16
1 o / o O/o Sub Divisional Engineer (E), BSNL Electrical Sub Division-I, Gurgaon (An ISO 9001-2000 Unit) SHORT NOTICE INVITING TENDER Name of work :- Replacement of faulty DG battery at various BTS/Exchanges in SSA Gurgaon ( Ch to:- R/M of EMS under SSA Gurgaon ) To Whom Issued:- M/S……………………………………………………………………………………………………… Date & time of opening of tender: - 30/08/2021 at 15:30 Hrs. Signature of the tender issuing officer. Designation Sub Divisional Engineer(E) BSNL, ESD, Gurgaon (For & On behalf of BSNL) (ii) UNDERTAKING (TO BE FURNISHED BY THE FIRM BEFORE QUOTING) I/ We do hereby undertake to have gone through the terms and conditions/clauses of the form CPWD- 6/7/8 being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical Wing) and agree to abide by the same. (Signature of the Contractor with seal)

(ii) UNDERTAKING

  • Upload
    others

  • View
    20

  • Download
    0

Embed Size (px)

Citation preview

1

o

/

o

O/o Sub Divisional Engineer (E),

BSNL Electrical Sub Division-I, Gurgaon

(An ISO 9001-2000 Unit)

SHORT NOTICE INVITING TENDER

Name of work :- Replacement of faulty DG battery at various BTS/Exchanges in SSA Gurgaon ( Ch to:- R/M of EMS under SSA Gurgaon )

To Whom Issued:- M/S………………………………………………………………………………………………………

Date & time of opening of tender: - 30/08/2021 at 15:30 Hrs.

Signature of the tender issuing officer. Designation Sub Divisional Engineer(E)

BSNL, ESD, Gurgaon (For & On behalf of BSNL)

(ii)

UNDERTAKING

(TO BE FURNISHED BY THE FIRM BEFORE QUOTING) I/ We do hereby undertake to have gone through the terms and conditions/clauses of the form CPWD-

6/7/8 being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical Wing) and agree to abide

by the same.

(Signature of the Contractor with seal)

2

INDEX OF TENDER DOCUMENT

Sr. No. DESCRIPTION Page No.

1 Undertaking By Firm For Acceptance of PWD-8 1

2 Index of Tender Document 2

3 Web Notification 3-4

4 In BSNL unit in which his near relative 5

5 Schedule of Work

6

6 Terms & Conditions / Specification 7

7 List of Approved makes 8-9

8 Correction Slips 1 & 2 10-12

9 PROFORMA OF SCHEDULES (CPWD-8)

13-16

Certified that this Tender Document contains 1-16 pages only.

Sub Divisional Engineer(E) BSNL, ESD Gurgaon

3 WEB NOTIFICATION FOR SHORT NOTICE INVITING TENDER /48

No 08/SDE(E)/BSNL/GRG/21-22

The Sub Divisional Engineer (Electrical) B.S.N.L. Electrical Sub Division, Gurgaon invites on behalf of Bharat Sanchar Nigam Limited sealed

item rate tenders for the following work from the contractors satisfying the under mentioned eligibility conditions:

Sr.

No

NAME OF WORK E/COST

(Rs.)

EMD

(Rs)

Last

date of Receipt

of

Application

(upto 4

PM)

Last

date & time of

Sale

(upto 4 PM)

Last date

of Receipt of Tender

upto

3 PM)

Date of

Tender Openin

g at

3.30 PM

Period

1 Replacement of faulty DG battery at various BTS/Exchanges in SSA Gurgaon ( Ch to:- R/M of EMS under SSA Gurgaon )

45106/-

902/-

28/08/21

28/08/21

30/08/21

30/08/21

07 Days

Eligibility conditions: 1.1 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 put to tender. AND

1.2 Experience of having successfully completed similar works in BSNL during last 7 years ending last day of month previous to the

one in which applications are invited , should be either of the following:

Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender.

OR Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender.

OR

One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender. OR 1.4 BSNL enlisted contractors in Electrical category of respective class having valid electrical license as per their tendering limits.

