as stated in schedule of quantity

advertisement

Name of Contractor:

Date of application & receipt:

Tender issued on:

Cost of tender: Rs. 158/-

Date of opening: 11.08.2015

NOTICE INVITING TENDER

The Sub Divisional Engineer (Elect.), BSNL Electrical Sub Division III, Near BSNL Civil

Sub Dn., Telephone Exchange Campus, P. K. Marg, Mulund(W), Mumbai -80. Invites on behalf of the Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from the contractor(s) satisfying the under mentioned eligibility conditions:-

NAME OF WORK

ESTD.

COST

EMD

TIME

LIMIT

Repairing, Rewinding and painting of 2 Nos. 20 H. P.

Centrifugal pumpsets and Pump Control Panel and other misc. works in D-Type Pump room at P & T

colony, Mulund, Mumbai-80.(2 nd Call)

Sub Div. NIT No:- 05/15-16/SDEEIII/BSNL/MULUND

Div. NIT No. :- 20/EEE/BSNL/ED/MI/15-16

Rs.38,982/- Rs.780/- One

Month

ELIGIBILITY CRITERIA

Registered Electrical Contractors of BSNL subject to their financial Limits corresponding to the estimated cost of work.

Documentary proof of satisfying above conditions, and Chartered accountant certificates and

Valid Maharashtra Sales Tax Registration for execution of Works Contract Tax to be furnished along with application on printed letterheads. Testimonials of satisfactory completion should be obtained from an officer not below the rank of Executive Engineer.

Conditions and tender forms can be had from this office on payment of Rs. 150.00+ VAT as applicable. (Non-refundable). (i.e.Rs.158/-)

Last Date of application

Last Date of issue of tender

Last Date of Submission of tender

Date of opening of tender

: 05/08/2015

: 07/08/2015

: 11/08/2015(Time 3.00 p.m.)

: 11/08/2015(Time 3.30 p.m.)

Validity of tenders shall be 90 days from the date of opening of tender.

The tenders of contractors who do not deposit earnest money in the prescribed manner are liable to be rejected.

NOTE: - Tender document can also be downloaded from the website

"http://www.maharashtra.bsnl.co.in/tender. The firm who quotes on the tender downloaded from web-site shall strictly follow the following procedure:-

Contractor 1 SDE(E)

4. The tender shall be submitted in two envelope system. i) ii)

First envelope shall contain tender fee in proper form, documents proving fulfillment of eligibility criteria as per the tender notice & EMD in proper form.

Second envelope shall contain duly filled tender document

The same shall be clearly written on the envelopes.

5. The 1 st envelope containing Tender fee, documents proving fulfillment of eligibility criteria &

EMD in proper form shall be opened first.

In case:-

(i) Tender fee is not submitted in proper form.

(ii) EMD is not in proper form.

(iii) Firm fails to fulfill eligibility criteria on the basis of document submitted in

First envelop.

(iv) If the performance of tenderer is not found satisfactory.

The second envelope shall not be opened.

SUB DIVISIONAL ENGINEER (E)

BSNL ELECTL SUB DIVISION III

MULUND, MUMBAI-80.

No. 10(12)/2015/SDEE/BSNL/ESD-III/264 Date: 02.07.2015

Copy to: -

1.

The DGM (Vigilance) Maharashtra Circle, O/o the Chief General Manager

2.

3.

Telecom, Mumbai - 400054.

The Executive Engineer, (E) BSNL Elect. Division I, Mumbai -54.

Notice Board.

4.

Concerned Contractors.

SUB DIVISIONAL ENGINEER (E)

BSNL ELECTL SUB DIVISION III

MULUND, MUMBAI-80.

Contractor 2 SDE(E)

TENDER APPLICATION FORMAT

(For Tender down loaded from Website)

To,

The Sub divisional Engineer (E)

BSNL Electrical Sub Division III

Mulund, Mumbai-80

ENVELOPE - I

Sub: Application for the tender of “________________________________

____________________________________________________________

(Tender due on ___________________)

Dear Sir,

As per tender publication advertised on _______________ (date) in

_________________________ (Name of Newspaper) by your office and display of Notice

Inviting Tender on web site http:/ www.maharashtra.bsnl.co.in, we are hereby submitting the following documents: -

1) Tender Application fee: - Demand Draft No. _______________________ date

_________________ Amount Rs. ________________ Name of Bank and Branch

__________________________________________ in favour of “Account Officer (Cash)”,

BSNL Civil Division No. III, Mumbai-54.

