(a govt of india enterprise) o/o the sub divisional

47
BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise) O/o The Sub Divisional Engineer (E) BSNL Electrical Sub Division, Vijayawada - 520010 Lr No: N-2/BSNL/ESDV/2009-10/07 dated 04/01/2010 TENDER NOTICE The Sub - Divisional Engineer (E), BSNL, Electrical Sub-Division, Vijayawada – 520 010 invites on behalf of the Chairman, BSNL sealed item rate tenders for the following works from enlisted contractors of BSNL of appropriate class. The Authorized service Dealers and suppliers with requisite experience can also participate in Tenders for E/A sets and AC units repairs/servicing works. S.No Name OF work Amount Put to Tender EMD Tender Cost Time allowed 1. Name of work: Supplying & fixing of the Maintenance frees starting battery for The E/A sets at TE buildings Kankipadu, Devarapalli, ThotlaValluru, Uppuluru 45200 904 169 15 days 2. SITC of ( 5+1) x 7 TR package AC units in CXL MUX station At D TAX Building, Vijayawada. SH: Providing thermal insulation to the supply Air duct and Miscellaneous works. 48400 968 169 15 days 3. SITC of MV panel and Allied Cabling works at MUX Station, DATX Building, VJ. SH: Providing bus bar boxes, cable trenches & earthing works. 48020 960 169 15 days 4. Providing & Installing Submersible Pump Set in CTO Building, Vijayawada. SH : S/F of PVC pipe lines , and miscellaneous works. 13090 262 169 15 days 5. SITC of 5 Nos 3 TR Verticool/Cassette Split AC Units, Providing False Ceiling Illumination and Allied works for renovated CSC at CTO building, Vijayawada. SH: Supplying & Fixing of the metal Halide lamps for indoor hoarding. 18910 378 169 15 days 6. Attending repairs to the Automatic fire Detection system at MICROWAVE BUILDING VIJAYAWADA. 48510 970 169 15 days 7. Provision of Split AC units, False Ceiling illumination and Allied Works at VIP Suit, CTO Building, Vijayawada. SH: Providing water Geyser and miscellaneous works. 10475 210 169 15 days Last date of receipt of application 13/01/2010 16.00 Hrs Last date of sale of tender documents 13/01/2010 16.00Hrs Last date of submission 14/01/2010 15.00 Hrs Date of opening 14/01/2010 15.30 Hrs The Contractor shall submit and confirm 1 Valid “ Charted Accountant certificate “, Valid Electrical License and Registration Certificate with attested copies as applicable along with application on their printed letter heads for purchase of Tender.

Upload: others

Post on 28-Apr-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (A Govt of India Enterprise) O/o The Sub Divisional

BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise)

O/o The Sub Divisional Engineer (E) BSNL Electrical Sub Division, Vijayawada - 520010

L r No: N-2 /BSNL/ESDV/20 09-10 /07 da te d 04 /01 /20 10

T ENDER NOT ICE

The Sub - Divisional Engineer (E), BSNL, Electrical Sub-Division, Vijayawada – 520 010 invites on behalf of the Chairman, BSNL sealed item rate tenders for the following works from enlisted contractors of BSNL of appropriate class. The Authorized service Dealers and suppliers with requisite experience can also participate in Tenders for E/A sets and AC units repairs/servicing works.

S.No Name OF work Amount Put

to Tender

EMD Tender

Cost

Time

allowed

1. Name of work: Supplying & fixing of the Maintenance frees starting battery for The E/A sets at TE buildings Kankipadu,

Devarapalli, ThotlaValluru, Uppuluru

45200 904 169 15 days

2. SITC of ( 5+1) x 7 TR package AC units in CXL MUX station At D TAX Building, Vijayawada. SH: Providing thermal insulation to the supply Air duct and Miscellaneous works.

48400 968 169 15 days

3. SITC of MV panel and Allied Cabling works at MUX Station, DATX Building, VJ. SH: Providing bus bar boxes, cable trenches & earthing works.

48020 960 169 15 days

4. Providing & Installing Submersible Pump Set in CTO Building, Vijayawada. SH : S/F of PVC pipe lines , and miscellaneous works.

13090 262 169 15 days

5. SITC of 5 Nos 3 TR Verticool/Cassette Split AC Units, Providing False Ceiling Illumination and Allied works for renovated CSC at CTO building, Vijayawada. SH: Supplying & Fixing of the metal Halide lamps for indoor hoarding.

18910 378 169 15 days

6. Attending repairs to the Automatic fire Detection system at MICROWAVE BUILDING

VIJAYAWADA.

48510 970 169 15 days

7. Provision of Split AC units, False Ceiling illumination and Allied Works at VIP Suit, CTO Building, Vijayawada. SH: Providing water Geyser and miscellaneous works.

10475 210 169 15 days

Last date of receipt of application 13/01/2010 16.00 Hrs

Last date of sale of tender documents 13/01/2010 16.00Hrs

Last date of submission 14/01/2010 15.00 Hrs

Date of opening 14/01/2010 15.30 Hrs

The Contractor shall submit and confirm 1 Valid “ Charted Accountant certificate “, Valid Electrical License and Registration

Certificate with attested copies as applicable along with application on their printed letter heads for purchase of Tender.

Page 2: (A Govt of India Enterprise) O/o The Sub Divisional

2 List of works completed of the requisite magnitude along with attested copies of certificate, testimonials of their satisfactory completion from the copies of Certificate, testimonials of their satisfactory completion from the Department concerned obtained from an Officer not below the rank of Executive Engineer.

3 The tenderer shall submit the tenders in 2 sealed covers marked as 1st and 2nd. Both cover

should be separate and they should not be enclosed in a common 3rd cover. The first cover should contain the earnest money deposit in the shape of Demand Draft / Bank Guarantee / Pay Order of a schedule Bank of Nationalized Bank / State Bank guaranteed by Reserve Bank of India drawn in favour of Accounts Officer (Electrical), BSNL Electrical Division

Vijayawada and the second cover should contain the tender documents. In case 1st cover

is not annexed or Earnest Money is not in proper form, the 2nd cover containing tenders will not be opened at all. In case holiday is declared on the opening day, the tenders will be opened on the next working day.

4 The blank application form & blank tender document (with conditions, schedule etc

complete) can be downloaded from the website www.ap.bsnl.co.in The tenderer who submit the tender after down loading from website have to submit eligibility conditions & tender fee in the shape of Demand Draft / Bank Guarantee / Pay Order of a Schedule Bank of Nationalized Bank / State Bank guaranteed by Reserve Bank of India in favour of the Accounts Officer (Electrical), BSNL Electrical Division

Vijayawada in a separate envelope super scribed as “Tender Fee & eligibility

conditions”. Other envelopes are marked as 1st & 2nd as above. During tender opening envelopes of tender fee & eligibility condition will be opened first, if tender fee is not in order or agency does not fulfill eligibility conditions as per NIT, envelope super scribed as 1 & 2 will not be opened at all. Tender Fee once submitted will not be refunded

Eligibility of agency shall be checked only on the basis of documents given in envelope “Tender Fee & Eligibility Conditions”. No additional document will be entertained during tender opening

5 The tenderers who do not want to download from Web site can also obtain the conditions and tender documents from the office of The Sub Divisional Engineer (Electrical), BSNL Electrical Sub Division, Boyapati Building, MG Road, VIJAYAWADA – 520010 up to 16.00 Hrs. with in the stipulated time as mentioned above on all working days on payment of Rs.169/- (non-refundable) per set by Cash / DD drawn in favour of Accounts Officer (Electrical), BSNL Electrical Division Vijayawada

6 INSTRUCTIONS FOR TENDERERS USING DOWNLOADED TENDER DOCUMENT FROM WEB : The down-loaded “tender document” in which rates are quoted should be properly

bound and sealed. The loose / spiral bound tenders shall be rejected out-rightly. In case of any correction / addition / alteration / omission in the tender document, it shall be treated as non-responsive and shall be rejected. Every page of down-loaded tender shall be signed by tenderer with stamp (seal). The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have been made in the tender document submitted and it is identical to the tender document appearing on Web-site etc. The printout should be taken on suitable paper only. The tenderer should also carefully read the important instructions to tenderers who have down loaded the tender document from web given in the tender document before submitting the tenders.

