Post on 11-Mar-2020
CONTRACTOR [Page] 90
SDE(E)/EE(E)
EW-6 & EW-8
INDEX
Name of Work: Providing EI & Fans at OP cum Diagnostic Block, THQ Hospital, Haripad
Sl.No. DETAILS PAGE
1. General Guidelines 1
STA
ND
AR
D E
W 6
& 8
(P
AG
ES 1
- 8
9)
IS N
OT
ENC
LOSE
D H
ERE.
REF
ER
EW-8
AV
AIL
AB
LE IN
WEB
SITE
(IN
PD
F F
OR
MA
T) F
OR
FU
LL D
ETA
ILS
2. Important Instructions to tenderers downloading the tender document from Web site Special Notes for tenders in respect of BSNL EW-6 & EW-8
2
3. NIT(BSNL EW-6) (Standard proforma) 3
4. Procedure for Two bid tendering 8
5. Tender Form BSNL EW-8 (Standard Proforma) 11
i) General Rules and Directions 13
ii) Conditions of Contract 17
iii) Clauses of Contract 19
iv) Safety Code 54
v) Model Rules 56
vi) Contractor’s Labour Regulations 62
vii) Proforma of registers 68
6. Model form of Bank Guarantee (for submitting EMD) 83
7. Performance Security Guarantee bond 84
8. Declaration for downloaded tenders 86
9. Undertakings by contractor(s) 87
10. Proforma of Schedules 89
11. NIT & Tender Form (To be filled up) 93
12. Special conditions of Contract (D) 115
13. Schedule of Works (A) 117
14. Technical Specifications (C) 131
15. List of approved makes 135
Certified that this draft NIT contains 46(Page 90 to 135) pages
CONTRACTOR [Page] 91
SDE(E)/EE(E)
GENERAL GUIDELINES
1. BSNL EW-6, Form BSNL EW 8, Schedules, special conditions / specifications and drawings will be
issued to intending tenderers only. The Standard Form will not be issued along with the Tender
Documents but the same shall form part of the agreement to be drawn and signed by the both
parties after acceptance of tender. The standard Forms shall be available in
downloadable manner from website
http://www.keralatelecom.com→tenders→electricalor
http://www.kerala.bsnl.co.in→tenders→electrical.
2. All blanks are confined to Notice Inviting Tender (BSNL EW-6) and Schedules A to F.
3. Authority approving the Notice Inviting Tenders (NIT) shall fill up all the blanks in BSNL EW-6,
and in Schedules B &F before issue of Tender Papers.
4. The intending tenderers will quote their rates in Schedule A
5. The proforma for registers and Schedules are only for information and guidance. These are not
to be filled in the Standard Form. The Schedules with all blanks, duly filled, shall be separately
issued to all intending tenderers for filling and returning the same in the manner prescribed.
The Schedules can also be downloaded from website
http://www.keralatelecom.com→tenders→electrical or
http://www.kerala.bsnl.co.in→tenders→electrical.
6. Special Notes for tenders in respect of BSNL EW-6 & EW-8
Sl No
Page No
Description Remarks
To be changed while uploading
the tender by EE/SDE
1 04 6b(i) Submission of tenders For Single Bid tenders (2 Envelope system) only
Refer Page- 94
2 .... 6b(ii) Submission of tenders For Two Bid tenders (3 Envelope system) only
Not applicable to
this work
3 .... 8.1 Distribution of work among tenderers
For RC works only Not applicable to
this work
4 06 Non Relative Certificate Refer Page 105
5 04 Terms of payments Refer Special conditions of Contract ( Schedule- D)
Refer Page 115
6 07 Eligibility Conditions Refer NIT Refer Page 98
CONTRACTOR [Page] 92
SDE(E)/EE(E)
IMPORTANT INSTRUCTIONS TO TENDERERS DOWNLOADING THE TENDER DOCUMENT FROM
WEBSITE
The tenderers who have down loaded the tenders from the web site, shall read the following
important instructions carefully before quoting the rates & submitting the tender documents:
1. The tenderer should see carefully & ensure that the tender document as per the index has
been down loaded for making required entries. The Balance pages of Standard BSNL EW-8
forms will be attached with the agreement after award of work. The Entire BSNL EW-8
clauses are available in the web site http://www.keralatelecom.com→tenders→electricalor
http://www.kerala.bsnl.co.in→tenders→electricalfor ready reference.
2. A clear printout of tender document shall be taken on good quality A-4 size paper & the
printer settings etc shall be such that the document is printed as appearing in the web &
without any change in format, number of pages etc and shall also ensure that no page is
missing. Only original computer printout of the document shall be used; photocopy shall not
be accepted.
3. In case of any doubt in the down loaded tender, the same shall be got clarified from the
Engineer - in - charge calling the NIT, before submission.
4. The name of the tenderer shall be filled on the first page of BSNL EW-6 & 8 forms of the down
loaded tender document and all pages shall be invariably signed (with stamp).
5. The tenderer shall ensure that the down loaded tender document is properly stitched and
sealed with sealing wax before submitting the same. Loose/spiral bound tenders shall not be
accepted.
6. There shall be no correction/addition/alteration/omission made in the text of the down
loaded tender document. If found otherwise the same shall be treated as non-responsive
and rejected.
7. The tenderer shall sign the declaration enclosed before submitting the tender.
8. In case of single bid system the tenderer shall submit tender in two sealed Envelopes
marked as 'Envelope No. 1' and 'Envelope No. 2'. The tender requisition on printed
letterhead and credentials for meeting the eligibility conditions shall be submitted along with
the cost of tender (in the shape of Demand draft) and EMD as detailed in NIT, in the first
Envelope (Envelope No.1). The credentials shall be self attested and certified by any BSNL
Executive/ Gazetted Officer/ Notary Public. If not certified by BSNL executive/ Gazetted
Officer/ Notary Public, then original documents shall be produced at the time of tender
opening. After verification of the contents of first Envelope & if found eligible, only then the
second Envelope (Envelope No.2) containing bid documents shall be opened.
*********
CONTRACTOR [Page] 93
SDE(E)/EE(E)
ELECT. WING, BSNL ELECTRICAL DIVISION,
4th floor, CTO Building, Karakkattu Road, Ernakulam - 682016. Tele: 0484 2379931 Email:-eeeekm10@gmail.com
Electrical Wing Electrical Division :ERNAKULAM Sub Division : ALAPPUZHA
Certified that this tender schedule contains…46………..pages only.
Executive Engineer (E) )/ Sub Divisional Engineer (E)
NIT No: 105/BSNL/ED/EKM/2015-16 dtd 20/06/15
NOTICE INVITING TENDERS (NIT)
(As per Tendering Procedures in BSNL revised upto date)
Sl.
No
Division Name of Work Category Estimated
Cost
EMD Time allowed for
completion of
work
Last
date of
sale of
tender
Date of
opening
Extension
/corrigen
dum/canc
ellation
1 EKM Providing EI & Fans at OP
cum Diagnostic Block, THQ
Hospital, Haripad
EI &
Fan
s
Rs.
14,5
2,79
9/-
29
,05
6/-
On
e m
on
th
afte
r
com
ple
tio
n o
f
civi
l wo
rks
07
/07
/15
09
/07
/15
01. Tenders in the prescribed form are hereby invited on behalf of the BSNL for the work Providing EI & Fans
at OP cum Diagnostic Block, THQ Hospital, Haripad
02. Estimated Cost :Rs.14,52,799/-
(a) Printed forms of tenders consisting of the detailed plans, complete specifications, the schedule
of quantities of the various classes of works to be done and the set of conditions of contract to be
complied with by the persons whose tender may be accepted, can be purchased, at the Divisional
/ Sub Divisional office between the hours of 11:00 hrsand16:00 hrs. every day except on Sundays
and public Holidays on payment of Rs. 525/-in cash.
(b) The site for the work is available/ or the site for the works shall be made available in parts.
(c) The tender forms can also be downloaded from the website.
(d) Before tendering, the contractor shall inspect the site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds, working
condition, including stocking of materials, installation of T&P etc., and conditions affecting
accommodation and movement of labour etc., required for the satisfactory execution of the
contract. No claim whatsoever on such account shall be entertained by the BSNL in any
circumstances.
03. Tenders which should always be placed in sealed Envelopes with the name of the work written on the
envelope will be received by the Executive Engineer (E) / Sub Divisional Engineer (E) , BSNL Electrical
Division,/ BSNL Electrical Sub Division, Ernakulamupto 15: 00 hours on…09/07/15……and will be opened by
him in his office on the same day at 1530 hours. If a holiday is declared on the tender opening day, the same
willbe opened on the next working day.The time allowed for carrying out the work will be up to One month
after completion of civil works.
CONTRACTOR [Page] 94
SDE(E)/EE(E)
04. from the 10th day after the date of written order to commence the work.
05. Issue of tender form will be stopped two days before the date fixed for opening of
tenders.Tenders will be sold on working days, no tenders will be sold after 16: 00 hours.
06. a) i) Earnest Money amounting to Rs.29,056/-in the form of Demand Draft / FDR / BG / CDR of a
Nationalized / Scheduled bank guaranteed by the Reserve Bank of India, drawn in favour of
Accounts Officer (Cash), Ernakulam SSA must accompany each tender & each tender should be in two /
three sealed Envelopes, super scribed asTender for the work of“Providing EI & Fans at OP cum
Diagnostic Block, THQ Hospital, Haripad”& addressed to EE(E) / SDE (E) BSNL Electrical Division/ BSNL
Electrical Sub Division , Ernakulam. The Validity period of EMD is 120 days, from the date of opening of
tender.
a) ii) The tender documents consisting of plans, specifications, schedule of quantities of the various
classes of work to be done and the set of terms & conditions of the contract to be complied with by the
contractor whose tender may be accepted and all other relevant information / documents / drawings
pertaining to the work can be downloaded for quoting the tender from our website
http://www.keralatelecom.com→tenders→electrical.
b)Submission of tenders. : In case the tender documents are downloaded from the internet, the bids shall
be submitted as described below.
i) Single bid system:The tenderer shall submit the tender in two numbers of separate sealed Envelopes,
marked as Envelope –I & Envelope-II. The name of work, name of tenderer, last date of receipt of
tender should be mentioned on each Envelope. After verification of the contents of Envelope-1, then
2 nd Envelope containing the bid document shall be opened. If the Envelope-1 is not annexed or the
documents submitted in the Envelope-1 are found incomplete or not in proper form against
requirements as given below herein, then Envelope-2 containing price bid will not be opened at all &
shall be returned to the tenderer on the spot, if the tenderer is present at the time of tender opening.
ii) The Envelope -1 shall contain the following:
Cost of Bid documents (which shall not be refunded, even if bidder is found ineligible for
issue of tender documents) in form of a separate demand draft of a scheduled bank or
Nationalised Bank / State Bank guaranteed by Reserve Bank of India, drawn in favour of
Accounts Officer (Cash), Ernakulam SSA.
