Nagpur

advertisement
TENDER DOCUMENT
DRAFT N.I.T. NO.: 116/SEE / BSNL / NGP / 2009-2010
NAME OF WORK: Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos.
Type-III staff quarter at T.E. Bldg. compound Nari, Nagpur. N.I.T. NO.:
116/SEE / BSNL-EC / NGP / 2009-2010 ,DIV NIT NO. 336/EEE/BSNL/NGP/09-10
INDEX
SL.NO
DESCRIPTION
Page No
1
Press Notification
2
2
Notice Inviting Tenders (form BSNL EW-8)
3-14
3
Proforma of schedules
15-16
4
Schedule of Quantities
17-21
5
Important note for contractors.
22-23
6
Special condition of contract
24-25
7
Specifications for Electrical work
8
List of approved makes , panel drawing
9
Item Rate Tender – General Conditions of
Contract (from BSNL EW-8)
26
27-31
Certified that this Draft NIT contains pages ‘a’ + 38 (Thirty Eight) pages and
Standard Form BSNL EW 8 (General Conditions of Contract for BSNL Works) .
Name of Agency : [ To be filled by the agency. ]
SDE (E-P)
-1-
EE (E)
10.
BHARAT SANCHAR NIGAM LIMITED
(A Govt. Of India Enterprise)
NOTICE INVITING TENDER
PRESS NOTICE No.:
24 / 09-10
Letter no.23[104]/EEE/BSNL/NGP/09-10 / 323
Date 30/ 03 / 2010.
Sealed tenders are invited from firms satisfying eligibility conditions for the work :
[1] Operation & Comprehensive Maintenance of EMS at TE Bldg. & S/Q Itwari
Nagpur.
NIT No :- 108/SEE/BSNL-EC/NGP/09-10 ,DIV. NIT No:-331/EEE/BSNL/NGP/09-10
NIT Amount : Rs.14,96,400/[2]Operation & Comprehensive Maintenance of EMS at TE Bldg. & S/Q
Sakkardara, Nagpur.
NIT No :- 109/SEE/BSNL-EC/NGP/09-10, DIV. NIT No:-332/EEE/BSNL/NGP/09-10
NIT Amount : Rs.14,96,400/[3] Operation & Comprehensive Maintenance of EMS at TE Bldg. & S/Q VRCE,
Nagpur.
NIT No :- 110/SEE/BSNL-EC/NGP/09-10, DIV. NIT No:-333/EEE/BSNL/NGP/09-10
NIT Amount : Rs.14,37,600/[4] Operation & Comprehensive Maintenance of EMS at TE Bldg. & S/Q
KALAMNA, Nagpur.
NIT No :- 111/SEE/BSNL-EC/NGP/09-10, DIV. NIT No:-334/EEE/BSNL/NGP/09-10
NIT Amount : Rs.6,96,480/[5] Operation & Comprehensive Maintenance of EMS at TE Bldg. & S/Q
SAONER,
NIT No :- 112/SEE/BSNL-EC/NGP/09-10, DIV. NIT No:-335/EEE/BSNL/NGP/09-10
NIT Amount : Rs.7,12,080/[6] Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos. Type-III staff quarter at T.E. Bldg.
compound Nari, Nagpur.
N.I.T. NO.: 116/SEE / BSNL-EC / NGP / 2009-2010, DIV. NIT No:-336/EEE/BSNL/NGP/09-10
NIT AMOUNT:Rs.8,51,922/For details please log on to our website http://www.maharashtra.bsnl.co.inTender
NoticeElectrical Wing. Tender documents can be downloaded from our website or can be
obtained from the office of The Executive Engineer (Elect), BSNL Electrical Division, IVth
Floor, CTO Bldg. , CTO compound, Nagpur, on all working days. . For any clarifications
please contact on phone : (0712)-2530443 OR FAX : (0712)-2530437.
Executive Engineer[E],BSNL Elect. Division, Nagpur-1.
To,
M/s. The InterPublicity Pvt., Ltd. Nagpur,
Pl, Publish the above text in Economic Times, Mumbai and Lokmat Group, Nagpur
EXECUTIVE ENGINEER (E)
BSNL ELECTRICAL DIVISION, NAGPUR.
SDE (E-P)
-2-
EE (E)
WEB NOTIFICATION
The Executive Engineer (Elect), BSNL Electrical Division, IVth Floor, CTO Bldg. , CTO
compound, Nagpur invites on behalf of the BHARAT SANCHAR NIGAM LIMITED
sealed item rate tenders for the following work from the contractors satisfying the
under mentioned eligibility conditions:
NAME OF WORK
Rewiring of 16 Nos. Type-I, 08
Nos. Type-II & 08 Nos. Type-III
staff quarter at T.E. Bldg.
compound Nari, Nagpur. N.I.T.
NO.: 116/SEE / BSNL-EC / NGP /
ESTIMATED
COST
EMD
Rs. 8,51,922/- Rs. 17,038/-
TIME FOR
COMPLETION
3months from
date of award
2009-2010 , DIV NIT NO.
336/EEE/BSNL/NGP/09-10
Eligibility Criteria: Registered Electrical Contractors of BSNL subject to their. Financial limits
corresponding to the estimated cost of work.
2. Documentary proof of satisfying the above conditions, Chartered Accountants
Certificate towards deposit of Income Tax, Valid Service Tax Registration,
Maharashtra Value Added Tax Registration, EPF registration and an attested copy of
PAN card to be furnished along with the application.
3. 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 a 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 performance bank guarantee shall be one year
from the date of actual completion of work.
4. 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 along with the sum already deposited as earnest money will
amount to security deposit of 5% of the tendered value of the work.
5. Conditions and tender forms can be obtained from the office of Executive
Engineer [E]. Cost of tender document is Rs.563/-. (i/c taxes, non refundable ) and
should be in form of D.D. in favour of AO, BSNL, Civil Division, Nagpur, payable at
Nagpur from schedule Bank as applicable.
Tender
document
can
also
be
downloaded
from
the
website.www.maharashtra.bsnl.co.in → Tender Notice → Current Tenders →
Electrical Wing
6. Validity of tenders shall be 90 days from the date of opening of tender.
SDE (E-P)
-3-
EE (E)
7. The tenderer should give undertaking regarding that the tenderer abides by the
original standard BSNL EW Form 6/8.
