BHARAT SANCHAR NIGAM LIMITED Kolhapur (Revised).

72
1 SDE(EP) BHARAT SANCHAR NIGAM LIMITED N.I.T. NO. : 40e / EEE / BSNL / KPR / 2019-20 DNIT NO. : 39 / SEE/ BSNL/ M /ELECT/ 2019-20 Name of Work Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur (Revised). I N D E X Sr. no. Contents Page No SECTON – I- Technical Bid From To 1 Press Notification 2 2 2 Notice Inviting e-Tenders- Section-I-(Summary) 3 4 3 Notice Inviting e-Tenders- EW-06-Section-I-EW-6 5 12 4 Information & Instruction to Bidders about e-Tendering 13 15 5 Declaration by Contractor & Relative Certificate 16 16 6 Undertaking-I & II 17 17 7 Item Rate Tender & Acceptance of Tender conditions 18 19 8 Proforma of Schedules 20 21 9 Size of various EM services 21 25 10 Copy of memorandum 26 26 11 Model form of Bank Guarantee 27 27 12 Performance Security Guarantee bond Proforma(PG) 28 28 13 Proforma for Agreement on non judicial Stamp Paper 29 30 14 Proforma for Bill Submission & Labour Report 31 32 15 Important note for contractors 33 34 16 Special Conditions of Contract 35 36 17 Additional Conditions due to introduction of G S T 39 42 18 Contract documents for O & C.M. of E.M.S 43 49 19 Annexure- I – IX 50 59 20 Maintenance schedule: - 1. For E.I. & Fans, Comp. Lighting and L. A. 60 60 2. For Water Pump set 61 61 3. For Package A/C Units 62 63 4. For Fire Detection System 64 66 5. For E/A set 67 68 6. For Substation 69 69 21 SECTION-II- UNPRICED BID-- DRAFT ITEM RATE BOQ 70 72 22 Item rate tender and conditions of contract (Form EW-8) 73 157

Transcript of BHARAT SANCHAR NIGAM LIMITED Kolhapur (Revised).

1 SDE(EP)

BHARAT SANCHAR NIGAM LIMITED

N.I.T. NO. : 40e / EEE / BSNL / KPR / 2019-20

DNIT NO. : 39 / SEE/ BSNL/ M /ELECT/ 2019-20

Name of Work

Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur (Revised).

I N D E X

Sr. no. Contents Page No

SECTON – I- Technical Bid From To

1 Press Notification 2 2

2 Notice Inviting e-Tenders- Section-I-(Summary) 3 4

3 Notice Inviting e-Tenders- EW-06-Section-I-EW-6 5 12

4 Information & Instruction to Bidders about e-Tendering 13 15

5 Declaration by Contractor & Relative Certificate 16 16

6 Undertaking-I & II 17 17

7 Item Rate Tender & Acceptance of Tender conditions 18 19

8 Proforma of Schedules 20 21

9 Size of various EM services 21 25

10 Copy of memorandum 26 26

11 Model form of Bank Guarantee 27 27

12 Performance Security Guarantee bond Proforma(PG) 28 28

13 Proforma for Agreement on non judicial Stamp Paper 29 30

14 Proforma for Bill Submission & Labour Report 31 32

15 Important note for contractors 33 34

16 Special Conditions of Contract 35 36

17 Additional Conditions due to introduction of G S T 39 42

18 Contract documents for O & C.M. of E.M.S 43 49

19 Annexure- I – IX 50 59

20 Maintenance schedule: -

1. For E.I. & Fans, Comp. Lighting and L. A. 60 60

2. For Water Pump set 61 61

3. For Package A/C Units 62 63

4. For Fire Detection System 64 66

5. For E/A set 67 68

6. For Substation 69 69

21 SECTION-II- UNPRICED BID-- DRAFT ITEM RATE BOQ 70 72

22 Item rate tender and conditions of contract (Form EW-8) 73 157

2 SDE(EP)

BHARAT SANCHAR NIGAM LIMITED (Electrical Wing)

O/o Executive Engineer (E), BSNL Electrical Division, Third Floor, City Telephone Exchange, Near

Pudhari Press office, Kolhapur- 416002, Ph no- 0231 2547164, Fax- 0231 2547162 email- [email protected]

NOTICE INVITING E-TENDER – SECTION-I- (SUMMARY)

The Executive Engineer (E), BSNL Electrical Division, Kolhapur invites Digitally sealed item rate e-Tender in single Bid System on behalf of Bharat Sanchar Nigam Limited for the following works from the contractor(s) satisfying the under mentioned eligibility conditions.

Name of Work

Est

imat

ed C

ost

Rs.

EM

D R

s.

Te

nder

Doc

ume

nt C

ost

Rs.

Pay

abl

e at

Per

iod

Of

Com

plet

ion

Las

t d

ate

an

d t

ime

of

onlin

e su

bm

issi

on/

up

loa

din

g o

f E

-te

nder

i.e

. e-

En

velo

pe- I &

II

Las

t da

te

an

d

time

of

sub

mis

sio

n o

f E

MD

, T

end

er

Co

st

&

PO

A

in o

rigin

al

in

sea

led

cove

r in

D

ivis

ion

off

ice

Tim

e a

nd d

ate

of o

pe

nin

g of

se

ale

d e

nve

lope

o

f E

MD

, T

end

er

cost

, e-

Te

nde

r &

pri

ce

Bid

1 2 3 4 5 6 7 8 9

Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur. (Revised). (NIT no. 40-e /19-

20 / Kolhapur / KPR Div)

R

s. 2

9,80

,933

/- (W

ithou

t GS

T)

Rs.

5

9,6

19/

--

Rs.

50

0/-

+ G

ST

(1

8%

)

BS

NL,

Kol

hap

ur

24 M

ont

hs

13/1

1 /2

019

Up

to 1

6.00

hrs

15

/11

/201

9 up

to 1

1.30

hrs

15/1

1 /2

019

At 1

2.00

hrs

on

war

ds

1. ELIGIBILITY CONDITION FOR COMPREHENSIVE MAINTENANCE AND

OPERATION OF EMS The Contractor satisfying the following conditions:

i) 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 ii) The contractor shall have a valid Electrical License of appropriate voltage (if applicable) issued

by State Govt. AND

iii) a) BSNL enlisted contractors in Electrical category of one class below the original eligibility clause.

OR iii) b) Experience of having successfully completed similar works in BSNL comprising of either

substation or air conditioning service as part of scope of work during last 7 years ending last day of month previous to the one in which applications are invited, should be either of the following:

3 SDE(EP)

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

OR � Two similar successfully completed works costing not less than the amount equal to 60%

of the estimated cost put to tender. OR

� One similar successfully completed works costing not less than the amount equal to 80% of the estimated cost put to tender (Similar work means Operation & Comprehensive maintenance of Electromechanical Services).

Note: The estimated cost of one year shall be considered to evaluate the eligibility criteria. 2. The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8 carefully

which can be accessed from web site www.maharashtra.bsnl.co.in or www.eprocure.gov.in He should only submit his Tender if he considers himself eligible and he is in possession of all the documents required.

3. The intending bidders must have valid Class-III digital signature to submit e-Tender. 4. The e-Tender will be submitted online in two Electronic Envelope system.

a) Electronic Envelope No-I :- Eligibility documents & Technical Bid(e-Tender). b) Electronic Envelope No-II :- Price Bid.

5. Original copies of Tender Cost, EMD & Power of attorney are required to be submitted offline in the prescribed form in the O/o “Executive Engineer (E), BSNL Electrical Division, Panaji, Goa up to the Last date and time of submission of EMD, Tender Cost & POA. (For details refer EW-06)

6. 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.

i. Documentary proof of satisfying the eligibility conditions as per 1 above ii. CA certificate towards turn over /deposition of income tax & PAN Card

iii. Either Goods & Service Tax Provisional/Permanent registration certificate or documentary proof regarding exemption from GST shall have to be submitted.

iv. EPF and ESI registration certificate. v. Declaration of EW-6 / EW-8, Relative Certificate & Undertaking -I & II by contractors vi. Tender Cost & EMD in prescribed form.

7. Validity of tender shall be for 90 days from the date of opening of tender. 8. 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.

9. 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 no-180030702232).

Executive Engineer (E)

BSNL Electrical Division, Kolhapur Copy to vide Ltr No- 23(04) /2019/EEE/BSNL/KPR/581 Dated- 02 /11 /2019

1) Website www.maharashtra.bsnl.co.in. & www.eprocure.gov.in 2) The P. G. M. Kolhapur 3) Vigilance Officer, O/o CGMT, Mumbai. 4) Tender clerk (account branch) 5) Notice Board then NIT File. 6) Contractors.

Executive Engineer (E)

4 SDE(EP)

EW-06 BHARAT SANCHAR NIGAM LIMITED.

(A GOVERNMENT OF INDIA ENTERPRISE) Electrical Wing

State : Maharashtra Circle : Mumbai-54 Division : Kolhapur Sub Division: I, Kolhapur

NOTICE INVITING e-TENDER- SECTION-I- EW-6

(As per Tendering Procedure in BSNL EW-6 revised up to date)

NIT No. 40e / EEE / BSNL / KPR / 2019-20

O/o Executive Engineer (E), BSNL Electrical Division, Third Floor, City Telephone Exchange, Near Pudhari Press office, Kolhapur- 416002, Ph no- 0231 2547164, Fax- 0231 2547162 email- [email protected] invites Digitally sealed item rate e-Tender in single Bid System on behalf of Bharat Sanchar Nigam Limited for the following works from the contractor(s) satisfying the under mentioned eligibility conditions

1. NIT NO 40e/ EEE / BSNL / KPR / 2019-20

2. Name of Work Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur (Revised).

3. Estimated Cost Rs. 29,80,933/-(Without GST)

4. EMD Rs. 59,619/--

5. Cost of Tender Document Rs. 500/- + GST (18%)

6. Period of Completion 24 ( Twenty Four) Months

7. Last date and time of on line submission/ uploading of E-tender i.e. e-Envelope- I & II

13/11 /2019 Up to 16.00 hrs

8. Last date and time of submission of EMD, Tender Cost & POA in original in sealed cover in Division office

15/11 /2019 up to 11.30 hrs

9. Time and date of opening of sealed envelope of EMD, Tender cost, e-Tender & price Bid

15/11 /2019 At 12.00 hrs onwards

10. Performance Security (PG) Firm has to submit within 15 days of acceptance of work. Performance guarantee for 10% of the 12 Months Tendered Cost subjected to maximum 5 Lakh.

5 SDE(EP)

1. ELIGIBILITY CONDITION FOR COMPREHENSIVE MAINTENANCE AND OPERATION OF EMS

The Contractor satisfying the following conditions: i) 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

ii) The contractor shall have a valid Electrical License of appropriate voltage (if applicable) issued by State Govt.

AND iii) a) BSNL enlisted contractors in Electrical category of one class below the original

eligibility clause. OR

iii) b)Experience of having successfully completed similar works in BSNL comprising of either substation or air conditioning service as part of scope of work during last 7 years ending last day of month previous to the one in which applications are invited, should be either of the following:

� Three similar successfully completed works costing not less than the amount

equal to 40% of the estimated cost put to tender. OR

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

OR � One similar successfully completed works costing not less than the amount

equal to 80% of the estimated cost put to tender (Similar work means Operation & Comprehensive maintenance of Electromechanical Services).

Note: The estimated cost of one year shall be considered to evaluate the eligibility

criteria. 2. The Tender documents consisting of the detailed plans, complete specifications, schedule

of quantities of the various classes of works to be done and the set of conditions of contract to be complied with and other necessary documents, can be seen and downloaded from website www.maharashtra.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 online submission /uploading of Tender documents. The site for the work is available/or the site for the shall be made available in parts.

3. The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8 (uploaded separately) carefully. He should only submit his Tender if he considers himself eligible and he is in possession of all the documents required.

6 SDE(EP)

4. 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

5. The intending bidders must have valid Class-III digital signature to submit e-Tender.

6. Cost of Tender Document in the form of Demand Draft/Pay order amounting to Rs. 500/- + GST (18%) non-refundable shall be drawn in favour of “BSNL, Kolhapur”

7. EMD amounting to Rs. 59,619/- in the form of Demand Draft/Pay order/Bankers cheque/Deposit at call receipt/FDR/BG of Nationalized/scheduled bank drawn in favour of “BSNL, Kolhapur " . The Validity period of EMD shall be 120 days, from the date of opening of tender.

