Sei sulla pagina 1di 59

O/o the Executive Engineer (E),

BSNL Electrical Division


3rd Floor, Telephone Bhawan
Sahid Chowk, Ranchi- 834001
Ph no. 0651-2217301
Email : eeelrch@gmail.com

E- Tender Document
NIT No- NIT/RCH/18-19/53

Name of Work:- Providing Electrical Infrastructure works for GSAT II Gateways Project at ARTTC
Ranchi (SH: SITC of 2 x 100 KVA UPS).

________________________________________________________________________________
Regd. Office : Bharat Sanchar Bhavan, Harish Chandra Mathur Lane, Janpath, New Delhi-
110 001
Website: www.bsnl.co.in

1
BHARAT SANCHAR NIGAM LIMITED
(A GOVT OF INDIA ENTERPRISE)
O/o the Executive Engineer (E), BSNL Electrical Division, Ranchi
NIT NO- NIT/RCH/18-19/53
NAME OF WORK: Providing Electrical Infrastructure works for GSAT II Gateways Project at ARTTC
Ranchi (SH: SITC of 2 x 100 KVA UPS).
INDEX
SL. NO. DETAILS PAGE
01. Cover page 01

02. Index 02

03 Check list 03-04

04. Notice Inviting e-Tender & information for tenderer 05-09

05. Press Notifications & NIT (BSNL EW-6 amended as per NIT) 10-15

06. Annexure- I - Model Form of Bank Guarantee 16

07. Annexure-II – Performance Security Guarantee Bond 17

08. Annexure – III - Proforma of Agreement 18-19

09. Tender Form BSNL EW-8 20-21

. i) General Rules and Directions 22-26

ii) Conditions of Contract 27-29

iii) Performa of Schedules 30-31

10. Schedule of work (Un-Priced) & Approved product list 32-33

11. Specification 34-42

12. Commercial General 43-45

13. Special conditions of Contract 46-53

14. Annexure-IV – Certificate for “No Near Relatives working in BSNL” 54

15. Annexure-V – Information about the Tenderer 55-56

16. Annexure-VI – Declaration by the Contractor for EW-6 & EW-8 57

17. Annexure-VII – Undertaking by the Contractor regarding EPF & ESI 58

18 List of approved makes of BSNL Electrical Wing (wherever 59


applicable)

PRICE BID

Financial Bid for Quoting Rates - Price Schedule (BOQ) is available on line (E-tender)
This NIT contains 59 pages .

2
CHECK LIST( Filled in hard copy is to be uploaded with signature and seal )
Technical & Commercial Bid/ Price Bid
NAME OF WORK Providing Electrical Infrastructure works for GSAT II Gateways Project at ARTTC
Ranchi (SH: SITC of 2 x 100 KVA UPS)..
NIT NO: NIT/RCH/18-19/53
NAME OF THE VENDOR:

Detail of
Submitted/
document
S.No Description Uploaded
Submitted/
Yes/No
Uploaded
The Firms who fulfill the following requirements shall be
eligible to bid.
Average annual turnover during the last 3 years, ending
st
31 March of the previous financial year, should be at
least 16,73,712/-
AND
Having valid EPF registration Certificate (if applicable), valid
ESI certificate (if applicable), valid GST registration
Certificate.
AND
Original Equipment Manufacturers of UPS for the makes
specified in this tender or their authorized dealers.
Authorization letter specific to the concerned tender
including authorization for after sales service on printed
letter head of the company in this regard will have to be
produced by the tenderer.
OR
Experience of having successfully completed similar works
in Central Government / State Government / Central
Autonomous Body/ Central Public Sector Undertaking
during last 7 years ending 30th September 2018, should be
either of the following –
Three similar successfully completed works costing not less
than the amount of Rs. 22,31,616/- each, with UPS capacity
not less than 80 KVA -
OR
Two similar successfully completed works costing not less
than the amount of Rs. 33,47,424/- each, with UPS capacity
not less than 80 KVA.
OR
One similar successfully completed works costing not less
than the amount of Rs. 44,63,232/- each, with UPS capacity
not less than 80 KVA
The intending bidder has to fill all the details such as
Banker's name, Demand Draft/Fixed Deposit Receipt /Pay
2.
Order/ Banker's Cheque /Bank Guarantee number, amount
and date
a) Cost of Bid Document: Demand draft amounting to Rs.
590/-(inclusive of GST) drawn in favour of "Accounts
Officer (Cash), BSNL, O/o the GMTD, Ranchi” payable at
Ranchi.

3
b) E-Tender Processing Fee – Rs.3292/-
(inclusive of GST) shall be paid online through
website www.tenderwizard.com/BSNL
c) EMD ‐ amounting Rs. 1,11,581/- in the
prescribed form. Earnest Money should be in the
form of demand draft/FDR/ BG (As per format at
Annexure - A)/ CDR of a nationalized/scheduled
bank guaranteed by the Reserve Bank of India,
drawn in favour of " Accounts Officer (Cash),
BSNL, O/o the GMTD, Ranchi " must
accompany each tender. The Validity period of
EMD is 120 days, from the date of opening of
tender.
4. Self attested Copy of valid GST registration
Self attested copy of EPF Registration
5
certificate (if applicable).
Self attested copy of ESI Registration
6
Certificate (if applicable)
Self attested Copy of CA certificate for turnover
7
(all documents shall be self attested)
The tenderer should give a certificate that
none of his/her relative is employed in BSNL
units. In case of proprietorship firm, limited
8.
company, partnership firm certificate will be
given by authorized signatory (In the format as
given on Page No. 65-66
Duly filled and signed Undertaking to abide by
9.
EW 6 and EW 8 as per page no. 67
Duly filled and signed undertaking regarding EPF
10. and ESI Provisions as per page no.68
Deviation if any in Technical & Commercial Bid
of NIT will be given by the firm on its letter head
11, duly signed & same shall be uploaded. In the
absence of such letter it will be assumed that
there are no deviations.
I have read/understood all the terms and
conditions as mentioned in bid Document and
12 accept the same unconditionally. It is certified
that the Tender Document i/c all credentials has
been re uploaded with Digital Signature.
• Tender Document should be downloaded and Uploaded again with
Digital Signature.
For any further query regarding tender uploading/downloading pl.
contact Shri Manish Kumar, ITI (Mobile number 7033297392), Tender
Wizard Office no- 011-49424365, Email- twhelpdesk767@gmail.com

(Seal of the firm) Signature of Contractor / Firm

NOTE :- Kindly submit your bid well in advance of bid submission dead line on
M/s. ITI e – tender site www.tenderwizard.com/BSNL as there could be last
minute problems due to internet time out, breakdown etc.

4
BHARAT SANCHAR NIGAM LIMITED
(A GOVT OF INDIA ENTERPRISE)
O/o the Executive Engineer (E), BSNL Electrical Division,
3rd Floor, Telephone Bhawan, Sahid Chowk, Ranchi- 834001
Phone – (0651) -2217301, FAX- 2217303, Email- eeelrch@gmail.com
NOTICE INVITING e-TENDER
rd
The Executive Engineer (Elect.), BSNL Electrical Division, 3 Floor, Telephone Bhawan, Sahid Chowk, Ranchi-
834001, on behalf of Bharat Sanchar Nigam Limited, invites online item rate e-tenders in Two Bid system from
eligible contractors for the work and details given below:
1.1. GENERAL DETAILS
1 NIT No. NIT/RCH/18-19/53
Providing Electrical Infrastructure works for GSAT II
2 Name of work Gateways Project at ARTTC Ranchi (SH: SITC of 2 x
100 KVA UPS).
Estimated cost of the work
3 Rs.55,79,040/-
Inclusive of all taxes (including GST)
4 Completion period Twenty Eight (28) months
Earnest Money Deposit (EMD) - @2% of Rs. 1,11,581/-
5
estimated Cost
a) DD/FDR/TDR/BG of a Nationalized/Scheduled Bank in
favour of “Accounts Officer (Cash), BSNL, O/o the GMTD,
6 Mode of submission of EMD
Ranchi ” OR
(b) E-payment as per instruction of Para: (1.7) below.
7 Tender Cost (Non Refundable) Rs.500/- + GST @ 18% = Rs.590/-
(a) DD/Pay Order/Bankers Cheque of a Nationalized /
Scheduled Bank in favour of “Accounts Officer
8 Mode of submission of Tender Cost (Cash), BSNL, O/o the GMTD, Ranchi”
OR
(b) E-payment as per instruction of Para: (1.7) below.
Tender processing fees including taxes (Non Rs. 3,292/- (in favour of M/s. ITI Limited through on-line
9
Refundable) payment, Debit / Credit card )

Availability of tender Documents for free view The links of website www.tenderwizard.com /BSNL, also
10
only available on website www.jharkhand.bsnl.co.in/tender
Date & time of availability of tender documents
11 From Date: 13.10.2018
in Tender wizard portal for downloading
Last date and time of closing of online
12 Date: 03.11.2018 (up to 17:00 Hrs.)
submission of tenders
After the date and time of submission of online tender
Period during which EMD & Tender cost and up to 17:00 hours of 05.11.2018
instrument and other documents shall be All documents shall be submitted by dropping in the box
13
submitted.(In case of submission of Tender available in office of Executive Engineer (E) or shall be
cost and EMD other than e-payment mode) sent by Regd. Post/Speed. BSNL will not be responsible
for any postal delay.
14 Date and time of online opening of technical bid. On or after 11.00 hrs dtd. 06.11.2018
15 Date and time for online opening of financial bids Date: 12.11.2018 at 15.30 hrs
rd
Executive Engineer (E), BSNL Electrical Division, 3
rd
Floor, 3 Floor, Telephone Bhawan, Sahid Chowk,
16 Competent authority inviting tender Ranchi- 834001
Phone – (0651) -2217301, FAX- 2217303,
Email- eeelrch@gmail.com

Note: In case the last date of submission / opening of tender is declared to be a holiday, last date of
submission / opening of tender will get shifted automatically to next working day at the same
scheduled time. Any change in tender submission/ opening date due to any other unavoidable
reasons will be notified through the BSNL web site and/ or e-Tender Portal and/or newspapers.

1.2. The Tender document can be downloaded from the website:


www.tenderwizard.com/BSNL OR www.jharkhand.bsnl.co.in and to be submitted in e-format
only.

5
1.3. BSNL has decided to use the process of e-tendering for inviting this tender and thus the physical
copy of the tender would not be sold.

1.4. Intending tenderer are requested to register themselves with M/s. ITI Limited through the website
www.tenderwizard.com/BSNL for obtaining user-id, Digital Signature etc., by paying Vendor
registration fee and processing fee for participating in the above mentioned tender.

1.5. Amendments, if any, to the tender document will be notified in the above website as and when
such amendments are made. It is the sole responsibility of the tenderer who have downloaded the
tender document from the website to keep themselves abreast of such amendments before
submitting the tender document.

1.6. In case at any stage, it is found that any addition / deletion / correction or tempering has been
made in the downloaded tender documents, the tender shall be treated as non-responsive and
shall be rejected. BSNL shall have the absolute right to take any action as deemed fit, without any
prior intimation to the firms.

1.7. The cost of EMD and cost of Tender paper can also be paid through online Banking /
RTGS/NEFT as per the following details.

Name of the Bank and Branch UNION BANK OF INDIA, Ranchi(Main) Branch
Accounts Name Accounts Officer (Cash), BSNL, O/o
GMTD,Ranchi
Account Number 300801010521172
IFS Code UBIN0530085
Address of the Bank Ranchi Main Branch,Kutchery Road, Ranchi
MICR Code 834026002
Mail Id : email id : aocashrnc@gmail.com
Contact No Tel.No. 09431707391

The scanned copies of the E-Payment receipt towards EMD/ Cost of tender documents
have to be uploaded in the e-Tender Portal along with other documents.
ELIGIBILITY CRITERIA
st
2.1. Average annual turnover during the last 3 years, ending 31 March of the
previous financial year, should be at least 16,73,712/-
AND
2.2. Having valid EPF registration Certificate (if applicable), valid ESI certificate (if applicable), valid
GST registration Certificate.
AND
2.3 Original Equipment Manufacturers of UPS for the makes specified in this tender or their authorized
dealers. Authorization letter specific to the concerned tender including authorization for after sales
service on printed letter head of the company in this regard will have to be produced by the
tenderer.
OR
2.4 Experience of having successfully completed similar works in Central Government / State
Government / Central Autonomous Body/ Central Public Sector Undertaking during last 7 years
ending 30th September 2018, should be either of the following –

 Three similar successfully completed works costing not less than the amount of Rs.
22,31,616/- each, with UPS capacity not less than 80 KVA.
OR
 Two similar successfully completed works costing not less than the amount of Rs. 33,47,424/-
each, with UPS capacity not less than 80 KVA.
OR
 One similar successfully completed works costing not less than the amount of Rs. 44,63,232/-
each, with UPS capacity not less than 80 KVA.
Note:
1) The mandatory requirement accompanied by above criteria is valid with EPF & ESI
registration of the firm duly supported by proof of latest remittance to statutory
authorities.
6
3.0. INFORMATION & GENERAL INSTRUCTIONS FOR TENDERER:

