone Nos. / Mobile No. Office ------------- Works ----------

(e) Fax Nos. Office ------------- Works ----------

(f) E-mail address

2 Confirm whether bidder is participating as a

Agency

3 If bidder is the Agency fill following details

(a) Address of Office

(b) Year of starting as Agency

(c) Whether the same /similar services provided

earlier Yes / No

4 Whether the firm is an MP SSI Unit Yes / No (if yes, fill following

details)

(a) If yes, write registration No.

(b) Whether documentary evidence regarding

registration enclosed

(c ) Items of registration

(d) Period of Registration

(e) Furnish latest copy of competency certificate Yes / No

5 (a) Whether the bidder is old participant with

MPPMCL or its successor companies

Yes/ No

5 (b) If yes, whether document evidence enclosed.

6 Any other information that bidder If yes,

whether document evidence enclosed.

If yes, give details may like to

give in order to highlight his bid

**************

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Designation :

Page 44: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 44 of 78

SCHEDULE – III (B): COMMERCIAL INFORMATION (TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

(i) Strike off, whichever is not applicable.

(ii) Separate sheets should be used, wherever necessary.

1. i Earnest Money details The required amount of EMD shall be

accepted through online payment only.

ii (a) Amount of EMD Rs.

(b) Particulars/details

iii If exempted, state whether the

bidder is

SSI Unit of M.P./ Small Scale unit

registered with NSIC/ Fully owned

State/ Central Govt. Unit.

iv Whether reference of

documentary evidence regarding

exemption enclosed.

Yes/ No

v Whether the firm is registered

under MSME Act.

2. Whether the offer is valid for 180

days from the date of opening of

commercial / technical bid

Yes/ No (If no, state validity period).

3. State whether the quoted prices

are Firm/ Variable

4. Mode of dispatch NOT APPLICABLE

5. PAYMENT TERMS

Whether Purchaser‘s terms of

payment is acceptable to the

bidder.

Yes/ No

6.

DELIVERY PERIOD

Whether agreeable to Purchaser‘s

Delivery Clause.

Yes/ No

7. PENALTY CLAUSE

Whether agreeable to Purchaser‘s

penalty clause.

Yes/ No

8. GUARANTEE PERIOD

Whether agreeable to Purchaser‘s

guarantee clause.

Yes/ No

9.

CONTRACT PERFORMANCE

GUARANTEE (CPG)

Whether agreeable to furnish CPG

@10% of value of order for

satisfactory execution of the order

and to cover guarantee period.

Yes/No

10. EXTENSION ORDER

Whether Purchaser‘s terms of

extension order is acceptable to

the bidder.

Yes/ No

Page 45: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 45 of 78

11. Whether rates offered are

applicable for part quantities also.

Yes/ No

12. Have you noted that you have

quoted prices in the desired

format

13. Please furnish information in

respect of firm‘s Bank Account in

support of payment term.

(i) Name of Bank and Branch

address.

(ii) Firm‘s Bank Account

Number.

(iii) IFS code of the Branch for

RTGS transfer.

14. Whether your firm is an individual

/ proprietorship / partnership / or

any other type

15. Copy of GST Registration with

Number

16. Indicate PAN No. (with copy)

17

Details of Tax quoted (Whether

exemption or concessional rate

support with necessary document)

A CGST

B SGST

C IGST

PLACE: SIGNATURE OF BIDDER

NAME IN FULL

DATE DESIGNATION/ STATUS IN THE FIRM

COMPANY SEAL

Page 46: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 46 of 78

SCHEDULE – III (C): TECHNICAL INFORMATION

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

(i) Strike off, whichever is not applicable.

(ii) Separate sheets should be used, wherever necessary.

Sr. No. Particulars Details

1 Work Completion Certificates Attached Yes/No/NA

**************

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Designation :

Page 47: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 47 of 78

SCHEDULE – IV (A): PAST EXPERIENCE (TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

(i) Strike off, whichever is not applicable.

(ii) Separate sheets should be used, wherever necessary.

Bidder’s Name & Address: …………………………………………………………….

To,

The Chief Engineer (Purchase)

O/o MD (West Zone)

MPPKVV Co. Ltd.,

G.P.H. Compound, Pologround Indore.

Sub: - Performance / past experience.

Dear Sir,

We furnish herewith the record of our performance and experience of quoted items as follows:

List of the contracts executed related to providing service in the areas of Accounting and

Auditing as required in Sr.NO. 1, ‗Technical Eligibility Criteria‘ of Section-III:

S.N.

Name and

address of

organization

/ department

Order

/

Award

No. &

Date

Contract Period Copy of

Work

order

Attached

(Yes/No)

Copy of

Performance

certificate

attached

(Yes/No)

Work/Service

pending for

execution

within

contract

period

Reasons

for non

Completion

of order, if

any

Remarks

(if any) Starting on

(dd/mm/yyyy)

Ending on

(dd/mm/yyyy)

Sub-Total (FY 2015-16)

Sub-Total (FY 2016-17)

Sub-Total (FY 2017-18)

Sub-Total (FY 2018-19)

Sub-Total (FY 2019-20)

Note: - Photocopy of the order & performance report should be enclosed.

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Designation :

Page 48: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 48 of 78

SCHEDULE – IV (B): PAST EXPERIENCE (TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

(i) Strike off, whichever is not applicable.

(ii) Separate sheets should be used, wherever necessary.

Bidder’s Name & Address: …………………………………………………………….

To,

The Chief Engineer (Purchase)

O/o MD (West Zone)

MPPKVV Co. Ltd.,

G.P.H. Compound, Pologround Indore.

Sub: - Performance / past experience.

Dear Sir,

We furnish herewith the record of our performance and experience of quoted items as follows:

List of the contracts of Audit of pay Fixation as per recommendation of 7th Pay Commission

executed for Central / State PSU(s) / Government Department(s)/ Urban Local Bodies (ULBs) in

India during last 5 years as on date of Publish of this tender. as required in Sr.NO. 2, ‗Technical

Eligibility Criteria‘ of Section-III:

S.N

.

Name and

address of

organizatio

n /

department

Order

/

Awar

d No.

&

Date

Contract Period Copy of

Work

order

Attached

(Yes/No

)

Copy of

Performanc

e certificate

attached

(Yes/No)

Work/Servic

e pending for

execution

within

contract

period

Reasons

for non

Completio

n of order,

if any

Remark

s

(if any) Starting on

(dd/mm/yyyy

)

Ending on

(dd/mm/yyyy

)

Sub-Total (FY 2015-16)

Sub-Total (FY 2016-17)

Sub-Total (FY 2017-18)

Sub-Total (FY 2018-19)

Sub-Total (FY 2019-20)

Note: - Photocopy of the order & performance report should be enclosed.

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Desigation :

Page 49: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 49 of 78

SCHEDULE –V (A): COMMERCIAL DEVIATIONS

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

Bidder’s Name & Address: …………………………………………………………….

To,

The Chief Engineer (Purchase)

O/o MD (West Zone)

MPPKVV Co. Ltd,

G.P.H. Compound, Pologround Indore.