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

a) Electronic Envelope No-I: - Eligibility documents & Technical Bid (e-Tender).

b) 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 at the time & date notified by BSNL.

9. The following Original documents are required to be submitted offline in the prescribed form in the “ O/o Executive Engineer(E), BSNL Electrical Division , Third Floor, City Telephone Exchange, Near Pudhari Press office, Kolhapur- 416002, Ph no- 0231 2547164, Fax- 0231 2547162 email- eeeb [email protected] ” 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.

i) Tender Cost (original copy in prescribed form as specified in point no- 6 above)

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

iii) Power of Attorney in accordance with relevant clause and authorization for executing the power of Attorney. (if applicable)

10. 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 i.e. e-Envelope- I & II.

i. Documentary proof of satisfying the eligibility conditions as per 1 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)

ii. CA certificate towards turn over

iii. CA certificate towards deposition of income tax.

iv. PAN Card.

7 SDE(EP)

v. Either Goods & Service Tax Provisional/Permanent registration certificate or documentary proof regarding exemption from GST shall have to be submitted.

vi. EPF and ESI registration certificate.

vii. Declaration of EW-6 / EW-8 & Relative Certificate (Draft on Pg no-16)

viii. Undertaking -I & II by contractors (Draft on Pg no-17)

ix. Demand draft towards Cost of Tender documents as per Para 6 above

x. EMD/Bid security in prescribed form as per Para 7above.

(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).

11. 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.

12. 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.

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

14. Works experience certificate must be submitted in proper format & issued not below the rank of Executive Engineer (E).

15. 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.

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

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

i) The bidder is found ineligible.

ii) The bidder does not upload all the mandatory documents (Envelope-I) as per Para 10 above.

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

18. Information & instructions for bidders posted on web site shall form part of bid document.

19. 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.

8 SDE(EP)

20. On opening date the contractor can log in & see the bid opening process & after opening of bid he will receive the competitors bid sheets.

21. 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.

22. 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 as”0”.

23. 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 no-180030702232).

24. The tenderer should read carefully & understand tender document, procedure for e-tendering 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

25. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on BSNL website http://www.maharashtra.bsnl.co.in as well as in the Division Office. (for viewing only)

26. 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.

27. 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.

28. Conditional tenders or tender with conditional rebates shall be summarily rejected

29. Before e- tendering, the contractor shall inspect the site and fully acquaint himself about the condition with regard to accessibility of site and site nature and the extend of grounds, working condition, including stocking of materials, installation of T&P etc., and conditions affecting accommodation and movement of labour etc., required for the satisfactory execution of the contract. No claim whatsoever on such account shall be entertained by the BSNL in any circumstances.

30. Agreement shall be drawn with successful tenderer on prescribed FORM No-BSNL-EW-6 & 8, which is available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf. & http://www.maharashtra.bsnl.co.in. Tenderer shall quote his rates as per various terms and conditions of the said form.

31. The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the successful tenderer. This shall be done within one week of award letter.

9 SDE(EP)

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

33. The EMD of the successful tenderer will be returned to the contractor without interest only after submission of performance guarantee and commencement of work. The successful tenderer has to extend the validity of EMD as per BSNL requirements.

34. (I) Performance Guarantee: - The contractor is required to furnish performance guarantee within 15 days of acceptance of work for 10% of the 12 Months Tendered Cost subjected to maximum 5 Lakh. in the form of Bank Guarantee/ CDR/ FDR/ DD (of Nationalized / Scheduled Bank in a standard format) from the date of issue of acceptance letter. This period can be further extended by the Engineer-in-Charge up to maximum period of two weeks on return request of contractor. The validity period of performance security in the form of performance Bank Guarantee shall be up to stipulated date of completion of work and in the event the time of completion of the work gets enlarged, the contractor shall get the validity of performance guarantee extended to cover such enlarged time for completion of work. This amount shall be refunded after successful completion of maintenance period.

If the contractor fails to furnish the prescribed performance guarantee with in prescribed period, the earnest money is absolutely forfeited to the BSNL automatically without any notice.

35. Security Deposit: NIL

36. The acceptance of tender will rest with the Superintending Engineer (E), who does not bind himself to accept the lowest tender or any other tender and reserve to himself the authority to reject lowest or all the tenders received without assigning any reason. All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any condition including that of conditional rebate shall be rejected forthwith summarily. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable for rejection.

37. The BSNL reserves itself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rates quoted.

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

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

(a) Members of a Hindu Undivided family.

(b) They are husband & wife.

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

10 SDE(EP)

(iii) The company or firm or any other person is not permitted to tender for works in BSNL unit in which his near relative(s) is (are), posted. The unit is defined as SSA /Circle/Chief Engineer/Chief Architect/Corporate office for non-executive employees and all SSA in a circle including Circle office/Chief Engineer/Chief Architect/Corporate office for executive employees (including those called as Gazetted officers as present). The tenderer should give a certificate that none of his /her such near relative is working in the units as defined above where he is going to apply for tender /work, for proprietorship, partnership firms and limited company certificate shall be given by the authorized signatory of the firm. Any breach of the conditions by the company or firm or any other person, the tender /work will be cancelled and earnest money/performance guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. (Format of undertaking is available in instructions to bidders on page no- 16).

39. No employee in BSNL/Government of India is allowed to work as a contractor for a period of two years of his retirement from service without the prior permission. The Contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission as aforesaid before submission of tender and engagement in the contractor’s service.

40. The tender for works shall not be witnessed by the contractor who himself /themselves has /have tendered or who may and has/have tender for the same work. Failure to observe this condition would render tenders of the contractors tendering as witnessing the tender is/are liable for summarily rejection.

41. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which is not acceptable to the BSNL shall, without prejudice or to any other right of remedy be at liberty to forfeit 50% ( Fifty percent only) of the said earnest money absolutely. Further tenderer shall not be allowed to participate in the tendering process of the work.

42. Extension of validity: In case, where the letter of award of work cannot be placed within the validity of the period of the tender, the BSNL can request all tenderers to extend the validity of their respective tenders and the earnest money deposit by a reasonable period. In such cases, extension of validity of earnest money deposit by 30 days beyond the extended validity date of tender should also be asked for. While BSNL can make the request of extension, the tenderer is free to either extend the validity or refuse the request to extend the validity.

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

44. This Notice Inviting Tender shall form part of the contract document. The successful tenderer/contractor on acceptance of his tender by the Accepting authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:-

11 SDE(EP)

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

b. Standard form, BSNL EW-8.(Separately uploaded on http://www.maharashtra.bsnl.co.in)

45. Any dispute if any (like payment/site related/Taxation etc) will be resolved by the

concerned Executive Engineer (E) under whom the work has to be carried out.

46. If any terms & conditions mentioned here in this tender document are in contravention to General Conditions of Contract, the terms & conditions mentioned here in this tender document shall prevail

Signature of Divisional Officer/ Sub –Divisional Officer

……………………………………………………..

For and on behalf of BSNL.

12 SDE(EP)

Information & Instruction 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 secured manner. For conducting electronic tendering, BSNL Electrical Zone Maharashtra Circle has decided to use the portal www.eprocure.gov.in through M/s NIC, New Delhi. It supports all activities of tendering based on proactive work flow concept. Fine details of tendering like vendors registration, tender announcement and corrigendum, tender form processing, opening, negotiation and tender awarding 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 of a Valid Class III Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, 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 the online bidding process. The user manuals can be downloaded for ready reference. Vendors can also attend the training/familiarization programme on the e-tendering system conducted periodically by the GOVERNMENT E-PROCUREMENT SYSTEM in association with NIC.

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

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

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

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

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 be inactivated.

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

6. After downloading / getting the tender schedules, the Bidder should go through them carefully and then 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 should be 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.

13 SDE(EP)

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

9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule 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 time to 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 decided on the Memory available at the Client System as well as the Network bandwidth available at the client side at that point of time. In order to reduce the file size, bidders are suggested to scan the documents 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/she completes the Bid Submission Process. Bids which are not frozen are considered as Incomplete/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 the difficulties 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.

16. At the time of freezing the bid, the eProcurement system will give a successful bid updation message after uploading all the bid documents submitted and then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted 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 a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender 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 received and 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 the documents 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 all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission.

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

22. Minimum requirements for accessing the Online E-Tendering website

Computer System installed with Windows XP or higher Operating System with suitable antivirus in place. The OS should have the latest Service Pack.

The following are necessary � Java Runtime Environment Version 1.6 or above

14 SDE(EP)

� Legally valid Digital Signature Certificate (DSC) � Dedicated broad band Internet Connection with minimum 256 kbps or above � Printer (Optional) � UPS

23. Vendors Training Program

Vendors are requested to contact M/s NIC Officers for any information regarding E-tendering / training on their toll-free number displayed on the website http://eprocure.gov.in

FOLLOWING OFFICERS MAY BE CONTACTED FOR REDRESSAL O F COMPLAINTS Srn NAME OF

OFFICE POSTAL ADDRESS Telephone

Numbers

Fax Number

1 CGMT, MH Circle CGMT, BSNL, 6th Floor ‘A’ Wing Admn. Bldg, Juhudanda, Santacruz(W), Mumbai – 400054

022-26616999 022-26616777

2 Chief Engineer(E), BSNL Electrical Zone, Mumbai

A wing, Gr floor, Admn. Bldg Juhu Danda, Santacruz (w), Mumbai – 400054.

022 26600500 022 26600103

3 DGM (Vig.), MH Circle

D.G.M. (Vig.) – O/o CGMT, BSNL, 6th Floor ‘A’ Wing, Admn. Bldg, Juhudanda, Santacruz(W), Mumbai – 400054

022-26616715 022-26615774

15 SDE(EP)

Declaration by Contractor for EW-6, EW-8 & Relative Certificate (To be furnished by the firm in Physical form offline)

I / We do hereby undertake to have gone through the terms & conditions / clauses of all the

tender documents including Form EW-06, EW-08 being adopted by the BHARAT

SANCHAR NIGAM LIMITED (Electrical Wing) & agree to abide by the same.

In case of failure to comply as above, our offer will stand withdrawn and our tender

documents would not be opened by the tender opening officer. The decision of tender

opening officer in this regard shall be final & binding on me.

Signature of contractor/authorized representative

With seal of the firm

Format of the Relative certificate to be given by the firm/person:

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

The near relatives for this purpose are defined as:

a. Members of a Hindu Undivided family,

b. They are husband and wife,

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

(Signature of the contractor with seal)

Signature of contractor/authorized representative

With seal of the firm

SDE (E-P) 16

UNDERTAKING –I - REGARDING PROVISIONS-B "I,……… ……………… ……………… …………… ………Son of. ……… ………………… ………… …………… …………….. …………….Resident of …… …………… ………… …………… …………… …………… …………. hereby give an undertaking that * I/ We have registered as per the EPF and ESI and Miscellaneous provisions Act, 1952 and our registration no is ____________________ . We undertake to keep it valid during the currency of contract. Any consequence arising due to non-complying of EPF & ESI Act provision shall be sole liability of the undersigned contractor. In case at any stage, it is found that the information given by me is false / incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me". * Strike out whichever is not applicable

(Seal of the firm) (Dated Signature of Contractor)

UNDERTAKING- II - REGARDING PROVISION-C PAN No.:……………………….

Goods & Service Tax Registration No:………………………..

The Agency shall fill up the above data

(Seal of the firm) (Dated Signature of Contractor)

SDE (E-P) 17

BHARAT SANCHAR NIGAM LIMITED. (A GOVERNMENT OF INDIA ENTERPRISE)

Electrical Wing State : Maharashtra Circle : Mumbai-54

Division : Kolhapur Sub Division : I, Kolhapur

Percentage Rate Tender / Item Rate e-Tender & Contract for Works

Tender for the work of:- Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur (Revised).

TENDER

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

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

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

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

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

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

Dated ……………………. Signature of Contractor Postal Address Witness: Address: Occupation:

SDE (E-P) 18

ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the BSNL for a sum of Rs____________ ______________________________________________________________________ ) The letters referred to below shall be form part of this contract Agreement:- a) b)

For and on behalf of BSNL Dated ……………….. Signature _______________________

Designation_____________________

SDE (E-P) 19

PROFORMA OF SCHEDULES SCHEDULE (A) :- Schedule of quantities: Appended from page 70 SCHEDULE (B):- Schedule of materials to be issued to the contractor.

Sr. No.