3.1 Prospective tenderer or General public can see and download free of cost PDF format of the
tender documents from website: www.tenderwizard.com/BSNL.
To participate in the tender, prospective tenderer are requested to download the excel formats,
after login in the Home page of the website www.tenderwizard.com/BSNL with User
ID/Password/Class III Digital Signature Certificate.
3.2 Prospective Tenderer has to fill Excel Documents and upload the same without renaming it.
Please refer Help Manual for Tender submission or contact ITI Helpdesk.
3.3 The Intending tenderer must read the terms and conditions of Notice Inviting Tender & eligibility
criteria carefully. He should only submit his tender if he considers himself eligible and he is in
possession of all the supporting documents required.
3.4 Information and instructions for tenderer posted on website shall form part of tender document.
3.5 The intending tenderers should get themselves registered with M/s ITI Limited, as per instructions
on web site. The intending tenderers who need digital signature should also contact M/s ITI
Limited well in advance for issue of digital signature. Help desk of M/s ITI:
Shri Manish Kumar (Mobile number 7033297392), Tender Wizard Office no- 011-49424365,
Email- twhelpdesk767@gmail.com
3.6 After registration, the intending tenderer has to make a request for the particular tender for which
he has to pay processing fee through e-payment link available on portal by VISA/Master enabled
Credit/Debit cards/PNB net banking facility.
3.7 The tender document consisting of plans/specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be compiled with and
other necessary documents can be seen and downloaded from
website www.tenderwizard.com/BSNL or www.jharkhand.bsnl.co.in free of cost.
3.8 The tender can only be submitted after uploading the mandatory scanned documents such as
Demand Draft/Pay Order/Banker’s Cheque/FDR towards the cost of tender document and EMD in
favour of Accounts officer (Cash), BSNL, O/o the G.M.T.D, Ranchi or scanned copies of e-
payment documents and processing fees in favour of M/s ITI Limited and other documents as
specified.
3.9 Those Contractors not registered on website mentioned above are required to get registered
beforehand.
3.10 The intending tenderer must have class-III digital signature to submit the tender.
3.11 On opening date, the contractor can login and see the tender opening process. After opening of
tenders he will receive the competitor tender sheets.
3.12 Contractor can upload documents in the form of JPG format and PDF format and any other format
as permissible by the e-tendering portal.
3.13 Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in dark Yellow colour and the moment rate is entered, it turns sky blue. In addition to this,
while selecting any of the cells a warning appears that if any cell is left blank, the same shall be
treated as “0”. Therefore if any cell is left blank and no rate is quoted by the tenderer, rate of such
item shall be treated as “0” (ZERO).
3.14 It is essential to upload all the mandatory documents. If some document is not applicable
/available the status shall be printed on a paper and same shall be uploaded. Uploading of any
blank/irrelevant documents in connection to mandatory documents will lead to rejection of the
offer.

7
3.15 LIST OF MANDATORY DOCUMENTS TO BE SCANNED AND UPLOADED ON THE LINK ON
LINE WITHIN PERIOD OF TENDER SUBMISSION.
Sl. Description
no

1. Demand Draft/Pay Order/Banker’s Cheque /FDR/TDR/BG of any Nationalized/ scheduled bank


in favour of “Accounts Officer (Cash), BSNL, O/o the GMTD, Ranchi” towards EMD OR
scanned copies of E-payment documents.
2. Demand Draft/Pay Order/Banker’s Cheque of any Nationalized/scheduled bank in favour of
“Accounts Officer (Cash), BSNL, O/o the GMTD, Ranchi” towards cost of tender OR scanned
copies of E-payment documents.
3. Documentary proof of satisfying eligibility conditions as per 2.1 to 2.3 above.
4. Turn Over Certificate from Chartered Accountant for last 03 years.
5. PAN card issued by Income Tax Department, Govt. of India.
6. Valid GST Registration Certificate amended/replaced statutorily as per applicable order on date
of opening of tender.
7. Valid Employees Provident Fund (EPF) & ESI Registrations Certificate along with latest deposit
proofs.
8. Certificate for “No near relatives are working in BSNL” as per Annexure – IV

9. Information about the Tenderer as per Annexure – V


10. Declaration by Contractor for EW-6 & EW-8 as per Annexure – VI
11. Under taking regarding EPF & ESI as per Annexure – VII

3.16 SUBMISSION OF HARD COPIES OF DOCUMENTS, TENDER COST AND EMD:-

The bidder is requested to submit the above mentioned documents (as per 3.15) in physical form to
The Executive Engineer (E), BSNL Electrical Division Ranchi on or before the due date & time of
submission of tender specified in the Notice Inviting Tender.

a. The original financial instrument like Demand Draft/FDR/BG/CDR against EMD and Demand Draft
towards cost of Tender cost shall be placed in a single sealed envelope super scribed as
“(Envelope no-1) - Earnest Money and Tender cost” mentioning name of work and due date of
opening of Tender.

b. Self attested copies of the valid credentials, registration certificates & latest deposit proofs
of EPF, ESI, GST etc. and valid Electrical license (where applicable), declarations,
undertakings etc. as mentioned above (Sl. no. 3 to 12) shall be submitted in a separate
envelope marked as “ (Envelope no-2) - Other documents”.
If the tenderer is a firm in partnership / Limited company or Corporation, then the hard copies of
“FORM-A” and partnership deed / Memorandum of Articles of Association and power of attorney /
Authorisation to the person who signs the tender in case of companies etc. shall also be submitted
along with hard copies of other documents as above.
c. Both the envelope as above shall be placed in another envelope (Envelope no-3) with due
mention of name of work, due date and time of opening of tenders, name of the tenderder and
shall be submitted in the office of the Executive Engineer (E), BSNL Electrical Division, Ranchi
after last date and time of submission of online tender.
If self attested copies of the documents are not submitted, the tenderer shall produce the
original documents on demand for verification before the tender opening committee (TOC).
d. The documents are to be reached the Division office latest by 17.00 hours on 05.11.2018 failing
which the tender is liable to be rejected. The authority will not be held responsible for the postal
delay if any in the delivery of the documents and non-receipt of the same in time.
In case of e-payment of tender cost and EMD, it is not mandatory to submit the hard
copies of supporting documents before opening of bids and these are to be submitted by
the successful tenderers within one week of opening date of bids, otherwise their tenders
are liable to be rejected without any correspondence.

8
IMPORTANT NOTES:
1. All the documents shall be self-attested before up loading online and hard copies shall be
submitted in off line before the stipulated date as per NIT. Firms who have paid EMD and Tender
cost through e-payment, need not require submitting hard copies before opening of financial bid.
However the tenderer shall produce the original documents before the tender opening committee
on demand, otherwise, their tenders are liable to be rejected without any further intimation. In case
of any document as mentioned above (3.15) is not uploaded/hard copies not submitted/unable to
produce before the TOC on demand by the tenderer, then they will be disqualified and their price
bids will not be opened. The decision of the Tender accepting authority in this regard will be final
and binding.

2. The tenderer shall upload scanned copy of original documents in JPG or PDF format. The submission
of documents is deemed as undertaking by tenderer that all the documents are true and genuine. If it
is found, at any time during tendering or execution of work, that the information/documents submitted
by the tenderer are in variance/forged/bogus, they shall be legally held responsible for the same. Their
offer shall summarily be rejected or termination of contract, if awarded, forfeiting of the EMD,
performance guarantees, security deposit, if any. The tenderer/contractor shall be blacklisted
/debarred for further works in BSNL for a period of three years.

Executive Engineer (E)


BSNL Electrical Division, M
Ranchi
Mob.no.9431121023

No- NIT/EEE/BSNL/RCH/ 648 Date – 11 /10/18

Copy to-
1) Sr Chief Engineer (E), BSNL Electrical JKD Zone, Ranchi for kind information.
2-3) The E.E (E), BSNL Electrical Division, Ranchi/Jamshedpur/Dhanbad.
4) The A.O (Cash) , BSNL , O/o the GMTD, Ranchi.
5) Notice Board/Press/BSNL Web site/Tender Wizard web site.

Executive Engineer (E)

9
PRESS NOTICE

Notice Inviting e- Tenders

The Executive Engineer (E), BSNL Electrical Division Ranchi, invites on behalf of Bharat
Sanchar Nigam Limited, item rate e-tenders in two bid system for the following work (s):
NIT No. NIT/RCH/18-19/ 53 , Name of work: “Providing Electrical Infrastructure works
for GSAT II Gateways Project at ARTTC Ranch (SH: SITC of 2 x 100 KVA UPS).”. Estimated
Cost- Rs.55,79,040/-, EMD: Rs.1,11,581/-, Period of Completion: 3 months for Part A and
Part B AND 24 months for Part C OF Schedule of work , Last date & time of submission of
on line tender Date: 03.11.2018 (Up to 17.00 hrs). For details visit
http:// www.tenderwizard.com/BSNL or www.jharkhand.bsnl.co.in

Executive Engineer (E)

10
BSNL EW NIT (BSNL EW-6)
Bharat Sanchar Nigam Limited
(A Government of India Enterprise)
Electrical Wing
Zone : Jharkhand Division : Ranchi Circle : Ranchi

NIT No. : NIT/RCH/18-19/ 53

NOTICE INVITING e -TENDERS


(As per Tendering procedure in BSNL revised up to date)

01. Item rate e-Tenders are hereby invited on behalf of BSNL for the work of: “Providing
Electrical Infrastructure works for GSAT II Gateways Project at ARTTC Ranchi (SH: SITC of 2 x
100 KVA UPS).”.

Estimated cost: `55,79,040/-

02. The intending tenderer eligible to submit tender has to scan and upload the following documents
as per the provision of eligibility criteria. All the copies of documents with regard to eligibility criteria
are to be self-attested and uploaded in the e-tendering portal and hard copy shall be submitted at
Division office within the stipulated date and time.

03. Intending tenderer is eligible to submit tender provided he has definite proof to the satisfaction of
competent authority of having the eligibility criteria as given below.

04. Detailed tender documents of tender 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 is available in
downloadable form at the website www.tenderwizard.com/BSNL or www.jharkhand.bsnl.co.in free
of cost.

05. The time allowed for carrying out the work will be Twenty Four Months and shall be reckoned
th
from the 10 day after the date of written order to commence the work.

06. The intending tenderer has to fill all the details such as Banker’s name, Demand Draft/Fixed
Deposit Receipt/Pay Order/Banker’s Cheque/Bank Guarantee number, amount and date.
(i) Earnest Money amounting to ` 1,11,581/- in the form of demand draft / FDR / BG /CDR/TDR of a
nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn in favour of
Accounts Officer (Cash), O/o the G.M.T.D , Ranchi, payable at Ranchi OR through E-payment as
per instruction of Para: (1.7) above. The Validity period of EMD is 120 days, from the date of
opening of tender as stipulated above. However EMD in shape of DD with validity of three
months is also acceptable.

(ii) Cost of Tender Document amounting to 590/- (in the form of Demand Draft/Pay Order/Banker’s
Cheque) drawn in favour of Accounts Officer (Cash), O/o the G.M.T.D , Ranchi payable at
Ranchi OR through E-payment as per instruction of Para: (1.7) above.

(iii) E-tender processing fee @ 0.05% of Estimated cost put to tender (subject to Minimum Rs.500/-
and maximum of Rs. 5,000/-) plus applicable taxes is to be paid through online on e-payment link
available on portal by VISA/Master enabled Credit/Debit cards/PNB net banking facility to the
account of M/s ITI Ltd. as mentioned in the portal.

07. Online tender documents submitted by intending tenderer shall be opened only of those tenderer,
whose Earnest money Deposit, Cost of Tender and other documents placed in the above said
envelope are found in order or scanned copies of e-payment documents are uploaded in the
tender wizard portal. The time & date of opening of uploaded scanned documents & online

11
Technical bid is on or after 11.00 hours date. 06.11.2018 and financial bid is at 15.30 hrs on
date. 12.11.2018.

08. The Tender will be submitted in two parts –


Part- 1:- TECHNICAL AND COMMERCIAL BID
Part-2:- PRICE BID

a) The technical and commercial bid will be opened first at the first instance and evaluated by the
Committee. At the second stage financial bids of only the technical and commercially accepted
offer will be opened for further evaluation and ranking before awarding the contract.
b) The technical and commercial bid shall be evaluated by the tender evaluation committee and if
necessary clarifications/confirmation, for deviations (if any) shall be taken from the eligible bidders
so as to evaluate their bids as per terms and conditions of the tender documents to decide the
technically & commercially responsive / non responsive bidder.
c) The bidders shall not be at any stage allowed to revise/modify the price bid after the opening of
technical and commercial bid.

In case holiday is declared on the opening day the tenders will be opened on the next working
day.

09. The tender submitted shall become invalid and cost of tender and e-tendering processing fees shall
not be refunded if-
(i) The tenderer is found ineligible.
(ii) The tenderer does not upload all the documents as stipulated in the tender document.

(iii) Any discrepancy is noticed between the documents as uploaded at the time of submission of
tender and hard copies as submitted physically in the office of the tender opening authority

10. Criteria of submission of eligibility documents for the online tenders shall be considered as fulfilled
if hard copies of all mandatory documents are submitted and found in order. Hence if any of the
eligibility documents could not be uploaded for any reason, hard copies of such missing
documents shall invariably be submitted along with hard copies of other documents

11. In case the eligibility credentials are not found genuine at any stage i.e. before award of work or
during execution of the work or after completion of the work, the contractor will be debarred from
tendering in BSNL for three years including any other action under the contract or existing law.

12. After submission of online tender, the contractor can resubmit revised tender any number of times
but before last time and date of submission of tender as notified. While submitting the revised
tender, contractor can revise the rate of one or more item(s) any number of times (he need not re-
enter rates of all the items).

13. Public Online Tender Opening Event (TOE)


E-tender offers a unique facility for “Public Onlline Tender Opening Event (TOE)”. Tender Opening
officers as well as authorized representatives of bidders can attend the Public Online Tender
Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders
(i.e. supplier organization) duly authorized are requested to carry a Laptop and Wireless
connectivity to Internet.

14.0. Earnest Money


14.1 The amount of earnest money to be deposited with tender is Rs.1,11,581.00 in the form of
CDR/FDR/DD/BG.OR through e-payment (RTGS/NEFT). Bank guarantee (BG) is acceptable as
EMD if amount exceeds Rs. 20,000/-

14.2 The validity period of the Earnest Money Deposit is kept 30 days beyond the tender validity e.g. 90
+30 = 120 days, the tender validity period is 90 days.

