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: 22.06.2015
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:-
ESTD.
COST
NAME OF WORK
EMD
One time maintenance / Repairing of 3 x 40 H.P.
centrifugal pump set no. 1 (Drinking Water) at Telecom
Officer Staff Qtrs. at Powai, Mumbai-76.
Rs.12,624 /- Rs.252 /Sub Div. NIT No:- 04/15-16/SDEEIII/BSNL/MULUND
Div. NIT No. :- 16/EEE/BSNL/ED/MI/15-16
TIME
LIMIT
Fifteen
Days
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
:
:
:
:
18/06/2015
20/06/2015
22/06/2015(Time 3.00 p.m.)
22/06/2015 (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 1st 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/
Date:08.06.2015
Copy to: 1. The DGM (Vigilance) Maharashtra Circle, O/o the Chief General Manager
Telecom, Mumbai - 400054.
2. The Executive Engineer, (E) BSNL Elect. Division I, Mumbai -54.
3. 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
In BSNL Division H.Q
Name ___________________________
___________________________
Pin Code _________ Phone ________
Mobile No ______________________
E-Mail Address __________________
4) Income Tax Clearance Certificate/ Chartered Accountant Certificate
dtd. ____________________
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
Amt. Of Work
Department
Completion
Contractor
3
SDE(E)
8) Annual Turn over:
Sr. No
Year
1
2012 – 2013
2
2013 – 2014
3
2014 - 2015
Annual turn over
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,
(Signature)
Date ____________
Contractor
(Name in block letter)
Seal of firm
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:-
a)
Name of work: One time maintenance / Repairing of 3 x 40 H.P. centrifugal
pump set no. 1 (Drinking Water) at Telecom Officer Staff Qtrs. at Powai,
Mumbai-76.
b)
Sub Division: - BSNL Electrical Sub Division III, Mulund, Mumbai-80.
c)
Estimated cost: - Rs. 12,624/d)
E.M.D. :- Rs. 252/e)
f)
g)
Time: - Fifteen Days.
SD: - 10% of the tendered value of work.
Cost of Tender documents :- Rs. 158.00
1.1 The work is estimated to cost Rs. 12,624/-. 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 fifteen days as
reckoned from the 10th 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
22/06/2015 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.252/- 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: One time maintenance / Repairing of 3 x 40 H.P. centrifugal pump set no. 1
(Drinking Water) at Telecom Officer Staff Qtrs. at Powai, Mumbai-76.
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
them selves 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.
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
Contractor
7
SDE(E)
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
CIRCLE
: MUMBAI
BRANCH
: ELECTRICAL
DIVISION
: MUMBAI
ZONE
: MUMBAI
SUB-DIVISION
: MULUND
Item Rate Tender & Contract for Works
(A) One time maintenance / Repairing of 3 x 40 H.P. centrifugal pump set no. 1
(Drinking Water) at Telecom Officer Staff Qtrs. at Powai, Mumbai-76.
(i) To be submitted by 15.00 hours on 22/06/2015 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 22/06/2015 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, Mumbai80.
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.252/-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
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.
Contractor
9
SDE(E)
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 __________
Signature of Contractor
Postal Address
Witness:
Address:
Occupation:
ACCEPTANCE
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
Dated __________
Contractor
Signature _________________________
Designation Sub divisional Engineer (Elect)
BSNL Electrical Sub Division III, Mulund, Mumbai-80
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
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
Sr.
No.
Description
of item
Quantity
Rates in figures and
words at which the
material will be
charged to the
contractor
1
2
3
4
Place of Issue
5
AS STATED IN SCHEDULE OF QUANTITY
SCHEDULE 'C'
Tools and plants to be hired to the contractor
Sr.
No.
1
Description
of item
Hire
charges
per day
Place of Issue
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- 16 & 17
SCHEDULE 'E'
Schedule of component of Cement, Steel, other materials, Labour etc. for price escalation.
NIL
CLAUSE 10 CC
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
Xc
Component of POL expressed as
per cent of total value of work
Contractor
11
_____ %
Xs
_____ %
Xm
_____ %
Y
_____ %
Z
_____ %
NA
SDE(E)
SCHEDULE 'F'
Reference to General Conditions of
contract.
Estimated cost of work:
One time maintenance / Repairing
of 3 x 40 H.P. centrifugal pump set
no. 1 (Drinking Water) at Telecom
Officer Staff Qtrs. at Powai,
Mumbai-76.
Rs. 12,624/-
Earnest money:
Rs. 252/-
Security Deposit:
10% of the tendered value of work
GENERAL RULES and DIRECTIONS:
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
Name of work:
Definitions:
2(v)
Engineer-in-Charge
Sub Divisional Engineer (E), BSNL,
ESD-III, Mulund, Mumbai-80.
2(viii) Accepting Authority
Sub Divisional Engineer (E), BSNL,
ESD-III, Mulund, Mumbai-80.
2(x) Percentage on cost of materials and
Labour to cover all overheads and
profits.
10 %
2(xi) Standard Schedule of Rates
NA
2(xii) Department
BHARAT SANCHAR NIGAM LIMITED
9(ii) Standard EW contract Form
EW-8, June 2008
Clause 2
Authority for fixing compensation under
Clause 2.
SE (E), BSNL
Clause 5
Time allowed for execution of work.
Authority to give fair and reasonable
extension of time for completion of work.
Fifteen Days.
SE (E), BSNL
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.
Contractor
12
As Applicable.
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)
Appended with Schedule of work
Page No. 18 to 20.
NA
12.1.2 (iii) ± the % over the rate entered
in the schedule of rates.