8.
The tenderer shall submit the tenders in two sealed covers marked as 1 st and
2nd with name of work. Both should be separate and they should not be enclosed in a
common 3rd cover.
9. a. If the tenderer quotes on the tender issued by the BSNL:
(i) 1st cover shall contain Earnest Money Deposit in the prescribed form.
(ii) 2nd envelope shall contain duly filled tender document.
The first envelope shall be opened first. The second envelope shall not be
opened at all in case:i)
EMD is not in proper form.
If during the process of tender finalization, if it is detected that the tenderer
has submitted tender documents after making any change /additions/deletions
in the tender documents issued by the department, the offer shall summarily
rejected and the EMD deposited by the tenderer shall be forfeited in addition
to any other action as per prevalent rules.
b. If the tenderer quotes on the tender downloaded from the website:
(i) 1st cover shall contain tender application, tender cost in prescribed form,
the attested credentials of the firm fulfilling eligibility criteria and the
Earnest Money Deposit in the prescribed form. EMD and tender cost
should be separate.
All original documents shall be produced for verification at the time of
tender opening.
(ii) 2nd envelope shall contain duly filled tender document.
The tenderer shall submit only the downloaded original computer print out
of the document from Web site. The photo copy shall not be accepted.
The first envelope shall be opened first. The second envelope shall not be
opened at all 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
the first envelope.
If during the process of tender finalization, if it is detected that the tenderer
has submitted tender documents after making any change /additions/deletions
in the tender documents downloaded from the website, the offer shall
summarily rejected and the EMD deposited by the tenderer shall be forfeited
in addition to any other action as per prevalent rules.
10.
If any difference / discrepancies found between the tender form issued by the
Division office and the DNIT, the contents in Draft NIT issued from S.E. (E)’s
office will be final & binding.
11.
If the credentials are found fake or forged even during the process of scrutiny
the offer shall not be considered at all and EMD shall be forfeited in addition
to any other action as per prevalent rules.
SDE (E-P)
-4-
EE (E)
Note: i) The Company or the firm or any other person is not permitted to
tender for works in BSNL unit in which his near relative (s) is (are) posted.
ii) The tender documents shall not be sent through courier /post .The tender
documents received through courier /post shall not be opened/ considered at
all.
Last date of receipt of application : 12 / 04 /2010
Last date of issue of tender
: 13 / 04 /2010
Last Date of Submission of tender : 15 / 04 /2010 (Up to 15:00 Hrs.)
Date of opening of tender
: 15 / 04 /2010 (At 15:30 Hrs.)
L.No.23[104]/EEE/BSNL/NGP/09-10/ 331
Dt. 30 / 03 / 2010.
EXECUTIVE ENGINEER (ELECT),
BSNL ELECTRICAL DIVISIONNagpur
Copy to:
1] The S.E.[E] BSNL Electrical Circle, Nagpur.
2] The GMT , BSNL , Wardha/
Yeotmal/Chandrapur/Gadchiroli/Nagpur/Bhandara.
3]All the Executive Engineers of the concerned Circle.
4] The D.G.M.[Vig.], BSNL, Mumbai
5] The S.D.E..[E] BSNL Elect. Sub-Dn I/II /III Nagpur/
Bhandara/Chandrapur/Wardha/Yeotmal
6] The A.O. BSNL Elect. Division, Nagpur.
7] Notice Board.
8] All Working Contractors.
EXECUTIVE ENGINEER (ELECT),
SDE (E-P)
-5-
EE (E)
BHARAT SANCHAR NIGAM LIMITED.
(A GOVERNMENT OF INDIA ENTERPRISE)
Electrical Wing
Electrical Division :
Nagpur
Sub Division : III-Nagpur
NOTICE INVITING TENDER
(As per Tendering Procedure in BSNL revised up to date)
Note: - (i) For corrections on the Form BSNL EW - 6, kindly refer English version only. (ii) In case
of ambiguity in Hindi and English version, English version will prevail.
01.
Tenders in the prescribed form are hereby invited on the behalf of the BSNL for the work of :
a)
NAME OF WORK : Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos. Type-III staff
quarter at T.E. Bldg. compound Nari, Nagpur.N.I.T. NO.: 116/SEE / BSNL-EC / NGP / 20092010, DIV NIT NO. 336/EEE/BSNL/NGP/09-10
b)
DIVISION: - BSNL ELECTRICAL DIVISION, Nagpur.
c)
Estimated Cost : Rs.8,51,922/-
d)
EMD: - Rs. 17,038 /-
e)
Time: : 3 (Three) months from the date of award.
f)
SD: - - For Supply portion agreement: 5 % of the tendered value of the work.
For ITC portion agreement: 10 % of the tendered value of the work.
g)
PERFORMANCE GUARANTEE: For Supply portion agreement :5 % of the tendered value
of the work.
h)
COST OF TENDER DOCUMENT: - Rs.563 /Tenders will be issued to eligible contractors satisfying eligibility condition.
SDE (E-P)
-6-
EE (E)
BHARAT SANCHAR NIGAM LIMITED
(A GOVT OF INDIA ENTERPRISE)
ELECTRICAL WING
ELECTRICAL DIVISION: Nagpur
SUB DIVISION : III-Nagpur
Certified that this tender schedule contain__________pages only
Notice Inviting Tenders
(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 : “Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos. Type-III staff quarter at T.E. Bldg. compound
Nari, Nagpur.N.I.T. NO.: 116/SEE / BSNL-EC / NGP / 2009-2010” , DIV NIT NO.
336/EEE/BSNL/NGP/09-10
ESTIMATED COST: - Rs. 8,51,922/02.
(a) Printed forms of tender s consisting of the detailed pans, complete specifications, the
schedule of quantities of the various classes of work s to be done and the set of conditions of contract
to be complied and with by the persons whose tender may be accepted, can be purchased, at the
Divisional / Sub divisional office between the hours of 1100 hrs and 1600 hrs. every day except on
Sundays and public holidays on payment of Rs. 563/- in cash/D.D In favour of AO, BSNL ,Civil Dn.,
Nagpur
(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 web site.
(d )
Before tendering, the contractor shall inspect site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds, working
conditions, including stocking of materials, installation of T & P etc., and conditions affecting
accommodation and movement of labour etc., required for satisfactory execution of 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 work written on the
envelope will be received by the Executive Engineer(Ele). BSNL Electrical Division, Nagpur up to
1500 hours on dtd.15.04.10 and will be opened by him in his office on the same day at 1530 hours.