The tenders received through POST / COURIER shall not be entertained

Conditional Tenders or Tenders with conditional rebate shall be summarily rejected

Sub Divisional Engineer (E)

BSNL Electrical Sub division

Vijayawada- 520010

Page 3: (A Govt of India Enterprise) O/o The Sub Divisional

Copy To

1 The Superintending Engineer, BSNL Electrical Circle, Vijayawada/ Hyderabad 2 The General Manager, Telecom District, Vijayawada 3

the Executive Engineer, BSNL Electrical Division, Tirupathi/ Hyderabad/ Visakhapatnam

4 The Executive Engineer, BSNL Civil Division, Vijayawada/ Visakhapatnam. 5 The Sub-Divisional Engineer, BSNL Electrical Sub-Division, Vijayawada / Guntur/

Khammam/Elur 6 All Eligible contractors 7 The ASW/ AO/Cashier/HC/Notice Board 8 Web site www.ap.bsnl.co.in

Sub Divisional Engineer (E)

Page 4: (A Govt of India Enterprise) O/o The Sub Divisional

APPLICATION FOR PARTICIPATION OF TENDER

IN BSNL ELECTRICAL SUB DIVISION,VIJAYAWADA.

To The Sub Divisional Engineer (E) B.S.N.L. Electrical Sub Division Vijayawada– 520010 Sir,

SUB: Request for issue of Tender Documents for the work of

__________________________________________________________ __________________________________________________________

Ref: Your NIT Dated ________________________ Published in _________________________ On ________________________

I am / We are registered with BSNL Electrical Wing as Class . . . . . . .

Contractor (s) and our registration number is . . . . . . .. It is certified that as on date the said registration is valid up-to .. . . . . . . .

a) I am / We are registered contractor (s) with the . . . . . . . . . also particulars of the

authority and class and the limit of amount upto which I am / we are eligible to tender are furnished below:

AUTHORITY CLASS TENDERING LIMIT

b) It is certified that this / these registration (s) is / are valid as on date and I / we shall

inform the department myself/our-self as soon as my/our registration expires or is canceled/ revoked.

c) The particulars of work done are enclosed and the following 3(three) nos. of work

completion certificates are submitted with respect to this N.I.T. in order to establish my/our eligibility for participation in tender.

Sl. No.

Name of work Amount of work done

Date of completion

Issuing authority

d) The list of works in hand (progress) with me / us in the format is given below (use

separate sheet if required):

Page 5: (A Govt of India Enterprise) O/o The Sub Divisional

Name of work Name & particulars of division where work is being executed.

Value of work

Position of work

in progress

Remarks

e) The current Bank Solvency Certificate (from Schedule Bank) as per registration

certificate is enclosed herewith. f) The attested copy of the partnership deed is enclosed herewith. g) The declaration as required to be given by the tenderer in respect of para ' 19 '

PWD - 6 is also enclosed in the required format ( … nos).

h) I / We will produce the original documents of all the attested copies submitted herewith whenever required by the department.

i) I am / We are enclosing . . . . . . . number of sheets including attested copies of

documents listed above along-with my/our application.

j) I / We request that permission may be granted to me/us for participating in the tender.

Yours faithfully, Dated : ……………

(CONTRACTOR) (SIGN. WITH SEAL)

PHONE NOS.: . . . . . . . . . . . . . . . NAME: . . . . . . . . . . . . . . . . . . . . E-MAIL . . . . . . . . . . . . . .. . ADDRESS: . . . . . . . . . . .. . . . . .

Page 6: (A Govt of India Enterprise) O/o The Sub Divisional

D E C L A R A T I O N

(TO BE GIVEN BY THE TENDERER REGARDING RELATIVES AS PER PARA ‘19’ OF PWD

– 6 . THIS SHALL BECOME A PART OF AGREEMENT)

Name of Work :

I ………………………………. …… ………………………………… s/o Shri ……………… ………………. ………………… ……………. resident of ……………………… …………… ………………. hereby certify that none of my relative(s) as defined in Para ‘19’ of PWD – 6 )is / are employed in BSNL Electrical Zone, Andhra Pradesh.

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.

DATED : …………………. (CONTRACTOR) *(SIGN WITH SEAL)

* - To be signed & submitted as detailed in para ‘19 ’ of PWD – 6 . (The certificate in case of Proprietorship Firm shall be given by the proprietor ; for Partnership Firm certificate shall be given by all partners and in case of Limited Company, by all Directors of the company.)

Page 7: (A Govt of India Enterprise) O/o The Sub Divisional

D E C L A R A T I O N

(TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB)

It is to certify that

1) I / We have submitted the tenders in the proforma as downloaded directly

from the website & there is no change in formatting, number of pages etc.

2) I/ We have submitted tender documents which are same / identical as

available in the website. 3) I / We have not made any modification / corrections / additions etc in the

tender documents downloaded from web by me / us. 4) I / We have checked that no page is missing and all pages as per the

index are available & that all pages of tender document submitted by us are clear & legible.

5) I / We have signed (with stamp) all the pages of the tender document

before submitting the same. 6) I / We have sealed the tender documents properly before submitting the

same. 7) I / We have submitted the cost of tender along with EMD. 8) I have read carefully & understood the important instructions to the all

tenderers & to tenderers who have down loaded the tenders from the web.

9) In case at any stage later, it is found there is difference in our downloaded

tender documents from the original, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to me / us.

10) In case at any stage later, it is found there is difference in our downloaded

tender documents from the original, the tender / work will be cancelled and Earnest Money/ Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account.

11) In case at any stage later, it is found there is difference in our downloaded

tender documents from the original, I / We may also be debarred for further participation in the tender in the concerned BSNL Electrical Zone & would also render me / us liable to be removed from the approved list of contractors of the Department.

Dated ……………………… (CONTRACTOR)

(SIGN WITH SEAL)

Page 8: (A Govt of India Enterprise) O/o The Sub Divisional

BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise)

TENDER DOCUMENT

FOR THE WORK OF

Name Of Work:

BSNL ELECTRICAL SUB DIVISION,

VIJAYAWADA

Page 9: (A Govt of India Enterprise) O/o The Sub Divisional

NAME OF TENDERER: ……………………………………….

NAME OF WORK :

I N D E X

PAGES SL. NO.

DETAILS FROM TO

a) Cover Page 8 8

b) Index 9 9

c) Important instructions to all tenderers 10 10

d) Important instructions to tenderers who have downloaded the tender document from web

11 11

e) Declaration (to be given by tenderers who have downloaded the tender document from web)

12 12

f) 1 PWD-6 13 16

g) Performa of Schedules 17 21

h) General Rules and Conditions 22 25

i) Conditions of Contract 26 32

j) Model Form for Bank Guarantee 33 33

k) Important Note for Contractors 34 34

l) Specification for the work of Providing EI& Fans 36 36

m) List of approved makes 37 38

n) Schedule of Quantities 39 47

o) Item Rate tender and conditions of contract (Form CPWD 8) along with amendments.( to be downloaded separately)

This N.I.T. / agreement contains (Pages Fifty only) pages marked as 1 to 47

Sub Divisional Engineer (E) BSNL Electrical Sub Division, Vijayawada – 520010.

Page 10: (A Govt of India Enterprise) O/o The Sub Divisional

IMPORTANT INSTRUCTIONS TO ALL TENDERERS

All tenderer should read the following important instructions carefully before

actually quoting rates:- 01. The tenderers should read carefully & understand all the Conditions for the

contract, Schedule of quantity etc attached with the tender document before actually quoting for the work. 02. The tenderers who have downloaded the tender document from the web should read the important instructions & declaration given in tender documents carefully before submitting the tenders.

03. Earnest Money & tender shall be placed in separate sealed covers marked “EMD’ & “TENDERS” respectively. The EMD cover shall be attached to the main sealed cover containing the tender documents. The tenders of Tenderers who do not enclose the EMD in a separate cover or if the EMD is not appropriate form for encashment, tender shall not be considered for opening and will be rejected.

04. Any tender in which any of the prescribed conditions is not fulfilled or any conditions including that of conditional rebates is put forth by the tenderer shall be summarily rejected. However any unconditional rebate offered before the opening of the tenders shall be considered.

05. Near relatives of the BSNL employees shall not be permitted to tender and all the intending tenderers will have to give a certificate that none of his / her near relatives as defined in para 14 of BSNL W-6 in the format enclosed.

06. The rates quoted shall include all taxes, royalty, signiorage charges that are applicable from time to time as per statutory rules of State / Central Government.

07. The rates shall invariably be written in figures and words and amount for each item worked out and filled in the schedule. All corrections made while filling shall be signed and seal affixed.