Earnest Money amounting to Rs.29,056/-in the form of CDR / FDR / DD / BG of Nationalised
/ Scheduled bank, guaranteed by Reserve Bank of India drawn in favour of Accounts Officer
(Cash), Ernakulam SSA. (proforma as per Annexure-I).
Self attested Copy of PAN card issued by Income Tax Department.
Self attested copy of Chartered Accountant certificate for Turnover.
Self attested copy of Service Tax registration.
Self attested copy of Sales Tax registration.
Self attested documents for establishing Eligibility.
The testimonials regarding the list of satisfactorily completed (at least for the requisite
magnitude) works should be obtained from an officer not below the rank of Executive
Engineer/Manager in the organization concerned and copies certified by any BSNL
Executive/ Gazetted Officer/ Notary Public. If not certified by BSNL executive/ Gazetted
Officer/ Notary Public, then original documents shall be produced at the time of tender
CONTRACTOR [Page] 95
SDE(E)/EE(E)
opening (if applicable).
Self attested copy of EPF registration certificate.
iii) The Envelope-2 shall contain the following:
Bid document with the price break up filled in numerical and in words and duly signed in all
pages.
a). The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the
successful tenderer. This shall be done within one week of award letter.
b). Exemption from payment of earnest money and security deposit by any other unit/
department shall not hold good for BSNL.
07. The tender documents consisting of plans, specifications, schedule of quantities of the various
classes of work to be done and the set of terms and conditions of the contract to be complied with
by the contractor, whose tender may be accepted and all other information/documents/drawings
pertaining to the work will be open for inspection by tenderer and can be had from the office of
EE/ SDE (E) , BSNL Electrical Division/ Sub Division,Ernakulam between 11:00 hours & 16:00 hours
every working day except on Sundays & public holidays on payment of Rs.525/ - (Non-
Refundable). The cost of tender documents deposited along with the application for tender issue
shall not be refunded even if the bidder is found ineligible for issue of tender documents.
The Firm shall submit application for issue of tender documents on its printed letter head,
accompanied with copies of the following documents in support of fulfilling the eligibility
criterion:
a) The testimonials regarding the list of works satisfactorily completed (at least for the requisite
magnitude) obtained from an officer not below the rank of Executive Engineer /Manager in the
organization concerned (if applicable) and copies certified by any BSNL Executive / Gazetted
Officer/ Notary Public. If not certified by BSNL executive/ Gazetted Officer/ Notary Public, then
original documents shall be produced at the time of tender opening (if applicable).
b) Self attested Copy of Chartered Accountant certificate for Turnover
c) Self attested Copy of PAN card issued by IT department.
d) Self attested copies of Sales Tax and Service Tax registration Certificates.
e) Self attested copy of EPF registration certificate.
08. i) Performance Guarantee: The contractor is required to furnish performance guarantee for an
amount equal to 5% of the contract value in the form of Bank Guarantee / CDR / FDR / DD (of a
nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of
award letter. This period can be further extended by the Engineer-in-charge upto a maximum
period of 2 weeks on written request of Contractor. The validity period of the performance
security in the form of performance bank guarantee shall be One year from the date of actual
completion of work.
ii)Security Deposit : In addition to performance guarantee stated above, a sum @ 10% of the gross
amount of the bill shall be deducted from each running bill of the contractor till the sum be
deducted with the sum already deposited as earnest money, will amount to security deposit of 5%
of the Tendered value of the work.
CONTRACTOR [Page] 96
SDE(E)/EE(E)
09. The acceptance of a tender will rest with the ----Superintending Engineer (E),Trivandrum---- who
does not bind himself to accept the lowest tender or any other tender & reserves to himself
the Authority to reject lowest or all the tenders received without assigning any reason. All tenders
in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to
be rejected. Tenders with any condition including that of conditional rebates shall be rejected
forthwith summarily.
10. Canvassing in connection with tender is strictly prohibited & 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 & the tenderer
shall be bound to perform the same at the rates quoted.
12. 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 & for partnership
certificate will be given by all the Directors of the company.
13. No employee in BSNL / Govt. of India is allowed to work as a contractor for a period of two years
of his retirement from service without the prior permission. The contract is liable to be cancelled if
either the contractor or any of his employees is found at any time to be such a person who had
not obtained the permission as aforesaid before submission of tender and engagement in the
contractors’ service.
14. The tender for the works shall not be witnessed by the contractor who himself/themselves has /
have tendered or who may and has/have tender for the same work. Failure to observe this
condition would render tenders of the contractors tendering as witnessing the tender is/are liable
for summarily rejection.
15. It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the
tender documents for all the component parts and after the work is awarded he will have to enter
into a separate agreement for each component with the officer concerned.
16. Any tender not submitted in proper manner or if it contains too many corrections, over writings of
absurd rates, and absurd amount will be liable to be rejected and the BSNL will be at liberty to
take such action as it may deem fit without any reference to the tenderer.
17. The tenders for the work shall remain open for acceptance for a period of 90 days from the date
of opening of the tenders.If any tenderer withdraws his tender before the said period or makes
any modification in the terms and conditions of the tender which is not acceptable to the BSNL
shall, without prejudice to any other right of remedy be at liberty to forfeit 50% (fifty percent only)
of the said earnest money absolutely.
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 30 days beyond the extended validity date of
tender should also be asked for. While BSNL can make the request for 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
CONTRACTOR [Page] 97
SDE(E)/EE(E)
his rates as per various terms and conditions of the said form, which will form part of the
agreement.
22. The tenderer shall furnish a declaration to this effect (incase downloaded tender) that no addition
/ deletion / correction have been made in the tender document submitted and is identical to the
tender document appearing on website. Every page of downloaded tender shall be signed by the
tenderer with stamp (seal ) of his firm / organization.
i) If it is found at any stage of tender scrutiny after submission of tender that the bidder has
made any correction / addition / alteration / omission in tender documents available on the
website / original Draft NIT in office, the bid shall be treated as non –responsive and shall be
summarily rejected and the EMD deposited by the tenderer shall be forfeited in addition to
any other action as per prevalent rules.
ii) The conditional tender or tenders with conditional rebate shall be summarily rejected.
iii) The tenderer shall submit the original computer printout of the tender documents
downloaded from the internet. Photocopy shall not be accepted.
iv) In case tender documents are sent through courier I post, BSNL will not take any
responsibility for non receipt of tender documents in time. Any communication in this
regard will not be entertained.
v) All communications with the bidder shall be in writing. Fax / E-mail shall be covered under
this category and considered as adequate means of communications.
23. i) The Notice Inviting Tender shall form part of the Contract document in accordance with Clause-1
of the contract.The contract shall be deemed to have come into effect on issue of communication
of acceptance of tender.On such communication of acceptance, the successful
tenderer/contractor shall within 15 days from such date, formally sign the contract consisting of :
a) The Notice Inviting Tender, all the documents including additional conditions, specifications
and drawings, if any,forming part of the tender and as issued at the time of invitation of
tender and acceptance thereof togetherwith any correspondence leading thereto.
b) Standard EW-8 form.
ii) EPF Provisions:The agency has to comply with the provision of EPF and miscellaneous
provisions Act – 1952 and employees Provident Fund scheme-1952 as amended up to date in
respect of labours / employees engaged by them for this work. Any consequences arising due to
non-complying of provisions as specified above shall be of the sole responsibility of the firm only.
The agency shall give an undertaking to this effect as per the prescribed proforma.(Undertaking
regarding EPF provisions vide page 113)
CONTRACTOR [Page] 98
SDE(E)/EE(E)
24. ELIGIBILITY CRITERIA :
1. BSNL enlisted contractor in Electrical category of respective class as per their tendering
limits.
OR
2. The Contractors satisfying the following conditions:
The contractor enlisted in CPWD/MES/ Railways/Kerala PWD in respective class as per
their tendering limits
AND
Average annual turnover during the last 3 years, ending 31st March of the previous
financial year, should be at least 30% of the estimated cost.
AND
Experience of having successfully completed similar works in Central Government /
Central PSU/Central Govt Autonomous Body /State Government /State Govt. PSU/
State Govt Autonomous Body during last 7 years ending last day of month previous to
the one in which applications are invited should be either of the following
i. Three similar successfully completed works costing not less than the amount
equal to 40% of the estimated cost.
OR
ii. Two similar successfully completed works costing not less than the amount
equal to 60% of the estimated cost.
OR
iii. One similar successfully completed work costing not less than the amount equal
to 80% of the estimated cost.
In addition to the above, the firm shall possess the following to be eligible to participate in
the tender: EPF Registration/Declaration, Registration with Sales Tax authorities, registration
with Service Tax authorities and PAN card (Proof shall be attached).
Signature of EE(E) , BSNL Electrical Division
For & on behalf of BSNL
FILE NO: File No.45(2)/ EE/BSNL/ ED EKM/ 2015/1006 DATED 20/06/2015
Copy to:
01. Enlisted contractors/ Specialized Agencies/ Manufacturers
02. SE/ All EE BSNL Kerala/ AO (Civil&Electrical) EKM/ EEE(CPWD)
03. Press(if applicable)/ Website/ Notice board
Signature of EE(E) , BSNL Electrical Division
For & on behalf of BSNL
CONTRACTOR [Page] 99
SDE(E)/EE(E)
PROFORMA – FOR SUBMISSION OF TENDER
From (Name of firm)
----------------------------------------------------
----------------------------------------------------
To
The Executive Engineer(Electrical), BSNL Electrical Division Ernakulam.
Name of work:-Providing EI & Fans for NRHM Hospital at Thrikkunnapuzha
Dear Sir,
We hereby submit our Tender for the above mentioned work along with following documents.
1. Envelope No –I :As per clause 6 . b (ii) of BSNL EW- 6.
2. Envelope No –II :Tender documents in full and intact including schedule of work with rates duly filled.
Thanking you,
Yours faithfully,
Signature of firm’s Representative
CONTRACTOR [Page] 100
SDE(E)/EE(E)
Electrical Wing
Circle: Kerala BSNL Circle Division :Ernakulam
Branch :Electrical Works Sub Division :Alappuzha
(A) Tender for the work of Providing EI & Fans at OP cum Diagnostic Block, THQ Hospital, Haripad
i) Issued to (contractor)
ii)Tender Cost___525/-__________(iii) Receipt No. __________________________________
iv)Date of application ________________ (v) Date of issue ___________________
vi) Signature of officer issuing the documents ______________________________________
vii) Designation EE(E) / SDE(E) (E), El. Dvn / Sub Dvn.__________________
(B) i) To be submitted by 15.00 hours on__09/07/15_____________toEE(E)/ SDE (E), BSNL El. Dvn/
Sub Division, Ernakulam.
ii) To be opened in presence of tenderers who may be present at 15.30 hours
on_09/07/15________________in the office of EE(E)/ SDE (E), BSNL El. Dvn./ Sub Dvn, Ernakulam.