04. The time allowed for carrying out the work will be 3Months ( Supply & ITC portion ) from date of
award..
05. Issue of tender form will be stopped two days before the dtd.15.4.10 fixed for opening of tenders.
Tenders will be sold on working days, no tender will be sold after 1600 hours.
06.
a) Earnest Money amounting to Rs.17,038/- in the form of demand draft/ FDR / BG/ CDR of
nationalized scheduled bank guaranteed by the Reserved Bank of India, drawn in favour of Accounts
Office, BSNL , Civil dn.,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 ----------------------------------------------------------------------------------------------------and addressed to Executive Engineer (E), BSNL, Electrical Division, IVth Floor, CTO Bldg. , CTO
compound, Nagpur .
The Validity period of EMD is 120days, from the date of opening of tender. In case of e-tendering, each
tender should be in two sealed covers, first containing credentials for meeting the eligibility condition
along with 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 contents of
this envelop then second envelope containing the bid document shall be opened.
b)
The EMD of all the unsuccessful tenders 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 turn over 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 No.(PAN) issued by
the Income-tax department.
c)
The tenderer should submit the valid WCT/Sales tax/VAT registration certificate,
SDE (E-P)
-7-
EE (E)
Chartered Accountants Certificate towards deposit of Income Tax, Valid Service Tax Registration,
Maharashtra Value Added Tax Registration, EPF registration and an attested copy of PAN card.
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 garantee/CDR/ FDR/ DD (of
Nationalised /Scheduled Bank in a standard format) with in two weeks from the date of issue of award
letter. This period can be further extended by the Engineer-in-Charge up to maximum period of two
weeks on return request of contractor. The validity period of 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 the performance guarantee 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 be
deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of
the tender value of the work.
09.
The acceptance of tender will rest with the Superintending Engineer(E), who does not bind
himself to accept the lowest tender or any other tender and reserve 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 rebate 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.
b)
They are husband & wife.
c)
The one is related to the 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), brother(s) and brother’s
wife, sister(s) and sister’s husband (Brother-in-law).
iii)
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 Architect/Corporate office for non-executive employees and all SSA in a circle
including Circle office/Chief Engineer/Chief Architect/Corporate office for executive employees
(including those called as Gazetted officers as 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, partnership firms and limited company certificate shall be given by
the authorized signatory of the firm. Any breach of the 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 non 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 the contractor)
13.
No employee in BSNL/Government 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
SDE (E-P)
-8-
EE (E)
the contractors service.
14. The tender for 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 may corrections, overwriting 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 tenders. If any tenderer withdraws his tender before the said period or makes any
modification in the terms and conditions of the tender witch 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.
18. 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 30days beyond the extended validity date of tender should
also be asked for. While BSNL can make the request of extension, the tenderer is free to either
extend the validity or refuse the request to extend the validity.
19. Unsealed tenders will be summarily rejected.
20. The contractor should read the tender documents carefully before submitting the tender.
21.
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
agreement.
22. The tenderer shall furnish a declaration to this effect ( In case 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.
23. 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 15days 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 invitation of tender and acceptance
thereof together with any correspondence leading thereto.
b) Standard form, BSNL EW-8.
24.
Eligibility Criteria: -
Registered Electrical Contractors of BSNL subject to their. Financial limits
corresponding to the estimated cost of work.
Documentary proof of satisfying the above conditions, Chartered Accountants Certificate towards
deposit of Income Tax, Valid Service Tax Registration, Maharashtra Value Added Tax Registration,
EPF registration and an attested copy of PAN card to be furnished along with the application
Signature of Divisional Officer/Sub –Divisional Officer………………………
For and on behalf of BSNL.
Executive Engineer[E]
BSNL ,Electrical Division, Nagpur
SDE (E-P)
-9-
EE (E)
TENDER APPLICATION FORMAT (For Tender down loaded from Website)
To
The Executive Engineer (E)
BSNL Electrical Division
Nagpur
Subject : Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos. Type-III staff
quarter at T.E. Bldg. compound Nari, Nagpur.N.I.T. NO.: 116/SEE / BSNL-EC /
NGP / 2009-2010, DIV NIT NO. 336/EEE/BSNL/NGP/09-10
As per tender publication advertised 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 duly attested.
ENVELOPE - I
S.N.
DOCUMENTS
DETAILS
1.
Tender Publication advertised on
2
Name of Newspaper
3
Tender due on
4
Tender Application fee
a. Demand Draft No.
b. Date
c. Amount (Rs.)
d. Name of Bank and Branch
e. In favour of
5.
AO, BSNL, Civil Division, Nagpur
Earnest Money Deposit
a. DD / BG / PO No.
b. Date
c. Amount (Rs.)
d. Name of Bank and Branch
e. In favour of
6.
AO, BSNL, Civil Division, Nagpur
Details of firm / Company
a. Name of firm / Company
SDE (E-P)
- 10 -
EE (E)
b. Name of Proprietor / Partner /
Managing Director
c. Address
Pin Code
Telephone
e– mail address
d. Electrical Contractor’s License No.
Issuing authority
Class of Registration
Limit
e. Electrical Supervisor license No.
In the Name of
Qualification
f. Address of Branch / Head Office
Name
In BSNL Division H.Q.
Pin Code
Phone
Mobile No
E-Mail Address
7.
Income Tax Clearance
Certificate/Chartered Accountant
Certificate Date
8.
Works Contract Registration No. &
Date
Valid up to
9.
Service tax Registration No. & Date
SDE (E-P)
- 11 -
EE (E)
10. Lists of 3 works carried out satisfactorily (Certified Officer not below the rank
of Executive Engineer).
(To be issued by the user on his printed letterhead to the tenderer)
This is to certify that the work has been completed satisfactorily as per details
given in tender document / P.O.
Sl.
No
Name of Work
Date of
start
Date of
Completion
Amount
of work
Done
Department
and P.O. /
Agreement No.
11. Annual Turn over
Sl.