Description of item Quantity

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

Place of Issue

1 2 3 4 5

NIL

SCHEDULE (D):- Schedule Appended from page 26 to 29

SCHEDULE (F):-Reference to General Conditions of contract.

Name of work:

Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur (Revised).

Estimated cost of work: Rs. 29,80,933/-(Without GST)

i) Earnest money : Rs. 59,619/-

ii) Performance Guarantee :

Performance guarantee for 10% of the 12 Months Tendered Cost subjected to maximum 5 Lakh.

iii) Security Deposit : NIL

GENERAL RULES and DIRECTIONS: Officer inviting tender EE (E), BSNL Electrical Division, Kolhapur

Definitions: See below

2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical Division, Kolhapur

2(viii) Accepting Authority SE (E), BSNL Electrical Circle, Mumbai

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

10%

Standard contract Form BSNL EW Form 8, Latest.

Clause 1 Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance, in days

15 Days

Clause 2 Authority for fixing compensation under Clause 2.

SE (E)

Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start

15 days

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

24 (Twenty Four) months. SE (E)

SDE (E-P) 20

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

Not Applicable

Clause 11 Specifications to be followed for execution of work

Specifications as per Section I – Contract document for O & C M of E.M.S with Schedule of work.

Clause 12 12.2(iii) Schedule of rates for determining the rates for additional, altered or substituted items that cannot be determined under 12.2.(i) & (ii)

NIL

Clause 12 12.2(iii), plus/minus ± the % over the rate entered in the schedule of rates

NA

Clause 12 Deviation Limit beyond which clauses 12.3 shall apply

25%

Clause 19 D Labour laws to be complied by the contractor

The contractor shall submit to the Engineer-in-Charge a true statement showing the following details while taking over of site & while submitting the bill or Bi-monthly whichever is earlier:- (1) the number of labourers employed by him on the work, (2) their working hours, (3) the wages paid to them, (4) the accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of the damages and injury caused by them, and, (5) the number of female workers who have been allowed maternity benefit according to Clause 19 F and the amount paid to them. Failing which the contractor shall be liable to pay to BSNL a sum not exceeding Rs.200/- for each default or materially incorrect statement. The decision of the Engineer-in-Charge shall be final in deducting from any bill due to the contractor the amount levied as fine and be binding on the Contractor.

Clause 25 Competent Authority for Conciliation

SE (E)

Clause 30.2 Minimum Qualifications and experience required for Principal Technical Representative.

i For works with estimated cost put to tender more than ( Rs. 2 lakh but less than Rs.5 Lakhs for Elect/ Mech. Works)

Recognized diploma holder

ii For works with estimated cost put to tender more than Rs. 5 lakh for Elect/ Mech. Works

Graduate or recognized diploma holder with 3 years experience

Clause 30.5 Recovery to be effected from the contractor in the event of not fulfilling provision of clause 30.2

Rs.4,000/- p.m. for works costing above 5 lakhs Rs.2,000/- p.m. for works costing between 2 lakhs and 5 lakhs

SDE (E-P) 21

SECTION - 1

SIZE OF VARIOUS SERVICES SIZE OF VARIOUS SERVICES AT T.E. BLDG. TELEPHONE BH AVAN , KOLHAPUR (The Details in this section are approximate to giv e an idea of services to be maintained) E.I. & FANS Size of building

G + 3 Floors

Area Per Floor

Height

ADMN. BLOCK

500 Sq. mtr.

3.3 Mtrs.

TECHNICAL BLOCK

1200 Sq. mtr.

4.2 Mtrs.

Approximate Numbers of

LIGHT POINTS

FAN POINTS

PLUG POINTS

SDB’s

MAIN BOARD

EARTH STATIONS

1100 Nos.

250 Nos.

1350 Nos.

40 Nos.

5 Nos.

2 Nos.

Pedestal fans:- 15 nos. Total No. of Quarters . (No. of light point, fan point, plug etc. as per qtrs.)

TYPE

Nos.

LIGHT PINTS

FAN POINTS

PLUG POINTS

I --- --- --- --- II 1 23 2 13 III 3 16 2 9 IV 1 23 2 13

Cooling and Heating Appliances Water cooler----------- 5 Nos. Desert coolers-------- Nil Geysers---------------- 4 Nos. (2 KW) Room heaters-------- Nil Details of Sub-stations:-

(i) Single Line Diagram of Substation including IFT – X’mer – LT panel with size of switches ( Year of Installation 1992)

Capacity (KVA) : 2 x 500 KVA , Type :- Indoor HT Voltage (KV) : 11 KV Transformers: Nos. : 2 Nos. Capacity : 500 KVA , Make: Indian Transformer Ltd (ITL) HT Panel: Nos. : 1 No. Type : OCB

(ii)Sub-station ( Year of Installation 2006): Out door type four pole structure Substation including IFT – X’mer – LT panel with size of switches Capacity (KVA) : 1 x 160 KVA , Type :- Outdoor HT Voltage (KV) : 11 KV Transformers: Nos. : 1 No. Capacity : 160 KVA , Make : KANOHAR Feeder Piller : Nos. : 1 No. Type : O/G MCCB

SDE (E-P) 22

L.T. Panel (i/c L.T. Panels installed elsewhere in the building): Nos. : 12 Nos No. of earth stations : 18 Nos. Capacitor Panel. No.& salient details : 2 x 115 KVAR, 1 x 54.5 KVAR Over head bus Trunking (length)/Capacity. : 20 Mtrs. 800 Amp Inter-connection with cables/bus Trunking. : Engine Alternator: 1 x 400 KVA & 1 x 500 KVA Engine Details:

MAKE

Kirloskar Cummins KIRLOSKAR

MODEL

VT 1710 G

10K18TA

B.H.P.

------ 602

Date of Installation 12/03/1996 25.04.2017

Alternator Details:

CAPACITY (KVA) 400 KVA 500 KVA

TYPE Brush less

Brush less

MAKE

Kirloskar Electric

Co.Ltd.

KIRLOSKAR

MODEL

4AB315/G

KG354M1

YEAR OF INSTALLATION

12/03/1996

Shifted from T.E.

Ulhasnagar Date of Scrapping Working Working

No. of L.T. Panels : 2 Nos. No. of Earth stations : 10 Nos. Inter-connections with cables/bus trunking –Cable-2 Nos. 3.5 x 240 Sq. mm. Fire Extinguishers :

Type DCP CO2 Capacity 10 Kg 2 Kg 4.5 Kg 9.0 Kg Nos. 29 Nos 16 Nos 71 Nos. 2 nos.

Lightning Conductors: Size of building (Area of Terrace approximate) : 1700 Sq. mtr No. of down conductors : 4 Nos. No. of earth stations : 4 Nos. Compound Lighting: No. of poles : 9 Nos

TYPE Nos. WATTAGE Mercury Vapor ( Converted to CFL)

2 28/35watts

Sodium Vapor ( Converted to CFL )

19 28/35 watts

Fluorescent 1 40 Metal Halide 2 150 Metal Halide 1 250

Fire Fighting (Wet Riser) System--------Nil Water Pump(s) :-

SDE (E-P) 23

Water supply pump:- No. of Pump 2 Nos. Capacity of pumps 7.5 HP Type of pumps Centrifugal Mono block

Sump pump(s)/Drainage pump(s):-

No. of Pump 1 Nos. Capacity of pumps 2 HP Type of pumps Centrifugal Mono block

Bore well Pump:- No. of Pump 1 No. Capacity of Pumps 3 HP Type of Pumps Submersible

Fire Detection System: Size of Building : G + 3 floor Area per floor : 500 Sq. mtr ( Admn. ) + 1200 Sq. mtr (Technical section) Area of false ceiling & flooring:-

AREA OF FALSE CEILING FALSE FLOORING

E 10 B 275 275 D-TAX 110 110 OCB 210 210 3rd Floor 415 ----- TRUNK 250 ----- TOTAL 1260 595

Details of control panel:-

TYPE NOS. OF PANEL NOS. OF ZONES REMARK Main control panel 1 No.(Main Bldg)

1 No. (CSC) 18 04

With P.A. system & battery

Local control panel 1 No. 4 Panel with 2 Nos, 7 AH , 12 V Battery Local control panel 4 Nos. 6 Only one Panel with 2 Nos, 7 AH , 12 V Battery Local control panel 4 Nos. 8 Only two Panel with 2 Nos, 7 AH , 12 V Battery Local control panel 1 No. 10 ----

No. of detectors:

Photo Det. Ion Det. Heat Det. Hooter Pill box R. I. 151 364 35 20 22 288

A) A/C Package units:

LOCATION NAME OF ROOM NO. OF UNITS

SIZE OF PACKAGE

TOTAL TR

Installation Date

1st Floor MDF( MSC New) 4 Nos. 10TR 40 TR 19.8.2011 1st Floor GSM MSC(New) 2 nos. 10 TR 20TR 16/06/2006 2nd Floor E-10-B 4 Nos. 7 TR 28 TR 1992 OCB-283 6 Nos. 7 TR 42 TR Jan.-96 3rd Floor UHF room 3 Nos. 5 TR 15 TR 1997 Conf. room 3 Nos. 5 TR 15 TR 1999 b) Split A/C units: LOCATION MAKE CAPACITY QUANTITY Ground Floor CSC Amtrex 2 TR 3 Nos. Video Conf. Hall Amtex 1.5 TR 1 Nos. First Floor MDF Voltas 1.5 TR 01 Nos. MDF Amtrex 2.0 TR 01 No. I/Q-I, II & III Unicon 1.5 TR 3 Nos. 2 nd Floor

SDE (E-P) 24

G.M’s. Cabin Carrier 1.5 TR 1 No. G.M’s. Cabin Amtrex 2.0 TR 1 No Add. GM Carrier 2 TR 1 No. Add. GM Voltas 1.5 TR 01 No

C) Window A/C Unit-1.5-TR

SIZE OF VARIOUS SERVICES AT SANCHAR COLONY & MAHADI K VASAHAT STAFF

QUARTERS KOLHAPUR (The Details in this section are approximate to giv e an idea of services to be maintained)

A) Sanchar Colony Compound: I) Sanchar Colony Type: Staff Quarters Details of Staff quarters ( No.& details of light point, fan point etc. per quarter)

WATER PUMPS: 2 nos. 5 HP mono block type ( For A,B,C & D block) 2 nos. 3 HP mono block type ( E- block) 1 nos. 2 HP submersible type ( B- block) 1 nos. 2 HP submersible type ( D- block) 1 nos. 2 HP submersible type ( E- block) 1 nos. 5 HP submersible type ( C- block)

LOCATION MAKE CAPACITY QUANTITY Gr. Floor A.G.M.( E/B) Saint Moritz 1.5 TR 01 No. First Floor DGM(CFA-1) Carrier 1.5 TR 01 NO DGM(CFA-2) Carrier 1.5 TR 01 NO 2 nd Floor DGM ( Fin.) Carrier 1.5 TR 02 No. Broad band Voltas 1.5 TR 02 No. 3 rd Floor Add. GM Fedders 1.5 TR 02 No.

Sr. No.

Type of Staff Qrtr. No. of Qrtrs Light points Fan points Plug points (5 / 15 Amps)

Window AC 1.5 TR

1 Type-III ( E- Block) 12 18 4 9

2 Type-IV( A-Block-6 Nos, B-Block – 6 Nos, C- block- 4 Nos.)

16 15 5 10

3 Type-V ( C-Block – 3 Nos, D- block- 4 Nos.)

7 31 9 10

4 Type-VI ( GM’s Residence) 1 65 11 28

5 Inspection quarter 3 31 8 20 03

6 Community Hall 1 20 12 6

7 Staircase, pump room etc.

77 2 10

SDE (E-P) 25

COMPOUND LIGHTING: No. of poles:- 32 nos. No. of Sodium vapour lamps:-39 Nos., 70 W No. of Halogen Lamps: -2 nos. No. of Garden Light :- 95 Nos., 10 W COOLING & HEATING APPLIANCES: Geysers:- 33 Nos. ( 2 KW) (II) CIVIL OFFICE: Light points 65

Fan points 21

Plug points 84

Call bell points 6

4 way TPNDB 2 nos.

2 way SPN DB 5 nos.