14.3. 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.
12
14.4 . Release of Earnest Money deposit
Earnest Money deposit of all unsuccessful tenderers should be released on issue of award letter
to the successful tenderer. This should be done within one week of issue of award letter. In case
of successful tenderer, the Earnest Money deposit is released on their submitting performance
bank guarantee. Where the BSNL requests the tenderer to extend the validity of the tender
beyond the stipulated period given in the tender documents, and the tenderer refuses to extend
the validity of his tender, the Earnest Money deposit of such tenderers is returned forthwith.

14.5. Exemption from payment of earnest money and security deposit by any other unit/
department shall not hold good for BSNL.

15.(i) Performance Guarantee :


The contractor is required to furnish performance guarantee for an amount equal to 5% of the
contract value of items under Parts A & B 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 works and the same shall be
refunded after 12 months of free maintenance/warranty period..Before commencement of
maintenance contract as per Part C of Schedule of works, performance guarantee for an amount
equal to 5 % of maintenance contract value (Part C) shall be furnished.

(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, amounts to security deposit of 5% of
the Tendered value of the work.

16. The acceptance of a tender will rest with the Sr. Chief Engineer (E) who does not bind himself to
accept the lowest tender or any other tender and 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.

17. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the
contractors who resort to canvassing will be liable for rejection.

18. The competent authority on behalf of BSNL reserves with 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 rates quoted.

19. (i) The tenderer should give a certificate that none of his/her relative is employed in BSNL
units. In case of proprietorship firm, certificate will be given by the proprietor and for
partnership firm certificate will be given by all the Directors of the Company.

(ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from
participation in tenders and execution of works in the different units of BSNL. The near relatives for
this purpose are defined as :

a. Members of a Hindu Undivided family

b. They are husband 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)

(iii) The company or firm or any other person is not permitted to tender for works in BSNL Unit in
which his near relative(s) is (are) posted. The unit is defined as SSA / Circle / Chief Engineer /
Chief 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 and 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

13
firm or the concerned person. The company or firm or the person will also be debarred for further
participation in the concerned unit.

The format of the certificate to be given is “I


……….……………….…………..……………………………. son of
Sh………………………………………………………………………………..Resident of
……………….………………………………………………………………………… hereby certify that
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)

20. 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
contractor’s service.
21. 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.
22. The contractor should read the tender documents carefully before submitting the online tender.
23. Before e-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
conditions, including stocking of materials, installation of T&P etc. and condition 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.

24 . Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote
his rates as per various terms and conditions of the said form, which will form part of the
agreement.

25. The successful tenderer/contractor on acceptance of his tender by the Accepting authority should
sign every page of downloaded tender as available in the website with stamp (seal) of his
firm/organization.

26. This down loaded and signed tender consisting of Notice Inviting e-Tender (BSNL EW-6) shall form
part of the contract document. The successful tenderer/contractor shall within 15 days from the
stipulated date of start of the work, sign the contract consisting of:

a) The Notice Inviting e-Tender, all the documents including additional conditions, specifications and
drawings, if any forming the tender as issued at the time of invitation of tender and acceptance
thereof together with any correspondence leading thereto.
b) Standard form (BSNL EW-8).

27. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on
BSNL website www.jharkhand.bsnl.co.in OR http://www.tenderwizard.com/BSNL as well as in the
Division office.
28. For e-tendering of this tender BSNL has engaged e-portal maintained by M/s ITI Ltd, New Delhi.
The agency intending to participate in tendering process shall have to register with ITI Ltd, New
Delhi. For details kindly visit website http://www.tenderwizard.com/BSNL or contact Shri Manish
Kumar (Mobile number 7033297392),.

Executive Engineer (E)


BSNL Electrical Division
Ranchi

14
CONDITION OF BANK GUARANTEE FOR EMD IF IT IS MORE THAN RS.20,000/-

• The BG shall be from a schedule bank or a Nationalized Bank guaranteed by Reserve Bank of India,
in enclosed Performa for the prescribed value mentioned in NIT.

• The Bank guarantee shall remain in force for 30 days after the period, for which the tenders are valid.

• The B.G shall be furnished duly stamped at the rate of Rs.5/- for every 1000/- or part there of as per
Indian Stamps Act 1899.

• The BG may be got extended if required.

• If the firm belongs to other state and stamp duty is lower in that state then it will require to be stamped
with the excess amount so that total stamp duty is not less in accordance with the requirement of
Odisha State. If the BG is not in prescribed pro forma duly stamped with the requirement of Odisha
state, tender shall not be opened.

Note: All the required details such as Name of work etc. for which BG is produced must to be filled in the
BG itself.

15
ANNEXURE-I
MODEL FORM OF BANK GUARANTEE

BANK GUARANTEE BOND FOR EMD FOR WORKS WHEREVER THE AMOUNT OF EMD IS MORE
THAN RS. 20, 000/-.

Whereas__________________(hereinafter called "The Contractor(s)") has submitted its Tender


dated______________ for_________________(Name of work)__________________________ KNOW
ALL MEN by these Presents that WE______________________ OF______________________having our
registered office at_____ ________________(hereinafter called "The Bank") are bound unto
ACCOUNTS OFFICER (CASH), O/O GMTD, BSNL Ranchi (hereinafter called " The Purchaser ") in the
sum of__________________for which payment will and truly to be made of the said Purchaser, 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 Purchaser 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 Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in its demand, the Purchaser 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 Authority


Signature of the Witness

Name of Witness

Address of Witness

16
ANNEXURE – II
PERFORMANCE SECURITY GURANTEE BOND

1. 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 and conditions of an agreement/Advance Purchase Order No. _____________
dated: __________________________ made between _________________ and
___________________________________ for the supply of ___________________________
(hereinafter called "the said agreement"), of security deposit for the due fulfillment by the said
contractor (s) of the terms and 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. We (name of the bank) _____________________ do hereby undertake to pay the amounts due and
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 reason of the contractors(s)’ failure to perform the said Agreement. Any such demand made on the
bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee
where the decision of BSNL in these counts shall be final and binding on the bank. However, our
liability under this guarantee shall be restricted to an amount not exceeding
__________________________________________________.

3. We undertake to pay to the BSNL any money so demanded notwithstanding 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 and unequivocal. The payment so made
by us under this bond shall be valid discharge of our liability for payment there under and the
contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We (name of the bank) __________________________________________ further agree that the


guarantee herein contained shall remain in full force and effect during the period that would be taken
for the performance of the said agreement and 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 and its claims satisfied or
discharged or till ____________________________________ (office/Department) BSNL certifies that
the terms and conditions of the said Agreement have been fully or properly carried out by the said
contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this
guarantee is made on us in writing on or before the expiry of ONE YEAR after actual completion of
work.

5. We (name of the bank) __________________________________ further agree with the BSNL that
the BSNL shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and 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) and to forbear or
enforce any of the terms and conditions relating to the said agreement and 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. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/supplier(s).

7. 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 the Bank)


17
ANNEXURE - III
(Rs.100/-Stamp paper agreement copy)

The agreement shall be signed by both the parties [EE (E)] concerned and the contractor] on Non
judicial stamp paper of appropriate value which shall be purchased by the agency. The proforma of
agreement to be prepared on Non judicial stamp paper is given below:

CONTRACT AGREEMENT FOR THE WORK OF


…………………………………………………………………………….
………………………………………….Dated………………………M/s……………………………………………
……………………..(refer to note) in the town of …………………………….. herein after called the
contractor (which term shall unless excluded by or repugnant to be subject or context include its successor
and permitted assigns) of the one part and the Bharat Sanchar Nigam Limited herein after called the BSNL
(which term shall unless excluded by or repugnant to the subject or context include its successors and
assigns) of the other part.
WHEREAS
A. The BSNL is desirous that the
………………………………………………………………………………………… should be executed as
mentioned enumerated referred to in the tender including Press Notices Inviting tender, General
Conditions of the Contract, Special conditions of the contract, Specifications, Drawing Plan, Time
Schedule of completion of jobs, Schedule of quantities and Rates, Agreed variations, other documents,
has called for tender.

B. The contractor has inspected the site and surrounding of the work specified in the tender documents
and has satisfied himself by carefully examination before submitting his tender as to the nature of surface,
strata, soil, sub-soil and grounds, the form and nature of the site and local conditions, the quantities,
nature and magnitude of the work, the availability of labour and material necessary for the execution of
work, the means of access to site, the supply of power and water there to and the accommodation he may
require and has made local and independent enquires and obtained complete information as to the
matters and things referred to or implied in the tender documents or having any connection therewith, and
has considered the nature and extent of all the probable and possible contingencies, and generally all
matters incidental thereto and ancillary thereof affecting the execution and completion of the work and
which might have influenced him in making his tender.

C. The tender documents including the BSNL’s Press Notices inviting Tender, General Conditions of
contract, Schedule of quantities and rates, General obligation specification Drawings, plan, time, schedule
for completion of work, letter of acceptance of tender and any statement of agreed variations with its
enclosures copies of which are hereto annexed form part of this contract through separately set out herein
and are included in the expression contract wherever herein used.

AND WHEREAS The BSNL accepted the tender of


M/s…………………………………….……………………………
…………………………………vide letter
No……………………………………………………………………………………at the rates stated in the
schedule of quantities for the works and accepted by the BSNL (herein after called the schedule of Rates)
upon the terms and subject to the conditions of the contract.

NOW THIS AGREEMENT WITNESSETH & IT IS HERERBY AGREED AND DECLARED


AS FOLLOWS.

1. In consideration of payment to be made into the contract for the work to be executed him, the
contractor hereby convenient with the BSNL that the contractor shall and will duly provide,
execute, complete and maintain the said work and shall do and perform all other acts and things
on the contract mentioned or described or which are to be implied and three form or may be
reasonably necessary of the completion of the said works and the said times and in the manner
and subject to the terms and conditions or stipulations mentioned the contract, AND

2. In considerations of the due provision execution, completion and maintenance of the said work,
the BSNL does hereby agree with the contractor that the BSNL will pay to contractor the
respective amounts for the work actually done by him and approved by the BSNL at the schedule
or Rates and such other sum payable to the contractor under provision the contract, such payment
to be made at such time in such manner as prescribed for in the contract.

18
3. It specifically and distinctly under stood and agreed between the BSNL and the contractor that the
contractor shall have no right, title or interest in the site made available by the BSNL for execution
of the works or in the buildings, structures or works executed or the said site by the contractor or in
the goods, articles, materials, etc., brought on the said site (unless the same specifically belongs
to the contractor) and the contractor shall not have or deemed to have any lien whatsoever for
unpaid bills will not be entitled to assume or retain possession or control of the site or structures
and the BSNL shall have an absolute unfettered right to take full possession of site or structures
and the BSNL shall have an absolute unfettered right to take full possession of site and to remove
the contractor, their servants, agents and materials belonging to the contractor and lying on the
site.

In witness whereof the parties here-into set their respective hands and seal in the day and the
year first above written.

Signed and delivered for and on Signed and delivered for and on
Behalf of BSNL Behalf of Contractor
(BHARAT SANCHAR NIGAM LIMITED) M/s.
Date : Date:
Place: Place:

IN PRESENCE OF TWO WITNESSES

Signature: Signature :

Name: Name:

19
BSNL EW TENDER FORM (BSNL EW-8)
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
ZONE – Jharkhand DIVISION – Ranchi
BRANCH : ELECTRICAL WING

Tender for the work of : Providing Electrical Infrastructure works for GSAT II Gateways
Project at ARTTC Ranchi (SH: SITC of 2 x 100 KVA UPS).

TENDER
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,
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.1,11,581/- is hereby forwarded in the form of Deposit at call receipt / FDR / Bank
guarantee of a Nationalized/Scheduled Bank as earnest money. If I /We fail to commence the work
specified 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.
5. 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 up to 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 clauses 12.2.
6. I / We agree to furnish to BSNL Deposit at call receipt /FDR/ Bank guarantee of a
Nationalized/Scheduled Bank for an amount equal to 5% of the contact 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.
7. 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 Witness
(required in the case of
contractor’s thumb impression
is given by the contractor in place
of signature) (Signature of contractor)
(Name & Postal address) Seal of Contractor

Occupation of Witness Date:

20
ACCEPTANCE

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

21
BSNL EW GENERAL RULES & DIRECTIONS

GENERAL RULES AND DIRECTIONS


1. All works proposed for execution by contract 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 for 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). 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 in offline, it must be signed by the authorised
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 downloaded price schedule 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 conditions 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 or payment to the Officer inviting tender and the contractor shall be
responsible for seeing that he procures a receipt signed by the concerned Accounts Officer.
9. The tenderers 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.
10. Rates quoted by the Contractor in the tender both in figures and words (In case of offline tenders)
shall be accurately filled in so that there is no discrepancy in the rates written in figures and words.
However, if a discrepancy is found, the rates which correspond with the amount worked out by the
contractor

22
BSNL EW GENERAL RULES & DIRECTIONS
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 figurers or in 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.
11. 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) in favour of Accounts officer (Cash) 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
works.
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.
12. 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
(incase of off line tenders) 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 in 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 up to 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.
13. Taxes & Duties : The firm shall quote rates and applicable taxes for all the items as per the
schedule of work performa.
(ii) The liability to pay all taxes, levies, etc. shall be of contractor and BSNL will not entertain any
claim whatsoever in this respect.

Note:
Contractors will submit all relevant documents to avail of Input Tax Credit under GST
regime. Any loss to BSNL on account of non submission of requisite documents pursuant
to GST implementation shall be borne by the agency.