No
1
2006 – 2007
2
2007 – 2008
3
2008 - 2009
Year
Annual turn over
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)
(Name in block letter)
Date
Seal of firm
SDE (E-P)
- 12 -
EE (E)
BHARAT SANCHAR NIGAM LIMITED
STATE BRANCH ZONE -
Maharashtra
Electrical
Mumbai
CIRCLE DIVISION SUB-DIVISION
Nagpur
Nagpur
III-Nagpur
Percentage Rate Tender/ Item Rate Tender & Contract for Works
(A)
Tender for the work of:
Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos. Type-III
staff quarter at T.E. Bldg. compound Nari, Nagpur. N.I.T. NO.: 116/SEE /
BSNL-EC / NGP / 2009-2010, DIV NIT NO. 336/EEE/BSNL/NGP/09-10
(B)
To be submitted by ____________________ hours on______________ to
(time)
(date)
____________________________________________________________
(i)
To be opened in presence of tenderers who may be present at _____
hours
on _____________ in the office of __________________________________
Issued to: - ______________________________________________________
(Contractor)
Signature of officer issuing the documents __________________________
Designation __________________________________________________
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.
____________ 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 / Bank guarantee in the Department’s attached
format 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
SDE (E-P)
- 13 -
EE (E)
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, up to 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 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)
For & on behalf of the BSNL
Signature
_________________
Dated ______________
_______________
SDE (E-P)
Designation
- 14 -
EE (E)
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE 'A'
Schedule of quantities: Appended from page 25.
SCHEDULE 'B'
Schedule of materials to be issued to the contractor. Transportation shall be paid
extra as per quoted rate.
Sr.
No.
Description of item
Quant
ity
Rates in figures and words at
which the material will be
charged to the contractor
Place of
Issue
1
2
3
4
5
1
2
1x40 Watt Box type Fl. Fitting
72nos.
Store rates
Nagpur
1200mm sweep sweep
ceiling fan with regulator
88nos.
Stores rates
Nagpur
SCHEDULE 'D'
Extra schedule for specific requirements / document for the work, if any.
I. Important Note for Contractors: Appended from page 22 to page 23
II. Specifications: Appended from page 24 to 31
SCHEDULE 'F'
Reference to General Conditions of contract.
Name of work:
Rewiring of 16 Nos. Type-I,
08 Nos. Type-II & 08 Nos.
Type-III staff quarter at T.E.
Bldg. compound Nari,
Nagpur. N.I.T. NO.:
Estimated cost of work:
116/SEE / BSNL-EC / NGP /
2009-2010, DIV NIT NO.
336/EEE/BSNL/NGP/09-10
Rs. 8,51,922/-
i) Earnest money:
Rs. 17,038/-
ii) Performance Guarantee:
5% of tendered value of work.
5% of the tendered value of
the work.
iii) Security Deposit:
GENERAL RULES and DIRECTIONS:
Definitions:
Officer inviting tender EE (E),
BSNL
Electrical
Division,
Nagpur
See below
2(v)
Engineer-in-Charge
Executive Engineer (E), BSNL
Electrical Division, Nagpur
2(vi)
Accepting Authority
Superintending Engineer (E),
BSNL Electrical Circle, Nagpur.
SDE (E-P)
- 15 -
EE (E)
2(x) Percentage on cost of materials and
labour to cover all overheads and profits
Standard BSNL EW contract Form
Clause 1
i)Time allowed for submission of
Performance Guarantee from the date of
issue of letter of acceptance, in days
Clause 2
Authority for fixing compensation under
Clause 2.
Clause 5
Number of days from the date of issue of
letter of acceptance for reckoning date of start
Time allowed for execution of work.
Authority to give fair and reasonable
extension of time for completion of work.
Clause 10CC
Clause 10CC to be applicable in contracts with
stipulated period of completion exceeding the
period shown in next column.
Clause 12
12.2(iii) schedule of rates for determining the
rates of additional, altered or substituted items
that can not be determined under 12.2(i) & (ii)
10%
BSNL EW Form 8 latest
15days
SE (E)
10days
3months
SE (E)
18months
NIL
Clause 12
12.2(iii) plus/minus +/- the % over the rate
entered in the schedule of rates
NA
Clause 12
Deviation Limit beyond which clause 12.3
shall apply
25%
Clause 25
Competent Authority for Conciliation
Superintending Engineer (E),
BSNL Electrical Circle, Nagpur.
Clause 30.2
Minimum Qualifications and experience
required for Principal Technical
representative.
a) For works with estimated cost
put to tender more than
i) Rs. 2lakh but less than 5Lakhs for Ele/
Mech. Works
b) For works with estimated cost put to tender
more than i) Rs.5 Lakhs for Elect/ Mech.
Works
Recovery to be effected from the contractor
in the event of not fulfilling provision of clause
30.5
SDE (E-P)
- 16 -
Recognized diploma holder
Graduate or Recognized
diploma holder with 3years
experience
Rs.4,000/- p.m. for Graduate
Rs.2,000/- p.m. for Diploma
holder
EE (E)
SCHEDULE “A”
Schedule of Quantity
Name of Work : Rewiring of 16 Nos. Type-I, 08 Nos. Type-II & 08 Nos. Type-III staff quarter
at T.E. Bldg. compound Nari, Nagpur. NIT NO.:116/SEE/BSNL-EC/NGP/ 2009-2010
DIV NIT NO. 336/EEE/BSNL/NGP/09-10
SN
1
2
a)
DESCRIPTION OF ITEM
SH I (WIRING)
Wiring for lightpoint / fan point /
exhaust fan point / call bell point with
1.5 sqmm FR pvc insulated Copper
conductor single core cable
in
surface/recess steel conduit, with piano
type switch , phenolic laminated sheet ,
suitable size MS box and earthing the
point with 1.5 Sq.mm. FR PVC insulated
copper conductor single core cable etc.
as required.
(Group A )
Wiring for circuit / submain wiring along
with the following size of FR pvc
insulated copper conductor single core
cable in surface/recess steel conduit as
required.
2 x 1.5 Sqmm + 1x 1.5 Sqmm Earth
wire ( In 20 mm dia Conduit)
QTY.
