tender

advertisement
NAME OF AGENCY
:
DATE OF APPLICATION & RECEIPT:
DATE OF TENDER ISSUED
:
DATE OF TENDER OPENING
:
Sub-Divisional Engineer (E)
BSNL Electrical Sub- Dn.-I,
Nagpur.
N.I.T. NO. : 60 / EEE / BSNL/NGP/12-13
Name of work: Replacement of faulty service cable at RSU Exch. Dighori, Nagpur.
INDEX
SR.
NO.
CONTENTS
PAGE
NO
1
Press notification
--
2
Web notification
2-3
3
Notice Inviting Tenders (Form BSNL EW 6)
4-7
4
Tender & its Acceptance
8-9
5
Proforma of Schedules
10-12
6.
Schedule of Quantities
13
7
Important note for contractors
14-15
8
Special condition of Contract
16-17
9
Specifications
18-19
List of approved makes
20-22
10
Certified that this Draft NIT contains 22 (Twenty Two) pages and Standard Form EW 8[ITEM RATE
TENDER AND CONTRACT FOR ORIGINAL WORKS].
SDE(E)
-1-
Web/press Notice
BHARAT SANCHAR NIGAM LIMITED
(ELECTRICAL WING)
O/o The Sub-Divisional Engineer (E), BSNL Elect. Sub-Dn.I, 3rd floor CTO Bldg., Nagpur.
The Sub-Divisional Engineer [E], BSNL Elect. Sub-Division-I, Nagpur. Invites on behalf of
the BSNL sealed item rate tenders for the following works from the approved and eligible contractors
up to 3.00 PM on 04/07/2012 for the works mentioned below.
SN
1
2
NAME OF WORK
NIT No.
ESTIMATED
COST
EMD
TIME FOR
N
TENDER
COST
One
month
150+
V.A.T.
One
month
150+
V.A.T.
PAYBLE AT COMPLETIO
Replacement of faulty 12 volt, 120
AH Battery for 32.5 KVA EA Set at 59/EEE/BSNL
AO, BSNL, Civil
Division,
BTS Stations Ukerwadi under / NGP/ 12- Rs.12332/- Rs.247/Nagpur
BSNL, Electrical Sub-Division-I,
13.
Nagpur.
Replacement of faulty service
AO, BSNL, Civil
cable at RSU Exch. Dighori, 60/EEE/BSNL
Division,
Rs.8506/Rs.170/Nagpur.
/ NGP/ 12Nagpur
13.
Eligibility Criteria for works SN. 1 :-
Registered Electrical contractors of BSNL subjected to their financial limits corresponding to the estimated
cost of work.
OR
Engine manufacturer on DOT/BSNL current approved list or their authorized service center since last three
year reckoned from the date of NIT.
Eligibility Criteria for work SN. 2 :-
Registered Electrical contractors of BSNL subjected to their financial limits corresponding to the estimated
cost of work.
General Conditions for all Works:
The Contractor shall submit and confirm:
1. Latest Chartered Accountant Certificate and Registration Certificate with attested copies as
applicable along with application on their printed letter head for purchase of Tender.
2. List of works completed of the requisite magnitude along with attested copies of certificates,
testimonials of their satisfactory completion from the Department concern obtained from an
officer not below the rank of Executive Engineer.
3. The Tenderer shall submit the tenders in 2 sealed covers marked as cover 1st and 2nd. The
first cover should contain the earnest money deposited in the shape of Demand Draft / Pay
order/ FDR of a Scheduled Bank or Nationalized Bank / State Bank, Guaranteed by Reserved
Bank of India drawn in favor of Accounts Officer, BSNL, Civil Division, Nagpur payable as
shown above and the second cover should contain the tender documents. In case 1st cover is
not annexed or Earnest Money is not in proper from the 2nd cover containing tenders will not
be opened at all.
4. Agency should submit the attested copy of PAN Card. the firm shall have EPF registration.
5.
6. SERVICE TAX
Firm shall have valid service tax registration.
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 the service tax with service tax
authorities.
Conditions and tender forms can be had from this office on payment of amount as mentioned above
(Non- refundable). Conditions and detailed tender forms are available on the website
add: www.maharashtra.bsnl.co.in. and downloaded copy duly filled along with the necessary
documents shall be submitted up to 3:00PM on 04/07/2012 and opened on 3.30 PM on the same
SDE(E)
-2-
day at O/o the S.D.E.(E), BSNL Electrical Sub Division no. I, Nagpur. In case holiday is declared on
the opening day the tender will be opened on the next working day.
Last date of receipt of application for tender
: 02/07/2012
Last date of issue of tender
: 02/07/2012
Last Date of Submission of tender
: 04/07/2012 (Time 3.00P.M.)
Date of opening of tender
: 04/07/2012 (Time 3.30P.M.)
Validity of tender shall be for 90 days from the date of opening of tender.
The tenders of contractors who do not deposit earnest money in the prescribed manner (in separate
cover) are liable to be rejected and will not be opened.
NOTE:
Tender
document
can
also
be
downloaded
from
the
website
http://www.maharashtra.bsnl.co.in The firm who quotes on the tender downloaded from web-site
shall strictly follow the following procedure:-
1. The tender shall be submitted in two envelope system.
i) First envelope shall contain tender application (If tender downloaded from WEB), tender fee,
attested documents proving fulfillment of eligibility criteria as per the tender notice & EMD in
proper form. Separate D.D. should be attached for tender fee & EMD.
ii) Second envelope shall contain duly filled tender document
The same shall be clearly written on the envelopes.
2. The 1st envelope containing Tender fee, attested documents proving fulfillment of eligibility criteria
& EMD in proper form shall be opened first. All originals of eligibility criteria shall be produced for
verification at the time of tender opening.
In case:(i) Tender fee is not submitted in proper form.
(ii) EMD is not in proper form.
