bharat sanchar nigam limitedtender.bsnl.co.in/bsnltenders/bsnltender/download... · bharat sanchar...

46
Page 1 of 46 E-Tender for the Work of - S.No. Details Page No . Section -I (Technical Bid) BHARAT SANCHAR NIGAM LIMITED SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air Cooled Condensers including Comprehensive Maintenance for various sites Telephone Exchanges/ Telecom buildings /NFS sites under area of Electrical Division, Jodhpur and Electrical Division Sriganganagar in Rajasthan State. INDEX (A GOVERNMENT OF INDIA ENTERPRISE) Section -I (Technical Bid) 1 Index 1 2 Notice Inviting E-Tender 2 to 3 3 Instructions for E-Tendering 4 to 6 4 BSNL / CPWD -6 7 to 9 5 BSNL / CPWD -8 with Correction slips & Schedules 10 to 15 6 Annexure I to IV ( Model form / Undertaking) 16 to 19 7 Special and Additional Conditions 20 to 24 8 ADDITIONAL CONDITIONS FOR COMPREHENSIVE MAINTENANCE PORTION AGREEMENT 25 to 27 9 Specifications 28 to 39 10 Drawing 40 to 41 11 List of BSNL approved makes 42 to 43 Section -II (Price Bid) 1 Price Bid - Schedule of Quantities ( BOQ ) 44 to 46 EXECUTIVE ENGINEER (E) BSNL, ELEC. DIVISION, JODHPUR This NIT contains 46 pages. CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Upload: others

Post on 27-Sep-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 1 of 46

E-Tender for the Work of -

S.No. Details Page No.Section -I (Technical Bid)

BHARAT SANCHAR NIGAM LIMITED

SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air Cooled Condensers including Comprehensive Maintenance for various sites Telephone Exchanges/ Telecom buildings /NFS sites under area of Electrical Division, Jodhpur and Electrical Division Sriganganagar in Rajasthan State.

INDEX

(A GOVERNMENT OF INDIA ENTERPRISE)

Section -I (Technical Bid)

1 Index 1

2 Notice Inviting E-Tender 2 to 3

3 Instructions for E-Tendering 4 to 6

4 BSNL / CPWD -6 7 to 9

5 BSNL / CPWD -8 with Correction slips &Schedules

10 to 15

6 Annexure I to IV ( Model form / Undertaking) 16 to 19

7 Special and Additional Conditions 20 to 24

8 ADDITIONAL CONDITIONS FORCOMPREHENSIVE MAINTENANCEPORTION AGREEMENT

25 to 27

9 Specifications 28 to 39

10 Drawing 40 to 41

11 List of BSNL approved makes 42 to 43

Section -II (Price Bid)

1 Price Bid - Schedule of Quantities ( BOQ ) 44 to 46

SE(E) SDE(EP)EXECUTIVE ENGINEER (E)BSNL, ELEC. DIVISION, JODHPUR

This NIT contains 46 pages.

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 2: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 2 of 46

BHARAT SANCHAR NIGAM LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

O/o Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834)

0

SECTION-I (NOTICE INVITING E- TENDER)NIT No. : 21/ EE(E)/BSNL/ED/JPR/16-17 dated 20.08.2016

1.0

NAME OF WORK :

SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air CooledCondensers including Comprehensive Maintenance for various sites Telephone Exchanges/Telecom buildings /NFS sites under area of Electrical Division, Jodhpur and Electrical DivisionSriganganagar in Rajasthan State.

ESTIMATED COST : Rs. 8876380.00

EARNEST MONEY DEPOSIT (EMD) : Rs. 177528.00

PAYABLE AT "AO (Cash), O/o GMTD, BSNL, JODHPUR"

TENDER COST (NON REFUNDABLE): Rs. 1055.00 (Rs.1000.00 + 5.5% VAT) (non refundable and not to be clubbed with the EMD

The Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834) invites Digitally sealed item rate e-Tender in single Bid System onbehalf of the BSNL for the following work from the approved and eligible firms satisfying the following eligibility criteria as per Para no.2.0 below:

: Rs. 1055.00 (Rs.1000.00 + 5.5% VAT) (non refundable and not to be clubbed with the EMDamount)

15.09.2016

Up to 18:00 Hrs.

16.09.2016

Up to 15:00 Hrs.

16.09.2016

At 15:30 Hrs

: 16.09.2016

At 15:30 Hrs

LAST DATE AND TIME OF ON LINE SUBMISSION/ UPLOADING OF E-TENDER I.E. E-ENVELOPE- I & II

LAST DATE AND TIME OF SUBMISSION OFEMD, TENDER COST & POA IN ORIGINAL INSEALED COVER IN DIVISION OFFICE

DATE AND TIME OF OPENING OF SEALEDENVELOPE OF EMD, TENDER COST & E-TENDER I.E.-E-ENVELOPE-I

DATE AND TIME OF OPENING OF PRICE BID I.E.E-ENVELOPE-II

At 15:30 HrsTIME FOR ISSUE OF L.O.I.'s (PERIOD OF RATECONTRACT) : 6 Months from date of acceptance of tender

: FOR Part 'A' of SUB HEAD - I (Supply item) -Three Months reckoned from Date of isuue of L.O.I.

: For Part 'B' of SUB HEAD - I (ITC & Mis item) -Three Months reckoned from Date of isuue of L.O.I.

: For SUB HEAD - II (Comprehensive Maintenance.) - Three years includung one year gurantee period.

2.0 2.0 Eligibility conditions

TIME FOR COMPLETION (Duration of Contract)

The Contractors satisfying the following conditions:

2.1 Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender.

OR2.3 The dealer authorized by BSNL CO (Electrical) approved Package AC Manufacturers. The letter of Authorization in Original from the manufacturer will have to be produced by the dealers.

OR2.4 Experience of having successfully completed similar works in Central Government/State Government /Central Autonomous Body/Central Public sector Undertaking during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following :-

AND

2.2 BSNL CO (Electrical) approved Package AC Manufacturer.

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 3: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 3 of 46

OR

2.4.2 Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender with Central/Package AC Plant with equipment Module not less than 80% of individual capacity of the Central/Package AC Plant proposed in the NIT.

OR2.4.3 One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender with Central/Package

2.4.1 Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender with Central/Package AC Plant with equipment Module not less than 80% of individual capacity of the Central/Package AC Plant proposed in the NIT.

3

45

6

7

a) Electronic Envelope No-I :- Eligibility documents & Technical Bid(e-Tender). b) Electronic Envelope No-II :- Price Bid. Original copies of Tender Cost, EMD & Power of attorney are required to be submitted offline in the prescribed form in the Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834) up to the Last date and time of submission of EMD, Tender Cost & POA. (for details refer BSNL EW-06)On Line e-Tender can only be submitted after uploading following valid scanned documents ( i.e. e-Envelope-I) related to eligibility conditions as per

2.4.3 One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender with Central/Package AC Plant with equipment Module not less than 80% of individual capacity of the Central/Package AC Plant proposed in the NIT.

2.4.4 *SIMILAR WORKS means: SITC of Microprocessor based High Precision Package AC units

The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8 carefully . He should only submit his Tender if he considers himself eligible and he is in possession of all the documents required. The intending bidders must have valid Class-III digital signature to submit e-Tender. The e-Tender will be submitted online in two Electronic Envelope system.

7

i)ii)iii)iv)v)vi)89

10 For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s NIC @ website www.eprocure.gov.in.The agency intending to participate in tendering process shall have to register with them. For any further query regarding tender uploading/downloading, Helpdesk of M/s NIC may be contacted @ Toll Free Number 180030702232

VAT/Sales tax registration certificate & Service Tax registration certificate. EPF /ESI registration certificate. Declaration of EW-6 / EW-8, Relative Certificate.Tender Cost & EMD in prescribed form.

The bidding process will be accepted only through e-Tendering platform. As tenders are invited through e-Tendering process, physical copy of the tender document would not be available for sale. Contractor can upload documents in the form of JPG format, PDF format and any other format as permissible by the e- tendering portal.

On Line e-Tender can only be submitted after uploading following valid scanned documents ( i.e. e-Envelope-I) related to eligibility conditions as per point no-1 above up to Last date and time of online submission/ uploading of E-tender. Documentary proof of satisfying the eligibility conditions as per 2 above.

Validity of tender shall be for 90 days from the date of opening of tender.

CA certificate towards turn over /deposition of income tax & PAN Card.

Executive Engineer (E) BSNL Electrical Division, Jodhpur

No. NIT/EE(E)/BSNL/ED/JP/2016-17/ Dated Copy to -1) Website www.rajasthan.bsnl.co.in & www.eprocure.gov.in2) The Sr. CE(E), BSNL, Jaipur 3) The S.E.(E), BSNL, EC, Jodhpur4) A.O. , BSNL, Electrical Division, Jodhpur5) Notice Board 6) Contractors.

Executive Engineer (E)

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 4: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 4 of 46

Information & Instructions to Tenderers about E-tendering

Submission of Tender through online process is mandatory for this e-Tender. E-Tendering is a new methodology for conducting Public Procurement in a transparent and securedmanner. For conducting electronic tendering, BSNL Electrical Zone Rajasthan Circle has decided touse the portal www.eprocure.gov.in through M/s NIC, New Delhi. It supports all activities oftendering based on proactive work flow concept. Fine details of tendering like vendors registration,tender announcement and corrigendum, tender form processing, opening, negotiation and tenderawarding are supported in a real time interactive environment.

A. Broad outline of activities from Bidders prospective:

The bidders can enroll themselves on the website http://eprocure.gov.in by clicking the option“eprocure – On line Bidder Enrollment”. This enrollment is free at this point of time. Possession ofa Valid Class III Digital Signature Certificate (DSC) in the form of smart card/e-token in theCompany's name is a prerequisite for registration and participating in the bid submission activitiesthrough this web site. Digital Signature Certificates can be obtained from the authorized certifyingagencies, details of which are available in the web site http://eprocure.gov.in under the link“eprocure--Information about DSC”.

The web site also has user manuals with detailed guidelines on enrollment and participation in theonline bidding process. The user manuals can be downloaded for ready reference. Vendors can alsoattend the training/familiarization programme on the e-tendering system conducted periodically bythe GOVERNMENT E-PROCUREMENT SYSTEM in association with NIC.

For participating in this tender online, bidders are advised to go through the following instructionsand the more detailed guidelines on the relevant screens such as Help for contractors, Informationabout DSC, Resources required, Bidders Manual Kit etc. of the e-procurement portal of the websitehttp://eprocure.gov.in

B Special Instructions to the Contractors/Bidders for the e-submission of the bids onlinethrough this eProcurement Portal

1 Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll available inthe Home Page. Then the Digital Signature enrollment has to be done with the e-token, after logginginto the portal. The e-token may be obtained from one of the authorized Certifying Authorities suchas eMudhraCA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.

2 Bidder then logs into the portal giving user id / password chosen during enrollment.

Page 5: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 5 of 46

3 The e-token that is registered should be used by the bidder and should not be misused by others.

4 DSC once mapped to an account cannot be remapped to any other account. It can only beinactivated.

5 The Bidders can update well in advance, the documents such as certificates, purchase order detailsetc. under My Documents option and these can be selected as per tender requirements and thenattached along with bid documents during bid submission. This will ensure lesser upload of biddocuments.

6 After downloading / getting the tender schedules, the Bidder should go through them carefully andthen submit the documents as per the tender document; otherwise, the bid will be rejected.

7 The schedule of work template must not be modified / replaced by the bidder and the same shouldbe uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender.Bidders are allowed to enter the Bidder Name and Values only.

8 If there are any clarifications, this may be obtained online through the eProcurement Portal, orthrough the contact details given in the tender document. Bidder should take into account of thecorrigendum published before submitting the bids online.

9 Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tenderschedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document,they can be clubbed together.

10 The bidder reads the terms and conditions and accepts the same to proceed further to submit the bids

11 The bidder has to submit the tender document(s) online well in advance before the prescribed timeto avoid any delay or problem during the bid submission process.