CONTRACTOR Sub Divisional Engineer (E)

Page 11: (A Govt of India Enterprise) O/o The Sub Divisional

IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE DOWNLOADED THE TENDER

DOCUMENT FROM WEB

The tenderers who have down loaded the tenders from the web, should read the

following important instructions carefully before actually quoting the rates & submitting the tender documents:-

1. The tenderer should see carefully & ensure that the complete tender document including schedule of quantities for the corresponding work only has been down loaded and no page is left out

2. The printout of tender document should be taken on A4 size paper only & the

printer settings etc are such that document is printed as appearing in the web &

there is no change in formatting, number of pages etc.

3. The tenderer should ensure that no page in the down loaded tender document is

missing.

4. The tenderer should ensure that all pages in the down loaded tender document are legible & clear & are printed on a good quality paper.

5. The tenderer should ensure that every page of the down-loaded tender document is signed by tenderer with stamp (seal).

6. The tenderer should ensure that the down loaded tender document is properly

bound and sealed before submitting the same.

7. The loose / spiral bound tenders, not properly sealed shall be rejected out-rightly.

8. In case of any correction/addition/alteration/omission in the tender document, it shall be treated as non-responsive and shall be rejected.

9. The tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have been made in the tender document submitted and it is identical to the tender document appearing on Web-site.

10. The tenderer should read carefully & sign the declaration given on the next page before submitting the tender.

11. The cost of tender should be submitted as detailed in NIT.

12. In case of any doubt in the down loaded tender, the same should be got clarified from the O/O.SUB DIVISIONAL ENGINEER (ELECTRICAL), Vijayawada (Tel.No. 0866 2483434, 9490196611) before submitting the tender.

Page 12: (A Govt of India Enterprise) O/o The Sub Divisional

D E C L A R A T I O N

(TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER

DOCUMENT FROM THE WEB)

It is to certify that

1. I / We have submitted the tenders in the proforma as downloaded directly from the website & there is no change in formatting, number of pages etc. 2. I/ We have submitted tender documents which are same / identical as available in the website. 3. I / We have not made any modification / corrections / additions etc in the tender documents downloaded from web by me / us. 4. I / We have checked that no page is missing and all pages as per the index are available & that all pages of tender document submitted by us are clear & legible. 5. I / We have signed (with stamp) all the pages of the tender document before submitting the same. 6. I / We have sealed the tender documents properly before submitting the same. 7. I / We have submitted the cost of tender along with EMD. 8. I have read carefully & understood the important instructions to the all tenderers & to tenderers who have down loaded the tenders from the web. 9. In case at any stage later, it is found there is difference in our downloaded tender documents from the original, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to me / us. 10. In case at any stage later, it is found there is difference in our downloaded tender documents from the original, the tender / work will be cancelled and Earnest Money/ Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account. 11. In case at any stage later, it is found there is difference in our downloaded tender documents from the original, I / We may also be debarred for further participation in the tender in the concerned BSNL Electrical Zone & would also render me / us liable to be removed from the approved list of contractors of the Department. Dated ………………………

(CONTRACTOR SIGN WITH SEAL )

Page 13: (A Govt of India Enterprise) O/o The Sub Divisional

BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise)

NOTICE INVITING TENDER

Note: - (i) For corrections on the Form C.P.W.D 6, kindly refer English version only.

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

WORK DETAILS

(a) Name Of Work :

(b) SUB DIVISION: BSNL Electrical Sub Division, Vijayawada

(c) ESTIMATED COST: - Rs.

(d) EMD: - Rs.

(e) Time: days

(f) SD: - 5 % of the tendered value of the work

(g) PERFORMANCE GUARANTEE: 5 % of the tendered value of the work .

(h) COST OF TENDER DOCUMENT: -165.00 (Non-refundable).

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

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

Eligibility Criteria: -

A) Financial Norms:

The contractor shall be enlisted contractors of BSNL of appropriate class . B) Physical Norms:

1a).Valid “ Charted Accountant certificate “, Valid Electrical License and Registration

Certificate with attested copies as applicable along with application on their printed letter heads for purchase of Tender. 1b). List of works completed of the requisite magnitude along with attested copies of certificate, testimonials of their satisfactory completion from the Department concerned obtained from an Officer not below the rank of Executive Engineer.

2.Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8, which is available as Government of India Publication and for down load along with this tender document. Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement. 3. The time allowed for carrying out the work will be Days indicated in the tender documents.

Page 14: (A Govt of India Enterprise) O/o The Sub Divisional

4 The site for the work shall be made available. 5 Receipt of applications for issue of forms will be stopped by 16.00 Hrs. two days

before the date fixed for opening of tenders. Issue of tender forms will be stopped one day before the date fixed for opening of tenders.

6 Tender documents consisting of plans, specifications, the schedule of quantities of

the various classes of works to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of Sub divisional Engineer

(Electrical), BSNL Electrical Sub Division, Boyapati Building, MG Road, VIJAYAWADA-

520010 between hours of 11.00 AM and 04.00 P.M. everyday except on Sundays and Public Holidays. Tender documents, will be issued from his office, during the hours specified above, on payment of Rs.165.00 (Non-refundable) in cash.

7 The tenderer must produce a Chartered Accountants Certificate showing details of

Income-tax returns duly filed and no dues are outstanding towards Income-tax, certificate before tender papers can be sold to him.

8 Tenders, which should always be placed in sealed envelope, with the name of work

and due date written on the envelopes, will be received by Sub divisional Engineer

(Electrical), BSNL Electrical Sub Division, Boyapati Building, MG Road, Vijayawada -

520010 up to 03.00 P.M. On date mentioned in the tender document and will be opened by him or his authorized representative in his office on the same day at 03.30 P.M.

8.1 The tender shall be accompanied by earnest money (unless exempted), of Rs.

in Receipt Treasury Challan/ Deposit at Call receipt of a Scheduled Bank/Fixed Deposit Receipt of a Scheduled Bank/Demand Draft of a Scheduled Bank/ Bank guarantee in the Department’s attached format and manner issued in favour of Accounts Officer, BSNL Electrical Division Vijayawada. The Bank guarantee shall be accepted only if it is valid for 120 days or more after the date of opening of tenders and is pledged in favour of Accounts Officer, BSNL Electrical Division Vijayawada.

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

8.2 The tender and the earnest money shall be placed in separate sealed envelopes each marked 'Tender' and 'Earnest Money' respectively. Both the envelopes shall be submitted together in another sealed envelope. The envelope marked "Tender” of only those tenderers shall be opened; whose earnest money placed in the other envelope is found to be in order.

9 The description of the work is as follows: -

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

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil. (so far as is practicable), the form and nature of the site, the means of

Page 15: (A Govt of India Enterprise) O/o The Sub Divisional

access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools and plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution, of the work.

• The competent authority on behalf of the BSNL does not bind himself to accept the

lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the

prescribed condition is not fulfilled or any condition including that of conditional rebate

is put forth by the tenderer shall be summarily rejected.

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

11 Canvassing whether directly or indirectly, in connection with tenders is strictly

prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12 The competent authority on behalf of President of India reserves to himself the right

of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13 The contractor shall not be permitted to tender for works in the

Telecommunication/Postal (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and. Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the BSNL or in the Ministry of Communication. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

14 No Engineer of gazetted rank or other gazetted officer employed in Engineering or

Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

15. The tender for the works shall remain open for acceptance for a period of ninety

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

Page 16: (A Govt of India Enterprise) O/o The Sub Divisional

16. Rates quoted by the contractor in the tender both in figures and words 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 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 either in figures 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.

17. All rates and discounts shall be quoted on the tender form. The amount for each

item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and words. In case of figures, the word ‘Rs.’ Should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs.2.15 P’ and in case of words, the word, ‘ Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word’ ‘only’ should be written closely following the amount and it should not be written in the next line.

18. Sales-tax, purchase tax, turnover tax, service tax, works contract tax or any other tax

or duty like octroi, local area development tax on materials/labour etc. in respect of this contract shall be payable by the contractor and BSNL will not entertain any claim whatsoever in respect of the same.

19. However, pursuant to the constitution (forty-sixth amendment) act, 1982, if any

further tax or levy is imposed by statute, after the date of receipt of tenders, and the contractors 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 superintending engineer (whose decision shall be final and binding) attributable to delay in execution of work within the control of contractor.

20. BSNL shall deduct work contract tax, service tax, income tax and other 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.

21. This Notice Inviting Tender shall form a part of the contract document. The successful

tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work sign the contract consisting of:-

a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 8

Signature of Divisional Officer/ Sub-Divisional Officer ………………………………… For and on behalf of BSNL

Page 17: (A Govt of India Enterprise) O/o The Sub Divisional

(Operative Schedules to be supplied separately to each intending tenderer) SCHEDULE 'A' Schedule of quantities : Appended from page 36 to 43 SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sr. No.