T E N D E R
1. I / We have read and examined the notice inviting tender, schedule, specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract,
special conditions, Schedule of Rates and other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.
2. I / We hereby tender for the execution of the work specified for BSNL within the time specified, as
per the schedule of quantities and in accordance in all respects with the specifications, designs,
drawings and instructions and other documents and Rules referred to in the conditions of contract
and all other contents in the tender document for the work.
3. I / 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.
4. A sum of Rs.29,056/-is hereby forwarded in the form of Deposit at call receipt / FDR / Bank
guarantee of a Nationalised / Scheduled Bank as earnest money. If I / We, fail to commence the
work specified.
5. 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 and the same may at the option of the competent
authority on behalf of BSNL be recovered without prejudice to any other right or remedy available
in law out of the deposit in so far as the same may extend in terms of the said bond and in the event
of deficiency out of any other money due to me/us under this contract or otherwise.
6. Should this tender be accepted, I/We agree 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 percentage mentioned in clause 12.3 of the tender
form and those in excess of that limit at rates to be determined in accordance with provisions
contained in clause 12.2.
CONTRACTOR [Page] 101
SDE(E)/EE(E)
7. I / we agree to furnish to BSNL Deposit at call receipt / FDR / Bank guarantee of a Nationalised /
Scheduled Bank for an amount equal to 5% of the contract value in a standard format within two
weeks from the date of issue of award letter. I / We agree to keep the Performance Bank
Guarantee valid for one year from the date of actual completion of work.
8. I / We hereby declare that I/We shall treat the tender documents drawings and
other records connected with the work as secret / confidential documents and shall not
communicate information / derived there from to any person other than to whom I / We am / are
authorised to communicate the same or use the information in any manner prejudicial to the safety
or interest of BSNL.
Signature of WitnessSignature of contractor
(Required in case thumb impression is (Seal of Contractor)
given by the contractor in place of
signature )
(Name & Postal address)
Occupation of Witness
Date:
A C C E P T A N C E
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of BSNL for a sum of Rs. __________________(Rupees
_________________________________________________________________________________)
The letters referred to below shall form part of this contract Agreement.
a)
b)
For & on behalf of BSNL
Dated Signature __________________
Designation
CONTRACTOR [Page] 102
SDE(E)/EE(E)
GENERAL RULES AND DIRECTIONS
1. All works proposed for execution by contractor will be notified in a form of invitation to
tender displayed on Notice Board in select BSNL offices and signed by the officer inviting
tender or by publication in News papers/internet (designated web page) as the case may be.
2. This form will state the work to be carried out, as well as the date of submitting and opening
tenders and the time allowed for carrying out the work; also the amount of earnest money
to be deposited with the tender, and the amount of Performance Guarantee to be deposited
by the successful tenderer(s) and the amount of Security Deposit to be deducted from the
bills. Copies of the specifications, designs and drawings and any other documents required in
connection with the work signed for the purpose of identification by the Officer inviting
tender shall also be open for inspection by the contractor at the office of Officer inviting
tender during office hours.
3. In the event of the tender being submitted by a firm it must be signed by the authorized
signatory.
4. Receipts for payments made on account of work when executed by a firm, must also be
signed by authorized signatory.
5. Any person who submits a tender shall fill up the usual printed form stating at what rate he is
willing to undertake each item of the work. Tenders, which propose any alteration in the
work specified in the said form of invitation to tender, or in the time allowed for carrying out
the work, or which contain any other condition of any sort, including conditional rebates will
be summarily rejected. However, tenders with unconditional rebate will be acceptable. No
single tender shall include more than one work, but contractors who wish to tender for two
or more works shall submit separate tender for each. Tenders shall have the name and
number of the works to which they refer written on the envelopes.
The rates(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by
ignoring fifty paise and considering more than fifty paise as rupee one.
6. The Officer inviting tender or his duly authorized assistant will open tenders in the presence
of any intending contractors who may be present at the time, and will enter the amounts of
the several tenders in a Comparative Statement in a suitable form. In the event of a tender
being accepted a receipt for the earnest money forwarded therewith shall thereupon be
given to the contractor who shall thereupon for the purpose of identification sign copies of
the specifications and other documents mentioned in Rule-1.
In the event of a tender being rejected, the earnest money forwarded with such unaccepted
tender shall thereupon be returned to the contractor remitting the same without any
interest.
7. The officer inviting tenders shall have the right of rejecting all or any of the tenders, and, will
not be bound to accept the lowest or any other tender.
8. The receipt of an accountant or clerk for any money paid by the contractor will not be
considered as any acknowledgement of payment to the Officer inviting tender and the
contractors shall be responsible for seeing that he procures a receipt signed by the
concerned Accounts Officer.
9. The memorandum of work tendered for and the schedule of materials to be supplied by
BSNL shall be filled and completed in the office of the Officer inviting tender before the
tender form is issued. If a form is issued to an intending tenderer without having been so
filled in & incomplete, he shall request the officer to have this done before he completes and
delivers his tender.
CONTRACTOR [Page] 103
SDE(E)/EE(E)
10. The tenderer shall sign a declaration under the officials Secret Act, 1923 for maintaining
secrecy of the tender documents drawings or other records connected with the work given
to them. The unsuccessful tenderers shall return all the drawings given to them.
11. Rates quoted by the Contractor in the tender both in figures & words shall be accurately filled-in so that there is no discrepancy in the rates written in figures & words. However, if a discrepancy is found the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written in either in figures or words then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not the amount.
12. i) Performance Guarantee : The contractor is required to furnish Performance Guarantee for an amount equal to 5% of the contract value in the form of bank guarantee / CDR / FDR / DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. The validity period of the performance security in the form of performance bank guarantee shall be one year from the date of actual completion of work.
ii)Security deposit : In addition to performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the Tendered value of the work.
13. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and words. In case of figures, the word 'Rs.' Should be written before the figure of rupees and word 'P' after the decimal figures, e.g. 'Rs.2.15 P and in case of words, the word,' Rupees' should precede and the word 'Paise' should be written at the end. Unless the rate is in whole rupees and followed by the word 'only' it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word' 'only' should be written closely following the amount and it should not be written in the next line.
14. A. The bidder shall give the total composite price inclusive of all Central & state's levies and taxes i.e Sales tax, purchase tax, turnover tax, works contract tax etc. or any other taxes or duties, local area development tax on materials /labouretc, but excluding service tax. However the evaluation and comparison of respective bids shall be done on the basis of Total Cost excluding Service Tax to BSNL on the prices of the goods offered inclusive of all duties & taxes, sales tax, packing, forwarding, freight and insurance charges as per existing BSNL policies. Octroi / Entry Taxes are not to be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi/ entry tax will be paid extra, as per actual wherever applicable on production of proof of payment/ relevant invoices/ documents.
14 B. The total composite price shall comprise of unit price and all other components of price need to be individually indicated/ quoted against the goods/material/service ,it proposes to supply under the contract in the following manner :-
I) The Basic Unit Price (Ex-Factory Price) of the goods /services/ materials, Excise Duty, Sales Tax, Freight, Forwarding ,Packing, insurance and any other levies / charges already paid or payable by the contractor/ supplier shall be quoted separately but excluding service tax.
II) The liability to pay all taxes, levies etc shall be of contractor and BSNL will not entertain any claim whatsoever in this respect.
14 C. No sales tax concessional forms like C form etc. shall be issued by BSNL.
The evaluation & comparison of responsive bids shall be done on the basis of TOTAL COST excluding Service Taxto BSNL on the prices offered inclusive of duties &taxes , sales tax, packing, forwarding, freight & insurance charges etc., as indicated in the price schedule.
CONTRACTOR [Page] 104
SDE(E)/EE(E)
Vendors should furnish the correct E.D/ Customs tariff Head in the price schedule.
BSNL reserves the right to ask the bidders to submit documentary proof confirming the correct Tariff Head from the E.D. / Customs authority where the Tariff Head furnished against the particular tendered item by different bidder differs from each other or the same is found apparently not furnished in accordance with E.D./ Custom Tariff notifications.
Invoice shall clearly indicate Break up details of composite price ie., Basic, E.D., Sales Tax, any other Duties & Taxes, Freight / Packing Charges, Service etc.
15 A. However, pursuant to the constitution (forty-sixth amendment) act1982, if any further tax or levy is imposed by statute, after the last date of receipt of tenders, & the contractors thereupon necessarily & properly pays such taxes / levies, the contractor shall be reimbursed with the amount so paid, provided such payment, if any, is not in the opinion of SE(E) (whose decision shall be final & binding) be attributable to delay in execution of work within the control of contractor.
15 B. In case of statutory variation in regard to excise duty, only in respect of package AC units, EA set & Lifts within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase. Price adjustment provision on account of change in Excise Duty shall not apply in respect of equipment / components of equipment / materials, other than package AC units, EA set and lifts.
15 C . The contractor shall, keep necessary books of account & other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorised representative of BSNL & further shall furnish such other information/ document as engineer-in-charge may require.
16. The Contractor shall, within a period of 30 days of imposition of any further tax or levy in
pursuant to the constitution of (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.
17. BSNL shall deduct income tax, CESS/ Welfare Fund and other statutory deductions only from
payments due to the firm as per rules of the State / Central Government.
18. The tender for the work shall not be witnessed by a contractor or contractors who himself /
themselves has/have tendered or who may and has/have tendered for the same work.
Failure to observe this condition would render, tenders of the contractors tendering, as well
as witnessing the tender, liable to summary rejection.
19. Other agencies will also simultaneously execute the works like horticulture, external,
services, installation of telephone exchange equipment and other building works for the
same project along with this work in particular. The contractor shall afford necessary
facilities for the same. No claim in the matter shall be entertained.
20. Some restrictions may be imposed by the security staff etc. on the working & / or movement
of labour, material etc., the contractor shall be bound to follow all such restrictions /
instructions and nothing extra shall be payable on this account.
21. The contractor shall comply with the provisions of the Apprentices Act 1961, & the rules &
orders issued there under from time to time. If he fails to do so, his failure will be a breach of
the contract & the Engineer-in-charge may in his discretion without prejudice to any other
right or remedy available in law cancel the contract.The contractor shall also be liable for any
pecuniary liability arising on account of any violation by him of the provisions of the said Act.
22. No Engineer of Gazetted rank or Executive of BSNL employed in engineering or
administrative duties in an engineering department of the government of India/BSNL is
CONTRACTOR [Page] 105
SDE(E)/EE(E)
allowed to work as a contractor for a period of two yearsof his retirement from government
service without the previous permission of Government of India / BSNL. This 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 of government of India as foresaid,
before submission of the tender or engagement in the contractor's service as the case may
be.
