tender

advertisement
Division NIT No :-
54 /EEE/BSNL/NND/12-13
Sub Division NIT No :- 06/SDEE/BSNL/ESD/12-13
Name of Work :Name of Contractor :- M/s .
Date of Application & receipt :Tender Issued on :Cost of Tender Rs. :- 169/Date of Opening :-13/03/2013
INDEX
Sl. No.
CONTENTS
Page No.
1.
Press Notification.
----
2.
Web Notification.
2-3
3.
Tender Application format
4-5
4.
Notice Inviting Tenders (Form BSNL EW 6)
6-8
5.
Tender & Acceptance
9-10
6.
Proforma of Schedules
11-13
7.
Schedule of Quantities
14
8.
Important note for contractors
9.
Special condition of Contract
18
10.
Specifications
19
11.
Approved Product List
15-17
20-22
Certified that this Draft NIT contains 22(Twenty-Two) pages and Standard Form EW 8 [ ITEM RATE
TENDER AND CONTRACT FOR ORIGINAL WORKS].
Name of Agency : [ To be filled by the agency. ]
1
BHARAT SANCHAR NIGAM LIMITED
(ELECTRICAL WING)
O/o The Sub Divisional Engineer (E) BSNL, Electrical Sub Division, Ground Floor, Telephone Bhavan Bldg, Opposite
Collector Office, NANDED 431-601, Ph No 02462-246200
Ltr No :- 14(10)13/SDEE/BSNL/ESD/NND/ 780
Dtd :- 28 /02/2013
WEB NOTIFICATION
The Sub Divisional Engineer (E) BSNL Electrical Sub division NANDED, invites on behalf of the Bharat
Sanchar Nigam Ltd sealed item Rate tender for the following works from the contractors satisfying the under
mentioned eligibility conditions.
SN
Name of work
1
Replacement of 2 Nos 5 HP
Monoblock Centrifugal Pumpsets
against
scrapped
pump
at
Telephone Bhavan Nanded.
SITC of 1 X 15 KVA Single Phase
D.G set with Acoustic Enclosure
and AMF Control Panel at
Telephone
Exchange
Bldg
Khatgaon Under Nanded.( SH:Replacement
of
missing
components of the EA set and
control panel)
One time maintence
of 1X
7.5KVA E/A set at T.E.Bldg,
Kautha ,under Nanded SSA.
2
3
Estimated
Cost ( Rs. )
EMD
( Rs. )
EMD in
favour of
Time
Limit
Tenedr
Cost (Rs.)
53/EEE/ BSNL /
NND/ 2012-13
7,174/-
143/-
AO BSNL
Civil Dn.,
Nanded
One
Month
Rs. 169/-
54/EEE/ BSNL /
NND/ 2012-13
29,118/-
582/-
AO BSNL
Civil Dn.,
Nanded
07 Days
Rs. 169/-
55/EEE/ BSNL /
NND/ 2012-13
32,769/-
655/-
AO BSNL
Civil Dn.,
Nanded
One
Month
Rs. 169/-
NIT No.
Eligibility Criteria
For works at Sr. No.1
Enlisted Electrical Contractors of BSNL subject to their financial limits.
For works at Sr. No.2 & 3
Enlisted Electrical Contractors of BSNL subject to their financial limits.
OR
Either Engine Manufacturer on The DOT/BSNL current approved list OR their Authorized service
centers since last three years reckoned from the date of NIT Only.
A. The firm shall have appropriate Chartered Accountant’s Certificate in lieu of Income – Tax
clearance certificate and VAT Registration certificate, Service Tax Registration certificate & Valid
Electrical contractors license, EPF registration or undertaking to compliance of EPF Act with
attested copies as applicable along with application on their printed letter heads for purchase of
Tender.
B. Agency should submit attested copy of PAN Card.
Conditions and tender forms can be had from Sub Division office on payment of Rs.169/- (Non
refundable) at O/o Sub Divisional Engineer (E) BSNL Nanded.
Note :- The Tender Cost shall be accepted from 10.00 Hrs to 13.00 Hrs on working days only at cash
counter of O/o GMTD, Nanded.
Last date of receipt of tender application
Last date of issue of tender
Last date of submission of tender
Date of opening of Tender
08.03.2013
11.03.2013
13.03.2013 up to (Time 15:00)
13.03.2013 up to (Time 15:30)
In case Holiday is declared on the opening day of the tenders the tenders will be opened on the next
working day. The tenders of the contractors who do not deposit Earnest Money in the prescribed manner are liable
to be rejected. Validity of tender shall be for 90 days from date of opening of tenders.
2
NOTE :-
1. Tender document can also be downloaded from the website www.maharashtra.bsnl.co.in
2.
The firm who quotes on the tender downloaded from web-site shall strictly follow the following
procedure:3. The tender shall be submitted in two envelope system.
First envelope shall contain tender application ( if tender downloaded from website ), tender fee, attested
documents proving fulfillment of eligibility criteria as per the tender notice & EMD in proper form.