Description of item Quantity

Rates in figures and words at which the

material will be charged to the contractor

Place of Issue

1 2 3 4 5

NIL

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

Sr. No.

Description of item

Hire charges per day

Place of Issue

1 2 3 4

NIL

SCHEDULE 'D'

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

I. Important Note for Contractors: Appended from page 28 to page 29.

II.Copy of Memo no. 5-1-12-EW/94 dt. 26/9/1996, Annexure – I (model form of Bank Guarantee): Appended from page 30.

III. Amendment in CPWD 8 : Appended on page 20.

SCHEDULE 'E'

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

NIL CLAUSE 10 CC

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

Xc _____ %

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

Xs _____ %

Component of civil(except cement and steel) / Electrical construction Materials expressed as per cent of total value of work

Xm _____ % NA

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

Y _____ %

SCHEDULE 'F'

Reference to General Conditions of

contract.

Name of work:

Page 18: (A Govt of India Enterprise) O/o The Sub Divisional

Estimated cost of work: Rs.

i) Earnest money : Rs.

ii) Performance Guarantee :

iii) Security Deposit :

5% of tendered value of work.

5 % of the tendered value of the work.

GENERAL RULES and DIRECTIONS: Officer inviting tender SDE (E), BSNL

Electrical Sub Division, Vijayawada

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 Subdivisinal Engineer (E), BSNL

Electrical Sub Division,

VIJAYAWADA.

2(viii) Accepting Authority Sub divisional Engineer (E), BSNL Electrical Sub Division VIJAYAWADA.

2(x) Percentage on cost of materials

and labour to cover all overheads

and profits.

10%

2(xi) Standard Schedule of Rates NA

2(xii) Department BSNL

9(ii) Standard CPWD contract Form CPWD Form 8 as modified and

corrected up to date.

Clause 1

i)Time allowed for submission of

Performance 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

2 weeks

---------

Clause 2

Authority for fixing compensation under

Clause 2.

SE (E)

Clause 2A

Whether Clause 2A shall be applicable.

No

Clause 5

Number of days from the date of issue of

letter of acceptance for reckoning date

of start

Milestone(s) as per table given below :-

10 days

Page 19: (A Govt of India Enterprise) O/o The Sub Divisional

Table of Mile Stone(s)

Sl.

No.

Description of

Milestone (Physical)

Time allowed

in days (from date of start)

Amount to be with-held in case of non

achievement of milestone

1

2 NA

OR

Sl.

No

.

Financial Progress Time allowed (from

date of start)

Amount to be with-held in case of

non achievement of milestone

1 1/8th (of whole

work)

1/8th (of whole

work) 2 3/8th (of whole

work)

1/2 (of whole work)

3 3/4th (of whole

work)

3/4th (of whole

work) 4 Full Full

NA

Time allowed for execution of work.

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

Days

EE (E)/SE(E)

Clause 7

Gross work to be done together with net

payment/ adjustment of advances for material

collected, if any, since the last such payment for being eligible to interim payment.

As Applicable.

Clause 10CC

Clause 10CC to be applicable in contracts

with stipulated period of completion

exceeding the period shown in next column.

18 months.

Clause 11

Specifications to be followed for execution of

work

Specifications as appended with

Schedule of work.

Clause 12 12. 2 & 12.3 Deviation Limit beyond which clauses 12.2 and 12.3 shall apply

25%

12.5 Deviation Limit beyond which clauses 12.2 and 12.3 shall apply for foundation work

NA

Clause 16

Competent Authority for deciding reduced

rates.

Executive Engineer (E), BSNL Electrical

Division, VIJAYAWADA.

Clause 36 (i) Minimum Qualifications and experience

required for Principal Technical Representative.

a) For works with estimated cost

put to tender more than

i) Rs. 10 lakhs for Civil work

ii) Rs. 5 Lakhs for Elect/ Mech. Works

Graduate or retired AE possessing

at-least recognised diploma

Page 20: (A Govt of India Enterprise) O/o The Sub Divisional

b) For works with estimated cost

put to tender more than i) Rs. 5 lakhs but less

than Rs. 10 lakhs for Civil works

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

Mech. Works

Recognised diploma holder

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

Elect./ Mech

d) Minimum experience of works Three (3) years.

e) Recovery to be effected from the

contractor in the event of not fulfilling

provision of clause 36(1)

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

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

Clause 42 i) (a) Schedule/ statement for determining theoretical quantity of cement and

bitumen on the basis of Delhi Schedule of Rates _____ printed by C.P.W.D.

NA

ii) Variations permissible on theoretical

quantities

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

for works with estimated cost put to

tender more than Rs.5 lakhs.

b) Bitumen All works.

c) Steel Reinforcement and structural

steel sections for each diameter, section and category.

3% ±

2% ±

2.5% ± only and nil NA on minus side

2% ±

NIL

Page 21: (A Govt of India Enterprise) O/o The Sub Divisional

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

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

Rate in schedule ‘B’ plus 10% in case Sr.

No. Description of Item

Excess beyond

permissible

variation

Less use beyond

permissible variation

1 Cement

2 Steel reinforcement

3 Structural Sections

4 Bitumen issued free

5 Bitumen issued at stipulated fixed price

NIL

Page 22: (A Govt of India Enterprise) O/o The Sub Divisional

GENERAL RULES AND DIRECTIONS

1. All works proposed for execution by contractor will be notified in a form of

invitation to tender displayed on Notice Board in select BSNL offices and signed by the officer inviting tender or by publication in News papers/internet (designated web page) as the case may be.

2. This form will state the work to be carried out, as well as the date of

submitting and opening tenders and the time allowed for carrying out the work; also the amount of earnest money to be deposited with the tender, and the amount of performance guarantee to be deposited by the successful tenderer(s). 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. Any person who submits a tender shall fill up the usual printed form stating

at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates will be summarily rejected. However, tenders with unconditional rebate will be acceptable. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the works to which they refer written on the envelopes.

The rates(s) must be quoted in decimal coinage. Amounts must be quoted

in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

4. The Officer inviting tender or his duly authorised 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.

5. 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. 6. The receipt of an accountant or clerk for any money paid by the

contractor will not be considered as any acknowledgement of payment to the Officer inviting tender and the contractors shall be responsible for seeing that he procures a receipt signed by the concerned Accounts Officer.

Page 23: (A Govt of India Enterprise) O/o The Sub Divisional

7. The memorandum of work tendered for and the schedule of materials to be supplied by BSNL shall be filled and completed in the office of the Officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and incomplete, he shall request the officer to have this done before he completes and delivers his tender.

8. The tenderer shall sign a declaration under the officials Secret Act, 1923 for

maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

9. Rates quoted by the contractor in the tender both in figures and words

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 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 either in figures 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.

10. In the case of any tender where unit rate of any item/items appear

unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation such a tender is liable to be disqualified and rejected.

11. All rates and discounts shall be quoted on the tender form. The amount for

each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and words. In case of figures, the word ‘Rs.’ Should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs.2.15 P’ and in case of words, the word, ‘ Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word’ ‘only’ should be written closely following the amount and it should not be written in the next line.

12. Sales-tax, purchase tax, turnover tax, service tax, works contract tax or any

other tax or duty like octroi, local area development tax on materials/labour etc. in respect of this contract shall be payable by the contractor and BSNL will not entertain any claim whatsoever in respect of the same.

13. However, pursuant to the constitution (forty-sixth amendment) act, 1982, if

any further tax or levy is imposed by statute, after the date of receipt of tenders, and the contractors 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 superintending

Page 24: (A Govt of India Enterprise) O/o The Sub Divisional

engineer (whose decision shall be final and binding) attributable to delay in execution of work within the control of contractor.

14. In case of statutory variation in regard to excise duty, only in respect of

package AC units, within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase. Price adjustment provision on account of change in excise duty shall not apply in respect of equipment/components of equipment/materials, other than package AC units.

15. The contractor shall, keep necessary books of account and other

documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorised representative of BSNL and further shall furnish such other information/ document as engineer-in-charge may require.

16. The contractor shall, within a period of 30 days of imposition of any further tax or levy in pursuant to the constitution of (forty sixth amendment) act 1982 give a written notice thereof to the engineer-in-charge that the same is given pursuant to this condition, together with all necessary information relating thereto.

17. BSNL shall deduct work contract tax, service tax, income tax and other

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.