23. 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 and wife.
c) The one is related to the other in the manner as father, mother, son(s) &
son's wife(daughter-in-law), Daughter(s) & daughter's husband (son-in-law), brother(s) &
brother's wife, sister(s) & sister's husband (brother -in-law)
24. The company or firm or any other person is not permitted to tender for works in
BSNL Unit in which his near relative (s) is (are) posted. The unit is defined as SSA / Circle /
Chief Engineer / Chief Archt./ Corporate office for non executive employees and all SSA in a
circle including circle office/Chief Eng. / Chief Archt./ Corporate office for executive
employees (including those called as Gazetted officers at present). The tenderer should give
a certificate that none of his/her such near relative is working in the units as defined above
where he is going to apply for tender / work, for proprietorship, partnership firms & limited
company certificate shall be given by the authorized signatory of the firm. Any breach of
these conditions by the company or firm or any other person, the tender/work will be
cancelled and earnest money/performance guarantee will be forfeited at any stage
whenever it is so noticed. BSNL will not pay any damages to the company or firm or the
concerned person. The company or firm or the person will also be debarred for further
participation in the concerned unit.
The format of the non relative certificate
I ……… ............................. ………. Son of Sh ______________________________
Resident of ………… ...... …… hereby certify that none of my relative(s) as
defined in the tender document is/are employed in BSNL unit as per details given in tender
document. In case at any stage, it is found that the information given by me is false /
incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any
prior intimation to me".
(Seal of the firm) ............ ……….. (Signature of Contractor)
CONTRACTOR [Page] 106
SDE(E)/EE(E)
25. Agency has to observe all the labour rules & regulations in force. Agency shall be fully
responsible for any violation observed at any time.
26. Bye laws indemnity against liabilities
. The contractor shall comply with all by laws & regulations of the local and statutory
authorities having jurisdiction over the works and shall be responsible for payment of
all fees and other charges and giving and receiving all necessary notices and keep the
Engineer-in charge informed about the notices issued and receive.
. The contractor shall indemnify the department against all claims in respect of patent
rights design, trademark or name of other protected rights in respect of any plant,
machine, work of materials used for or in connection with the works of temporary
works and from and against all claims demands, proceedings costs charges and
expenses whatsoever in respect of or in relation thereto. The contractor shall defend
all actions arising from such claims and shall himself any al royalties, License fees
damages, costs and charges of all and every sort that may be legally incurred in
respect hereof shall be borne by the contractor.
. All liabilities/ penal recoveries on matters arising out of tax/excise/levies such as
incorrect deductions discrepancies in the filling of returns, revised assessments by
the concerned authorities etc., shall be borne by the contractor.
27. Currency of Contract: Rates of quoted by the contractor shall be firm and shall be valid
for the currency of contract. No cost escalation shall be permitted during the currency of
contract.
*********
CONTRACTOR [Page] 107
SDE(E)/EE(E)
CONDITIONS OF CONTRACT 1. Definitions
The 'contract' means the documents forming tender &acceptance thereof &the formal agreement executed between the competent authority on behalf of BSNL &the contractor, together with the documents referred to therein including the conditions, specifications, designs, drawings &instructions issued from time to time by the Engineer-in-Charge & all these documents taken together, shall be deemed to form one contract &shall be complementary to one another.
2. In the contract the following expression shall, unless the context there otherwise requires have the meanings hereby respectively assigned to them:-
i The expression 'works' or 'work' shall unless there be something either in the subject or context repugnant to such construction, be construed & taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original, altered, substituted or additional.
ii The' site' shall mean the land fBuildingfor other places an into or through which work is to be executed under the contract or any alternate land, building, path or street which may be allotted or used for the purpose of carrying out the contract.
iii The 'contractor' shall mean the individual or firm or company whether incorporated or not, undertaking the works & shall include the legal personal representative of such individual or the persons composing such firm or company or the successors of such firm or company and the permitted assignees of such individual, firm or company.
iv BSNL means Bharat Sanchar Nigam Ltd. having its corporate office at Bharat Sanchar Bhavan, Janpath, New Delhi-110001 & its successors.
v The' Engineer-in-charge' means the Engineer officer who shall supervise & be in-Charge of the work &who shall sign the contract on behalf of BSNL as mentioned in Schedule F hereunder.
vi Accepting Authority means the authority mentioned in Schedule 'F'. vii Excepted Risk are risks due to riots (other than those on account of contractor's employees),
war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government, damages from Aircraft, Acts of God such as earth quake, lightning &unprecedented floods, & other causes over which the contractor has no control &accepted as such by the accepting authority or causes solely due to use or occupation by BSNL of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to BSNL's faulty design of works.
viii Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the tender papers or the standard Schedule of Rates of the Government mentioned as per Schedule 'F' hereunder, with the amendments thereto issued up-to the date of receipt of the tender.
ix Tendered value means the value of the entire work as stipulated in the letter of award. x Market rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost
of materials and labour at the site where the work is to be executed plus the percentage mentioned in Schedule 'F' to cover, all overheads & profits.
3. Scope & Performance Where the context so requires, words imparting singular only also include the plural & vice versa. Any reference to masculine gender shall whenever required include feminine gender &vice versa.
4. The contractor shall be furnished, free of cost, one copy of the contract documents except
CONTRACTOR [Page] 108
SDE(E)/EE(E)
standard specifications, Schedule of Rates and such other printed and published documents, together with all drawings as may be forming part of the tender papers. None of these documents shall be used for any purpose other than that of this contract.
5. Works to be carried out: The work to be carried out under the Contract shall, except as otherwise provided in these conditions, Include all labour, materials, tools, plants, equipment & transport which may be required in preparation of & for & in the full & entire execution & completion of the works. The descriptions given in the schedule of quantities shall, unless otherwise stated, be held to include wastage on materials, carriage & cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in & for the full and entire execution & completion of the work as aforesaid in accordance with good practice and recognized principles.
6. The contractor shall be deemed to have satisfied himself before tendering as to the correctness & sufficiency of his tender for the works & of rates & prices quoted in the Schedule of Quantities, which rates & prices shall, except as otherwise provided, cover all his obligations under the contract & all matters & things necessary for the proper completion & maintenance of the works.
7. Sufficiency of Tender The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawing & figured dimensions in preference to scale & special conditions in preference to General Conditions.
8. Discrepancies & adjustments of Error: 1.In the case of discrepancy between the schedule of quantities, the specifications & I or the drawings, the following order of preference shall be observed:-
i) Description of Schedule of Quantities. ii) Particular Specification and Special condition, if any. iii) Drawings. iv) BSNL / C.P.W.D. Specifications. v) Indian Standard Specifications of B.I.S.
2. If there are varying or conflicting provisions made in anyone document forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of document &his decision shall be final and binding on the contractor. 3.Any error in description, quantity or rate in Schedule of Quantities or any omission there from shall not vitiate the Contract or release the contractor from the execution of the whole or any part of the works comprised therein according to drawings &specifications or from any of his obligations under the contract.
9. Signing of Contract: The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15days from the stipulated date of start of work, sign the contract consisting of the notice inviting tender, all documents including drawings, if any, forming the tender as issued at the time of invitation of tender & acceptance thereof together with any correspondence leading thereto. The agreement is to be signed on non-judicial stamp paper and the cost to be decided as per the prevailing local bye-laws or zonalhead of the circle.
10. INCREASE /DECREASE OF TENDERED QUANTITY
a) BSNL will have the right to increase or decrease upto 25% of the Contract value dependingupon the requirement of goods and services specified in the schedule of items without any change in the unit price or other terms and conditions at the time of award of contract.
b) In exceptional situation where the requirement is of an emergent nature and it is
CONTRACTOR [Page] 109
SDE(E)/EE(E)
necessary toensure continued supplies from the existing vendors, the purchaser reserves the right to place repeat orders upto 50% of the quantity of goods and services contained in the running tender/contract within a period of 12 months from date of award of work at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc.
11. CURTAILMENT OF QUANTITY BSNL reserves the right to enforce curtailment in the assigned quantum of work for any contractor on the grounds of defaults/delay in regard to execution of the individual work assigned.
12. COMPLETION OF WORK At the time of issuing NIT for a particular work, the time allowed for completion of work consistent with magnitude and urgency of work is specified. The time allowed for carrying out the work as entered in the contract is reckoned from the tenth day after the date on which the orders to commence the work are given to the Contractor. To ensure good progress of the work during the execution, the contractor is bound in all cases in which the time allowed for any work exceeds one month (except special jobs) to complete 1/8th of the whole of the work before 1/8th of the time allowed under the contract has elapsed,3/8th of the work before half of the time has elapsed and 3/4th of the work before 3/4th of such time has elapsed. However, for special jobs, if a time schedule has been submitted by the Contractor and the same has been accepted by the Engineer-in-charge, the contractor shall comply with such time schedule. For Air Conditioning, Engine Alternator, Fire detection the work is deemed to have been completed after successful completion of the initial acceptance testing as per the departmental standards.
For sub Station work, the date of clearance from electrical inspector is taken as completion date & for wet riser system the date of clearance by Fire officer shall be taken as completion date.
13. EXTENSION OF TIME If the contractor shall desire an extension of time for completion of work on the grounds of his having been unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Engineer-in-charge within 30 days of the hindrance on the account on which he desires such extension as aforesaid, and the Engineer-in-charge shall, if in his opinion reasonable grounds to be shown therefore, authorize such provisional extension of time, if any, as in his opinion be necessary or proper.
14. COMPENSATION FOR DELAY If the contractor fails to maintain the required progress or complete the work and clear the site on or before the contract or extended date of completion, he has to pay the compensation for delay which is limited to 0.5% per week of work order value for the first 10weeks and 0.7% per week for next 10 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. Flow chart of the procurement process/ contract shall be supplied by the contractor and approved by Executive Engineer concerned.
*********
CONTRACTOR [Page] 110
SDE(E)/EE(E)
Annexure –I
MODEL FORM OF BANK GUARANTEE (for submitting EMD)
Whereas……………………………… (hereinafter called "the contractor(s)") has submitted its Tender dated ________for the work_________________________________ _________________________________________________ KNOW ALL MEN by these presents that WE……………________________________ of …………………………….having our registered office at ……………………………..
(hereinafter called "the Bank") are bound unto………………………………………… (hereinafter called "the BSNL") in the sum of …………………..for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.
THE CONDITIONS of the obligation are: 1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the
Tender Form: or
2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tender validity.
(a) Fails or refuses to execute the Contract. (b) Fails or refuses to furnish security Deposit in accordance with the conditions of Tender document.
We undertake to pay to the BSNL up to the above amount upon receipt of its first written demand, without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force as specified in the Tender Document up to and including Thirty (30) days after the period of the Tender validity and any demand in respect thereof should reach the Bank not later than the specified date/dates.