23
BSNL EW GENERAL RULES & DIRECTIONS

Evaluation of Tenders:-The evaluation and comparison of responsive tenders shall be done


on the basis of Net cost to BSNL on the price of the goods offered inclusive of Packing,
Forwarding, Freight and Insurance charges (but excluding GST).

Vendors should furnish the correct HSN / SAC code in the Price Schedule. Owing to
wrong furnishing of HSN / SAC code, vendors will be liable to refund any non-admissible amount,
if already paid, along with penalty if charged by the concerned authority.

The purchaser reserve the right to ask the tenderer to submit documentary proof
confirming the correct HSN / SAC code from the GST authority where the HSN / SAC code
furnished against the particular tendered item by different tenderer differs from each other or the
same is found apparently not furnished in accordance to GST rules.
14.a. However, pursuant to the constitution (forty-sixth Amendment) Act, 1982, if any further tax or levy
is imposed by statute, after the last date for the receipt of tender and the contractor thereupon
necessarily and properly pays such taxes/ levies, the contractor shall be reimbursed the amount
so paid, provided such payment, if any, is not, in the opinion of the Superintending Engineer
(whose decision shall be final and binding on the contractor) attributable to delay in execution of
work within the control of the contractor.
b. The contractor shall keep necessary books of accounts and other documents for the purpose of
this condition as may be necessary and shall allow inspection of the same by a duly authorized
representative of BSNL and further shall furnish such other information/ document as the
Engineer-in-Charge may require from time to time.
c. The Contractor shall, within a period of 30 days of imposition of any such further tax or levy,
pursuant to the Constitution (forty sixth Amendment) Act, 1982, give a written notice thereof to the
Engineer-in-charge that the same is given pursuant to this condition, together with all necessary
information relating thereto.

24
BSNL EW GENERAL RULES & DIRECTIONS
15. In case of statutory variation in excise duty within the stipulated date of completion of individual
agreement, the same shall be paid or recovered as per the actual against documentary proof for
major equipments/ materials. However, beyond this period BSNL will take advantage of any duty
reduction but will not pay extra on account of duty increase.
16. BSNL shall deduct statutory deductions from payments due to the firm as per rules of the
State/Central Government. The Accounts Officer of the concerned Division shall issue certificates
for such deductions to the firm.
17. 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.
18. 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. The contractor shall offer necessary co-operation for the same.
19. Some restrictions may be imposed by the security staff etc. on the working and/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.
20. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and
orders issued there under from time to time. If he fails to do so, his failure will be a breach of the
contract and 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.
21. No engineer of gazetted rank or executive of BSNL employed in engineering or administrative
duties in an engineering department of the Govt. of India/BSNL is allowed to work as a contractor
for a period of two years of his retirement from government service without the previous
permission of Govt. of India/BSNL. This contract is liable to be cancelled if either the contractor or
any of his employee is found at any time to be such a person who had not obtained the permission
of Govt. of India as foresaid, before submission of the tender or engagement of the contractor’s
service as the case may be.
22. 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:

22.1 Members of a Hindu Undivided family

22.2 They are husband and wife

22.2 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)

25
BSNL EW GENERAL RULES & DIRECTIONS

23. 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 and 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 certificate to be given is “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)

26
BSNL EW CONDITIONS OF CONTRACT

CONDITIONS OF CONTRACT

1. Definitions : The ‘Contract’ means the documents forming the tender and acceptance thereof and
the formal agreement executed between the competent authority on behalf of BSNL and the
contractor, together with the documents referred to therein including these conditions, the
specifications, designs, drawings and instructions issued from time to time by the Engineer-in-
Charge and all these documents taken together, shall be deemed to form one contract and shall
be complementary to one another.

2. In the contract the following expressions shall, unless the context 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 and 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/building/or other places on, 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, firm or company, whether incorporated or not,
undertaking the works and 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 the Bharat Sanchar Nigam Ltd. having its corporate office at Harish Chandra
Mathur Lane, Janpath, New Delhi-110001 and its successors.

v) The ‘Engineer-in-charge’ means the Engineer officer who shall supervise and be in-charge of
the work and who shall sign the contract on behalf of BSNL as mentioned in Schedule ‘F’
hereunder.

vi) Accepting Authority shall mean 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 earthquake, lightning and unprecedented floods, and other
causes over which the contractor has no control and 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 in
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.

27
BSNL EW CONDITIONS OF CONTRACT

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 and profits.

3. Scope and Performance : Where the context so requires, words imparting the singular only also
include the plural and vice versa. Any reference to masculine gender shall whenever required
include feminine gender and vice versa.

4. The contractor shall be furnished, free of cost, one certified copy of the contract documents except
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 and transport
which may be required in preparation of and for and in the full and entire execution and completion
of the works. The descriptions given in the schedule of quantities shall, unless otherwise stated,
be held to include wastage on materials, carriage and cartage, carrying and return of empties,
hoisting, setting, fitting and fixing in position and all other labours necessary in and for the full and
entire execution and completion of the work as aforesaid in accordance with good practice and
recognized principles.

6. Sufficiency of Tender : The contractor shall be deemed to have satisfied himself before tendering
as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted
in the Schedule of Quantities, which rates and prices shall, except as otherwise provided, cover all
his obligations under the contract and all matters and things necessary for the proper completion
and maintenance of the works.

7. Discrepancies & adjustments of Error : 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 and figured dimensions in preference to scale and special conditions in
preference to General Conditions.

7.1 In the case of discrepancy between the schedule of quantities, the specifications and/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

7.2 If there are varying or conflicting provisions made in any one document forming part of the
contract, the Accepting Authority shall be the deciding authority with regard to the intention of the
document and his decision shall be final and binding on the contractor.
7.3 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 and specifications or from any of his obligations
under the contract.

28
BSNL EW CONDITIONS OF CONTRACT

8. Signing of Contract: The successful tenderer/contractor, on acceptance of his tender by the


Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the
contract consisting of the notice inviting tender, all the documents including drawings, if any,
forming the tender as issued at the time of invitation of tender and acceptance thereof together
with any correspondence leading thereto.

9.. The agreement to be signed on non-judicial stamp paper and the cost to be decided as per the
prevailing local bye-laws or zonal head of the circle.

CONTRACTOR EXECUTIVE ENGINEER (E)

29
BSNL EW PROFORMA OF SHEDULES

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

SCHEDULE 'A'

Schedule of quantities: As per Price Bid

SCHEDULE 'B'
Schedule of materials to be issued to the contractor. NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor: NIL

SCHEDULE 'D'
Extra schedule for specific requirements/ document for the work, if any.
SCHEDULE 'E'
Schedule of component of Cement, Steel, other materials, Labour etc. for price escalation.: NIL

CLAUSE 10 CC
Clause 12

Clause 12.2 (iii) Schedule of rates for +/- the percentage over the estimated rate
entered in the schedule of rates.
determing rates for additional, altered or
substituted items that cannot be determined
under 12.2 (i) and (ii)

SCHEDULE 'F'
Reference to General Conditions of contract.
Name of work: Providing Electrical Infrastructure works for GSAT II
Gateways Project at ARTTC Ranchi (SH: SITC of 2
x 100 KVA UPS).

Estimated cost of work: Rs. 55,79,040/-

i) Earnest money : Rs. 1,11,581/-

ii) Performance Guarantee : 5% of the contract value of items under Parts A & B
iii) Security Deposit : 10% of the gross amount of the bill

GENERAL RULES and DIRECTIONS: Officer inviting tender: EE (E), BSNL Electrical
Division, Ranchi 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 Executive Engineer (E), BSNL Electrical Division.


Ranchi
2(viii) Accepting Authority Sr. Chief Engineer (E) BSNL Electrical JKD Zone ,
Ranchi

2(x) Percentage on cost of materials and labour to 10% (Ten)


cover all overheads and profits.
30
2(xi) Standard Schedule of Rates 1. Central Govt. approved labour rates for labour
component.
2(xii) Department BSNL

9(ii) Standard CPWD contract Form BSNL EW Form 8 as modified and corrected up to
date.
Clause 1
i)Time allowed for submission of Performance 14 Days
Guarantee from the date of issue of letter of
acceptance, in days
ii) Maximum allowable extension beyond the
period provided in (i) above in days
Clause 2
Authority for fixing compensation under Clause 2. Sr C.E. (E) / SE (E)

Clause 5 10 days
Number of days from the date of issue of letter of
acceptance for reckoning date of start Milestone(s)
as per table given below :-

31
Schedule of Work
Name of Work :- Providing Electrical Infrastructure works for GSAT II Gateways Project at ARTTC Ranchi (SH: SITC of 2 x 100 KVA UPS).
Unit price
inclusive
freight,
Total Total
packing,
Unit price Amount Amount HSN /
Sl.N Qt forwardin
Description of Item Unit GST including incl GST excl GST SAC
o. y g,
GST (total cost) (net cost) code
insuranc
(Rs.) (Rs.)
e but
excluding
GST
CG
SGS
ST IGST %
T%
% rate
rate
rate
1 2 3 4 5 a b c 6=a+b+c 7=5+6 8=3x7 9=3x5 10
PART :- A (Supply)
1 Supply of 2 nos. online 100 KVA UPS 3 Ph-3Ph in
(1+1) configuration for providing power supply to
equipment with in-built battery charger facility,
having 415 Volt, 3 Phase pure sine wave output &
having features of automatic parallel redundant
configuration system in between UPSs along with
all electrical and programmable arrangement i/c
paralleling kit and signal interconnecting cable for
parallel redundancy along with suitable size SMF
battery bank with stand/housing for minimum 30
minutes battery backup of rated capacity
separately for both UPS, necessary copper
cabling work complete as per detailed
specifications attached. 1 Set
Total for Part A
PART :- B (Installation, Testing & Commissioning)

32
1 Installation, testing & commissioning of 2 nos.
online 100 KVA UPS 3 Ph-3Ph in (1+1)
configuration for providing power supply to
equipment with in-built battery charger facility,
having 415 Volt, 3 Phase pure sine wave output &
having features of automatic parallel redundant
configuration system in between UPSs along with
all electrical and programmable arrangement i/c
paralleling kit and signal interconnecting cable for
parallel redundancy along with suitable size SMF
battery bank with stand/housing for minimum 30
minutes battery backup of rated capacity
separately for both UPS, necessary copper
cabling work complete as per detailed
specifications attached. 1 Set
Total for Part B
PART :- C (Maintenance)
1 Maintenance of 2 nos. online.100 KVA UPS 3 Ph-
3Ph in (1+1) configuration for providing power
supply to equipment with in-built battery charger
facility, having 415 Volt, 3 Phase pure sine wave
output & having features of automatic parallel
redundant configuration system in between UPSs
along with all electrical and programmable
arrangement and SMF battery bank complete as
required.
Total for Part C 24 month
Grand Total for Part (A+B+C)

CONTRACTOR EXECUTIVE ENGINEER (E)

33
SPECIFICATIONS FOR UPS
SCOPE: The offer should cover complete supply, installation, testing, and commissioning of ready to use
online uninterruptible power supply system. All minor civil works, electrical and other works associated with
installation and commissioning of the set shall be carried out by the tenderer. The tenderer would quote for
complete lot to be executed under works contract.
Specifications of 100KVA; Three Phase Uninterruptible Power Supply (UPS) System
S.No Description of work
1 SYSTEM DESCRIPTION
1.1.
A. SUMMARY
B. Scope: Provide design and engineering, labor, material, equipment, related services, and
supervision required, including, but not limited to, manufacturing, fabrication, erection, and
installation for a solid state uninterruptible power supply (UPS) as required for the complete
performance of the work, and as shown on the Drawings and as herein specified.
1.2. Section includes: This specification describes a three-phase, on-line, continuous operation,
solid-state uninterruptible power supply (UPS). The UPS shall operate as an active power
control system, working in conjunction with the building electrical system to provide power
conditioning and on-line power protection for the critical loads.
SYSTEM DESCRIPTION
A. The UPS shall be designed for continuous-duty, on-line operation and shall be based on solid-
state design technology to provide uninterrupted power supply for computer system and
associated items. The control of the UPS system shall be microprocessor based providing
monitoring and control of rectifier/charger, Inverter, static switches, firing and logic control.
Each UPS system provided by the Contractor shall include all of the following sub-systems as
well as any other components and support hardware necessary for complete and proper
operation of the UPS:
a) Rectifier/charger unit
b) Inverter unit
c) Battery Low Voltage Disconnect device
d) Static bypass switches
e) Manual maintenance bypass switches
f) Isolation transformer
g) Load transformer and filters
h) Control panels including source selection equipment & ACDBs, automatic controls and
protection
i) Hardware and software as required for parallel operation of two no of UPS systems
j) All necessary cables, MCCBs/MCBs/ switches/ fuses
In the event of a loss of AC source, the UPS equipment shall provide uninterrupted power to
the critical loads from the output of the UPS inverter subsystems through batteries.
B. The UPS shall consist of the following easy to repair rectifier/inverter sections and easy to
install internal and external battery units.
C. The UPS shall be provided with separate feeds for rectifier/inverter section and the static
bypass switch/ Bypass Equipment.
Modes of operation: The UPS shall operate as an on-line system in the following modes:
i. Normal: The inverter and the rectifier shall operate in an on-line manner to continuously
regulate the power to the critical load. The rectifier shall derive power from the AC input
source and supply DC power to float charge the battery.

ii. Battery: Upon failure of the AC input source, the critical load shall continue being
supplied by the inverter without any switching. The inverter shall obtain its power from the
battery. There shall be no interruption in power to the critical load upon failure or restoration of
the AC input source.

iii. Frequency converter: The output frequency will be fixed to 50Hz or 60Hz depending on
the output voltage setting which is fixed to 220Vac, 230Vac, or 240Vac for 50Hz and 220Vac
or 230Vac for 60Hz.