12 There is no limit on the size of the file uploaded at the server end. However, the upload is decidedon the Memory available at the Client System as well as the Network bandwidth available at theclient side at that point of time. In order to reduce the file size, bidders are suggested to scan thedocuments in 75-100 DPI so that the clarity is maintained and also the size of file also gets reduced.This will help in quick uploading even at very low bandwidth speeds.

13 It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that he/shecompletes the Bid Submission Process. Bids which are not frozen are considered asIncomplete/Invalid bids and are not considered for evaluation purposes.

14 The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or thedifficulties faced during the submission of bids online by the bidders due to local issues.

15 The bidder may submit the bid documents online mode only, through this portal.

Page 6: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 6 of 46

16 At the time of freezing the bid, the eProcurement system will give a successful bid updationmessage after uploading all the bid documents submitted and then a bid summary will be shownwith the bid no, date & time of submission of the bid with all other relevant details. The documentssubmitted by the bidders will be digitally signed using the e-token of the bidder and then submitted.

17 After the bid submission, the bid summary has to be printed and kept as an acknowledgement as atoken of the submission of the bid. The bid summary will act as a proof of bid submission for atender floated and will also act as an entry point to participate in the bid opening event.

18 Successful bid submission from the system means, the bids as uploaded by the bidder is receivedand stored in the system. System does not certify for its correctness.

19 The bidder should see that the bid documents submitted should be free from virus and if thedocuments could not be opened, due to virus, during tender opening, the bid is liable to be rejected

20 The time that is displayed from the server clock at the top of the tender Portal, will be valid for allactions of requesting bid submission, bid opening etc., in the eProcurement portal. The Timefollowed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The biddersshould adhere to this time during bid submission.

21 The bidders are requested to submit the bids through online eProcurement system to the TIA wellbefore the bid submission end date and time (as per Server System Clock)

22 Minimum requirements for accessing the Online E-Tendering website Computer System installedwith Windows XP or higher Operating System with suitable antivirus in place. The OS should havethe latest Service Pack. The following are necessary

(i) Java Runtime Environment Version 1.6 or above (ii) Legally valid Digital Signature Certificate (DSC)(iii) Dedicated broad band Internet Connection with minimum 256 kbps or above(iv) Printer (Optional) (v) UPS 23 Vendors Training Program Vendors are requested to contact M/s NIC Officers for any information

regarding Etendering / training on their toll-free number displayed on the websitehttp://eprocure.gov.in

FOLLOWING OFFICERS MAY BE CONTACTED FOR REDRESSAL OF COMPLAINTS

1 CGMT, Rajasthan Telecom Circle , JaipurBSNL, Sardar Patel Marg, C-Scheme , Jaipur (Raj.)- 3020080141-2366811, Fax -0141-2560331

2 Sr. Chief Engineer (E), BSNL, Rajasthan Electrical Zone, JaipurIInd Floor, Left Wing, Admin. Bldg., Jhalana Doongri, Jaipur-3020040141-2700100 , FAX- 0141-2701520

3 DGM(Vig.), Rajasthan Telecom Circle , Jaipur Ground Floor, Left Wing, Admin. Bldg., Jhalana Doongri, Jaipur-3020040141-2711911

Page 7: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 7 of 46

BSNL EW -6

BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

O/o Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834)

NIT No. : 21/ EE(E)/BSNL/ED/JPR/16-17 dated 20.08.20161.0

NAME OF WORK :

SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air CooledCondensers including Comprehensive Maintenance for various sites Telephone Exchanges/Telecom buildings /NFS sites under area of Electrical Division, Jodhpur and Electrical DivisionSriganganagar in Rajasthan State.

ESTIMATED COST : Rs. 8876380.00

EARNEST MONEY DEPOSIT (EMD)

The Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834) invites Digitally sealed item rate e-Tender in single Bid System onbehalf of the BSNL for the following work from the approved and eligible firms satisfying the following eligibility criteria as per Para no.2.0 below:

SECTION-I (NOTICE INVITING E- TENDER)

EARNEST MONEY DEPOSIT (EMD) : Rs. 177528.00

PAYABLE AT "AO (Cash), O/o GMTD, BSNL, JODHPUR"

TENDER COST (NON REFUNDABLE): Rs. 1055.00 (Rs.1000.00 + 5.5% VAT) (non refundable and not to be clubbed with the EMD

amount)

: 15.09.2016

: Up to 18:00 Hrs.

: 16.09.2016

: Up to 15:00 Hrs.

: 16.09.2016

LAST DATE AND TIME OF ON LINE SUBMISSION/ UPLOADING OF E-TENDER I.E. E-ENVELOPE- I & II

LAST DATE AND TIME OF SUBMISSION OFEMD, TENDER COST & POA IN ORIGINAL INSEALED COVER IN DIVISION OFFICE

DATE AND TIME OF OPENING OF SEALED : 16.09.2016

: At 15:30 Hrs

: 16.09.2016

At 15:30 Hrs

TIME FOR ISSUE OF L.O.I.'s (PERIOD OF RATECONTRACT) : 6 Months from date of acceptance of tender

: FOR Part 'A' of SUB HEAD - I (Supply item) -Three Months reckoned from Date of isuue of L.O.I.

: For Part 'B' of SUB HEAD - I (ITC & Mis item) -Three Months reckoned from Date of isuue of L.O.I.

DATE AND TIME OF OPENING OF SEALEDENVELOPE OF EMD, TENDER COST & E-TENDER I.E.-E-ENVELOPE-I

TIME FOR COMPLETION (Duration of Contract)

DATE AND TIME OF OPENING OF PRICE BID I.E. E-ENVELOPE-II

: For SUB HEAD - II (Comprehensive Maintenance.) - Three years includung one year gurantee period.

2.02.0 Eligibility conditions

2.3 The dealer authorized by BSNL CO (Electrical) approved Package AC Manufacturers. The letter of Authorization in Original from the manufacturer will have to be produced by the dealers.

OR

2.1 Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender.

AND

2.2 BSNL CO (Electrical) approved Package AC Manufacturer.OR

2.4.2 Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender with Central/Package AC Plant with equipment Module not less than 80% of individual capacity of the Central/Package AC Plant proposed in the NIT.

2.4 Experience of having successfully completed similar works in Central Government/State Government /Central Autonomous Body/Central Public sector Undertaking during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following :-

2.4.1 Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender with Central/Package AC Plant with equipment Module not less than 80% of individual capacity of the Central/Package AC Plant proposed in the NIT.

OR

Page 8: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 8 of 46

3.0

OR

2.4.3 One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender with Central/Package AC Plant with equipment Module not less than 80% of individual capacity of the Central/Package AC Plant proposed in the NIT.

2.4.4 *SIMILAR WORKS means: SITC of Microprocessor based High Precision Package AC units

The Tender documents consisting of the detailed plans, complete specifications, schedule of quantities of the various classes of works to be done andthe set of conditions of contract to be complied with and other necessary documents, can be seen and downloaded from website

4.0

5.0

6.07.0

8.0

The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW8 carefully. He should only submit his Tender if he considershimself eligible and he is in possession of all the documents required.

For e-tendering of this tender, BSNL has engaged e-portal maintained by M/s NIC, New Delhi. With URL address as www.eprocure.gov.in.The agency intending to participate in tendering process shall have to register with M/s NIC, New Delhi

The intending bidders must have valid Class-III digital signature to submit e-Tender. Cost of Tender Document in the form of Demand Draft/Pay order amounting to Rs. 1055.00 (Rs.1000.00 + 5.5% VAT) (non refundable and not to be

clubbed with the EMD amount)shall be drawn in favour of "AO (Cash), O/o GMTD, BSNL, JODHPUR"EMD amounting to Rs. 177528.00 in the form of Demand Draft/Pay order/Bankers cheque/Deposit at call receipt/FDR/BG of Nationalized/scheduled

the set of conditions of contract to be complied with and other necessary documents, can be seen and downloaded from websitewww.rajasthan.bsnl.co.in or www.eprocure.gov.in or in Division office at free of cost from date of issue of NIT & up to Last date & Time of onlinesubmission /uploading of Tender documents. The site for the work is available/or the site for the shall be made available in parts.

8.0

9.0

(a) (b)

10.0

(i)(ii)

Tender Cost (original copy in prescribed form as specified in point no- 7 above) EMD –Bid security (original copy in prescribed form as specified in point no-8 above)

The e-Tender will be submitted on line in two Electronic Envelope system.

Electronic Envelope No-I: - Eligibility documents & Technical Bid (e-Tender). Electronic Envelope No-II :- Price Bid. Eligibility credential & technical Bid (e-Envelope-I) will be opened on line at the first instance & evaluated by the Committee. At second stage Financial/Price Bid of only eligible tenderer will be opened for further evaluation on the due date. The following Original documents are required to be submitted offline in the prescribed form in the Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834). up to the Last date and time of submission of EMD, Tender Cost & POA in sealed envelope super scribed with Name of work, date & time of opening of bid along with the name and address of the bidder.

EMD amounting to Rs. 177528.00 in the form of Demand Draft/Pay order/Bankers cheque/Deposit at call receipt/FDR/BG of Nationalized/scheduled bank drawn in favour of "AO (Cash), O/o GMTD, BSNL, JODHPUR" The Validity period of EMD shall be 120 days, from the date of opening of tender.

(ii)(iii)11.0

(i)

(ii)(iii)(iv)(v)(vi)(vii)(viii)

(ix)

Declaration of EW-6 / EW-8 & Relative Certificate as per format in tender documentDemand draft towards Cost of Tender documents as per Para 7 above

EMD/Bid security in prescribed form as per Para 8 above.

CA certificate towards turn over / deposition of income tax. PAN Card. VAT/Sales tax registration certificate. Service Tax registration certificate. EPF /ESI registration certificate.

EMD –Bid security (original copy in prescribed form as specified in point no-8 above) Power of Attorney in accordance with relevant clause and authorization for executing the power of Attorney. (if applicable) On Line e-Tender can only be submitted after uploading following valid scanned documents ( i.e. e-Envelope-I) related to eligibility conditions as per point no-2 above up to Last date and time of online submission/ uploading of E-tender i.e. eEnvelope- I & II. Documentary proof of satisfying the eligibility conditions as per 2 above (like Electrical contractors license issued by State Govt. (exempted in case of specialized firms), BSNL Enlistment Certificate, Work completion certificate (for contractors not enlisted in BSNL etc as per point no-2 )

(ix)

12.0

13.0

14.0

15.016.0

18.0

Online Tender documents submitted by intending Tenderer shall be opened only in respect of those Tenderer whose Receipt of Cost of Tender Document & Earnest Money Deposit placed in the envelope in offline mode are found in order.

The credentials shall be self attested / certified by BSNL Executive / Gazetted officer / Notary.

Works experience certificate must be submitted in proper format & issued not below the rank of Executive Engineer (E). After submission of e-Tender on line the contractor can resubmit revised Bid any number of times but before the last date and time of submission of bid as notified. The e-Tender submitted shall become invalid and cost of Tender document shall not be refunded if:-

EMD/Bid security in prescribed form as per Para 8 above. (Note- All above documents must be clearly displayed & seen by the tender opening authority before opening the actual bid, If required, BSNL may ask to submit original copies of credentials for verification after opening of tender at any stage).

In case the eligibility credentials are found to be fake or falsified at any stage i.e. before award of work or during execution of the work or after completion of the work, the contractor will be debarred from tendering in BSNL for three years including any other action under the contract or existing law.

18.0

(i)(ii)

(iii)

19.0

The bidder is found ineligible. The bidder does not upload all the mandatory documents (Envelope-I) as per Para 11 above.

In case any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies physically in the office of tender opening authority. Information & instructions for bidders posted on web site shall form part of bid document.

The e-Tender submitted shall become invalid and cost of Tender document shall not be refunded if:-

Page 9: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 9 of 46

20.0

21.022.023.0

24.0

The intending bidder must have valid class-III digital signature required for e-Tendering to submit the Tender. On opening date the contractor can log in & see the bid opening process & after opening of bid he will receive the competitors bid sheets. There shall be no extension of date for submission of Tender for the reason of failure of internet link etc. No such request in this regard from the contractor shall be entertained.The contractors must ensure to quote rate of each item. The column meant for quoting rate in figures appears in pink colour & the moment rate is entered, it turns sky blue. In addition to this, while selecting any of the cell; a warning appears that, if any cell is left blank, the same shall be treated

Those contractors not registered on the web site mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the web site.