2) a) Name of firm/ company _____________________________________ b) Name of Proprietor/ Partner/ Managing Director __________________ c) Address _________________________________________________

_____________________________________ Pin Code ____________ Phone

_______________ e– mail address ________________________ d) i) Electrical Contractor’s License No. ________________________ ii) Issuing authority ____________________________________ iii) Class of Registration ____________ Limit ________________ e) Electrical Supervisor license No. _____________________________

In the Name of ___________________ Qualification ____________

3) Address of Branch/ Head office Name ___________________________

In BSNL Division H.Q ___________________________

Pin Code _________ Phone ________

4) Income Tax Clearance Certificate/ Chartered Accountant Certificate dtd. ____________________

Mobile No ______________________

E-Mail Address __________________

5) Value Added Tax Registration No. _________________ dtd. ___________ Valid up to

___________________.

6) Solvency Certificate of (Bank with Branch) ___________________________

____________________________ for Rs. ________________.

7) Lists of work carried out Certified Officer not below the rank of Executive Engineer.

Sr. No Name of Work Date of

Completion

Amt. Of Work Department

Contractor 3 SDE(E)

8) Annual Turn over:

Sr. No

1

Year

2012 – 2013

Annual turn over

2

3

2013 – 2014

2014 - 2015

9) Earnest Money Deposit: - DD/ BG/ PO No. ___________ dtd. ____________ Amount Rs.

______________ (Bank & Branch) _________________________ ____________ in favour of

“Account Officer (F&A), BSNL, Mumbai-54.

All above documents at Sr. No. 1 to 9, duly attested are enclosed.

1) ______________________________

2) ______________________________

3) ______________________________

4) ______________________________

5) ______________________________

6) ______________________________

7) ______________________________

8) ______________________________

9) ______________________________

I ___________________________ proprietor/ duly authorized representative of M/s.

__________________________________ hereby certify that the information given above is true to the best of my knowledge and belief I have been duly authorized to sign and certify the documents. I understand that any wrong information/ suppression of facts will disqualify us from being considered for the tender participation.

Place ______________ Yours Sincerely,

Date ____________

(Signature)

(Name in block letter)

Seal of firm

Contractor 4 SDE(E)

BHARAT SANCHAR NIGAM LIMITED

NOTICE INVITING TENDERS

DIVISION: - Mumbai SUB DIVISION: III, Mulund, M’bai-80.

(CENTRAL P.W.D. Code, Paragraphs 94-95)

Note: - (i) For corrections on the Form C.P.W.D 6 kindly refer English version only

(ii) In case of different of ambiguity in Hindi and English version, English version will prevail.

WORK DETAILS:- d) e) f) g) a) b) c)

Name of work: Repairing, Rewinding and painting of 2 Nos. 20 H. P. Centrifugal pumpsets and Pump Control Panel and other misc. works in D-Type Pump room at P & T colony, Mulund, Mumbai-80.

Sub Division: - BSNL Electrical Sub Division III, Mulund, Mumbai-80.

Estimated cost: -Rs. 38,982/-

E.M.D. :-Rs. 780/-

Time

:

-One Month.

SD: - 10% of the tendered value of work.

Cost of Tender documents :- Rs. 158.00

1.1

The work is estimated to cost Rs. 38,982/-.This estimate, however, is given merely as a rough guide.

1.2

Tenders will be issued to eligible contractors satisfying under mentioned eligibility condition.

Criteria of eligibility for issue of tender documents

1. Registered Electrical Contractors of BSNL subject to their financial Limits corresponding to the estimated cost of work.

Documentary proof of satisfying above conditions and valid Chartered Accountant certificate towards deposit of income tax and valid Service Tax Registration and Maharashtra VALUE

ADDED TAX registration to be furnished along with application, Agency should submit the attested copy of PAN card.

2.

Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8 which is available as a Government of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

Contractor 5 SDE(E)

3.

The time allowed for carrying out the work as entered in the contract will be One Months reckoned from the 10 th day after award of the work.

4.

The site for the work is available.

5.

Receipt of applications for issue of forms will be stopped by 1600 Hrs. two days before the date fixed for opening of tenders. Issue of tender forms will be stopped two days before the date fixed for opening of tenders.

6.

Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of works to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Sub Divisional Engineer (E), BSNL Electrical

Sub Division III, Mulund, Mumbai - 80, between hours of 11.00 AM and 04.00 P.M. every day except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of

Rs.158.00 in prescribed form.

7.

The tenderer must produce a Chartered Accountants Certificate showing details of Incometax returns duly filed and no dues are outstanding towards Income-tax, certificate before tender papers can be sold to him.

8.

Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the Sub Divisional Engineer (E), BSNL

Electrical Sub Division III, Mulund, Mumbai - 80, up to 03.00 P.M. on 11/08/2015 and will be opened by him or his authorised representative in his office on the same day at

03.30 P.M.

8.1 The tender shall be accompanied by earnest money (unless exempted), of

Rs.780/-in Receipt Treasury Challan/Deposit at Call receipt of a Scheduled

Bank/Fixed Deposit Receipt of a Scheduled Bank/Demand Draft of a Scheduled Bank issued in favour of ‘Account Officer (F&A), BSNL, Mumbai-54. The Fixed Deposit

Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tenders and is pledged in favour of ‘Account Officer (F&A), BSNL,

Mumbai-54.