NA
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
50%
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.
NA
Clause 16
Competent Authority for deciding reduced
rates.
Superintending Engineer (E), BSNL,
Mumbai – 54
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
Graduate or retired AE possessing
at-least recognised diploma
b) For works with estimated cost
put to tender more than
i) Rs. 5 lakhs but less
than Rs. 10 lakhs for Civil works
NA
ii) Rs. 1 lakh but less than Rs.5 Lakhs for
Elect/ Mech. Works
Contractor
13
Recognised diploma holder
SDE(E)
c) Discipline to which the Principal
Technical Representative should belong.
Elect./ Mech
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.
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
Rs.4,000/- p.m. for Graduate
Rs.2,000/- p.m. for Diploma holder
NA
3% ±
2% ±
2.5% ± only and nil
on minus side
2% ±
NA
NIL
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Sr.
No.
Rates in figures and words at which
recovery shall be made from the
Contractor
Less use
Excess beyond
beyond
permissible
permissible
variation
variation
Description of Item
1
Cement
2
Steel reinforcement
3
Structural Sections
4
Bitumen issued free
5
Bitumen issued at stipulated
fixed price
Contractor
NIL
14
SDE(E)
SCHEDULE OF QUANTITY
Name of work: One time maintenance / Repairing of 3 x 40 H.P. centrifugal pump set no.
1 (Drinking Water) at Telecom Officer Staff Qtrs. at Powai, Mumbai-76.
Sr.
No.
1
Description of item
Rate
Unit
Amount
Repairing of 40 H.P. centrifugal
pump including replacement of
following unserviceable parts
etc. complete as required.
a)
Motor bearing (No.6312)
b)
Servicing of centrifugal pump
set including attending water
leakage of pump
2
Quantity
1
Set
Set
1
Jobs
Job
1
Jobs
Job
: Total
Rs.
Dismantling the existing M.S.
Base plate including dismantling
the 40 H.P. centrifugal pump
sets along with cabling and end
termination and supplying and
fixing new M.S. Base plate and
reinstallation of 40 H.P.
centrifugal pump sets along with
cabling and re-end termination
and making good the
Foundation of pump sets etc.
complete as required.
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.
Sub Divisional Engineer (E)
B.S.N.L. Electrical Sub Division III.
Mulund, Mumbai -80.
Contractor
15
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.
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,
1952.
6. In case of any complaint following officers may be contacted for redressal.
Sr.
1
Designation
CGMT Mumbai.
2.
CE (E) Mumbai
3.
DGM (Vig) Mumbai
Contractor
Address.
Maharashtra Telecom
Circle, 6th floor ‘A’ Wing,
Administrative Bldg, Juhu
Road, Santacruz (W),
Mumbai-400054.
BSNL Electrical Zone,
Mumbai Ground Floor, DWing, Administrative
Building, CTO Compound,
Mumbai-400054.
Maharashtra Telecom
Circle, 6th floor ‘A’ Wing,
Administrative Bldg, Juhu
Road, Santacruz (W),
Mumbai-400054.
16
Telephone No.
022-26616999
Fax No.
022-26616777
022-26604500
022-26600103
022-26616715
022-26615774
SDE(E)
(Standing order No. 258)
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.)
Contractor
17
SDE(E)
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
18
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.
5.
Being an indivisible works contract, sales tax, excise duty are not payable separately.
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
19
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
20
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.
MCCB
3.
TPN Switches & HRC
fuses
4.
C.T
5.
AMMETER/VOLMETE
R
6.
7.
SELECTOR
SWITCH:INDICATING LAMP:-
8.
CAPACITOR
9.
Cables ISI Mark
10.
PVC insulated
copper conductor
wire.
Fire Extinguishers
RUBBER MATTING
Cable Joint Kit
Single phasing
preventor:Timers
Time switches &
Devices
Limit switches
MCBs/Isolators&
Distribution Board
11.
12.
13.
14.
15.
16.
17.
18.
19.
Change Over Switch
20.
21.
Piano Switch
Mono block pump set
22.
23.
Starter
G.I/M.S.PIPE
Contractor
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)
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)
L&T /KAYCEE /AE/IMP/ Thakoor/Reco /Vaishno/ Selzer/
Rasscontrol
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)
Khatau Junkar/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
Raychem/M-Seal/DENSONs
L&T/Minilac/Zerotrip/Siemens.
L&T/Siemens/Minilac/Telemechanique/AE.
Theben (Valid upto 16.10.05)
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)
Standard/Havells/Control and Switch Gear/H-H Elecon./
HPL-Socomec (upto 27/5/05)
ISI mark
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
21
SDE(E)
24.
25.
26.
27.
28.
Foot valve
Gate valve
M.S. Conduit
Submersible Pump
ELCB
29.
30.
31.
32.
RCCB
Contactors
Rotary Switches
Industrial plug
& Socket
Metal clad
Plug socket
On load switch
Fuse change over
Isolator (Load
Break) switches
On-load by pass
Switch
On load motorized
Switch:Rewirable switch
Fuse unit:Fuse switch unit
Switch Disconnector
Fuse :Off load change
Over switch:-
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
On Load Change
over switches:-
Contractor
/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)
HPL (up to 320A) - (upto 27/5/05)/Indo Asian- upto 100
A (Valid upto 16/10/05)
HPL (up to 800A) - (upto 27/5/05)
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- 16A400A (Valid upto 16/10/05)
HPL- Socomec ( up to 3150 A) (upto 27/5/05)/Indo
Asian- 63A-630A(valid upto 16/10/05)
22
SDE(E)
Download