23
NIT No. 07/SDEE/BSNL/PEN/20-21 Name of Contractor: Date of application & receipt: Tender issued on: Cost of tender: Rs. 177/-(including GST as applicable) Date of opening: 08.02.2021 NOTICE INVITING TENDER The Sub Divisional Engineer (Elect.), BSNL Electrical Sub Division, Telephone Exchange, Pen 402 107 invites on behalf of the Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from the contractor(s) satisfying the under mentioned eligibility conditions:- NAME OF WORK ESTD. COST EMD TIME LIMIT CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East West Power Solutions). Sub Div. NIT No:- 07/SDEE/BSNL/PEN/20-21 Div. NIT No. :- 27/EEE/BSNL/ED/MI/2021 Rs. 30, 156/- Rs. 603/- 1 month ELIGIBILITY CRITERIA 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 BSNL enlisted contractors in Electrical category of respective class as per their tendering limits. OR 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: a) Three similar successfully completed works costing not less than the amount equal to the 40% of the estimated cost put to tender. OR b) Two similar successfully completed works costing not less than the amount equal to the 60% of the estimated cost put to tender. OR c) One similar successfully completed works costing not less than the amount equal to the 80% of the estimated cost put to tender. (Similar work means repair/ rewinding of Alternator)) 2) Firm shall have valid GST registration. 3) Documentary proof of valid Chartered Accountant certificate towards deposit of income tax, valid GST registration certificate, EPF Registration to be furnished along with application, Agency should submit the attested copy of PAN card and valid electrical contractor’s license. Contractor 1 SDE(E)

mhintranet.bsnl.co.inmhintranet.bsnl.co.in/uploads/tender/202101281611817140... · Web viewName of Contractor: Date of application & receipt: Tender issued on: Cost of tender: Rs

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Name of Work: - Maintenance of Electromechanical Services at T

19

NIT No. 07/SDEE/BSNL/PEN/20-21

Name of Contractor: Date of application & receipt:

Tender issued on: Cost of tender: Rs. 177/-(including GST as applicable)

Date of opening: 08.02.2021

NOTICE INVITING TENDER

The Sub Divisional Engineer (Elect.), BSNL Electrical Sub Division, Telephone Exchange, Pen 402 107 invites on behalf of the Bharat Sanchar Nigam Limited sealed item rate tenders for the following work from the contractor(s) satisfying the under mentioned eligibility conditions:-

NAME OF WORK

ESTD.

COST

EMD

TIME LIMIT

CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East West Power Solutions).

Sub Div. NIT No:- 07/SDEE/BSNL/PEN/20-21

Div. NIT No. :- 27/EEE/BSNL/ED/MI/2021

Rs. 30, 156/-

Rs. 603/-

1 month

ELIGIBILITY CRITERIA

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.

ANDBSNL enlisted contractors in Electrical category of respective class as per their tendering limits.

OR

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:

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

OR

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

OR

c) One similar successfully completed works costing not less than the amount equal to the 80% of the estimated cost put to tender. (Similar work means repair/ rewinding of Alternator))

2) Firm shall have valid GST registration.3) Documentary proof of valid Chartered Accountant certificate towards deposit of income tax, valid GST registration certificate, EPF Registration to be furnished along with application, Agency should submit the attested copy of PAN card and valid electrical contractor’s license.

The tenderer shall submit the tender in 02 sealed covers marked as cover 1st& 2nd.

The First cover should contain the earnest money deposited in the shape of Demand draft / Pay Order of a scheduled Bank or nationalized Bank / State Bank guaranteed by Reserve Bank Of India & should be drawn in favor of- ‘Accounts Officer (Cash), BSNL, Kalyan’ and the Second Cover should contain the tender documents. In case 1st cover is not annexed or the EMD is not in proper form the 2nd cover containing tenders will not be opened at all. Conditions and tender forms can be had from this office on payment of Rs.177/- (non-refundable) by DD payable to ‘Accounts Officer (Cash), BSNL, Kalyan’

Last date of receipt of application: 05/02/2021 Last dt of submission of tender: 08/02/2021[up to 15.00 Hrs]Last date of issue of tender : 06/02/2021 Date of opening of tender : 08/02/2021[At 15.30 Hrs]

NOTE- Tender documents can also be downloaded from website www.maharashtra.bsnl.co.in/tender/electrical. The firm who quotes on the tender downloaded from web-site shall strictly follow the following procedure-

(1) The tender shall be submitted in two envelope system-

a) First envelope shall contain tender fee, documents providing fulfillment of eligibility criteria as per the tender notice & EMD in proper form. b) Second envelope shall contain duly filled tender document. The Same Shall be Clearly written on the envelopes. (2) The 1st envelope containing Tender fee, documents providing fulfillment of eligibility criteria & EMD in proper form shall be opened first.