Dear Sir,

Sub: - Commercial Deviations.

The commercial Deviations & variations to the specifications stipulated in the

tender, for the item quoted are, as under: -

Sl.

No.

Condition Clause No. of tender

document

Page No. of Tender

document

Statement of

deviations and

variations

1 2 3 4 5

2. Except aforesaid deviations, the entire order, if placed, on us shall be executed in

accordance with your scope of work/services and any other conditions,

variations/deviations etc. if found, elsewhere in our offer should not be given any

considerations while finalizing the tender.

PLACE: SIGNATURE OF BIDDER

NAME IN FULL

DATE DESIGNATION/ STATUS IN THE FIRM

COMPANY SEAL

Note: - Continuation sheet of like size & format may be used as per bidder's requirements and shall

be annexed to this schedule.

Page 50: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 50 of 78

SCHEDULE –V (B): TECHNICAL DEVIATIONS

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

Bidder’s Name & Address: ………………………………………………………….

To,

The Chief Engineer (Purchase)

O/o MD (West Zone)

MPPKVV Co. Ltd.,

G.P.H. Compound, Pologround Indore.

Dear Sir,

Sub: - Technical Deviations.

The Technical Deviations & variations to the specifications stipulated in the tender,

for the item quoted are, as under:-

Sl.

No.

Condition Clause No. of tender

document

Page No. of Tender

document

Statement of

deviations and

variations

1 2 3 4 5

2. Except aforesaid deviations, the entire order, if placed, on us shall be executed in

accordance with your scope of work/services and any other conditions,

variations/deviations etc. if found, elsewhere in our offer should not be given any

considerations while finalizing the tender.

PLACE: SIGNATURE OF BIDDER

NAME IN FULL

DATE DESIGNATION/ STATUS IN THE FIRM

COMPANY SEAL

Note: - Continuation sheet of like size & format may be used as per bidder's requirements and

shall be annexed to this.

Page 51: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 51 of 78

SCHEDULE – VI: TEMPLATE FOR PRE-BID QUERIES

Request for Clarification

Name and Address of the

Organization submitting request

Name and Position of Person

submitting request

Contact Details of the

Organization / Authorized

Representative

Tel:

Mobile:

Fax:

Email:

Sr. No Bidding Document

Reference (Section No.,

Page No.)

Content of the

Bidding Document

requiring

clarification

Clarification Sought

A Pre-Qualification

B Techno commercial

C Legal / Contract Conditions

D Others

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Designation :

Page 52: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 52 of 78

SCHEDULE – VII: PROFORMA FOR STATEMENT OF

INTEREST

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

NOT APPLICABLE

**************

Page 53: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 53 of 78

SCHEDULE – VIII : FINANCIAL INFORMATION

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

Bidder’s Name & Address: ………………………………………………………….

To,

The Chief Engineer (Purchase)

O/o MD (West Zone)

MPPKVV Co. Ltd.,

G.P.H. Compound, Pologround Indore.

Sub: - Financial Information.

Sr. No. Years Annual Turn over

(In INR Lacs)

1 2017-18

2 2018-19

3 2019-20

Average

Signature of Bidder with Seal of Firm :

Place- Name (in full) :

Date- Designation :

Page 54: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 54 of 78

SCHEDULE – IX:

DECLARATION/UNDERTAKING BY THE TENDERER ABOUT ETHICAL PRACTICES & NO CONFLICT OF INTEREST

(Upload the scan copy in Envelope-B)

The following declaration/Undertaking must be submitted by all the bidders on non-judicial

stamp paper worth Rs.500/- duly notarized

To be filled up, sealed and signed by Sole Proprietor/ Partner/ Director(s) only

(A) “Regarding Conflicting Interest ”

I /We……………………… sole proprietor / partner / Director …………….. of

M/s,……………………undertake that :

1. I/We do not fall under the category of a related party pursuant to the provisions of section

2(76) of the Companies Act, 2013 and rules made thereunder in any other

party/firm/company participating in tender No. -------- of Purchaser due for opening on

____/____/20___ for procurement of ------------------------.

2. I/We alongwith my relatives are not interested as a member/shareholder and does not hold

20% or above capital/interest/shareholding in aggregate in any other party/firm/company

participating in tender No. -------- of Purchaser due for opening on ____/____/20___ for

procurement of ------------------------.

3. Neither the participating company nor any other company participating in tender No. -------

- of Purchaser due for opening on ____/____/20___ for procurement of ------------------------

falls under the purview of ‗associate company‘ as defined under section 2(6) of the

Companies Act, 2013 and amendments thereto.

Note:

a. (76) "related party", with reference to a company, means—

(i) a director or his relative;

(ii) a key managerial personnel or his relative;

(iii) a firm, in which a director, manager or his relative is a partner;

(iv) a private company in which a director or manager or his relative is a

member or director;

(v) a public company in which a director or manager is a director and

holds along with his relatives, more than two per cent of its paid-up share

capital;

(vi) any body corporate whose Board of Directors, managing director or

manager is accustomed to act in accordance with the advice, directions or

instructions of a director or manager;

(vii) any person on whose advice, directions or instructions a director or

manager is accustomed to act:

Provided that nothing in sub-clauses (vi) and (vii) shall apply to the advice,

directions or instructions given in a professional capacity;

(viii) any body corporate which is—

(A) a holding, subsidiary or an associate company of such company;

(B) a subsidiary of a holding company to which it is also a subsidiary; or

(C) an investing company or the venturer of the company;";

Explanation.—For the purpose of this clause, ―the investing company or the

venturer of a company‖ means a body corporate whose investment in the

Page 55: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 55 of 78

company would result in the company becoming an associate company of the

body corporate.]

(ix) such other person as may be prescribed.

For the purposes of sub-clause (ix) of clause (76) of section 2 of the Act, a

director 1other than an independent director or key managerial personnel of the

holding company or his relative with reference to a company, shall be deemed

to be a related party.

b. "associate company", in relation to another company, means a company in

which that other company has a significant influence, but which is not a

subsidiary company of the company having such influence and includes a joint

venture company.

Explanation.—For the purpose of this clause,—

(a) the expression "significant influence" means control of at least twenty per

cent. of total voting power, or control of or participation in business decisions

under an agreement;

(b) the expression "joint venture" means a joint arrangement whereby the

parties that have joint control of the arrangement have rights to the net assets of

the arrangement.

c. This undertaking /declaration shall be signed by all the partners of the firm or

Whole-time Chairman/ Whole Time Directors/ all Directors in case of a private

limited company except Independent and Nominee Directors of the company,

participating in the tender.

d. Updated list of Partners/Directors with designation and other directorships, list

of shareholders/members of the company should be submitted by all the

companies alongwithnamewise details of shares held by directors and their

relatives. In case, of listed companies, latest shareholding pattern (complete set)

should be submitted indicating namewise details of shares held by directors and

their relatives.

(B) “Regarding Black listing/ Debarring of the firm ”

We hereby undertake and submit the declaration that our firm/company is not debarred

/ black listed for future business with the MPSEB/ Purchaser/other Discom of M.P.