A contractor exempted from depositing earnest money in individual cases, shall enclose with the tender an attested copy of the letter exempting him from depositing earnest money, in a manner described for earnest money in condition No. 8.2 below, and shall produce the original when called upon to do so.

8.2

The tender and the earnest money shall be placed in separate sealed envelopes each marked 'Tender' and 'Earnest Money' respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope. The envelope marked "Tender” of only those tenderer shall be opened; whose earnest money placed in the other envelope is found to be in order.

Contractor 6 SDE(E)

9.

The description of the work is as follows: -

Repairing, Rewinding and painting of 2 Nos. 20 H. P. Centrifugal pumpsets and Pump

Control Panel and other misc. works in D-Type Pump room at P & T colony, Mulund,

Mumbai-80.

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderer at the office of the above mentioned officer.

Tenderer are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil. (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools and plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and local conditions and other factors having a bearing on the execution, of the work.

10.

The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that

of conditional rebate is put forth by the tenderer shall be summarily rejected.

The Public enterprises that avail benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc.

11.

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12.

The competent authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13.

The contractor shall not be permitted to tender for works in the Telecommunication/Postal

(responsible for award and execution of contracts) in which his near relative is posted as

Divisional Accountant or as an officer in any capacity between the grades of

Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the BSNL or in the Ministry of

Communication. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

14.

No Engineer of gazetted rank or other gazetted officer employed in Engineering or

Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of

India as aforesaid before submission of the tender or engagement in the contractor’s service.

Contractor 7 SDE(E)

15.

The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any notifications in the terms and conditions of the tender which are not acceptable to the department, then the BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

Further, the tenderer shall not be allowed to participate in the re-tendering process of the work.

16.

This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within one month from the stipulated date of start of the work sign the contract consisting of:- a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto. b) Standard C.P.W.D. Form 8

SUB DIVISIONAL ENGINEER (E)

BSNL ELECTL SUB DIVISION III,

MULUND, MUMBAI-80

For and on behalf of BSNL

Contractor 8 SDE(E)

BHARAT SANCHAR NIGAM LIMITED

(A GOVERNMENT OF INDIA UNDERTAKING)

STATE : MAHARASHTRA

BRANCH : ELECTRICAL

CIRCLE : MUMBAI

DIVISION : MUMBAI

ZONE : MUMBAI SUB-DIVISION : MULUND

Item Rate Tender & Contract for Works

(A) Repairing, Rewinding and painting of 2 Nos. 20 H. P. Centrifugal pumpsets and

Pump Control Panel and other misc. works in D-Type Pump room at P & T colony,

Mulund, Mumbai-80.

(i) To be submitted by 15.00 hours on 11/08/2015 to the Sub Divisional Engineer (Elect)

BSNL Electrical Sub Division III, Mulund, Mumbai-80.

(ii) To be opened in presence of tenderers who may be present at 15.30 hours on 11/08/2015 in the office of the Sub Divisional Engineer (E) BSNL Electrical

Sub Division III, Mulund, Mumbai-80

Issued to _________________________________________

(Contractor)

Signature of officer issuing the documents _________________________

Designation: Sub divisional Engineer (Elect) BSNL Electrical Sub Division III, Mulund, Mumbai-

80.

Date of issue ___________________.

TENDER

I/ We have read and examined the notice inviting tender, schedule, A, B, C, D, E F.

Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of

Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and

Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, design, drawings and instructions in writing referred to in Rule-1 of General

Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

A sum of Rs.780/-has been deposited in cash/ receipt treasury challan/ deposit at call receipt of a scheduled bank/ fixed deposit receipt of scheduled bank/ demand draft of a scheduled bank/ bank guarantee issued by a schedule bank as earnest money. If I/ We fail to furnish the prescribed performance guarantee within prescribed period, I/ We, agree that the said

President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/ We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said

earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in

Contractor 9 SDE(E)

Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of earnest money or both Earnest

Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We hereby declare that I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom

I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated __________

Witness:

Signature of Contractor

Postal Address

Address:

Occupation:

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of _______________

Rs. ____________________________________________________ __________)

The letters referred to below shall be form part of this contract Agreement:- a) b) c)

For & on behalf of BSNL

Signature _________________________

Dated __________ Designation Sub divisional Engineer (Elect)

BSNL Electrical Sub Division III, Mulund, Mumbai-80

Contractor 10 SDE(E)

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE 'A'

Schedule of quantities: Appended on page No. 15 - 17

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sr.

No.