Signature of the Bank
Signature of the Witness Name of Witness Address of Witness
CONTRACTOR [Page] 111
SDE(E)/EE(E)
Annexure-II
PERFORMANCE SECURITY GUARANTEE BOND
1.0 In consideration of the CMD, BSNL (hereinafter called 'BSNL') having agreed to exempt _………………………………… (hereinafter called' the said Contractor(s)') from the demand under the terms &conditions of an agreement/Advance Purchase Order no………………………………………………….. dated…………… made between ………………………………….__and __……………………………___________ for the Supply / ITC of_………………………………………._ (hereinafter called 'the said Agreement'), of security deposit for the due fulfillment by the said Contractor(s) of the terms & conditions contained in the said Agreement, on production of the Bank Guarantee for ……………………………………………..we, (name of the bank) ……………………………………….(hereinafter refer to as" the bank"), at the request of _……………………………………..(contractor(s)) do hereby undertake to pay to the BSNL, an amount not exceeding ………………………………….against any loss or damage caused to or suffered or would be caused to or suffered by BSNL, by reason of any breach by the said contractor (s) of any of the terms or conditions contained in the said Agreement.
2.0 We (name of the bank)__________________ do hereby undertake to pay the amounts due & payable under this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the said contractor(s)' of any of the terms or conditions contained in the said Agreement or by said contractor(s)' of any of the terms or conditions contained in the said Agreement or by reasons of the contractor(s)' failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due &payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final &binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding___________________.
3.0 We undertake to pay to the BSNL any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/Supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute & unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under & the contractor(s)/supplier(s) shall have no claim against us for making such payment.
4.0 We (name of the bank)__________________further agree that the guarantee herein contained shall remain in full force & effect during the period that would be taken for the performance of the said agreement & that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid & its claims satisfied or discharged or till ______________________ (office / Department) BSNL certified that the terms & conditions of the said Agreement have been fully or properly carried out by the said contractor(s) & accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of TWO/TWO AND HALF/THREE YEARS / FIVE YEARS (as specified in the agreement) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter.
5.0 We (name of the bank) ___________________ further agree with the BSNL that the BSNL shall have the fullest liberty without our consent & without affecting in any manner our obligations hereunder to vary any of the terms &conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the BSNL against the said Contractor(s) & to forbear or enforce any of the terms & conditions relating to the said agreement &we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6.0 This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/ supplier(s).
7.0 We (name of the bank) ______________________ lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the BSNL in writing.
Dated the _______day of __________________ _______________ for ________
(Indicate the name of bank)
CONTRACTOR [Page] 112
SDE(E)/EE(E)
Annexure -III
DECLARATION BY CONTRACTOR(s)
(To be given by the tenderers downloading the tender document from the web)
This is to certify that:-
1. I / We have submitted the tender in the Performa as downloaded directly from the website which is same as in the website and there is no change in the format, number of pages etc.
2. I /We have not made any modification / corrections / additions etc in the tender documents downloaded from web by me/us.
3. I / We have checked that no page is missing and all pages as per the index are available & that all
pages of tender document submitted by us are clear & legible.
4. I / We have signed (with stamp) all the pages of the tender document before submitting the same. 5 . I / We have stitched and sealed the tender documents properly before submitting the same.
6. I / We have submitted the cost of tender along with the EMD in the first cover as prescribed.
7. I / We have read carefully & understood the 'Important note to all tenderers' & 'Important Instructions to Tenderers downloading the tender document from web' including entire Standard BSNL EW-8 clause &Performa form displayed in website.
8. In case at a later stage, it is noticed that there is any difference in my/our tender documents with the original documents, BSNL shall have the right to cancel the tender/ work, forfeit the Earnest Money / Security Deposit / Performance Guarantee, take appropriate action as per the prevailing rules in force and BSNL shall not be bound to pay any damages to me/ us on this account.
Dated ....................... .
CONTRACTOR (SIGN WITH SEAL)
CONTRACTOR [Page] 113
SDE(E)/EE(E)
Annexure -IV
UNDERTAKING TO BE FURNISHED BY THE TENDERER
I ………………………………………………. son of ……………………………... ……………………………………………. Resident
of ………………………………………… ……………………………………………………………….hereby given an undertaking
that I have read and I am aware of all the clauses of BSNL EW 6 & EW 8 forms and I confirm that I will
abide by all the terms and conditions available in original standard BSNL EW 6 & 8 forms.
(Seal of the firm) (Dated Signature of Contractor)
UNDERTAKING REGARDING EPF PROVISIONS
“I…………………………………………….. son of ………………………………..……………. Resident of
…………………………………………………………………………………………
……………………………………………………………………………………………………….. hereby given an undertaking
that
* I / We have registered as per the EPF and Miscellaneous provisions Act, 1952 and out
registration no is…………………….. We undertake to keep it valid during the currency of contract.
In case at my stage, it is found that the information given by my is false / incorrect, BSNL
shall have the absolute right to take any action as deemed fit/ without any prior intimation to
me”.
*strike out whichever is not applicable
(Seal of the firm) (Dated Signature of Contractor)
PROFORMA OF SCHEDULES
( 0perative Schedules to be supplied separately to each of the intending tenderer)
Clause 10 i) SCHEDULE "B" Schedule of Materials to be issued to the contractor
Sl no
Description of Item
Quantity Rates in Figures & words at which the materials will be charged from the Contractor
Place of Issue
1 2 3 4 5
CONTRACTOR [Page] 114
SDE(E)/EE(E)
SCHEDULE "F" Reference to General Conditions of Contract
01. Name of work:Providing EI & Fans at OP cum Diagnostic Block, THQ Hospital, Haripad
02. Estimated cost of Work: Rs.14,52,799/-
Earnest Money:Rs.29,056/-(Rupees twenty nine thousand and fifty sixonly)
Performance Guarantee :(5 % of the tendered value in the form of Bank Guarantee from Scheduled
Bank in respect of works with estimated cost put to tender exceeding Rs. 6 Lakhs Rs.
(Rupees…………………………………………………………………………………………………………………………………..only)
Security Deposit: (10% of the tendered value for works with estimated cost put to tender up to
Rs.6Lakhs) (5 % of the tendered value in the form of Bank Guarantee from Scheduled Bank in respect
of works with estimated cost put to tender exceeding Rs. 6 Lakhs) Rs. ……………….../-
(Rupees………………………………………………………………………………………………………………… only)
GENERAL RULES AND DIRECTIONS
Officers inviting tender:EE(E)/SDE(E) BSNL Electrical Division / Sub Division,Ernakulam
Definitions See below
2(v) Engineer-in charge :Executive Engineer (E ), Ernakulam
2(vi) Accepting Authority :Chief Engineer (E)/ Superintending Engineer(E),Trivandrum
2(x) Percentage on cost of materials and labour to cover all overheads and profit: 15%
Clause 5
i) Time allowed for execution of work. One month after completion of civil works
ii) Authority to give fair and reasonable extension of time for completion of work.-EE(E) / SE(E)
Schedule of rates for determining the rates for additional, altered or substituted
itemsthat cannot be determined under 12.2.(i) and (ii).
Clause 25 :
Competent authority for conciliation: SE(E) not in-charge of the work SCHEDULE “A” Schedule of quantities (enclosed) SCHEDULE “C” Technical specification (enclosed)
Clause 12 12..2(iii)
‘………………Plus/ minus the % over the rate entered in
the schedule of rates.
_______________________________________
CONTRACTOR [Page] 115
SDE(E)/EE(E)
SCHEDULE- D
SPECIAL CONDITIONS OF CONTRACT
(This supersedes the previous general conditions/clauses-where ever applicable)
01. TENDER DOCUMENT:
1.1 The lowest bidder shall be decided based on the TOTAL COST offered inclusive of all taxes
and duties excluding service tax. The rates for all items of work shall include cost of all materials,
labour, packing and forwarding charges and other inputs involved in the execution of the items as
specified in the scope of work.No sales tax concessional forms shall be issued by BSNL.
1.2 The department reserves the right to accept the quantities in full or in parts.
02. END USER:
This contract has been taken up based on the Agreement signed between BSNL-called the “Project
Execution Agency” - on the one part and National Rural Health Mission(NRHM), Trivandrum on the
other part and the end user of this project is NRHM. Copy of MOU shall be attached along with the
agreement for the work.
03. TAXES & DUTIES
BSNL shall deduct any taxes, income tax, CESS/ Welfare Fund and other statutory deductions from
payments due to the firm as per rules of the State/ Central Government.
50% of the Service Tax amount calculated shall be paid to the agency by BSNL for remittance to the
concerned Department and balance 50% shall be remitted directly by BSNL in the case of
individuals. 100% of Service Tax will be reimbursed in the case of registered companies.
04. TERMS OF PAYMENTS:
The following terms of payment shall be adopted during the progress of work:
a) 80% of prorata of the approved price breakup of contract value on physical completion of the work.
b) 10% of prorata of the approved price breakup of contract value after successful testing of the installation.
c) 10% of the approved contract value after the approval of clearance by statutory authority and commissioning of the installation.
d) No payment will be made for goods rejected at the site on testing. Payment, if made, for such items shall be recovered from subsequent bills or other bills.
e) The bidder has to give the mandate for receiving payment electronically and the charges if any, levied by bank has to be borne by the bidder/ contractor/ supplier . The bidder company are required to give the following information for this purpose:-
i) Beneficiary Bank Name :
CONTRACTOR [Page] 116
SDE(E)/EE(E)
ii) Beneficiary branch Name :
iii) IFSC code of beneficiary Branch
iv) Beneficiary account No:
v) Branch serial No. (MICR No.)
f) All running and final payment will be released by Central Settlement Cell, O/o CGMT
Trivandrum.
05. TERMINATION OF CONTRACT
The Engineer - in - charge may terminate the contract in respect of any delay, inferior workmanship as per clause 3 of PWD - 8 contract conditions.
06. EARNEST MONEY Firm has option to deposit Earnest Money in the form of bank guarantee for A.C., E.A., Sub Station
and Lifts jobs in department’s attached format and manner.
CONTRACTOR [Page] 117
SDE(E)/EE(E)
SCHEDULE A
Name of Work: Providing EI & Fans at OP cum Diagnostic Block, THQ Hospital, Haripad
Sl.No Description QTY RATE UNIT AMOUNT
SH:-l Point wiring
1 Wiring for light point/ fan point/ exhaust
fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor
single core cable in surface / recessed
medium class PVC conduit , with
modular switch, modular plate, suitable
GI box and earthing the point with 1.5
sq.mm. FRLS PVC insulated copper conductor single core cable etc. as
required. (make: Legrand - Myrius, MK -
Blenze, Crabtree - Athena)
Group C 295 Pts Point
2 Wiring for twin control light point with
1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface /
recessed medium class PVC conduit, 2
way modular switch, modular plate,
suitable GI box and earthing the point
with 1.5 sq.mm. FRLS PVC insulated
copper conductor single core cable etc as required. (make: Legrand - Myrius, MK -
Blenze, Crabtree - Athena).