In case, at any stage if the above declaration is found false or incorrect, the Purchaser

shall be free to take any punitive / legal action against us, as may be deemed fit, which

shall be acceptable / binding on us and the consequences shall be to our account.

(C) “Regarding information/details given”

I/We,…………………………………………, the Sole Proprietor / Partner(s)/

Director(s) of M/s……………………………………, participating in the bidding process

against tender No……………………………………… undertake that I/We am/are not

interested as a proprietor and/or partner in any other firm and/or Director in any other company

participated in the tender for procurement of……………………………., and specifically

undertake that our firm/Company

(i) Not follow & shall not follow unethical/unfair/fraudulent practice in any manner.

(ii) Has no conflict of interest with any bidder/firm participating in the tender.

(iii) Not concealing any material information.

(iv) Not given any misleading fact or statement in the offer/bid submitted against the

tender.

(v) Has not been debarred/ blacklisted for future business with Purchaser/other Discom of

MP.

Page 56: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 56 of 78

Further, the MPPKVCCL will have full right to cancel the order, if awarded and forfeit the

EMD/Bid Security & Performance Guarantee as applicable in the event of the above

condition/situation is observed, even at a later date i.e. after opening of Price Bid / award of

order.

(D) “Regarding Anticipating change in ownership”

I/We ………….S/o……………, Proprietor/ Partner/ Managing Director/ Whole Time

Director/Director of ………. (Name of the Firm) … (Age) resident of ……..(Residential

Address) hereby declare that as on the date of submission of the bidding documents, the firm do

not anticipate any change in the ownership or constitution or name during the proposed period

of contract.

Further, I/We hereby undertake to give an intimation to MPKKVCL, Indore, in case of such

change is anticipated or proposed to be changed, defining the scope and effect thereof, within a

period of one month from the date of such anticipation/change.

Furthermore, I/We hereby undertake that in case if the purchase order has already been

executed or partially executed by us, I/We shall be liable to inform the change in

ownership/constitution/name immediately to MPPKVVCL, Indore and complete the formalities

related to change in name in PAN, TAN, TIN, Bank Account number, Bank Guarantee etc.

within a period of one month from such change or such period as may be allowed/approved by

the competent authority of MPPKVVCL, Indore.

Also, I/We hereby accept that, in case the change in ownership or constitution of the firm has

took place after the submission of bidding documents but before the award of the contract or

just after award of the contract, it will be the sole discretion of MPPKVVCL, Indore to evaluate

the credentials of the new firm and decide to continue the contract during the remaining period

or may terminate the same with forfeiture of the amount deposited against security deposit,

which shall be binding on the us.

* The undertaking is to be signed by a Managing Director or a Whole Time Director, if any or

two Directors (separately), in other cases.

SIGNATURE OF TENDER

NAME IN FULL

DESIGNATION / STAUS IN THE FIRM

COMPANY SEAL

*************

Page 57: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 57 of 78

SCHEDULE – X: DECLARATION-I

(TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

We confirm that no Service or Retired Officer (s) or employee(s) of the Purchaser is / are

partner(s) of the firm or having shares or has any interest in the firm. It is also

confirmed that no any partner of the firm has any relationship with any / serving / retired

Officer(s) or employee(s) of the Purchaser.

DATE: (AUTHORISED SIGNATORY)

PLACE: NAME:

DESIGNATION:

SEAL OF THE FIRM:

Page 58: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 58 of 78

SCHEDULE – XI: PROFORMA FOR BANK GUARANTEE TOWARDS

SECURITY CONTRACT PERFORMANCE GUARANTEE

(To be executed on non-Judicial stamp paper worth Rs. 0.25% of Contract Performance Guarantee

(Maximum 25,000/-) and one-rupee revenue stamp may be affixed on bank guarantee)

Bank Guarantee No…………………………... dtd………….

In consideration of the M. P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore having agreed

to accept this bank guarantee in lieu of cash deposit by way of Security for due and faithful performance required

from M/s….…………………………………………… herewith after referred to as contractors the bank

……………………………. hereby agrees unequivocally and unconditionally to pay at par in any of its Branch

situated in Indore or nearest to Indore, within 48 hours on demand in writings from the M. P. Paschim Kshetra

Vidyut Vitaran Company Limited, Indore or any officer authorized by it in this behalf of any amount upto and not

exceeding ` ………………………………………………. (in words) ` ……………………………………….

to the said M. P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore on behalf of the aforesaid M/s

…………………………………………. who have tendered and contracted for the supply of materials,

equipments or services to the said M. P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore against Order

No. ……………… dt…………………… for the order value ` ………………………..

This agreement shall be valid and binding on this bank upto and including ………. or for such further

period as may hereunder be mutually fixed from time to time in writing by the M. P. Paschim Kshetra Vidyut

Vitaran Company Limited, Indore and the contractors and shall not be terminable by notice or any change in the

constitution of the aforesaid bank or the firm of contractors or by any other reasons what so ever and the banker‘s

liability hereunder shall not be impaired or discharges by any extensions of, time or variations or alternation made,

given conceded or agreed to with or without bank‘s knowledge or consent by or between the M. P. Paschim

Kshetra Vidyut Vitaran Company Limited, Indore and the contractors in the existing and / or further tenders and

/or contracts.

It is agreed to by the Bank with the MPPKVVCL, Indore that if for, any reason a dispute arises

Concerning the Bank‘s liability to pay the requisite amount to the MPPKVVCL, Indore under the terms of this

guarantee the competent Court at Indore alone shall have the jurisdiction to determine the said dispute and that

this shall be without prejudice to the liability of the Bank under the terms of this guarantee being unequivocal and

unconditional as mentioned above.

The liability under this guarantee is restricted to ` …………………… (in words)

`………………………………………………………………only). This guarantee shall remain in force until

…………………. unless a demand to enforce a claim is made under this Bank Guarantee by the MPPKVVCL,

Indore to the Bank in any of its Branch situated in Indore or nearest to Indore within six months from that

date, the rights of the M.P. Paschim Kshetra Vidyut Vitaran Company Limited, Indore under this guarantee shall

be forfeited and the bank shall be relieved and discharged from all liability there under: -

(a) Our liability under the Bank Guarantee should be exceed ` ………………../- =

(Rs……………………………………………………………………………..).

(b) This Bank Guarantee shall be valid up to ……………………

(c) We are liable to pay the Bank Guarantee amount or any part thereof under this Bank Guarantee only, and

only if you serve upon us or at any Branch situated in Indore or nearest to Indore, a written claim or

demand on or before dated……………….

(d) This Bank Guarantee is valid from ………….….. to ……….……. Including claim period.

(e) We confirm for making payment on receipt of original Bank Guarantee duly discharge on or before the

expiry of claim period.