In case –i] Tender fee is not submitted in proper form. ii] EMD is not in proper form iii] Firm fails to fulfill eligibility criteria on the basis of document submitted in First envelope .iv] the performance of the tenderer is not found satisfactory, THE SECOND ENVELOPE SHALL NOT BE OPENED

Validity of tender shall be 90 days from the date of opening of tender. The tenders of contractors who do not deposit the earnest money in the prescribed manner are liable to be rejected.

If the day of opening of the tender declared as a Holiday then the tender will be opened on the next working day.

No. G-12/SDEE/BSNL/PEN/21/16 Date: 27.01.2021

SUB DIVISIONAL ENGINEER (E)

BSNL ELECTL SUB DIVISION PEN

Copy:1] The DGM (Vigilance) Maharashtra Circle, O/o the CGMT, Mumbai. 2]E.E.(E) BSNL ED, Mumbai. 3] NB. 4] Eligible Contractors. 5] Labour Officer 6] ]On the web site www.maharashtra.bsnl.co.in

TENDER APPLICATION FORMAT

(For Tender down loaded from Website)

To,

The Sub divisional Engineer (E)

BSNL Electrical Sub Division

Pen.

ENVELOPE - I

Sub: Application for the tender of “________________________________

____________________________________________________________

(Tender due on ___________________)

Dear Sir,

As per tender publication advertised on _______________ (date) in _________________________ (Name of Newspaper) by your office and display of Notice Inviting Tender on web site http:/ www.maharashtra.bsnl.co.in, we are hereby submitting the following documents: -

1) Tender Application fee: - Demand Draft No. _______________________ date _________________ Amount Rs. ________________ Name of Bank and Branch __________________________________________ in favour of “AO(Cash), BSNL, Kalyan “

2) a) Name of firm/ company _____________________________________

b) Name of Proprietor/ Partner/ Managing Director __________________

c) Address _________________________________________________

_____________________________________ Pin Code ____________ Phone _______________ e– mail address ________________________

d) i) Electrical Contractor’s License No. ________________________

ii) Issuing authority ____________________________________

iii) Class of Registration ____________ Limit ________________

e) Electrical Supervisor license No. _____________________________

In the Name of ___________________ Qualification ____________

3) Address of Branch/ Head office Name ___________________________

In BSNL Division H.Q ___________________________

Pin Code _________ Phone ________

Mobile No ______________________

E-Mail Address __________________

4) Income Tax Clearance Certificate/ Chartered Accountant Certificate

dtd. ____________________

5) GST Registration No. _________________ dtd. ___________ Valid up to ___________________.

6) Solvency Certificate of (Bank with Branch) ___________________________ ____________________________ for Rs. ________________.

7) Lists of work carried out Certified Officer not below the rank of Executive Engineer.

Sr. No

Name of Work

Date of

Completion

Amt. Of Work

Department

8) Annual Turn over:

Sr. No

Year

Annual turn over

1

2012– 2013

2

2013 – 2014

3

2014 – 2015

4

2016 – 2017

5

2017 – 2018

6

2018 – 2019

9) Earnest Money Deposit: - DD/ BG/ PO No. ___________ dtd. ____________ Amount Rs. ______________ (Bank & Branch) _________________________ ____________ in favour of “AO(Cash), BSNL, Kalyan ’’

All above documents at Sr. No. 1 to 9, duly attested are enclosed.

1) ______________________________

2) ______________________________

3) ______________________________

4) ______________________________

5) ______________________________

6) ______________________________

7) ______________________________

8) ______________________________

9) ______________________________

I ___________________________ proprietor/ duly authorized representative of M/s. __________________________________ hereby certify that the information given above is true to the best of my knowledge and belief I have been duly authorized to sign and certify the documents. I understand that any wrong information/ suppression of facts will disqualify us from being considered for the tender participation.