25.0

26.0

27.0

28.0

29.0 Conditional tenders or tender with conditional rebates shall be summarily rejected

entered, it turns sky blue. In addition to this, while selecting any of the cell; a warning appears that, if any cell is left blank, the same shall be treated as”0”. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s NIC @ website www.eprocure.gov.in.The agency intending to participate in tendering process shall have to register with them. For any further query regarding tender uploading/downloading, Helpdesk of M/s NIC may be contacted @ Toll free Number 180030702232). The tenderer should read carefully & understand tender document, procedure for etendering etc completely before participating in the e-tender procedure. Participation in the e-tendering, presumes that the Tenderer has/Have read all the conditions, special condition of the contract, schedule of quantity etc & agree/abide by them

The bidding process will be accepted only through e-Tendering platform. As tenders are invited through e-Tendering process, physical copy of the tender document would not be available for sale. Contractor can upload documents in the form of JPG format, PDF format and any other format as permissible by the e- tendering portal. Certificate of Financial Turnover(If applicable): At the time of submission of bid, contractor may upload Affidavit/ Certificate from Charted Accountant mentioning Financial Turnover of last 3 years or for the period as specified in the bid document and further details if required may be asked from the contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet.

29.0

30.030.131.0 Performance guarantee:

32.0

Conditional tenders or tender with conditional rebates shall be summarily rejected

WORK/QUANTITY DISTRIBUTION: The work/quantities of work will not be split and 100% work shall be awarded to one bidder .

The successful tenderer shall upon issue of letter of tender acceptance, shall be required to furnish irrevocable performance guarantee for an amountequal to 5% of the contract value in the form of CDR/FDR/DD/ Bank Guarantee (Annexure-III to the tender documents) within 15 days from thedate of issue of acceptance of tender by the BSNL. In the event of failure on the part of the successful tenderer to furnish the performance guaranteewithin 15 days, the earnest money deposited (EMD) will be forfeited and tender shall be cancelled.

The Notice Inviting Tender shall form part of the contract document, In accordance with clause-1 of the contract, the tender acceptance letter shall be issued first in favour of the successful tenderer/contractor. The contract shall be deemed to have come into effect on issue of communication of acceptance of the tender. On such communication of acceptance, the successful tenderer/ contractor shall within 15 days from such date, formally sign the contract which includes all relevent documents.

32.1

32.233.0 Tenderers are advised to inspect and examine the site and its surrounding and satisfy themselves before submitting their tenders as to the nature of the

ground and the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtainall necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed tohave 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 & plants, water, electricity, access facilities forworkers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission oftender 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 ofthe work to be done and of conditions and local conditions and other factors having a bearing on the execution of the work.

Standard C.P.W.D/BSNL -8 Form.

The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the tender and asissued at the time of invitation of tenders and acceptance thereof together with any correspondence leading thereto.

34.0

35.0

36.0

37.038.0

The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender, and reserves to himself the authority toreject any or all of the tenders received without the assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or areincomplete in any respect are liable to be rejected.The competent authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall bebound to perform the same at the rate quoted.The tender of the works shall remain open for acceptance for a period of 90 days from the date of opening of tenders. If any tenderer withdraws histender before the said period or date of issue of letter of acceptance/intent, whichever is earlier or makes any modifications in terms and conditions ofthe tender which are not acceptable to BSNL, then BSNL shall without prejudice to any right or remedy be at liberty to forfeit 50% of the said earnestmoney as aforesaid.No exemption certificate for payment of EMD is acceptable. 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. ( details as perANNEXURE -I attached)

39.0

Executive Engineer.(E) For & on behalf of BSNL.

No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of theGovernment of India is allowed to work as contractor for a period of two years after his retirement from Government service, without the previouspermission 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 anytime to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagementin the contractor’s service.

Page 10: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 10 of 46

BSNL EW-8

ltem Rate E-Tender & Contract for Works

BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

Office of Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-

2757834)

STATE : RAJASTHAN CIRCLE: JODHPURBRANCH : TELECOM ELECTRICAL DIVISION DIVISION : Jodhpur

ltem Rate E- Tender & Contract for Works

E-Tender for : SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air Cooled Condensers includingComprehensive Maintenance for various sites Telephone Exchanges/ Telecom buildings /NFS sites under area of Electrical Division,Jodhpur and Electrical Division Sriganganagar in Rajasthan State.

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

I/We hereby tender for the execution of the work specified for the BSNL within the time specified in Schedule 'F', viz., schedule ofquantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 ofGeneral Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and inrespects in accordance with, such conditions so far as applicable

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

A sum of Rs. _____________________ is hereby forwarded in the form of CDR of a Scheduled Bank/Fixed Deposit Receipt /Pay Order ofa Scheduled Bank/Demand Draft of a Scheduled Bank as earnest money. If l/we fail to furnish the prescribed performance guarantee withinprescribed period, l/we agree that the said BSNL or his successors in office shall without prejudice to any other right or remedy, be atliberty to forfeit the said earnest money absolutely. Further, If I/we fail to commence work as specified, I/we agree that BSNL or hissuccessors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money andperformance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all theworks referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations asmay be ordered, up to maximum of the percentage mentioned in Schef the scope and specifications of the work to be done and ofconditions and local conditions and other factors having a bearing on the execution of the work.

I/We hereby declare that l/we shall treat the tender documents drawings and other records connected with the work as secret/confidentialdocuments and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorised tocommunicate the same or use the information in any manner prejudicial to the Safety of the State.

I/We herby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL unit as per details given in tenderdocument. In case at any stage, it is found that the information given by me/us is false/incorrect, BSNL shall have the absolute right to takeany action as deemed fit/without any prior information to me

I/we abide by the original CPWD/BSNL 8 form referred to in the tender document.

(Applicable if tender is downloaded from internet) I/We hereby declare that the tender submitted is the original downloaded computerprintout and not the photocopy. I/We agree that during the process of tender finalisation if it is detected that the tender documentssubmitted has been changed/ made additions or/ and deletions , the offer may be summarily rejected and that I/we agree that BSNL or hissuccessors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest moneyabsolutely in addition to any other action as per prevalent rules.

Dated : Signature of Contractor : Name of Signatory : Postal Address : Seal of Agency if any :Witness :Address : Occupation :

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 11: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 11 of 46

ACCEPTANCE

The above tender alongwith the letters mentioned here under is accepted by me for and on behalf of the BSNL for a sum of Rs. _______________ Rupees_________________________________________ _____________________________________________________________________________________________)

The Letters referred to below shall form part of this contract agreement :1.______________________2.______________________3.______________________

For and on behalf of the BSNLSignatures______________________________Designation_____________________________Dated_________________________________

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 12: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 12 of 46

CORRECTION SLIP

All reference to :- (i)

(ii)

(iii)

(iv)

(v)

(vi)

(vii)In various clauses shall be taken to mean :-

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

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

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

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

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

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

SCHEDULE ‘A’Schedule of quantities (Enclosed)

SCHEDULE ‘B’Schedule of materials to be issued to the contractor:S. No. Description of Item Quantity Rates in figures & words at which

the material will be charged to the contractor

Place of issue

A B C D E1.0 2.0 3.04.0 5.0

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

CPWD Circle/ Civil Circle.

Ministry of Works, Housing & Supply/ DOT.

Govt. of India/ President of India.

For and on behalf of President of India/ For and on behalf of Govt. of India.

PROFORMA OF SCHEDULES

SECTION - III

Addendum/ Modification to CPWD-8 and CPWD-6 forms conditions of contract definitions.

CPWD/Public Work Department/ P&T Department

D.G. Works Additional Chief Engineer CPWD / Chief Engineer of Zone.

Administrative Head of CPWD/ P&T Department.

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 13: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 13 of 46

SCHEDULE ‘C’Tools and plants to be hired to the contractor.S. No. Description Hired charges per day Place of issue

1 2 3 4

SCHEDULE ‘D’Extra schedule for specific requirements/ document for the work, if any

(a) General Conditions and Specifications (b) List of Approved makes

SCHEDULE ‘E’Schedule of component of Materials, Labour etc. for escalation

CLAUSE 10 CC

1.0 Cement Xc ____________ %

2.0 Steel Xs Xs ____________ %

3.0 Civil(Except Cement/Steel)/Electrical construction materials Xm ____________ %

Component of labour- “Y” expressed as a per cent of total value of work. Y ____________ %

Component of P.O.L. - “Z” expressed as a per cent of total value of work. Z ____________ %

SCHEDULE ‘F’Reference to General Conditions of contract.

DEFINITIONS:

----NIL----

2(v) Engineer-in-charge : Executive Engineer (E)

GENERAL RULES & DIRECTIONS

Officer inviting tender Executive Engineer (E), BSNL,Electrical Division, 2nd Floor, Telephone Exchange Building, II 'C' Extension, Kamla Nehru Nagar, Jodhpur-342009 (Raj.) (Phone No. 0291-2757833, 941001807 & FAX no. 0291-2757834)

Maximum percentage for quantity of items of work to be executedbeyond which rates are to be determined in accordance with Clause12.2 & 12.3

As per the NIT documents

Earnest money: 177527.6

Performance Guarantee 5% of tendered value of the workSecurity Deposit: 5% of tendered value of the work

NILClause 10CC stands deleted

SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air Cooled Condensers including Comprehensive Maintenance for various sites Telephone Exchanges/ Telecom buildings /NFS sites under area of Electrical Division, Jodhpur and Electrical Division Sriganganagar in Rajasthan State.Estimated cost of work:

8876380.00

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 14: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 14 of 46

Clause 1

15 daysClause 2

Clause 5

As per the NIT documents

As per the NIT documents

Clause 7 As per the NIT documents

Clause 10CC

Clause 11

Clause 12

Clause 16

12.2 & 12.3 Deviation limit beyond which clauses 12.2& 12.3 shallapply

As per the NIT documents

12.5 Deviation limit beyond which clauses 12.2& 12.3 shall apply forfoundation work

NA

Competent Authority for deciding reduced rates Superintending Engineer(E), BSNL, Electrical Circle, Jodhpur

Gross work to be done together with net payment/ adjustment ofadvances for material collected, if any, since the last such payment forbeing eligible to interim payment

Clause 10CC to be applicable in contracts with stipulated period ofcompletion exceeding the period shown in next column

Claus 10 CC stands deleted.

Specification to be followed for execution of work As per specifications attached and as per CPWD specifications, where BSNL specifications not mentioned

(Refer "ESSENTIAL CONDITIONS BROUGHT TO THE ATTENTION OF CONTRACTOR" for amendment in clause 2 of standard form)

Number of days from the date of issue of letter of acceptance forreckoning date of start.

7 days

Time allowed for execution of work.

Authority to give fair and reasonable extension of time for completionof work

9(ii) Standard BSNL/ CPWD contract Form BSNL/CPWD Form -6/8 as modified & corrected up to date.

(i) Time allowed for submission of Performance guarantee( If Agecy fails to submit the PG within 15 daysfrom the date of acceptance of tender, the EMD amount shall be forfeited absolutely.