Separate DD should be attached for Tender Fee & EMD preferably on Nationalized Bank.
Second envelope shall contain duly filled tender document
The same shall be clearly written on the envelopes. In case 1st cover is not annexed or Earnest Money
Deposit is not in proper form the 2nd envelop containing tenders will not be opened at all.
4.
5.
6.
The tenderer shall submit the downloaded original computer print out of the document from website.
The photocopy shall not be accepted. If during the process of tender finalization, it is detected the
tenderer has submitted tender documents after making any changes/ additions /deletions in the tender
documents downloaded from the web site, the offer shall be summarily rejected and the EMD deposited
by tenderer shall be forfeited in addition to any other action as per.
All originals of Eligibility criteria shall be produced for verification at the time of tender opening.
In case :i.)
ii.)
iii.)
Tender fee is not submitted in proper form.
EMD is not in proper form.
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.
7.
If any difference /discrepancies found between down loaded Tender form, any hard copy issued from
Sub Division Office, the contents in Draft NIT will be final & binding.
Sub Divisional Engineer (E)
BSNL Electrical Sub Division
NANDED
Copy to 1) The Executive Engineer (E), BSNL Electrical Division, Nanded for information please & uploading the
NIT on websites & circulate to all please.
2) The AGM (Admn) GMTD, Nanded (for displaying in SSA Notice board).
3) All SDE (E), BSNL, ESD, Under Electrical Division, Nanded.
4) Account Officer ( Cash ) O/o GMTD Nanded.
5) Account Officer ( Work ) O/o BSNL Electrical Division Nanded
6) Vigilance Officer, O/o CGMT Maharashtra Circle Mumbai..
7) Labour Officer
8) The Notice Board.
9) NIT File
10) All working contractors Under BSNL Electrical Division , Nanded.
Sub Divisional Engineer (E)
BSNL Electrical Sub Division
NANDED
3
TENDER APPLICATION FORMAT (For Tender down loaded from Website)
To
The Sub Divisional Engineer(E)
BSNL Electrical Sub Division
Nanded
ENVELOPE - I
Sub : Application for the tender of “AS PER PRESS NOTIFICATION”
(Tender due on ………………………. )
Dear Sir,
As per tender publication Advertised on ………………… (Date) in ………………………….. ( Name of
Newspaper) by your office and display of Notice Inviting Tender on web site http:/www.maharashtra.bsnl.co.in.
We are hereby submitting the following documents :Tender Application fee :- Demand Draft No ……..…………………… date …………………………..
1.
Amount Rs ……………………………………… Name of Bank
……………………and Branch
……………………………in favour of “Account Office, BSNL Civil Division, Nanded …………………
2.
a)
Name of firm / company……………………………………………………………………………………….
b) Name of Proprietor/ Partner/Managing Director…………………………………………………………........
c)
Address………………………………………………………………………………………………………
Pin Code ………………………………………….Phone …………………..................................................
e-mail address ……………………………………………………………………………………………….
d)
i) Electrical Contractor’s License No ……………………………………………………………………..
ii) Issuing authority …………………………………………………………………………...
iii) Class of Registration ………………………….Limit ………………………………………………….
e)
Electrical Supervisor license No. …………………………………………………………………………...
In the Name of …………………………………………………………………………………………..
Qualification ……………………………………………………………………………………………..
1.
Address of Branch / Head office Name …………………………………………………………………..
In BSNL Division H.Q ……………………………………………………………………………………..
1.
Pin Code …………………………….Phone No…………………………………………………..
2.
Mobile No ……………………………………………………………………………………….
3.
E-Mail Address ………………………………………………………………………………….
2.
Income Tax Clearance Certificate/Chartered Accountant Certificate dt…………………………………….
3.
Works Contract Registration No …………………………… dt. ………………………Valid up to ..…….
4.
Solvency Certificate of ( Bank with Branch ) …………………………….for Rs. …………………………
5.
Lists of work carried out Certified Officer not below the rank of Executive Engineer.
Sl.No
Name of work
Date of
completion
Amt. Of
work
Deptt.
4
6.
Annual Turn over
Sl.No
1
2
3
7.
Year
2009 – 2010
2010 – 2011
2011 – 2012
Annual Turn Over in Rs.
Earnest Money Deposit :- DD/BG/PO/ No ………………………………………………………………...
dt. .………………………….. Amt. Rs. …………………………………………….… (Bank & Branch )
……………………………. in favour of “ Account Officer ” O/o The Executive Engineer ( Civil ),
BSNL CIVIL DIVISION, Nanded
All above documents at Sl. No. 1 to 9, duly attested are enclosed.
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
…………………………….
…………………………….
…………………………….
…………………………….
…………………………….
…………………………….
…………………………….
…………………………….
…………………………….
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.
Yours Sincerely,
(Signature)
Place ………………………………..