Signed for…………………………

Bank

Witness:

1……………………………………………………… (Signature)

……………………………………………………… (Name)

……………………………………………………… (Address)

………………………………………………………

2. …………………………………………………… (Signature)

……………………………………………………… (Name)

……………………………………………………… (Address)

Page 59: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 59 of 78

SCHEDULE-XII: UNDERTAKING FOR ACCEPTING

PAYMENT THROUGH “DIRECT CREDIT”

THIS DEED OF UNDERTAKING executed this ………….. of Two Thousand and ………. by

…………….., a Company/ Firm incorporated under the laws of Companies Act 1956 , and

having its Registered Office at ………………………………. (hereinafter called the ―Agency/

Contractor‖ which expression shall include its successors, executors and permitted assigns) in

favour of Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company Limited a Company

incorporated under the Companies Act, 1956 and having its Registered Office at

…………………………………………… (herein after called the MPPKVVCL which

expression shall include its successors, executors and permitted assigns).

WHEREAS the ―Agency/Contractor‖ received Purchase Orders /Works Orders/Contracts

Orders, hereinafter called ―Order‖ from MPPKVVCL and that the ―Agency/Contractor‖ has

agreed to supply goods/ services to the ―MPPKVVCL‖ according to various orders awarded on

the former by the latter and pursuant to the terms and conditions of these ―Order‖ the payments

against ―Bills‖ are released by ―MPPKVVCL‖ in routine from time to time. Also, in addition

to the present ―Orders‖ the ―Agency/ Contractor‖ generally has or may have similar ongoing

business transactions with the ―MPPKVVCL‖.

AND WHEREAS, the ―Direct Credit‖ is a facility being offered by MPPKVVCL as per the

Terms of the undertaking and MPPKVVCL is within its rights to deny or withdraw if the

―Agency / Contractor‖ is found to be acting in violation of the terms of service undertaking.

AND WHEREAS among the various prevalent modes of effecting payments, the mode of

―Direct Credit‖ into contractors specified bank account through system like Banks‘

RTGS/NEFT mode is considered to be a convenient and efficient mode of payment, subject to

the convenience and practicality of the same at ―MPPKVVCL‖ end, and the ―Agency/

Contractor‖ desires for release of payment, against the bills submitted to ―MPPKVVCL‖

through this mode.

And whereas, the ―Agency/Contractor‖ agrees to avail the ―Direct Credit‖ channel for

receiving sums due against the bills and that the ―Agency/Contractor‖ accepts such terms

regulations, conditions, stipulations laid down by MPPKVVCL from time to time for the

purpose.

1. That the ―Direct Credit‖ being offered shall be extended to the ―Agency/Contractor‖ on

whom a valid order has been placed by the MPPKVVCL and the ―bills‖ of whom shall be

directly credited to the bank account held in the name and title of ―Agency/Contractor‖,

as per the request of the Agency /Contractor in this deed of undertaking.

Page 60: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 60 of 78

2. MPPKVVCL presupposes, and the same is acknowledged by the ―Agency/Contractor‖,

that the MPPKVVCL shall rely upon all electronic communications, orders or messages

to Its banker for Direct Credit‖ facility office by MPPKVVCL.

3. And whereas, the ―Agency/ Contractor‖ agrees to execute from time to time necessary

agreement form(s), authority latter(s) and any other related documents for this purpose,

for availing the ―Direct Credit‖ facility offered by ―MPPKVVCL‖.

4. And the MPPKVVCL shall not be liable for any direct, indirect or consequential loss or

damage sustained by the ―Agency/ Contractor‖ by any direct or indirect use of or reliance

on the electronic communication, orders or messages. MPPKVVCL shall also not be

liable to ―Agency/Contractor‖ for any loss or damage caused arising in connection with

the ―Direct Credit‖ facility and/ or this Agreement, on account of interruption or stoppage

of ―Direct Credit‖ facility arising on account of circumstances not attributable to

MPPKVVCL or beyond control of the MPPKVVCL or as contained is other clauses of

this agreement.

5. That although MPPKVVCL shall strive to maintain the availability of facility to the

―Agency/Contractor‖ the same is not guaranteed by MPPKVVCL and MPPKVVCL does

not accept any responsibility for not effecting or not completing any transaction entered

through the ―Direct Credit‖ facility due to any break–down in computer hardware of

software systems including any break-down on internet services or any other event.

6. Provided that MPPKVVCL shall not withhold payment to the ―Agency/Contractor‖

without sufficient cause, which shall be informed by MPPKVVCL to the

―Agency/Contractor‖ on the finding of such sufficient cause.

7. And that, MPPKVVCL reserves the right to modify, change, add or cancel the facility of

―Direct Credit‖ offered, the changes will be notified to the ―Agency/Contractor‖.

8. That, notwithstanding the conditions in Clause 1 to 7 stipulated above, the MPPKVVCL

reserves the right to withdraw the facility of ―Direct Credit‖ anytime without notice and

without assigning any reason whatsoever.

Obligations of the “Agency /Contractor”

1. The ―Agency/Contractor‖ agrees to pay charges/fees, if any, for the ―Direct Credit‖

facility as may be charged by the bankers of MPPKVVCL prescribed from time to time.

2. In support of above information, we, the ―Agency/Contractor‖ hereby enclose a blank

cancelled cheque indicating the ECS Number of out branch along with deed.

3. The ―Agency/Contractor‖ hereby undertakes and agrees to protect MPPKVVCL against

all claims and liabilities arising directly or indirectly due to any delay in payment.

4. Any dispute between ―Agency/Contractor‖ and the MPPKVVCL with regard to the

transactions done through ―Direct Credit‖ facility will be subject to the jurisdiction of the

competent Courts at Indore and will be governed by Indian Laws in force from time to

time.

5. By signing the undertaking the ―Agency/Contractor‖ hereby confirms that the Terms of

the facility herein contained shall constitute the agreement between MPPKVVCL and the

Agency/Contractor‖ for the use of the ―Direct Credit‖ facility.

Page 61: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 61 of 78

6. Authorized signatory confirms that he/they is /are duly authorized by the ―Agency

/Contractor‖ to execute this agreement, through the resolution passed by the Board of

Directors, copy of which is annexed.

Now therefore this undertaking witness as under:

1. In view of evident convenience and efficiency accruable due to such mode of payment

we ―Agency/Contractor‖ do hereby declare that tender our consent to bear the bank

charges or any other charges associated with the operation of the said mode of payment

i.e. the mode of ―Direct Credit‖ into ―Agency/ Contractors‖ designated bank account

through Bank‘s appropriate system e.g. RTGS/NEFT, online Internet Banking etc. The

―MPPKVVCL‖ shall be at liberty to deduct or recover such charges from us in any

manner including deduction from our bills, claims, deposits, etc., even though not spelt

out in the ―Order‖.

2. We the ―Agency/Contractor‖ further declare that for the purpose of facilitating such

payments, we tender following particulars of our bank account:

3.

Name of Company/ Firm (―Agency/Contractor‖)

Income Tax Permanent Account Number

Name of Bank

Name and title of the Account

Name and address of the Bank Branch

Contractor‘s Bank Account No. In Which

payments is to be transferred.