70 W sodium vapour fittings 4 Nos.

B) MAHADIK VASAHAT, KOLHAPUR: Type: Staff Quarters Details of Staff quarters ( No.& details of light point, fan point etc. per quarter)

WATER PUMPS: 2 nos. 3 HP mono block type 1 no. 3 HP submersible type COMPOUND LIGHTING: No. of poles:- 4 nos. No. of Sodium vapour lamps (converted to 28/32 watt CFL ) :- 4 Nos., 28 W No. Gate light fittings ( Converted to 28 watt CFL ) :- 2 Nos., 28 W Appliances :- Free cooling system consisting of followings :- ( Date of Installation 12.06.2010)

1) Axial flow fan – 2 Nos. 2) Auto sequential programmable microprocessor controller with accessories – 1 No. 3) Single phase Energy Meter – 1 No. 4) Air Inlet assembly – 1 job 5) Air outlet assembly – 2 job

Note :- Agency has to take necessary precaution to get benefit of free cooling system.

Sr. No.

Type of Staff Qrtr. No. of Qrtrs Light points Fan points Plug points (5 / 15 Amps)

1 Type-III 16 14 4 8

Staircase etc. -- 10 - 2

SDE (E-P) 26

SCHEDULE “ D”

(B) Copy of Memorandum No.5-1-12/EW/94 dated 26th Sept.1996

Subject: - Option for Deposit of Earnest Money in the form of Bank Guarantee for Air- conditioning, Engine Alternator sets, AMC E/A Sets, Lifts and Sub-Station Works. (Bank Guarantee should be in a Stamp Paper of Rs.100/-)

1. In modification of the existing procedure of Deposit of Earnest Money with each Tender in the shape of

Cash/Demand Draft/Pay Order, it has been decided by the BSNL Commission to provide for an option to the Contractor(s) for depositing Bank Guarantee along with the Tenders for Air-conditioning, Diesel Engine Alternator, AMC E/A sets, Operation and Comprehensive Maintenance of EMS, Lifts and Sub-station works wherever the amount of EMD is more than Rs.20, 000/-.

2. The Bank Guarantee shall be from a Scheduled Bank or from a Nationalized Bank/State Bank guaranteed

by Reserve Bank of India.

3. The Bank Guarantee shall remain in force for 30 days after the period for which the tenders are valid.

4. The value of the Bank Guarantee to be deposited along with each Tender shall be at the rates of Earnest Money prescribed by the BSNL from time to time. The Bank Guarantee Bond for EMD Deposit shall be as per the Model form at Annexure-1.

5. The Bank Guarantee Deposit by the Contractors shall be entered in a register to be maintained by the

Divisional Officer/Accounts Officer of the concerned Electrical Division and the register shall be reviewed periodically and appropriate action to be taken for extending/ encashing or release of this Bank Guarantee.

6. This is issued with the concurrence of BSNL Finance vide their U.O.No.274/FA-V dated 26th Sept.1996

and shall come into force with immediate effect. Encl.: Annexure-I

SDE (E-P) 27

Annexure-I MODEL FORM OF BANK GUARANTEE (ON STAMP PAPER OF Rs. 100/-)

BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, AMC E/A Sets, Operation and Comprehensive Maintenance of EMS, LIFTS AND SUB STATION WORKS WHEREVER THE AMOUNT OF EMD IS MORE THAN RS. 20,000/- Whereas__________________(hereinafter called "The Contractor(s)") has submitted its Tender dated______________ for_________________(Name of work)__________________________ KNOW ALL MEN by these Presents that we______________________ OF ______________________ having our registered office at_____ ________________(hereinafter called "The Bank") are bound unto_________________(hereinafter 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 obligation are: 1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form:

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

Tender validity.

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

WE undertake to pay to the BSNL up to the above amount upon receipt of its first written demand, without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force as specified in the Tender Document up to and including Thirty (30) days after the period of the Tender validity, and any demand in respect thereof should reach the Bank not later than the specified date/dates. Signature of the Bank Signature of the Witness Name of Witness Address of Witness

SDE (E-P) 28

ANNEXURE- II PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having offered to accept the terms and conditions of the proposed agreement between ________________ and ______________(hereinafter called the said contractor(s)’) for the work___________________ (hereinafter called “the said agreement”),having agreed to production of a irrevocable Bank Guarantee for Rs. _________ (Rupees _____________________________________________only) as a security / Guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement . 1. We, (name of the bank) ______________________ (hereinafter referred to as “the bank”) hereby undertake to

pay to the BSNL an amount not exceeding Rs.__________ (Rupees_____________________________________________ only) on demand by the BSNL.

2. We (name of the bank)__________________ do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.________________ (Rupees __________________ only)

3. We, the said bank further undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(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 a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We, (name of the bank) ___________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied of discharged or till Engineer-in-Charge on behalf of the BSNL certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee.

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

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s). 7. We, (name of the bank) _____________________lastly undertake not to revoke this guarantee except with the

previous consent of the BSNL in writing. 8. This guarantee shall be valid up to ______________ unless extended on demand by the Government.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. _____________ (Rupees _______________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ______________ day of _________

for_____________________________ (Indicate the name of bank)

SDE (E-P) 29

PROFORMA FOR AGREEMENT

(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) CONTRACT AGREEMENT FOR THE WORK OF ----------------------------------------------------- DATED -------------------------- Between M/S ----------------------------------------------------------------- (refer note) in the town of (Address)-------------------------------------------------------------------------- herein after called the contractor (which term shall unless excluded by or repugnant to be subject or context include its successors and permitted assigns) of the one part and the Bharat Sanchar Nigam Limited herein after called the BSNL (which term shall unless excluded by or repugnant to the subject or context include its successes and assigns) of the other part.

WHEREAS a. The BSNL is desirous that the execution of (Name of work) -----------------------------------------------

--------------------------------------------- at ---------------------- to be performed as mentioned , enumerated or referred to in the tender including press Notice Inviting Tender , General conditions of the contract , Special conditions of the contract , Specifications , Drawing , Plans , Time schedule of completion of jobs , schedule of quantities and rates , agreed variations , other documents , has called for tenders.

b. The contractor has inspected the site and surroundings of the work specified in the tender documents and has specified himself by carefully examinations before submitting his tender as to the nature of the surface , strata , soil , sub soil and grounds , the form and nature of the site and local conditions the quantities , nature and magnitude of the work , the availability of the labour and materials necessary for the execution of work , the means of access of site , the supply of power and water thereto and the accommodation he may require and has made local and independent enquiries and obtained complete information as to the matters and things referred to or implied in the tender , documents or having any connection therewith and has considered the nature and extent of all the probable and possible situations , delays , hindrances or interferences to or with the execution and completion of the work to be carried out under the contract , and has examined and considered all other matters , conditions and things and probable and possible contingencies , and generally all matters incidental thereto and ancillary thereof affecting the execution and completion of the work and which might have influenced him in making his tender.

c. The tender documents including the BSNL ,s press notice Inviting Tender , General conditions of

Contract , special conditions of contract, Schedule of quantities and Rates , General obligations , Specifications , Drawings , Plans , Time schedule for completion of work. Letter of acceptance of tender and any statement of agreed variations with its enclosures copies which are hereto annexed form part of this contract through separately set out herein and are included in the expression contract wherever herein used.

AND WHEREAS

The BSNL accepted the tender of M/S -------------------- (refer note at page -------------------------) (contractor) for the Operation & Comprehensive maintenance of EMS --------------------------- at -------------------- and conveyed vide letter no -------------------------------------------------------- Dated --------------- at the rates stated in the schedule of quantities for the work and accepted by the BSNL (herein after called the schedule of rates ) upon the terms and subject to the conditions of the contract.

SDE (E-P) 30

NOW THIS AGREEMENT WITNESSTH & IT IS HEREBY AGREED AND DECLARED AS FOLLOW 1. In consideration of the payment to be made to the contract for the work to be executed by him , the

contractor hereby convenient with the BSNL that the contractor shall and will duly provide , execute, complete and maintain the said work and shall do and perform all other acts and things in the contract mentioned or described or which are to implied and there from or may be reasonably necessary for the completion of the said works and at the said times and in the manner and subject to the terms and conditions or stipulations mentioned. In the contract and

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

It is specifically and distinctly understood and agreed between the BSNL and the contractor that the

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

In witness where of the parties hereto have here-into set their respective hands and seals in the day and the year first above written.

Signed and delivered for and on behalf of BSNL Signature and delivered for and on behalf of the Contractor ( BHARAT SANCHAR NIGAM LIMITED) (CONTRACTOR) OFFICIAL ADDRESS Date Date Place Place IN PRESENCE OF TWO WITNESSES SIGNATURE SIGNATURE NAME NAME SIGNATURE SIGNATURE NAME NAME

SDE (E-P) 31

PROFORMA FOR BILL SUBMISSION From :- To :- M/s___________________ The Sub Divisional Engineer (E) __________________ BSNL Elect. Sub Division __________________ -------------------------------- Dear Sir, Name of Work: ---------------------------------- Agreement No. ----------------------------------- 1. We submit herewith our bill (in duplicate) for the period -------- against the above maintenance

contract. 2. The electrical units consumed as per metering is _______ units (current reading – previous

reading). 3. The diesel consumed during the above period is _______ ltrs. The total run hours and KW H in

respect of each engine is given below: -

E/A Set No. Total Engine Run( Hrs ) Total KWH of DG Total Kwh of EB Engine - I Engine - II

Proportionate per hour Kwh generated by DG may be compared with EB Avg. per hour Kwh

4. The report of Quarterly fire drill jointly signed by JTO (E)/Exchange In-charge/our representative is enclosed.

5. The penalty imposed by Electricity Board during the period is ______________________. 6. Results of the following test prescribed in the scope of work. for the bill period are enclosed.

(i) (ii) (iii)

7. The following breakdown in important services like Sub Station, AC Plant, DG set, water supply

took place during the above period. (i) (ii)

8. Annexure III is enclosed A/W labour report etc. 9. Measurement/MB accepted by me

Thanking you,

Encl: As above. ( - Pages)

Yours faithfully,

SDE (E-P) 32

PROFORMA FOR LABOUR REPORT

Each bill of contractors for this work must accompany the information in following table

LABOUR REPORT FOR THE PERIOD :-

Name of Work:-

Agreement No :-

Name of Agency :-

Agency’s EPF Registration Number :-

Bill Serial Number :-

Details Of Labor/Workers/Employees engaged at site :-

Srn.

Name of Labor/Worker/ Employee engaged at site

with his EPF number

Category of Labor/Worker/

Employee [Skilled/Semiskilled/ unskilled]

Duration of their

engagement

Amount of Wages paid

per day inclusive all.

Amount of EPF Contribution

Details of Female Worker

who have been

allowed maternity benefit

according to Clause-

19-F

The Accident

that occurs during the fortnight

showing the circumstances & extend

of damage & Injury

Remark

Employer Employee

I, Mr.---------------------------------------------------------------- Proprietor of M/s-------------------------------------------------------------- Declare that I am complying EPF ACT- 1952 & the contract Labor (Regulation & Abolition) Central Rules-1971. The Wages of their duration of engagement & EPF contribution etc are being fulfilled from time to time. I am liable to pay EPF contribution, however incase of any demand by EPF authorities, their claims will be settled by me.

Date

Signature of Contractor

SDE (E-P) 33

SCHEDULE “D” (A) “IMPORTANT NOTE FOR CONTRACTORS”

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

i. The firm shall quote rates for all items exclusive of GST. No concessional form in any shape

shall be issued by the BSNL. ii. The firm shall claim GST with the bill clearly furn ishing the complete details of GST so

included along with documentary proof of applicable rate of GST. BSNL, under no circumstances, will consider any claim of GST not included in the bill. It will be the firm’s responsibility to settle GST with GST authorities. GST will be paid extra against documented GST invoice.

iii. If the agency fails to furnish necessary supporting documents for availing input Tax credit of GST by BSNL or the documents furnished by the firm are not accepted by taxation department then the amount of GST shall be deducted from the payments due to the firm.

2. COMPLIANCE OF EPF ACT: - The firm has to fulfill / compliance of the provisions of EPF & Misc. Provisions Act 1952 & Employees’ Provident Fund Scheme 1952. The each claim bill of contractors must accompany the 1) List showing the details of labourers / employees engaged. 2) Duration of their engagement. 3) The amount of wages paid to such labourers / employees for the duration in question. 4) Amount of EPF contributions (both employers and employee’s contribution) for the duration of engagement in question paid to the EPF authorities. 5) Copies of authenticated documents of payments of such contribution to EPF authorities and 6) A declaration from the contractors regarding compliance of the conditions of EPF Act, 1952.