18. No concessional form except Sales Tax form 'C' shall be issued by BSNL.

Form 'C' shall be issued to the firm as and when the firm makes request during the progress of work.

19. The contractor whose tender is accepted, will be required, for the fulfillment of this contract, to furnish performance guarantee by way of a Bank guarantee of a nationalized/schedule bank in a standard format within two weeks from the date of issue of award letter, an amount equal to 5% of the contract value of the work. The validity period of the performance guarantee shall be one year from the date of actual completion of work.

20. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-charge shall be communicated in writing to the Engineer-in-charge.

21. 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.

Page 25: (A Govt of India Enterprise) O/o The Sub Divisional

22. Other agencies will also simultaneously execute the works like horticulture, external services, installation of telephone exchange equipment and other building works for the same project along with this work in particular. The contractor shall afford necessary facilities for the same. No claim in the matter shall be entertained.

23. 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.

24. The contractor shall comply with the provisions of the Apprentices Act 1961,

and the rules and orders issued thereunder 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.

25. No engineer of gazetted rank or other gazetted officer employed in engineering or administrative duties in an engineering department of the government of India is allowed to work as a contractor for a period of two years of his retirement from government service without the previous permission of government of India. 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 government of India as aforesaid, before submission of the tender or engagement in the contractor's service as the case may be.

26. 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).

27. 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 firm certificate will be given by the sole proprietor, for partnership firm, certificate will be given by all the partners and in case of

Page 26: (A Govt of India Enterprise) O/o The Sub Divisional

limited company by all the Directors of the company. 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 )

CONDITIONS OF CONTRACT

1. 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 the 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 expression shall, unless the context there otherwise requires have the meanings hereby respectively assigned to them:-

i) The expression `works' or `work' shall unless there be something either

in the subject or context repugnant to such construction, be construed 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.

Page 27: (A Govt of India Enterprise) O/o The Sub Divisional

iii) The `contractor' shall mean the individual or 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 registered

office at Sanchar Bhavan, 20,Ashoka Road,New Delhi-110001 and its corporate office at B-148, Statesman House,Barakhamba Road, New Delhi-110001and its successors.

v) The `Engineer-in-charge' means the Engineer officer or the sub-

divisional Engineer, as the case may be, who shall supervise and be in charge of the work and who shall sign the contract on behalf of BSNL.

vi) Accepting Authority shall mean the authority mentioned in Notice

Inviting Tender. The term Sr. DDG (Elect) includes Principal Chief Engineer(E)/ Chief Engineer (E) of the zone.

vii) Excepted Risk are risks due to riots (other than those on account of

contractor's employees), war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government, damages from Aircraft, Acts of God such as earth quake, lightning 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 CPWD Schedule of Rates 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.

3. 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 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. The work to be carried out under the Contract shall, except as otherwise provided in these conditions, include all labour, materials, tools, plants,

Page 28: (A Govt of India Enterprise) O/o The Sub Divisional

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. 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. 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) 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 therefrom 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.

8. Work/ Quantity distribution

8.1 For rate contracts of Electrical Installation, Air Conditioning, Engine Alternator, Sub Station and Fire Detection works, work/quantities of item of works can be split amongst the lowest of three agencies who agree to the rates decided by BSNL in respect of 1st lowest in the following manner:-

a) If the work stands distributed between the first three lowest tenderers, the proportion of work distributed shall be as below:-

Page 29: (A Govt of India Enterprise) O/o The Sub Divisional

50% to the lowest tenderer and remaining quantities to other two tenderers in INVERSE RATIO of their Evaluated price.

b) In case it is decided to split the work amongst the first two lowest firms, the

proportion of work distribution shall be as follows:

2. 70% to the first lowest tenderer. 3. 30% to the second lowest tenderer. 8.2 Based on the Master Agreement between BSNL and contractor individual

LOI for works shall be issued by the competent authority. The individual agreement so executed containing all the terms and conditions of master agreement shall be treated as an independent agreement and any action, if required, to be taken shall be taken as per this individual contract.

8.3 In case of NIT for individual work there will be no split up of work and the entire

quantity will be awarded to the lowest tenderer, if the firm has quoted as per terms and conditions of the NIT

9. 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.

10. Performance Bank Guarantee

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

11. Increase/ Decrease of tendered quantity

(a) BSNL will have the right to increase or decrease up to 25% of the quantity 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.

Page 30: (A Govt of India Enterprise) O/o The Sub Divisional

12. Completion of work

At the time of issuing NIT for a particular work, the time allowed for completion of work consistent with magnitude and urgency of work is specified. The time allowed for carrying

out the work as entered in the contract is reckoned from the 10th day after the date on which the orders to commence the work are given to the contractor. To ensure good progress of the work during the execution, the contractor is bound, in all cases, in which the time allowed for any work exceeds one month (except special jobs), to complete 1/8th of the whole of the work before 1/8th of the time allowed under the contract has elapsed, 3/8th of the work before ½ of the time has elapsed and 3/4th of the work before 3/4th of such time has elapsed. However, for special jobs, if a time schedule has been submitted by the contractor and the same has been accepted by the Engineer – in – charge, the contractor shall comply with such time schedule.

For Air Conditioning, Engine Alternator, Fire detection and wet riser system the work is deemed to have been completed after successful completion of the initial acceptance testing as per the departmental standards by T&D circle.

For sub Station work, the date of clearance from electrical inspector is taken as completion date.

13. Extension of time

If the contractor shall desire an extension of time for completion of work on the grounds of his having been unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Engineer – in –charge within 30 days of the hindrance on the account on which he desires such extension as aforesaid, and the Engineer – in – charge shall, if in his opinion reasonable grounds to be shown therefore, authorize such extension of time, if any, as in his opinion be necessary or proper.

14. Compensation for delay

If the contractor fails to maintain the required progress or complete the work and clear the site on or before the contract or extended date of completion, he has to pay the compensation for delay which is limited to 0.5% of work

order value for the first 10 weeks and 0.7 % for next 10 weeks and thereafter

subject to a maximum of 12% of the work order value for the location where the work is delayed and the firm is found responsible for the same. Flow chart of the procurement process / contract shall be supplied by the contractor and

approved by Executive Engineer concerned .

15. Quality Assurance

The EI works are executed in accordance to the CPWD specifications. Other works are of specialised nature and executed as per departmental specifications. The substation works are inspected by designated electrical inspectors. Other works viz A/C plants, E/A sets, fire detection system are

Page 31: (A Govt of India Enterprise) O/o The Sub Divisional

tested by acceptance testing authorities under T&D organization as per the prescribed Engineering instructions. The work is considered to be completed only after the successful completion of acceptance testing.

16. Payment Terms

Payment to the contractors during progress of work is regulated for all the items as below:

a) 90 % of prorata of the approved price breakup of contract value on receipt of equipment at site

b) 10 % of Prorate of the approved price break up of contract value after successful testing & Commissioning & AT (if required).

23.0 Determination of Contract The Engineer – in – charge may determine the contract in respect of any delay, inferior workmanship as per clause 3 of PWD-8 contract conditions.

18. EPF contribution in respect of Laborers / Employees employed by the contractor.

As per the EPF & Misc provisions Act 1952 & Employees Provident Fund Scheme 1952 the Agency has to submit the following data along with each claim of bill in respect of Laborers / Employees engaged by them.

i. List of showing the details of Laborers / Employees engaged. ii. Duration of their engagement. iii. The amount of wages paid to such Laborers / Employees for the duration in

question. iv. Amount of EPF contribution ( both employees and employees 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. vi. A declaration from the contractor regarding compliance of EPF Act 1932.

19. Tax and Duties :a) All the rates quoted by the firm shall be inclusive of all taxes and duties including service tax, VAT, ED, WCT, etc. Octroi exemption certificate will not be issued. Form ‘c’ shall be issued by BSNL on request.

b) All statutory deductions shall be made at source and a certificate for the same shall be issued.

c) No bill for the work( on receipt of the equipment ) shall be made unless payment voucher for excise duty is submitted.

d) The service tax payment voucher from the authorities shall be submitted before the release of security deposit.

e) Registration No. for service tax, VAT and excise duty is compulsory.

Page 32: (A Govt of India Enterprise) O/o The Sub Divisional

AN IMPORTANT NOTE ON EPF

EPF deduction from labour employed by the Contractor / Agency

1. According to Circle office instructions, it is mandatory on the part of the

contractor to recover the EPF contributions from the labour engaged by

him and remit the amount, with the contractors contribution, to the EPF

authorities under EPF & Misc provisions Act, 1952. To prevent any

litigations, the following precautionary measures should be taken.