Date …………………………………
(Name in block letter )
( Seal of firm )
5
NOTICE INVITING TENDER
Division:- Nanded
Sub Division :- NANDED
Item rate tenders are invited on behalf of the BSNL for following work from the contractors satisfying under
mentioned eligibility conditions.
a)
Name of work :- SITC of 1 X 15 KVA Single Phase D.G set with Acoustic Enclosure and AMF
Control Panel at Telephone Exchange Bldg Khatgaon Under Nanded.( SH:- Replacement of
missing components of the EA set and control panel). .
b)
Division :- BSNL Electrical Division, Nanded
c)
Estimated cost :- Rs. 29,118 /-
d)
e)
f)
g)
h)
E.M.D. :- Rs 582 /Time :- 07 Days
SD :- 5% of the tendered value of the work subject to a maximum of Rs. Five lakhs
Performance Guarantee :- 5% of Tendered Value before award of work.
Cost of Tender documents :- Rs. 169/- as applicable.
The work is estimated to cost Rs 29,118 /- This estimate, however, is given merely as a rough guide.
1.1 Eligibility Criteria of eligibility for issue of Tender Documents
1.2 Tenders will be issued to eligible contractors satisfying under mentioned eligibility condition.
ELEGIBILITY CONDITIONS OF FIRMS
Eligibility Criteria
Enlisted Electrical Contractors of BSNL subject to their financial limits.
OR
Either Engine Manufacturer on The DOT/BSNL current approved list OR their Authorized service
centers since last three years reckoned from the date of NIT Only.
A. The firm shall have appropriate Chartered Accountant’s Certificate in lieu of Income – Tax clearance
certificate and VAT Registration certificate, Service Tax Registration certificate & Valid Electrical contractors
license, EPF registration or undertaking to compliance of EPF Act with attested copies as applicable along
with application on their printed letter heads for purchase of Tender.
B. Agency should submit attested copy of PAN Card.
1.
Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8 which is available as
a Government of India Publication. Tenderer shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.
2.
The time allowed for carrying out the work will 07 Days from the date of award of work indicated in the
tender documents.
3.
The site for the work shall be made available.
4.
Receipt of applications for issue of forms will be stopped by 16.00 Hrs. three days before the date fixed for
opening of tenders. Issue of tender forms will be stopped Two days before the date fixed for opening of
tenders.
5.
Tender documents consisting of specifications, the schedule of quantities of the various classes of works to be
done and the set of terms and conditions of contract to be complied with by the contractor whose tender may
be accepted and other necessary documents can be seen in the office of the The Sub- Divisional Engineer (E),
6
BSNL Electrical Sub Division, NANDED between hours of 10.00 AM and 16.00 P.M. everyday except on
Second Saturday & Sundays and Public Holidays. Tender documents, excluding standard form, will be issued
from his office, during the hours specified above, on payment of Rs. 169/- in cash ( non refundable ).
6.
The tenderer must produce a Chartered Accountants Certificate showing details of Income-tax returns duly
filed and no dues are outstanding towards Income-tax, certificate before tender papers can be sold to him.
7.
Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the
envelopes, will be received by the The Sub Divisional Engineer (E), BSNL Electrical Sub-Division,
NANDED invites on behalf of Bharat Sanchar Nigam Limited , upto 03.00 P.M. on 13.03.2013 and will
be opened by him or his authorized representative in his office on the same day at 03.30 P.M.
8.
The tender shall be accompanied by earnest money (unless exempted), of Rs. 582/- in cash/ Receipt Treasury
Challan/Deposit at Call receipt of a Scheduled Bank/Fixed Deposit Receipt of a Scheduled Bank/Demand
Draft of a Scheduled Bank issued in favour of The Accounts Officer, BSNL O/o The Executive Engineer
(C) BSNL Civil Division Payable at Nanded. The Fixed Deposit Receipt shall be accepted only if it is valid
for six months or more after the last date of receipt of tenders and is pledged in favour of A.O. O/o The
Executive Engineer (C) BSNL Civil Division Nanded Payable at Nanded.
9.
A contractor exempted from depositing earnest money in individual cases, shall enclose with the tender an
attested copy of the letter exempting him from depositing earnest money, in a manner described for earnest
money in condition No. 8.2 below, and shall produce the original when called upon to do so.
10. The tender and the earnest money shall be placed in separate sealed envelopes each marked 'Tender' and
'Earnest Money' respectively. In cases where earnest money in cash is acceptable, the same shall be deposited
with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the
envelopes shall be submitted together in another sealed envelope. The envelope marked "Tender” of only those
tenderers shall be opened; whose earnest money placed in the other envelope is found to be in order.
11.The
description of the work. SITC of 1 X 15 KVA Single Phase D.G set with Acoustic
Enclosure and AMF Control Panel at Telephone Exchange Bldg Khatgaon Under
Nanded.( SH:- Replacement of missing components of the EA set and control panel).
12. Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at
the office of the above mentioned officer. Tenderers are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil.
(so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding
or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost
all materials, tools and plants, water, electricity access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract documents. Submission of a
tender by a tenderer implies that he has read this notice and all other contract documents and has made himself
aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools
and plant, etc. will be issued to him by the Government and local conditions and other factors having a
bearing on the execution, of the work.