3. Operation & comprehensive maintenance of EMS works shall be governed as under:

i) BSNL will have the right to increase or decrease up to 25 % of the contract value depending upon

the requirement of goods & services specified in the schedule of items without any change in the unit price or other terms & conditions at the time of award of contract.

ii) The ordering quantity can be increased up to the extent of 25 % (deviation limit) without the

consent of the firm. The firm shall execute such quantities at the rate quoted in the tender without any change in terms and conditions of the contract.

iii) The agreement shall be signed between the firm and Executive Engineer (E) of respective

Electrical Division within a fortnight from the date of approval.

iv) Operation & Comprehensive maintenance contract shall remain in force for a period of 24 Months from date of award.

v) Executive Engineer (E) shall supply a schedule of work indicating quantities of various items of

quantity in respect of each contract.

4. a) The contractor(s) shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized

SDE (E-P) 34

representative of Government and shall furnish such other information's /documents as the Engineer-in-Charge may require.

b) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy pursuant to the Constitution (Forty Sixth amendments) Act 1982 give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to this condition together with all necessary information relating thereto.

NOTE: No additional condition whatsoever will be accepted for turnover tax/ goods & service

tax on works contract. In case of additional conditions for the payment of such taxes by the contractor the tender may be liable to be summarily rejected by the accepting authority. No conditional offer shall be entertained and rejected.

5. Firm has option to Deposit Earnest money in form of Bank Guarantee for Operation &

Comprehensive Maintenance contract works in BSNL’s attached format and manner (Annexure – I).

6. Performance Guarantee: - The contractor is required to furnish performance guarantee within 15

days of acceptance of work for 10% of the 12 Months Tendered Cost subjected to maximum 5 Lakh. in the form of Bank Guarantee/CDR/FDR/DD (of Nationalized /Scheduled Bank in a standard format) from the date of issue of acceptance letter. This period can be further extended by the Engineer-in-Charge up to maximum period of two weeks on return request of contractor. The validity period of performance security in the form of performance Bank Guarantee shall be up to stipulated date of completion of work and in the event the time of completion of the work gets enlarged, the contractor shall get the validity of performance guarantee extended to cover such enlarged time for completion of work. This amount shall be refunded after successful completion of maintenance period. If the contractor fails to furnish the prescribed performance guarantee with in prescribed period, the earnest money is absolutely forfeited to the BSNL automatically without any notice.

7. Security Deposit: NIL 8. Increase / Decrease in tender quantity:

BSNL will have the right to increase or decrease up to 25% of the quantity depending upon the requirement of goods and services specified in the schedule of items without any change in the unit price or other price or other terms and conditions at the time of award of contract.

In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued maintenance from the existing venders, the company reserves the right to place increase or decrease the quantity by 50% at the same rate or a rate negotiated/derived (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc

SDE (E-P) 35

SPECIAL CONDITIONS OF CONTRACT –

1) TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR – . (Circular no-1-5-EW/2015 Dt-15/10/2015 of PGM(EW) BSNL CO New Delhi)

Without prejudice of any of the rights or remedies under this contract, if the contractor dies, the Engineer-In Charge on behalf of the BSNL shall have the option of terminating the contract without compensation to the contractor.

2) INDULGING OF CONTRACTOR IN CRIMINAL/ANTISOCIAL ACTI VITIES AND CASES UNDER INVESTIGATION/CHARGE SHEETED BY CBI OR ANY OTHER GOVERNMENT AGENCIES ETC-

If the CBI/Independent External Monitor(IEM)/Income Tax/GST/Custom Department recommends such a course- Action will be taken as per the directions of CBI or concerned department.

3) Operation & Maintenance/AMC of EMS Work- Issue of Guidelines by PGM(EW) BSNL CO New Delhi vide Ltr no- 1-5-1/EW/2015 Dated 30/07/2015.

I. The EE (E)/SDE (E) are required to test check the activity to be performed as per the schedule of maintenance in each bill. An indicative list of activities required for test check is given below.

i. SDE(E)

a) Every alternate servicing of DG set (75 KVA & above).

b) Each servicing of substation, calibration of protective relays/safeties, oil filtration/dehydration, measurement of Earth Resistance etc.

c) Each Fire Drill.

d) 50% of replacement of D.G. Batteries.

e) 50% of capacity Test of HPACs/PACs.

ii. Executive Engineer(E)

a) 10% of servicing of D G set (75 KVA & above) subject to minimum one number.

b) 25% of servicing of substation, calibration of protective relays/safeties, oil filtration/Dehydration, Measurement of Earth Resistance etc.

c) 10% of each Fire Drill.

d) 10% of replacement of D G Batteries.

e) 10% of capacity Test of HPACs/PACs.

4) Methodology & Procedure for Addition/Deletion of EMS Services

1) Size of various services is given in Section – I. Any services added/deleted or unsatisfactory performance of any service more than 7 days shall be paid extra /recovered based on rates derived as per methodology of detailed estimate of the work with tendered % (+/-) above/below abetment on the derived estimated cost of the item in case of conditions as mentioned below.

2) Payment/ Recovery for any assets included in / deleted or unsatisfactory performance of any service more than 7 days from the scope of work shall be made as mentioned below: -

SDE (E-P) 36

After commencement of work, if

I. Any asset is subsequently included in / deleted from the scope of work, having No warranty of Manufacturer / Installer: -

a) For Bldg. having Operation & Maintenance: -

i) For Operation part : No additional payment / No recovery for Operation.

ii) For Maintenance part : Additional payment / recovery to be made as per Para No.4 (1) above.

b) For Bldgs. having Maintenance only: -

i) For Maintenance part- Additional payment / recovery to be made as per Para No.4 (1) above.

II. Any asset under warranty and not included in the inventory OR subsequently included in the scope of work, having Warranty of Manufacturer / Installer: -

i) For Operation part : No additional payment to be made.

ii) For Maintenance part: No Additional payment to be made till warranty expires. Payment to be made after expiry of warranty, as per Para No.4 (1) above.

a) For Bldgs. having Maintenance only: -

i) For Maintenance part: No Additional payment to be made till warranty expires. Payment to be made after expiry of warranty, as per Para No.4 (1) above.

III. Mode of Payment, if any asset is under warranty and Included in the inventory: -

a) For Bldg. having Operation & Maintenance: -

i) For Operation part: No additional payment to be made.

ii) For Maintenance part: Recovery shall be made as per Para No.4 (1) above till warranty expires.

b) For Bldgs. having Maintenance only: -

i) Recovery shall be stopped after expiry of warranty period. No additional payment to be made.

SDE (E-P) 37

Additional Conditions due to introduction of GST

In view of implementation of GST, following changes will take effect:

1. a) In eligibility criteria, firm has to mention valid Goods & Service Tax registration certificate number or to mention that he is unregistered dealer.

b) A self-declaration that bidder is not black listed by GST authorities.

c) In case supplier/bidder gets black listed during the tenure of BSNL contract, the firm shall indemnify BSNL of any Input Tax credit due to default of bidder/supplier.

d) In case of multiple GST number, all number can be provided as annexure.

2) In case of imported material, basic unit price (Ex-factory price) of Goods, CIF, assessable value, BCD, cess, IGST, freight shall be indicated separately.

3) The evaluation and comparison of responsive bid shall be done on the basis of Net cost to BSNL on the prices of Goods & services offered along with all applicable tax, packing, forwarding, freight & insurance charges etc. but excluding taxes which are creditable to BSNL.

4) Supplier/bidder should furnish HSN/SAC classification. If the credit for the duties, taxes and cesses under the provision/rule under GST law is found to be not admissible at any stage subsequently owing to wrong furnishing of tariff head or by supplier fault, then the supplier will be liable to refund such non admissible amount, if already paid along with penalty and interest if charged by concerned authority.

5) In case the duties, taxes &cesses which are not eligible for input credit as the quotes indicated in price schedule by supplier and subsequently at any stage it is found that credit for such duties/taxes/cesses is admissible as per provision of GST law, then the supplier will be liable to refund the amount equivalent to such duties, taxes and duties if already paid to them provided the credit can be claimed within the time prescribed under the applicable legislation and BSNL has all documents to claim such credit. The refund is also subjected to the bidder performing necessary act for enabling BSNL to claim the credit viz upload the information on GSTN. However, the purchaser may allow the supplier to submit necessary documents in this regard which may enable the purchaser to avail the input tax credit provided such credit is still available for the amount so paid as per provision of GST law.

6) The purchaser reserves the right to ask the bidders to submit documentary proof confirming the correct HSN or SAC classification/Customs tariff head furnished against the particular tendered item by different bidders, differs from each other or the same is found apparently not furnished in accordance with GST Act/Customs tariff notifications.

7) If the supplier fail to furnish necessary supporting documents i.e. Tax invoices/customs invoices etc. in respect of duties, taxes and cesses which are eligible for input tax credit, the amount pertaining to such Duties, taxes and cesses will be deducted from the payment due to the firm.

8) If the supplier fails to perform necessary compliances which would any manner restrict BSNL to claim input tax credit, then the amount pertaining to such duties, taxes and cesses will be deducted from the payment due to the firm.

9) If the supplier does not disclose the correct details on the invoice or on the GSTN viz. GSTIN, Place of supply, etc. which restricts BSNL to claim input tax credit, then the amount from the payment due to the firm.

SDE (E-P) 38

10) Payment terms : Payment of specified percentage of the price as stated in clause 5 of section -2 (Tender information) shall be made on receipt of goods by consignee. For claiming this payment the following documents are to be submitted to the paying authority.

a) Invoice clearly indicating break up details of composite price i.e. Basic, Goods and service Tax (GST), any other duties and taxes, Freight/Packing charges, etc.

b) Acknowledged delivery challan in original.

c) The sea freight receipt as per the rates approved by the Ministry of water and surface transport, if applicable.

d) E-way bill as prescribed in the GST law in case of movement of goods.

e) Proof of payment of GST, if applicable.

f) Timely uploading of correct and necessary information on GSTN portal is mandatory as prescribed in GST compliances.

Note:-

i. If the supplier fails to furnish necessary supporting documents i.e. GST invoice/Customs tax credit etc. and also fails to upload the information on GSTN in respect of the duties/taxes for which input tax credit is available, the amount pertaining to such duties/Taxes will be deducted from the payment due to the supplier.

ii. Tax amount will be paid to the supplier only after supplier declares the details of the invoice in its return in GSTR 1 and GSTR 3 uploaded by the supplier and the same is reflected in GSTR-2A of BSNL on GSTN portal.

iii. TDS/TCS shall be deducted at the prescribed rate, if any (as the case may be).

11) BSNL can adjust/forfeit Bank Guarantee obtained from the supplier against any loss of Input tax credit to BSNL on account of supplier’s default.

12) In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST on its invoices. Further, the supplier undertakes to comply with the provisions of the GST law as may be applicable.

13) The balance payment shall be made within a period of 6 months from the invoice date to ensure availability of input tax credit (ITC) & subject to condition that there are no damage/shortages. In those cases where such the cases are settled in accordance with the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the P.O.

Further, in case any dispute on the payment to be made to the supplier, the same shall be settled on or before the month of September following the end of financial year to which the invoice pertains.

Additionally, in case the dispute is not settled due to any act of the supplier and input credit on the said invoice is lost by BSNL, the same shall be recovered from the supplier.

14) Tax Indemnity Clause:

BSNL has the right to recover Input Tax credit loss suffered by it due to any mis-declaration on invoice by the supplier.

15) Any sum of money due and payable to the supplier (including security deposit refundable to him) under this contract may be appropriated by the purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract or

SDE (E-P) 39

under any other contract made by the supplier with the purchaser or BSNL or such other person(s) contracting through BSNL. In case of set off of security deposit against any claim of the purchaser or the BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL, the GST on such set off will be borne by the supplier. GST would not be liable on security deposit. But, if supplier set off the security deposit against any claim of the purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the purchaser or BSNL or such other person(s) contracting through BSNL, then GST would be levied.

16) GST Invoice

1. All the details of supplier (name, address, GSTIN/unregistered supplier, place of supply, SAC/HSN code, etc.) and other mandatory details shall be mentioned on the invoice.

2. Invoice/Supplementary invoice/Debt Note/Credit Note/Receipt voucher need to be issued in compliant format and timely within the time prescribed under the GST law.

3. In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in the reasonable time to enable the supplier to issue credit note and take tax adjustment.