1

Description of item

2

Quantity

3

Rates in figures and words at which the material will be charged to the contractor

4

Place of Issue

5

AS STATED IN SCHEDULE OF QUANTITY

SCHEDULE 'C'

Tools and plants to be hired to the contractor

Sr.

No.

Description of item

Hire charges per day

Place of Issue

1 2 3 4

NIL

SCHEDULE 'D'

Extra schedule for specific requirements/ document for the work, if any.

A.

Important Note for Contractors: Appended from page- 18 & 19

SCHEDULE 'E'

Schedule of component of Cement, Steel, other materials, Labour etc. for price escalation.

NIL

CLAUSE 10 CC

Xc _____ % Component of Cement expressed as per cent of total value of work

Component of Steel expressed as per cent of total value of work

Component of Materials expressed as per cent of total value of work

Component of Labour expressed as per cent of total value of work

Xs

Xm

Y

_____ %

_____ % NA

_____ %

Component of POL expressed as per cent of total value of work

Z _____ %

Contractor 11 SDE(E)

SCHEDULE 'F'

Reference to General Conditions of contract.

Name of work:

Estimated cost of work:

Earnest money:

Security Deposit:

GENERAL RULES and DIRECTIONS:

Definitions:

2(v) Engineer-in-Charge

2(viii) Accepting Authority

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits.

2(xi) Standard Schedule of Rates

2(xii) Department

9(ii) Standard EW contract Form

Repairing, Rewinding and painting of 2 Nos. 20 H. P. Centrifugal pumpsets and Pump Control Panel and other misc. works in D-Type

Pump room at P & T colony,

Mulund, Mumbai-80.

Rs. 38,982/-

Rs. 780/-

10% of the tendered value of work

Officer inviting tender SDE (E),

BSNL Electrical Sub Division-III,

Mulund. Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses

12.2 and 12.3.

See below

Sub Divisional Engineer (E), BSNL,

ESD-III, Mulund, Mumbai-80.

Sub Divisional Engineer (E), BSNL,

ESD-III, Mulund, Mumbai-80.

10 %

NA

BHARAT SANCHAR NIGAM LIMITED

EW-8, June 2008

Clause 2

Authority for fixing compensation under

Clause 2.

Clause 5

Time allowed for execution of work.

Authority to give fair and reasonable extension of time for completion of work.

Clause 7

Gross work to be done together with net payment/ adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

SE (E), BSNL

One Month.

SE (E), BSNL

As Applicable.

Contractor 12 SDE(E)

Clause 11

Specifications to be followed for execution of work

Clause 12

12.1.2 (iii) Schedule of rates for determining rates for additional, altered or, substituted items that cannot be determined under

12.1.2 (i)and(ii)

12.1.2 (iii) ± the % over the rate entered in the schedule of rates.

12.1.2 (vi) A Deviation Limit beyond which sub-clauses (i) to (v) shall not apply and clauses 12.2 and 12.3 shall apply

12.1.2 (vi) B(a) Limit for value of any item of any individual trade beyond which subclauses (i) to (v) shall not apply and clauses 12.2 and 12,3 shall apply.

Clause 16

Competent Authority for deciding reduced rates.

Clause 36 (i)

Minimum Qualifications and experience required for Principal Technical

Representative. a) For works with estimated cost put to tender more than i) Rs. 10 lakhs for Civil work ii) Rs. 5 Lakhs for Elect/ Mech.

Works b) For works with estimated cost put to tender more than i) Rs. 5 lakhs but less

than Rs. 10 lakhs for Civil works ii) Rs. 1 lakh but less than Rs.5 Lakhs for

Elect/ Mech. Works

NA

Appended with Schedule of work

Page No. 19 to 21.

NA

50%

NA

Superintending Engineer (E), BSNL,

Mumbai – 54

Graduate or retired AE possessing at-least recognised diploma

NA

Recognised diploma holder c) Discipline to which the Principal

Technical Representative should belong.

Elect./ Mech.

Contractor 13 SDE(E)

d) Minimum experience of works e) Recovery to be effected from the

contractor in the event of not

fulfilling provision of clause 36(1)

Three (3) years.

Rs.4,000/- p.m. for Graduate

Rs.2,000/- p.m. for Diploma holder

NA

Clause 42 i) (a) Schedule/ statement for determining theoretical quantity of cement and bitumen on the basis of Delhi Schedule of

Rates _____ printed by C.P.W.D. ii) Variations permissible on theoretical quantities a) Cement for works with estimated cost put to tender not more than Rs.5 lakhs.

For works with estimated cost put to tender more than Rs.5 lakhs. b) Bitumen All works. c) Steel Reinforcement and structural steel sections for each diameter, section and category. d) All other materials

3% ±

2% ±

2.5% ± only and nil NA on minus side

2% ±

NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sr.

