office of the md (west zone) m. p. paschim kshetra vidyut
TRANSCRIPT
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
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
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: -
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
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
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:
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.
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
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
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: - ……………………………
……………………………
……………………………
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.
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.
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
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
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.
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.
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
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.
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
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:
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.
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
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
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
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.
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
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
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 /
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
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
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.
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
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
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
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
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
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
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
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
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
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
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:
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 :
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 :
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
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
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 :
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 :
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 :
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.
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.
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 :
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
**************
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 :
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
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.
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
*************
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:
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)
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.
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.
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
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)].
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:
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: _________________________________
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:
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.
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
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
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
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
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
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
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
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
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
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
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
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.