Authority for fixing compensation under clause 2 Superintending Engineer (Electrical)

2(x) Percentage on cost of materials and labour to cover all overheadand profits 10%

2(xi) Standard Schedule of rates SBP Rates and DSR (Internal & External)

2(xii) Department BSNL

2(viii) Accepting Authority : EE(E), BSNL, Electrical Division, JODHPUR

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 15: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 15 of 46

Clause 36 (i)Minimum Qualification & experience required for Principal Technical Representativea) For works with estimated cost put to tender more than

(b) For works with estimated cost put to tender

Clause 42

Executive Engineer(E)

(d) All other materials NIL

Engineering Graduate or retired AE possessing at least recognizedDiploma

Recognized Engineering Diploma holder

for works with estimated cost put tender more than Rs.5 lakhs NA(b) Bitumen for all works NA(c) Steel Reinforcement and structural steel for each diameter, sectionand category

NA

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers

(i) (a) Schedule/ statement for determining theoretical quantity ofcement & bitumen on basis of Delhi Schedule of Rates __ printed byCPWD

NA(ii) Variation permissible on theoretical quantities(a) Cement for works with estimated cost put tender not more than Rs.5 lakhs NA

Electrical/ Mechanical

(d) Minimum Experience of works 3 years

(e) Recovery to be effected from the contractor in the event of notfulfilling provision of clause 36(i)

Rs. 4,000/- p.m. for Graduate, Rs. 2,000/- p.m. for diploma holder

(i) Rs. 10 lakhs for Civil work

(ii) Rs. 5 lakhs for Elec./Mech work

(i) Rs. 5 lakhs but less than Rs. 10 lakhs for Civil works

(ii) More than Rs. 1 lakh but less than Rs. 5 lakhs for Elec./Mech works

(c) Discipline to which the Principal Technical Representativeshould belong

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 16: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 16 of 46

Annexure-I to IV )

ANNEXURE-I

Certificate in respect of relative(s) being Non BSNL Employee :

“ I________________ S/o _____________ r/o ____________________ hereby certify that none of my relative(s)as defined below / in the tender document is/are employed in BSNL unit as per details given in tender document. Incase at any stage, it is found that the information given by me is false / incorrect, BSNL shall have the absolute rightto take any action as deemed fit/ without any prior information to me”

Signature & seal of contractor(s)

NOTE:- (i) The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his nearrelative(s) is(are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief Archt. / Corporate office for nonexecutive employees and all SSA in a circle including circle office/Chief Eng./Chief Archt./Corporate office forexecutive employees (including those called as Gazetted officers at present).

(ii) The near relatives for this purpose are defined as under:a) Members of a Hindu Undivided family.b) They are husband and wife.c) The one is related to the other in the manner as father, mother, son(s) & son's wife (daughter-in-law),Daughter(s)&daughter's husband (son-in-law), brother(s) & brother's wife, sister(s) & sister's husband(brother-in-law).

(iii) The certificate shall be given by all the partners for partnership firm and in case of limited company by all thedirectors of the company. Any breach of these conditions by the company or firm or any other person, thetender/work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it is sonoticed. The department will not pay any damage to the company or firm or the concerned person. The company orfirm or the person will also be debarred for further participation in the concerned unit.

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 17: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 17 of 46

ANNEXURE-II

MODEL FORM OF BANK GUARANTEE

BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, LIFTSAND SUB-STATION WORKS WHEREVER THE AMOUNT OF EMD IS MORE THAN Rs. 20,000/-

Whereas_________ (here in after called” the Contractor(s)” has submitted its Tender dated_______for____________________________ (Name of work) ____________.

KNOWN ALL MEN By these presents that We_____________ of_______________

having our registered office at ______________(here in after called “ The Bank”)

are bound up to _________(here in after called “The BSNL”) in the sum of ________

___________for which payment will and truly to be made of the said BSNL,

the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS OF THE OBLIGATIONS ARE:-

1. If the Contractor(s) withdraw its Tender during the period of Tender validity specified on the Tender Form; or

2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tendervalidity.

(a) Fails or refuses to execute the Contract.

(b) Fails or refuses to furnish Security Deposit in accordance with the conditions of Tender document.

We undertake to pay to the BSNL up to the above amount upon the receipt of its first written demand, without theBSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimedby it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition orconditions.

This guarantee will remain in force as specified in the tender document up to and including thirty (30) days after theperiod of the Tender validity, and any demand in respect thereof should reach the Bank not later than the specifieddate/dates.

Signature of the BankSignature of the WitnessName of WitnessAddress of Witness.

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 18: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 18 of 46

ANNEXURE III

MODEL FORM OF PERFORMANCE GUARANTEE 1.0 BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE FOR ELECTRICALINSTALLATION/O&M/AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, LIFTS AND SUB-STATIONWORKS etc.

Whereas……………… (here in after called” the Contractor(s)” has submitted its Tender dated_______for__________________________ (Name of work) and Whereas……………… (here in after called” the Contractor(s)” has been communicated the acceptance of its tenderdated_______ for__________________________ (Name of work) vide letter No._________________ dated_______ by BSNL.

KNOWN ALL MEN By these presents that We_____________of________________having our registered office at_____________________(here in after called “ The Bank”) are bound up to _________(here in after called “TheBSNL”) in the sum of ________________for which payment will and truly to be made of the said BSNL, the Bankbinds itself, its successors and assigns by these presents.

2.0 We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payableunder this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the saidcontractor(s)’ of any of the terms or conditions contained in the said Agreement or by reason of the contractors(s)’failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards theamount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be finaland binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding______________________.

3.0 We under take to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4.0 We (name of the bank) _________________________ further agree that the guarantee herein contained shallremain in full force and effect during the period that would be taken for the performance of the said agreement andthat it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement havebeen fully paid and its claims satisfied or discharged or till ________________________ (office/Department)BSNL certifies that the terms and conditions of the said Agreement have been fully or properly carried out by thesaid contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is madeon us in writing on or before the expiry of ONE YEAR (as specified in the agreement) from the date hereof, weshall be discharged from all liabilities under this guarantee thereafter.

5.0 We (name of the bank) _________________________ further agree with the BSNL that the BSNL shall havethe fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any ofthe terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) fromtime to time or to postpone for any time or from time to time any of the powers exercisable by the BSNL against thesaid Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and weshall not be relieved from our liability by reason of any such variation, or extension being granted to the saidContractor(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to thesaid Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but forthis provision, have effect of so relieving us.

6.0 This guarantee will not be discharged due to the change in the constitution of the Bank or theContractor(s)/supplier(s).

7.0 We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during itscurrency except with the previous consent of the BSNL in writing.

Dated the ____day of _______

For ________________________ (Indicate the Name of Bank)

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 19: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 19 of 46

ANNEXURE IVUndertaking / Declaration by Contractor for EW-6, EW-8

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

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

Signature of Contractor / Authorized Representative With Seal of the firm

CONTRACTOR THIS NIT CONTAINS 46 NUMBER OF PAGES EE(E)

Page 20: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 20 of 46

1 SECURITY DEPOSIT:1.1

Released of Security Deposit & Performance Guarantee:1.2

1.3

1.4

2 VARIATION IN DUTY/TAXES:

2.1

3

4.0 PROGRAM FOR EXECUTION:

4.1

5.0 APPROVAL OF DRAWINGS ETC5.1

5.25.3

5.4

5.5

6.0 EXTENSION OF TIME:If the contractor shall desire an extension of time for completion of work on the grounds of his having beenunavoidably hindered in its execution or on any other ground, he shall apply in writing to the Engineer-in-chargewithin 30 days of the hindrance on the account on which he desires such extension as aforesaid, and theEngineer-in-charge shall, if in his opinion reasonable grounds to be shown therefore, authorize such provisionalextension of time, if any, as in his opinion be necessary or proper.

The Air Conditioning equipment and installation shall confirm to various I.S. standards amended up to datewherever applicable.The contractor shall get the following drawings approved before the start of the work.Ducting drawing showing all sizes, damper locations (including fire dampers) inlet and outlet grills diffusers withtheir sizes for all the floors as applicable.A dimensional drawing giving complete detail of the erection of the equipment in the plant room (includingcondensers, electrical panels and refrigerant piping and details of foundation). While deciding layout, futureexpansion, if any, has to be taken in to consideration.

Electric wiring diagrams for all Electrical equipment including controls showing cable sizes and equipmentcapacities.

The Performance Guarantee deposited for the work shall be released after Three Months of actual date ofcompletion of all Comprehensive Maintenance work. However any defects or free services not attanded duringComprehensive Maintenance period shall be deducted from the Performance Guarantee/ security Deposited.

In case of statutory variation in excise duty in respect of A.C. Package Units only, within the stipulated date ofcompletion of individual agreement, the same shall be paid or recovered as per the actual against documentaryproof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra onaccount of duty increase.

The contractor shall comply / fulfill the provisions of the EPF & Misc. Provisions Act.-1952 and EmployeesProvident Fund Scheme-1952 as amended up to date in respect of labourers/ Employees engaged by them forperforming this work. Any consequences arising due to non-complying of the provisions as specified aboveshall be the sole responsibility of the firm only.

The firm shall submit detailed program to Engineer-in-Charge for execution of contract within fifteen days ofaward of work. The program shall contain details about submission of drawing, supply of materials e.g. ACpackage unit, condensers, cables etc.

(SPECIAL AND ADDITIONAL CONDITIONS)- SECTION-IV

The contractor shall read carefully the following conditions and shall quote accordingly.

In addition to performance guarantee, a sum @ 10% of the gross amount of the bill shall be deducted fromeach running bills as well as Final bill of the contractor till the sum detucted will amount to security deposit of5% of the tendered value of the individual agreement. The contractor have option to deposit same in the formof CDR/FDR/DD/ Bank Guarantee of a scheduled Bank or Nationalized Bank /State Bank guaranteed byReserve Bank of India receipt. The relevant clause/ condition of standered EW-8 stands modified accordingly.

The Security deposited for the individual work Sub Head-I will be released after One year of actual date ofcompletion OR after FINAL PERFORMANCE CUM CAPACITY TEST whichever is later.The Security deposited for the individual work Sub Head-II will be released after Three Months of actual date ofcompletion of Comprehensive Maintenance work. However any defects or free services not attanded duringComprehensive Maintenance period shall be deducted from the Security Deposited

Page 21: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 21 of 46

7.0 COMPENSATION FOR DELAY7.1

8.0 TERMS OF PAYMENT:8.1

8.2

9.0 COMPLETION OF WORK

9.1

9.2

(i) Delivery of Package AC unit (including approval of drawing) = 40 days(ii) Physical installation= 20 days(iii) Performance testing= 10 days(iv) Acceptance testing= 10 days(v) Rectification of deficiency = 10 days

10.0 DATE OF COMPLETION10.1

a)

b)

10.2

11.0 COMPLETION DRAWINGS :- (I)

(II)

12 GUARANTEE & DEFECTS LIABILITY PERIOD:i)

ii) Any parts found defective during this period shall be replaced i/c supply of consumables, repair / replacementof wornout items or made good by the contractor without any charges whatsoever. The services of thecontractor’s personnel, if requisition during this period for such work, shall be made available free of any cost tothe BSNL. which include routine, preventive & breakdown maintenance

Three sets of following drawings shall be submitted by the contractor after physical completion of the work butbefore the proposed date of initial acceptance testing. (a) Plant installation drawing giving complete detail of the entire equipment including foundations.

(b) Schematic control drawing giving detailed sequence of operation and notes to explain the operation of thecontrol circuit.Three sets of service manuals of air conditioning plant including salient features of the plant.

The guarantee shall be valid for a period of 12 months after date of successful initial Acceptance Testing or upto date of FINAL PERFORMANCE CUM CAPACITY TEST whichever is later. The contractor shall guaranteethat all equipments shall be free from any defect due to defective material and bad workmanship and also theequipments shall work satisfactorily with performance and efficiencies not less than the guaranteed values.

The individual agreement for Part 'A' & Part 'B' of Sub Head - I shall be deemed to have been completed afterthe fulfillment of the following:Physical completion of installation of A.C system and successful trial run of the A.C system by the contractorfor a period of 7 days subject to a minimum of 120 hours of running during that period in the presence ofrepresentative of the Engineer-in-Charge.

Successful completion of the initial acceptance testing as per the BSNL standards in the presence ofrepresentative of Engineer-in-Charge and T&D circle.

The individual agreement for Sub Head - II shall be deemed to have been completed after successfulcompletion of Comprehensive Maintenance work.

For Sub Head - II (Comprehensive Main.) items - The payment shall be made quarterly

The time allowed for carrying out the work as entered in the contract is reckoned immediately after the date onwhich the orders to commence the work are given to the contractor.

To ensure monitoring of the work during execution, the contractor shall comply, as far as possible, the followingtime schedule.

Note: The drawings may be prepared and shall be submitted in maximum 20 days. The drawins may besubmitted by hand in office of the concern EE(E) for approval after discussion. No drawing to be sentby post. If modification required, the same may be submitted within 7 days after modifications.