34
iv. Recharge: Upon restoration of the AC input source, the UPS shall simultaneously
recharge the battery and regulate the power to the critical load.
v. Bypass: The static bypass switch shall be used for transferring the critical load to input
supply without interruption. Automatic re-transfer to normal operation shall also be
accomplished with no interruption in power to the critical load. The static bypass switch shall
be fully rated and shall be capable of manual operation. The UPS shall be able to recharge
the batteries while supplying full power to the load via the static bypass switch.
. vi. Internal maintenance bypass: The UPS shall be provided with an internal manual
bypass to simplify maintenance and shall be used for supplying the load directly from the
mains supply, while the UPS is taken out for maintenance.
D The UPS shall be provided with RS-232 signaling and WEB/SNMP integration. This system
must provide a means for logging and alarming of all monitored points.
E The UPS shall have nominal voltage of 3x400V (adjustable for 3×380V, 3×415V), 50Hz 3 and
4-wire + earth configurations.
1.3
STANDARDS
1.4 A. Safety: IEC 62040-1-1
B. Emissions: EN62040-2/IEC 62040-2
C. Performance: EN/IEC 62040-3
CLASSIFICATION
1.5 Classification according to EN/IEC 62040-3: VFI-SS-112.
A. SUBMITTALS
B. Proposal Submittals
i. System bill of materials (level one)
ii. Product catalogue sheets or equipment brochures
iii. Product specifications
iv. System operation diagram
v. Installation guide
vi. Drawings for requested optional accessories
1.6 Delivery Submittals
i. Unpacking manual, which includes instructions on storage, handling, examination, and
preparation of the system.
ii. Installation manual, which includes, installation of all systems.
iii. Operation manual, which includes start-up and operating instructions.
A. QUALITY ASSURANCE
B. QUALIFICATIONS
1. ISO 9001 Certification: The manufacturer shall be ISO 9001 & 14001 certified.
Certification assures that the vendor’s quality control & environ-mental measures have been
certified by an accredited registrar and meet internationally recognized standards.
2. Installer Qualifications: Installer shall be a firm that shall have a mini-mum of five years of
successful installation experience with projects utiliz-ing solid state UPS similar in type and
scope to that required for this Project.
C. REGULATORY REQUIREMENTS
Comply with applicable requirements of the laws, codes, ordinances, and regu-lations of
Federal, State, and local authorities having jurisdiction. Obtain nec-essary approvals from
such authorities.
D. FACTORY TESTING
Prior to shipment the manufacturer shall complete a documented test procedure to test
functions of the UPS module and batteries (via a discharge and load test of rated capacity),
when supplied by the UPS manufacturer, and warrant compliance with this Section.
E. PRE-INSTALLATION CONFERENCE
Prior to commencing the installation, meet at the Project site to review the material selections,
installation procedures, and coordination with other trades. Pre installation conference shall
include, but shall not be limited to, the Contractor, the Installer, and any trade that requires
coordination with the work. Date and time of the pre installation conference shall be
acceptable to the Owner and the Architect/Engineer.
1.7 SOURCE RESPONSIBILITY
Materials and parts comprising the UPS shall be new, of current manufacture, and shall not
have been in prior service, except as required during factory test-ing. Active electronic devices
35
shall be solid state and shall not exceed the manufacturer’s recommended tolerances for
temperature or current to ensure maximum reliability. Semiconductor devices shall be sealed.
Relays shall be provided with dust covers. The manufacturer shall conduct inspections on in-
coming parts, modular assemblies, and final products.

1.8 DELIVERY, STORAGE, AND HANDLING


A. Deliver materials to the Project site in supplier’s or manufacturer’s original wrappings and
containers, labeled with supplier’s or manufacturer’s name, material or product brand name,
and lot number, if any.
B. Store materials in their original, undamaged packages and containers, inside a well-
ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity.
C. Products shall be packaged in a manner to prevent penetration by debris and to allow safe
delivery by modes of ground transportation and air transportation where specified.
D. Equipment shall be protected against extreme temperature and humidity and shall be
stored in a conditioned or protected environment.
E. Equipment containing batteries shall not be stored for a period exceeding three months
without powering up the equipment for a period of eight hours to recharge the batteries.
1.9 PROJECT CONDITIONS Do not install solid state UPS until space is enclosed and
weatherproof, wet work in space is completed and nominally dry, work above ceilings is
complete, and ambient temperature and humidity conditions are and will be continuously
maintained at values near those indicated for final occupancy. ENVIRONMENTAL
REQUIREMENTS
1. Storage ambient temperature: -10°C to 60°C (UPS), –10°C to 45°C (batteries). 2.
Operating ambient temperature: 0°C to 40°C for UPS & 0°C to 25°C for Batteries. Up to
45°C with -12.5% load derating.
3. Relative humidity: 0 to 95%, non-condensing.
4. Storage altitude: 0 to 10000 m.
5. Operating altitude with no derating: 0 to 1000 m above sea level.
1.10 WARRANTY
A. Warranty: The Contractor shall warrant the work of this Section to be in accordance with
the Contract Documents and free from faults and defects in materials and workmanship for
period indicated below. This special warranty shall extend the one year period of limitations
contained in the General Conditions. The special warranty shall be countersigned by the
Installer and the manufacturer.
1. UPS Module: The UPS shall be covered by a full parts and labor warranty from the
manufacturer for a period of 12 months from date of installation or acceptance by the Owner
or 14 months from date of shipment from the manufacturer, whichever occurs first.
2. Battery: The battery manufacturer’s warranty shall be passed through to the final Owner
and shall have a minimum period of two years.
B. Additional Owner Rights: The warranty shall not deprive the Owner of other rights the
Owner may have under other provisions of the Contract Documents and shall be in addition to
and run concurrent with other warranties made by the Contractor under requirements of the
Contract Documents.
MAINTENANCE
A. The manufacturer shall, upon request, provide spare parts kits for the UPS module in a
timely manner as well as provide access to qualified factory-trained first party service
personnel to provide preventative maintenance and service on the UPS module when
required.
B. UPS subassemblies, as well as the battery, shall be accessible from the front. UPS design
shall provide maximum reliability and minimum MTTR (mean time to repair). To that end, the
UPS shall be equipped with a self-test function to verify correct system operation. The self-test
function shall identify the subassembly requiring repair in the event of a fault. The electronic
UPS control and monitoring assembly shall therefore be fully microprocessor-based, thus
doing away with potentiometer settings. This shall allow:
1. Auto-compensation of component drift.
2. Self-adjustment of replaced subassemblies.
3. Extensive acquisition of information vital for computer-aided diagnostics (local or remote).
4. Socket connection to interface with computer-aided diagnostics system.
C. The UPS shall be repairable by replacing standard subassemblies requiring no
adjustments. Communication via a modem with a remote maintenance system shall be
36
possible.
D. The manufacturer shall offer additional preventative maintenance and service contracts
covering both the UPS and the battery bank. Accredited professional service engineers
employed exclusively in the field of critical power systems service shall perform maintenance
and service. The manufacturer shall also offer extended warranty contracts.

Part 2 PRODUCT
Bidder has to comply the specifications in toto. Any deviation leading to modifications
to the facilities infrastructure as needed to accommodate the substitute of non-
compliance, at no additional cost to the project. Examples of modifications include, but
are not limited to the following:
a. Structural reinforcement to accommodate heavier equipment.
b. Increased sizes of circuit breakers, raceways and wiring.
c. Larger back-up generators (including upgraded accessories and wiring) to avoid instability
caused by most double conversion UPS systems.
Larger HVAC equipment (including duct work and wiring) to accommodate in-creased heat
dissipation of less efficient UPS systems.
2.1
A. List of Makes of UPS
2.2. •Numeric
• Emerson
• Mitsubishi
• APC/ Schneider
• GE
• Gutor
ISOLATION TRANSFORMER
2.3. The Isolation Transformer shall be housed in same UPS enclosure as in-built. The cabinet
shall be equipped for fork truck lifting. 1:1 ratio, 3ph input, 3ph output, Double wound, K-13
rated, Galvanic Isolation Transformer at the UPS input along with standard accessories.
A. STATIC UPS
i. General
ii. The UPS along with inbuilt Isolation Transformer shall be housed in a freestanding enclosure.
The cabinet shall be equipped for fork truck lifting. Maintenance bypass shall be accessible
from the front. Installation access shall be from the backside of the system. The maintenance
bypass shall provide isolation of each part of the system individually: Input1, Input 2, Output,
Maintenance, Battery breaker.
iii. The UPS shall be in a self contained cabinet and comprise of a 100 KVA power section; a
bypass static switch; a battery for standard run time and an interface LCD display. The power
section shall be of the double conversion on-line topology with power factor corrected inputs.
iv. The UPS shall be sized for 100 KVA and 80 KW load.
v. The UPS battery shall be sized for 80 KW at a power factor of 0.8 for 30 minutes.
B. The UPS shall have a short circuit withstand capability of 40KA.
i. System input
ii. 380/ 400/415V TP +N (Selectable)
iii. 320- 480V AC at 100% Load
iv. 240- 480V AC at 50% load
v. Earthing : Yes
vi. Input frequency: 45-65 Hz (auto sensing)
vii. Input Power factor: ≥0.99
C. Input current distortion All the filters shall be inbuilt and no additional external filters shall be
installed: < 3% THDI at 100% load.
i. System output
ii. Nominal Output voltage rating: 400V 3 Phase.
Output voltage regulation for steady state and transient variations (at de-fault parameter
settings):
1. ± 2% steady state for a static 100% balanced load.
2. ± 2% steady state for a static 100% unbalanced load.
37
iii. 3. ± 5% for a 0 to 100% load step.
iv. The system returns to the +/- 4% range in rms value in less than 100 ms.
Output frequency regulation:
v. 0.25 to 10% adjustable
Output voltage harmonic distortion:
1. < 1.0% THD for linear load
vi. 2. <3% 100% non-linear loads
Overload capability:
110% continuous
1. <=125%: 10 minutes.
2. <=150%: 60 seconds.

vii. Note! Battery operation cannot support overload.


viii. Output Power Factor Rating: For loads exhibiting a power factor of 0.9 leading to 0.8 lagging,
no de-rating of the UPS shall be required.
ix. Short circuit withstand: The UPS must withstand a bolted-fault short circuit on the output
without damage to the UPS module.
x. System AC-to-AC efficiency 100% load to be: Upto 93%
xi. System AC-to-AC efficiency 50% load to be Upto 92.5%
D. Acoustical noise at full RL load: dB(A) of noise, typically, measured at 1 meter from the
operator surface: 48 to 52dBA.
i. Components
Rectifier: Each rectifier/charger unit output voltage shall be regulated to match the
characteristics of the batteries and inverter. The rectifiers/chargers shall provide voltage
regulated DC power to the invertors while also charging and maintaining the batteries at full
capacity.
1 The rectifier/charger units shall have the following characteristics:
a) Input Voltage and frequency characteristics as defined above.
b) Input current limit of 125 percent of the nominal full load input current
c) Maximum input current total harmonic distortion of 3 percent at nominal input voltage and
under full load.
d) The output shall be current limited to protect the rectifier/charger unit circuitry and to
prevent the batteries from over-charging.
e) Capacity to recharge the batteries to 90% of its capacity (from fully discharged state i.e.
ECV of 1.75) within 8-10 hours while carrying full load.
f) Automatic equalizing after partial discharge of the batteries.
g) Automatic float cum boost charging feature.
2 Each UPS power module shall include an active power factor corrected, Insulated Gated
Bipolar Transistor (IGBT) rectifier.
3 The input current limiter must be designed to support 150% load at 342 VA input voltage,
charge batteries at 10% of the UPS output rating, and provide regulation with mains deviation
of up/down to+/-15% of the nominal input voltage. The input current limiter must be designed
to support 150% load at 342 Va input voltage.
4 The battery charging voltage shall be compensated against temperature variations (battery
temperature compensation) to always maintain optimal battery float charging voltage for
temperature excursions above or below 25°C. Temperature compensation rate shall be
3mV/degree/cell for ambient temperatures > 25°C and 0mV/°C for am-bient temperatures <
25°C.
5 Input power factor shall be 0.99 lagging at 100% load with out the use of passive filters.
Rectifier shall employ electronic waveform control technology to maintain the current
sinusoidal.
6 Pulse Width Modulation (PWM) current control shall be used. Digital Signal Processors (DSP)
shall be used for all monitoring and control tasks. Analog control is not acceptable.
7 Reflected input current Total Harmonic Distortion (THD) shall not exceed 3% at 100% load.
ii. Typical battery recharge time per IEEE 485.
Batteries
The Bidder should submit the battery sizing/designing calculation justifying following
38
points:
No. Of Cells;
Capacity of Cells (Ah) (By considerin the K factor (1.7), Efficiency of the system,
Temperature correction factor (1), Design margin (1.1) etc.);
DC Bus Voltage
1 The Total area required for battery installation should also me mentioned.
2 Standard battery technology shall be Valve Regulated Lead Acid (VRLA).
3 12V Batteries to be provided
4 Battery voltage shall be battery temperature compensated as outlined in the rectifier section
above.
5 Minimum Battery VAH with each UPS on 100% load (Battery sizing calculation to be provided
considering all factors as described above)
6 Battery charge current limit: The selection shall be made from the UPS Soft Tuner. The
battery charge current limit should be software and hardware current limit.
7 The battery charging circuit shall remain active when the PFC operates normally.
iii. Separate battery bank with each UPS for 30 minutes backup at 100% load is to be provided
1 Inverter: The invertors shall normally operate in synchronism with the mains AC power
source. Upon loss of the mains AC power source or its frequency deviating beyond a preset
range, the invertors shall revert to their own internal frequency standard. When the mains AC
source returns to normal, the invertors shall return to synchronized operation with the mains
AC source. Such reversal of operation of inverters from synchronous to free running mode
and vice-versa shall not introduce any distortion or interruption to the connected loads. A
suitable dead band for frequency may be provided to avoid unnecessary frequent reversal of
inverter operation between free running mode and synchronised mode under fluctuating
frequency conditions.
2 The inverter shall consist of fast switching IGBT power module.
3 Inverter shall be PWM controlled using DSP logic. Analog control shall not be acceptable.
4 The inverter modules shall be rated for an output power factor at 0.8.
5 Nominal output voltage shall be 380/ 400/415V AC TP, 4Wire, 50/ 60Hz
6 Efficiency of each UPS at full load: Not less than 93%
7 Output Voltage Total Harmonic Distortion at full load:
• Less than 1% for 100% linear load.
• Less than 3% for 100% non- linear load
8 Output voltage regulation
• Static: +/- 2% at full linear load .
• Dynamic output voltage regulation for full linear load: +/- 5% at step load.
• Dynamic output voltage regulation for non-linear load: +/- 10%
9 Output frequency: 50Hz or 60Hz free running.
iv. Crest factor: 3:1
• Remote Emergency Power Off (EPO) is provided by a dry connector.
1 Static Bypass Switch
2 The static switch shall consist of fully rated Silicon Controlled Rectifiers (SCRs). Part rated
SCRs with a wrap around contactor are not acceptable.
3 The static bypass switch shall automatically transfer the critical load to bypass input supply
without interruption after the logic senses one of the following conditions:
• Inverter overload beyond rating.
• Battery runtime expired and bypass available.
• Inverter failure.
• Fatal error in control system.
4 The static bypass switch shall automatically retransfer from bypass to the inverter, when one
of the following conditions occurs:
• The inverter is active (on).
E. The static bypass switch shall be equipped with a manual means of transferring the load to
bypass and back to inverter.
F. Mechanical
1. The UPS enclosure shall have the following specifications:
• Heavy-duty design with an all-metal construction.