ECS Code as detailed in the ―Agency/

Contractor‖ Cheque Book

IFSC Code of the Band Branch

SWIFT Code of Bank Branch

IBAN Code of Bank Branch

4. Without affecting the generally and total responsibility in terms of this Deed of

Undertaking, we ―Agency/Contractors‖ hereby undertake to immediately provide any

other information/particulars required by the ―MPPKVVCL‖ in this regard in the form of

fresh Undertaking. We also undertake to inform any changes in these particulars

immediately to the MPPKVVCL in the form of a fresh Undertaking, and agree to the

condition that any payment due on that day shall not be released till the changes are duly

accepted and implemented in MPPKVVCL ―Direct Credit‖ System or as may be advised

by the MPPKVVCL in this regard.

5. We, the ―Agency/Contractors‖ further declare that credit of monies, with or without

deduction of Bank charges into our above-mentioned accounts shall be comprehensive

and complete legal discharge of MPPKVVCL‘s payment liability to the

Page 62: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 62 of 78

―Agency/Contractor‖ in respect of bill/claim to which the payments relates to, so far as

the mode of payments is concerned.

6. We further declare that we fully understand that the exercise of mode of payment as

mentioned above is at the sole discretion of the ―MPPKVVCL‖, and ―MPPKVVCL‖ is at

liberty to make due payments with the existing or any other prevalent mode of payment

as per its convenience and practical consideration.

7. Changes, if any ,of the information given in this document, constitution of the firm etc.

shall be intimated by the ―Agency /Contractor‖ to MPPKVVCL on immediate basis, on a

similar undertaking and that ―MPPKVVCL‖ shall not consider any subsequent changes

without similar undertaking by the ―Agency/Contractor‖.

―MPPKVVCL‖ will not be held accountable for any wrong payment in case the

―Agency/ Contractor‖ falls to intimate timely regarding the above charge.

IN WITNESS WHEREOF/THEREOF the Contractor have through their Authorized

Representatives executed these presents and affixed Common seal /seals of their

respective Companies /firms on the day, month and year first above mentioned.

Further, we being the corporate entity i.e. A Company constituted under the Companies

Act, 1956, this undertaking is also supported by a Board resolution attached herewith.

(Applicable in case of a Company/ any other authority in case of a Firm/ Proprietary

Concern/ Society etc.)

WITNESSES

1. ………………………………… (Signature of Authorized Representative)

(Name in Block Letter) Name:

(Address) Designation:

Common Seal of Company/Seal of Firm

2 ………………………………..

(Name in Block Letter)

(Address)

[Note - The Deed of Undertaking shall be attested by Notary Public of the place of the

executants(s)].

Page 63: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 63 of 78

SCHEDULE – XIII: CHECK LIST (TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

Sr.

No. Check List Item

Answer

(Yes/No)

Page

No.

1. Whether ―Earnest Money Deposit‖ of specified amount is paid online and the

documentary evidence is uploaded online in Envelope-A.

2. Whether NSIC/SSI/MSME/DIC Registration Certificate is attached

3. Company‘s / Firm‘s Incorporation certificate

4. Letter of award and completion certificate

5. Bidder‘s turnover for the last three financial years as per Sr. 1 of Financial Criteria in

Section - III.

6. Whether P&L Accounts of last 3 year are enclosed

7. Whether Balance Sheets of last 3 year are enclosed

8. Whether the scan copy of duly signed ―Tender Form‖ is attached with the bid

9. GST Registration Certificate

10. Whether all schedules except [Schedule-I (Price bid) and Schedule – VI (Template for

Pre-Bid Queries)] duly filled & signed with supporting document are enclosed

11. Attested copy of PAN card

12. The Schedule-XIII i.e., Check List submitted physically in Envelope-B &uploaded

online in Envelope-B

13. Enclosure II: Price bid is duly filled in and digitally signed by the signatory authority

& uploaded online only in Envelope-C

Signature of Bidder with Seal of Firm:

Place- Name (in full):

Date- Designation:

Page 64: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 64 of 78

SCHEDULE – XIV: PERFORMA FOR TECHNICAL BID (TO BE KEPT IN THE ENVELOPE PART-II, (COMMERCIAL/TECHICAL BID)

(To be furnished on official letter-head of the Bidder)

To

The Chief Engineer (Purchase)

O/O MD, MPPKVVCL,

GPH Compound, Polo Ground

Indore

PERFORMA FOR TECHNICAL BID

1. Name of the Firm:

2. Address of the Firm:

3. Contact Phone No.

4. Email Id:

5. Service Tax/GST No.:

6. PAN No.:

7. Profile of the Firm (Encl)

8. Income Tax return of latest Financial Year with Balance Sheet (Encl)

9. Name & Address of Banker with Account Details and IFSC Code:

I hereby undertake that all information and documents submitted by me are true and authentic to

the best of my knowledge and belief. I am aware that this information/ documents found

incorrect/tempered at any stage, my contract may be terminated immediately, and I will be sole

responsible for the loss occurred on that account.

Name, Seal & Signature of Authorized Person

Dated:

Contact: _________________________________

Page 65: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 65 of 78

Annexure-I

DRAFT COPY OF CONTRACT AGREEMENT

CONTRACT AGREEMENT BETWEEN Madhya Pradesh Paschim Kshetra Vidyut Vitaran Company

Limited, GPH Compound, Polo Ground, Indore AND M/s _______________________________ for

___________<work name>_____________ for MPPKVVCL at __________________ pertaining to

award no. ________________ Indore, dated ___________

THE CONTRACT AGREEMENT ……………………………………………………. at

__________________ (also referred as ‗Contract‘) is made on __ day of ______ 20__.

BETWEEN

(1) Madhya Pradesh Paschim Kshetra Vidyut Vitaran Co. Ltd., GPH Compound, Polo Ground, Indore a

company incorporated under the laws of Companies Act 1956/2013 (with amendment from time to

time) and having its Registered Office at GPH Compound, Polo Ground, Indore and its Corporate

Office at GPH Compound, Polo Ground, Indore (hereinafter called "the Purchaser" and also referred to

as ―MPPKVVCL, Indore‖.

AND

(2) M/s _______________________________, a company incorporated under the laws of Companies

Act 1956/2013 (with amendment from time to time) and having its Principal place of business at

_________(address)_______________ and Registered Office at _________(address)__________

(hereinafter called "Contractor")

WHEREAS the Purchaser desires to engage the Contractor, who will supply ___________________

works in _____________________________ of MPPKVVCL as detailed in the Contract Document

and the Contractor has agreed to such engagement upon and subject to the terms and conditions

hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1 Contract Documents

1.1 Contract Documents

The following documents shall constitute the Contract between the Purchaser and the Agency,

and each shall be read and construed as an integral part of the Contract:

Volume – A

1. This Contract Agreement

2. NIT No ____________________ (Online No. ____)

3. Tender Specification no. _____________ (Online No. _____) including all

subsequent amendments, addendum and corrigendum

4. Letter of Award (LoA) No. ________________, date: _____________

5. Contract Performance Guarantee

Volume – B

6. Tender Documents comprising of the following, which further includes all subsequent

Addendum, corrigendum and pre bid clarification issued by Purchaser:

Page 66: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 66 of 78

Sr.

No.

Volume /

Section Particular

Page

No.