(I) Firm fails to fulfill eligibility criteria on the basis of document submitted in First envelop.
(iv) The performance of tenderer is not found satisfactory.
The second envelope shall not be opened.
3. If any difference /discrepancies found between down loaded Tender form, any hard copy issued
from Sub-Division Office, the contents in Draft NIT issued from Division Office will be final &
binding.
Sub Divisional Engineer [Elect]
BSNL, Elect. Sub-Division-I,
Nagpur.
Approval for above NIT conveyed vide no.
No. : 23[104] EEE/BSNL/NGP/2012/609
Dtd : 22/06/2012
Executive Engineer [Elect]
BSNL Electrical Division,
Nagpur.
No. : 58[10] SDEE/I/BSNL/NGP/2012/401
Dtd : 22/06/2012
Copy to:
1] The PGMT, BSNL, Nagpur.
2] The S.E. [E] BSNL Electrical Circle, Nagpur.
3] The D.G.M. [Vig.], BSNL, Mumbai
4] The S.D.E.[E] BSNL Elect. Sub-Dn II/Nagpur/Wardha/Bhandara/Chandrapur.
5] The A.O. BSNL Elect. Division, Nagpur.
6] Notice Board.
7] All Working Contractors.
Sub Divisional Engineer [Elect]
BSNL, Electrical Sub-Division-I,.
Nagpur.
SDE(E)
-3-
BHARAT SANCHAR NIGAM LIMITED
(A GOVT OF INDIA ENTERPRISE)
ELECTRICAL WING
O/o The S.D.E. (E) , BSNL Electrical Sub-Divn.I, 3rd Floor, CTO Bldg ,Civil Line Nagpur 440001.
Electrical Division: Nagpur
Sub Division: I, Nagpur
NIT No. : 1. Division
: 60 /EEE/BSNL/NGP/12-13
2. Sub Division: 15/SDE-I/BSNL/NGP/2012-13
NOTICE INVITING TENDER
(As per Tendering procedure in BSNL revised up to date)
01.
Tenders in the prescribed form are hereby invited on behalf of the BSNL for the work of :
a)
NAME OF WORK: Replacement of faulty service cable at RSU Exch. Dighori, Nagpur.
DIVISION: - BSNL Electrical Division, Nagpur.
b)
SUB-DIVISION: - BSNL Electrical Sub-Division I, Nagpur.
c)
ESTIMATED COST: - Rs, 8506/-
d)
EMD: - Rs.170/-
e)
TIME: - One month
f)
SD: - Firm has to submit within 15 Days of award of work, Performance guarantee for an
amount equal to 5 % of the contract value . In addition to performance guarantee , a
sum@10% of the gross amount of the bill shall be deducted from each running bill 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.
g)
COST OF TENDER DOCUMENT: - Rs. 150/- + V.A.T. as applicable
h)
02. (a) Printed forms of tenders consisting of the detailed plans, complete specifications, the schedule of quantities of the
various classes of works to be done and the set of conditions of contract to be complied with by the persons whose tender
may be accepted, can be purchased, at the Divisional / Sub divisional office between the hours of 11:00 hrs and 16:00 hrs.
every day except on Sundays and public Holidays on payment of Rs. 169/- in cash.
(b) The site for the work is available/ or the site for the works shall be made available in parts.
(c) The tender forms can also be downloaded from the website.
(d) Before tendering, the contractor shall inspect the site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds, working
condition, including stocking of materials, installation of T&P etc., and conditions affecting
accommodation and movement of labour etc., required for the satisfactory execution of the
contract. No claim whatsoever on such account shall be entertained by the BSNL in any
circumstances.
03. Tenders which should always be placed in sealed covers with the name of the work written on the
envelope will be received by the Executive Engineer/ Sub Divisional Engineer (Elect.) Division/ Sub
Division Upto 15:00 hours on 04/07/2012 and will be opened by him in his office on the same day at 15.30 hours.
04. The time allowed for carrying out the work will be One month. The 10th day after the date of written order to
commence the work.
05. Issue of tender form will be stopped Two days before the date 04/07/2012 fixed for opening of tenders.
Tenders will be sold on working days; no tenders will be sold after 16:00 hours.
SDE(E)
-4-
06. a) Earnest Money amounting to Rs.170 /- in the form of demand draft/FDR/ BG/ CDR of a nationalized/scheduled
bank guaranteed by the Reserve Bank of India, drawn in favour of Accounts Officer, BSNL Civil Division Nagpur
must accompany each tender and each tender should be in two sealed covers, one cover containing the EMD in proper
form and other cover containing tender , superscribed as “ Tender for the work of ……………………………..”and
addressed to Executive Engineer (E)/ Sub Divisional Engineer (Electrical) BSNL, Electrical Division/Sub Division.
The Validity period of EMD is 120 days, from the date of opening of tender. In case of e-tendering ,each tender should
be in two sealed coves, first containing credentials for meeting the Eligibility conditions alongwith the cost of tenders
and EMD in proper form, second cover containing tender documents. The credentials shall be self attested and certified
by any BSNL Executive. If not certified by BSNL Executive then original documents shall be produced at the time of
tender opening.
After verification of the contents of this envelope then second envelope containing the bid document shall be opened.
b) The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the successful tenderer. This
shall be done within one week of award letter.
c) Exemption from payment of earnest money and security deposit by any other unit/ department shall not hold good
for BSNL.
07. a) The contractor should submit and confirm Chartered Accountant Certificate in respect of turnover and other
registration certificate [Enlistment in BSNL, Electrical License, Sales Tax] with attested copies(self attested and
counter attested by any executive of BSNL/MTNL or Gazetted officer of GOI) as applicable along with the application
on printed letter head for purchase of tender.
b)The contractor shall submit and confirm his permanent account number (PAN) issued by the Income Tax
Department.
c) The tenderer should submit the valid WCT/ Sales Tax/ VAT registration certificate
08. i) 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 / CDR/FDR/DD (of a nationalized/ Scheduled Bank in a standard
format) within two weeks from the date of issue of award letter. This period can be further extended by the Engineerin-charge upto a maximum period of 2 weeks on written request of Contractor. The validity period of the performance
security in the form of performance bank guarantee shall be one year from the date of actual completion of work.
ii) Security deposit: In addition to performance guarantee stated above, a sum @10% of the gross amount of the bill
shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as
earnest money, will amount to security deposit of 5% of the Tendered value of the work.