13. The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender
and reserves to himself the authority to reject any or all the tenders received without the assignment of any
reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the tenderer shall be summarily rejected.
14. The Public enterprises that avail benefits of the purchase preference should be subjected to adequate penalties
for cost overruns etc.
15. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders
submitted by the contractors who resort to canvassing will be liable to rejection.
16. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or
any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.
17. The contractor shall not be permitted to tender for works in the Telecommunication/Postal (responsible for
award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer
in any capacity between the grades of Superintending Engineer and. Junior Engineer (both inclusive). He shall
7
also intimate the names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any gazetted officer in the BSNL or in the Ministry of Communication. Any
breach of this condition by the contractor would render him liable to be removed from the approved list of
contractors of this Department.
18. No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in
an Engineering Department of the Government of India is allowed to work as a contractor for a period of two
years after his retirement from Government service, without the previous permission of the Government of
India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found
any time to be such a person who had not obtained the permission of the Government of India as aforesaid
before submission of the tender or engagement in the contractor’s service.
19. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening
of tenders. If any tenderer withdraws his tender before the said period or makes any notifications in the terms
and conditions of the tender which are not acceptable to the department, then the Government shall, without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further, the tenderer shall not be allowed to participate in the re-tendering process of the work.
20. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on
acceptance of his tender by the Accepting Authority, shall, within 15 days 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 BSNL EW 8
Signature of Divisional Officer/ Sub-Divisional Officer
….………………………………..
For and on behalf of BSNL
8
BHARAT SANCHAR NIGAM LIMITED
State
: Maharashtra
BSNL Electrical Dn. Nanded
Branch
: Electrical
BSNL Electrical Sub Dn. Nanded.
Percentage Rate Tender/ Item Rate Tender & Contract for Works
(A) Tender for the work of ………………………………………………………………………………………….
…………………………………………………………………………………………………..
i) To be submitted by ………………………… hours on ………………….. to ………………………………
(time)
(date)
ii) 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 :- …………………………………………………………………………………………………………
9
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 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 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 behlf 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 :- ………………………………….
Designation …...……………...
10
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE 'A'
Schedule of quantities: Appended from page no. 14.
SCHEDULE ‘B’
Schedule of material to be issued to the Contractor.
Sr.
No.
Description of
Item
1
1
2
Rates in figures & words at which the
material will be charged to the
contractor
3
4
……………………Nil…………………..
Quantit
y
Place of Issue
5
SCHEDULE ‘C’
Tools and plants to be hired to the contractor
Sr.No.
1
Description of Item
2
Hire charges per day
3
NIL
Place of Issue
4
SCHEDULE 'D'
Extra schedule for specific requirements/ document for the work, if any.
A: Important Note for Contractors: Appended from page page 15 to page 17
B : Special conditions of contract : Appended from page 18.
C : Specification for Works: Appended from page 19 to 22 .
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
Xs
cent 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
11
SCHEDULE 'F'
Reference to General Conditions of contract.
Name of work:
SITC of 1 X 15 KVA Single Phase D.G set with
Acoustic Enclosure and AMF Control Panel at
Telephone Exchange Bldg Khatgaon Under
Nanded.( SH:- Replacement of missing
components of the EA set and control panel).
Estimated cost of work:
Rs.29,118/-
Earnest money:
Rs.582/-
Security Deposit:
Firm has to submit within One Month 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, Nanded. 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, Nanded
2(vI)
Accepting Authority
Sub-Divisional Engineer (E), BSNL Electrical
Sub-Division, Nanded.
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.
SE (E), BSNL Elect. Circle, Nagpur.
Clause 5
Time allowed for execution of work.
07 Days
Authority to give fair and reasonable extension of E.E. (E), BSNL Elect. Dn., Nanded
time for completion of work.
Clause 7
Gross work to be done together with net payment/ As Applicable.
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
Specifications as per appended with Schedule
of work.
12
Clause 12
12.1.2 (I) Schedule of rates for determining rates for NA
additional, altered or, substituted items that cannot
be determined under
12.1.2 (i) & (ii)
12.1.2 (I) ± the % over the rate entered in the schedule of NA
rates.
12.1.2 (vi) A Deviation Limit beyond which
sub-clauses (i) to (v) shall not apply and clauses 12.2 & 25 %
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.
Clause 36 (i)
Minimum Qualifications & experience required for
Principal Technical Representative.
NA
S.E. (E), BSNL, Elect. Circle, Nagpur.
a) For works with estimated cost
put to tender more than
i) Rs. 10 lakhs for Civil work
ii) Rs. 5 Lakhs for Elect/ Mech.