Place ______________ Yours Sincerely,

(Signature)

Date ____________ (Name in block letter)

Seal of firm

BHARAT SANCHAR NIGAM LIMITED

NOTICE INVITING TENDERS

DIVISION: - Mumbai SUB DIVISION:Pen

(As per Tendering Procedure in BSNL revised upto date)

Note:- (i) For corrections on the Form BSNL EW- 6 kindly refer English version only

(ii) In case of ambiguity in Hindi and English version, English version will prevail.

WORK DETAILS:-

a)

b)

c)

d)

e)

f)

g)

Name of work:- CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East West Power Solutions).

Sub Division: - BSNL Electrical Sub Division Pen.

Estimated cost: -Rs. 30, 156/-

E.M.D. :- Rs. 603/-

Time: - 1 Month

SD: - 10% of the tendered value of work.

Cost of Tender documents :- Rs. 177/- including GST as applicable

1.1 The work is estimated to cost Rs. 30, 156/-This estimate, however, is given merely as a rough guide.

1.2 Tenders will be issued to eligible contractors satisfying under mentioned eligibility condition.

Criteria of eligibility for issue of tender documents

i) BSNL enlisted contractors in Electrical category of respective class as per their tendering limits.

ii) Firm shall have valid GST registration.

iii) Documentary proof of valid Chartered Accountant certificate towards deposit of income tax, valid GST registration certificate, EPF Registration to be furnished along with application, Agency should submit the attested copy of PAN card and valid electrical contractor’s license.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. BSNL EW- 8 Form which is available as a BSNL Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work as entered in the contract will be One month as reckoned from the 10th day after award of the work.

4. The site for the work is available.

5. Receipt of applications for issue of forms will be stopped by 1600 Hrs. one day before the date fixed for opening of tenders. Issue of tender forms will be stopped one day before the date fixed for opening of tenders.

6. Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of works to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Sub Divisional Engineer (E), BSNL Electrical Sub Division, Pen Dist. Raigad, between hours of 11.00 AM and 04.00 P.M. everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of Rs.177.00 in prescribed form.

7. The tenderer must produce a Chartered Accountants Certificate showing details of Income-tax returns duly filed and no dues are outstanding towards Income-tax, certificate before tender papers can be sold to him.

8. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the Sub Divisional Engineer (E), BSNL Electrical Sub Division,Pen Dist. Raigad, up to 03.00 P.M. on 08.02.2021 and will be opened by him or his authorized representative in his office on the same day at 03.30 P.M.

8.1 The tender shall be accompanied by earnest money (unless exempted), of Rs. 603/-in Receipt Treasury Challan/Deposit at Call receipt of a Scheduled Bank/Fixed Deposit Receipt of a Scheduled Bank/Demand Draft of a Scheduled Bank issued in favour of ‘Accounts Officer (Cash), BSNL, Kalyan’. The Fixed Deposit Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tenders and is pledged in favour of ‘‘Accounts Officer (Cash), BSNL, Kalyan’

A contractor exempted from depositing earnest money in individual cases, shall enclose with the tender an attested copy of the letter exempting him from depositing earnest money, in a manner described for earnest money in condition No. 8.2 below, and shall produce the original when called upon to do so.

8.2 The tender and the earnest money shall be placed in separate sealed envelopes each marked 'Tender' and 'Earnest Money' respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope. The envelope marked "Tender” of only those tenderer shall be opened; whose earnest money placed in the other envelope is found to be in order.

9.0 The description of the work is as follows: -

CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East West Power Solutions).

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderer at the office of the above mentioned officer.

Tenderer are advised to inspect and examine the site and its surroundings and satisfy them selves before submitting their tenders as to the nature of the ground and sub-soil. (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at hisown cost all materials, tools and plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and local conditions and other factors having a bearing on the execution, of the work.

9.1.0 The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any orall the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

The Public enterprises that avail benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc.

9.2.0 Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

9.3.0 The competent authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

9. The contractor shall not be permitted to tender for works in the Telecommunication/Postal (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the BSNL or in the Ministry of Communication. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

10. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

11. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any notifications in the terms and conditions of the tender which are not acceptable to the department, then the BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

Further, the tenderer shall not be allowed to participate in the re-tendering process of the work.

12. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within one month from the stipulated date of start of the work sign the contract consisting of:-

a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any,forming the tender as issued at the time

ofinvitation of tender and acceptance thereof together with any correspondence

leading thereto.

b) BSNL EW- 8 Form.