No.

Description of Item

Rates in figures and words at which recovery shall be made from the

Contractor

Excess beyond permissible variation

Less use beyond permissible variation

1 Cement

2 Steel reinforcement

3 Structural Sections

4 Bitumen issued free

NIL

5 Bitumen issued at stipulated fixed price

Contractor 14 SDE(E)

SCHEDULE OF QUANTITIES

Name of work:-Repairing, Rewinding and painting of 2 Nos. 20 H. P. Centrifugal pumpsets and

Pump Control Panel and other misc. works in D-Type Pump room at P & T colony, Mulund,

Mumbai-80.

S. No.

1

2

3

4

Description of item

Dismantling the burnt out existing 20

H.P. pump from existing foundation i/c arranging necessary T & P for the same, opening the pump motor, impeller, etc. as required.

Rewinding of the 20 HP pump motor including cutting & removing the burnt out winding, paper insulation, cleaning the accumulated carbon by using CRC in the stator stack, carrying out the rewinding of 20HP pump motor with BIC copper wire of F class , nomex insulation paper of F class, F class lead wire, varnishing & oven baking, reassembling of the pump motor including installation, testing & commissioning after removing the stop gap arrangement pump etc. as reqd.

Overhauling / servicing of the 20 HP pump motor by replacing worn out accessories / parts like motor bearing set, mechanical seal, gland packing, mechanical seal, metal bush, etc. including dismantling the pump from foundation and reassembling of the pump motor after repair including installation, testing & commissioning etc. as reqd.

Replacing the following worn out accessories, parts etc. as required.

Note :- The pump shall be taken out in phased manner so that the pumping of water for P & T colony is not affected in any manner

Qty.

1

1

1

Rate Unit

Job

Job

Job

Amount

a) Motor Bearing Set (6308 & 6309) b) Mechanical Seal c) Gland Packing d) Metal Bush suitable for 20 H.P monoblock pump

1

1

1

1

Set

Each

Each

Each

Contractor 15 SDE(E)

5 Supplying and fixing of panel mounted

Switch Disconnector Fuse unit of Triple

Pole of 63A rating, 415V, testing and commissioining including removing the faulty SDF unit from compartment of

Pump Control Panel etc. complete as required. (M/s. Siemens make SDFU;

3KL8 1) ; Cat. No.:3KL8151-1TA00 or

Similar features of L&T/Crompton/GE make)

6 Repairing of Pump Control Panel including replacement of following unserviceable components / parts etc. complete as required.

1 Each a) L.E.D. type indicating lamp with assembly (Red /Yellow/Green) (M/s.

TEKNIC / VAISHNO make)

4 Each b) c)

L.E.D. type Phase indicating lamp with assembly (Blue) (M/s. TEKNIC /

VAISHNO make)

A.C. Ammeter 0-100/5A; 1.5 Acc.,

96mm x 96mm (M/s. AE / Meco make)

1 Each

1 Each d) A.C. Voltmeter 0-500V; 1.5 Acc., 96mm x 96mm (M/s. AE / Meco make)

1 Each e) 63A HRC Fuses rated at 415V AC /

240V DC, with Breaking capacity 80kA

(AC)

3 Each

7 Providing Spray painting of two or more coats of the enamelled paints with approved shade after removing the corroded particles of Pump control Panel of size [900mm(L) x 300mm(B) x

1900mm(H)] approx. along with Base

Frame Channel by covering accessories like meters, indicators, operating handles, including scrapping of external surface and applying red oxide primer paint of one coat etc. with spray painting. The agency shall remove dust, rust before painting, etc. as reqd.

(Measurement of painted surface shall be done directly without making recovery of non painted items like indicators, meters, handles, etc.) 1 Job

Contractor 16 SDE(E)

8 Providing Spray painting of 20H.P.

Pump set by two or more coats of the enamelled paints with approved shade after removing the corroded particles of

Pump along with Base Frame Channel including scrapping of external surface and applying red oxide primer paint of one coat etc. with spray painting. The agency shall remove dust, rust before painting, etc. as reqd.

2 Job

Total Rs.

Note: -

In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is ambiguity between “schedule and specification” verses IS / BS standards, “schedule and specification” shall prevail. In case of ambiguity, between down loaded tender & the hard copy of

NIT issued, the hard copy of NIT shall prevail.

Contractor Sub Divisional Engineer (E)

B.S.N.L. Electrical Sub Division III.

Mulund, Mumbai -80.

Contractor 17 SDE(E)

SCHEDULE “D”

(I) “IMPORTANT NOTE FOR CONTRACTORS”

The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer.

1. PERFORMANCE GUARANTEE: -

The Contractor is required to furnish performance guarantee for an amount equal to 5 % of the contract value in the form of Bank guarantee (of a Nationalized / Scheduled bank in standard format) / CDR / FDR / DD within two weeks from the date of issue of award letter.