Works
Graduate or retired AE possessing
At-least recognised diploma
b) For works with estimated cost
put to tender more than
i) Rs. 5 lakhs but less
than Rs. 10 lakhs for Civil works
NA
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
13
SCHEDULE OF QUANTITY 'A'
Name of work :- SITC of 1 X 15 KVA Single Phase D.G set with Accoustic Enclosure and
AMF Control Panel at Telephone Exchange Bldg Khatgaon Under Nanded.( SH:Replacement of missing components of the EA set and control panel)
Sr. DESCRIPTION OF ITEM
QTY. RATE
UNIT AMOUNT
1
Supplying of the following missing
components of the 15 KVA EA set
complete as required.
a. Fuel pipe braided flexible type
2 No.
Each
b. Overflow valve
1 No.
Each
c. 19" benjo bolt.
3 No.
Each
d. Battery charger 12 V ,10 Amps
S.M.P.S type
1 No.
Each
e. A.V.R card for A.M.F control
panel 230 V A/C Make servotek
/newtek SS make
1 No.
Each
f. EA set Battery 12 Volts ,120 AH
along with 25 sqmm flexible
copper leads of 1 meter length-2
no. and Battery terminals.
1 No.
Each
g. Making Door Lock arrangement
for the canopy and providing brass
door lock.
2 No.
Each
h. Exhaust fan rear hood cover.
1 No.
Each
i. Labor charges for fixing the
above components and Testing
commissioning.
1 Job
Job
Total Rs
Sub-Divisional Engineer (E)
BSNL, Elect. Sub/Dn,
Nanded.
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.
14
SCHEDULE ‘D’
EXTRA SCHEDULE FOR SPECIFIC REQUIREMENTS/DOCUMENT FOR THE WORK, IF
ANY.
The firm shall carefully read the following conditions and shall quote accordingly confirming all the
points in their offer.
1. Department reserves the right to accept the quantities in full or in parts.
2. The ordering quantities can be increase or decrease up to the extent of 25% (deviation) without the
consent of the firm. The firm shall execute such quantities at the rate quoted in the tender without any
change in terms and conditions of the contract.
3. Not withstanding, any thing contained anywhere else in this tender document, Service tax not be
included in the offer. Service tax will be reimbursed by BSNL. Hence rate quoted shall be inclusive of
all taxes and levies but exclusive of service tax.
4.The department also reserves the right to award the work outside the Jurisdiction of the
Division but within the jurisdiction of Circle at no extra cost.
5. TAXES & DUTIES :The firm shall quote rates for all items inclusive of all taxes and duties and other
levies e.g. excise duty, sales tax, work contract tax(VAT), turnover tax, entry tax etc. No any concession
form shall be issued by BSNL.
6. VAT : The rates offered by the firm shall be inclusive of the VAT as applicable in the states. The
BSNL shall deduct VAT from payments due to the firm as per rules of the state Govt. Certificate for
such deduction shall be issued to the firm by the Accounts officer of the division.
7. SERVICE TAX :The rates offered by the firm shall be exclusive of the service tax as
applicable. SERVICE TAX WILL BE REIMBUERSED ONLY ON SUBMISSION OF
DOCUMENTORY PROOF OF REGISTRATION WITH EXCISE DEPARTMENT AND
RECEIPT OF PAYMENT.
8. STANDING ORDER NO. 258
i) Tendered rates are inclusive of taxes and levies payable under the respective statutes. However
pursuant to the Constitution (Forty Sixty 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 S.E.(E) whose decision shall be final and binding)
attributable to delay in execution of work within the control of the contractor(s).
ii) 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 /documents as the Engineerin-Charge may require.
iii) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy
pursuant
to the Constitution
(Forty Sixty 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.
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.
9. Loading, unloading, transportation, insurance etc shall be included in their offer.
10. All the material will be under the charge of contractor till it is completed and handed over.
No materials will be removed from site without written permission of Engineer in charge.
11. Firm shall confirm to carry out the work as per NIT conditions.
12. Special Condition :15
" Department reserves the right to get inspected the material in the transformer and other associated
materials related to this work and any components thereof by the manufacturer / their authorized
representative of the component(s), whose report as regards genuinely of component shall be final
and binding. In case any component upon such inspection is found to be duplicate/spurious,
double the cost of such component based on price list(without any discount whatsoever) effective on
date of aforesaid inspection shall be recoverable, without prejudice to right of the department to
take any disciplinary action against the contractor. In case the contractor agrees to replace the
components so found spurious/duplicate at his cost, within 15 days of the said report compensation of
Rs. 1,000/- per component found spurious/duplicate shall believed against the contractor. Decision of
S.E on such case shall be final and shall be out of purview of clause-25 of arbitration ".
SCHEDULE “D”
( 2 ) SPECIAL CONDITIONS OF CONTRACTS
1. STORES AND SAFETY:
All the stores and materials required for the satisfactory completion of the work shall be arranged at
work site by the contractor from his own sources. Lockable space for storing the material may be
provided on request from the contractor. However, safe custody of the material stored at site will be
responsibility of the contractor.