If the contractor fails to maintain the required progress or complete the work and clear the site on or before thecontract or extended date of completion, he has to pay the compensation for delay which is limited to 0.5% perweek of work order value for the first 10 weeks and 0.7% per week for next 10 weeks and thereafter subject toa maximum of 12% of the work order value for the location where the work is delayed and the firm is foundresponsible for the same. Flow chart of the procurement process/contract shall be supplied by the contractorand approved by Executive Engineer concerned.

For Sub Head - I (Part - "A" & Part - "B") as per terms of standard BSNL EW-8

Page 22: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 22 of 46

iii)

iv)

v)

vi)

13.0 DETERMINATION OF CONTRACT:

14.0 INDEMNITY :

15.016.0

1717.1

17.2

17.3

17.4

(A) FOR SUB HEAD - I (Part - 'A' & Part - 'B')

(B) FOR SUB HEAD - II (Comprehensive Maintenance)

a) An exclusive letter of intent (L.O.I.) seprately for Part 'A' & Part 'B' shall be issued by O/o Sr. CE(E), Jaipurwith specific sites along with a schedule of work in respect of each work.

b) Formal individual agreements for Part 'A' (Supply items) and Part 'B' (ITC & MISCELLANEOUS ITEMS) willbe made in between the EE(E) concerned and the contractor on the basis of sample agreement of RC andSchedule of works supplied for individual work. The period of completion for individual work shall be ThreeMonths reckoned from the date of issue of L.O.I.c) No work shall be under taken without issue of proper L.O.I. as per (a) above and completion of agreementformality as per (b) above.

a) An exclusive letter of intent (L.O.I.) for Sub Head-II shall be issued by O/o Sr. CE(E), Jaipur with specificsites along with a schedule of work in respect of each work.

b) Formal individual agreements for Sub Head - II (Comprehensive Maintenance) will be made in between theEE(E) concerned and the contractor on the basis of sample agreement of RC and Schedule of works suppliedfor individual work. The period of completion for individual work shall be 3 Years including guarantee periodreckoned from the date of completion of completion of Sub Head - I items of such site agreements.

OPERATION OF MASTER AND INDIVIDUAL AGREEMENTS SHALL BE GOVERNED AS FOLLOWS:After acceptance of tender, Master Agreement shall be prepared by O/o Sr. CE(E), Jaipur and the same shallbe signed by successful bidder and EE(EP), O/o Sr. CE(E), Jaipur within 7 days from the date of issue oftender approval letter. Operation of this contract is for bonafide use of BSNL only and is further restricted to only for such works as areauthorized by BSNL. The currency of the Contract shall be for a period of 6 months.Operation of the contract shall be governed as under:

The Engineer-in–charge may determine the contract in respect of any delay, inferior workmanship as perclause- 3 of BSNL EW-8 contract conditions.

The successful tenderer shall at all times indemnify the department, consequent on this work contract. Thesuccessful tenderer shall be liable, in accordance with the Indian law and regulations for any accident ordamage incurred or claims arising there from during the period of erection, construction and putting intooperation the equipments and ancillary equipment under the supervision of the successful tenderer in so far asthe letter is responsible. The successful tender shall also provide all insurance including third party insuranceas may be necessary to cover the risk. No extra payment would be made to the successful tender due to theabove.

ESCALATION/CLAUSE 10CC:WORK CONTRACT TAXThe Corporation i.e. BSNL shall deduct statutory taxes and duties like income tax, work -contract tax etc. frompayments due to the firm as per rules of the State/ central Government. The certificate for such deductionsshall be issued to the firm by the Accounts Officer of the concerned Division.

The contractor shall depute his representative to the site within 36 hours of notification of defects by the BSNL.

A joint inspection report shall be prepared by the representative of BSNL and the contractor regarding thenature of defects and remedial action required. Time schedule for such action shall also be finalized.In case, the contractor fails to depute his representative within 36 hours of notification of defects or fails tocause remedial measure within reasonable time as decided during joint inspection, the BSNL may proceed todo so at the contractor’s risk and expenses and without prejudice to any other right of the BSNL to recover such expenses. The firm shall provide free services as per manufacturer’s standard practice and Norms but at least three freeservices/ checkup (QUARTERLY BASIS) of the equipment supplied and installed at site during the guaranteeperiod of One year. If the firm fails to carry out the same, the BSNL may proceed to do so at the contractor'srisk and expenses and without prejudice to any other right.

Page 23: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 23 of 46

(C)

(D)

18 PROTOTYPE UNIT APPROVAL

19 TESTING AT SITE(a) TRIAL RUN

(b) INITIAL ACCEPTANCE TESTING.

(c) FINAL PERFORMANCE CUM SEASONAL TEST.

(d)

(e)

(f)

(g)

20

a) Operation of plant b) Gas charging and pumping down of the system. c) Adjustments of settings for microprocessor controls and protective devices. d) Preventive maintenance.

21 TEST CERTIFICATE

a Manufacturer’s test certificates for all major equipments e.g. Package A/C units, Condenser units.

All test equipments, the operating personnel, oil and refrigerant required for testing shall be supplied by thecontractor. TRAINING OF BSNL PERSONNELThe contractor shall arrange to impart the training to the BSNL Personnel on the following aspects prior toprovisional take over of the plant:

The firm will submit following test certificates along with supply of the materials at site.

After completion of trial run the plant shall be subjected to initial acceptance testing as per standards of theBSNL. This testing shall be conducted jointly by the representative or the Engineer-in-Charge, Inspection circleof BSNL and user. A list of all defects and discrepancies shall be prepared during the test, which shall berectified by the agency within a period of 15 days.

This test shall be conducted jointly by the representative of the Engineer-in-Charge, and Inspection circle ofBSNL and user as per standards of the BSNL. The test shall be conducted between 1st April to 30thSeptember.The BSNL shall have the right to operate all equipments if in operating conditions, whether or not suchequipment, have been accepted as complete and satisfactory. Repairs and alternations shall be made at suchtimes as directed by Engineer-in-Charge. In special circumstances the BSNL may have to use the plant to air condition some areas even before thecompletion of whole work. The firm shall co-operate fully under such circumstances. Wherever relaxations are required, these should be obtained from the Superintending Engineer (Electrical) wellbefore the final performance cum seasonal test.

c) No work shall be under taken without issue of proper L.O.I. as per (a) above and completion of agreementformality as per (b) above.Individual agreement shall be operated independently without co-related with the other individual agreementsfor the purpose of payment, deduction/ released of Security deposit, extention of time, closing of contract etc asper terms and conditions of individual agreement. If firm fails to commence any work, the proportionate PG ofthe work shall be forfeited.The individual agreement so executed as per (b) above of (A) & (B) containing all terms and conditions ofmaster agreement shall be treated as an independent agreement and any action, if required to be taken shallbe taken as per this individual agreement.

The makes approved by BSNL, Corpotate office (Electrical) New Delhi for 7 TR HPAC till date of opening oftenders of this NITcan be participate in tenders and Unit will be supplied only as per PROTOTYPE approvalconveyed by BSNL, Corporate office (Electrical) New Delhi.

After installation is completed physically and all adjustments as listed are carried out, the plant shall besubjected to trial run. The trial run is to be conducted for a period of 7 days subject to minimum running of 120hours in the presence of representative of the BSNL. During this test performance of all the equipments andcontrol systems shall be checked. Inside conditions shall also be recorded during this trial run. A record of thistest shall be submitted to the Engineer-in-Charge who shall arrange for initial acceptance testing thereafter.

Page 24: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 24 of 46

22 QUALITY ASSURANCEa

b

23 INSPECTION AT CONTRACTOR PREMISES a

b

24 REJECTION OF DEFECTIVE PLANTSa

b

c

Should the contractor fail to rectify the defect and or make good the defective plant within a stipulated timementioned in the written notice or replace the plant at no extra cost, BSNL may make good, reject and orreplace at the risk and expenses of the contractor, the whole or any portion of the plant which is defective or failto fulfill requirement of the contract.All equipment shall be tested as per tender specifications. Where test results indicate capacity less thanspecified in the equipment schedule, the contractor shall pay to the BSNL pro-rata compensation against eachitem.

The Package AC units shall not have been manufactured earlier than six months from the date of award ofwork.The specifications listed are generic in nature. In case of any variance between these specifications and theapproved package unit by BSNL HQ, the approval of BSNL HQ shall prevail.

The BSNL’s authorized representative shall have full power to inspect drawings of any portion of the work orexamine the materials and workmanship of the plant at the contractor’s work or at any other place from wherethe material or equipment is obtained.Acceptance of any material or equipment shall in no way relieve the contractor of his responsibility for meetingthe requirement of the specification but shall have to be replaced free of cost by the contractor in case ofequipment of work is found defective or of inferior quality.

If the completed plant or any portion thereof, before it is taken over, be found defective or fails to fulfill theintent of the specifications, the contractor shall on receipt of a written notice from the Engineer-in-charge,forthwith make good the defective plant.

Page 25: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 25 of 46

SECTION –IV PART-B

1)a.

b.

2)

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

e. The AMC including Guarantee Period shall be started from the date of completion of SubHead - I items of such site agreements & will be treated as taken over for comprehensivecontract from the next calendar date and there will not be any kind of defect list etc duringhanding over. f. After the completion of maintenance contract, the Agency will handover the installation in ahealthy and free from defects condition. g. The scope of work shall be including leak testing, vacuuming, gas supplying and charging, oilfilling, remote controller, selector switch, filters, grills, outer body, partition, re-commissioningsupply and replacement of defective components like compressor, refrigerant piping,condenser, cooling coil, evaporater coil, insulation wherever necessary fan, fan motors,capacitors, relays, connectors, wires, thermostates, starters, indicating lams, HRC fuses,MCBs/ MCCBs, valves, HP/LP cut off switch, all type of meters etc.h. The compressor replacement wherever carried out, it should be from origional manufacturerswith initial filling of gas & oil. The firm should furnish the origional invoice & gruantee card ofnew compressor replaced.

Scope of Maintenance a. The maintenance of microprocessor based high precision air cooled package units asincluded in the schedule of work is to be carried out on comprehensive basis. Nomaterial/spares will be supplied by BSNL. The firm has to adhere to maintenance scheduleattached with this documentb. The firm has to repair/replace defective parts/spares at no extra cost.

c. The contractor shall depute his service representative with in 36 hours of notification ofbreakdown calls by the deptt. d. All breakdown calls / complaints have to be attended by the firm with utmost promptness. Ifthe agency fails to rectify any fault within reasonable time, the department reserves the right tocarry out the work at the risk and cost of the agency. In case the fault is of emergency nature,which may affect the normal functioning of the services, and the firm fails to take immediatenecessary action, the work shall be carried out at the risk and cost of the firm without giving anynotice. The decision of the EE (E) shall be final.

ADDITIONAL CONDITIONS FOR COMPREHENSIVE MAINTENANCE PORTION AGREEMENT

TIME PERIOD OF COMPREHENSIVE MAINTENANCEThe currency of contract shall be 3 year including Guarantee Period which shall comes in forcefrom the date of completion of Sub Head - I items of such site agreements.The BSNL reserves the right to terminate the contract by giving show cause notice of one-month duration at any time during the currency of the contract.

Page 26: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 26 of 46

4)

5)

d. Firm shall issue ID card to their workforce whenever they enter premises for bonafide work.Nobody shall be allowed entry without work and nobody will be allowed overnight stay withoutwork. e. Dismantled materials shall be returned to the BSNL except those items for which thereplacement is supplied by the agency. f. The contractor has to keep all the units, neat and clean to avoid any accident and / or firehazards. g. Firm should have round the clock contact telephone number. In case of Emergency,contractor and authorized engineer supervisor shall be available at site on short notice fromengineer-in-charge and make all efforts to make the situation normal at the earliest.

a. The workers engaged by firm should maintain proper discipline and good behavior withoccupants. The firm shall not depute such workers at the site, whose behavior is foundimproper.