09. The acceptance of a tender will rest with the Sub Divisional Engineer [E], BSNL Elect. S.Dn.I, Nagpur who
does not bind himself to accept the lowest tender or any other tender and reserves to himself the Authority to reject
lowest or all the tenders received without assigning any reason. All tenders in which any of the prescribed conditions
are not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any condition including that of
conditional rebates shall be rejected forthwith summarily.
10. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the contractors who resort
to canvassing will be liable for rejection.
11. The BSNL reserves itself the right of accepting the whole or any part of the tender and the tenderer shall be bound
to perform the same at the rates quoted.
12. i) The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In
case of proprietorship firm, certificate will be given by the proprietor and for partnership firm certificate
will be given by all the Directors of the company.
ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from
participation in tenders and execution of works in the different units of BSNL. The near relatives for this
purpose are defined as:
a) Members of a Hindu Undivided family.
SDE(E)
-5-
b) They are husband and wife. S N L EW
c) The one is related to the other in the manner as father, mother, son(s) & son's
wife(daughter-in-law), Daughter(s) & daughter's husband(son-in-law), brother(s) &
brother's wife, sister(s) & sister's husband(brother -in-law).
I) The company or firm or any other person is not permitted to tender for works in BSNL Unit in
which his near relative(s) is(are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief
Archt./Corporate office for non executive employees and all SSA in a circle including circle office/Chief
Eng./Chief Archt./Corporate office for executive employees (including those called as Gazetted officers at present).
The tenderer should give a certificate that none of his/her such near relative is working in the units as defined above
where he is going to apply for tender/work, for proprietorship , parternership firms and limited company certificate
shall be given by the authorized signatory of the firm. Any breach of these conditions by the company or firm or any
other person, the tender/work will be cancelled and earnest money/performance guarantee will be forfeited at any stage
whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The
company or firm or the person will also be debarred for further participation in the concerned unit.
The format of the certificate to be given is"I……………………………………………………………….
Son of Sh …………………………………………………………………………….... Resident
of………………………………………………………………………………. hereby certify that
none of my relative(s) as defined in the tender document is/are employed in BSNL unit as per
details given in tender document. In case at any stage, it is found that the 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".
(Seal of the firm)
( Signature of Contractor )
13. No employee in BSNL/ Govt. of India is allowed to work as a contractor for a period of two years of his retirement
from service without the prior permission. The contract is liable to be cancelled if either the contractor or any of his
employees is found at any time to be such a person who had not obtained the permission as aforesaid before submission
of tender and engagement in the contractors service.
14. The tender for the works shall not be witnessed by the contractor who himself/themselves has/ have tendered or
who may and has/have tender for the same work. Failure to observe this condition would render tenders of the
contractors tendering as witnessing the tender is/are liable for summarily rejection.
15. It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the tender documents
for all the component parts and after the work is awarded he will have to enter into a separate agreement for each
component with the officer concerned.
16. Any tender not submitted in proper manner or if it contains too many corrections, over writings of absurd rates, and
absurd amount will be liable to be rejected and the BSNL will be at liberty to take such action as it may deem fit
without any reference to the tenderer.
17. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening of the
tenders. If any tenderer withdraws his tender before the said period or makes any modification in the terms and
conditions of the tender which is not acceptable to the BSNL shall, without prejudice to any other right of remedy be at
liberty to forfeit 50% (fifty percent only) of the said earnest money absolutely.
20. Extension of validity: In case, where the letter of award of work cannot be placed within the validity
period of the tender, the BSNL can request all tenderers to extend the validity of their respective tenders and the
Earnest Money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30
days beyond the extended validity date of tender should also be asked for. While BSNL can make theB S N L EW
request for extension, the tenderer is free to either extend the validity or refuse the request to extend the validity.
.
21. Unsealed tenders will be summarily rejected.
SDE(E)
-6-
22. The contractor should read the tender documents carefully before submitting the tender.
23. Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote his rates as per
various terms and conditions of the said form, which will form part of the agreement.
24. The tenderer shall furnish a declaration to this effect (incase downloaded tender) that no
addition/deletion/correction have been made in the tender document submitted and is identical to the tender document
appearing on website. Every page of downloaded tender shall be signed by the tenderer with stamp (seal ) of his firm
/organization.
25. This Notice Inviting Tender shall form 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 form.
26. ELIGIBILITY CRITERIA:Registered Electrical contractors of BSNL subjected to their financial limits corresponding to the
estimated cost of work
Documentary proof of satisfying above conditions, latest Chartered accountant certificates, attested copy of Pan card and
Valid Maharashtra / Goa Sales Tax Registration for execution of Works Contract Tax, Valid service tax Registration to
be furnished along with application
Signature of Divisional Officer/ Sub-Divisional Officer
…………………………………
For & on behalf of BSNL
SDE(E)
-7-
STATE - Maharshtra
BHARAT SNCHAR NIGAM LIMITED
CIRCLE - Nagpur
BRANCH - Electrical
DIVISION- Nagpur
ZONE -Mumbai
SUBDIVISION –I, NAGPUR
Percentage Rate Tender/ Item Rate Tender & Contract for Works
Tender for the work of: Replacement of faulty service cable at RSU Exch. Dighori, Nagpur.
To be submitted by 03:00 PM hours on 04/07/2012 to
(time)
(date)
Sub-divisional Engineer (E), BSNL, Elect. Sub-Division I,Nagpur.