Signature of

SUB DIVISIONAL ENGINEER (E)

BSNL ELECTL SUB DIVISION PEN

For and on behalf of BSNL

BHARAT SANCHAR NIGAM LIMITED

(A GOVERNMENT OF INDIA UNDERTAKING)

STATE: MAHARASHTRA CIRCLE : MUMBAI

BRANCH: ELECTRICALDIVISION : MUMBAI

ZONE: MUMBAISUB-DIVISION : PEN

Item Rate Tender & Contract for Works

(A) CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East West Power Solutions).

(i) To be submitted by 15.00 hours on_______________to the Sub Divisional Engineer (Elect)

BSNL Electrical Sub Division Pen.

(ii) To be opened in presence of tenderers who may be present at 15.30 hours

_____________ in the office of the Sub divisional Engineer (E) BSNL Electrical

Sub Division Pen.

Issued to _________________________________________

(Contractor)

Signature of officer issuing the documents _________________________

Designation: Sub divisional Engineer (Elect) BSNL Electrical Sub Division Pen.

Date of issue ___________________.

TENDER

I/ We have read and examined the notice inviting tender, schedule, A, B, C, D, E F. Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, design, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

A sum of Rs.………………… has been deposited in cash/ receipt treasury challan/ deposit at call receipt of a scheduled bank/ fixed deposit receipt of scheduled bank/ demand draft of a scheduled bank/ bank guarantee issued by a schedule bank as earnest money. If I/ We fail to furnish the prescribed performance guarantee within prescribed period, I/ We, agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/ We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We hereby declare that 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 a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated __________Signature of Contractor

Postal Address

Witness:

Address:

Occupation:

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 the President of India for a sum of _______________

Rs. ____________________________________________________ __________)

The letters referred to below shall be form part of this contract Agreement:-

a)

b)

c)

For & on behalf of BSNL

Signature _________________________

Dated __________ Designation Sub Divisional Engineer (Elect)

BSNL Electrical Sub Division Pen

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE 'A'

Schedule of quantities: Appended on page No. 15

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sr. No.

Description of item

Quantity

Rates in figures and words at which the material will be charged to the contractor

Place of Issue

1

2

3

4

5

NIL

SCHEDULE 'C'

Tools and plants to be hired to the contractor

Sr. No.

Description of item

Hire charges per day

Place of Issue

1

2

3

4

NIL

SCHEDULE 'D'

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

A. Important Note for Contractors: Appended from page 16.

SCHEDULE 'E'

Schedule of component of Cement, Steel, other materials, Labour etc. for price escalation.

NIL

CLAUSE 10 CC

Component of Cement expressed as per cent of total value of work

Xc

_____ %

Component of Steel expressed as per cent of total value of work

Xs

_____ %

Component of Materials expressed as per cent of total value of work

Xm

_____ % NA

Component of Labour expressed as per cent of total value of work

Y

_____ %

Component of POL expressed as per cent of total value of work

Z

_____ %

SCHEDULE 'F'

Reference to General Conditions of contract.

Name of work:

CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East West Power Solutions).

Estimated cost of work:

Rs. 30, 156/-

Earnest money:

Rs. 603/-

Security Deposit:

10% of the tendered value of work

GENERAL RULES and DIRECTIONS:

Officer inviting tender SDE (E), BSNL Electrical Sub Division, Pen. Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 and 12.3.

Definitions:

See below

2(v)Engineer-in-Charge

Sub Divisional Engineer (E), BSNL, Pen – 402107

2(viii)Accepting Authority

Sub Divisional Engineer (E), BSNL, Pen – 402 107

2(x) Percentage on cost of materials and Labour to cover all overheads and profits.

10 %

2(xi) Standard Schedule of Rates

NA

2(xii) Department

BHARAT SANCHAR NIGAM LIMITED

9(ii) Standard EW contract Form

BSNL EW- 8 Form, modified and corrected up to date.

Clause 2

Authority for fixing compensation under Clause 2.

SE (E), BSNL

Clause 5

Time allowed for execution of work.

Authority to give fair and reasonable extension of time for completion of work.

One Month

SE (E), BSNL

Clause 7

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

As Applicable.

Clause 11

Specifications to be followed for execution of work

Appended on Page No. 17.

Clause 12

12.1.2 (iii) Schedule of rates for determining rates for additional, altered or, substituted items that cannot be determined under

12.1.2 (i)and(ii)

NA

12.1.2 (iii) ± 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 and 12.3 shall apply

50%

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 and 12,3 shall apply.