0.5%(half percent) per week subjectto maximum of 10% of the agreementamount (one year).

b. The agency will provide the workers with necessary Tools & Plant, Testing and safetyequipmentsc. Agency has to observe all the labour rules and regulations in force and indemnify BSNLagainst any claims whatsoever, either from this clause or any other clause in the contract.

b) Beyond Limits

Note: 1. This is without prejudice to BSNL’s right to take action under clause 3 of EW-8.

2. The period after which compensation shall be applicable will be governed as follows

1(a) shall be applicable after a period of two weeks or immediately if the ground changes from 1(a) to 1 (b). 1(b) shall be applicable immediately

3. The period of 2 weeks shall be suitably extended, if required, in case of major defects (replacement/ repair) by the Superintending Engineer (E)

MISCELLANEOUS

Sr. No. Grounds of compensation QuantumNon functioning of equipments but overallperformance parameters i.e. temp,a) Within Limits

COMPENSATION FOR DEFAULTS a. Any damage to the installation(s)/building due to the carelessness on the part of firm’s staffshall be the responsibility of firm and shall be replaced/rectified without any extra cost. b. Any accident or damage will be the responsibility of agency and the Department will notentertain any claim, compensation, penalty etc on this account or on account of non-observance of any other requirement of law relevant to his work. c. Compensation for delay in removal of defects.

b. The firm shall depute only those persons who are trained in handling the unit to thesatisfaction of maintenance In chargec. Servicing of AC units shall be done on Quarterly basis.

Page 27: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 27 of 46

1 :

2 :

3 :

4 :

5 :

Sr. No. Date & time of complaint

Nature ofcomplaint

Location Date & timeof attandingcomplaint

Cause offault

Material used

Reamrks /Signature of SDE/JTO

24 Hours contact No.

Annexure – II

COMPLAINT REGISTER/LOG BOOK

Name of the Propritor/ Partner

Telephone No. (s) of the firm

Name & address of the Supervisor

i. Any material used/replaced by the Firm for the work shall have same specification. AlternateMake shall be allowed, only after prior approval of the Engineer in charge.

Annexure – IDetails to be supplied before starting the work

Name of the Agency (With office address)

h. Firm is responsible to keep workable spares and consumables for due performance of thecontract. For critical spare parts, firm shall have arrangement with dealers for prompt supply.

Page 28: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 28 of 46

:

:

ANNEXURE - I General Description of Work

ANNEXURE - II Specifications for 7/14 TR Capacity HighPrecision Air Conditioners (HPACs)

SECTION –V

TECHNICAL SPECIFICATION FOR A/C PACKAGE WORKS

(SUMMARY)

Page 29: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 29 of 46

Summer: …........ … .........…… .…………Monsoon: ..........……. ….......... .....………

Winter: ..........……. .........… .....………

ii) Inside design conditions:

D.B.°C (° F) W.B.°C (° F) R.H. (%)

Summer: …........ … .........…… .…………Monsoon: ..........……. ….......... .....………Winter: ..........……. .........… .....………

2. Fresh Air requirements: NIL

3. Areas to be air-conditioned: As per Annexure 'A'.

4. Plant operation: 24 hours continuously.

5. Peak heat load: ------kcal/Hr (----TR)

6. Features of A/C Plant: As per schedule of work attached

7. Roof Insulation : NONE.

NOTE: Safety standards as per Annexure on "B".

The salient design and other relevant data is given below:

1.  Particulars of temperature and relative humidity. 

i) Outside design conditions:

1.       Station : 2.       Name of Building : 3.       Drawings: 

The following drawings give the necessary details regarding the areas to be air conditioned,location of air-conditioning plant, cooling tower, proposed routes for condenser water pipes andair ducts, location of fire dampers and other relevant particulars. Any other information can behad from the concerned Executive Engineer (E).

4.       Design Data: 

ANNEXURE - I

NOTE: To be supplied when Job Agreement is drawn.

GENERAL DESCRIPTION OF WORK

SECTION –V

Page 30: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 30 of 46

SR. NO.

FLOOR NAME OFROOM

AREA (Sq Mt.) /(Sq. Ft.)

EQPT.HEATLOAD(KW)

LIGHTLOAD(KW)

OCCUPANCY

FLOORHEIGHT(MTRS)/(FEET)

ANNEXURE "A"

NOTE: It will be supplied when Job Agreement is drawn.

PARTICULARS OF SPACE TO BE AIR CONDITIONED

TOTAL

Page 31: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 31 of 46

- INDIAN ELECTRICITY RULES 1956.

I.S. 3016 - Code of practice for fire precautions in welding and cutting operations

I.S. 3210 - Code for safety procedures and practices in Electrical works

I.S. 3696 - Safety for Scaffolds and Ladders

Safety code for Mechanical Refrigeration.

ANNEXURE "B"

LIST OF SAFETY STANDARDS

I.S. 618 - Code of practice for safety and health requirement in Electrical and Gas welding and cutting operations.

I.S. 659 - Safety code for Air Conditioning.

I.S. 660 -

Page 32: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 32 of 46

1.0

1.1

1.2

1.3

1.4

1.5

2.0

1 Rated capacity

2 Flow direction

3 Return Air inlet Temp.

4 Saturated SuctionTemp.

5 Minimum Super heat

6 Saturated DischargeTemperature

7 Ambient air designtemperature (Enteringcondenser)

8 Air Quantity

9 Filters

10 Face velocity across thecooling coil.

11 Type of load

12 EER of the unit

3.0

3.1

3.2

4.0

These specifications set out the basis of design of self contained HPACs to meet the environmental needs oftelecom equipments.The firms willing to supply such units, shall get their prototype unit approved from BSNL.

DESIGN :

The unit shall be designed to meet the following conditions:

Between 9 ºC and 10 ºC

2 ºC

Maximum 53 ºC (at 43 ºC ambient)

7TR (sensible cooling capacity)

25 ºC (DB) & 50% RH.

Upward / Downward flow

SECTION –V

ANNEXURE - II

SPECIFICATIONS FOR 7TR CAPACITY HIGH PRECISION AIR CONDITIONERS(HPACs)

SCOPE :

These specifications describe the specific requirements of microprocessor based High Precision Airconditioners (HPACs). The HPAC unit shall consist of indoor and outdoor unit.The indoor unit shall be floor mounted type comprising of hermetic sealed scroll compressor(s), filter section,controller, electrical power system , multi-rows deep copper cooling coil with aluminium fins, dehumidificationcycle, modular panel cabinet construction, cabinet insulation, statically & dynamically balanced blower section,humidifier, refrigeration controls etc. The unit shall be suitable for Top/Bottom discharge.The outdoor unit shall comprise of air-cooled condenser with fans.

Coil and blower sections shall be insulated internally for both acoustics and thermal purposes. The insulationmaterial shall be polyurethane foam of thickness not less than 15 mm complying to the class-B according toDIN 4102 with self extinguishing and sound absorbing properties.

COMPRESSOR :

43 ºC. However, the unit shall be able to work for ambient upto 50 ºC)

Not less than 550 CFM/TR

Having 95% efficiency down to 5 microns.

Not exceeding 2.5m/sec

The load shall be High sensible type havingSensible Heat factor not less than 0.90Not less than 2.90 Watt/watt

CABINET :

The Cabinet shall be constructed from best quality GI sheet steel /CRCA sheet of thickness not less than1.6mm for top, bottom and side panels & 0.9mm for front and back panels suitably treated for weatherprotection, corrosion and shall be powder coated. Alternatively, double skin panels with overall thickness notless than the thickness specified herein above, can also be provided.

Page 33: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 33 of 46

4.1

4.2

4.3

4.4

4.54.6

4.7

5.0

5.15.2

5.3

5.4

5.5

5.6

5.75.8

6.0

6.16.2

6.3

6.4

7.0

Serviceable/removable components for easy removal & assembling.

The piping shall be carried with refrigerant quality copper tubes of thickness not less than 18 SWG (1.2mm).The proper bending tool shall be used for bending of the pipes. Heavy gauge radius fittings shall be providedwherever, bending of pipes is not feasible.

ELECTRICAL SYSTEM :

The electrical system shall confirm to relevant I.S. standard. The panel shall be accessible from front. Themain incomer MCCB of suitable rating and having a rupturing capacity of not less than 25 kA shall be providedalong with Single Phasing Preventer (SPP), Electronic overload protection, phase loss and reverse phasesequence and sensing negative sequence current to meet the total power requirements.

REFRIGERANT PIPING :

Separate piping shall be provided for each refrigerant circuit.Each refrigerant circuit shall be suitable for operation on R-22/R-407C/R 410A and shall consist of thefollowing items :-i)Electronic Expansion Valve (EEV) controlled by the microprocessor with special software to enable the

adjustment of flow of refrigerant fluid through the evaporator. At the same time, it should not allow liquid floodback into compressor. ii)Removable liquid line filter drier with hand shut off valves.

iii)Liquid Line sight Glass with Moisture indicator. iv)Charging valves.

v)Liquid receiver with safety plug. However, the provision of liquid receiver may not be required if theoversized condenser is provided to cater function of liquid receiver.

The Evaporator Coil shall be provided separately for each refrigerant circuit.Evaporator coil shall be constructed out of copper tubes not less than 0.28 mm thickness with expandedaluminium fins to give a good mechanical bond for maximum heat transfer. The number of fins shall not beless than 12 fins per inch. Fins thickness shall not be less than 0.1 mm and provided with hydrophilictreatment.

Face area of coil shall be selected corresponding to air velocity not exceeding 2.5 m/sec.

The condensate drain tray shall be of stainless steel of thickness not less than 1.2mm shall be provided tocover full projected area of cooling coil to collect all the condensed water. The PVC threaded water pipe shallbe provided to drain the condensed water.

The Blower fans shall be statically and dynamically balanced.

Backward curved fan directly driven by electronically Commutated (EC) motor with integrated electronicssuitable for operation on 3- phase AC supply. The fan speed shall be controlled by sensing return airtemperature/pressure/controller logic for energy saving.

Energy efficient motors of EBMPAPST/ROSSENBERG/ZEIHLABEGG make shall be used.Infrared /Immersed electrode humidifier shall be provided.

Compressor(s) shall be suitable for R-22/R407C/R410A refrigerants.

Compressor(s) shall be suitable for operation on 3-phase, 415± 10% volts, 50 Hz, AC supply.

The compressors shall be located in such a way that removal of one compressor shall not affect the operationof the other compressor.Compressors shall be mounted on vibration isolation pads or any other mounting approved by manufacturer.The compressor(s) shall be provided with built in overload protection.

The Compressor(s) shall be fitted with electrically operated oil heaters. The heaters shall be “ON” whencompressor is in “OFF” position and vice-versa. It shall be possible to disconnect power supply to the heaterduring extended periods of shut down.

EVAPORATOR SECTION :

The compressor(s) shall be of scroll hermetic sealed type of COPELAND–ZR108C/DANFOSS make havingindependent refrigerant circuit.

Page 34: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 34 of 46

7.2

7.37.4

7.5

7.6

7.7

8.0

8.18.2

8.3

8.4

8.5

8.68.7

9.0

9.19.2

10.0

10.1

10.2

11.0

11.1

User Menu Service Menu Advanced Menu

The controller shall fully compliant with EEC directives for electromagnetic compatibility possessing followingbroad features:i)Operates and monitors so that the temperature and humidity in the conditioned area are kept at 23 ± 3° C &

40 ± 20% RH respectively. However, the parameters shall be site settable.

ii)The controller shall be password protected for preventing un- authorized access.

iii) The display shall be organized into following three main sections:

SAFETY INTERLOCKS :

Normally the compressor shall start with condenser fan in “ON" condition. However, the compressor maystart/run without condenser fan in operation in case low ambient.Provision shall also be made to operate the evaporator fan without operation of condenser and compressor.

CONTROLLER :

SCOPE :

Each unit shall have individual controller as per the manufacturer’s design to maintain the desired temperatureand humidity. The controller shall be intelligent type with microprocessor capable of communicating with otherunits in same room and control the desired condition with group action. The controller shall operate the units inMaster-Slave configuration , However, each controller shall act as Master, if required, in emergency situations.

The controller shall be provided with a backlit LCD/LED screen and control keys for user inputs mounted in anergonomic, aesthetically pleasing housing. The controls shall be menu driven. The display & housing shall beviewable while the unit panels are open or closed.