1.5 The Tenderer shall submit and confirm:

a) The contractor should submit and confirm Chartered Accountant Certificate in respect of turnover and other

registration certificate [Enlistment in BSNL, Electrical License, GSTN] with attested copies (self attested and counter attested by any executive of BSNL) as applicable along with the application on printed letter head

for purchase of tender.

b) The contractor shall submit and confirm his permanent account number (PAN) issued by the Income Tax

Department.

c) The tenderer should submit the valid GST registration certificate, Relative undertaking certificate, ESI &EPF

Certificate complete with required SD&EMD. 2. Documentary proof of satisfying eligibility conditions and chartered accountant certificate for turnover to be furnished along with the

application on printed letter heads.

3. (I) PERFORMACE GUARANTEE:- The contractor is required to furnish performance guarantee for an amount equal to 5% of the

contract value in the form of bank guarantee (of a Nationalized/ scheduled Bank in a standard format)/CDR/FDR/DD within two weeks from the date of issue of award letter. The validity period of 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 bill of the contractor till the sum along with the sum already deposited as earnest money will amount to Security Deposit of 5% of the tendered value of the work.

4. Conditions and tender form can be had from the office of Sub Divisional Engineer (E) –I Gurgaon on payment of Rs. 177/- inclusive of GST (Non-refundable) in form of Demand Draft/Pay Order of a Sch Bank or Nationalized Bank/State Bank guaranteed by Reserve

Bank of India drawn in favour of A. O. (CASH), BSNL O/o GMTD Gurgaon . Or can be downloaded from our website

http://www.haryana.bsnl.co.in/tenders/index_ec.php?ten=ELEC_FBD

5. Validity of tender shall be for 30 Days from the date of opening of the tender.

6. The tenderer should give undertaking regarding that abides by the original standard PWD Form 6/7/8. 7. The tenderer shall submit the tenders in 2 sealed covers marked as cover 1st and 2nd with name of work. Both should be

separate & they should not be enclosed in a common 3rd cover.

7. (a) The 1st cover should contain the earnest money deposited in the shape of Demand Draft/Pay Order of a Sch Bank or Nationalized

Bank/State Bank guaranteed by Reserve Bank of India drawn in favour of A. O. (CASH), BSNL O/o GMTD Gurgaon is acceptable.

OR In case the downloaded tender documents are submitted then the 1st envelope should also contain.

i) The credentials for meeting the eligibility conditions, EMD in proper form and cost of tender documents (separately in the form of DD only). 1st cover should also contain the certificate regarding non-working of near relative in the BSNL unit.

4 ii) The credentials shall be self attested & certified by any BSNL Executive not below the rank of SDE otherwise original documents shall be produced at the time of tender opening.

iii) The tenderer shall submit the downloaded original computer print-out of the document from web site. The photocopy shall not be accepted. If during the process of tender finalization, it is detected the tenderer has submitted tender documents after making any change/ additions/ deletions in the tender documents downloaded from web site, the offer shall summarily be rejected & the EMD

deposited by the tenderer shall be forfeited in addition to any other action as per prevalent rules. 7.(b) The 2nd cover should contain the tender documents. If the 1st cover is not annexed or tender cost or credentials meeting the eligibility

conditions ( in case of downloaded tender document) or Earnest Money is not in proper form, the 2nd cover containing tenders will not

be opened at all. Note: (I) The Company or firm or any other person is not permitted to tender for works in BSNL unit in which his near relative (s) is (are) posted. A certificate to this effect shall be submitted by the contractor at the time of applying for tender documents. It should be

in the 1st cover if tender is downloaded from the web site. (II) The tender documents shall not be sent through Courier / Post. The tender documents received through Courier /Post shall not be

opened / considered at all.

8. The firms are advised to visit the site after release of this web note and before quoting.

The firms participating in this tender may please note that:-

1. Award letter will be issued to successful tenderer after scrutiny & finalisation of tenders.

2. As an austerity measure, no certified copy of agreement/schedule etc shall be issued. The firm may refer to official

tenders website of Haryana Circle for contents of Schedule/NIT.

3. The following timeline shall be adhered strictly by the successful tenderer regarding execution of work.

S.No Time allowed to complete the work Time /period by which the work should

be commenced

1 07 days Any day after award of work but before

the stipulated date of completion.

2 15 days Any day after award of work but before

the stipulated date of completion.

3 30 days Any day after award of work but 15 days

before the stipulated date of completion.

4 60 days Any day after award of work but not later

than 15 days after award of work.

5 90 days Any day after award of work but not later

than 15 days after award of work.

4. If the firm fails to adhere the above timeline, the work will be cancelled without any correspondence/show cause

notice etc. Such firm shall not be eligible for participating in same tender again.