536 Point
RATE
UNIT
points
535 Mtr
Mtr
b)
4 x 1.5 Sqmm + 2x 1.5 Sqmm Earth
wire ( In 20 mm dia Conduit)
325 Mtr
Mtr
c)
6 x 1.5 Sqmm + 3x 1.5 Sqmm Earth
wire ( In 25 mm dia Conduit)
250 Mtr
Mtr
2x 6 sqmm +1x 6 sqm Earth wire ( In 25
mm dia Conduit)
130 Mtr
Mtr
e)
4x 6 sqmm +2x 6 sqm Earth wire ( In 32
mm dia Conduit)
170 Mtr
Mtr
3
Wiring for light / power plug with the
following size of FR pvc insulated
copper conductor single core cable in
surface/recess steel conduit along with
4 sq.mm FR PVC insulated copper
conductor single core cable for loop
earthing as required.
2 x 4 sqmm + 1x 4 Sqmm Earth wire ( In
20 mm dia Conduit)
600 Mtr
Mtr
250 Mtr
Mtr
]
d)
4 x 4 sqmm + 2x 4 Sqmm Earth wire ( In
25 mm dia Conduit)
SDE (E-P)
- 17 -
EE (E)
AMOUNT
SN
DESCRIPTION OF ITEM
QTY.
4
Supplying and fixing metal box of 180
mm x 100 mm x 60 mm deep( nominal
size ) on surface or in recess with
suitable size phenolic laminated sheet
cover in the front including providing
and fixing 6 pin 5/6 & 15/16 Amps
socket out let and 15/16 amps piano
switch , connection , painting etc. as
required
80 Nos
Each
32 Nos
Each
32 Nos
Each
88 nos.
each
88 nos.
each
88 nos.
each
32 Nos
Each
16 Nos
Each
5
6
7
Supplying and fixing Call Bell suitable
for 230V, Single phase A.C. supply
complete as required.
Supplying and fixing metal box of size
75mmx75mmx60mm ( nominal size) on
surface or in recess with suitable size
of phenolic laminated sheet cover in
front including painting etc.as required.
Supplying and fixing following piano
type switch / socket on the existing
switch box / cover including connections
etc. as required.
a) 5/6Amps switch
b) 3pin 5/6Amps socket outlet
8
9
10
RATE
UNIT
Supplying and fixing metal box of
following sizes (nominal size) on surface
or in recess with suitable size
of
phenolic laminated sheet cover in front
including painting etc.as required.
150x75x60mm
Supplying and fixing piano type 5/6
amps Bell Push switch on the existing
switch board i/c connections etc.
complete as required.
Supplying and fixing 3 pin, 5 amp.
Ceiling ros on the existing junction box /
wooden block i/c connection etc.
complete as required.
SH I Rs
1
SH II (ITC OF FANS & FITTINGS)
Installation, testing and commissioning
of Pre wired
fluorescent fittings
/compact floroscent fitting of all types
complete with all accessories & tube
etc. directly in ceiling / wall
i/c
connection with 1.5 sq mm FR PVC
copper conductor single core cable
and earthing etc. as required.
SDE (E-P)
- 18 -
72 Nos
Each
EE (E)
AMOUNT
SN
2
3
DESCRIPTION OF ITEM
QTY.
Installation, testing and commissioning
of celing fan i/c wiring the down rod of
standard length ( Upto 30 CM ) with 1.5
sqmm
FR PVC insulated copper
conductor single core cable etc. as
required
88 Nos
Each
56 Nos
Each
Supplying and Fixing wall mounted
fancy bracket suitable for 230 v with
acrylic cover i/c connection with 1.5 sq
mm FR PVC copper conductor single
core cable and earthing etc. as required
RATE
UNIT
SH II Rs
SH III (MCB & DB, Cable work )
1
2
3
4
Supplying and fixing following way SPN
sheet steel MCB DB, 240V/415V on
surface/ recess complete with tinned
copper busbar, neutral link,earth bar,
detachable gland plate interconnections
phosphatised and powder painted
including earthing etc.as required.(But
without MCB / RCCB / Isolator )
a) 8 way , Single Door
32 Nos
Each
b) 2way SPN DB
32 Nos.
Each
a) Single Pole - 20 A
32 Nos.
Each
b) Single Pole - 16 A
32 Nos.
Each
c) Single Pole & Neutral - 20 A
32 Nos.
Each
d) Single Pole & Neutral - 32 A
32 Nos.
Each
128 Nos.
Each
S/ F 5 amp to 32 amp rating 240 V ‘C’
series , miniature circuit breaker of
following poles in the existing MCB DB
complete with connection testing
commissioning etc., as reqd.
S/ F 5 amp to 32 amp rating 240 V ‘B’
series , miniature circuit breaker of
following poles in the existing MCB DB
complete with connection testing
commissioning etc., as reqd.
a) Single Pole
S/ F single pole blanking plate in the
existing MCB DB complete etc. as 32
required.
SDE (E-P)
- 19 -
Nos.
Each
EE (E)
AMOUNT
SN
DESCRIPTION OF ITEM
5
S/I/T/C
of cubical
Meter board
fabricated in 16 swg MS sheet consist
with following switchgear , complete
with
interconnection
with flexible
copper cord (6 Sqmm) , ferrules, lugs,
painting with powder coating process ,
signwritting etc as per drawing attached
1) 32 Amp Single pole & Neutral MCB
C series 10 KA - 08 Nos
2) Space provision for energy meter
with locking arrangement -08 Nos
Note:1) All the items installed
systematically
and
interconnection
should be done with suitable size of
copper conductor with lugs , ferrules
gasket , sign writing , panel should have
earthing points, provision for bottom/
Top entry cable . 2)The panel shall be
painted
with approved colour.
Transparant acrylic sheet should be
provided in front of energy meter etc
complete as required 3) The MS stand
of size 35 mm x35 mm x5 mm shall be
provided for mounting of meter board
QTY.
RATE
UNIT
4 Nos
38370
Each
Total of SH-III
1
2
3
SH IV Earthing
Earthing with G.I.earth pipe 4.5 mtr.long
40 mm dia includingaccessories and
providing masonary enclosure with
cover plate having locking arrangement
and watering pipe etc.with charcoal and
salt as required.
Providing and Laying earth connection
from earth electrode with 6 SWG dia
G.I.wire in 15 mm dia G.I.pipe from
earth electrode, as required.
Providing and Fixing 6 SWG dia G.I.wire
on surface or in recess for loop earthing,
as required.