A minimum of two numbers axial flow fan directly driven by variable speed drive shall be provided for eachcondenser unit.The condenser unit shall suitably design for noise level ≤ 75 dB at a distance of 1 meter away from outdoorunit.The Condenser unit shall be suitable for round-the-clock operation.The body of the condenser unit shall be made out of 16 SWG (1.6mm) corrosion resistant G.I. Sheet. Theentire assembly shall be supported by epoxy coated frame.

CONTROLS :

High pressure trip – Manual / Auto reset (for each compressor)Low pressure trip – Auto reset (for each compressor)The unit shall trip in the event of 03 (three) consecutive HP/LP trip.

Isolator of suitable rating having rupturing capacity of not less than 10 kA shall be provided for eachequipment/ motor/ heater etc. However, the isolation arrangement for condenser fan motor shall be achievedthrough suitable rating MCB mounted on condenser unit.Contactor of suitable rating shall be provided with over load protection for motors and compressors.

The laminated power and control wiring diagram shall be provided on HPAC unit.

AIR COOLED CONDENSER :

Separate condenser unit shall be provided for each refrigerant circuit.A heat rejecting coil block shall be constructed out of copper tubes not less than 0.28 mm thickness withexpanded aluminium fins to give a good mechanical bond for maximum heat transfer. The number of fins shallnot be less than 12 fins per inch.Fins thickness shall not be less than 0.1 mm and shall be provided with epoxy /suitable weather proof coating.

All control wires shall be provided with not less than 1.5 sq. mm.Multi-strand copper conductor. The controlwiring shall be properly colour coded and shall be numbered/ ferruled at their point of termination to facilitateservicing/identification.The power and control wiring shall be provided in separate casing capping/conduit.Heaters shall be provided with insulators, with safety thermostats, humidistats and contactors of suitableratings.

Page 35: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 35 of 46

Active alarms, event log,numeric/ graphic data, unit view/status overview (including themonitoring of room conditions,operational status in% of each function, date andtime) , total run hours, varioussensors etc.

Set points, standby settings(lead/lag), timers/ sleep mode,alarm setup,sensor calibration,maintenance/ wellness settings,and repair /service mode etc.

Factory Settings, Configurationsettings shall be factory-setbased on the pre-definedcomponent operation etc.

11.2

11.3

a) - 18-29ºCb) - 0.5-5ºCc) - 20-80% RHd) - 1-10% RHe) - 2-32ºCf) - 15-85% RHg) - 320-340 psi

11.4

i) Set Points :The controller shall allow programming of the following conditions:

The controller may be set within these ranges, however, the unit may not be able to control to extremecombinations of temperature and humidity. Factory set HP Alarm at fixed point within the specified rangeherein above, can also be provided.The controller shall include the following settable features:a)Unit identification number.b)Startup delay, cold start delay and Fan run on timersc)Remote shutdown & general alarm managementd)Compressor sequencing.e)Return temperature control.ii) Repair/Service Mode :Control input and output values and status shall be displayed to aid in unit diagnostics and troubleshooting.Control inputs shall indicate on or off at the front display and shall be able to turn on or off from the frontdisplay without using jumpers or a service terminal. Each control output shall be indicated by an LED on acircuit board.

ADVANCED MENU :

Factory Settings:

High Pressure AlarmLow/High Humidity AlarmLow/High Temperature AlarmAdjustable Humidity HysteresisHumidity Set PointAdjustable Temperature HysteresisTemperature Set Point

Unit memory shall hold minimum of 100 most recent events with id number, time and date stamp for eachevent. The conditioned area temperature, humidity etc. are saved at regular intervals. iii) Numeric/Graphic Data View :The numeric/ graphic records shall be available for supply air temperature, return air temperature and returnair humidity. iv) Unit View - Status Overview :Numeric or Graphical unit view summary displays shall include temperature, humidity, active functions and anyalarms of the units. v) Total Run Hours :Menu shall display accumulative component operating hours for Unit and compressors.

SERVICE MENU :

The service menu shall be defined as follows: -

USER MENU :

The user menu shall be defined as follows : i) Active Alarms :Unit memory shall hold the 100 most recent alarms with time and date stamp for each alarm. ii) Event Log :

Page 36: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 36 of 46

11.5

11.6

11.7

11.8

11.9

11.10

b. Low Temperature c. High Humidity d. Low Humidity e. Compressor Overload (Provisional) f. Evaporator Fan Overload/ Air loss/ No air g. Humidifier Faulty. h. High Pressure i. Low Pressure j. Clogged Filter

d. Electric heaters working status. e.Temperature set point. f. Humidity set point. g. Working hours of main component i.e. Compressor, fan, heater, humidifier. h. Unit working hours. i. Real time and date. j.Type of alarm.ii) Audio-Visual alarms: a. High Temperature

PREDICTIVE HUMIDITY CONTROL :The controller shall calculate the moisture content in the room and prevents unnecessary humidification anddehumidification cycles by responding to changes in dew point temperature.

ALARM MANAGEMENT :i) Display Status Indication :The unit shall display the following : a.Temperature and humidity. b. Blower fan-working status. c. Compressor working status.

GROUP OPERATION :The optimum number of units shall be made operational in order to maintain the necessary temperature andhumidity in the conditioned area. All units can work as a single system and shall communicate with each otherto maintain desired values in the conditioned area.

CASCADING EFFECTS:If the values exceeds beyond the set points, the standby units will operate to maintain the desired conditionand after maintaining the set points, unit will return back to standby mode. In case, the standby unit(s) are notin a position to maintain the set values, all the units shall operate collectively to maintain the desired condition.

The Controller shall have the feature of grouping/ zoning of units, if required.

SYSTEM AUTO RESTART :The controller shall have auto restart facility to start unit sequentially after restoration of power supply withsuitable programmable time delay to minimize total inrush current.

Configuration settings shall be factory-set based on the pre-defined component operation.

The Controller shall also have following features : i) Allow adjustment of temperature, humidity set points, range of control, alarm set points etc. ii) Arrow/control buttons for navigation and value adjustment. iii) Status indicators like Power, Cool, humidity etc. iv) The controller shall be provided with power backup unit to operate during mains power failure. v) Programming of unit shall be based on : (a)Equal run hours per 24 hours in a day and (b)Turn on next unit in case the designated unit is unhealthy.

Page 37: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 37 of 46

11.11

11.12

11.13

11.14

12.0 MICRO INVENTORY :

Sl. No. Description of Items 7 TR HPAC 14 TR HPAC

1 COMPRESSOR:

1.1 Make COPELAND– ZR108C/ ZR108KC-TFD-52E/ZR108KCE-TFD/ DANFOSS-HCM109T4

COPELAND– ZR108C/ ZR108KC-TFD-52E/ZR108KCE-TFD/ DANFOSS-HCM109T4

1.2 Type Hermetic scroll Hermetic scroll

1.3 No of Compressor 1 2

1.4 Power supply V / Ph / Hz 415±10%/3/50 415±10%/3/50

1.5 Oil Heater Yes Yes

2 EVAPORATOR COIL:

2.1 Tube not less than 0.28 mm Cu not less than 0.28 mm Cu

2.2 Fins not less than 0.1 mm Al. not less than 0.1 mm Al.

2.3 Fins per Inch nos. not less than 12 not less than 12

2.4 Coating Hydrophilic Hydrophilic

Sl. No. Description of Items 7 TR HPAC 14 TR HPAC

3 EVAPORATOR FAN:

3.1 Make EBMPAPST/ROSSENB ERG/ZEIHLABEGG

EBMPAPST/ROSSENB ERG/ZEIHLABEGG

3.2 Type of Fan Electronically Commutated withbackward Curved

Electronically Commutated withbackward Curved

3.3 Type of Drive Direct driven Direct driven

3.4 Speed control Variable Variable

3.5 No of Fan 1 2

3.6 Power supply V / Ph / Hz 415±10%/3/50 415±10%/3/50

4 EXPANSION VALVE:

4.1 Type Electronic Electronic

4.2 Number 1 2

5 FILTERS:

5.1 efficiency 95% down to 5 microns 95% down to 5 microns

k. Condenser Fan overload (Provisional) l. Unit OFF

The controller shall be suitable to be integrated with fire system and should switch off the unit in event ofreceiving signal from the fire panel.

The Controller shall be equipped with Modbus/BACnet/LonWorks/open protocols connectivity facility forenabling data transfer to a IBMS system, wherever IBMS is available.

The log data shall be downloadable printable in sequence of date & time. The necessary provision shall beavailable to connect the laptop /flash drive through TCP/IP protocols, wherever IBMS is not available.

The firm shall provide one software free of cost.

Page 38: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 38 of 46

6 HUMIDIFIER:

6.1 Type Immersed electrode/ Infra Red Immersed electrode/ Infra Red

6.2 Power supply V / Ph / Hz 415±10%/3/50 415±10%/3/50

7 ELECTRICAL HEATER:7.1 Type steel fin tubular steel fin tubular

7.2 ON/OFF/ Safety arrangement Contactor, Thermostat Contactor, Thermostat

7.3 KW 6 KW 9 KW

7.4 Power supply V / Ph / Hz 415±10%/3/50 415±10%/3/50

8 CONDENSER:8.1 Type Air cooled Air cooled

8.2 Number of Units 1 2

8.3 Tube not less than 0.28 mm Cu not less than 0.28 mm Cu

8.4 Fins not less than 0.1 mm Al. not less than 0.1 mm Al.

8.5 Fins per Inch nos. not less than 12 not less than 12

8.6 Number of fans not less than 2 not less than 4

9 CONDENSER FAN:

9.1 Type of Fan Axial Flow Axial Flow

9.2 Type of Drive Direct driven Direct driven

9.3 Power supply V / Ph / Hz 230±10%/1/50 230±10%/1/50

9.4 Speed control Variable Variable

10 NUMBER OF CIRCUITS 1 2

Sl. No. Description of Items 7 TR HPAC 14 TR HPAC

11 ELECTRICAL SYSTEM:

11.1 MAIN INCOMER: 1 1

i) Type 4-pole MCCB 4-pole MCCB

ii) Rating 63A 80A

iii) Breaking Capacity not less than 25 kA not less than 25 kA

iv) SPP 1 No. 1 No.

11.2 ISOLATOR 5 Nos. 8 Nos.

11.3 MCB 1 No. 2 No.

11.3 CONTROL WIRING 1.5 Sq. mm. multi strand Cu.Wire

1.5 Sq. mm. multi strand Cu.Wire

Page 39: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 39 of 46

3. Control Wiring

1. Scope This section sets out the basic requirement for switchboards, electrical power wiring to individualmotors and other equipments, control circuit wiring and earthing etc.

2. General 1. Unless otherwise specified particularly the entire equipment shall be suitable for operation on 415volts/240 volts, 50Hz earthed neutral, 3/single-phase alternating current system as may be required

2. All components, accessories, raw materials and finished parts used in manufacture and assemblyof switch boards, power and control circuit wiring and earthing system shall comply with the relevantIndian Standards amended upto date. Where Indian Standards do not exist British Standards shallapply.

4. Earthing 1. In accordance with Rule 61 of IE Rules, metallic frame of all medium voltage equipments /supporting frames, shall in all cases be connected to 2 separate and distinct earths. The size of suchearth wires shall be not less than 4-mm dia GI wire.

3. The entire work shall comply with Indian Electricity rules and C.P.W.D general specifications forelectrical work. Particular care shall be taken to ensure compliance to I. E. rules 41, 45, 51 and 61.

4. When cables pass through pipes, wooden bushes shall be provided at both the ends. Whencables are required to pass through floors or walls, pipe inserts shall be provided and openingssealed in approved manner.

1. Control circuit wiring shall be carried out with 250 volts grade PVC insulated multi core copperconductor cables. 2. Control cables shall be of adequate cross sections to restrict the voltage drop but each conductorshall be not less than 1.5 sq. mm.

3. Runs of control wires within the switchboard shall be neatly bunched and suitably supported /clamped. Means shall be provided for easy identification of the control wires by means of labeledferrules.