(i)
To be opened in presence of tenderers who may be present at 03:30 PM hours
On 04/07/2012 in the office of Sub-divisional Engineer (E), BSNL, Electrical Sub-Division I, Nagpur.
Issued to :- _________________________________________
( contractor)
Signature of officer issuing the documents __________________________
Designation Sub-divisional Engineer (E), BSNL, Elect. Sub-Division I,Nagpur.
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 BSNL within the time specified in Schedule ‘
F’ viz., schedule of quantities and in accordance in all respects with the specifications , designs, drawings and
instructions in writing referred to in Rule –1 of General Rules & 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.170/- has been deposited in cash/ receipt treasury challan /deposit at call receipt of scheduled
bank / fixed deposit receipt of scheduled bank/ demand draft of a scheduled bank as earnest money . If I/We ,
fail to furnish the prescribed performance guarantee within prescribed period , I/we agree that the said BSNL
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 BSNL 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 , upto maximum of the percentage mentioned in Schedule ‘F’ and
those in excess of that limit at the rtes to be determined in accordance with the provision contained in Clause
12.2 and 12.3 of the tender form.
I/We hereby declare that I/we shall treat the tender documents drawing and other records connected with the
work as secret/ confidential documents and shall not communicate information derived there from to any person
SDE(E)
-8-
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 BSNL for a sum of RS. ___________________
(Rupees ______________________________________________________________
____________________________________________________________________ )
The letter referred to below shall form part of this contract Agreement:a)
b)
c)
Dated ______________
For & on behalf of the BSNL
Signature _______________
Designation ______________
SDE(E)
-9-
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE 'A'
Schedule of quantities: Appended from page no .13.
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
Sr.
No.
Description of item
Quantit
y
2
3
1
Rates in figures &
words at which the
material will be
charged to the
contractor
4
-- NIL --
SCHEDULE 'C'
Tools and plants to be hired to the contractor
Sr.
No.
Descripti
on 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 14 to 15.
B : Special conditions of contract : Appended from page 16 to page 17.
C : Specification for Works: Appended from page 18 to 19 .
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
Xc
cent of total value of work
_____ %
Component of Steel expressed as per cent
Xs
of total value of work
_____ %
NA
Component of Materials expressed as per
Xm
cent of total value of work
_____ %
Component of Labour expressed as per
Y
cent of total value of work
_____ %
Component of POL expressed as per cent
Z
of total value of work
SDE(E)
-10-
Place of Issue
5
SCHEDULE 'F'
Reference to General Conditions of contract.
Name of work:
Replacement of faulty service cable at
RSU Exch. Dighori, Nagpur.
Estimated cost of work:
Rs.8506/-
Earnest money:
Rs.170/-
Security Deposit:
Firm has to submit within 15 days of award of
work, Performance guarantee for an amount
equal to 5 % of the contract value . In addition
to performance guarantee , a sum@10% of the
gross amount of the bill shall be deducted from
each running bill 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.
Officer inviting tender SDE (E), BSNL
Electrical Sub-Division-I, Nagpur. Maximum
percentage for quantity of items of work to be
executed beyond which rates are to be
determined in accordance with clauses 12.2 &
12.3.
GENERAL RULES & DIRECTIONS:
Definitions:
See below
2(v)
Engineer-in-Charge
Sub-Divisional Engineer (E), BSNL Electrical
Sub-Division-I, Nagpur.
2(vI)
Accepting Authority
Sub-Divisional Engineer (E), BSNL Electrical
Sub-Division-I, Nagpur.
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
BSNL
9(ii) Standard BSNL EW contract Form
BSNL EW Form 8 as modified & corrected
upto date
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.
Clause 11
Specifications to be followed for execution of work
SDE(E)
Clause 12
12.1.2 (I) Schedule of rates for determining rates for
additional, altered or, substituted items that cannot
be determined under
12.1.2 (i) & (ii)
-11-
SE (E), BSNL Elect. Circle, Nagpur.
E.E. (E), BSNL Elect. Dn., Nagpur.
As Applicable.
Specifications as per appended with Schedule
of work.
NA
12.1.2 (I) ± 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 &
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 & 12,3 shall apply.
Clause 16
Competent Authority for deciding reduced rates.
NA
25 %
NA
S.E.(E), BSNL, Elect. Circle,
Nagpur.
Clause 36 (i)
Minimum Qualifications & experience required for
Principal Technical Representative.
a) For works with estimated cost
put to tender more than
Graduate or retired AE possessing
At-least recognised diploma
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
NA
Recognised diploma holder
ii) Rs. 1 lakh but less than Rs.5 Lakhs for Elect/ Mech.
Works
c) Discipline to which the Principal Technical
Representative should belong.
Elect./ Mech
d) Minimum experience of works
Three (3) years.
e) Recovery to be effected from the contractor in the
event of not fulfilling provision of clause 36(1)
Rs.4,000/- p.m. for Graduate
Rs.2,000/- p.m. for Diploma holder
SDE(E)
-12-
SCHEDULE OF QUANTITY
Name of Work: - Replacement of faulty service cable at RSU Exch. Dighori, Nagpur.
S.NO.
1
DESCRIPTION OF ITEM
Qty
Rate
Unit
Amount
SH:-I
Laying of one no PVC insulated PVC
sheathed Aluminium conductor armoured
cable of 1.1 KV Grade of size exceeding
25 sq. mm but not exceeding 120sqmm
directly in the following manner etc as
required.
a) Direct in ground i/c. excavation , sand
cushioning, protective covering and
refilling the trench as reqd.
b) On surface of the wall i/c. fixing,
clamping etc.
25
mtrs
Mtr
15
mtrs
Mtr
10
mtrs
Mtr
2
Set
Set
1
Job
Job
10
mtrs.