The validity period of performance security in the form of bank guarantee shall also be one year from the date of actual completion of work.

2. SECURITY DEPOSIT: -

In addition to performance security stated above, a sum @ 5 % of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5 % of the tendered value of the work.

3. TAXES AND DUTIES:

The firm shall quote rates for all items inclusive of all duties, octroi, taxes & VAT etc. except service tax. No concessional form in any shape shall be issued by BSNL

.

4. SERVICE TAX:

The rates offered by the firm shall be exclusive of the Service tax as applicable. The firm shall claim service tax with the bill clearly furnishing the complete details of service tax so included. BSNL under no circumstances will consider any claim of service tax not included in the bill. It will be the firm’s responsibility to settle service tax with service tax authorities.

5. COMPLIANCE OF EPF ACT:

The firm has to fulfill/ comply the provisions of EPF & Misc. Provisions Act 1952 & Employees

Provident Fund Scheme 1952.

The each claim bill of contractors must accompany the following:

1. List showing the details of labourers/ employees engaged.

2. Duration of their engagement.

3. The amount of wages paid to such labourers/ employees for the duration in question.

1952.

6. In case of any complaint following officers may be contacted for redressal.

Sr.

1

4. Amount of EPF contributions (both employer’s and employee’s contribution) for the duration of engagement in question, paid to the EPF authorities.

5. Copies of authenticated documents of payments of such contribution to EPF authorities.

6. A declaration from the contractors regarding compliance of the conditions of EPF Act,

Designation

CGMT Mumbai.

Address.

Maharashtra Telecom

Circle, 6 th floor ‘A’ Wing,

Telephone No.

022-26616999

Fax No.

022-26616777

2.

3.

CE (E) Mumbai

Administrative Bldg, Juhu

Road, Santacruz (W),

Mumbai-400054.

BSNL Electrical Zone,

Mumbai Ground Floor, D-

Wing, Administrative

Building, CTO Compound,

Mumbai-400054.

DGM (Vig) Mumbai Maharashtra Telecom

Circle, 6 th floor ‘A’ Wing,

Administrative Bldg, Juhu

Road, Santacruz (W),

Mumbai-400054.

022-26604500

022-26616715

022-26600103

022-26615774

(Standing order No. 258)

Contractor 18 SDE(E)

5. SPECIAL CONDITION:

(Copy of letter No. 23(7) (1)/CEET (M)/97/1062 dt.10/7/97.)

SUBJECT: Compensation to be levied in cases of use of duplicate/spurious material

"BSNL reserves the right to get material inspected any components thereof by the manufacturer/ their authorised representative, whose report as regards to the genuineness of component shall be final and binding. In case any component upon such inspection is found to be duplicate/spurious, double the cost of such component based on price list (without any discount whatsoever) effective on date of aforesaid inspection shall be recoverable.

In case the contractor agrees to replace the components so found spurious/duplicate at his cost, within 15 days of the said report compensation of Rs.1,000/- per component found spurious/duplicate shall be levied against the contractor.

Besides the above the BSNL reserves the right to take disciplinary action against the contractor.

Decision of S.E. in such case shall be final and shall be out of purview of clause-25 of arbitration".

6. Certificates to be furnished by the contractor about relative working in the BSNL.

The format of the certificates is:-

“ I _____________________________________________________

________________________________________________

S/O r/o

_____________________________________ hereby certified that none of my relative (s) as defined in the tender document is/are employed in the BSNL units as per details given in tender documents. Incase at any stage, it is found that information given by me is false/incorrect. BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me.”

Note:- The relatives for this purpose are defined as:- a) Members of Hindu Undivided family, b) They are husband & wife, c) The one is related to other in the manner as father, Mother, son (s) and son’s wife

(daughter in law), Daughter(s)and daughter’s husband (son in law), and brother(s)and brother’s wife, sister(s) and sister’s husband (brother in law.)

GENERAL SPECIFICATION

1. The work shall be carried out as per current departmental/CPWD specification for

electrical works as amended time to time and also as per Indian electricity rules amended

up to date.

2. The work shall be supervised by a qualified supervisor.

3. The layout of the work will be given by the Engineer-in-charge or his duly authorized

representative at the site.

4. The earthing will be done in presence of the Engineer-in-charge or his duly authorized

representative.

5. The samples of the material, fittings, accessories, IC gears etc. shall be got approved

from the Engineer-in-charge before using the same on the work. The rejected material

shall be removed immediately from the site to work.