Sub Divisional Engineer(E)

BSNL, ESD Gurgaon

5

FORMAT OF THE CERTIFICATE TO BE GIVEN BY THE FIRM/PERSON

I___________________________S/O___________________________R/o__________________

______________________________________here be certify that none of my relative(s) as defined

below is/are employed in BSNL unit as per details given in the tender document. In case at any

stage, it is found that the information given by me is false/ incorrect, BSNL, shall have absolute

right to take any action as deemed fit/ without any prior intimation to me.

The near relative 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) husband (brother-in-law).

Signature of the firm/ person

6

Schedule Of Work

S.No Description of item Qty. Rate Unit Amount

1 Replacement of existing faulty batteries for the Diesel Engine Alternator sets i/c

disconnection of faulty battery and Supply and fixing of following capacity

batteries at the sites directed by the Engineer incharge i/c testing comissioning etc

complete as reqd - Batteries with Minimum 24 Months Warranty)

Note :- The old DG battery shall be retained by the agency and rates may quoted

accordingly.

a) 150 AH (Exide Express) 1 No Each

b) 130 AH (Exide Express) 1 No Each

b) 100 AH (Exide Express) 2 No Each

Sub Divisional Engineer (E)

BSNL ESD, Gurgaon

Name of work :- Replacement of faulty DG battery at various BTS/Exchanges in SSA Gurgaon ( Ch to:- R/M of EMS

under SSA Gurgaon )

7

TERMS AND CONDITIONS/ SPECIFICATIONS

1. The work shall be carried out as per current specifications. 2. Material should be got approved from the Engineer-in-charge before erection. 3. Work shall be carried out as per specifications and latest I.E. Rules. 4. The material used shall be ISI marked / BSNL approved. 5. Any damage done to the Building by the contractor during the execution of work shall have to be

made good at his own risk & cost. If he does not do it within a reasonable time determined by the Engineer-in-charge then the same will be got done at his cost by the department after giving notice to him.

6. Electricity and water will be supplied by the department. 7. Dismantalled material will be property of the contactor. 8. Work will be supervised by qualified supervisor. 9. The departmental material will be issued from the departmental store. The contractor will make his own

arrangement for loading and unloading, cartage etc. 10. The firm shall quote the rate of each item on lump sum basis but excluding GST.

Sub Divisional Engineer(E) BSNL, ESD, GURGAON

8

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING

S. No. Item Makes

1 Engine Ashok Leyland /Cummins/ Cater pillar / KOEL/ Volvo Penta / Mahindra & Mahindra (up to 40 KVA) /Escorts (up to 30 KVA)/ Eicher (up to 20 KVA)

2 Alternator(Brushless) Crompton Greaves (AL. series) / KEC / Leroy Somer / Stamford/Jyoti Ltd

3 Battery (Lead Acid / Mntc.

Free)

Amara Raja / AMCO / Farukawa / Hitachi / Exide/

Prestolite / Standard

4 HV Switchgear (Vacuum Circuit Breaker/SF6 )

Biecco Lawrie / Crompton / Kirloskar / MEI / Jyoti Ltd

5 Transformer (Oil filled / Dry type)

ABB / Schneider Electric /Andrew Yule / Bharat Bijlee / Crompton / EMCO / Kirloskar / Siemens

a) Above 400 KVA

b) Up to 400 KVA In addition to above makes, Uttam/Automatic Electric Gear(AEG)/Patson/Rajasthan Transformer

and Switchgear

6 Air Circuit Breaker L&T/ Schneider Electric / Siemens

7 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens

8 SDF units L&T/ Schneider Electric / Siemens/ HPL/Havells

9 Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS)

10 Change Over Switch HPL / Havells / H-H Elcon

11 Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric / Neptune Ducati/Syntron/ABB

12 Bus Bar Trunking/ Sandwiched Bus Duct

Moeller/L&T/Schneider Electric/ABB/Legrand/Zeta

13 Power Capacitors (MPP/APP) L&T/EPCOS(Siemens)/ABB/Crompton/ Schneider Electric/Neptune Ducati

14 Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/ Meco / Rishabh / Universal/HPL/L&T/ABB

15 Cold shrink HT/LT Cable Joint

Denson / 3M(M-Seal )/ Raychem

16 Rubber Matting ISI mark

17 MCB/ lsolator /ELCB/RCCB/ Distribution Board

Crompton / Havells / lndokopp / MDS Legrand/ L&T / Schneider Electric/ Siemens / Standard/