Mtrs
c) In G.I. /RCC Pipe as reqd,
2
Supplying & Making end termination with
brass compression gland and Aluminium
lugs for following size of pvc
sheathed/xlpe aluminium conductor cable
of 1.1kv grade as reqd.
a] 3.5 X 50 Sq.mm
3
Shifting/Transportation of 3 1/2 x50sqmm
alum.cond.cable approx. 50 Mtrs.from
Koradi Store, Nagpur to RSU Exch.Bldg.
Dighori, Nagpur ( Approx 30 Kms)
including hiring vehicle, arranging
manpower ,T&P complete with loadingunloading etc. as reqd.
Supply and Laying of 40 mm dia 'A'
class GI Pipe in gound for road crossing
of existing cable i/c cutting PCC road,
laying cable in pipe and remaking road
as good as original etc complete as
required.
Total of SH-I Rs.
SN
1
SH-II ( Departmental Supply )
3 1/2 x50 sqmm Alu. Cond.Arm cable.
Qty
50
Mtr.
NOTE:
(1) 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.
Sub Divisional Engineer [Elect]
BSNL, Electrical Sub-Division-I,
Nagpur.
SDE(E)
-13-
SCHEDULE “D”
(A) “IMPORTANT NOTE FOR CONTRACTORS”
1)
TAX AND DUTIES: -
The firm shall quote rates for all items inclusive of all taxes, duties and octroi but excluding octroi for EA set. The
octroi actually paid for EA set shall be refunded as per actual on production of valid original receipt and other
concerned original documents of the octroi levying authority specifying the materials. No concessional form in any
shape shall be issued by the BSNL.
2)
WORKS CONTRACT TAX: -
a)
The rates offered by the firm shall be inclusive of works contract tax as applicable in the state. The BSNL
shall deduct work contract tax from payments due to the firm as per rules of the state Government. Certificate for
such deductions shall be issued to the firm by the Accounts officers of the concern division.
b)
In case the work is awarded for the sites in Goa state where less WC tax has been levied by the State
Govt., there will be a reduction of 1 (One) % in the total contract value. The decision of SE (E) in this regard shall
be final & binding to the agency.
3)
COMPLIANCE OF EPF ACT:The firm has to fulfill/ compliance of the provisions of EPF & Misc. Provisions Act 1952 & Employees Provident
Fund Scheme 1952.
The each claim bill of contractors must accompany the 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 employees 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 and 6) A declaration from the contractors regarding compliance
of the conditions of EPF Act, 1952.
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 the service tax with service tax authorities.
The BSNL reserves the right to accept the quantities in full or in parts.
5) Operation of CONTRACT shall be governed as under:
1. The agreement shall be signed between the firm & Sub Divisional Engineer (E) BSNL Elect. Sub Division.I,
Nagpur within a fortnight from the date of approval.
2. Award letter shall be issued by Sub Divisional Engineer (E) to the firm giving all details.
3. Formal work contract agreement will be made between the sub Divisional Engineer (E) & the firm on the
basis of specimen agreement & the schedule of work. The date of commencement for individual works shall
be reckoned from the 10th day after the date of award letter. The period of completion shall be One month
from the date of award letter.
4. No work shall be undertaken without:
a) Proper Award letter as per (2) above.
b) Completion of agreement as per (3) above.
5)
a) Tendered rates are inclusive of taxes and levies payable under the respective statutes. However,
pursuant to the Constitution (Forty Sixth amendment) Act 1982, if any further tax or levy is imposed by statute
SDE(E)
-14-
after the date of receipt of tenders and the contractor(s) thereupon necessarily and properly pays taxes or
levies the contractor(s) shall be reimbursed the amount so paid provided such payment if any is not in the
opinion of SE (E) whose decision shall be final and binding) attributable to delay in execution of work within
the control of the contractor(s).
b) The contractor(s) shall keep necessary books of accounts and other documents for the purpose of
this condition as may be necessary and shall allow inspection of the same by a duly authorized
representative of Government and shall furnish such other information's /documents as the Engineer-inCharge may require.
c) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy pursuant to
the Constitution (Forty Sixth amendments) Act 1982 give a written notice thereof to the Engineer-in-Charge
that the same is given pursuant to this condition together with all necessary information relating thereto.
NOTE: No additional condition whatsoever will be accepted for turnover tax/sales tax on works
contract. In case of additional conditions for the payment of such taxes by the contractor the
tender may be liable to be summarily rejected by the accepting authority. No conditional offer
shall be entertained and rejected.
(Standing order No.258)
6)
Firm has option to Deposit Earnest money in form of Bank Guarantee for A/C jobs in BSNL’s attached format
and manner (Annexure – I).
SDE(E)
-15-
SPECIAL CONDITIONS OF CONTRACT
1.
Security Deposit
(a) Security deposit at the rate of 10% in accordance with the terms of agreement will be deducted by the
BSNL from progressive payments made to the firm for all the running works. However bank guarantee
on scheduled banks is acceptable in lieu of security deposit.
(b) The security deposit held with BSNL or bank guarantee in lieu of security deposit shall be released only
after successful completion of performance for one year after completion of work in respect of individual
works, whichever is later.
2. Compensation for Delay
In lieu of the prescribed percentages for compensation for delay stipulated under clause 2 of BSNL EW 8,
the following changes shall apply:
Compensation for delay will be limited to 1/2 % of work order value for every week of delay subject to a
maximum of 5% of work order value for the location where the work may be delayed and the firm is found
responsible for the same.
Other provisions of clause 2 shall however remain unaltered.
3.
Change in Specifications
1. BSNL reserves the right to make changes in the specifications of the work if in its opinion the same is found
necessary. However such alterations shall be made after mutual discussion and agreement between BSNL
and the contractor. Any price implication in this regard shall be mutually discussed and agreed upon, in terms
of clause 12 of BSNL EW 8.