6. The contractor will have to give the following tests, results at his won cost and risk.

(a) Earthing test, (b) Polarity test, (c)) Insulation test (d) Earth continuity test

7. Make of material shall be as per Product Directory or as specified in item.

Contractor 19 SDE(E)

Specification for E. I. & Fans/Pump/Compound Lighting

1. The work is to be carried out as per CPWD Specifications Part I. Internal and I.E. Rule

Amended up to date.

2. Good workmanship is an essential requirement to be complied with. The entire work of

Manufacture, fabrication, assembly and installation shall conform to sound engineering

Practice.

3. The work shall be treated as on works contract basis and the rates tendered shall be for

Complete item of work inclusive of all taxes, duties & levies.

4. Being an indivisible works contract, sales tax, excise duty are not payable separately.

5. Works contract tax, if any, for the work shall be included. The Works contract tax shall

be deducted from the bills of the contractor, if applicable in the state in which the work is

carried out.

6. Octroi duty shall not be paid separately for the materials supplied by the contractor but

octroi exemption certificates shall be issued by the EE (E) on demand. However the

department is not liable to reimburse the octroi duty in case such exemption certificates

are not honored by the concerned authorities.

7. Rates quoted shall be inclusive of packing, forwarding, insurance, freight and delivery at

site, watch and ward of all materials.

8. All sundry fittings, assemblies, accessories, hardware items, foundation bolts,

termination lugs for electrical connection as required and all other sundry items which

are useful & necessary for proper assembly and efficient working of the various

components of the works shall be deemed to have been included in the tender.

9. Following works shall be carried out by the contractor and therefore their cost shall be

deemed to be included in their tendered cost. a) The contractor shall be responsible for repairing all damages and restoring the same to

their original finish. He shall also remove at his cost all unwanted and waste materials

arising out of his work from the site. b) All chases required in connection with the electrical works shall be provided and filled by

the contractor to the original finish. c) Temporary shed if required over the storage space and locking arrangement, watch and

ward of the materials shall be provided by firm till completion of the work and final

taking over of the installation by the department. d) Water and power as required for installation and testing shall be provided by dept.

10. The contractor shall employ qualified engineer/supervisor as required and intimate

names of such persons to the Engineer-in-charge on commencement of work. Failure to

employ will attract penalty as per agreement.

11. Following materials shall be issued to the contractor free of cost F.O.R /Bombay carting to the site of work, loading, unloading/will be arranged and paid for by the contractor. a) As per schedule attached..

Contractor 20 SDE(E)

12. If any conduit is laid before award of work recovery for the same will be made from

contractor at the rate of Estimate + percentage quoted by the contractor against Sub

Head -I of this tender.

13. All non-metallic conduit pipes and accessories shall be of I.S.I. marked, conduit

accessories shall be of grip type/threaded type.

14. No non-metallic conduit less than 20mm dia shall be used.

15. The switch box shall be made of either rigid PVC moulding or mild steel or cast iron on

all size except the front PVC boxes shall comply with I.S:5133(Part-II)1969. The

thickness of the wall and base of PVC boxes shall not be less than 2mm. The clear depth

of P.V.C.boxes shall not be less than 60 mm. Phenolic laminated sheet cover of 3mm

thick shall be provided for all 0types of the boxes.

16. Earthing shall be carried out in presence of representative of the department.

17. Numbering and sign writing of the entire installation shall be carried out by the

contractor as per instructions of the Engineer-in-charge for which nothing extra shall

be paid.

18. Completion plan drawn to suitable scale indicating all required particulars shall be

submitted by the contractor in required number of ammonia prints duly laminated.

19. On completion of installation following tests shall be carried out. a) Insulation resistance test (b) polarity test (c) earth continuity test (d) earth electrode

resistance test. b) On completion of electrical installation a certificate shall be furnished by the

contractor in prescribed proforma, this certificate shall be in addition to the

certificate required by local electric supply company.

SUB-DIVISIONAL ENGINNER (E)

BSNL ELECTRICAL SUB-DIVISION –III,

MULUND, MUMBAI-80

Contractor 21 SDE(E)

BHARAT SANCHAR NIGAM LIMITED

MAHARASHTRA ELECTRICAL ZONE, MUMBAI

Issue- 05/2004

LIST OF APPROVED MAKES FOR E.I & FAN, PUMP SET, COMPOUND LIGHT, SUB

STATION.

1. ACB

2.

3.

MCCB

TPN Switches & HRC fuses

L&T/Siemens/Crompton/Control & Switchgear/GE Power

Controls

Siemens/L&T/GE Power Controls/Control and

Switchgear/Crompton

For Maharashtra Zone: i) Standard upto 600A (valid upto 31/7/04)

Siemens/L&T/GE Power Controls/Havells/H-H

Elecon/Crompton / LK- HPL (upto

27/5/05) /Standard (up to 400 A)/

Indo Asian- 630A (valid upto 16/10/05

For Maharashtra Zone:- i) Standard upto 630A (valid upto 31/7/04)

4.