C&S/ABB/HPL

18 MS/ PVC Conduit ISI mark

19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab

20 HT/LT Cables ISI mark

9

21 PVC insulated copper conductor wire

ISI mark

22 Centrifugal Pump Amrut / BE / Beacon / Batliboi / Crompton / Jyoti / Kirloskar / KSB / Mather & platt / WASP/Grundfos

23 Submersible Pump Crompton/Amrut / BE / Calama / Kirloskar / KSB

24 Motors ABB/ Bharat Bijlee / Crompton Greaves / Schneider Electric / HBB / KEC / Siemens/Jyoti Ltd

25 Fresh Air Fans GE / Khaitan/Almonard/Crompton

26 Starter ABB / BCH / Schneider Electric / L&T / Siemens /

27 Single Phase Preventer L&T / Minilec / Siemens / Zerotrip

28 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA / JST / Jindal /TTA / Tata/Zenith

29 Foot Valve ISI mark

30 Gate Valve Advance/Audco/Johnson Controls/Zoloto/Annapurna / Fountain / Kirloskar / Leader / Sant / Trishul

31 Compressors Carrier/Emerson copeland/York/Danfoss (for chillers only)

32 Resin Bonded Glass wool Fibre Glass / Pilkingston / UP Twiga

33 Expanded Polystyrene BASF(India) Ltd.

34 Gauge Feibig / H.Guru / Pricol

35 Controls FLICA / Honeywell / Indfoss / Penn-Danfoss / Ranco / Ranutrol / Sporland

36 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna / Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity

37 GI Sheet HSU Jindal / National / Nippon Denro / Sail / Tata

38

Heat Detector Appollo / Chemtron/ Edward / Fenwal/ Hochiki / Nitton /System Sensor/ Wormald/Honeywell

Essar/Notifier

39 Ionization Detector Appollo / Cerebrus / Edward/ /Fenwal / Hochiki / Nitton / System Sensor / Wormald

40 Photo Electric Smoke Detector

Appollo / Cerebrus / Edward / Fenwal/ Hochiki / Nitton / Wormald

41 Fire Panel (Microprocessor based)

Agni Instruments / Agni Devices/ Aruna Agencies/ Carmel Sensor / Ravel Elect./Honeywell

Essar/Notifier/Navin Systems

42 Sprinkler/ Hose Reel & Hose

Pipe

ISI mark

43 Fire Extinguisher ISI mark

44 Lift OTIS, Kone, Mitsubishi , Schindler,Johnson

10

CORRECTION SLIP-1 Addendum / Modification to CPWD-8 and CPWD-6 forms conditions of contract definitions All reference to: -

(I). CPWD / Public Work Department / P&T Department.

(ii). D.G Works Additional Chief Engineer CPWD / Chief Engineer of Zone.

(iii). Administrative Head of CPWD / P&T Department.

(iv). CPWD Circle / Civil Circle.

(v). Ministry of Works, Housing & Supply/D.O.T.

(vi). Govt. of India / President of India.

(vii). For and on behalf of President Of India / For and on behalf of Govt. of India.

In various clauses shall be taken to mean:-

(i). B. S. N. L. (Elect. Wing)

(ii). Chief Engineer (Electrical), B.S.N.L.

(iii). Administrative Head of B.S.N.L.

(iv). B.S.N.L. Electrical Circle

(v). B.S.N.L. (Govt. of India Enterprises).

(vi). B.S.N.L.

(vii). For and on behalf of B.S.N.L.

11

CORRECTION SLIP-2 ADDITION CORRECTION SLIP CPWD-6 & 7/8 (2003)

Sr. No. Item No Existing entry/Clause Modified entry/Clause

1

1. 3 CPWD-6

Criteria of eligibility for issue of tender documents

Deleted Substituted by the Criteria of eligibility for issue of tender documents given in the Web notice

2 5 CPWD-6 Receipt of applications for issue of tender forms will be stopped by 1600 Hrs four days before the date fixed for opening of tenders. Issue of tender forms will be stopped three days before the date fixed for opening of tenders.

Bold portion May

be read as Two days.