2. Modifications or alterations by the contractor in the design / specifications of any equipment/material will not
be permitted by BSNL as a matter of principle. However the same can be agreed by BSNL under the
exceptional circumstances where
a) The same is necessitated due to non-availability of material/component of certain specification or make
OR
b) Such alterations constitute an improvement in the opinion of the contractor and BSNL.
3. Prior written approval of BSNL is necessary before undertaking any alteration/modification in the specifications
of the equipments.
4.
Packing, Forwarding & Storage at site
Before dispatch to site, the equipment / component / materials shall be properly packed so as to
afford protection against transit damages and damages against storage in open areas either at transporter's
premises or at work site. Special care shall be taken in respect of sensitive items like heat transfer surface of
cooling coils, air-cooled condenser etc. When storage in open area is inevitable proper waterproof covering
shall be provided to protect damages on account of rainwater etc. However, damaged items shall be
replaced as per the direction of Engineer-in-Charge.
5.
Guarantee & Defects Liability Period
a)
The guarantee shall be valid for a period of 12 months . The contractor shall guarantee that all
equipments shall be free from any defect due to the defective materials and bad workmanship and that the
equipment shall work satisfactorily and that the performance and efficiencies of the equipments shall be not
less than the guaranteed values. Any parts found defective during the guarantee period shall be replaced by
the contractor without any charge whatsoever. The services of the contractor's personnel, if requisition during
this period for such work, shall be made available free of any cost to the dept.
b)
The contractor shall depute his representative to the site within 72 hours of notification of defects by BSNL.
SDE(E)
-16-
c)
A joint inspection report will be made by BSNL representative and representative of the firm regarding the
nature of defects and remedial action required and time schedule for the rectification/remedial action.
d)
In case the contractor fails to depute his representative within 72 hours of notification of defects or fails to
cause remedial action within a reasonable time as decided in the joint inspection, BSNL may proceed to do so
at the contractor's risk and expenses without prejudice to any other right.
6.
Bye-laws Indemnity against Liabilities
1. The contractor shall comply with all bye-laws and regulations of local and statutory authorities having jurisdiction
over the works and shall be responsible for payment of all fee and other charges and giving/receiving all
necessary notices and keep the Engineer-in-Charge informed about the notices issued and received.
2. The contractor shall indemnify BSNL against all claims in respect of patent rights, design, trade mark or name of
other protected rights in respect of any plant, machine, work or materials used for or in connection with the works
or temporary works and from and against all claims, demands, proceedings, costs, charges and expenses
whatsoever in respect of or in relation thereon. The contractor shall defend all actions arising from such claims
and shall himself pay all royalties.
3. License fees, damages, cost and charges of all and every sort that may be legally incurred in respect thereof
shall be borne by the contractor.
4. All liabilities / penal recoveries on matters arising out of tax/excise/levies such as incorrect deductions,
discrepancies in the filling up returns, revised assessments by the concerned authorities etc. shall be borne by the
contractor.
5. It is contractor's liability to follow all safety procedures in accordance with relevant I.S. amended upto date during
execution of work at site.
SDE(E)
-17-
SPECIFICATIONS FOR ELECTRICAL WORK
A. GENERAL SPECIFICATIONS
1. The work shall be carried out as per current departmental specification for Electricals works as amended time to
time & also as per Indian Electricity Rules amended up to date.
2. The works shall be supervised by qualified supervisor.
3. The layout of the work shall be given by the Engineer In charge or his duly authorized representative at the site.
4. The following wiring shall be done on separate circuits
A) Power Plug Wiring
B) Light and fan point
C) Telephone wiring
5. The number of power plug points / two per circuit in any case shall not exceed.
6. The earthing will be done in presence of the Engineer in charge or his duly authorized representative
7. The sample of the material fittings, accessories, I/C 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 of work.
8. The contractor will have to give the following test results at his own cost and risk.
A) Earthing Test
B) Polarity Test
C) Insulation Test
D) Earth continuity test of the recessed conduit pipe.
9. The run of various circuit wiring at various places to be kept minimum by checking the run of wall whether
crossing of columns is not necessaries. This as to be decided before costing of the slab. So that unnecessarily
length of conduit are not laid there in .
10. If any conduit is laid before the award of this work the recovery for the same will be made from the contractor at
SR – 94 plus the abatement of the sub head – I of this tender.
SPECIFICATIONS FOR PANEL
1.
Cubical panel shall be indoor type floor mounting suitable for 3phase 415 Volts 50Hz A.C. supply.
2. Panel shall be fabricated out of 16SWG M.S. sheet having separate compartment for switches bus bar &
cable etc.
3. Panel shall be complete with interconnection with lugs, ferrules, rubber gasket, sign writing danger notice
plate.
4. Ventilation spout with wire mesh inside should be provided.
5. Panel should have 2nos. earthing points with 25x5mm copper for entire width of panel.
6. Provision shall be made for top & bottom entry for indication & outgoing cables in cable alley.
7. Necessary clamps/ ‘C’ channel shall be provided in cable alley for fixing cable/ wires etc.
8. Colour code to connections wires of switches/bus bars shall be made in panel.
9. Dimension & layout of cubicle panel is tentative. Agency should submit the detailed drawing & get the
approval Engineer-In-Charge.
SDE(E)
-18-
10. All meters should be of 96x96mm size with selector of AE/IMP/Rishabh selector switches of M/s Kaycee/
Rishabh.
11. Required CT’s of Class I accuracy for metering purpose suitable fixing arrangement. (M/s AE/IMP)
12. All switches shall be of L&T/EE make with HRC fuses of make L&T/ E.E./Siemens.
13. Knobs should be of cam type.
14. Indicating lamp should be LED type .( Each having three LEDs)
15. Panel shall be offered for 3stage inspection.
16. Panel shall be powder coated.
17. ON indication for outgoing switches.
SDE(E)
-19-
APPROVED MAKES FOR E/A SET
1. ENGINE
Cummins/Ruston/Escorts/KOEL/Cater pillar/Ashok
Leyland/Greaves/Volvo Pentra ( 200-500)KVA /Mahindra & Mahindra (20 to 40 KVA, up to 31/12/05).