8 Set
Set
40 Mtr
Mtr
100 Mtr
Mtr
Total of SH-IV
1
SH V (Dismaintling & Credit)
Dismentling of all material i.e. fans ,
fluorescent fitting & fixtures , Aluminium
wiring with batten , MCB DB, MCB ,
Switches , Sockets & Skelton Meter
Board Meter board
i/c
removing
existing connections / wiring and credit
for all dismantled unused material [
except ceiling fan / Exhaust fan /
fluorescent fitting & unusable fixtures
etc.]
SDE (E-P)
- 20 -
Rs.
1
Job
Rs.
Job
EE (E)
AMOUNT
Note : All the dismentled unused
material [except ceiling fan, Exhaust
fan, Fluorescent fitting & usable fixtures]
will be the property of agency. Agency
may quote accordingly. The dismentled
material fans & fittings and fixtures shall
be handed over & kept at store. The
decision of EE(E), incharge of work will
be final & binding to the agency.
Total of SH-V
Rs.
Total of SH-I, SH-II, SH-III & SH-IV, SH-V
Rs.
Total amount Rs.
Note:-In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is
ambiguity between “schedule and specification” verses IS / BS standards, “schedule and
specification” shall prevail. All the drawings shall be got approved from Engineer In charge before
manufacturing.
INVENTORY
Sr No.
Location
1. T-I
Qtrs.
Hall
Bed/Kitchen
Balcony
Passage
Toilet
Bathroom/Wbasin
Total
For 16 Quarters
1. T-II
Qtrs.
1. T-III
Qtrs.
SDE (E-P)
Hall
Bed
Kitchen
Balcony
Passage
Toilet
Bathroom/Wbasin
Total
For 08 Quarters
Hall
Bed-I
Bed-II
Kitchen
Passage
Balcony
Toilet
Bathroom/Wbasin
Total
For 08 Quarters
Light
Pt.
Fan
Pt.
Call Bell
Pt.
5A
Socket
15 A
Socket
32 A 2
Way DB
2
2
1
1
1
1
1
1
0
0
1
0
0
0
0
1
1
0
0
0
1
1
0
0
0
0
0
0
0
0
3
10
160
1
4
64
0
1
16
0
2
32
0
2
32
1
1
16
3
2
1
1
1
0
1
1
1
1
0
0
1
1
3
1
3
14
112
1
1
1
0
0
5
40
0
0
0
0
0
0
8
1
0
0
0
0
3
24
1
0
0
0
0
3
24
0
0
0
0
1
1
8
3
2
2
1
1
1
1
1
1
0
0
0
1
1
1
1
1
1
0
1
0
0
0
0
3
1
1
3
16
128
1
1
0
0
6
48
0
0
0
0
1
8
0
0
0
0
4
32
0
0
0
0
3
24
0
0
0
1
1
8
- 21 -
EE (E)
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) 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 service tax with service
tax authorities.
4)
CONTRACT shall be governed as under:
1 The agreement shall be signed between the firm & Executive Engineer (E)
BSNL Elect. Division, Nagpur within a fortnight from the date of approval.
1. Award letter shall be issued by Executive Engineer (E) to the firm
giving all details.
2.
Formal work contract agreement will be made between the
Executive 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 Seven Days from the date of award letter.
3.
No work shall be undertaken without:
a)
Proper Award letter as per (2) above.
b)
Completion of agreement as per (3) above.
c)
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 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).
SDE (E-P)
- 22 -
EE (E)
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-in-Charge 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 amendment) 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.
6)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 enganement.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.
BSNL does not bind himself to accept the lowest or any tender and 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 quoted rates.
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)
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)
7.Certificate to be furnished by contractor about relative(s) working in BSNL.
The format of the certificate is: “ I _____________S/o ___________r/o_________ 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. 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 and wife,
c) The one is related to the other in the manner as father, mother, son(s) and
son’s wife (daughter-in-law), Daughter(s) and daughter’s husband (son-inlaw), brother(s) and brother’s wife, sister(s) and sister’s husband (brother-inlaw).
SDE (E-P)
- 23 -
EE (E)
SPECIAL CONDITIONS OF CONTRACT
1.
(a)
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.
(b) The security deposit held with BSNL or bank guarantee in lieu of security
deposit shall be released only after successful completion of final
performance cum seasonal test or one year after successful completion of
initial acceptance test in respect of individual works, whichever is later.
2. Compensation for Delay
Compensation for Delay
Compensation for delay shall be as stipulated under clause 2 of BSNL EW-8.
The compensation for delay which is limited to 0.5% of work order value for
the first ten weeks and 0.7% for next ten weeks and thereafter subject to a maximum
of 12% of the work order value for the location where the work is delayed and the
firm is found responsible for the same.
3.
Change in Specifications
Changes 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
b)
Such alterations constitute an improvement in the opinion of the contractor
and BSNL.
OR
3.
4.0
Prior written approval of BSNL is necessary before undertaking any
alteration/modification in the specifications of the equipments.
Packing, Forwarding and 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
SDE (E-P)
- 24 -
EE (E)
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-inCharge.
5.0
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.
PAYMENT TERMS:
No advance payment will be made. The payment terms shall be governed as under.
Stipulations like levy of interest if payment is not made in specified time is not
acceptable to the department.
I) Payment to the contractors during progress of work shall be regulated for all the
items as below:
a) 80 % of prorata of the approved price breakup of the contract value on receipt of
euipment at site and after satisfactory physical inspection.
b) 10 % of prorata of the approved price breakup of the contract value after sucessful
installation of equipment.
c) 5 % of the approved contract value after successful completion of initial acceptance
testing.
d) 5% of the approved contract value after successful completion of final acceptance
testing.
e) For the works where AT is not applicable e.g for sub-station , lift , fire fighting
etc. 5 % of the approved contract value shall be released after clearance by Electrical
Inspector , Lift Inspector ,fire officer respectively.
SDE (E-P)
- 25 -
EE (E)
SPECIFICATIONS FOR ELECTRICAL WORK
A. GENERAL SPECIFICATIONS
1. The work shall be carried out as per current departmental /CPWD specification for
Electricals works as amended time to time & also as per Indian Electricity Rules
amended upto 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.
SDE (E-P)
- 26 -
EE (E)
APPROVED MAKES FOR E/A SET.
Issue- 4/2005 (EA-I)
S.N.
1.