2. COORDINATION AT SITE:
Wherever air conditioning work is being carried out by more than one agency , it should be aim of
different agencies that on their account of work of other agency/ agencies is not delayed. Full cooperation & full co- ordination is to be extended to other agencies during progress of work & at the time
of testing of all the agencies. Further, work shall be carried out in such a way so that it may not cause
abnormal noise and hindrance to the officers of the department engaged in erection as well to normal
routine work.
3. Completion of work
The work shall be deemed to have been completed after the fulfillment of the following.
a) Satisfactory testing as per the departmental standards in the presence of Engineer-in-charge or its
representative and agency.
4. TESTING
a) The firm shall submit routine test certificates from manufacturer on supply of the compressor
at site.
b) The firm shall operate, test and adjust all air conditioning system units, fans, motors, all air
handling appliances provided in connection with this installation and shall make all necessary
as applicable adjustments of all regulating dampers for the purpose of the flow of air to each
and every outlet & inlet.
c) The contractor for approval of Engineer-in-charge shall furnish a carefully recorded detailed record
of the results of these adjustments.
GUARANTEE AND DEFECT LIABILITY:
 The guarantee shall be valid for 12 Months (One Year) after successful commissioning. The
contractor shall guarantee that all equipment shall be free from any defect due to the defective
material and/or bad workmanship and also the equipment shall work satisfactorily with
performance and efficiencies not less than the guaranteed values.



Any part found defective during this period shall be replaced free of cost by the contractor. The
service of the contractor's personnel if required during this period shall be made available free
cost to the department.
 The contractor shall depute his representative with in 36 hours of notification of the defect by
the department.
A joint report shall be prepared by the representative of department and firm regarding
nature of defects and remedial action required. Time schedule for such action shall be also
finalized.
In case the contractor fails to depute his representative with in 36 hours of notification of the defect
or fails to cause remedial measure within reasonable time as decided during joint inspection, the
department may proceed to do so at the contractor's risk and expenses and without prejudice to any
other right.
16
SCHEDULE “D”
(4)AMMENDMENTS IN CPWD 8
Sl.No.
1
2
3
Clause No.
(2)
Compensation
for delay
Existing entry
To be read as
i) Compensation for delay of work - The compensation for delay which is
@ 1.5% per month of delay to be limited to 0.5% of work order value
computed on per day basis.
for the first ten weeks and 0.7% for
next ten weeks and thereafter subject
Provided always that the total amount to a maximum of 12% of the work
of compensation for delay to be paid order value.
under this condition shall not exceed
10% of the tendered value of work.
(5) Time and (3rd line) The execution of work shall
extension for commence from such time period as
delay
mentioned in letter of acceptance or
from the date of handing over of the
site, whichever is later.
The time allowed for carrying out the
work as entered in the contract is
reckoned from the 10th day after the
date on which the orders to
commence the work are given to the
contractor.
(17) Contractor (16th line) Six months in the case of Deleted
liable
for work costing Rs. Ten lacs and below.
Damages,
defects during
maintenance
period
17
GENERAL SPECIFICATION FOR THE WORK
1.
The work shall be done as per current CPWD/BSNL specifications for Electric works as amended from
time to time and Indian Electricity Rules as amended up to date.
2.
A qualified supervisor shall supervise the work.
3.
The layout of the work will be given by the Engineer-in-charge or his duly authorized representative at
site of work.
4.
All the materials not mentioned in the list of approved makes shall be got approved from engineer-incharge before bringing them to site.
5. After completion of work, the contractor will have to submit the completion plan in triplicate .
INSPECTION OF SITE:
For the purpose of inspection of site and relevant documents the contractor is required to contact E.E.
(Elect) concerned and shall give reasonable facilities for inspection of the same. The contractor shall
inspect and examine the site and its surroundings and shall satisfy himself, before commencement of
work, to the form and nature of the site, the nature of work, and the quantities of materials necessary for
completion of the work, the means of access to the site etc. and in general shall obtain all necessary
informations as to risks, contingencies and other circumstances which may influence or affect his work.
No extra charges consequent on any misunderstanding or otherwise will be allowed.
SUFFICIENCY OF TENDER:
The contractor shall be deemed to have satisfied himself before entering into the contract as to the
correctness and sufficiency of his offer for the work and of the rates and prices quoted in the schedule of
works. These rates and prices shall except otherwise provided, cover all his obligations under the contract
and all matters and things necessary for proper completion and maintenance of the works.
DRAWINGS TO BE SUBMITTED FOR APPROVAL
The contractor has to get the layout and panel drawings (with dimension) along with the control panel
wiring drawing approved before start of the work.
INSPECTION AT CONTRACTOR’S PREMISES
The Department’s authorized representative shall have full powers to inspect (if it seems necessary in
view of Engg-in-charge to do so), drawings of any portion of the work or examine materials and
workmanship of the equipments at the contractor’s works or at any other place from where the material or
equipment is obtained. Acceptance of any material or equipment shall in no way relieve the contractor of
his responsibility for meeting the requirement of the specifications. In case the equipment (s)/material is
found defective or of inferior quality, the same shall be replaced free of cost by the contractor.