1 Section-I Tender Information .........

2 Section-II General Instructions to Bidders ......

3 Section-III Qualification Criteria and Evaluation

Methodology .........

4 Section-IV Scope of Work / Services ........

5 Section-V General Terms & Conditions of

Contract .........

6 Section-VI Special Terms & Conditions of

Contract .........

8 Section-VII All Schedule from Schedule-I to

Schedule-XIV

Volume – C

Bid submitted by the Contractor:

(Only relevant extracts are attached herewith for easy reference. Should the circumstances

warrant, the original Bid along with the enclosures thereof, shall be referred to.)

1.2 Order of Precedence

In the event of any ambiguity or conflict between the Contract Documents listed above, the

order of precedence shall be the order in which the Contract Documents are listed in Article 1.1

(Contract Documents) above.

1.3 Definitions

1.3.1 Capitalized words and phrases used herein shall have the same meanings as are ascribed to

them in the General Conditions of Contract/Special Conditions of Contract.

Article 2 Contract Price and Terms of Payment

2.1 Contract Price

2.1.1 The total Contract Price inclusive of all taxes and duties for the entire scope of work of the

contract shall be Rs. __________/- (Rupees ____ Crore ______ Lakh _______ Thousand

______ Hundred _______ and __________ Paisa Only).

2.2 Contract Performance Guarantee

Security deposit equal to __% of estimated cost of work to be placed against the tender shall be

furnished by the bidder in the form of DD/B.G. only drawn on any scheduled commercial Bank.

The Bank Guarantee towards Contract Performance Guarantee should be from a scheduled

commercial Bank with validity of minimum ___ months so as to cover the contractual risks

and faithful execution in accordance with terms and conditions of the order.

This initial Contract Performance Guarantee (i.e.__% of estimated cost of work) will be

released on issuance of certificate for successful completion of services.

Page 67: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 67 of 78

Article 3

The Contractor shall supply ……………………………………………………. as defined

under ‗Section IV: Scope of Work‘ of the Tender document including all subsequent

amendments, addendum and corrigendum by the Purchaser as per the requirements stipulated in

the contract.

It is expressly understood and agreed by the Contractor that any default or breach under the

Contract, shall give the Purchaser an absolute right to terminate the Contract, at the

Contractor‘s risk, cost and responsibility, either in full or in part, and / or recover damages

under the contract.

Article 4 Appendices

4.1 List of Appendices:

Appendix 1 ______________________

Article 5: Communication Address

5.1 The address of the Purchaser for notice purposes is:

Attention:

Address:

City: PIN Code: Country: India.

Telephone:

Facsimile number:

Electronic mail address:

5.2 The address of the Contractor for notice purposes, is:

………………………………

………………………………

………………………………

Article 6: Schedules & Annexure-

6.1 The Schedules & Annexure listed in the tender document; order & this contract agreement shall be

deemed to form an integral part of this Contract Agreement.

Reference in the Contract to Schedules & Annexure shall mean the Schedules & Annexure attached to

purchase order, and the Contract shall be read and construed accordingly.

IN WITNESS WHEREOF the Purchaser and the Contractor have caused this Agreement to be

duly executed by their duly authorized representatives the day and year first above written.

Signed by for and on behalf of the

Contractor

in the presence of

Signed by for and on behalf of the

Purchaser

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

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

Signature

Signature

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

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

Title in the presence of Title in the presence of

Page 68: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 68 of 78

Annexure-II

Working Proforma-A

Page 69: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 69 of 78

Reporting Proforma-A

Name of Office:

Statement of Correct Pay Fixation:

SL.

NO.

NAME OF

EMPLOYEES

Employee

Number POST

Old Pay as On

July XXXX

Multiplying

Factor

(Basic +GP

+DA) *

Multiplying

Factor

New Pay as

On Jan

XXXX+ 1

Basic G.P. DA Basic G.P.

1

2

3

4

5

6

Note: Where XXXX is year and ranges from 2015 to 2017

Signature of Auditor Signature of Concern Officer

Note: - Hard and Soft copy of proforma shall be submitted to the concerned office as

well as Officer-in-charge along with Audit Report

Page 70: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 70 of 78

Working Proforma-B

M.P.Paschim Kshetra Vidyut Vitran Company Limited, Indore

STATEMENT OF SHORT AND EXCESS OF ARREARS CALCULATED BY THE DEPT.&

AUDITOR

NAME OF OFFICE………………………………………………………………………….

Arrear statement of Shri …………………………… Designation……………… w.e.f. 01.04.2015 to

31.03.2021 to be Prepared for the period

S.N

o.

Month

(MMY

Y)

To Be Drawn Already Drawn Difference

Basi

c

Pay

D.

A.

Any

Other

Compone

nts

Tot

al

Basi

c

Pay

D

A

Grad

e

Pay

Any

Other

Compone

nts

Tot

al

Exce

ss

Arrea

r

Shor

t

Arre

ar

1 2 3 4 5 6 7 8 9 10 11 12 13

Signature of Auditor

Signature of Concern Officer

Note: - Hard and Soft copy of proforma shall be submitted to the concerned office as well as Officer-in-

charge along with Audit Report

Page 71: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 71 of 78

Reporting Proforma-B

M.P.Paschim Kshetra Vidyut Vitran Company Limited, Indore

STATEMENT OF SHORT AND EXCESS OF ARREARS CALCULATED BY THE DEPTT.

& AUDITOR w.e.f. 01.04.2015 to 31.03.2021 to be Prepared for the period

S.

NO.

NAME OF

EMPLOYEES

Employee

Number

Post Period ARREAR

ORIGINALLY

CALCULATED

BY DISCOM

CORRECT

ARREAR AS

PER AUDIT

OBSERVATION

SHORT

PAID

EXCESS

PAID

REMARK

1

2

3

Signature of Auditor Signature of Concern Officer

Note: - Hard and Soft copy of proforma shall be submitted to the concerned office as well as Officer-

in-charge along with Audit Report

Page 72: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 72 of 78

Working Proforma-C

M.P.Paschim Kshetra Vidyut Vitran Company Limited, Indore

STATEMENT OF SHORT AND EXCESS OF ACTUAL ARREARS PAYMENT w.e.f.

01.04.2015 to 31.03.2021 to be Prepared for the period

NAME OF OFFICE……………………………………

Name of Employee …………………………. Designation……………

Employee No…………….

VERIFICATION OF

ACTUAL ARREAR

PAYMENT

Month/Year Arrear Amount Actual Paid as

per Pay bills

Correct Arrear Amount to

be paid

Difference Remark

1 2 3 4 5

Total

Signature of Auditor Signature of Concern Officer

Note: - Hard and Soft copy of proforma shall be submitted to the concerned office as well as

Officer-in-charge along with Audit Report

Page 73: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 73 of 78

Reporting Proforma-C

M.P.Paschim Kshetra Vidyut Vitran Company Limited, Indore

NAME OF OFFICE-

SUMMARY OF ACTUAL ARREAR PAYMENT (As per working proforma-C) w.e.f. 01.01.2018 to

31.08.2020 to be Prepared for the period

S.