COMPONENT
ENGINE
MAKE
Cummins / Ruston / Escorts / KOEL / Cater pillar / Ashok
Leyland / Greaves / Volvo Penta (200-500) KVA / Mahindra &
Mahindra (up to 15 KVA, up to 31/12/06) / Mahindra & Mahindra
(20 to 40 KVA, up to 31/12/05).
Kirloskar / NGEF / Leory Somer / Jyoti frame Size PTG (62.5-500
KVA) / Stamford / Compton Greaves(Slip Ring/Brushless, 6200KVA) / AVK-SEG (Up to 250 KVA) / Electro dyne(up to 100
KVA) / Compton 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 up to 31.12.05)
L&T/Siemens/Compton/Control & Switchgear/GE Power Controls.
Siemens / L&T / GE Power Controls / Control and Switchgear /
Compton.
Siemens / L&T / GE Power Controls / Compton / MEI / Laxmi
2
ALTERNATOR
3
4
ACB
MCCB
5.
6.
CONTACTORS,
AUXILIARY
IDMT RELAY
C.T
7.
P.F. METER
8.
AE / IMP / Universal / Rishabh / Kaycee / Meco / Enercom.
9.
AMMETER/
VOLMETER
SELECTOR SWITCH.
10.
INDICATING LAMP
11.
FREQUENCY METER
Vaishno / Siemens / L&T / AE / IMP / Rass Control / Teknic /
Compton / Kaycee. For Maharashtra Zone : I) Vecco (up to
27.12.05.
Digitron / Rishabh / Meco / Keltron / IMP / AE.
12.
LEAD ACID BATTERY
13.
G.I/M.S.PIPE
14.
15.
16.
17.
A.V.M PADS
Fire Extinguishers
Rubber Matting
Cables ISI Mark (a) Up
to 1.1 KV
grade
(b) Above 1.1 KV
grade
AVK-SEGC.
AE / IMP / Marshal / Pactil / Kappa /L&T / Ashmor / Indcoil / Waco
/ Meco / Aruna Electronics ( up to 13/07/06)
IMP / AE / Rishabh / Meco / Universal / Digitron.
L&T / Kaycee / AE / IMP / Thakoor / Reco / Vaishno / Salzer /
Rass control For Maharashtra Zone : i) Vecco (up to 27.12.05)
Exide / Standard Furukawa / AMCO / Pacesetter / Prestolite /
Amara raja / Standard / Compton Greaves / Hitachi / Kirloskar.
BST / TATA / ATL / ITC/ ATC / IIA / JST / ITS / Jindal / Zenith /
GSI / TTA.
Dunlop / Poly Bond.
ISI mark.
ISI mark.
ISI mark
ISI mark
18.
G.I Valve.
Kirloskar / Fountain / Trishul / Leader.
19.
20.
21.
Trivector Meter
KWH Meter
Single
phase
&
poly
phase
Electronic
Energy
Meter.
Panel
mounted
Electronic
Energy
meter,
3 phase, 4
wire.
Sunco / Jaipur / IMP
Simco / Jaipur / Universal / Rishabh / AE / IMP.
HPL- Socomec (up to 60A, up to 27/05/05).
22.
SDE (E-P)
HPL- Socomec ( up to 5 Amp, up to 27/05/05)
- 27 -
EE (E)
LIST OF APPROVED MAKES FOR E.I & FAN, PUMP SET, COMPOUND LIGHT.
Issue- 4/2005 (EI-I)
S.N.
COMPONENT
1.
ACB
2
MCCB
3
TPN Switches & / HRC
fuses
4
C.T
5
6.
AMMETER/ VOLMETER
SELECTOR SWITCH.
7.
INDICATING LAMP
8.
LED based aviation
lamp.
CAPACITOR
9.
10.
11.
Cables ISI Mark (a) Up to
1.1 KV
grade
(b) Above 1.1 KV grade.
PVC
insulated
copper conductor Wire.
MAKE
L&T / Siemens / Crompton / Control & Switchgear / GE Power
Controls.
Siemens / L&T / GE Power Controls / Control and Switchgear /
Crompton.
Siemens / L&T / GE Power Controls / Havells / HH Elecon /
Crompton / LK-HPL (up to 27/5/05)/Standard (up to 400 A)/
/Indo Asian (6A- 630A, valid up to 16/10/05).
AE / IMP / Marshal / Pactil / Kappa /L&T / Ashmor / Indcoil /
Waco / Meco / Aruna Electronics (up to 13/07/06).
AE / IMP / Universal / Rishabh / Kaycee / Meco / Enercom.
L&T / Kaycee / AE / IMP / Thakoor / Reco / Vaishno / Salzer /
Rass control For Maharashtra Zone : i) Vecco (up to
27.12.05).
Vaishno / Siemens / L&T / AE / IMP / Rass Control / Teknic /
Compton / Kaycee. For Maharashtra Zone : I) Vecco (up to
27.12.05
M/s.G.S. Enterprises (up to 18.7.05) / M/s.Insta Power (up to
31.12.05).
Khatau Junkar / Crompton / L&T / Universal Electric
/Usha / Asian / AE / IMP.
ISI mark.
ISI mark.
ISI mark.
12.
13.
14.
Fire Extinguishers
Rubber Matting.
Cable Joint Kit
ISI mark.
ISI mark.
Raychem / M-Seal / DENSONs.
15.
L&T / Minilec / Zerotrip / Siemens.
19.
20.
Single phasing
Preventor.
a) Timers
b) Time switches & devices.
MCBs / Isolators &
Distribution Board.
Change Over
Switch
Piano Switch
Mono block pump set.
21.
22.
Starter
G.I / M.S.Pipe
23.
24.
Foot valve
Gate valve.
25
26.
27
M.S. Conduit
Submersible pump.
a) ELCB
16.
17.
18.
28
29
30
31
b) RCCB
Contactors
Rotary Switches
Metal clad inds
plug & Socket
On load switch fuse change
over
SDE (E-P)
L&T / Siemens / Minilac / Telemechanique /AE.
Theben (Valid up to 16.10.05)
Bentex / Clariton / Havells / Siemens / Standard / Crompton /
indokopp / MDS (Protec) / HPL (up to 27/5/05).
Standard/Havells/Control and Switch Gear/H-H Elecon./ HPLSocomec ( up to 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 / ATI / ITC / ATC / IIA / JST / TS / JINDAL / ZENITH / 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. (Up to 27/5/05).