Any damage done to the building by the contractor during the execution of work shall be made good at his
cost and risk. If he does not do it himself, then the same will be got done at his cost and risk after giving
notice to him.
The firm should agree to all N.I.T. conditions i/c Guarantee Clause.
The prices shall be firm and offer shall be valid for 90 days from the date of opening tender.
18
SPECIFICATION FOR ELECTRICAL WORKS
General
i.)
ii.)
Unless otherwise specified particularly, the entire equipment shall be suitable for operation
on 415 volts / 240 volts with Earthed neutral, three / single phase alternating current
system.
All Components accessories, raw materials and finished used in manufacture and assembly
of switch boards, power and control circuit wiring and earthing system shall comply with
Relevant Indian Standards amended upto date. Where Indian standards do not exist
British Standards shall apply.
iii.)
The entire work shall comply with Indian Electricity rules, Internal & External CPWD,
general specifications for electrical work. Particular care shall be taken to ensure
compliance to I.E. rules 41, 45, 51 and 61.
iv.)
The following wiring shall be done in separate circuits:
i.)
Power Plug wiring.
ii.)
Light and fan point wiring.
iii.) Emergency light point.
v.)
If any conduit is laid before the award of this work, the recovery for the same will be
made from the contractors bills at DSR 1994 rates plus the abatement of this tender.
vi.)
Earthing
i.)
The ear thing sets shall be provided in the presence of Engineer-in-charge or his
authorized site representative.
ii.)
Earth electrodes shall have an ohmic resistance not more than 5 ohms. In rocky
soils the resistance may be upto 8 ohms.
vii.)
Testing
Before commissioning, the installation shall be subjected to the following tests.
i.)
Insulation resistance test with a 500 volts meggar.
ii.)
Earth electrode resistance test ( if provided by the contractor).
iii.) Earth continuity test.
iv.) Cables continuity test.
All results of such tests shall be furnished to the Engineer-in-Charge.
Sub Divisional Engineer (E)
BSNL Electrical Sub Division
NANDED
19
( IV ) – SECTION – II - APPROVED MAKES FOR E/A SET
SECTION-I
1 Engine Cummins/ Ruston/ Escorts/ KOEL/ Cater pillar/ Ashok Leyland/ Greaves/
Volvo Penta (200 KVA -500KVA)
2 Alternator Kirloskar / NGEF/ Leroy 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).
3 ACB L&T/ Siemens/ Crompton/ Control & Switchgear/ GE Power Controls
4 MCCB Siemens/ L&T/ GE Power Controls/ Control and Switchgear/ Crompton
5 Contactors, Auxiliary Siemens/ L&T/ GE Power Controls/ Crompton/ MEI/ Laxmi
5a IDMT Relay AVK-SEGC.
6 C.T AE/ IMP/ Marshal/ Pactil/ Kappa/ L&T/ Ashmor/ Indcoil/ Waco/ Meco
7 P.F. Meter IMP/ AE/ Rishabh/ Meco/ Universal/ Digitron.
8 Ammeter / Voltmeter AE/ IMP/ Universal/ Rishabh/ Kaycee/ Meco/ Enercon.
9 Selector switch L&T/ Kaycee/ AE/ IMP/ Thakoor/ Reco/ Vaishno/ Salzer/ Rass Control
10 Indicating lamp Vaishno/ Siemens/ L&T/ AE/ IMP/ Rass Control/ Teknic/ Crompton/ Kaycee.
11 Frequency Meter Digitron/ Rishabh/ Meco/ Keltron/ IMP/ AE
12 Lead acid battery Exide/ Standard Furukawa/ AMCO/ Pacesetter/ Prestolite/ Amara 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 Matting ISI mark
17 Cables ISI mark
(a) Up to 1.1 KV grade ISI mark
(b) Above 1.1 KV grade ISI mark
18 G.I Valve Kirloskar/ Fountain/ Trishul/ Leader.
19 Tri-vector Meter Sunco/ Jaipur/ IMP
20 KWH Meter Simco/ Jaipur/ Universal/ Rishabh/ AE/ IMP.
21 a) Single phase & poly phase Electronic Energy Meter HPL- Socomec (up to 60A, up to
27/05/05)
22 Panel mounted Electronic Energy meter, 3 phase, 4 wireHPL- Socomec ( up to 5 Amp, upto
27/05/05)
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.
Sub Divisional Engineer (E)
BSNL Electrical Sub-Division
NANDED
20
BHARAT SANCHAR NIGAM LIMITED
MAHARASHTRA ELECTRICAL ZONE, MUMBAI
ISSUE- 05/2004
LIST OF APPROVED MAKES FOR E.I & FAN, PUMP SET, COMPOUND LIGHT
1
2
ACB
MCCB
3
TPN Switches & HRC Fuses
4
5
C.T
AMMETER/ VOLTMETER
6
7
SELECTOR SWITCH
INDICATING LAMP
8
CAPACITOR
9
Cables ISI Mark
(a) Up to 1.1 KV grade
(b) Above 1.1 KV grade
PVC insulated copper
conductor wire.