6 Pts Point
3 Providing and fixing 3 pin 5/6 amps
modular socket outlet on switch board (in surface / recessed conduit wiring
system) and 5/6 amps modular type
switch including wiring for 3 pin 5/6
amps plug point with 1.5 sqmm PVC
insulated copper conductor cable,
including , earthing the 3rd pin, painting etc as required (for light plugs on existing
switch board) (make: Legrand - Myrius,
MK - Blenze, Crabtree - Athena)
35 Nos Each
CONTRACTOR [Page] 118
SDE(E)/EE(E)
4 Supplying and fixing suitable size GI box with modular plate and cover in front on
surface or in recess, including providing
and fixing 3 pin 5/6 amps modular
socket outlet and 5/6 amps modular
switch, connection etc. as required. (For
light plugs to be used in non residential buildings). (make: Legrand - Myrius, MK
- Blenze, Crabtree - Athena)
9 Nos Each
5 Supplying and fixing suitable size GI box with modular plate and cover in front on
surface or in recess, including providing
and fixing 2 Nos 6 pin 15/ 16 amps
modular socket outlet and 2 Nos 15/16
amps modular switch, connection etc. as
required (near each bed in the ward). (make: Legrand - Myrius, MK - Blenze,
Crabtree - Athena)
35 Nos Each
6 Supplying and fixing suitable size GI box with modular plate and cover in FRLS on
surface or in recess, including providing
and fixing 2 Nos 3 pin 5/6 amps
modular socket outlet with 2 Nos
modular switches, connections, etc. as
required.(near each OP table) (make: Legrand - Myrius, MK - Blenze, Crabtree
- Athena)
9 Nos Each
7 Supplying and fixing following modular switch/ socket on the existing modular
plate & switch box including connections
but excluding modular plate etc. as
required. (make: Legrand - Myrius, MK -
Blenze, Crabtree - Athena)
a) Telephone socket outlet 36 Nos Each
b) Bell push 18 Nos Each
8 Supplying and fixing following size/ modules, GI box along with modular
base & cover plate for modular switches
in recess etc as required. ( for telephone
socket and bell push) (make: Legrand -
Myrius, MK - Blenze, Crabtree - Athena)
CONTRACTOR [Page] 119
SDE(E)/EE(E)
a) 1 or 2 Module (75mmX75mm) 54 Nos Each
9 Supplying and fixing suitable size GI box with modular plate and cover in front on
surface or in recess, including providing
and fixing 6 pin 5/6 & 15/16 amps
modular socket outlet and 15/16 amps
modular switch, connection etc. as
required. (make: Legrand - Myrius, MK - Blenze, Crabtree - Athena)
55 Nos Each
10 Supplying & Fixing suitable size GI box with modular plate and cover in front on
surface/ recess including providing &
fixing CAT 6 RJ 45 computer jack giving
connection etc as required (make:
Legrand - Myrius, MK - Blenze, Crabtree
- Athena)
36 Nos Each
11 Supplying and fixing suitable size GI box with modular plate and cover in front on
surface or in recess including providing
and fixing 4 Nos 5/6 amps modular
socket outlet controlled by 4 nos 5/6
Amps modular type switch with metal
box, front plate, connection, painting etc as reqd. (For Computer Plugs) (make:
Legrand - Myrius, MK - Blenze, Crabtree
- Athena)
9 Nos Each
Total for SH I
Sub Head II: Circuit/Sub main wiring
12 Wiring for circuit/ sub main wiring along
with earth wire with the following sizes of
FRLS PVC insulated copper conductor, single core cable in surface/ recessed
medium class PVC conduit as required
a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth
wire
275 mtrs mtr
b) 4X1.5 sq. mm + 2 X 1.5 sq. mm earth
wire
200 Mtrs Mtr
CONTRACTOR [Page] 120
SDE(E)/EE(E)
c) 6X1.5 sq. mm + 3 X 1.5 sq. mm earth wire
150 Mtrs Mtr
d) 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire
75 mtrs mtr
e) 4 X 2.5 sq. mm + 2 X 2.5 sq. mm earth wire
45 mtrs mtr
f) 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 200 mtrs mtr
g) 4 X 4 sq. mm + 2 X 4 sq. mm earth wire 100 mtrs mtr
h) 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 30 mtrs mtr
i) 4 X 10 sq. mm + 2 X 10 sq. mm earth wire
30 mtrs mtr
13 Supplying and drawing following sizes of
FRLS PVC insulated copper conductor,
single core cable in the existing surface/
recessed steel/ PVC conduit as required.
a) 2 x 1.5 sq. mm 40 mtrs mtr
b) 3 x 1.5 sq. mm 20 mtrs mtr
c) 3 x 2.5 sq. mm 20 mtrs mtr
d) 3 x 4 sq. mm 20 mtrs mtr
14 Supplying and fixing of following sizes of
medium class PVC conduit along with
accessories in surface/recess including
cuttingthe wall and making good the
same in case of recessed conduit as required.
a) 20 mm 250 mtrs mtr
b) 25 mm 150 mtrs mtr
c) 32 mm 20 mtrs mtr
CONTRACTOR [Page] 121
SDE(E)/EE(E)
15 Supplying and drawing following pair 0.5 sq mm FR PVC insulated annealed
copper conductor, unarmored telephone
cable in the existing surface/ recessed
steel/ PVC conduit as required.
a) 2 Pair 175 mtrs mtr
b) 4 Pair 100 mtrs mtr
c) 10 Pair 50 mtrs mtr
16 P/F Telephone Metal Krone box/Tag block enclosed in metal/Fibre enclosure
on the wall,suitable for splitting 10 pair
cable i/c conectionsetc as required.
5 Nos each
17 Supplying & drawing of UTP 4 pair CAT 6 LAN Cable in the existing
surface/recessed steel/PVC conduit as
required.(Legrand or Similar Superior
make).
150 mtrs mtrs
18 Supplying and fixing 3 mm nominal thick phenolic laminated sheet as reqd
2.0 SqMtr SqMtr
19 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.
a) 75 mm X 75 mm X 60 mm deep 2 Nos Each
b) 150 mm X 150 mm X 60 mm deep 2 Nos Each
c) 200 mm X 150 mm X 100 mm deep 2 Nos Each
Total for SH II
SH III: SITC of fittings and Fans
Note: All fluorescent fittings(T5) shall
be with APF ballast with THD <10%
and ROHS compliance.
CONTRACTOR [Page] 122
SDE(E)/EE(E)
20 Supplying, Installing, testing and commissioning of 2 x 28W mirror optic
fluorescent fitting pre wired complete
with all accessories and tubes etc
including supplying and fixing ball and
socket arrangement, 2 no. down rods of
20mm dia X 1.6 mm thick steel conduit upto 30 cm length, painting and wiring
the down rods and connection with 1.5
sq. mm FR PVC insulated copper
conductor, single core cable and
earthingetc as required. (Make M/s Philips/ Wipro/ CG/ Bajaj/Havells -
2x28W FTL T5 Model No.-
LHCT71228433 or similar superior
make)
60 Nos Each
21 Supplying, Installing, testing and commissioning of 1 x 28W fluorescent
mirror optic fitting pre wired complete
with all accessories and tubes etc
including supplying and fixing ball and
socket arrangement, 2 no. down rods of
20mm dia X 1.6 mm thick steel conduit upto 30 cm length, painting and wiring
the down rods and connection with 1.5
sq. mm FR PVC insulated copper
conductor, single core cable and
earthingetc as required. (Make M/s Philips/ Wipro/ Bajaj/Havells 1x28W
FTL T5 Model No.-LHCT71128432 or
similar superior make)
41 Nos Each
22 Supply, Installation testing and commissioning of pre-wired, fluorescent
fitting/ compact fluorescent fitting of
following types complete with all
accessories and tube etc directly
onceiling/wall, including connection
with 1.5 sq. mm FR PVC insulated copper conductor, single core cable and
earthingetc as required.
a) 2 x 11 W CFL fittings with CFL and all accessories (Make:- Philips FCS 518
2xPL-S/2P11W I 240V Philips/ Wipro/
Havells - 2x11W PL-S - Model No.
LHCCN2211317 or similar superior
make) (For Porch)
6 Nos Each
CONTRACTOR [Page] 123
SDE(E)/EE(E)
b) Surface mounted type 1 X 14 W T5 Fitting with all accessories (Make:
Philips Adreno V2 14WTWG207 or
Similar Superior make)(For Toilet)
19 Nos Each
c) Surface mounted type 1 X 18 W FTL Fitting with all accessories including
suitable size flats for mounting the fitting
at suitable angle etc (Make : Philips /
CG/ Wipro / Havells /Bajaj BJCEB
118/120 W2EB similar superior make)
(For OP examination Bed Heads)
13 Nos Each
d) 1 X 18W decorative CFL street light luminaire surface mounting type with
18W CFL including GI Pipe, clamps for
fixing the fitting, making connections
and all accessories as required (Make:-
CG / Philips/ Havells/Bajaj - BJSLA
118 CFL or similar superior make) (For Outer walls of building)
20 Nos Each
e) Surface mounted type 1 X 28 W T5 Fitting with all accessories (Make :
Philips MIROLTA Slim T5 TMS540 HF or
similar superior make)(For Toilet, Stair
Case etc)
13 Nos Each
f) Surface mounted type 1 X 28 W T5 Fitting with epoxy powder coated CRCA
housing, reflector and decorative end
caps with all accessories (Make :
Crompton Greaves/ Philips/ Wipro/
Bajaj -BLPR 128 /Havells or similar
superior make)(For Waiting Lobby)
10 Nos Each
23 Providing and fixing extra conduit down rod of 20 mm dia, 2 X 10 cm length
wiring with 2 X 1.5 sq. mm FR PVC
insulated, copper conductor, single core
cable including painting etc. as required.
(Note : More than 5 cm length shall be
rounded to the nearest 10 cm and 5 cm or less shall be ignored)
101 Nos Each
CONTRACTOR [Page] 124
SDE(E)/EE(E)
24 Supplying, Installation, testing and commissioning of 5 Star rated 1200mm
Ceiling fan including supplying and
fixing modular type stepped type
electronic fan regulator in existing switch
board, including wiring the down rods of
standard length (upto 30 cm) with 1.5 sq. mm FR PVC insulated, copper
conductor, single core cable etc. as
required. (Make: Usha/Crompton
Greaves)
78 Nos Each
25 Supplying and fixing extra conduit down rod of 20 cm length GI pipe 15 mm dia,
heavy gauge including painting etc. as
required. (Note : More than 5 cm length
shall be rounded to the nearest 10 cm
and 5 cm or less shall be ignored)
78 Nos Each
26 Supplying, Installing, testing and comissioning of residential type metal
exhaust fan, 300mm sweep, light duty
in the existing opening, including louver
shutters, making the hole to suit the size
of the above fan, making good the
damage, connection, etc as required (M/s Usha/ Crompton Greaves)
7 Nos Each
27 Supplying and fixing call bell/ buzzer suitable for single phase, 230 volts,
complete as required.