No.

Name of

employee

Post Employee

Code

Period Arrear

payable as

per arrear

sheet

Arrear Amount

actual paid as

per pay bills

Arrear

Excess

paid

Arrear

Short

Paid

Remarks

1 2 3 4 5 6 7 8 9 10

1

2

3

Signature of Auditor

Signature of Concern Officer

Note: - Hard and Soft copy of proforma shall be submitted to the concerned office as well as

Officer-in-charge along with Audit Report

Page 74: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 74 of 78

Annexure-III CIRCLE. WISE DETAILS OF No. OF EMPLOYEES INCLUDING PENSIONERS UNDER

MPPKVVCL INDORE.

Sr No Name of Circle Name of Office Total No of Officers/Emplyee

s

Grand Total

Class I&II

Class III&IV

1 MD-Corporate-Office MD-Corporate-Office 127 191 318

MD-Corporate-Office Total

127 191 318

2 CE/ED-Region-Indore CE/ED-Region-Indore 8 51 59

CE/ED-Region-Indore Total

8 51 59

3 CE/ED-Region-Ujjain CE/ED-Region-Ujjain 12 48 60

CE/ED-Region-Ujjain Total 12 48 60

4 City Circle Indore EE-City-Central Indore 6 140 146

5 City Circle Indore EE-City-East Indore 9 140 149

6 City Circle Indore EE-City-North Indore 7 169 176

7 City Circle Indore EE-City-South Indore 7 127 134

8 City Circle Indore EE-City-West Indore 7 169 176

9 City Circle Indore EE-STC CITY Indore 1 17 18

10 City Circle Indore EE-STM Division-Indore City 2 44 46

11 City Circle Indore SE-City Circle-Indore 5 28 33

City Circle Indore Total 44 834 878

12 O&M Circle Indore EE-O&M Division-Depalpur 3 102 105

13 O&M Circle Indore EE-O&M Division-Indore 4 132 136

14 O&M Circle Indore EE-O&M Division-Mhow 5 202 207

15 O&M Circle Indore EE-O&M Division-Pithampura 4 81 85

16 O&M Circle Indore EE-STC O&M-Indore 2 27 29

17 O&M Circle Indore EE-STM Division-Indore O&M 3 31 34

18 O&M Circle Indore RAO-Indore O&M 4 23 27

19 O&M Circle Indore SE-O&M Circle-Indore 2 20 22

O&M Circle Indore Total 27 618 645

20 Civil Circle indore EE-Civil Division-Indore 2 12 14

21 Civil Circle indore EE-Civil-Division-Khandwa 2 11 13

22 Civil Circle indore SE-Civil Circle-Indore 6 7 13

Civil Circle indore Total 10 30 40

23 Store Circle Indore EE-MTRU Division-Indore 2 12 14

24 Store Circle Indore EE-Area Store-Barwaha 1 18 19

25 Store Circle Indore EE-Area Store-Dhar 1 13 14

26 Store Circle Indore EE-Area Store-Indore 2 44 46

27 Store Circle Indore EE-Area Store-Mandsaur 2 8 10

28 Store Circle Indore EE-Area Store-Ratlam 1 19 20

29 Store Circle Indore EE-Area Store-Ujjain 1 47 48

30 Store Circle Indore SE Store Indore 2 7 9

Store Circle Indore Total 12 168 180

Page 75: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 75 of 78

31 Civil Circle Ujjain EE-Civil Division-Ratlam 3 5 8

32 Civil Circle Ujjain EE-Civil Division-Ujjain 3 9 12

33 Civil Circle Ujjain SE-Civil Circle-Ujjain 2 7 9

Civil Circle Ujjain Total 8 21 29

34 O&M Circle Agar EE-O&M Division-Agar(N) 1 79 80

35 O&M Circle Agar EE-O&M Division-Susner 2 51 53

36 O&M Circle Agar SE-O&M Circle-Agar 1 8 9

O&M Circle Agar Total 4 138 142

37 O&M Circle Barwani EE-O&M Division-Barwani 3 110 113

38 O&M Circle Barwani EE-O&M Division-Sendhwa 3 122 125

39 O&M Circle Barwani EE-STM Division-Barwani 2 15 17

40 O&M Circle Barwani SE-O&M Circle-Barwani 4 11 15

O&M Circle Barwani Total 12 258 270

41 O&M Circle Burhanpur EE-City Division-Burhanpur 3 95 98

42 O&M Circle Burhanpur EE-O&M Division-Burhanpur 3 153 156

43 O&M Circle Burhanpur EE-STC-Division-Burhanpur 0 7 7

44 O&M Circle Burhanpur EE-STM Division-Burhanpur 2 22 24

45 O&M Circle Burhanpur SE-O&M Circle-Burhanpur 4 12 16

O&M Circle Burhanpur Total 12 289 301

46 O&M Circle Dewas EE-City Division-Dewas 4 116 120

47 O&M Circle Dewas EE-O&M Division-Bagli 5 79 84

48 O&M Circle Dewas EE-O&M Division-Dewas 6 93 99

49 O&M Circle Dewas EE-O&M Division-Kannod 2 154 156

50 O&M Circle Dewas EE-O&M Division-Sonkatch 3 106 109

51 O&M Circle Dewas EE-STM Division-Dewas 3 35 38

52 O&M Circle Dewas RAO-Dewas 3 10 13

53 O&M Circle Dewas SE-O&M Circle-Dewas 5 14 19

O&M Circle Dewas Total 31 607 638

54 O&M Circle Dhar EE-O&M Division-Badnawar 1 90 91

55 O&M Circle Dhar EE-O&M Division-Dhar 3 139 142

56 O&M Circle Dhar EE-O&M Division-Kukshi 2 82 84

57 O&M Circle Dhar EE-O&M Division-Manawar 4 94 98

58 O&M Circle Dhar EE-O&M Division-Rajgarh 2 80 82

59 O&M Circle Dhar EE-STC-Division-Dhar 1 18 19

60 O&M Circle Dhar EE-STM Division-Dhar 2 30 32

61 O&M Circle Dhar RAO-Dhar 2 9 11

62 O&M Circle Dhar SE-O&M Circle-Dhar 2 15 17

O&M Circle Dhar Total 19 557 576

63 O&M Circle Jhabua EE-O&M Division-Alirajpur 4 118 122

64 O&M Circle Jhabua EE-O&M Division-Jhabua 6 172 178

65 O&M Circle Jhabua EE-STM Division-Jhabua 2 18 20

66 O&M Circle Jhabua SE-O&M Circle-Jhabua 3 8 11

O&M Circle Jhabua Total 15 316 331

67 O&M Circle Khandwa EE-City Division-Khandwa 4 99 103

68 O&M Circle Khandwa EE-O&M Division-Khandwa-I 2 98 100

69 O&M Circle Khandwa EE-O&M Division-Khandwa-II 1 170 171

Page 76: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 76 of 78

70 O&M Circle Khandwa EE-O&M Division-Pandhana 2 98 100

71 O&M Circle Khandwa EE-STC-Division-Khandwa 2 16 18