3 6 CPWD-6 The tenderer must produce an Income Tax clearance certificate in the revised form as modified under Ministry of Finance O.M. no – 67/30/69/ITAL dated – 02/07/1970 & as amended from time to time before tender papers can be sold to him

Modified as Documentary proof of satisfying eligibility and Copy of acknowledgement of income Tax Return / Chartered Accountant certificate for last three years to be furnished along with the application on printed letter heads

4 8.1 CPWD-6 The tender shall be accompanied by earnest money (unless exempted) of Rs…………. (Rs ………………………) In cash/ Receipt Treasury challan / Deposit at call receipt of a scheduled Bank/Demand draft of a scheduled Bank issued in favour of……………….. The Fixed Deposit Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tenders and is pledged in the favour of…………………………………. A contractor exempted from depositing earnest money in individual cases, shall enclose with the tender an attested copy of the letter exempting him from depositing earnest money. In a manner described for earnest money in condition no 8.2 below, and shall found to be in order.

The tender shall be accompanied by earnest money ( less exempted) of Rs………… (Rs………………………. ) in CDR/ FDR/ DD/ BG at call receipt of a scheduled Bank/ Demand draft of a scheduled Bank issued in favour of ……………. The Fixed Deposit Receipt shall be accepted only if it is valid for FOUR Months or more after the last date of receipt of tenders and is pledged in the favour of ……………………… A contractor exempted from depositing earnest money in individual cases, shall enclose with the tender on exempting him from depositing earnest money. In a manner described for earnest money in condition no. 8.2 below, and shall found to be in order

12

5 13 of General Rules & Directions. (CPWD- 6& 7/8)

The contractor, whose tender is accepted, will be required to furnish by way of security Deposit for the fulfillment of his contract, an amount equal to 10 % of the tendered value of the work subject to a maximum of Rs Five lakhs. The security deposit will be collected by deductions from the running bills of the Contractors at the rates mentioned above and the earnest money if deposited in cash at the time of tenders will be treated as part of the security Deposit. The security amount will also be accepted in cash or in the shape of Government securities. Fixed Deposit Receipt and Guarantee Bonds of a scheduled Bank or state Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.

Bold portion May be read as. Security deposit shall be deducted @ 10%on the Tendered amount including 5% Performance bank guarantee (as per Para 11&12 of Important Terms &Conditions of Contract.

6 15 of General Rules & Directions. (CPWD- 6& 7/8)

Sales-Tax, purchase tax, turn over tax or any other tax on material in respect of this contract shall be payable by the contractor and Government will not entertain any claim whatsoever in respect of the same.

Bold portion May be read as Sales-Tax, purchase tax, turn over tax or any other tax on material & service tax

7 Clause-1 Recovery of Security Deposit. (CPWD- 6& 7/8)

The person /persons whose tender(s) may be accepted (hereinafter called the contractor) shall permit Government at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 10% of the gross amount of each running bill till the sum alongwith the sum already deposited as earnest money, will amount to security deposit of 10% of the tendered value of the work subject to a maximum of Rs.5, 00,000/-.

Bold portion May be read as Security deposit shall be deducted @ 10%on the Tendered amount including 5% Performance bank guarantee ( as per Para 11&12 of Important Terms &Conditions of Contract. .

8 Clause-2 Compensation for Delay. (CPWD- 6& 7/8)

This will also apply to items or group of items for which a separate period of completion has been specified. i)Completion period(as : 1% per day originally stipulated) not Exceeding 3 months. ii)Completion period(as originally stipulated) : 1% per week exceeding 3 months Provided always that the total amount of compensation for delay to be paid under this condition shall not exceed 10% of the Tendered Value of the item or group of items of work for which a separate period of completion is originally given.

Bold portion May be read as The compensation payable by the firm on account of delay shall be as under: 0.5% of work order value for the first 10 weeks and 0.7 % for the 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 responsible for the same. Flow chart of the procurement process /contract shall be supplied by the contractor and approved by the Executive Engineer concerned.

13

PROFORMA OF SCHEDULES CPWD-8

PROFORMA OF SCHEDULES (Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’ Schedule of quantities (as per PWD-3) -----ATTACHED-----

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

Sr. Description Quantity Rates in figures & Place of Issue No. of item words at which the material will be charged to the contractor

1 2 3 4 5

------------NIL--------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractor.

Sr. Description Hire charges per day Place of Issue No.

1 2 3 4

-------------NIL---------------

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any.

-------------NIL---------------

SCHEDULE ‘E’

Schedule of component of Materials, Labour etc. for escalation.