2. Conditions should be included in the :-

a. Bid documents

b.Orders issued for engagement of Contractors/contract agreement.

c. The claim of the contractors bill must accompany :-

ci. List showing details of labours engaged.

cii. Duration of their engagement.

ciii. Amount of wages paid to the labours.

civ. Amount of EPF contributions (both labours & Contractors

contribution)paid to the EPF authorities with proof of Payment to

the EPF Authorities.

cv. A declaration from the contractor as mentioned above is required

along with the bill.

3. The contractors bill will be passed by bill passing authority only if the

contractor complies with the terms & conditions of EPF Act, 1952

4. Contract wise information as stated above is to be kept by bill passing

authority & should be produced to EPF Authorities as and when

demanded by EPF Authorities.

Page 33: (A Govt of India Enterprise) O/o The Sub Divisional

ANNEXURE - I

MODEL FORM OF BANK GUARANTEE

BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, LIFTS AND SUB STATION 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 Government “) in the sum of ____________________________ for which payment will and truly to be made of the said Government, 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 Government 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 documents

We undertake to pay to the government up to the above amount upon the receipt of its first written demand, without the government having to substantiate its demand. Provided that in its demand, the government will note that the amount claimed by it due to its owing to the occurrence of one or both of the conditions, specifying the occurred condition or conditions. This guarantee will remain in force as specified in the tender document upon and including thirty (30) days after the period of the tender validity, and any demand in respect thereof should reach the bank not later than the specified date/dates.

Signature of the Bank Signature of the Witness.

Name of Witness: Address of the Witness:

Page 34: (A Govt of India Enterprise) O/o The Sub Divisional

SCHEDULE “D”

( I ) “IMPORTANT NOTE FOR CONTRACTORS”

The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer. 1. SECURITY DEPOSIT:

Recovery of security deposit at the rate of 10% shall be deducted by BSNL from progressive payments made to the firm from all the running bills till the sum along with the sum already deposited as earnest money will amount to security deposit of 5% of the tendered value of the work.

2. PROGRAMME FOR EXECUTION: -

The firm shall supply detailed programme to Engineer-in-charge for execution of contract within 15 days of award of work. The programme shall contain details about submission of drawing, supply of materials, tentative dates for installation, testing and commissioning.

3. STORES AND SAFETY: -

All the stores and materials required for satisfactory completion of the work shall be arranged at work site by the contractor from his own sources. Space for storing the material may be provided on request from the contractor. However, safe custody of the material stores at site will be responsibility of the contractor.

4. CO-ORDINATION AT SITE :-

At the site of work more than one agency may be working full cooperation shall be extended to other agencies during progress of work. Further, work shall be carried out in such a way so that it may not cause abnormal noise and hindrance to the officers of the department engaged in erection as well to the normal routine work.

5. GUARANTEE AND DEFECT LIABILITY: -

The guarantee shall be valid for six months after successful completion of work. The contractor shall guarantee that all equipments shall be free from defect due to the defective material and/or bad workmanship and also the equipments shall work satisfactorily with performance and efficiencies not less than the guaranteed values. • Any part found defective during this period shall be replaced free of cost by

the contractor. The service of the contractor's personnel if required during this period shall be made available free of cost to the department.

• The contractor shall depute his representative within 36 hours of notification of

the defect by the department. • A joint report shall be prepared by the representative of department and firm

regarding nature of defects and remedial action required. Time schedule for such action shall be also finalised.

• In case the contractor fails to depute his representative within 36 hours of

notification of the defect or fails to cause remedial measure within reasonable time as decided during joint inspection, the department may proceed to do so at the contractor’s risk and expenses and with out prejudice to any other right.

The guarantee shall be valid for six months after successful completion of work. The contractor shall guarantee that all equipments shall be free from any

Page 35: (A Govt of India Enterprise) O/o The Sub Divisional

defect due to the defective material and/or bad workmanship and also the equipments shall work satisfactorily with performance .

SPECIFICATION FOR THE WORK OF PROVIDING EI & FANS & Pump Set

1. The work shall be carried out as per current CPWD specifications for Electrical works as amended from time to time and Indian Electricity Rules as amended up to date.

2. The work shall be supervised by a qualified technical staff. 3. Layout of the work will be given by the Engineer in charge or his duty authorized representative at the site of work.

4. Following categories of wiring shall be done on separate conduits.

a)power plug b) light and fan wiring c) Emergency light point wiring d) Telephone wiring e) AC unit wiring. 5. The No. of power plug points and emergency light point (fed from DC supply )shall not exceed 2 per circuit.

6. Earthing sets work shall be carried out in the presence of the Engineer-in-charge or his authorized representative.

7. Samples of all the materials, fittings accessories switch gears etc ., shall be approved from the Engineer-in-charge before using the same on the work. Rejected material shall be removed immediately form the site of work.

8. The contractor will have to carry out the following test at his cost and intimate test results before final bills are paid. Nothing extra will be paid to him on this account. 1) earth test 2) Polarity test 3) Insulation test 4) Earth continuity test of the surface recessed conduit pipes.

9. Any damages done to the building by the contractor during the executing of the work shall have to be made good at his cost and risk. If it is not done within a reasonable time determined by the Executive Engineer (E) then the same will be got done at his cost departmentally after giving notice to him.

10. The outlet boxes, IC boxes for switch gears and ends of conduit etc.,for different categories of conduit runs catering for different types of electrical wiring as mentioned in clause above shall be painted inside/outside with different colours satisfying different categories mentioned so as to avoid mixing of various circuits and their wiring and nothing extra will be paid for this.

11. At the time of laying conduit pipes in the slab and in recess the contractor will keep wire of 15 SWG GI throughout the conduit pipe and will have to take special care so that the conduit does not pass through air conditioning ducts, grills columns, beams etc. If any such necessity is foreseen special written permission of Executive Engineer (Electrical) should be obtained before such work is carried out. In case of failure the contractor will not be paid on this account. The contractor should recess the conduit in the walls before they are plastered and co-ordination with the progress of building work. Any damages thus done will have to be made good at the cost of the contractor. The conduit pipes should be mechanically and electrically continuous.

12. The bakelite covers for the switches, plug sockets etc., shall not be removed or broken for taking connections which shall be done at their back by prdg. suitable wooden reaper in the IC boxes where found necessary. Alla wooden boxes for switches, plug and regulator etc., shall be provided with 1/8” thick bakelite sheet covers.

Page 36: (A Govt of India Enterprise) O/o The Sub Divisional

13. The runs of various circuit wiring at various places shall be kept minimum by taking the runs on walls where cross of columns is not necessary. This has to be decided before casting of slab so that unnecessary length of conduit are not laid there in.

14. All the IC distribution sub-main board and corresponding switch near shall be sign-written clearly indicating the No. of distribution boards, type of load it is serving and the number of circuits contained in the distribution box. Details of the routes led from a particular distribution box shall be placed in tabular from on the reverse of the cover of the distribution box.

15. Under ground cables both of 11KV and 1.1 KV grade should be subjected to pressure of insulation tests before and after laying the same in the ducts. In case of unsatisfactory tests, the cost of all repairs and replacement and all extra works of removal and relaying will have to be made good by the contractor at his own risk.

16. While making the end connections of wires, no strand shall be cut and the termination of wires shall be done with necessary lugs and ferrules without any extra payment.

17. The busbars of the single phase distribution box shall be of solid aluminium strip instead of sheet metal.

18. Lugs should be provided while terminating 8 SWG GI wire fro earth continuity without any extra payment.

19. The termination of conduit etc., in the junction box to be provided above DBs should be done by making proper holes knockouts instead of cutting the box.

20. The contractors will have to make arrangements to take the materials to site of work at his own cost and risk. Octroi if paid by the contractor for the materials supplied by the Department can be claimed by his against the original vouchers.

21. If any conduits were laid before award of this work the recovery for the same will be made from the contractor at rates specified in the SR 94 (internal) plus abatement of tender.

22. The contractor shall submit the completion plan as required vide general specifications for electrical works. Part-I (internal) & part – II (external) as applicable within 30days the completion of the work. In case of contractor fails to submit the completion plan as aforesaid he shall be liable to pay sum equivalent to 2.5% of the value of the work subject to a ceiling of Rs. 2500/- as may be fixed by the S.E. (E).