72 O&M Circle Khandwa EE-STM Division-Khandwa 3 27 30

73 O&M Circle Khandwa RAO-Khandwa 1 9 10

74 O&M Circle Khandwa SE-O&M Circle-Khandwa 1 26 27

O&M Circle Khandwa Total 16 543 559

75 O&M Circle Khargone EE-O&M Division-Barwaha 3 138 141

76 O&M Circle Khargone EE-O&M Division-Khargone-I 5 222 227

77 O&M Circle Khargone EE-O&M Division-Khargone-II 5 119 124

78 O&M Circle Khargone EE-O&M Division-Mandleshwar 4 218 222

79 O&M Circle Khargone EE-STC-Division-Barwaha 2 38 40

80 O&M Circle Khargone EE-STM Division-Khargone 3 41 44

81 O&M Circle Khargone RAO-Khargone 1 8 9

82 O&M Circle Khargone SE-O&M Circle-Khargone 3 21 24

O&M Circle Khargone Total 26 805 831

83 O&M Circle Mandsaur EE-O&M Division-Garoth 4 166 170

84 O&M Circle Mandsaur EE-O&M Division-Jawad 4 136 140

85 O&M Circle Mandsaur EE-O&M Division-Malhar Garh 6 101 107

86 O&M Circle Mandsaur EE-O&M Division-Manasa 3 128 131

87 O&M Circle Mandsaur EE-O&M Division-Mandsaur 5 185 190

88 O&M Circle Mandsaur EE-STC-Division-Mandsaur 1 11 12

89 O&M Circle Mandsaur EE-STM Division-Mandsaur 2 40 42

90 O&M Circle Mandsaur RAO-Mandsaur 2 8 10

91 O&M Circle Mandsaur SE-O&M Circle-Mandsaur 5 23 28

O&M Circle Mandsaur Total 32 798 830

92 O&M Circle Neemuch EE-O&M Division-Neemuch 5 163 168

93 O&M Circle Neemuch EE-O&M Division-Sitamau 3 96 99

94 O&M Circle Neemuch EE-STC Division-Neemuch 1 3 4

95 O&M Circle Neemuch EE-STM Division-Neemuch 1 22 23

96 O&M Circle Neemuch SE-O&M Circle-Neemuch 3 19 22

O&M Circle Neemuch Total 13 303 316

97 O&M Circle Ratlam EE-City Division-Ratlam 4 123 127

98 O&M Circle Ratlam EE-O&M Division-Alote 2 78 80

99 O&M Circle Ratlam EE-O&M Division-Jaora 2 148 150

100 O&M Circle Ratlam EE-O&M Division-Ratlam 5 177 182

101 O&M Circle Ratlam EE-STM Division-Ratlam 2 31 33

102 O&M Circle Ratlam RAO-Ratlam 2 11 13

103 O&M Circle Ratlam SE-O&M Circle-Ratlam 7 22 29

O&M Circle Ratlam Total 24 590 614

104 O&M Circle Shajapur EE-O&M Division-Shajapur 4 177 181

105 O&M Circle Shajapur EE-O&M Division-Shujalpur 3 204 207

106 O&M Circle Shajapur EE-STC-Division-Shajapur 1 32 33

107 O&M Circle Shajapur EE-STM Division-Shajapur 1 40 41

108 O&M Circle Shajapur SE-O&M Circle-Shajapur 3 15 18

O&M Circle Shajapur Total 12 468 480

109 O&M Circle Ujjain EE-City Division-Ujjain East 7 107 114

Page 77: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 77 of 78

110 O&M Circle Ujjain EE-City Division-Ujjain West 7 99 106

111 O&M Circle Ujjain EE-O&M Division-Badnagar 2 103 105

112 O&M Circle Ujjain EE-O&M Division-Mahidpur 2 78 80

113 O&M Circle Ujjain EE-O&M Division-Nagda 1 114 115

114 O&M Circle Ujjain EE-O&M Division-Tarana 2 75 77

115 O&M Circle Ujjain EE-O&M Division-Ujjain 3 117 120

116 O&M Circle Ujjain EE-STC CITY Ujjain 1 0 1

117 O&M Circle Ujjain EE-STC-Division-Ujjain O&M 3 60 63

118 O&M Circle Ujjain EE-STM Division-Ujjain 3 39 42

119 O&M Circle Ujjain RAO-Ujjain 2 18 20

120 O&M Circle Ujjain SE-O&M Circle-Ujjain 3 33 36

O&M Circle Ujjain Total 36 843 879

121 SE-Meter Testing-I EE-Meter Testing Division-Ujjain 4 13 17

122 SE-Meter Testing-I EE-Meter Testing Division-Indore-I 5 27 32

123 SE-Meter Testing-I EE-Meter Testing Division-Indore-II 4 11 15

124 SE-Meter Testing-I SE-Meter Testing-I 1 3 4

SE-Meter Testing-I Total 14 54 68

125 SE-Meter Testing-II EE- LT-MT Division-Indore 5 17 22

126 SE-Meter Testing-II EE-AMR CELL Division-Indore 3 5 8

127 SE-Meter Testing-II SE-Meter Testing-II 3 15 18

SE-Meter Testing-II Total 11 37 48

Grand Total 525 8567 9092

Summary

Sr.No Name of Circle Number of Employees and Pensioners

Class I & II Class III & IV Pensioners Total

1 CORPORATE OFFICE INDORE 127 191 0 318

2 INDORE CITY CIRCLE 44 834 194 1072

3 INDORE O & M 82 958 3164 4204

4 KHANDWA 16 543 1053 1612

5 BURHANPUR 12 289 76 377

6 KHARGONE 26 805 1381 2212

7 BARWANI 12 258 52 322

8 DHAR 19 557 1052 1628

9 JHABUA 15 316 61 392

10 UJJAIN 56 912 2002 2970

11 DEWAS 31 607 1306 1944

12 SHAJAPUR 12 468 88 568

13 AGAR 4 138 17 159

14 RATLAM 24 590 1175 1789

15 MANDSAUR 32 798 1625 2455

16 NEEMUCH 13 303 54 370

17 DEPUTED IN EMPLOYEES 11 51 0 62

Grand Total 536 8618 13300 22454

Total Officers & Employees 9154

Total Pensioners 13300

Page 78: OFFICE OF THE MD (WEST ZONE) M. P. Paschim Kshetra Vidyut

Tender Specification No. MD / WZ / 06 / PUR / TS- 1478 Due on 19.12.2020

Outsourcing of audit of pay Fixation Pursuant to Wage Revision as per Recommendation of 7th Pay Commission

and audit of regular payroll for FY 2015-16 to FY 2020-21 Under MPPKVVCL, Indore Page 78 of 78

Note:

1. The above mentioned numbers are tentative and mentioned here for indicative purpose only, the

actual number of employees and pensioners working at / retired from various offices might be

variable by (+/-) 10% due to transfers and retirements. The scope of work shall cover all those

employees and pensioners.

2. The scope of work shall also cover the employees who are on deputation to and from other

DISCOMS under MP. However, numbers of these employees are less than 100.