Fire Extinguishers
RUBBER MATTING
Cable Joint Kit
Single Phasing Preventor
a) Timers
b) Time Switches & Devices
c) Limit Switches
MCBs/ Isolators &
Distribution Board
10
11
12
13
14
15
16
17
Change Over Switch
18
19
Piano Switch
Monoblock pump set
20
21
22
23
24
25
26
Starter
G.I./M.S.PIPE
Foot valve
Gate valve
M.S.conduit
Submercible pump
(a) ELCB
27
28
29
(b) RCCB
Contactors
Rotary switches
(a) Industrial plug & Socket
(b) Metal clad 29 plug socket
L&T/Siemens/Crompton/Control & Switchgear/GE Power Controls
Siemens/L&T/GE Power Controls/Control and Switchgear/Crompton
For Maharashtra Zone
i) Standard upto 600A (valid upto 31/7/04)
Siemens/L&T/GE Power Controls/Havells/H-H Elecon/Crompton/ LKHPL (upto 27/5/05)/Standard (up to 400 A)/ /Indo Asian- 6A630A(valid upto 16/10/05)
For Maharashtra Zone:
i) Standard upto 630A (valid upto 31/7/04)
AE/IMP/Marshal/Pactil/Kappa/L&T/Ashmor/Indcoil/Waco/Meco
AE/IMP/Universal/Reshabh/Kaycee/Meco/Enercom.
For Maharashtra Zone:
i) Yokins (Analogue type) (upto 10/9/04)
L&T/Kaycee/AE/IMP/Thakoor/Reco/Vaishno/Selzer/Rasscontrol
Vaishno/Siemens/L&T/ae/IMP/RassControl/Teknic/Crompton/Kaycee
For Maharashtra Zone:
i) Veeco (up to 10.6.04)
ii) Altos (upto 31/3/05)
Khatau Junkar/Crompton/L&T/Universal Electric/Usha/Asian/ae/IMP
For Maharashtra Zone:
i) Subodhan (up to 30 KVAR)(valid upto 31/3/05)
ISI mark
ISI mark
ISI mark
ISI mark
ISI mark
Raychem/M-Seal/DENSONs
L&T/Minilac/Zerotrip/Siemens.
L&T/Siemens/Minilac/Telemechanique/AE.
Theben (valid upto 16.10.05)
Vecco (valid upto 10.06.04)
Bentex/Clariton/Havells/Siemens/Standard/ Crompton/Indokopp/16
MDS (PROTEC)/ HPL (upto 27/5/05)
For Maharashtra Zone:
i) Schneider MCB & Isolator (upto 1/6/04)
Standard/Havells/Control and Switch Gear/H-H Elecon./
HPL-Socomec (upto 27/5/05)
ISI mark
Beacon/Batliboi/Kirloskar/Jyoti/Mather & Platt/KSB/Crompton/WASP/
BE/PEC.
L&T/Siemens/BCH/ABB/MEI/GE Power control
Tata/ALT/ITC/ATC/IIA/JST/ITS/JINDAL/ZENITH/GSI/TTA/BST.
ISI mark.
Sant /Leader/Trishul/Fountain/Annapurna.
ISI mark.
KSB/Calama/Amrut/Kirloskar/PEC/BE.
Standard/MDH/Havells/Datar/Siemens/GE Power control/
HPL-Techno (up to 27/5/05)
Indo Asian-25A/40A/63A (valid upto 16/10/05)
Siemens/L&T/GE Power control/Crompton/MEI/Laxmi.
HPL-Elektra(upto 63A) – (upto 27/5/05)
HPL-Elektra(upto 63A) – (upto 27/5/05)
Vecco (valid upto 10/6/04) ( For Maharashtra zone)
21
30
31
32
33
34
35
On load switch fuse change
over
Isolator ( Load Break )
switches
On – load by pass switch
On load motorized switch
Rewirable switch fuse unit
36
(a) Fuse switch unit
(b) Switch Disconnector
fuse
Off load change over switch
37
On load change over switch
HPL- Socomec ( upto 800A) – ( upto 27/5/05)
HPL- Socomec ( upto 3150A) – ( upto 27/5/05)
HPL- Socomec ( upto 630A) – ( upto 27/5/05)
HPL- Socomec ( upto 630A) – ( upto 27/5/05)
HPL ( upto 320A)-( upto 27/5/05) /
Indo Asian – upto 100A (valid upto 16/10/05)
HPL (upto 800A)-(upto 27/5/05)
Indo Asian upto 800A(valid upto 16/10/05)/
LK-HPL-upto 800A ( upto 27/5/05)
HPL( upto 2000A)- ( upto 27/5/05)/
Indo Asian – 16A-400A( valid upto 16/10/05)
HPL – Socomec ( upto 3150A)- ( upto 27/5/05)/
Indo Asian – 63A- 630A ( valid upto 16/10/05)
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.
Sub Divisional Engineer (E)
BSNL Electrical Sub-Division
NANDED
22
Download