NA

Clause 16

Competent Authority for deciding reduced rates.

Superintending Engineer (E), BSNL, Mumbai – 54

Clause 36 (i)

Minimum Qualifications and experience required for Principal Technical Representative.

a) For works with estimated cost

put to tender more than

i) Rs. 10 lakhs for Civil work

ii) Rs. 5 Lakhs for Elect/ Mech.

Works

Graduate or retired AE possessing

at-least recognised diploma

b) For works with estimated cost

put to tender more than

i) Rs. 5 lakhs but less

than Rs. 10 lakhs for Civil works

ii) Rs. 1 lakh but less than Rs.5 Lakhs for Elect/ Mech. Works

NA

Recognised diploma holder

c) Discipline to which the Principal Technical Representative should belong.

Elect./ Mech

d) Minimum experience of works

Three (3) years.

e) Recovery to be effected from the

contractor in the event of not

fulfilling provision of clause 36(1)

Rs.4,000/- p.m. for Graduate

Rs.2,000/- p.m. for Diploma holder

Clause 42

i) (a) Schedule/ statement for determining

theoretical quantity of cement and bitumen on the basis of Delhi Schedule of Rates _____

printed by C.P.W.D.

NA

ii) Variations permissible on theoretical quantities

a) Cement for works with estimated cost put to tender not more than Rs.5 lakhs.

For works with estimated cost put to tender more than Rs.5 lakhs.

b) Bitumen All works.

c) Steel Reinforcement and structural steel sections for each diameter, section and category.

d) All other materials

3% ±

2% ±

2.5% ± only and nil NA

on minus side

2% ±

NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sr. No.

Description of Item

Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond permissible variation

Less use beyond permissible variation

1

Cement

NIL

2

Steel reinforcement

3

Structural Sections

4

Bitumen issued free

5

Bitumen issued at stipulated

fixed price

Schedule of Quantity

Name of work: - CMC for EA Sets and Window / Split AC units installed at various T.E. Bldgs and BTS Sites under Area Manager Alibag & Panvel (SH- Rewinding of rotor winding of 31.5 KVA KEC make alternator at TE building Sasawane at the risk & cost of M/s East

West Power Solutions).

Sr. no

Description of Item

Qty

Unit

Rate

Amount

1

Dismantling 3 phase, 31.5 KVA capacity alternator of M/s KEC from existing DG set for repairs including to and fro carriage transportation (from TE Sasawane to work shop and from work shop to TE Sasawane) i/c Loading & unloading (at TE Sasawane & work shop), complete as required.

1

Job

2

Rewinding of rotor winding of existing 3 phase, 31.5 KVA brush type Alternator of M/s KEC by using suitable gauge of copper conductor i/c varnishing of stator, rotor windings, baking, meggering the same etc. complete as required.

1

Job

3

Attending the faults of 31.5 KVA Alternator by replacement of brushes (Qty- 8 nos.) etc. complete as required.

1

Set

4

Installation, testing and commissioning of 3 phase 31.5 KVA alternator after rewinding i/c making proper alignment with engine, connections at site, testing on load etc. as reqd.

1

Job

 

Total of schedule items:-

 Rs.

Total

Sub Divn. Engineer(E)

BSNL Elect. Sub Division, Pen

Note: -1] Rates quoted shall be exclusive of GST, but including all other taxes if any.

2] In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is ambiguity between “schedule and specification” verses IS / BS standards, “schedule and specification” shall prevail. In case of ambiguity, between down loaded tender & the hard copy of NIT issued, the hard copy of NIT shall prevail.

SCHEDULE “D”

(I) “IMPORTANT NOTE FOR CONTRACTORS”

The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer.

1. PERFORMANCE GUARANTEE: -

The Contractor is required to furnish performance guarantee for an amount equal to 5 % of the contract value in the form of Bank guarantee (of a Nationalized / Scheduled bank in standard format) / CDR / FDR / DD within two weeks from the date of issue of award letter. The validity period of performance security in the form of bank guarantee shall also be one year from the date of actual completion of work.

2. SECURITY DEPOSIT: -

In addition to performance security stated above, a sum @ 5 % of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5 % of the tendered value of the work.

3. TAXES AND DUTIES:

The firm shall quote rates for all items inclusive of all duties, octroi, taxes etc. except GST. No concessional form in any shape shall be issued by BSNL.