Sub Divisional Engineer (E) BSNL Electrical Sub division

Vijayawada- 520010

Page 37: (A Govt of India Enterprise) O/o The Sub Divisional

LIST OF APPROVED MAKES FOR E.I & FAN, PUMP SET, COMPOUND LIGHT

1 ACB L&T/Siemens/Crompton/Control & Switch gear /GE Power controls.

2 MCCB Siemens/ L&T /GE power Controls and Switchgear / Crompton

3 TPN Switches & HRC fuses

Seimens / L&T/GE Power Controls/Havells/H.H Elecon/Crompton / Standard

4 CT AE/IMP/Marshal/Pactil/Kappa/L&T/Ashmor/Indeoil/Wace/Meco

5 AMMETER/VOLMETER

AE/IMP/Universal/Reshabh/Kaycee/Meco/Enercom

6 SELECTOR SWITCH L&t/kaycee/ae/imp/Thakoor/Reco/Vaishno/Seizer/Rasscontrol

7 INDICATING LAMP Vaishno/Siemens/L&T/AE/IMP/Rass control/Teknic/Crompton/Kaycee

8 CAPACITOR Khatau Junkar/Crompton/L&T/Universal Electric/ Usha/ Asian/ AE /IMP

9 CABLES (A)UPTO 1.1KV GRADE (B)ABOVE 1.1KV GRADE

ISI mark ISI mark

10 PVC insulated copper conductor wire

ISI mark

11 Fire Extinguihers ISI mark

12 RUBBER MATTING ISI mark

13 Cable joint kit Raychem / M.Seal/Densons

14 Single phasing preventor

L&T/Minilac/Zerotrip/Siemens

15 Timers L&T/Siemens/Minilac/Telemachanique/AE.

16 MCBs/Isolators & Distribution Board

Bentex/Clariton/Havells/Indokupp//Siemens/Standard/Crompton/MDS

17 Change over switch

Standard/Havells/Control and Switch gear/H.H Elcon

18 Piano Switch ISI mark

19 Mono block pump set

Beacon/Batliboi/Kirloskar/Jyoti/Mather & Platt/KSB/Crompton/WASP/BE/REC

20 Starter L&T/Siemens/BCH/ABB/MEI/GE power control

21 G.I/M.S pipe TATA/ATI/TC/ATC/IIA/JST/ITS/JINDAL/SENITH/GSI/TTA/BST

22 Foot valve ISI mark

23 Gate Valve Sant/Leader/Trishul/Fountain/Annapurna

24 M.S Conduit ISI mark

25 Submersible Pump

KSB/Catama/Amrut/Kirloskar/PEC/BE

26 ELCB Standard/MDS/Havells/Datar/Siemens/GE Power Contorl

27 Contactors Siemens/L&T/GE Power controls/Crompton/DEI/Laxmi.

Page 38: (A Govt of India Enterprise) O/o The Sub Divisional

LIST OF APPROVED MAKES FOR SUB-STATION

1 H.V.SWITCH GEAR

Southern Switchgear / Biecco Lawrie / Crompton / Jyotil / MEI/ Kirloskar / Voltas / NGEF Note: ( Make of the accessories like meters, CTs, PT etc., shall be as provided by the manufacturer of the manufacturer of the H.T panel)

2 TRANSFORMER 1. Above 400 KVA : Kirloskar / NGEF /Cromptorn / Siemens / ABB / Voltas / Andrew yule / GE / Bharat Bijlee / EMCO.

2. Upto 400 KVA: In addition to above makes Patson / ETE / Kanohar (Merrut) / Patson / Rajasthan Transformer and Switchgears Jaipur / ITL.

3 ACB L & T / Seiemens / Crompton / Control & Switchgear / GE Power Controls.

4 MCCB Siemens / L&T/ GE Power Control / Control and Switchgear / Crompton

5 TPN Switches & HRC fuses

Siemens / L&T/ GE Power Control/Havells / H-H Electon/Crompton / Standard (Upto 400A)

6 Contractors AUXILIARY IDMT RELAY

Seimens L&T/ GE Power controls/ Crompton / MEI / Laxmi. AVKC / SEGC

7 APFC Relay Syntron / Crompton / Trinity Electronics

8 CT AE/IMP/Marshal /Pactil/Kappa/L&T/Ashmor /Indcoil /Waco/Meco

9 Selector Switch L&T/IMP/Universal/Reshabh//Kaycee/Meco/Enercom

10 Selector Switch L&T/Kaycee/AE/IMP/Thakoor/Reco/Vaishno/Selzer/Resscontrol

11 INDICATING LAMP

Viashno/Siemens/L&T/AE/IMP/Rass Control/Teknic/Crompton//Kaycee

12 P.F.METER IMP/AE/Reshabh/Meco/Universal/Digitron

13 CAPACITOR Khatau Junkar/Cromptor/L&T/ Universal Electric/Usha/Asian/AE/IMP

14 Cables. (a)Upto 1.1KV grade (b)Above 1.1KV grade

ISI mark ISI mark

15 Air Break Switch National/Kiran/Pactil/Atlas

16 Pin Insulator Jayshree/WS/IEC/PCL/BHEL

16a

Lightning Arrestor Atlas /GE/Elaro/Lamco/International

17 Dropout fuses National / Kiran/Pactil

18 Fire Extinguisher ISI mark

19 Rubber Matting ISI mark

20 Cable Joint Kit Raychem / M-Seal / DENSONs

21 Vaccum Circuit Breakers

GE / Siemens.

Page 39: (A Govt of India Enterprise) O/o The Sub Divisional

APPROVED MAKES FOR ENGINE ALTERNATOR SET

1 ENGINE Cummins/Ruston/Escorts/Koel/Cater Pillar/Ashok

Leyland/Greaves/ Volvo Penta (200-5) KVA

2 ALTERNATOR Kirloskar/NGEF/ Leroy Somer/ Jyothi frame Size PtG ( 62.5-500 KVA)/ Stardard /Crompton Greaves ( Slip Ring / Brushless. 6-200 KVA)/ AVK-SEG (Upto 250 KVA ) / Electrodyne (Upto 100 KVA ) Crompton Greaves AL series ( 15to 100 KVA ) / ELGI ( 20 to 380 KVA )/ KEL ( Brushless upto 1000 KVA )

3 ACB L&T/Seimens/Crompton/Control & Switchgear / DE Power controls

4 MCCB Siemens/L&T/GE Power controls/Control and Switchgear / Crompton

5 CONTACTORS AUXILIARY

Siemens / L&T / GE power controls / Crompton / MEI/Laxmi

5a IDMT RELAY AVKC / SEGC

6 C.T AE/MP/Marshal/Pactil/Kappa/L&T /Ashmor/Indcoil/ Waco/ Meco

7 P.F.METER IMP/AE/Reshabh/Meco/Universal/Digitron

8 AMMETER/VOLMETER

AE/IMP/Universal/Reshabh/Kaycee/Meco/Enercom

9 SELECTOR SWITCH L&T/KAYCEE/AE/IMP/Thakoor/Reco/Vaishno/Selzer/Rasscontrol

10 INDICATING LAMP Vaishno/Siemens/L&T/AE/IMP/Rass Control/ Ecknic/Crompton/Kaycee

11 FREQUENCY METER

Digitron/Reshabh/ Meco/ Keltron/IMP/AE

12 LEAD ACID BATTERY

Exide/Stanford/Furukawa/AMCO/Pacesetter/Nicco/Prestolite/Amara Raja/Satandard / Crompton Greaves / Hitachi.

13 G.I/M.S PIPE BST/TATA/ATL/ITC/IIA/JST/ITS/JINDAL/ZENITH/GSI/TTA.

14 A.VM. PADS Dunlop / Poly Bond

15 Fire Extinguishers ISI mark

16 RUBBER MATTING ISI mark

17 Cables ISI mark (a) Upto 1.1KV

grade (b) Above

1.1KV grade

ISI mark ISI mark

18 G.I. VALVE Kirloska r / Fountain/ Trishul / Leader.

19 TRIVECTOR METER Sunco/ Jaipur / IMP

20 KWH Meter Simco / Jaipur /Universal / Rishabh /AE/IMP

Page 40: (A Govt of India Enterprise) O/o The Sub Divisional

SCHEDULE OF QUANTITIES

Name of work: Supplying & fixing of the Maintenance frees starting battery for

The E/A sets at TE buildings Kankipadu, Devarapalli, ThotlaValluru, Uppuluru

S.No Description of Item Qty Rate Unit Amount

1. Supplying & Fixing of the following ratings Sealed Maintenance free battery suitable for cranking of the 63 KVA/30KVA E/A Sets including testing, commissioning as required( M/S Amarraja Amron /Exide or ss make)

(i) 12V ,150AH 1 No Each

(ii) 12V, 130AH 3 Nos Each

2. Supplying & Fixing of the 12V DC , 10A Static battery charger with provision for Tickle /Boost charging of the battery along with connecting clips etc., as required.( M/S SIVA or BSNL approved make)

1 No Each

Page 41: (A Govt of India Enterprise) O/o The Sub Divisional

Name of work: SITC of ( 5+1) x 7 TR package AC units in CXL MUX station

At D TAX Building, Vijayawada.