2. ALTERNATOR Kirloskar/NGEF/Leory Somer/Jyoti frame Size PTG (62.5-500
KVA)/Stamford/Crompton Greaves(Slip Ring/Brushless,
6-200KVA)/AVK-SEG (Up to 250 KVA)/Electrodyne(up to 100
KVA) Crompton Greaves A1 series ( 15 to 100 KVA)/ELGI (20 to
380 KVA)/KEL(Brushless-up to 1000 KVA)
M/s.ELGI (15 KVA single/three phase brushless upto 31.12.05)
3. ACB
4. MCCB
L&T/Siemens/Crompton/Control & Switchgear/GE Power Controls
Siemens/L&T/GE Power Controls/Control and Switchgear/Crompton
5. CONTACTORS, Siemens/L&T/GE Power Controls/Crompton/MEI/Laxmi
AUXILIARY
5 (a) IDMT RELAY AVK-SEGC.
6. C.T
AE/IMP/Marshal/Pactil/Kappa/L&T/Ashmor/Indcoil/Waco/Meco/Aruna
Electronics ( upto 13/07/06)
7. P.F. METER
8. AMMETER/
VOLMETER
IMP/AE/Rishabh/Meco/Universal/Digitron.
AE/IMP/Universal/Rishabh/Kaycee/Meco/Enercom.
9. SELECTOR
SWITCH.
L&T/Kaycee/AE/IMP/Thakoor/Reco/Vaishno/Salzer/Rass control
For Maharashtra Zone : i) Vecco (up to 27.12.05)
10.INDICATING Vaishno/Siemens/L&T/AE/IMP/Rass Control/Teknic/
LAMP
Crompton/Kaycee.
For Maharashtra Zone : I) Vecco (up to 27.12.05
11.FREQUENCY
METER
Digitron/Rishabh/Meco/Keltron/IMP/AE
12. LEAD ACID
Exide/Standard Furukawa/AMCO/Pacesetter/Prestolite/Amara
BATTERY
Raja/ Standard/Crompton Greaves/Hitachi/ Kirloskar.
13. G.I/M.S.PIPE
BST/TATA/ATL/ITC/ATC/IIA/JST/ITS/Jindal/Zenith/GSI/TTA
14. A.V.M PADS
Dunlop/Poly Bond
15. Fire Extinguishers
ISI mark
16. Rubber
ISI mark
Matting
17. Cables ISI Mark
(a) Up to 1.1 KV
ISI mark
grade
(b) Above 1.1 KV
ISI mark
grade
18. G.I Valve
Kirloskar/Fountain/Trishul/Leader.
19. Trivector
Sunco/Jaipur/IMP
Meter
20. KWH Meter
Simco/Jaipur/Universal/Rishabh/AE/IMP.
21. a)Single phase &
poly phase
HPL- Socomec( up to 60A,upto 27/05/05)
Electronic Energy Meter
22. Panel mounted
Electronic
Energy meter,
3 phase, 4 wire
HPL- Socomec ( up to 5 Amp, upto 27/05/05)
SDE(E)
-20-
LIST OF APPROVED MAKES FOR E.I & FAN, PUMP SET, COMPOUND LIGHT
1. ACB
L&T/Siemens/Crompton/Control & Switchgear/GE Power Controls
2. MCCB
Siemens/L&T/GE Power Controls/Control and Switchgear/Crompton
For Maharashtra Zone:
i) Standard upto 600A
3. TPN Switches & Siemens/L&T/GE Power Controls/Havells/H-H Elecon/Crompton/HRC fuses
(up to 400 A)/ /Indo Asian- 6A- 630A
For Maharashtra Zone:
i) Standard upto 630A
4. C.T
AE/MP/Marshal/Pactil/Kappa/L&T/Ashmor/Indcoil/Waco/Meco
5. AMMETER/
VOLMETER
AE/IMP/Universal/Reshabh/Kaycee/Meco/Enercom.
For Maharashtra Zone:
i) Yokins (analogue type)
L&T/KAYCEE/AE/IMP/Thakoor/Reco/Vaishno/Selzer/Rasscontrol
6.SELECTOR
SWITCH
7.INDICATING LAMP
Vaishno/Siemens/L&T/AE/IMP/Rass Control/Teknic/
Crompton/Kaycee.
For Maharashtra Zone: i) Veeco
ii) Altos
8. CAPACITOR
Khatau Junkar/Crompton/L&T/Universal Electric/Usha/Asian/AE/IMP
For Maharashtra Zone: i) Subodhan (up to 30 KVAR
9. Cables ISI Mark
(a) Up to 1.1 KV ISI mark
grade
(b) Above 1.1 KV Grade ISI mark
10.PVC insulated
ISI mark
copper conductor
wire.
11. Fire Extinguishers ISI mark
12. RUBBER
MATTING
13. Cable Joint Kit
ISI mark
Raychem/M-Seal/DENSONs
14. Single phasing
L&T/Minilac/Zerotrip/Siemens.
Preventor
15a) Timers
L&T/Siemens/Minilac/Telemechanique/AE.
b) Time switches &
Devices
Theben
c) Limit switches Vecco
16. MCBs/Isolators &
Bentex/Clariton/Havells/Siemens/Standard/ Crompton/Indokopp/
Distribution Board MDS (PROTEC)/ HPL
For Maharashtra Zone:
i) Schneider MCB & Isolator
17. Change Over
switch
Standard/Havells/Control and Switch Gear/H-H Elecon./ HPL-Socomec
SDE(E)
-21-
LK- HPL/Standard
LIST OF APPROVED MAKES FOR SUB-STATION
1.H.V.SWITCH GEAR :
SouthernSwitchgear/ Biecco Lawrie/ Crompton/Jyoti/ MEI/Kirloskar/
NGEF/Votlas.