39
• Dust filter for better withstand of dusty environments.
• Caster fitted for mobility.
• Conformance coated boards for better withstand of corrosive environments.
• The cable entry shall be from the back of the UPS.
• The UPS enclosure shall meet an ingress level of min. IP20.
i. DISPLAY, CONTROLS AND ALARMS
ii. A microprocessor controlled display unit shall be located on the front of the system. The
display shall consist of an alphanumeric display with backlight, an alarm LED, and a keypad
consisting of pushbutton switches.
iii. The following metered data, shall be available on the alphanumeric display:
1. Year, month, day, hour, minute, second of occurring events
2. Input AC voltage
3. Output AC voltage
4. Output AC current
5. Input Frequency
6. Battery voltage
iv. The display unit shall allow the user to display all active alarms and most recent status and
alarm events.
The following minimum set of alarm conditions shall be available:
1. AC bypass overload
2. AC normal is in derating
3. AC normal fault
4. AC normal voltage low
5. Battery breaker is open
6. Battery charger incompatible
7. Battery deep discharge
8. Battery fuse blown fault
9. Battery not connected
10. Battery SCR short circuit
11. Battery over voltage
12. Battery test fault
13. Static bypass breaker is open
14. Output breaker is open
15. Bypass frequency out of tolerance
16. Bypass/Inverter sync fault
17. Bypass phase order fault
18. Bypass SCR fault
19. Bypass volt out of tolerance
20. Charger type setting conflict
21. Charger fault
22. Communication fault
23. DC bus fault
24. End of backup time
25. Inverter Fault
26. Inverter overload
27. Inverter fault
28. Inverter overload
29. Load short circuit
30. Normal frequency out of tolerance
31. Normal phase order fault
32. Normal voltage out of tolerance
33. Power supply 2 fault
34. Pre end of backup time
35. Transfer to bypass denied
36. Wrong battery +/- connection
37. Static bypass breaker closed
v. The following controls or programming functions shall be accomplished by use of the display
unit. Push button membrane switches shall facilitate these operations.
1. Silence audible Alarm
2. Set the alphanumeric display language
40
3. Display or set the date and time
4. Enable or disable the automatic restart feature
5. Transfer critical load to and from static bypass
6. Test battery condition on demand
7. Set intervals for automatic battery tests
1 The following shall make up the UPS front panel user interface.
LCD DISPLAY PROVIDED.
A microprocessor controlled display unit shall be located on the front of the system. The
display shall consist of an alphanumeric display with backlight, an alarm LED, and a keypad
consisting of pushbutton switches.
2 The following metered data, shall be available on the alphanumeric display:
1. Year, month, day, hour, minute, second of occurring events
2. Input AC voltage
3. Output AC voltage
4. Output AC current
5. Input Frequency
6. Battery voltage
G. Push Button User Controls should be Provided.
Battery
The batteries shall be of the Exide, Amara Raja, Global make.
Part 3 EXECUTION
3.1. EXAMINATION
A. Verification of Conditions: Examine areas and conditions under which the work is to be
installed, and notify the Contractor in writing, with a copy to the Owner and the
Architect/Engineer, of any conditions detrimental to the proper and timely completion of the
work. Do not proceed with the work until unsatisfactory conditions have been corrected.
Beginning of the work shall indicate acceptance of the areas and conditions as satisfactory by
the Installer.
3.2. INSTALLATION
Preparation and installation shall be in accordance with reviewed product data, final shop
drawings, manufacturer’s written recommendations, and as indicated on the Drawings.
3.3. FACTORY ASSISTED START-UP
A factory assisted UPS start-up shall be included with the product, factory trained service
personnel shall perform the following inspections, test procedures, and on-site training:
A. Visual Inspection
i. Inspect equipment for signs of damage.
ii. Verify installation per manufacturer’s instructions.
iii. Inspect cabinets for foreign objects.
iv. Inspect batteries.
v. Inspect the PFC, the AC caps and DC caps.
vi. Measure board voltages.
B. Mechanical Inspection
i. Check all UPS, external battery enclosures internal power wiring connec-tions.
ii. Check all UPS, external battery enclosures terminal screws, nuts, and/or spade lugs for
tightness.
C. On-Site Operational Training: During the factory assisted start-up, operational training for site
personnel shall include key pad operation, LED indicators, start-up and shutdown procedures,
maintenance bypass and AC disconnect operation, and alarm information.
3.4. MANUFACTURER FIELD SERVICE
A. Countrywide service: The UPS manufacturer shall have a Countrywide service organization.
Available, consisting of factory trained field service personnel to perform start-up, preventative
maintenance, and service of the UPS system and power equipment. The service organization
shall offer 24 hours a day, 7 days a week, 365 days a year service support.
B. Replacement parts: Parts shall be available through the worldwide service organization 24
hours a day, 7 days a week, 365 days a year. The worldwide service organization shall be
capable of shipping parts within 4 working hours or on the next available flight, so that the
parts may be delivered to the cus-tomer site within 24 hours.
3.5. DEMONSTRATION
41
Provide the services of a factory-authorized service representative of the manufacturer to
provide start-up service and to demonstrate and train the Owner’s personnel.
A. Test and adjust controls and safeties. Replace damaged or malfunctioning controls and
equipment.
B. Train the Owner’s maintenance personnel on procedures and schedules related to start-up
and shutdown, troubleshooting, servicing, and preventive maintenance.
C. Review data in operation and maintenance manuals with the Owner’s personnel.
D. Schedule training with the Owner, through the Architect/Engineer, with at least seven day’s
advanced notice.
3.6. MAINTENANCE CONTRACTS
A complete offering of preventative and full service maintenance contracts for the UPS system
and the battery system shall be available. All contract work shall be performed by
manufacturer factory trained service personnel.
3.7. TRAINING
UPS service training workshop: A UPS service training workshop shall be available from the
UPS manufacturer. The service training workshop shall include a combination of lecture and
practical instruction with hands-on laboratory sessions. The ser-vice training workshop shall
include instruction about safety procedures, UPS operational theory, sub-assembly
identification and operation, system controls and adjustment, preventative maintenance, and
troubleshooting.

42
COMMERCIAL GENERAL

1. GST
2.1 The agency should provide documentary proof of payment of GST in respect of RA Bill & Final Bill
shall be paid only after submission of documentary proof of payment of full GST as applicable.
2.2 If the agency fails to furnish necessary GST invoice for availing of GST input credit by BSNL or the
documents furnished by the firm are not accepted by taxation department then the amount of such
GST will be deducted from the payments due to the firm.
2.3 Invoice indicating the quantum of GST paid on work, should also indicate the name of the consignee
with relevant GST registration no. as intimated by Executive Engineer (E) concerned.
2. QUOTING OF RATES
1.1 The rates quoted shall be inclusive of all levies and taxes, packing, forwarding, freight and insurance
as mentioned in the tender document/ terms & conditions of the agreement.
1.2 The evaluation and comparison of responsive TENDER shall be done on basis of net cost to the
BSNL on the prices of the ITEMS offered inclusive of duties and taxes, packing, forwarding, freight
and insurance charges etc, but exclusive of GST.
1.3 Duties and taxes for which the firm has to furnish GST Invoices will be indicated separately.

1.4 Duties & Taxes for which the firm has to furnish GST Invoices will be indicated separately in the Award
Letter.

1.5 Vendors should furnish the correct HSN / SAC code in the price schedule. If the credit for the duties &
Taxes under GST rules is found to be not admissible at any stage subsequently owing to wrong
furnishing of HSN / SAC code, then the vendors will be liable to refund such non-admissible amount,
if already paid, along with penalty if charged by the concerned authority.

1.6 The purchaser reserves the right to ask the bidders to submit documentary proof confirming the
correct HSN / SAC code where the same furnished against the particular tendered item by different
bidders differs from each other or the same is found apparently not furnished in accordance with GST
rule.

1.7 If the supplier fails to furnish necessary supporting documents i.e. GST invoices in respect of the
applicable GST, the amount pertaining to such GST invoices will be deducted from the payment due
to the firm.

1.8 Invoice shall clearly indicate break up details of composite price i.e. Basic, E.D., GST, Freight,
Packing, Insurance Charges etc.

1.9 The liability to pay all taxes, levies etc shall be of contractor & BSNL will not entertain any claim
whatsoever in this respect

1.10 The contractor shall submit to BSNL documents/proof of payment of all Taxes/levies along with
exemption certificate if any, to avail GST input credit by BSNL.

3. VARIATION IN EXCISE DUTY/GST :-


4.1 In case of statutory variation in regard to GST/excise duty, within the stipulated date of completion of
individual agreement, the same shall be paid or recovered as per the actual against documentary
proof.
4.2 Tendered rates are inclusive of all taxes and levies payable under the respective statutes. However,
pursuant to the Constitution (Forty Six Amendment) Act 1982, if any further tax or levy is imposed by
statute after the date of receipt of tenders and the contractor(s) thereupon necessarily and properly
pays taxes or levies, the contractor(s) shall be reimbursed the amount so paid on production of
documentary proof, provided such payment, if any, is not in the opinion of EE (whose decision shall be
final and binding) attributable to delay in execution of work within the control of the contractor(s).
4.3 The contractor(s) shall keep necessary books of accounts and other documents for the purpose of
this condition as may be necessary and shall allow inspection of the same by a duly authorized
representative of Government and shall furnish such other information/documents as the Engineer-in-
charge may require.
43
4.4 The contractor(s) shall within a period of 30 days of imposition of any further tax or levy pursuant to
the constitution (Forty Six-Amendment) Act 1982 give a written notice thereof to the Engineer-in-
Charge that the same is given pursuant to this condition together with all necessary information
relating thereto.
NOTE: - No additional condition whatsoever will be accepted for turnover tax/sales tax on works contract. In
case of additional conditions for the payment of such claim by the contractor, the tender will not be
considered by the accepting authority.
4. COMMERCIAL.
5.1 The tenderer must obtain himself at its own expense all the information necessary for the purpose of
tendering, Inspect the site & acquaint himself with all the local conditions, means of access to work
& nature of work etc. No claim shall be entertained on this account. The agency should visit the site &
take first hand information including life of asset & their condition etc before quoting & they should
quote if they are able to maintain the services properly with existing assets as per the terms &
conditions of contract.
5.2 The rates quoted must be full & final. Nothing extra is payable other than the quoted rates.
5.3 All taxes i/c GST, levies, duties, insurance and transportation etc. in respect of this contract are
payable by the vendor and BSNL will not entertain any claim in respect of the same.
5.4 No concessional form shall be issued.
5.5 BSNL shall deduct statutory taxes like income tax from payments due to the firm as per rules of the
State/Central Govt. The Accounts Officer of the concerned Division shall issue certificates for such
deductions to the firm.
5.6 If the agency fails to furnish necessary supporting documents for availing GST input Credit by BSNL
or the documents furnished by the firm are not accepted by taxation department then the amount of
such taxes and duties will be deducted from the payments due to the firm.

5. TERMS OF PAYMENT
The following terms of payment shall be adopted:
(a). For supply items, i.e. Part A , 95% of the price shall be paid on the receipt of UPS along with
all accessories at site by the consignee. For claiming this payment the following documents
are to be submitted to the paying authority:
(i). GST invoice or equivalent document.
(ii). Delivery challan.
(iii). Consignee receipt

(b). The balance 5% payment of item no. 1 of the Price-schedule shall be released after
satisfactory commissioning and Acceptance Testing (A/T) of the UPS from the date of supply
of the equipment, whichever is earlier, subject to the fact that delay in commissioning and
Acceptance Testing (A/T) of the UPS is not on account of the contractor. In cases where
shortages / damages are intimated to the supplier in writing, the balance payment shall be
released only after the cases are settled in accordance with the provision of the agreement.
(c). 100% payment (in place of 95% ) may be made on delivery, provided that an additional Bank
Guarantee for an amount equivalent to 5% of the value of supplies valid for a minimum period
of two year is furnished by the supplier along with an undertaking that-
(i) A/T shall be conducted by the firm as per the schedule fixed by Executive Engineer (E).
(ii) The shortages / damages as are intimated in writing shall be made good.
(i) In case of failure of the firm to carry out obligations as mentioned as (i) and (ii) above,
BSNL will have to liberty to in cash the Bank Guarantee in addition to other actions
required to be taken as per the agreement.
(d) For ITC items, i.e. Part B, after ITC and AT.