4. It would be the responsibility of the supplier to declare correct information on invoice and GSTN viz. the amount, the place of supply, rate of tax etc.. In case , the eligibility of input tax credit is questioned or denied to BSNL on account of default by the supplier, the same would be recovered by BSNL from the supplier.

5. Registered location of both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No.. Further, supplier should raise invoice at the registered premise of BSNL for availing of credit and ensure that the place of supply as per GST law is same as registered premise.

6. BSNL could at any time instruct the supplier to rise its invoices at a particular location of BSNL.

7. It is the responsibility of the supplier to ensure that place of supply and GSTN of BSNL are in the same state. if for any reason they are not in the same state, the supplier shall intimate to BSNL and give adequate time before raising of the invoice.

8. E-way bill number should be mentioned on the invoices.

9. Supplier shall be responsible for timely issuance and delivery of invoice/DN/CN to enable BNL to claim tax benefit on or before the stipulated time period provided by the GST law.

a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly. If not, then cost would be borne by supplier.

b) Reporting of correct outward supply by the outward return (GSTR-1) is the responsibility of the supplier. In case of mismatch because of the supplier’s fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL of the loss of credit due to mismatch. The compliances to be adhered by supplier includes (but not limited to) the following:

i) Uploading appropriate invoice details on GSTN within the stipulated time.

ii) Issuing GST compliant invoice/CN/DN/. PO issued by BSNL should be referred by supplier for capturing information on the invoice.

iii) Supplier need to pay the entire self-assessed tax on timely basis.

SDE (E-P) 40

iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then credit of such invoice will be given provisionally subject to matching. So, acceptance of changes made by BSNL ON gstn ON ACCOUNT OF Non-upload or incorrect upload of invoice details on GSTN is to be submitted by supplier. Such changes w.r.t. mismatch are required to be accepted by supplier within the time limit prescribed under the GST law. It should be noted that in case supplier does not accept such changes within the time limit prescribed under the GST law, the loss of input credit (if any) would be recovered from the supplier. In case of mismatch because of supplier’s fault, prompt amendments must be made by the supplier else supplier would be required to indemnify BSNL for the losses of credit and interest paid due to mismatch.

v) Supplier to issue all necessary documentation and perform all necessary compliances for BSNL to be eligible to claim the input tax to them. In case BSNL is unable to claim the input tax credit, the amount w.r.t. GST charged by the supplier would be recovered from the supplier.

vi) A self-declaration along with evidence that the bidder is not blacklisted by the GST authorities. In case supplier gets blacklisted during the tenure of BSNL contract, then supplier must indemnify BSNLto ensure that no loss of input tax credit is borne by BSNL due to default of supplier.

10. Refer annexures below (placed as annexure-A1) for clause stating that all the details of supplier (name, address, GSTN/unregistered supplier, place of supply, SAC/HSN code, etc.) and other mandatory details shall be mentioned on the invoice.

11. Where the location agreed are more than one state, then separate invoice state wise to claim input tax credit in a particular state (typically happens in a bill to ship to scenario) shall have to be submitted.

12. It shall be the responsibility of the supplier to mention state of place of supply of goods/services in the invoice issued to BSNL.

17) For claiming the payment, the supplier has to submit the following documents to the paying authority:-

a) Invoice clearly indicating breakup details of composite price i.e. Basic, GST, any other duties , taxes and cess, freight/packing charges etc.Acknowledged delivery challan in original.

b) GST invoice or equivalent document, if applicable.

c) The freight receipt as per the rates approved by the ministry of water and surface transport, if applicable.

d) Copy of E-way bill, if applicable.

Note: If the supplier fails to furnish necessary supporting documents i.e. GST/Customs invoices etc. in respect of the duties/taxes/cess which are creditable to BSNL, the amount pertaining to such duties/taxes/cess will be deducted from the payment due to the firm.

18) Payment against GST credit will be made only when GST compliant invoice is submitted by the supplier.

19) Note: GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by supplier.

Submitting fake/forged documents towards meeting eligibility criteria such as experience capability, supply proof, registration with Goods and Services Tax, Income tax departments etc and as supporting documents towards other terms and conditions with the bid to meet terms & condition of tender.

SDE (E-P) 41

GENERAL CONDITIONS

Scope of Maintenance The operation and maintenance of Electro-mechanical services included in the schedule of work is to be carried out round the clock including holidays on comprehensive basis. No material and consumables will be supplied by BSNL except those consumables specifically mentioned against a particular service. The firm has to adhere to maintenance schedule of each service.

Methodology 1. At the start of work, firm shall prepare an inventory of all Electro-Mechanical services jointly with

JTO (E)/SDE (E), concerned.

2. Any defects, shortcoming brought to the notice of the department while taking over O & M within first 15 days from the date of start of contract, shall be the responsibility of the BSNL, except the activities which are part of preventive maintenance and are required periodically. Such activities shall be undertaken by the firm.

3. After the completion period is over the Agency will hand over the installation in healthy and defect free condition. Handing /taking over of EMS between the contractors shall be carried out within 15 days after the closure of contract to the entire satisfaction of Engineer-In-Charge, failing which works shall be carried out at risk & cost by the BSNL & the decision of the Engineer-In-Charge shall be final & binding on the contractors. The activity shall be completed by the Engineer-In-Charge within 3 (Three) months.

4. In case of change of contract from one agency to other, both the agencies shall jointly inspect the EMS assets along with BSNL representative & shall prepare a defect list & prepare a clear defective items list duly signed by both the agencies & BSNL representative within 15 days. In case any one of incoming or outgoing agency does not respond for joint inspection & preparation of defect list, the defect list shall be prepared in the presence of BSNL representative which shall be binding on other party. The inventory including defects if any for all items to be prepared & submitted for record before taking over the maintenance, irrespective of change of the agency.

5. In case of any disagreement between outgoing & incoming agency related to the defects, the decision of the Executive Engineer (E) shall be final & binding on both the firms. In no case Executive Engineer (E) shall take more than 15 days to give decision from the date of disagreement of defects.

6. The contractor shall be responsible for any discrepancies, the status of installation at the start of work plus any modifications carried out during the currency of contract.

7. The operation & maintenance work shall be carried out with optimum energy consumption & minimum down time of the equipment/network.

8. The life expired/scrapped EMS Asset if put to beneficial use & within the scope of work shall must be maintained as per CMC maintenance schedule till it becomes totally unserviceable. Decision of the Superintending Engineer (E) to that effect shall be final & binding on the agency.

9. In case operator is unable to attend the site for maintenance of services, agency shall make alternate local arrangement for attending the site for maintenance of services

10. In case of faults beyond the capacity of the staff provided as above, contractor shall immediately provide extra specialized work force so as to attend the fault in minimum reasonable time.

11. Agency has to supply details of all operative staff likely to be engaged by him as per Annexure-1. Details such as EPF, ESI, Qualification, Identity & Address proof of operative staff shall be

SDE (E-P) 42

furnished before commencement of contract. The contact details, ID & address proof of operative staff be intimated to the nearest police station before commencement of contract.

12. The firm shall bear any consequential losses due to theft etc occurring due to negligence of their staff in caretaking various EMS at site.

13. The firm should have 24 x 7 local Telephone/Mobile numbers at the station Head quarter or at any one of the stations where operation and maintenance is to be carried out. The responsible & authorized person of the firm to handle all matters incl. day to day & emergency both and receive instruction on behalf of the firm shall always be available round the clock. This arrangement shall be made on start of the contract.

14. The contractor shall furnish one e-mail ID for registration of complaint. Any complaint sent on this email ID shall be deemed sufficient for the purpose of registration of complaint. Any complaint thus received shall be rectified and report of rectification shall be sent by email to the concerned SDE (Elect) on his email-ID. If SDE (E) is not satisfied he shall inform so to the contractor via email within 24 hours (failing which the complaint shall be deemed to have rectified) after which the contractor shall rectify the defects and obtain a certificate from SDE in charge of the Bldg. or equivalent.

15. The agency shall comply with all statutory requirements as may be required under laws, rules and regulations (including any order/notification of any authority/court/tribunal etc.) in respect of its employees/staff and as may be applicable to perform its obligations under this Agreement, the agency shall keep BSNL indemnified and harmless at all times against any or all claims, actions, proceedings, inquires (including any cost, expenses, loss, damages, Insurance or consequences thereof) from or by any third party.

16. Working Hours of Labours- Normally working hours of personnel/employees should not exceed the limit as per the guidelines of Government of India & time to time modifications thereof.

17. Payment to the personnel/Manpower – The contractor will make payment of wages etc to their personnel/manpower engaged at site as per prevailing minimum wages notified by Central or State Govt. from time to time (whichever is higher among Central/State Govt. for the category(i.e. construction or Building operations…) for respective zone/class of city where site is located) either by crossed account payee cheque or through online transfer etc. The agency shall submit certificate to the effect that the wages of labours have been paid by crossed cheque or on line transfer along with each bill. Further the certificate from each of the engaged man power/personnel to the effect that he has received the payment must also be enclosed to each bill.

18. The personnel posted should be of physically good health, good character, amenable to discipline & should not be found intoxicated conditions while on work.

19. The award of work contract will not confer any right on any labourer/personnel/manpower being engaged by the contractor to claim any kind of employment.i.e.casual, part time, hour basis, regular basis etc in BSNL.

20. Compliance of Labour Laws - All the provisions of the letter no:- BSNL/Admin I/29-5/2007 ( Pt) Dated 5th Nov 2008 , Ltr no :- BSNL/Admn-I/20-2/2010 Dated 6th May 2010 & up-to-date labour laws should be followed by the agency. The agency should provide documentary proof /receipt of labour showing amount paid, EPF Contribution, ESI documents etc to the labour on monthly basis to the concerned JTO, who should get it verified through concerned labour. The excerpts of the letter Dated 5th Nov 2008 are reproduced as below :- “The field units must also ensure themselves that the provision of such statutes are complied with by way of i) maintenance of prescribed records & registers ii) preparation & filling of required returns iii) Contractors/Agency possess registration/license from the appropriate labour authority & are furnishing particulars of their employees/workers engaged by them to execute the outsourced activities iv) such Contractors/Agency is making payment to its workers at the rates not less than the rates prescribed

SDE (E-P) 43

under the Minimum Wages Act 1948, for such employment wherever applicable & where the rates have been fixed by an agreement, not less than the rates so fixed iv) the Contractor/Agency has obtained registration with PF/ESI authorities vi) monitoring that the contractors ensure timely deposit of PF & ESI dues of the employees with the appropriate authorities & contractor be asked to submit the documents in this regard to BSNL vii) the payment to workers may be made in the presence of authorized representative of BSNL who must certify at the end of entries of Wage Register viii) such Contractor is making payment to workers by cheque or by crediting the wages in their Bank account after obtaining written authorization of the workmen & ix) the employees of the Agency/Contractor deployed for the outsourced activity must be carrying their Identity Cards duly certified/issued by the Agency/Contractor as their employer & so on”.

21. A complaint book as per Annexure 2 shall be kept up to date at site by the firm and the same shall be available for checking and verification.

22. At the start of each month, the firm in consultation with S.D.E. (E) concerned shall prepare a programme for preventive/scheduled maintenance to be carried out during the month.. The actual maintenance carried out shall be recorded in Annexure-3-III at the end of each month.

23. Wherever HT Sub-station is included in the scope of work, Operation & Maintenance of HT equipments shall have to be carried out under strict supervision of supervisor with valid permit / HT license issued by Maharashtra/ Goa (as applicable) licensing authority.)

QUALIFICATIONS OF STAFF 1. Wireman:- He/she shall have a wireman’s certificate and valid permit for wireman issued by

Maharashtra/ Goa (as applicable) licensing authority and shall have at least two years experience in the line (Wiremen shall have under gone A/C Training).

2. A.C. operator:- ITI in Refrigeration and Air Conditioning trade or equivalent from recognized institute with at least two years experience in the line.

3. Unskilled Worker - Person should be able to read & write.

MATERIAL AND T&P 1. Material – The scope of work includes maintenance of complete installation on comprehensive

basis i.e, no material/services to be supplied by the Department. The minimum inventory of material required for smooth maintenance of installation shall be maintained at site.

2. The replacement of material shall be with the same rating and make as that of the original. However, in case of non-availability of a particular make, any approved make is acceptable; If not available then makes shall be provided with approval of EE (E).

3. Dismantled materials shall be returned to the Department except those items for which the replacement is supplied by the agency.

4. The contractor shall maintain the following minimum inventories, Tools & plants at site in addition to items/spares mentioned under specifications.