18 Nos Each
Total for SH III
SH- IV DBs and MCBs
28 Supplying and fixing of following ways
surface/recess, vertical type, 415 volts,
TPN MCB distribution board of sheet steel, dust protected, duly powder
painted, inclusive of 200 Aamps tinned
copper bus bar, common neutral link,
earth bar, din bar for mounting MCB's
(but without MCB's and incomer) as
required.
a) 8 way (4 + 24), double door 1 No, Each
CONTRACTOR [Page] 125
SDE(E)/EE(E)
29 Supplying and fixing following way TP&N MCB distribution board of steel
sheet for 415 volts on surface/ recess
complete with loose wire box, terminal
connectors for all incoming and outgoing
circuits, duly prewired with suitable size
FRLS PVC insulated copper conductor up to terminal blocks, tinned copper bus
bar, neutral link, earth bar, din bar,
detachable gland plate, interconnections,
powder painted including earthing etc. as
required.(But without MCB/ RCCB/ Isolator) (Make: Legrand or SS make)
a) 4 way (8 + 12), Double door 3 Nos. Each
b) 8 way (8 + 24), Double door 2 Nos. Each
30 Supplying and fixing following way, single pole and neutral, sheet steel, CB
distribution board, 240 volts, on
surface/recess, complete with tinned
copper bus bar, neutral bus bar, earth
bar, din bar, interconnections, powder
painted including earthing etc., as required. (But without MCB/ RCCB/
Isolator)
a) 2+12 way/ 14 way, Double door 1 No. Each
b) 2 + 8 way / 10 way, Double door 1 No. each
31 Supplying and fixing following rating 240/415 volts, Miniature Circuit
Breaker/ Isolator/ RCCB suitable for
lighting and other loads of following poles
in the existing MCB/MCCB DB complete
with connections testing and
commissioning etc. as required.
a) Single pole 75 Nos Each
b) Single pole blanking plate 29 Nos Each
c) 32A TP MCB 4 No Each
d) 40A TP MCB 3 Nos Each
e) 63A TP MCB 1 No Each
CONTRACTOR [Page] 126
SDE(E)/EE(E)
f) 32A 4P ISOLATOR 3 Nos Each
g) 40A DP ISOLATOR 2 No Each
h) 40A 4P ISOLATOR 2 No Each
i) 63A 4P ISOLATOR 1 No Each
j) 25A 4P RCCB up to 300mA Sensitivity Current
2 Nos Each
k) 40A 4P RCCB up to 300mA Sensitivity Current
3 Nos Each
l) 63A 4P RCCB up to 300mA Sensitivity Current
1 No Each
m) 40A DP RCCB up to 300mA Sensitivity Current
2 Nos Each
32 Supply and providing 250A on load changeover switch in sheet steel
enclosure to be fixed on wall/ suitable
location including interconnections
accessories etc as required. ( for
changeover arrangement of EA Set with
KSEB supply)( M/s L &T/ HPL Socomec or similar superior)
1 No Each
Total for SH IV
SH:- V Earthing and Cable Laying
33 Earthing with G.I. earth pipe 4.5 metre
long, 40 mm dia including accessories,
and providing masonry enclosure with cover plate having locking arrangement
and watering pipe etc. with charcoal/
coke and salt as required.
2 set set
34 Providing and fixing 25mm X 5mm G.I.
strip on surface or in recess for
connections etc. as required.
12 Mtr Mtr
CONTRACTOR [Page] 127
SDE(E)/EE(E)
35 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia G.I. pipe earth
electrode including connection with GI
nut, bolt, spring, washer excavation and
re-filling etc. as required.
35 Mtr Mtr
36 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing
along with existing surface/recessed
conduit/submain wiring/cable as
required.
10 Mtr Mtr
37 Providing and fixing earth bus of 50 mm X 5 mm copper strip on surface for
connections etc. as required.
2 sets set
38 Supplying, Laying and fixing of one number XLPE Al power cable of 1.1 kv
grade of 3.5C 50Sq.mm as reqd.
a) on surface of wall (clamped with 25x3mm MS flat clamp)
20 mtr mtr
b) existing RCC/HUME/Metal pipe 5 mtr mtr
c) Open Trench/ in panel 5 mtr mtr
39 Supplying and making end termination
with brass compression gland and
aluminium lugs for following size of PVC
insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade as required.
3½ X 50 sq. mm (35mm) 2 Sets set
40 Supplying and fixing 40 mm dia B class
GI pipe with all accessories like bends,
sockets for cable protection including
making trench in ground, refilling the
trench after laying of pipe etc., as required.
5 mtr Mtr
Total of SH V
Sub-Head-VI Service connection and
Liaison and Co-ordination with KSEB
CONTRACTOR [Page] 128
SDE(E)/EE(E)
41 Providing and fixing wall / floor mounting cubicle typeEnergy meter
board (KSEB) of approx. size 100cm x
80cm x 50cm and made up of 16 gauge
M.S sheet and M.S. angle base. The
entire meter board shall be weather proof
type suitable for outdoor installation and shall have slanting M.S sheet roofs to
protect from rain water entry, locking
facility, and provision for incoming and
outgoing cables, necessary ventilation
arrangement, danger notice plate and suitable for accommodating the following
switchgears and accessories and having
front door, interconnections with suitable
size copper conductor wires including
copper sockets, cable gland plates in two
halves for incoming cables, painting, sign writing including showing KSEB meter
panel, Con. No, date of completion etc,
including mounting arrangements on
wall/ suitable RCC foundation
arrangements etc as required.
a) Separate compartment for KSEB meter
with provision for fixing 3 Phase energy
meter with separate door and sealing
facility and see through glass window for
meter reading.
b) Supplying and fixing of 1 No. 125
Amps TPN SDF suitable for DIN fuse
with suitable HRC fuse(Make: HPL
Socomec/ L & T/ Siemens)
c) Supplying and fixing 3 Nos. 100 A
Porcelain Fuse cutout& 100 A neutral
link, etc.
d)Supplying and fixing 3 Nos LED
indication lamp with toggle switch and
control fuse.
e) S/F 3 nos. suitable class CT up to
100/5 as per KSEB requirement
Complete as above 1 Job Job
42 Liaison and Co-ordination with Kerala
State Electrical Inspectorate/KSEB for
the following:
Note: Necessary fees paid by the agency
to the Electrical Inspectorate and
statutory bodies shall be reimbursed by
BSNL on production of original fee
receipts.
CONTRACTOR [Page] 129
SDE(E)/EE(E)
a) Submission and approval of Installation drawings before start of work
b) Approval of installation locations
c) Inspection and approval of the
installations in this work
d) Co ordination with electrical
Inspectorate for commissioning of the
installation
e) Submission of required test reports to
Electrical Inspectorate/ KSEB
f) Any other activity/ approval related to
the scope of this work
Complete as above 1 Job Each
Total for SH VI
Total of Schedule of items
Important Notes for the contractors:
3. The rates quoted shall be excluding service tax. The lowest bidder shall be decided on the TOTAL
COST offered inclusive of all taxes and duties excluding Service Tax. 50% of the Service Tax amount calculated shall be paid to the agency by BSNL for remittance to the concerned Department and balance 50% shall be remitted directly by BSNL in the case of individuals. 100% of Service Tax will be reimbursed in the case of registered companies.No sales tax concessional forms shall be issued by BSNL.
4. The contractor shall obtain necessary clearance from the concerned statutory body including
permission, approval of drawings and necessary documents etc as required as per the mandatory requirements prevailing in the State of Kerala for installing, energisation of the Electrical installations as required. An undertaking to this effect shall be furnished as per Annexure V along with the Tender documents, failing which the tender is liable to be rejected.
5. Arrangement of temporary/ permanent electrical connection for the building after completion of work like deposits, incidental charges etc if any are not to be borne by the agency.
6. All running and final payment will be released by Central Settlement Cell, O/o CGMT Trivandrum.
Contractor Executive Engineer (E)
CONTRACTOR [Page] 130
SDE(E)/EE(E)
ANNEXURE V
Dt:
To
The Executive Engineer (Electrical), BSNL Electrical Division, Ernakulam.
Subject:-Tender for “Providing EI & Fans at OP cum Diagnostic Block, THQ Hospital,
Haripad”
Dear Sir,
UNDERTAKING
I/We ………………………………………………. son of ……………………………... ……………………………………………. Resident of ………………………………………… ……………………………………………………………….hereby given an undertaking that I/We shall obtain necessary clearance from the concerned statutory body including permission, approval of drawings and necessary documents etc as required as per the mandatory requirements prevailing in the State of Kerala for installing, energisation of the electrical installation as required. Necessary fee if any shall be paid by us for which reimbursement shall be made by BSNL on production of the original fee receipt.
(Seal of the firm) (Dated Signature of Firm)
CONTRACTOR [Page] 131
SDE(E)/EE(E)
SCHEDULE C
SPECIFICATION FOR THE WORK OF PROVIDING EI&FANS (GENERAL SPECIFICATIONS)
1. The work shall be carried out as per current CPWD General Specification for Electrical
works (Part I Internal – 2013) and additional specification mentioned in this contract. All the works shall be in conformity of the latest Kerala Electrical Inspectorate guidelines.
Further the entire work shall be in conformity with Indian Electricity Act –1910 and
Indian Electricity rules 1956 as amended up to date. Wherever applicable relevant Indian
Standard code of practice for external Electrical Installation, supplementary regulation by-
laws of licensing authority/undertaking /board shall be adopted. 2. The work shall be supervised by a qualified supervisor from the contractor’s side.
3. The layout of the work will be given by the Engineer-in-charge or his duly authorized
representative at site of work.
4. The entire materials intended for use will be got approved by the Engineer-in-Charge
before its actual use. The rejected materials shall be removed immediately from the site of
work. 5. The contractor shall submit the completion plan as per the relevant clause of the
agreement within 30 days of the completion of the work. Failing to submit the completion
plan will be liable for payment of a sum equivalent to 2.5% of the value of the work,
subject to a ceiling of Rs.2,500/- as per the related clause of the agreement.
6. Schedule work should be carefully read before quoting and if any deviation regarding any item is proposed, it should be clearly indicated in the tender.
7. The earth sets shall be provided in the presence of the Engineer-in-Charge or his
authorized representative at site.