(e) For maintenance item, i.e. Part C – Quarterly with each bill a certificate as given below should
be enclosed. This certificate has to be countersigned by SDE(Electrical).

44
CERTIFICATE
I, M/s --------------------------had executed the comprehensive maintenance of --------------------system at ------
-------------as per the schedule and agreement promptly and satisfactorily during the month of -----------.

Date-------------

Contractor Verified by Approved by

JTO(E) SDE(E)

NOTE: - 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.
3. The firm has to fulfill / compliance of the provisions of EPF & Misc. Provisions Act 1952 & Employees’
Provident Fund Scheme 1952(Wherever applicable).The each claimed bill of contractors must
accompany the
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 employees’ contribution) for the duration of
engagement in question, paid to the EPF authorities.
5) Copies of authenticated documents of payments of such contribution to EPF authorities and
6) A declaration from the contractors regarding compliance of the conditions of EPF Act, 1952.

6. FORFEITURE OF EMD –
a] If any tenderer withdraws his tender before the expiry of the validity period or before the issue of letter of
acceptance whichever is earlier or makes any modifications 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 earnest money absolutely.

b] If contractor fails to furnish the prescribed performance guaranty with in the prescribed period the
amount of EMD with reference to estimated amount will be forfeited without any notice.

c] If only a part of work as shown in the tender is awarded and the contractor does not commence the
work, the amount of EMD with reference to estimated amount will be forfeited.

d] In case of forfeiture of EMD as prescribed in (a) to (c ) above, the tenderer shall not be allowed to
participate in the re-tendering process of the work.

7. DAMAGES TO BSNL INSTALLATION:

7.1 Any damage to the installation(s)/building during the installation work/ maintenance period due to
the carelessness on the part of staff deputed by the firm shall be the responsibility of the firm & shall
be replaced/rectified by the firm without any extra cost.

7.2 Any accident or damage during Installation / maintenance will be the responsibility of the firm & the
Department will not entertain any claim, compensation, penalty etc. on this account or on account
of non observance of any other requirement of law relevant to his work.

45
SPECIAL CONDITIONS OF CONTRACT
A) GENERAL CONDITIONS

1. DRAWING TO BE SUBMITTED FOR APPROVAL

The contractor shall get the Layout drawings approved before the start of the work:

2. CO-ORDINATION
Wherever work at site is being carried out by more than one agency, it should be the aim of different agencies
that on their account the work of other agency/agencies is not delayed. Full cooperation and full coordination is
to be extended during progress of work and at the time of testing by all the agencies.

FOR PART-A&B (SUPPLY ITEMS & ITC ITEMS)


a. EE (E) shall draw separate individual agreements for “Supply portion”(Part-A)and “ITC portion”(Part-B)
b. For “PART-C (MAINTENANCE)” agreement shall be drawn by EE[E] and date of start shall be from the
next day of completion of warranty period.
c. Date of start of individual agreement shall be counted as per terms of this NIT.
d. Individual agreement shall be operated independently without co-relation with the other individual
agreements for the purpose of payment, deduction/release of Security Deposit, extension of time, closing of
contract etc. as per terms and conditions of individual agreement. If the firm fails to commence any work, the
proportionate PG of the work shall be forfeited.
e. SD. and other deposits as per terms and conditions of individual agreement shall be kept with the
concerned EE (E) and refunded / adjusted as per relevant clause of individual agreement.

3. COMPLETION OF WORK: -
The work shall be deemed to have been completed after the fulfillment of the following:

a) Physical completion of installation of UPS system and successful testing by the contractor in the
presence of the Engineer-in-Charge or his authorized representative.

B) Successful completion of the Acceptance Testing as per departmental standards in the presence
of departmental officers and wherever applicable A/T will be done by T&D circle.

6. MAINTENANCE:
The contractor shall provide free comprehensive maintenance for a period of 24 months from the next
calendar date after the successful completion of A/T and attend to any defects that may arise in operation
of the units/systems during this period.

7. 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 10 weeks 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 concern.

8. TRAINING OF BSNL PERSONNEL - The contractor shall arrange to impart the training to the
BSNL Personnel on the following aspects prior to provisional take over of the Systems.

a) Operation of individual systems


b) Fault diagnosis’ and rectification.
c) Preventive maintenance.

9. GUARANTEE AND DEFECT LIABILITY: -

The guarantee shall be valid for a period of 12 months from the next calendar date after successful
completion of Acceptance testing. The terms and conditions of AMC (Part C) shall be applicable during
guarantee period including imposition of penalties except that no charges for services provided under
guarantee/ extended guarantee shall be payable. The contractor shall guarantee that all equipments shall be
46
free from any defect due to the defective materials and bad workmanship and that the equipment shall work
satisfactorily and that the performance and efficiencies of the equipments shall be not less than the guaranteed
values. Any part(s) found defective during the guarantee period shall be replaced or made good by the
contractor without any charge whatsoever. The services of the contractor's personnel, if requisition during this
period for such work, shall be made available free of any cost to the dept.
a) The contractor shall depute his representative within 24 hours of notification of the defect by the
department.
b) A joint report shall be prepared by the representative of department and firm regarding nature of
defects and remedial action required. Time schedule for such action shall be also finalized.
c) In case the contractor fails to depute his representative within 24 hours of notification of the defect or fails
to cause remedial measure within reasonable time as decided during joint inspection, the department may
proceed to do so at the contractor’s risk and expenses and with out prejudice to any other right.
d) Agency shall provide Quarterly free servicing upto guarantee period. If the firm fails to carry out the
same, the department may proceed to do so at the contractor’s risk and expenses and with out prejudice to
any other right.

10. TESTING AT SITE: -

a) TRIAL RUN
After installation is complete physically, the System shall be subjected to trial run. The trial run of all the system
in the tender is to be conducted in the presence of representative of the BSNL. During this test performance of
all the equipments and systems shall be checked as per NIT specifications. A record of this test shall be
submitted to the Engineer-in-Charge who shall arrange for Acceptance Testing thereafter.
b) ACCEPTANCE TESTING.
After completion of trial run the System shall be subjected to acceptance testing as per standards of the BSNL.
This testing shall be conducted jointly as per departmental standards in the presence of departmental officers
and wherever applicable A/T will be done by T&D circle. A list of all defects and discrepancies shall be
prepared during the test, which shall be rectified by the agency within a period of 15 days.

11. COMPLETION DRAWINGS: -

a. Following drawings shall be submitted by the contractor after physical completion of the work but
before the proposed date of acceptance testing.

b. Three sets of Equipment installation drawing giving complete details of the entire equipment.
c. Three sets of Schematic drawings giving detailed sequence or operation and notes to explain the
operation or the control circuit.
d. One set of technical and service manuals.
12. Operation of agreements shall be governed as follows:
Separate Agreements for Part-A (Supply) Portion, Part-B (ITC) Portion and Part-C (Comprehensive
Maintenance) Portion shall be drawn. For Part A agreement to be drawn by the Sr. CE(E) (Elect), BSNL,
Electrical JKD Zone, Ranchi and for Parts B & C agreements to be drawn by EE(E), BSNL Electrical
Division Ranchi which shall be signed by the firm within 15 days of issue of the acceptance letter.
Individual agreement shall be operated independently without co-relation with the other individual
agreements for the purpose of payment, deduction/release of Security Deposit, extension of time,
closing of contract etc. as per terms and conditions of individual agreement. If the firm fails to
commence any work, the PG of the individual work shall be forfeited.
S. D. and other deposits as per terms and conditions of individual agreement shall be kept with the
concerned EE (E) and refunded / adjusted as per relevant clause of individual agreement.
13. INCREASE/ DECREASE IN TENDERED QUANTITY
A) BSNL will have the right to increase or decrease up to 25% of the contract value, without the consent of
the firm, depending upon 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 necessary to ensure
continued supplies from the existing venders, the purchaser reserves the right to place repeat order up
to 50% of the quantities of goods and services contained in the running tender/contract within a period
of twelve months from date of award of work at the same rate or a rate negotiated (downwardly) with
the existing venders considering the reasonability of rates based on prevailing market conditions and
the impact of reduction in duties and taxes etc.

47
14. CHANGES IN SPECIFICATIONS
The department reserves the right to make changes in the specifications of the work if in its opinion the
same is found necessary. However such alterations shall be made after mutual discussion and
agreement between the department and the contractor. Any price implication in this regard shall be
mutually discussed and agreed upon, in terms of clause 12 of BSNL EW-8
The department as a matter of principle will not permit modification or alterations by the contractor in
the design/specification of any equipment/material. However the same can be agreed by the
department under the exceptional circumstances where:-
(a) The same is necessitated due to non-availability of material/component of Certain specification
or make
OR
(b) Such alterations constitute an improvement in the opinion of the contractor and department.
Prior written approval of the department is necessary before undertaking any
alteration/modification in the specifications of the equipment.

15. PACKING, FORWARDING & STORAGE AT SITE:

Before dispatch to site, the equipment/component/materials shall be properly packed so as to afford


protection against transit damages and damages against storage in open areas either at transporter’s
premises or at work site. Special care shall be taken in respect of sensitive item like heat transfer
surface of cooling coils, air-cooled condenser etc. When storage in open area is inevitable proper
waterproof covering shall be provided to protect damages on account of rainwater etc. However,
damaged items shall be replaced as per the direction of Engineer-in-charge.

16. MISCELLANEOUS

i. The workers engaged by firm should maintain proper discipline and good behavior with
occupants. The firm shall not depute such workers at the site, whose behavior is found improper.
ii. The agency will provide the workers with necessary Tools & Plant, Testing and safety
equipments.
iii. Agency has to observe all the labour rules and regulations in force and indemnify BSNL against
any claims whatsoever, either from this clause or any other clause in the contract.
iv. Firm shall issue ID card to their workforce whenever they enter premises for bonafide work.
Nobody shall be allowed entry without work and nobody will be allowed overnight stay without
work.
v. Dismantled materials shall be returned to the BSNL except those items for which the replacement
is supplied by the agency.
vi. The contractor has to keep all the units, neat and clean to avoid any accident and / or fire
hazards.
vii. Firm should have round the clock contact telephone number. In case of Emergency, contractor
and authorized engineer supervisor shall be available at site on short notice from engineer-in-
charge and make all efforts to make the situation normal at the earliest.
viii. Firm is responsible to keep workable spares and consumables for due performance of the
contract. For critical spare parts, firm shall have arrangement with dealers for prompt supply.

48
17. ADDITIONAL CONDITIONS FOR PART A,PART B AND PART C PORTIONS OF
AGREEMENT

1. CURRENCY OF CONTRACT

a. The currency of contract shall be 36 months (03 years) which shall come in force on the next
calendar date after successful acceptance testing.

b. The Department reserves the right to terminate the contract by giving show cause notice of
one-month duration at any time during the currency of the contract.

c. The Department reserves the right to extend the contract for a maximum period of twelve months
at the same rates & conditions without consent of the firm.

2. SCOPE OF MAINTENANCE

a) The maintenance of the UPS System including accessories included in the schedule of work is
to be carried out on comprehensive basis. No material/spares/labour will be supplied by BSNL.
The firm has to adhere to maintenance schedule attached with this document.

b) The firm has to repair/replace all defective parts/spares at no extra cost. The defective part shall
be replaced by part of same make and same/superior rating. In case same make is not available,
Engineer-in-charge shall approve an alternate make.

c) The contractor shall depute his service representative within 24 hours of notification of breakdown
calls by the deptt.
d) All breakdown calls / complaints have to be attended by the firm with utmost promptness. If the
agency fails to rectify any fault/regular servicing within reasonable time, the department reserves
the right to carry out the work at the risk and cost of the agency. In case the fault is of emergency
nature, which may affect the normal functioning of the services, and the firm fails to take
immediate necessary action, the work shall be carried out at the risk and cost of the firm without
giving any notice. The decision of the EE (E) shall be final.

e) The AMC period shall be started immediately after the expiry of warrantee period & will be treated
as taken over for comprehensive contract from the next calendar date. All the units/ systems
being in warrantee period, there will not be any kind of defect list etc during handing over. The
duration of the maintenance contract shall be for the period of two years.

f) After the completion of maintenance contract, the Agency will handover the installation in a
healthy and free from defects condition.

3. METHODOLOGY

a. Before starting the work the agency has to supply the details as per Annexure I. A complaint book
as per Annexure-II shall be kept at sub-division office by the firm and the firm shall update the
same by submission of service reports. Necessary complaints will be registered by JTO (E)/SDE(E)
concerned and entries will be made by him according to the service reports with due verification.

b. The firm shall depute only those persons who are trained in handling the unit to the satisfaction of
maintenance In charge.

c. Complete checking, testing and servicing of units/ systems shall be done on Quarterly basis.