Indo Asian- 25A/ 40A/ 63 A (valid up to 16/10/05).
Siemens / L&T / GE Power controls / Crompton / MEI / Laxmi.
HPL- Elektra ( up to 63 A , up to 27/5/05)
HPL- Elektra ( up to 63A , up to 27/5/05)
For Maharashtra Zone : i) Vecco (up to 27.12.05)
HPL- Socomec ( up to 800A, up to 27/5/05)
- 28 -
EE (E)
32
33
34.
35.
36
Isolator (Load
Break)
switches
On-load by pass
switch
On load motorized
switch
Rewirable switch fuse unit
37.
a) Fuse switch unit
b) Switch Disconnector
Fuse
Off load change over switch
38.
On load change over switch
HPL- Socomec ( up to 3150A, up to 27/5/05)
HPL- Socomec ( up to 630A, up to 27/5/05)
HPL- Socomec ( up to 630A , up to 27/5/05)
HPL ( up to 320A, up to 27/5/05)/Indo Asian- up to 100 A (valid
up to 16/10/05)
HPL ( up to 800A , up to 27/5/05).
Indo-Asian up to 800 A(valid up to 16.10.05)/LK-HPL
( up to 800 Amp, up to 27/5/05)
HPL ( up to 2000A, up to 27/5/05 )/Indo Asian- 16A400A (valid up to – 16/10/05)
HPL- Socomec ( up to 3150 A , up to 27/5/05 ) / Indo Asian63A-630A(valid up to 16/10/05)
LIST OF APPROVED MAKES FOR VARIOUS ITEMS USED IN A/C.
Issue- 4/2005
S.N.
COMPONENT
1.
MOTORS
2
COMPRESSOR
3
4.
STARTER
MCBs / Isolators &
Distribution Board
5
G.I/M.S.PIPE
6
Cables ISI Mark (a) Up to
1.1 KV
grade
(b) Above 1.1 KV grade.
G.M. VALVES
SPP/over load
Resin Bonded Glass wool
Expanded
Polystyrene
Gauges
CONTROLS
7
8
9
10.
11.
12.
13.
14.
15.
16.
Fresh Air Fans
Fine Filters for
fresh air
EU-2
(Coarse filter
Efficiency 90%
Down to
20 microns)
EU-3(Fine filter, Efficiency
95% down to 5 microns
G.I. Sheets
INDICATING LAMP
17.
18.
AMMETER/ VOLMETER
SELECTOR SWITCH.
19.
C.T
SDE (E-P)
MAKE
G.E / Crompton Greaves / Siemens / Bharat Bijlee / ABB / MEI /
KEC / HBB / Sparton / NGEF / Hindustan.
Voltas / Kirloskar / Copeland / Batliboi / Carrier / KPC /
Copewald / ACCEL / Blue Star / Trane.
L&T / Siemens / BCH / ABB / MEI / GE Power Control.
Bentex / Clariton / Havells / Siemens / Standard / Crompton /
indokopp / MDS / HPL-Techno (up to 27/5/05) / HPL-Rakshak
(up to 27/5/05)
BST / TATA / ATL / ITC/ ATC / IIA / JST / ITS / Jindal / Zenith /
GSI / TTA.
ISI mark
ISI mark
Sant / Leader / Trishul / Fountain / Annapurna.
L&T / Minilec / Zerotrip / Siemens.
Fibre Glass / Pilkingston / UP Twiga.
BASF (India) Ltd.
Fiebig /H. Guru / Pricol
Indfoss / Honeywell / Sporlan / Ranco / Ranutrol / PennDanfoss / Flica
GE / Khaitan
Dyna / Tenacity / Kirloskar / Puromatic / Airtech / Purafill / ARW
/ Athlete / Purolator Anfiltra Effluent.
Tata / Sail / Nippen Denro / HSL / Jindal / National
Vaishno / Siemens / L&T / AE / IMP / Rass Control / Teknic /
Compton / Kaycee. For Maharashtra Zone : I) Vecco (up to
27.12.05
AE / IMP / Universal / Rishabh / Kaycee / Meco / Enercom.
L&T / Kaycee / AE / IMP / Thakoor / Reco / Vaishno / Salzer /
Rass control For Maharashtra Zone : i) Vecco (up to 27.12.05)
AE / IMP / Marshal / Pactil / Kappa / L&T / Ashmor / Indcoil /
Waco / Meco / Aruna Electronics ( up to 13/07/06).
- 29 -
EE (E)
S.N.
1.
APPROVED MAKES FOR FIRE DETECTION WORKS.
Issue- 4/2005
COMPONENT
MAKE
Heat detectors
Nitton / Apollo / Chemtron / Hochiki / Edward / Wormald /
Fenwal / System Sensor ( up to 31/12/05)
2
Ionization type smoke
detectors
Vijay / Hochiki / Edward / Wormald / Fenwal / Cerebrus / Nitton
/ Apollo / System Sensor ( up to 31/12/05)
3
Photo Electric type smoke
detectors
Vijay / Hochiki / Edward / Wormald / Fenwal / Cerebrus / Nitton
/ Apollo / System Sensor ( up to 31/12/05)
4. a)
Fire Panels Conventional
Mather and Platt / Meltron / Steelage Industries (Minimax) /
Vijay /Safeway Security System, Mumbai /Carmel and Ravel
Electronic Co. Chennai/ Naveen system Chennai / Alert Fire
Service, Bangalore / Digicon Engineers, Mumbai( up to
31/12/05) / Rafiki Protection, Chennai.
4 b)
Microprocessor
based
F/Alarm control panel
Agni ( up to 31/12/05)/Digicon(up to 31/12/05) Naveen (up to
31.12.06)
5.
PA System
Ahuja / Philips / Motwani /AKG.
6.
7.
Hooters
PVC insulated copper
conductor
Ahuja / Philips / Motwani / Vaishno / Agni.
ISI mark
8.
Battery (Lead acid sealed
maintenance free)
9.
Conduit
Exide / Standard Furukawa / AMCO / Pacesetter / Prestolite /
Amara
Raja / Standard / Crompton Greaves / Hitachi /
Kirloskar.
ISI mark.
10.
LED based aviation
lamp
M/s.G.S. Enterprises up to 18.7.05 M/s.Insta Power (up to
31.12.05).
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-P)
- 30 -
EE (E)
Download