4. GST:

The rates offered by the firm shall be exclusive of the GSTas applicable. The firm shall claim GSTwith the bill clearly furnishing the complete details of GSTso included. BSNL under no circumstances will consider any claim of GSTnot included in the bill. It will be the firm’s responsibility to settle service tax with service tax authorities.

5. COMPLIANCE OF EPF ACT:

The firm has to fulfill/ comply the provisions of EPF & Misc. Provisions Act 1952 & Employees Provident Fund Scheme 1952.

The each claim bill of contractors must accompany the following:

1. List showing the details of labourers/ employees engaged.

2. Duration of their engagement.

3. The amount of wages paid to such labourers/ employees for the duration in question.

4. Amount of EPF contributions (both employer’s and employee’s contribution) for the duration of engagement in question, paid to the EPF authorities.

5. Copies of authenticated documents of payments of such contribution to EPF authorities.

6. A declaration from the contractors regarding compliance of the conditions of EPF Act, 1952.

6. In case of any complaint following officers may be contacted for redressal.

Sr.

Designation

Address.

Telephone No.

Fax No.

1

CGMT Mumbai.

Maharashtra Telecom Circle, 6th floor ‘A’ Wing, Administrative Bldg, Juhu Road, Santacruz (W), Mumbai-400054.

022-26616999

022-26616777

2.

CE (E) Mumbai

BSNL Electrical Zone, Mumbai Ground Floor, D-Wing, Administrative Building, CTO Compound, Mumbai-400054.

022-26604500

022-26600103

3.

DGM (Vig) Mumbai

Maharashtra Telecom Circle, 6th floor ‘A’ Wing, Administrative Bldg, Juhu Road, Santacruz (W), Mumbai-400054.

022-26616715

022-26615774

4.

SDE (Vig) Panvel

O/o General Manager Raigad Telecom District, Plot No.11, Sector No. 13, Near Postal Colony, New Panvel 410206.

022-27480066

022-27480066

(Standing order No. 258)

5. SPECIAL CONDITION:

(Copy of letter No.23(7) (1)/CEET (M)/97/1062 dt.10/7/97.)

SUBJECT: Compensation to be levied in cases of use of duplicate/spurious material

"BSNL reserves the right to get material inspected any components thereof by the manufacturer/ their authorised representative, whose report as regards to the genuineness of component shall be final and binding. In case any component upon such inspection is found to be duplicate/spurious, double the cost of such component based on price list (without any discount whatsoever) effective on date of aforesaid inspection shall be recoverable.

In case the contractor agrees to replace the components so found spurious/duplicate at his cost, within 15 days of the said report compensation of Rs.1,000/- per component found spurious/duplicate shall be levied against the contractor.

Besides the above the BSNL reserves the right to take disciplinary action against the contractor.

Decision of S.E. in such case shall be final and shall be out of purview of clause-25 of arbitration".

6. Certificates to be furnished by the contractor about relative working in the BSNL.

The format of the certificates is:-

“ I _____________________________________________________ S/O ________________________________________________ r/o _____________________________________ hereby certified that none of my relative (s) as defined in the tender document is/are employed in the BSNL units as per details given in tender documents. Incase at any stage, it is found that information given by me is false/incorrect. BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me.”

Note:- The relatives for this purpose are defined as:-

a) Members of Hindu Undivided family,

b) They are husband & wife,

c) The one is related to other in the manner as father, Mother, son (s) and son’s wife (daughter in law), Daughter(s)and daughter’s husband (son in law), and brother(s)and brother’s wife, sister(s) and sister’s husband (brother in law.)

SPECIFICATION

1. The work shall be carried out as per current departmental/CPWD specification for

electrical works as amended time to time and also as per Indian electricity rules amended

up to date.

2. The work shall be supervised by a qualified supervisor.

3. The layout of the work will be given by the Engineer-in-charge or his duly authorized

representative at the site.

4. The earthing will be done in presence of the Engineer-in-charge or his duly authorized

representative.

5. The samples of the material, fittings, accessories, IC gears etc. shall be got approved

from the Engineer-in-charge before using the same on the work. The rejected material

shall be removed immediately from the site to work.

6. The contractor will have to give the following tests, results at his won cost and risk.

(a) Earthing test, (b) Polarity test, (c)) Insulation test (d) Earth continuity test

7. Make of material shall be as per Product Directory or as specified in item.

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

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

Contractor 1 SDE(E)