49
4. COMPENSATION FOR DEFAULTS

a. Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff shall be
the responsibility of firm and shall be replaced/rectified without any extra cost.
b. Any accident or damage will be the responsibility of agency and the Department will not entertain any
claim, compensation, penalty etc on this account or on account of non-observance of any other
requirement of law relevant to his work.
c. Compensation for delay in removal of defects :-
(ii) For S/I/T/C works the compensation for delay shall be governed by clause 5 of BSNL EW 8
(iii) During warranty and maintenance period, the compensation for delay in attending the fault
shall be governed as below :-
All minor faults like adjustment in setting, electrical panel faults (which don’t effect the
functioning of UPS) are to be rectified within 48 hours( Maximum) of registering complaints.
All major faults which effect the functioning of UPS are to be rectified within 24 hours
(Maximum) of registering complaints.
(Note – The complaint period will start from the time when call is received by agency at its call centre
and duly acknowledged by him in the form of complaint no. The complaints registered after 6 PM will
be considered from 8 AM on the next day.
Sr No Grounds of compensation Quantum of penalty (After completion of Maximum fault Remarks
rectifying period as mentioned above)
1 Non functioning of UPS Rs. 150/- per hour for the Ist day and Rs. 300/- per hour
for subsequently day thereafter
Note:
1. This is without prejudice to BSNL’s right to take action under clause 3 of EW-8.
d. In case both UPS become faulty, the firm has to make alternative arrangement to provide UPS supply

ANNEXURE - I

Details to be supplied before starting the work

1 Name of the Agency :


(with Office address)

2 Name of Proprietor / partners :

3 Telephone No.(s) of the firm :

4 Name & address of the Supervisor :

5 24 Hours contact No. :

50
ANNEXURE - II
COMPLAINT REGISTER/LOG BOOK
Remarks
Date &
Date & Cause /
Sr. time of Material
time of Nature of Location of Signature
No. attending used
complaint complaint fault of SDE/
complaint
JTO

Performa for Bill Submission

From: - To :-
M/s___________________ The Sub Divisional Engineer (E)
__________________ BSNL Elect. Sub Division
__________________ --------------------------------

Dear Sir,
Sub: Name of Work: “Providing Electrical Infrastructure works for GSAT II Gateways Project at ARTTC
Ranchi (SH: SITC of 2 x 100 KVA UPS)..”.

Ref: Agreement No. -----------------------------------


1. We submit herewith our bill (in duplicate) for the period -------- against the above maintenance contract.
2. The electrical units consumed as per metering is _______ units (current reading – previous reading).
3. Labour reports as under :
(i) Muster Roll of previous month.
(ii) Wages slip.
(i) Copy of Electronic challan cum receipt issued by EPFO if deposited on line or Bank challan paid
copy along with list of employees and contribution.
(ii) List of new workers joined with the contractor and working at site in previous month.
(iii) List of left workers from the contractor who had worked at site in previous month.
(iv) PF monthly return for previous month and copy of ESIC Challan towards Deposit of payment along
with list of employees & contribution.
4. Periodical reports in prescribed performa and Invoice of GST paid to the GST authority.

Thanking you,

Encl: As above. ( - Pages)

Yours faithfully,

51
1. CO-ORDINATION
At the site of works, as various agencies will be working, it should be the aim of different agencies that
on their account the work of other agency /agencies is not delayed. Full cooperation and full
coordination is to be extended during progress of work and at the time of testing by all the agencies.

2. INSPECTION AT CONTRACTOR’S PREMISES


(i) The BSNL’s authorized representative shall have full powers to inspect drawings of any portion of
the work or examine the materials and workmanship of the equipment at the contractor’s works or at
any other place from where the material or equipment is obtained. Acceptance of any material or
equipment shall in no way relieve the contractor of his responsibility for meeting the requirement of the
specifications but shall have to be replaced free of cost by the contractor in case the equipment of
work is found defective or of inferior quality.
(ii) The BSNL reserves the right to send/depute its representative for inspection of material/equipment
and witness the test at manufacturer’s/supplier’s premises before dispatch and firm should not
demand any extra payment for this.

3. COMPLETION OF WORK
On completion of comprehensive maintenance and operation work in all respect as per agreement and
handing over of the same to BSNL/new agency, the work shall be considered as completed.

4. HANDING OVER AND TAKING OVER OF INSTALLATION


Handing over/ taking over between the contractors or between the department and contractors shall
be carried out within 15 days after the closure of contract to the entire satisfaction of the Engineer In-
Charge, failing which works shall be carried out at risk and cost by the department and the decision of
the Engineer In-Charge shall be final and binding on the contractors.
BSNL shall make the proportionate deduction for the assets not handed over in working condition or
not required to maintain (From the assets details given in the tender document) BSNL shall also make
the proportionate deduction for the assets become faulty for the faulty period.
5. TEST CERTIFICATES
The firm shall submit Manufacturer’s/Authorized dealers test certificates/bill invoices of all major
components of Air Conditioners etc. along with supply of the materials.
6. PACKING, FORWARDING & STORAGE
Before dispatch to site, the equipment/ component/ materials shall be properly packed so as to afford
protection against transit damages and damages against storage in open areas either at transporter’s
premises or at store/ work site. Special care shall be taken in respect of sensitive items. When storage
in open area is inevitable proper water proof covering shall be provided to protect damages on account
of rain water etc. However, damaged items shall be replaced as per the direction of Engineer-in-
Charge.
7. TRAINING OF BSNL PERSONNEL
The contractor shall arrange to impart the training to the BSNL personnel on the following aspects
during the period of maintenance:-
(a) Operation of Air conditioning units.
(b) Adjustments of settings for controls and protection devices.
(c) Routine checkups.
8. BYE-LAWS, INDEMNITY AGAINST LIABILITIES
a) The contractor shall comply with all bye-laws and regulations of local and statutory authorities having
jurisdiction over the works and shall be responsible for payment of all fees and other charges and
giving/ receiving all necessary notices and keep the Engineer-in-charge informed about the notices
issued and received.
b) The contractor shall indemnify the BSNL against all claims in respect of patent rights, design, trade
mark or name of other protected rights in respect of any plant, machine, work or materials used for or
in connection with the work or 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 pay all royalties.
c) License fees, damages, cost and charges of all and every sort that may be legally incurred in respect
thereof shall be borne by the contractor.

52
d) All liabilities/penal recoveries on matters arising out of tax/excise/levies such as incorrect deductions,
discrepancies in the filing of returns, revised assessment by the concerned authorities etc. shall be
borne by the contractor.
e) It is contractor’s liability to follow all safety procedures in accordance with relevant I.S
amended up to date during execution of work at site.
9. COMPLIANCE OF EPF ACT:
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 each claim bill of contractors must accompany the
(i) List showing the details of labourers / employees engaged
(ii) Duration of their engagement
(iii) The amount of wages paid to such labourers / employees for the duration in question
(iv) Amount of EPF contribution (both employer’s and employee’s contribution) for the duration of
engagement in question, paid to the EPF authorities
(v) Copies of authenticated documents of payments of such contribution to EPF authorities and a
declaration from the contractors regarding compliance of the conditions of EPF Act, 1952. In case of
failure on the part of the contractor the corresponding amount along with 10% compensation shall be
recovered from the payment due to the contractor.
10. OPERATION OF THE CONTRACT
a) The agreement shall be signed between the firm and Executive Engineer (E), BSNL Electrical
Division, Ranchi.
b) Approval of the work shall be conveyed by Sr. Chief Engineer (E)/Superintending Engineer (E) along
with schedule of work.
c) A separate award letter will be issued on the basis of approval and agreement shall be framed by EE
(E) concerned. The individual agreement so executed containing all the terms and conditions of
acceptance of tender shall be treated as an independent agreement and any action, if required, to be
taken shall be taken as per this individual contract.
d) Time allowed for carrying out ( A+B) PART is three months and for Part C is 24 months.
e) Security Deposit as per terms and conditions of individual agreement shall be kept with the concerned
EE(E) and refunded/adjusted as per relevant clauses of agreement.
11. TERMINATION OF CONTRACT:
11.1 Right is reserved by BSNL for terminating the contract due to serious default. This includes major
break down or accident or loss due to negligence on the part of firm, failure to attend breakdown in
reasonable time, non attending of fault in spite of repeated reminders in reasonable time disobedience
and abandoning the site etc. In such a case full 10% Security Deposit which includes Performance
Guarantee shall be forfeited by BSNL. The decision of Superintending Engineer in this regard shall be
final and binding.
11.2 Right is reserved by BSNL for closure of the contract at any time by giving one months notice for
reasons not attributed to the firm. The decision of Executive Engineer shall be final and binding on the
contractor for closure of contract and for which BSNL shall not entertain any claim.
12. TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR:
Without prejudice of any of the rights or remedies under this contract, if the contractor dies, the
Engineer in charge on behalf of the BSNL shall have the option of terminating the contract without
compensation to the contractor.
13. INDULGING OF CONTRACTOR IN CRIMINAL/ANTISOCIAL ACTIVITIES AND CASES UNDER
INVESTIGATION / CHARGE SHEETED BY CBI OR ANY OTHER GOVERNMENT AGENCIES ETC. :
If the CBI/Independent External Monitor (IEM) / Income Tax /Sales Tax/ Central Excise/ Custom
Departments recommend such a course – Action will be taken as per the directions of CBI or
concerned department.

CONTRACTOR EXECUTIVE ENGINEER (E)

53
ANNEXURE-IV

“NO RELATIVE WORKING IN BSNL” CERTIFICATE

I___________________________________S/o___________________________

R/o______________________________________________________________

here by 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.

(i) 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)

(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. 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 and 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.

(Signature of the contractor with seal)


Signature of contractor/authorized representative
With seal of the firm

54
ANNEXURE-V
INFORMATION ABOUT THE TENDERER
(To be furnished by the firm in Physical form offline)
1. Name of Tenderer Company:

2. Address of the Tenderer Company: 1. ----------------------------------------

----------------------------------------

3. Contact Phone No. with STD Code: Office: ----------------------------------

FAX: -----------------------------------

Resi: ------------------------------------

Mobile: --------------------------------

4. E-Mail address:
5. Bank Account Details of Tenderer:

a) Name of the Bank: a)--------------------------------------

b) Branch Name: b)--------------------------------------

c) Branch Address: c) --------------------------------------

d) Current Account No. d)--------------------------------------

6. Service Tax Registration No.

7. ESI registration No

8. EPF registration No

9. VAT Registration No.

10. Type of Company:


*(Tick the one that is Applicable) Private.
*(Please attach attested copy of document of registration/
incorporation of the Company with the competent Individual Proprietorship.
authority as required by business laws) Partnership.

Private Limited. Co.

Public Limited Co.

9. Name and Address of Proprietor/Partners/Directors of the Company:


S.No. Name Address Nationality

i).

ii).

iii).

iv).

55
10. List of Prominent Customers with periods of service –in support of fulfilling of eligibility criterion: (Please
attach extra sheets if needed)

Signature of the authorized signatory -------------------------------------------

Name in block letters ----------------------------------------------------------------

(Company Seal)

56
ANNEXURE-VI

Declaration by Contractor for EW-6, EW-8


(To be furnished by the firm in Physical form offline)

I / We do hereby undertake to have gone through the terms & conditions / clauses of all the tender
documents including Form EW-06, EW-08 being adopted by the BHARAT SANCHAR NIGAM LIMITED
(Electrical Wing) & agree to abide by the same.

In case of failure to comply as above, our offer will stand withdrawn and our tender documents would
not be opened by the tender opening officer. The decision of tender opening officer in this regard shall be final
& binding on me.

Signature of contractor/authorized representative


With seal of the firm

Important Note : The BSNL EW 8 form is available at http://www.electrical.bsnl.co.in/BSNL EW-8 pdf for
ready reference and download.

57
ANNEXURE-VII

UNDERTAKING - REGARDING EPF & ESI


(To be furnished by the firm in Physical form offline)

"I,……… ……………… ……………… …………… ………Son of. ………

…………………………………..………… …………… …………….. …………….Resident of …… ……………

…………………………….…………… …………… …………… …………. hereby give an undertaking that,

* I/ We have registered as per the EPF and ESI and Miscellaneous provisions Act, 1952 and our registration
no is ____________________ . We undertake to keep it valid during the currency of contract.
Any consequence arising due to non-complying of EPF & ESI Act provision shall be sole liability of the
undersigned contractor. 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".

* Strike out whichever is not applicable

(Seal of the firm)


(Dated Signature of Contractor

58
LIST OF APPROVED MAKES OF BSNL ELECTRICAL WING (WHEREVER APPLICABLE)

S. NO. Item Makes

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


2 SDF units L&T / Schneider Electric / Siemens / HPL / Havells
3 Power Contactors L&T / Schneider Electric / Siemens/ Lakshmi (LECS)
4 Change Over Switch HPL / Havells/ H-H Elcon
5 Power Capacitors L&T /EPCOS (Siemens) / ABB/Crompton/ Schneider Electric /Neptune
(MPP/APP) Ducati
6 Digital / KWHr meter Schneider Electric/ AE/ Digitron / IMP / Meco / Rishabh / Universal /
HPL/ L&T / ABB
7 Rubber Matting ISI mark
8 MCB / Isolator / ELCB / Crompton / Havells / Indokopp / MDS / Legrand / L&T / Schneider
RCCB / Distribution Board Electric / Siemens / Standard / C&S / ABB / HPL
9 MS / PVC Conduit ISI mark
10 Cable Tray MEM / Bharti / Ratan / Slotco / Profab
11 HT/LT Cables ISI mark
12 PVC insulated copper ISI mark
conductor wire
13 Single Phase Preventer L&T/ Minilec /Siemens /Zero trip
14 GI/MS Pipe ATC/ATL/BST/GSI/ITC/ITS/IIA/JST/Jindal/TTA/Tata/Zenith
15 Controls FLICA / Honeywell / Indfoss /Penn-Danfoss / Ranco / Ranutrol /
Sporland
Note :
1. Any additional makes may be approved by concerned PCEs/ Sr CEs/ CEs(Elect) for the work under
his jurisdiction.

Potrebbero piacerti anche