14

CLAUSE 10 CC NOT APPLICABLE Component of materials- “X” -----NA----------- expressed as per cent of total value of work. _______________________% Component of labour- “Y” -----NA----------- expressed as per cent of total value of work. _______________________% Component of P.O.L. - “Z” -----NA----------- expressed as per cent of total value of work. ________________________%

SCHEDULE ‘F’

Reference to General Conditions of contract. Name of work :- Replacement of faulty DG battery at various BTS/Exchanges in SSA Gurgaon ( Ch to:- R/M of EMS under SSA Gurgaon )

Estimated cost of work:- Rs. 45106/-

EARNEST MONEY: - RS.902/- Security Deposit: 10% of the tendered value subject to maximum of 5 Lakhs GENERAL RULES: Officer inviting tender & DIRECTIONS Maximum percentage for quantity

of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3. 50%

Definitions: - 2(v) Engineer-in-Charge 2(viii) Accepting Authority Sub Divisional Engineer (E)

BSNL Elect. Sub Division-I Gurgaon

2(x) Percentage on cost of materials And labour to cover all overheads and profits. 10% 2(xi) Standard Schedule of Rates Plinth area rates 2(xii) Department BSNL 9(ii) Standard CPWD contract Form CPWD form 7/8 as modified & Corrected upto 2003

Clause 2

Authority for fixing Compensation under Superintending Engineer (E) Clause 2. BSNL Electrical Circle, Ambala

15

Clause 5

Time allowed for execution of work 07 Days after award of work Clause 6 Authority to give fair and reasonable Superintending Engineer (E) extension of time for completion of work. BSNL Electrical Circle, Ambala

Clause 7 Gross work to be done together with net payment/ adjustment of advances for material collected, if any, since 5000/- for each work the last such payment for being eligible to interim payment.

Clause 11

Specifications to be followed for execution of work. As per Attached Clause 12 12.1.2 (iii) Schedule of rates for determining rates for additional, altered or substituted items that cannot ------NA------ be determined under 12.1.2 (i) & (ii) 12.1.2 (iii) Plus/minus the % over the rate entered in the schedule of rates. ------NA------ 12.1.2 (vi) A Deviation Limit beyond which sub-clauses (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply 25% (other than AHR & ALR ITEMS) 12.1.2(vi) B(a) Limit for value of any item of any individual trade beyond which sub-clauses (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply. 25% (other than AHR & ALR ITEMS) Clause 16 Competent Authority for Deciding reduced rates. Superintending Engineer (E)

BSNL Elect. Circle, Ambala Cantt._ Clause 36(i) Minimum Qualifications & Experience required for Principal Technical Representative.

a) For works with estimated cost Put to tender more than

(i) Rs. 10 Lakhs for Civil work Graduate or retired AE possessing

(II) Rs. 5 Lakhs for Elec/ Mech Works. At least recognized diploma

16

PROFORMA OF SCHEDULES CPWD-8

b) For works with estimated cost put to tender.

(I) More than Rs.5 Lakhs but less Than Rs. 10 Lakhs for Civil Works. Recognized Diploma holder.

(II) More than Rs.1 Lakh but less Than Rs.5 Lakh for Elect/ Mech. Works. c) Discipline to which the Principal Civil / Electrical / Mechanical Technical Representative should belong. d) Minimum experience of works. 3 years.

e) Recovery to be effected from the Rs.4, 000/-p.m. for Graduate

contractor in the event of not Rs.2, 000/- for diploma holder. Fulfilling provision of clause 36(i)

Clause 42 i) (a)Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi. Schedule of Rates______printed by C.P.W.D. ii) Variations permissible on theoretical quantities. a) Cement for works with estimated - N.A. - Cost put to tender not more than Rs. 5 lakhs.

for works with estimated - N.A. - Cost put to tender not more than Rs. 5 lakhs.

b) Bitumen all works. -N.A.-

c) Steel Reinforcement and structural steel - N.A. - Sections for each diameter, section and

category. d) All other materials. - Nil. - RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION Sl. Description of Item Rates in figures and words at which

No. recovery shall be made from the Contractor -------------------------------------------------------------------

Excess beyond Less use beyond Permissible the permissible Variation variation

-------------------------------------------------------------------------------------------------------------------- 1. Cement 2. Steel reinforcement 3. Structural Sections - NIL - 4. Bitumen issued free 5. Bitumen issued at stipulated

Fixed price.

END OF NIT

SDE(E), GRG