4. The control wiring shall correspond to the circuit / sequence of operations and inter locks asrequired for satisfactory performance of the plant.

SECTION –V

ANNEXURE - III

ELECTRICAL WORK

Page 40: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 40 of 46

SECTION VI (Drawings/ layout)

20 to 2425 to 2728 to 3940 to 4142 to 43

44 to 46

This NIT contains 46 pages.

TERMS OF PAYMENT:

This NIT Contains 112 Pages only.

Page 41: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 41 of 46

Page 42: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 42 of 46

SECTION –VII

SL. No. ITEMS MAKES1 Engine Ashok Leyland /Cummins/ Cater pillar / KOEL/ Volvo Penta / Mahindra &

Mahindra (up to 40 KVA) /Escorts (up to 30 KVA)/ Eicher (up to 20 KVA)

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

3 Battery (Lead Acid /Mntc. Free)

Amara Raja / AMCO / Farukawa / Hitachi / Exide/ Prestolite / Standard

4 HV Switchgear(Vacuum CircuitBreaker/SF6 )

Biecco Lawrie / Crompton / Kirloskar / MEI / Jyoti Ltd

Transformer (Oil filled/ Dry type)a) above 400 KVAb) Up to 400 KVA In addition to above makes, Uttam/Automatic Electric Gear(AEG)/

Patson/Rajasthan Transformer and Switchgear6 Air Circuit Breaker L&T/ Schneider Electric / Siemens

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

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

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

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

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

12 Bus Bar Trunking/Sandwiched Bus Duct

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

13 Power Capacitors(MPP/APP)

L&T/EPCOS(Siemens)/ABB/Crompton/ Schneider Electric/Neptune Ducati

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

15 Cold shrink HT/LTCable Joint

Denson / 3M(M-Seal )/ Raychem

16 Rubber Matting ISI mark

17 MCB/ lsolator/ ELCB/ RCCB/ Distribution Board

Crompton / Havells / lndokopp / MDS Legrand/ L&T / Schneider Electric/Siemens / Standard/ C&S/ABB/HPL

18 MS/ PVC Conduit ISI mark

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

20 HT/LT Cables ISI mark

21 PVC insulatedcopper conductor wire

ISI mark

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

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

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

25 Fresh Air Fans GE / Khaitan/Almonard/Crompton

LIST OF APPROVED MAKES - BSNL ELECTRICAL WING

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

Page 43: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 43 of 46

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

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

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

29 Foot Valve ISI mark

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

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

32 Resin Bonded Glasswool

Fibre Glass / Pilkingston / UP Twiga

33 Expanded Polystyrene BASF(India) Ltd.

34 Gauge Feibig / H.Guru / Pricol

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

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

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

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

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

40 Photo Electric SmokeDetector

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

41 Fire Panel (Micro processor based)

Agni Instruments / Agni Devices/ Aruna Agencies/ Carmel Sensor / RavelElect./Honeywell Essar/Notifier/Navin Systems

42 Sprinkler/ Hose Reel &Hose Pipe

ISI mark

43 Fire Extinguisher ISI mark

44 Lift OTIS, Kone, Mitsubishi , Schindler,Johnson

Note:

Executive Engineer (E)

1. The accessories such as CT/PT/measuring instrument/relays provided by approved make in respect ofTransformer/HT Panel/DG /AC Package Units as supplied by approved manufacturer along with theequipments are also acceptable in addition.

Page 44: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 44 of 46

BoQ_Ver3.0 Item Rate INR Only INRSelect, Excess (+), Less (-)

Bidder Name :NUMBE

R #TEXT # NUMBER

#TEXT # NUMBER # NUMBER NUMBER NUMBER NUMBER TEXT TEXT NUMBER NUMBER # DATE NUMBER # NUMBER # NUMBER # TEXT #

Sl.No.

Item Description Quantity Units Basic unit price exclusive of all levies & charges In Rs To be entered by the Bidder

Rs. P

Per unit % of Excise

Duty / Service

Tax

Per unit Excise Duty

(in. Rs.)

Per unit Service Tax

(in. Rs.)

Per unit VAT/ Sales Tax (in.

Rs.)

Per unit Freight, Forwarding, Packing &

Insurance etc Charges (in. Rs.)

Per unit other levies/charges paid or payable by agency (in.

Rs.)

Unit price inclusive of all levies & charges

(in. Rs.) (5+7+8+9+10+11)

Duties and Taxes

CENVAT-able on Unit Price

(7+8)

Discount offered if any on unit price

(In Rs.)

Per unit Net Cost to BSNL Amount ( In Rs. ) (12-

13-14)

TOTAL Net Cost to BSNL ( In Rs.) (3X15)

TOTAL Cost inclusive of all levies & charges ( In Rs.) 3x(12-14)

TOTAL AMOUNT In Words

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 181 SUB HEAD - I (SITC of HPAC)2 PART ‘A’ (SUPPLY ITEM)3 Supply of 7 TR (sensible cooling capacity)

Microprocesser based high PrecisionAiconditioning with Air Cooled condenserscomplete with backward curved evaporator fandirectly driven by electronically commutated (EC)motor with integrated electronics complete as perdetailed specifications enclosed. (Make: M/SSIDWAL/ M/S UNIFLAIR/ M/S EMERSON/ M/SSTULZ, The other makes approved by BSNL,Corporate Office (Electrical) New Delhi for 7 TRHPAC till date of opening of tenders are alsoacceptable.) (The 7 TR HPAC unit will be suppliedas PROTOTYPE approval conveyed byBSNL,Corporate Office (Electrical) New Delhi(Upward/ Downward flow as per site requirment)

15 Nos

4 PART "B" (ITC & MISCELLANEOUS ITEMS)5 Installation, testing and commissioning of above

7TR (sensible) HPAC Package indoor andoutdoor units on existing frame, pressure testing,supplying and charging the referigerant R-22/R-407C/R410A i/c acceptance testing as per NIT etccomplete as reqd.

5.01 7 TR (Sensible) High Precision AC Packageunit 15 Nos

5.02 NOTE: 5.03 a) The hot gas refrigerant line shall be insulated

inside conditioned area with high quality insulatingmaterial, nothing extra shall be paid on thisaccount5.04 b) The MS Structure for outdoor units shall beinstalled on minimum size 300mm x 300mm x300mm PCC block with 25mmx25mmx3mm angleiron on edges, nothing extra shall be paid on thisaccount. However, The M.S. Structure for outdoorunit shall be paid extra vide item No.5 of Part-"B"of SH-I.

5.05 c) The each outdoor and indoor unit shall beinstalled on 12 nos. AVM pads (Rubber pad),nothing extra shall be paid on this account.

6 Supply & fixing of the following sizes 18 gauge (1.2 mm) copper referigerant piping on the MSperforated tray (wherever required) etc completeas reqd i/c S/F of MS perforated Tray of 1.6 mmthick alongwith horizontal and vertical bendsreducers , tees , cross members , otheraccessories duly suspended from the ceiling withMS suspenders / on wall i/c painting etc completeas reqd .

6.01 size 1-1/8" single run 70 Mtrs6.02 size 7/8" single run 100 Mtrs

6.03 size 5/8" single run 60 Mtrs

6.04 Note- The tray should be of sufficient width toaccommodate the laying of cable & earth stripalong with copper pipes.

BoQ

Tender Inviting Authority: - Executive Engineer (E), BSNL, Electrical Division, JodhpurName of Work:- SITC of 15 Nos. x 7 TR Microprocessor based High Precision type AC units with Air Cooled Condensers including Comprehensive Maintenance for various sites Telephone Exchanges/ Telecom buildings /NFS sites under area of Electrical Division, Jodhpur and Electrical Division Sriganganagar in Rajasthan State.Contract No: - 02/NIT/Sr.CE (E)/BSNL/JP/2016-17

Page 45: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 45 of 46

7 Supplying and laying of following sizes of PVCinsulated PVC Sheathed copper conductorarmoured cable of 1.1 KV grade conforming torelevent I.S. on wall/ existing trench/ existing MSperforated tray (with saddles) i/c interconnections,end termination, gland etc. complete as reqd. (Asper CPWD specifications).

7.01 4 x 2.5 sqmm 225 Mtrs8 Providing plumbing work for humidification circuits

and drainage requirements i/c supply of GI pipes,pipe fittings such as bends, reducers, elbows,tees, unions, flanges etc for water connection ofvarious components of the system.

8.01 40mm dia GI pipe (Medium class) 30 Mtrs8.02 20mm dia GI pipe (Medium class) 15 Mtrs

9 Providing MS structure for outdoor units made outof solid channels / angles/flat i/c cutting, welding ,painting etc as reqd.

750 Kg

10 Providing and fixing 25 mm x 5 mm GI strip forloop earthing from package unit to condenser onthe existing cable tray/ wall etc as required. (Asper CPWD specifications)

225 Mtrs

11 SUB HEAD - II (Comprehensive Main.)

12 Comprehensive maintenance of 7 TRmicroprocessor High Precision package AC unitincluding all items covered under Part-"A" & Part-"B" of Sub Head-I which include routine,preventive & breakdown maintenance i/c supply ofconsumables, repair / replacement of wornoutitems with minimum down time and warrantty &guarantee of repaired / replaced items & as perspecifications/ conditions of contract & as per thedetails given in relevent sections by deploying therequired staff including specialized man powerand by arranging required spares, refrigerant gas,tools and plant etc to keep AC unit & connectedequipments operational upto the requiredstandards complete as required.Note- 1. Operation of package AC units is notincluded in this item.

12.01 1st Year (Covered under Gurantee period) (Qty= 15 Pkg. X 12 Months)

12.022nd Year (Qty = 15 Pkg. X 12 Months) 180

Each Pkg. per Month

12.033rd Year (Qty = 15 Pkg. X 12 Months) 180

Each Pkg. per Month

Total in FiguresQuoted Rate in Figures SelectQuoted Rate in Words

Page 46: BHARAT SANCHAR NIGAM LIMITEDtender.bsnl.co.in/bsnltenders/bsnltender/download... · BHARAT SANCHAR NIGAM LIMITED ... attend the training/familiarization programme on the e-tendering

Page 46 of 46

1

2

3

4

5

6

7

8

9

10

CONTRACTOR

Invoice favouring BSNL shall be issued by the supplier indicating ED, service Tax., with documentary proof to avail CENVAT credit.

EXECUTIVE ENGINEER (E)

The evaluation and comparison of responsive bids shall be done on the basis of Net cost to BSNL [for SH-I (Part-A + Part-B) + SH-II] i.e, supply, ITC and Comprehensive Maintenance on the pricesoffered inclusive of duties and taxes (but excluding CENVAT - able duties and taxes ), sales Tax, packing, forwarding, freight and insurance charges etc., as indicated in the price schedule. Octroi is notto be included in the composite price and hence the same will not be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi will be paid extra, as per actualwherever applicable on production of proof of payment / relevant invoices / documents. Road permit shall be provided along with Purchase Order (Award letter) of individual work in the formatprescribed by the concern Department.

In case supplier / contractor submits exemption certificate from the commercial tax department, the WCT shall not be deducted at source (for ITC portion only).

If any levy/duty is not payable or documentary proof is not produced, the amount for the same shall be deducted.

No advance payments can be made. The payment is governed by the normal department practice and stipulations like levy of interest if payment is not made in a specified time is also not acceptable.

The letter of intent shall be issued for Supply item (Part 'A'), ITC & other items (Part 'B'), Comprehensive Maintenance of SH - II i.e. Part 'A' & Part 'B' of SH - I and Sh - II will be separate agreements shall be framed by concern executive engineer.

Important Note : for Supply (Part 'A'), ITC & other items (Part 'B') and Comprehensive Maintenance (SH - II)The prices shall be quoted after taking into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date.

If any tenderer does not give the price break up as indicated in the schedule than the Cenvatable items shall be treated as NIL.

The firm shall be responsible to see that E.D/ Customs Tariff Head shown in the above columns are correct and CENVAT Credit for the amount shown above is admissible as per CENVAT Credit Rules 2004."

Only Form C will be issued by BSNL on specific request for supply item of A.C. package units (Part-A) only.