SDE (E-P) 44

TYPICAL INVENTORY Srn Material Qty 1 Fluo. Tube Rods 50 nos 2 Tube starter 50 nos 3 Electronic Choke 10 nos 4 Capacitors for Ceiling Fans(Al. cans) 6 nos 5 6A to 32A- SP / SPN & TPN MCB 5 no each 6 HRC Fuses – 2A/16A/32A/63A/100A 5 nos each 7 Lugs – 2.5/4.0/6.0/16/25/35/50 sqmm 6 nos each 8 Refrigerant Gas 10 kg 9 Blower fan Belt(PAC unit) 3 set 10 Starting & running capacitors for Window/Split AC 3 nos each

TYPICAL LIST OF TOOL & PLANTS

Srn Description of item Qty. 1 Clip on meter for V/I/R measurement 1 No. 2 Adjustable spanner 1 No. 3 Emergency light 1 No. 4 Torch, Test lamp & Nose plier 1 each 5 Ladder(up to 12 ft height) 1 No. 6 Hand gloves(11kv), Hammer 1 each 7 Blower for cleaning. 1 set

8 Drilling Machine 1 No. 9 Adjustable screw driver cum Tester set 1 set

10 Sling Psychrometer/Digital Hygrometer 1 No. 11 First Aid Box 1 No. 12 Artificial Respirator 1 No.

13 Crimping machine suitable for 6 Sq mm. To 300 sq mm. Cable

To be provided as per requirement of Department & decision of Engineer-in-charge will be final.

14 Pipe wrench - Do - 15 Set of Ring/ box spanner & Allen keys - Do - 16 Megger for insulation resistance - Do -. 17 Earth tester for earth resistance - Do - 18 Ladders more than 12 ft height - Do -

5. T&P – All tools and plants, testing & safety equipments required for carrying out various tasks

relevant to operation and maintenance have to be arranged by agency at its own cost & kept at site..

6. The above list is general and any other requirements for smooth O&M of installation shall be contractors’ responsibility and he shall not claim anything extra on this account.

Note:- i. The stocking/ storing arrangement of minimum inventory & T&P shall be the responsibility

of the firm. ii. Minimum inventory as given shall be recouped every month.

SDE (E-P) 45

All tools and plants required for carrying out various tasks relevant to operation and maintenance have to be arranged by agency at his-own cost.

TAX & COMMERCIAL 1. The tenderer must obtain himself at its own expenses, all the information necessary for the purpose

of tendering. Inspect the site and acquaint himself with all the local conditions, means of access to work and nature of work etc. No claim shall be entertained on this account.

2. BI-MONTHLY payment shall be made. Month wise certificate as per Annexure-3-III shall be attached with each bill.

3. The rates quoted must be excluding GST.

4. The rates quoted must be full & final. Nothing extra is payable other than the quoted rates. & GST as applicable.

5. All taxes, levies, duties, insurance and transportation etc. in respect of this contract are payable by the vendor and BSNL will not entertain any claim in respect of the same.

6. No concessional form shall be issued.

7. BSNL shall deduct statutory taxes and duties like income tax etc. from payments due to the firm as per rules of the State/Central Govt. The Accounts Officer of concerned Division shall issue certificates for such deductions to the firm.

8. Invoice shall indicate the quantum of GST paid on work done amount, with relevant GST registration Number, Name of the consignee, as intimated by Executive Engineer (E) concerned. The Rates quoted by the contractor shall be exclusive of his GST liability as service provider in works contracts as per the GST rules applicable.

9. Documentary proof regarding exemption from GST shall have to be submitted by the firm at the time of submission of tender.

The firm shall claim GST with the bill clearly furn ishing the complete details of GST so included along with documentary proof of applicable rate of GST. BSNL, under no circumstances, will consider any claim of GST not included in the bill. It will be the firm’s responsibility to settle GST with GST authorities. GST will be paid extra against documented GST invoice.

CURRENCY OF CONTRACT 1. The currency of contract shall be 24 months.

2. Right is reserved by BSNL for terminating the contract due to serious default. This includes major break down or accident or loss due to negligence on the part of firm, failure to attend breakdown in reasonable time, disobedience and abandoning the site etc. In such a case full 10% of Performance Guarantee shall be forfeited by BSNL. The decision of Superintending Engineer in this regard shall be final and binding.

3. Right is reserved by BSNL for closure of the contract at any time by giving one month’s notice for reasons not attributed to the firm. The decision of Executive Engineer shall be final and binding on the contractor for closure of contract and for which BSNL shall not entertain any claim.

SDE (E-P) 46

COMPENSATION FOR DEFAULTS 1. Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff shall be

the responsibility of firm and shall be replaced/rectified without any extra cost.

2. Any accident or damage will be the responsibility of agency and the Department will not entertain any claim, compensation, penalty etc. on this account or on account of non-observance of any other requirement of law relevant to his work.

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

4. The defects of any nature shall be rectified by the agency promptly. With every running bill, certificate regarding “No defects pending” or the “list of the defects, if any” during the bill period shall be submitted by the agency which shall be duly verified by the JTO (E) & SDE (E).

5. The FD & FA system shall be maintained in healthy working condition. Any loss occurred due to non maintenance of the system shall be recovered from the firm.

6. Monthly Penalty of suitable amount shall be imposed on contractor in case of not maintaining neatness & cleanliness of EMS installations & areas in which EM installations are housed till the period of lapse. Decision of Engineer-In-Charge shall be final & binding.

7. Compensation for delay in removal of defects:

Sr. No.

Grounds of compensation Quantum

1 Non functioning of equipments but overall performance parameters i.e. temp, availability of mains/ generator supply, fire protection and so on are

0.5% (half percent) per week subject to maximum of 10% of tendered value (one year).

a) Within Limits

b) Beyond Limits

Note: 1. This is without prejudice to BSNL’s right to take action under clause 3 above. 2. The period after which compensation shall be applicable will be governed as follows. i) 1(a) shall be applicable after period of two weeks or immediately if the ground changes from 1(a) to 1(b). ii) 1 (b) shall be applicable immediately. 3. The period of two weeks shall be suitably extended, if required, in case of major defects (replacement/ repair) by the Superintending Engineer (E). 4. If the defects are unattended for more than two months, the same shall be got done at the risk and cost of the agency. No claim whatsoever from agency shall be entertained on this account.

SDE (E-P) 47

MISCELLANEOUS 1. The workers engaged by firm should maintain proper discipline and good behavior with occupants.

The firm shall remove such workers from the site whose behavior is found improper; Executive Engineer’s decision shall be final.

2. The agency will provide the workers with Testing and safety equipments. 3. Firm shall issue ID card to their workforce whenever they enter premises for bonafied work.

Nobody shall be allowed entry without work and nobody will be allowed overnight stay without work. The workers should wear proper uniform with detachable badge indicating the name of person & firm.

4. The firm can utilize the services of specialized agencies for specific work. 5. While working inside the premises, the agency shall be responsible to provide necessities to them

as per labour law. However existing facilities like water, toilet and power for bonafied use shall be provided by BSNL.

6. Since the services are of critical nature, the firm will ensure that the persons engaged are well

trained to take responsibility and initial steps under emergency situation. 7. In case of Emergency, contractor or his authorized supervisor shall be available at site on short

notice from engineer-in-charge and make all efforts to make the situation normal at the earliest.

8. The Firm shall be responsible to maintain Power Factor near to Unity for obtaining maximum rebate in Electricity Bill, while maintaining Sub Station. Any penalty levied by the Electricity Board on a/c of low power factor shall be fully recovered from the firm.

9. The Firm shall ensure energy conservation by switching ON the services only when required. 10. Dates of fire drill, earth test etc shall be displayed at site as per Annexure VIII attached.

11. The agreement shall be signed by both the parties on Non judicial stamp paper of appropriate

value which shall be purchased by the agency. The Performa of agreement to be prepared on Non - judicial stamp paper is available with BSNL/Tender document.

SDE (E-P) 48

ANNEXURE- 1

DETAILS TO BE DISPLAYED AT SITE

1.. Details to be supplied before starting the work. 1. Name of Agency (With Office Address)

2. Name of proprietor

3. Telephone No. (s) of the firm

4. Name & Address of the supervisor

5. 24 hours contact No.

6. Particulars of the license/ Registration

2. DETAIL OF STAFF TO BE POSTED AT SITE BY AGENCY.

Srn Name and Address Qualification Responsibility/ Designation

Mobile no

3 .DETAILS OF THE DEPARTMENTAL STAFF

Srn. Officer

Name and

Off. Address

Email address Telephone Nos. Office/Mobile

nos

Telephone Nos.

Residence 1. JTO (Elect.) 2. SDE (Elect.) 3. EE (Elect.)

SDE (E-P) 49

ANNEXURE - 2

COMPLAINT REGISTER

Sr. No.

Date & Time of

complaint

Nature of complaint

Location

Time & Date of

attending complaint

Cause of fault

Material used

Dated Signature of complainant

Dated Signature of

Firm Representative

ANNEXURE – 3-III (Page - 1 ) REPORT TO BE SENT ALONGWITH BILL Serial No. of Bill

Name of work

Agreement No

Name of Agency

Date of Actual commencement of work

Period of OCM

SUB STATION Date of Test Done 1ST 2ND 3RD 4TH 5TH

1 TR. Oil Filtration Date (Once in a year)

2. TR. Oil Test Date(Once in six month) (after 6 month of last test)

3. Relay Test(IDMT) Date (after 6 month of last test)

4. Earth Resistance & IR check date (after 6 month of last test)

5. Painting of O/D structure, Transformer plinth, structural members, base frames, foundation blocks, comp. light poles, etc of all EMS (Once in a year)

E.A. SETS ( B check i.e. Oil / Filter Change and Servicing ) DATE / Month

Name of Exchg/ Bldg Date as per previous contract

Date of activity Done

Name of Bldg EA No & Cap. 1st 2nd 3rd if any

E/A - I –Kva -

E/A –II –Kva -

E/A – III-Kva-

DG Starting/AFD Battery Replacement Dates(Once in a currency of contract)

Previous Rep. Date

1st Rep Date Make & Rating

2nd Rep. Date

Make & Rating

SDE (E-P) 50

E/A - I –Kva -

E/A –II –Kva -

E/A – III-Kva-

AFD Batteries)

Remarks if Any

Note – To be submitted by agency duly witnessed & signed by all concerned along with each bill. Details of previous date of servicing/activity can be obtained from BSNL.

AGENCY JTO(E) SDE(E)

SDE (E-P) 51

E.I. & FANS T E BLDG AT ……… Annex-3-III Page -2

Name of Exchg/ Bldg

Oiling / Greasing of Fans ( month) Frequency- per year

Date of Cleaning of Fans/ fittings / E.I./MB/SDB/LT Panel Frequency- Monthly

No of activity I II I II III IV V VI VII VIII IX X XI

Date of activity done

No of activity III IV XII XIII XIV XV XVI XVII XVIII XIX XX XXI XXII

Date of activity done

No of activity

XXIII XXIV XXV XXVI XXVII XXVIII XXIX

FIRE DETECTION SYSTEM- FIRE DRILL DATES – FREQUENCY QUARTERLY

Name of Exchg/ Bldg --

Fire Drill / Cleansing / testing of detector & Zone ( Quarterly ) Frequency- per Quarter

No of activity I II III IV V VI VII VIII IX X XI XII XIII

Date of activity done

FIRE FIGHTING WET RISER FIRE HYDRANT SYSTEM – FIRE DRILL/TESTING – FREQUENCY - MONTHLY

No of activity I II III IV V VI VII VIII IX X XI XII XIII

Date of activity done

No of activity XIV XV XVI XVII XVIII XIX XX XXI XXII XXIII XXIV XX V XXVI

Date of activity done

Remarks if Any Note- To be submitted by agency duly witnessed & signed by all concerned along with each bill

AGENCY JTO(E)

SDE(E)

52 SDE(EP)

Annex- 3-III Page no-3 PACKAGE AC PLANT ( MONTHLY SERVICING REPORT) NAME OF EXCH/BLDG T E -……..

X Y T E -……..

X Y T E -……..

X Y Name of AC Area ........... ............. .................

Make of PAC Pkg No Status (W/NW)

Pkg No Status (W/NW)

Pkg No

Status (W/NW)

1 1 1 2 2 2 3 3 3 4 4 4 5 5 5

NAME OF EXCH/BLDG T E -……..

X Y T E -……..