5.

C.T

AMMETER/VOLMETE

R

6. SELECTOR

SWITCH:-

L&T /KAYCEE /AE/IMP/ Thakoor/Reco /Vaishno/ Selzer/

Rasscontrol

7. INDICATING LAMP:- Vaishno/Siemens/L&T/AE/IMP/Rass Control/Teknic/

Crompton/Kaycee.

For Maharashtra Zone: i) Veeco (up to 10.6.04)

ii) Altos (upto 31/3/05)

8. CAPACITOR

AE/MP/Marshal/Pactil/Kappa/L&T/Ashmor/Indcoil/Waco

/Meco

.:- AE/IMP/Universal/Reshabh/Kaycee/Meco/Enercom.

For Maharashtra Zone:-

i) Yokins (analogue type) (upto 10/9/04)

9. Cables ISI Mark

10. PVC insulated

copper conductor wire.

11. Fire Extinguishers

12. RUBBER MATTING

KhatauJunkar/Crompton/L&T/Universal Electric /Usha

/Asian /AE/IMP

For Maharashtra Zone: i) Subodhan (up to 30 KVAR)(valid upto 31/3/05)

(a) Up to 1.1 KV :- ISI mark grade

(b) Above 1.1 KV :- ISI mark grade

ISI mark

ISI mark

ISI mark

13. Cable Joint Kit

14. Single phasing

Raychem/M-Seal/DENSONs

L&T/Minilac/Zerotrip/Siemens. preventor:-

15. Timers

16. Time switches & Theben (Valid upto 16.10.05)

Devices

17. Limit switches

18. MCBs/Isolators&

Distribution Board

L&T/Siemens/Minilac/Telemechanique/AE.

Vecco (Valid upto 10.06.04

Bentex/ Clariton/Havells/ Siemens/Standard/Crompton

/Indokopp/ MDS (PROTEC)/ HPL (upto 27/5/05

For Maharashtra Zone: i) Schneider MCB & Isolator (upto 1/6/04)

19. Change Over Switch Standard/Havells/Control and Switch Gear/H-H Elecon./

HPL-Socomec (upto 27/5/05)

20. Piano Switch ISI mark

21. Mono block pump set

22. Starter

23. G.I/M.S.PIPE

Beacon/Batliboi/Kirloskar/Jyoti/Mather &platt /KSB/

Crompton/WASP/BE/PEC.

L&T/Siemens/BCH/ABB/MEI/GE Power Control.

Tata/ATL/ITC/ATC /IIA/JST/ITS/JINDAL /ZENITH

Contractor 22 SDE(E)

24. Foot valve

25. Gate valve

26. M.S. Conduit

27. Submersible Pump

28. ELCB

29. RCCB

30. Contactors

31. Rotary Switches

32. Industrial plug

& Socket

33. Metal clad

Plug socket

34. On load switch

Fuse change over

35. Isolator (Load

Break) switches

36. On-load by pass

Switch

37. On load motorized

Switch:-

/GSI/TTA /BST.

ISI mark

Sant/Leader/Trishul/Fountain/Annapurna.

ISI mark

KSB/Calama/Amrut/Kirloskar/PEC/BE

Standard/MDS/Havells/Datar/Siemens/GE Power Control

/ HPL- Techno. (Upto 27/5/05)

Indo Asian- 25A/ 40A/ 63 A (valid upto 16/10/05)

Siemens/L&T/GE Power controls/Crompton/MEI/Laxmi.

HPL- Elektra (upto 63 A) - (upto 27/5/05)

HPL- Elektra (up to 63A) - (upto 27/5/05)

Vecco (valid upto 10/6/04)

HPL- Socomec (upto 800A) - (upto 27/5/05)

HPL- Socomec (upto 3150A) - (upto 27/5/05)

HPL- Socomec (upto 630A) - (upto 27/5/05)

HPL- Socomec (upto 630A) - (upto 27/5/05)

38. Rewirable switch

Fuse unit:-

HPL (up to 320A) - (upto 27/5/05)/Indo Asian- upto 100

A (Valid upto 16/10/05)

39. Fuse switch unit HPL (up to 800A) - (upto 27/5/05)

40. Switch Disconnector

Fuse :-

41. Off load change

Over switch:-

Indo-Asian upto 800 A (valid upto 16.10.05)/

LK-HPL- upto 800A (upto 27/5/05)

HPL (up to 2000A) - (upto 27/5/05)/Indo Asian- 16A-

400A (Valid upto 16/10/05)

HPL- Socomec ( up to 3150 A) (upto 27/5/05)/Indo

Asian- 63A-630A(valid upto 16/10/05)

42. On Load Change over switches:-

Contractor 23 SDE(E)

Download