8. The following wiring shall be done in separate conduits:-
(a) Power plug wiring (b) Light & Fan point wiring (c) Emergency point wiring (A/C
supply/DC Supply) (d) Telephone wiring (e) A/C unit wiring (f) UPS wiring 9. The no. of power plug points and emergency light points fed from DC supply shall not
exceed two per circuit in any of the cases
10. At the time of laying conduit pipes in the slab and in recess the contractor will keep fish
wire of 16 SWG GI wire throughout conduit pipe and will have to take special care so that
the conduits do not pass through air conditioning ducts, grills, columns etc., If any such
necessity is foreseen, special written permission of EE Electrical will be obtained before
such work is carried out. In case of failure the contractor will not be paid this account.
11. Loop earth wire:- insulated copper wire is to be used. Loop earthing of all fittings and fans
for safety. Protective (loop earthing) conductors(s) shall be laid inside the conduit between
the metallic switch boxes and distribution switch boards and terminated into proper earth
lugs/ terminals. Only PVC insulated copper conductor cable of specified size green-yellow
in colour shall be allowed, such conductors will not run external to the conduits.
12. Obsolete items like casing capping, industrial/ hinged type switch Boards, re-wirable
fuses shall not be included.
13. Light & power to certain common areas like, lift machine room/ shaft, stair case, corridor,
compound light, fire protection loads, pump sets etc may be taken from separate switch/
DB since power supply required for these services after office hours also.
14. No switch board will have more than one source of incoming supply.
15. Balancing of 3 phase circuits shall be done.
16. 3 pin /6pin socket/ceiling rose as required. (2 pin/5 pin socket out let shall not be
permitted).
17. The following colour code shall be followed in wiring.
a) for 3 phase - Red, Yellow, Blue
b) for Live wire - Red ( single phase)
c) for Neutral - Black
CONTRACTOR [Page] 132
SDE(E)/EE(E)
d) for Earth - Yellow/Green 18. Connectors shall be used for all looping points wherever necessary.
19. Two different phases shall not be drawn through a single conduit.
20. Lighting circuit shall not have more than 800W connected load or 10 points.
21. However in case of CFL points where load per points may be less, number of points may
be suitably increased.
22. All the distribution boards, switch boards, points and fittings shall be marked.
23. The contractor will have to conduct the following tests at his cost and intimate test results
before final bills are paid. Nothing extra will be paid to him on this account. The test
certificate shall be duly signed by the certified Supervisor under whose direct supervision
the installation was carried out. The test certificate may be given in the prescribed
performa. The tests are to be carried out on completion of installation viz (a) Insulation
resistance test (b) Polarity test (c) Earth continuity test (d) Earth electrode resistance test.
24. While making the end connections of wires, no strand shall be cut and the termination of
wire shall be done with necessary lugs and ferrules without any extra payment. The bus
bars of the single phase distribution box shall be solid strips.
25. All the rigid conduit shall be steel/PVC and shall be ISI marked and the size shall be as
given below.
a) Steel conduit – Not less than 1.6mm (16 SWG) for conduits up to 32 mm dia.
Not less than 2 mm (14 SWG) for conduits more than 32 mm dia.
b) PVC conduit –
Nominal
Outside dia.(mm)
Maximum
outside diameter
(mm)
Minimum inside dia(mm)
Max. permissible
eccentricity (mm)
Max. permissible ovality (mm)
20 20 +0.3 17.2 0.2 0.5
25 25 +0.3 21.6 0.2 0.5
32 32 +0.3 28.2 0.2 0.5
40 40 +0.3 35.8 0.2 0.5
50 50 +0.3 45.0 0.4 0.6
26. The following table gives the maximum number of VIR/PVC insulated 650 /1100 Volts
grade copper / aluminium conductor that can be drawn in one conduit.
Nominal cross
sectional area
Sq.mm
Conduit size
20mm 25mm 32mm.
S B S B S B
1.5 5 4 10 8 18 12
2.5 5 3 8 6 12 10
4 3 2 6 5 10 8
6 2 - 5 4 8 7
10 2 - 4 3 6 5
16 - - 2 2 3 3
27. The outlet boxes, IC boxes for switches, Junction boxes and ends of conduits etc., for
different categories of conduit runs catering for different type of electric wiring as
mentioned shall be painted inside and outside with different colours each signifying the
different categories mentioned so as to avoid mixing of various circuits and their wiring
and nothing extra will be paid for this. Conduits shall be painted with two coats of anti
corrosive primer paint before use.
CONTRACTOR [Page] 133
SDE(E)/EE(E)
Light and Fan wiring White
Power wiring Yellow
UPS wiring Blue
Fire detection wiring Red
Telephone wiring Grey
28. The successful tenderer should recess the conduit, junction box, and switch board, DB
etc., in the walls before they are plastered and carry out work in coordination with
progress of building work. Any damage thus done will have to be made good at the cost of
the contractor. The conduit pipes should be mechanically continuous.
29. The runs of various circuits wiring at various places shall be kept minimum by taking the
runs on walls where crossing of columns is not necessary. This has to be decided before
casting of slab so that unnecessary lengths of conduits are not laid therein.
30. All the IC distribution board, sub-main board and their complete fitting shall be sign
written clearly indicting the number of distribution board, the type of load it is serving
and the numbers of circuits contained in the distribution box shall be placed in a tabular
form on the reverse of the cover of the distribution box.
31. The lugs should be provided while terminating copper/ GI wire for earth continuity with
out any extra payment.
32. The termination of conduits etc. in the junction box to be provided above DB should be
done by making proper holes instead of cutting the box.
33. The contractor will have to make arrangement to take the material to site of work at his
own cost and risk.
34. IMPORTANT NOTE :
If any conduits were laid before the award of this work, through some other agency (or through the same agency), and wherever those conduits become part of the
measurements as per the items of agreement, recovery will be effected in the bill for the
cost of the conduits on actual basis as paid. The decision of the Engineer-in-Charge in
this respect will be final and binding.
35. All bends in the system may be formed either by bending the pipes by an approved
method of heating or by inserting suitable accessories such as bends, elbows or similar
fittings, or by fixing non metallic inspection boxes, whichever is most suitable. Wherever
necessary, solid type fittings shall be used.
36. Radius of bends in conduit pipes shall not be less than 7.5 cm. No length of conduit shall
have more than the equivalent of four quarter bents from outlet to outlet.
37. Care shall be taken while bending the pipes to ensure that the conduit pipe is not
injured, and that the internal diameter is not effectively reduced.
38. The conduit pipe shall be laid in position and fixed to the steel reinforcement bars by steel
binding wires before the concreting is done. The conduit pipes shall be fixed firmly to the
steel reinforcement bars to avoid their dislocation during pouring of cement concrete and
subsequent tamping of the same.
39. Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves
shall be maintained by bending the conduit pipe itself with a long radius, which will
permit easy drawing in of conductors.
40. All non metallic conduit pipes and accessories shall be of suitable material complying with
IS:2509-1973 and IS:3419-1989 for rigid conduits and IS:9537 (part 5) 2000 for flexible
conduits. The interior of the conduits shall be free from obstructions. The rigid conduit
shall be ISI marked.
41. Mini trunking is suitable for surface wiring work indoors where necessitated, either due to
aesthetics or technical requirements, such as case of extension of existing wiring,
avoidance of recessed wiring in RCC columns etc.
CONTRACTOR [Page] 134
SDE(E)/EE(E)
42. PVC trunking shall be of good quality PVC, free from defects like deformation,
unevenness, blisters, cavities etc.
43. After installation in surface or recess, all accessible surfaces of metallic conduit pipes and
fittings, switch boxes and regulator boxes etc shall be painted with two coats of enamel
paint of approved shade.
44. Energy conservation: Use energy efficient luminaries. Use maximum day lighting,
Incandescent type of lamps not to be generally used. Sensors can be used to switch off
lights in case of non-occupancy of rooms. Task lighting shall be used in place of general
lighting. Use automation for automatic switch ON/ OFF of all common lights. Master
switch can be provided to switch off all lights, especially in the case of IQ. Maintain power
factor not less than 0.90.
45. Fire Hazard: Use quality materials and equipments. Periodic inspection may be conducted
from the fire hazard point of view. No loose wiring. No over loading of main board, DB, sub
main, wiring. One socket out let to fed one appliance only. Rewirable type fuses not to be
used. Record room- No power outlet/ switches should be provided inside the room, use of
flameproof electrical fittings.
46. The MS switch box sheet gauge not less than 1.2mm (18guage) up to size 20 cm x 30 cm
and above this size it shall be 1.6 mm (16guage). Clear depth of box shall not be less than
60 mm and this shall be increased suitably to accommodate mounting of fan regulators in
flush pattern. The metallic boxes shall be duly painted with anticorrosive paint before
erection.
47. Mounting heights: Ceiling fan - 2.75m above the floor. Fittings: Lamp at a height of 2.4m
above floor level.
48. Phenolic laminated sheet of approved shade shall be used for switch box covers (other
than modular type). These shall be 3 mm thick synthetic phenolic resin bonded laminated
sheet as base material and confirming to grade P-I of IS: 2036-1974.
49. Only 3 core flexible cables shall be used for connecting single phase appliances. Lighting
circuit shall feed light/ fan/ call bell points. Each circuit shall not have more than 800W
connected load or more than 10 points whichever is less.
CONTRACTOR [Page] 135
SDE(E)/EE(E)
LIST OF APPROVED MAKES - EI
Sl. No. Item Makes
1 MCCB (Ics=Icu) L&T / Schneider Electric/ Siemens
2 SDF units L&T / Schneider Electric/ Siemens
3 Power Contactors L&T / Schneider Electric/ Siemens
4 Change Over Switch HPL/ Havells/ H-H Elcon
5 Intelligent APFC Relay L&T/ EPCOS(Siemens)/ Schneider Electric/ ABB
6 Bus Bar Trunking/
Sandwiched Bus Duct
Moeller/ L&T/Schneider Electric/ ABB/Legrand/ Zeta
7 Power Capacitors (MPP/APP) L&T/ EPCOS(Siemens)/ ABB/ Crompton/ Schneider
Electric
8 Digital / KWHr meter Schneider Electric/ AE/ Digitron/ IMP/ Meco/
Rishabh/ Universal/ HPL/ L&T/ ABB
9 Rubber Matting ISI mark
10 MCB/Isolator/ ELCB/ RCCB/
Distribution Board
Crompton / Legrand/ L&T/ Schneider Electric/
Siemens/ ABB
11 MS/ PVC Conduit ISI mark
12 Cable Tray MEM/ Bharti/Ratan/Slotco/Profab
13 HT/LT Cables ISI mark
14 PVC insulated copper
conductor wire
ISI mark
15 Fresh Air Fans GE/ Khaitan/ Almonard/ Crompton
16 GI/MS Pipe ATC/ ATL/ BST/GSI/0
ITC/ITS/IIA/JST/Jindal/TTA / Tata/ Zenith
17 GI Sheet HSU Jindal / National/ Nippon Denro/ Sail/ Tata