SH: Providing thermal insulation to the supply Air duct and

miscellaneous works.

S.No Description of Item QTY Rate Unit Amount

1. Providing thermal insulation of supply Air Duct

in the Switch room with 25mm thick fibre glass

wool having density not less than 24 kg/m3

wrapped with factory backed Aluminum foil and to be fixed with PVC tape/Nylon strips as required.

120 sqmt sqmt

2. Dismantling of the existing heavy size Ducts in

the switch room complete with branches, supports, channels and shifting the same to a safer place in the exchange premises etc., as required. 1 Job Job

3. Breaking of the cement brick wall in the AC

plant room of size approx 4 m (W) x 0.5 m (H) having wall thick ness 100mm and providing cement plastering finishing works to the wall as required. 1 Job Job

4. Shifting of the dismantled scrapped 4 Nos 7 TR

Package AC units form the first floor corridor to the ground floor MUX power plant room corridor as required. 1 Job Job

Page 42: (A Govt of India Enterprise) O/o The Sub Divisional

Name of work: SITC of MV panel and Allied Cabling work at MUX Station,

DATX Building, VJ. SH: Providing bus bar boxes, cable trenches & earthing works. S.No Description of Item QTY Rate Unit Amount

1. Earthing with GI plate 600x600x6mm thick i/c accessories and providing Masonary enclosure with cover plate having locking arrangement and watering pipe etc [but without salt and charcoal /coke] complete etc as required. 4 set Set

2. Extra for using salt and charcoal for GI or

copper plate earth electrode as required. 4 sets Set 3. Supplying and laying 25mm x 5mm GI strip on

surface / recess as required. 30 m M 4. Fabrication of adaptor box made of 16 SWG

MS sheet with locking arrangement including bending, cutting welding, painting and fixing on the surface of wall, earthing connections etc., as required. 2.5 sqmt Sqmt

5. Breaking of the CC flooring in the sub station

room of size approx 8m(W) x 0.6 m (W)x 0.6 m (D) for laying of 6” Dia PVC pipes including removing of the debris, sand cushioning , making good the damaged surfaces with cement concrete flooring, finishing works, construction of mini man holes for cable pulling , providing cement concrete slabs complete etc., ., as required. 1 Job Job

6. Supplying & fixing of the 6 “ dia , 8kg/cm2

Rigid heavy gauge PVC pipes in the existing trench as required.( Any ISI make) 12 m M

7. Supplying and laying of 2x1.5 Sqmm PVC

insulated AUG copper conductor cable of 1.1 KV grade in the exiting trench as required. 25m M

8. Supplying & Fixing of the following accessories

suitable for operation on 230V, AC Supply as required.

(i) 16A Sp MCB 1 No Each (ii) 15A power Socket , 15A Switch with PVC

enclosure 1 No Each

Page 43: (A Govt of India Enterprise) O/o The Sub Divisional

Name of Work: Providing & Installing Submersible Pump Set in CTO Building,

Vijayawada. SH : S/F of PVC pipe lines , and miscellaneous works.

S.No Description of Item Quantity Rate Unit A

mount

1. Supplying and laying of following sizes of

rigid PVC heavy gauge water pipes on surface/in soil vertical and horizontal runs along with necessary couplings, bends, elbows including threading etc., as required.( m/s Finolex or ISI approved)

(i) 40mm dia 30m Mtr (ii) 32 mm dia 25m M 2. Supplying & Fixing of the 4 pole, 32A

Rotary Change over switch suitable for operation on 415V, 50HZ AC supply as required.( M/S L&T or ssmake)

1 No Each

3. Supplying & fixing of the following

switchgear suitable for operation in 230V/440V, 50 HZ AC supply as required.

(i) 10 A TPN MCB 2 No Each (ii) 16A, Three pole power contactor (

m/s L&T MNX12 or SS make) 1 No Each

4. Shifting and Installation of timer controller

box from the pump house to the CSC premises bore well pump including necessary connections testing etc., as required. 1 Job Job

Page 44: (A Govt of India Enterprise) O/o The Sub Divisional

Name of work: SITC of 5 Nos 3 TR Verticool/Cassette Split AC Units, Providing

False Ceiling Illumination and Allied works for renovated

CSC at CTO building, Vijayawada.

SH: Supplying & Fixing of the metal Halide lamps for indoor hoarding

S.No Description of Item Quantity Rate Unit Amount

1. Supplying & Fixing of the 70W , 230V

metal halide floodlight of suitable for fixing in the false ceiling with provision for angular adjustment of the fitting with suitable supports from the ceiling testing etc., as required.( make bulb Bajaj/Philips or ss make)

6 Nos

Each

2. Wiring for circuit main wiring with the

following sizes of PVC insulated, copper conductor, single core cable in surface/recessed PVC conduit as required.

(i) 2 x 1.5 sqmm 2 m M

(ii) 4 x 1.5 sqmm 2 m m

(iii) 6 x 1.5 Sqmm 15 m M

3. Supplying and drawing following sizes of PVC Insulated Copper conductor, single core cable in the existing surface/recessed PVC/steel conduit/PVC casing and capping as required.

(i) 2 x 1.5 sqmm 24 m

M

Page 45: (A Govt of India Enterprise) O/o The Sub Divisional

Name of Work: Attending repairs to the Automatic fire Detection system at

MICROWAVE BUILDING VIJAYAWADA

S.No Description of Item QTY Rate Unit Amount

1. DPITC of following

equipment/components for automatic fire detection as required.

a)Ionization type smoke detector 8 Nos Each b)Photo Electric/optical type smoke

detector 5 nos Each 2. Supplying and laying of 2core1.5sqmm

FRLS insulated copper armoured conductor cable on surface of wall i/c clamping etc. as required. 50m M

3. Testing of Ionization/Photo Electric

Smoke detectors including cleaning of the deposited rust, Response Indicators testing of cable connections, checking of the Detector response with smoke etc., as required. 100 Nos Each

4. Supplying and fixing of

150mmx150mmx100mm size M.S box made of 16SWG sheet i/c S/F 16SWG M.S sheet on the top and providing two way porcelain connector etc as required 5 nos Each

5. Supplying and making end terminations

with brass compression gland and copper lugs for 2core1.5sqmm FRLS insulated copper armoured conductor cable etc.as required 15 nos Each

6. Supplying and fixing electronic

hooter(4watt output)suitable for intermittent and continuous alarm as required 2 Nos Each

7. Supplying and fixing manual push

button station with hammer and chain as required 1 Nos Each

Page 46: (A Govt of India Enterprise) O/o The Sub Divisional

S.No Description of Item QTY Rate Unit Amount

8. Providing general servicing to the

existing 12 Zone/6 Zone/4 zone Static/Microprocessor based Control panels including internal rewiring for the zonal cards, repairs to the zone cards replacing of the faulty DC DC converters control card fuses, resistors, ICs testing of all zone cards, cleaning from the deposited dust etc as required. 3 Job Job

Page 47: (A Govt of India Enterprise) O/o The Sub Divisional

Name of Work: Provision of Split AC units, False Ceiling illumination and Allied

Works at VIP Suit, CTO Building, Vijayawada.

SH: Providing water Geyser and miscellaneous works.

S.No Description of Item Quantity Rate Unit Amount

1 Supplying & fixing of the 20liters wall

mountable Geyser suitable for operation on 230V, 50HZ AC supply along with set of hot water & cold water Pipes necessary interconnections, gate valve ,fixing of the Anchro fastener screws etc., complete as required.( Any ISI marked company) 1 Job Job

2. Supplying & fixing of the Calling bell

suitable for operation on 230V, 50HZ AC supply as required. 1 No Each

3. Supplying & Fixing of the 2 Nos PVC

boxes of size 10”x 8” for covering of the cable end terminations as required. 1 Job Job

4. Removing of the old tube light fittings,

AC units wiring complete with conduits, cables and shifting the same to a safer place as decided. 12 Nos 2 x 40 W MOR type fittings to be removed. 1 Job Job