Note: (Make of the accessories like meters, CTs, PT etc. shall
be as provided by the manufacturer of the H.T panel).
2.TRANSFORMER :
1. Above 400KVA : Kirloskar/ NGEF/ Crompton/ Siemens/ ABB/
Voltas/ Andrew yule/ GE/ Bharat Bijlee/ EMCO
2.Upto 400KVA : In addition to above makes Patson/ ETE/
Kanohar (Merrut)/ Rajasthan Transformer and
Switchgears Jaipur/ITL .
3.ACB
4.MCCB
:
:
L&T/Siemens/Crompton/GEPowerControls/Control & switchgear.
Siemens/L&T/GEPowerControls/Control & Switchgear/Crompton
5.TPN SWITCHES :
Siemens/L&T/GE Power Controls/Havells/H-H Elecon/Crompton/& HRC FUSES
Standard (up to 400 A)/ Indo Asian- 6A- 630A
6.CONTACTORS, :
AUXILIARY
IIDMT RELAY
Siemens/L&T/GE Power Controls/Crompton/MEI/Laxmi
7. APFC RELAY
Syntron/Crompton/Trinity Electronics
AVKC/SEGC
:
8. C.T
:AE/IMP/Marshal/Pactil/Kappa/L&T/Ashmor/Indcoil/Waco/Meco/
Aruna
9. AMMETER/
VOLMETER
:
10.SELECTOR
SWITCH
AE/IMP/Universal/Rishabh/Kaycee/Meco/Enercom.
:
L&T/KAYCEE/AE/IMP/Thakoor/Reco/Vaishno/Salzer/Rasscontrol
For Maharashtra Zone –Vecco
11.INDICATING :
Vaishno/Siemens/L&T/AE/IMP/Rass Control/Teknic/Crompton/
LAMP
Kaycee.
For Maharashtra Zone: i) Veeco
12. P.F. METER
:
IMP/AE/Rishabh/Meco/Universal/Digitron.
13.CAPACITOR
:
KhatauJunkar/Crompton/L&T/Universal Electric/Usha/Asian/AE/IMP
14.Switch Disconnection : Indo Asian- 32 A –800 A
fuse.
Remark-Validity of makes will be subjected to approval as on date of NIT. Any make not included in above list but
currently on approved list of BSNL will be accepted provided the same is valid as on date of NIT.
METER
20. KWH Meter
Simco/Jaipur/Universal/Rishabh/AE/IMP.
21. Single phase &
poly phase
Electronic Energy
Meter
HPL- Socomec( up to 60A)Poly phase
LCD type energy
Meter
For Maharashtra Zone: Secure meters Ltd
22. Panel mounted
Electronic
Energy meter,
3 phase 4 wire HPL- Socomec ( up to 5 Amp.)SDE(E)
-22-
LIST OF APPROVED MAKES FOR VARIOUS ITEMS USED IN A/C
1
Motors
G.E, Crompton Greaves, Siemens, Bharat Bijlee, ABB,
MEI, KEC, HBB, Sparton, NGEF/ Hindustan.
2
Compressors
Voltas, Kirloskar Copeland, Batliboi, Carrier, KPC , Copeland
ACCEL, Blue Star, Trane
3
Starter
L&T/ Siemens/BCH/ABB/MEI/GE Power Control
4
MCBs/Isolators &
Distribution Board
5
G.I/M.S. PIPE
6
a)
b)
Bentex /Clariton / Havells / Indokopp / Siemens / Stanadard /
Crompton/ MDS /HPL-Techno
Tata /ATL/ITC /ATC/IIA/JST / ITS/JINDAL/ ZENITH/GSI /TTA/ BST
Cables ISI Mark
Up to 1.1 KV grade
Above 1.1 KV grade
ISI mark
ISI mark
7
G. M Valves
Sant/Leader/Trishul/Fountain/Annapurna.
8
SPP/Overload
L & T/ Minilac/Zerotrip/ Siemens
9
Resin Bonded Glass wool
Fibre Glass/Pilkingston/ UP Twiga.
10
Expanded Polystyrene
11
Gauges
Fiebig / H.Guru / Pricol
12
Controls
Indfoss / Honeywell/ Sporland /Ranco /Ranutrol /Penn-DANFOSS/ FLICA
13
Fresh Air Fans
GE/Khaitan
14
Fine Filters for fresh air EU-2 (Coarse
Dyna /Tenacity / Kirloskar/ Puromatic/
filter. Efficiency 90%Down to 20 microns)
Airtech /Purafill/ARW/Athlete/Purolator
And EU-3 (Fine filter, Efficiency 95% down to 5 microns)
Anfiltra Effluent.
15
G.I. Sheets
16
Kaycee
Indicating Lamps
BASF (India) Ltd.
Tata/ Sail/ Nippon Denro / HSL / Jindal/ National
Vaishno/Siemens/L&T/AE/IMP/Rass Control/Teknic/Crompton/
For Maharashtra zone 1) Vecco(upto 27/12/05)
17
Ammeter/Voltmeter
18
Selector Switch
19
C.T
AE / IMP/ Universal /Reshabh/ Kaycee /Meco / Enercom.
L&T/KAYCEE/AE/IMP/Thakoor/Reco/Vaishno/Selzer/Rasascontrol
For Maharashtra zone 1) Vecco(upto 27/12/05)
AE/IMP/Marshal/Pactil/Kappa/L&T/Ashmor/Indcoil/Waco/Meco/Aruna (Upto 13.7.06)
Remark: Relevant IS standards will apply in case of any ambiguity in
items/specifications. Validity of makes will be subjected to approval as
on date of NIT. Any make not included in above list, but currently on
approved list of BSNL will be accepted provided the same is valid as on
date of NIT.
SDE(E)
-23-
Download