X Y T E -……..

X Y A/C PLANT NAME

Pkg No Status

(W/NW)

Pkg No Status (N/NW)

Pkg No

Status (W/NW)

1 1 1 2 2 2 3 3 3 4 4 4 5 5 5

X Date of Filter Cleaning/Servicing STATUS OF PAC UNITS (W/NW)

Y Date of Condenser Cleaning/Servicing WORKING W NOT WORKING NW

WINDOW -WAC / SPLIT A/C/HS AC UNITS MONTHLY SERVICING REPORT

T E BLDG -................. MONTH -

Srn Location Type WAC/SAC

Rating in TR

Make Grill Temp in deg C

Total Working Current in

Amp

Status of Units

Wkg/Not Wkg)

Date since Defective

Remarks if Any Note- To be submitted by agency duly witnessed & signed by all concerned along with each bill

AGENCY

JTO(E) SDE(E)

53 SDE(EP)

ANNEXURE-4

LOG BOOK OF SUB-STATION

Date

Reading Time

Ambient Temp

EB Meter Reading/HT Panel L T MAIN INCOMING

HT Voltage HT Main Incoming (Amps) TRANSFORMER-1 TRANSFORMER-2

Current Power Voltage

Temp in °C

Tap no

Amps Voltage

Temp in °C

Tap no

Amp

°C RY YB RB R Y B

Kw

h

Kva

h

Kva

rh

P.f. RY YB RB R Y B RY YB RB R Y B

NOTE: - Readings to be taken at 3 Hrs interval.

RESULT OF DAILY CHECK

Discrepancies:

54 SDE(EP)

Annexure-5 LOG BOOK OF ENGINE ALTERNATOR SET NO______ KVA________ MONTH _________________

Time Supply Voltage Current Hz

Water Temp

Oil Temp

Oil Pressure

Battery Ch. Hour Meter

Reading

Kwh Diesel Level in

Ltrs Sign. Remark Date From To RY YB BR R Y B Volts Amps

Monthly opening balance

Monthly closing balance

55 SDE(EP)

Annexure- 6

LOG BOOK OF AC PACKAGE UNITS

Date Time Mains

Voltage Total Amps

Unit No – 1 Unit No - 2 Unit No – 3 Unit No - 4 Temp in C

Amp LP HP LP HP Amp LP HP LP HP Amp LP HP LP HP Amp LP HP LP HP Ambient AC

Plant Switch room

Sign.

NOTE: - Readings to be taken at 3 Hrs interval.

SDE (E-P)

56

ANNEXURE- 7 CAPACITY TEST OF 5/7/10 TR PAC UNITS

5/7/10 TR PACKAGE AIR CONDITIONER CAPACITY TEST BY ENTHALPY METHOD OBSERVATION SHEET ( TOP / BOTTOM DISCHARGED )

DATE :- Model

Unit Sr. No. Venue of test

Comp. type & No.

Tested by

AMBIENT TEMP.- DB ( O F ) SCUTION PRESSURE ------- ( PSI ) DISCHARGE PRESSURE ------- ( PSI )

Checked by

Approved by

Time Remark

Voltage (v)

Frequency (hz)

EV

AP

OR

AT

OR

RE

TU

RN

D.B. TEMP ( O F )

W.B. TEMP ( O F )

H1 ( BTU/Lb) From Psychometric chart Sp. Vol. (CFU/LB) From Psychometric chart

SU

PP

LY

D.B. TEMP ( O F )

W.B. TEMP ( O F )

H2 ( BTU/Lb)

∆ H ( BTU/LB) = H1-H2

Evaporator coil area in Sq. feet=

Air velocity across evaporator (fpm) = ( Average of six to eight readings to be taken )

Vel. multiplying factor ( if any )

Total air flow in CFM = evaporator coli area in sq. mm. x velocity in ft/m

Total heat= (flow of air in CFM x ∆ H)

( A)

CAPACITY =

( A) / 200

Note: - (i) Before taking this test, it may be ensured that voltage, current, suction, & discharged pressures are within permissible limits.

SDE (E-P)

57

ANNEXURE- 8 AC UNIT MAINTENANCE REPORT CARD

Location AC NO-

Agmt. No: ITC Date --

Agency Name & Ph no. M/s Mobile no

AC Unit Make, Model & Sr no

Compressor make, Model & Sr no

Srn Date of Servicing/ Mtce

Details of Servicing/Mtce work done

Material Replaced

Grill Temp in deg C

Total Current

Whether AC working satisfactorily Yes/No

Sign

1

2

3

4

5

6

7

8

9

10

11

12

SDE (E-P)

58

ANNEXURE- 9

DATE OF FOLLOWING ACTIVITY TO BE CLEARLY DISPLAYED

1(A)

FIRE DRILL (FREQUENCY – QUARTERLY )

CONDUCTED ON

NEXT DUE ON

1(B)

EARTHING RESISTANCE TESTING (ALL EARTH STATIONS )-FREQUENCY- 6 MONTHLY

CHECKED ON

NEXT DUE ON

1 (C)

FIRE EXTINGUISHER (FREQUENCY – QUARTERLY )

WEIGHT/PRESSURE CHECKED ON

NEXT DUE ON

1 (D)

SERVICING OR B CHECK OF ENGINE-ALTERNATOR SET

DONE ON

NEXT DUE ON

1 (E) DEHYDRATION OF TRANSFORMER OIL (ONCE IN A YEAR )

DONE ON

NEXT DUE ON

SDE (E-P)

59

MAINTENANCE SCHEDULE

EI & FANS, Compound Lighting, Lightning Conductor, Desert Coolers, Geyser and Room Heater

DAILY CHECK

1. Ensure installation is always kept clean and in healthy and working condition. 2. Attend complaints promptly and in a satisfactory manner. 3. Ensure no breakdown in power supply. In case of breakdown, take prompt steps including

contacting supply company for early restoration. 4. Carrying out minor alterations & additions as per directions of Engineer – in – charge (Material will

be supplied by dept.) 5. Switch OFF lights / fans & other appliances, when not in use / not reqd. 6. Ensure adequate water in desert cooler during summer season. (Water by BSNL)

MONTHLY

1. Work out material requirements for prompt maintenance. 2. Inspect and tighten MB, SDB, rising mains for loose connections. 3. Watering of earthing pits (water by BSNL). 4. Check & attend for deterioration of lightning spike prongs, supports and ensure proper bonding. 5. Cleaning of desert coolers during summer season.

HALF YEARLY

1. Measure the earth resistance of all earthing stations and ensure that all equipment are properly earthed i.e., there are no loose joints.

2. Measure and record insulation resistance of installation including MB’s, SDB’s & Rising mains.

YEARLY

1. Painting and sign writing of poles and feeder pillars. 2. Painting and servicing including changing of pads of desert coolers before summer season.

SDE (E-P)

60

MAINTENANCE SCHEDULE

WATER PUMPS

DAILY

1. Keep the installation in clean and healthy condition. 2. Check and attend gland leakages in pumps, suction, discharge pipelines (within pump room) and

foot valve leakage. 3. Check and attend for abnormal noise, abnormal heating and priming arrangements. 4. Record logbook detailing operation of pumps.

MONTHLY

1. Inspect electrical system like panel etc and ensure its proper functioning. 2. Ensure proper alignment of pump and motor. 3. Watering of earthing pits (water by BSNL).

QUARTERLY

1. Greasing and oiling of pumps, bearings and valves. 2. Check and attend NRV, foot valve, suction pipe coupling. 3. Tightening of foundation bolts. 4. Replace gland packing if leakage is there.

HALF YEARLY

1. Measure the earth resistance of all earthing stations and ensure that all equipment are properly earthed i.e., there are no loose joints.

2. Measure and record insulation resistance of panel. YEARLY

1. Painting and sign writing of pumps and motors.

SDE (E-P)

61

MAINTENANCE SCHEDULE

PACKAGE A/C UNITS DAILY 1. Keep a log of various parameters in the logbook.

2. Check main supply on the unit.

3. Check operation of crankcase heaters (if provided).

4. Check the water level in cooling tower & suction strainer for water-cooled system.

5. Check for abnormal noise / heating.

WEEKLY

1. Clean all package unit filters.

2. Tighten any loose nut, bolts & screws etc.

QUARTERLY

1. Check compressor mounts for any undue vibrations or cracks, replace mounts, if necessary.

2. Examine condition of starter contacts. Replace, if required.

3. Check operation of H.P/ L.P cutouts & thermostats. Take corrective action, wherever required.

4. Open fan section cover. Check belts for wear & tear. Replace, if necessary. Check bearings & alignment of belt drive and take corrective action.

5. Clean the finned surface of condensers and do chemical Cleaning, if required.

6. Cleaning of cooling tower & nozzles (for water cooled system).

7. Ensure proper operation of motorized dampers.

8. Check all electric cables for possible looseness at motor junction box & M.V panel.

9. Check for any rust spots on steel panels, bottom & intermediate trays. Dry, Emery such spots, patch up with red oxide & paint.

10. Check operating pressures of compressors. Take corrective action for deviations.

11. Do cleaning of Microvee filters & fresh air filters (frequency of cleaning may be enhanced, if required).

YEARLY

1. Carry out leak test for refrigeration circuit and plug the leaks, if any.

2. Carry out electrical Megger test.

3. Check current of all motors and take corrective action for major deviations.

4. Carry out chemical cleaning of Evaporator & Condenser coils.

5. Painting of condenser & condenser structure.

6. Descaling of water-cooled condensers.

7. Greasing of all motors.

8. Ensure that all equipments are properly earthed i.e., there are no loose joints.

SDE (E-P)

62

SPECIAL CONDITION

1. All breakdown calls / complaints have to be attended by the firm with utmost promptness.

2. Tests are to be carried out as per Proforma enclosed to determine the capacity of each Package A.C Unit. These tests shall be performed from 1st April to 30th Sept in consultation with Engineer–in-charge. The firm without any additional cost shall arrange all instruments for this testing.

3. The replacement of pre filters shall be carried out at once during the currency of contract & shall be done as per the directions of Engineer-In-Charge. however responsibility of replacement of Fine filters (microvee) filters shall be of BSNL & will be replaced on written approval SE(E) if required.

4. Burnt out motors shall not be repaired but replaced with higher efficiency motors of reputed make.

5. Rewinding/Cut compressor, rewinding of blower /condenser motors shall not be used in Air Conditioners. The faulty compressors, blower/condenser motors shall be replaced with new one.

6. Rubber matting will be BSNL responsibility. Note: In case of any fault, the operator has to promptly inform the department /AMC Agency, nominated by

department, if any.

SDE (E-P)

63

MAINTENANCE SCHEDULE

FIRE DETECTION AND FIRE ALARM SYSTEM

DAILY

1) Check proper D.C voltage on the MCP. 2) Check LED's of Panel through Lamp test and replace the fused ones. 3) Check any fault displayed on the panel and take corrective action.

QUARTERLY

1) Ensure that all equipments are properly earthed i.e there are no loose joints. 2) Ensure that A.C. package system trips, on operation of Fire detection system. 3) Examine battery for electrolyte, tightness of terminals etc. Top up electrolyte, if required. 4) To carry out Fire drill in order to know the healthiness of the entire system including P.A.

system. 5) Cleaning of detectors to remove dust or dirt by vacuum. 6) Check and attend EXIT signboards including battery.

FIRE EXTINGUISHERS

The maintenance of the same shall be carried out as per the recommendations of manufacturers & refilling, if any, shall be the responsibility of the firm. Pressure testing of extinguisher is to be done as per manufacturer’s recommendations.

SPECIAL CONDITIONS

All breakdown calls / complaints have to be attended by the firm with utmost promptness.

SDE (E-P)

64

FORMAT OF TEST REPORT FOR FIRE DETECTION SYSTEM

Test report of Automatic Fire- Detection and Fire Alarm System for __________ at________

(1) Supplied and installed by: -

(2) Maintained by:- (a) AMC: -

(b) Operation & Maintenance: -

(3) Agreement Nos.: - (a) AMC: -

(b) Operation & Maintenance: -

(4) Name of Test: - Testing of Fire Detection & Alarm System

(5) Date of Testing: -

(6) In presence of following: -

NAME DESIGNATION

1.

2.

3.

4.

5.

6.

The testing of the above installation has been carried out and the results are stated below. The inventory

of the installation has been attached as per Annexure - A: -

(A) Whether the MCP and LCP have the following Supervisory Facilities and are healthy and good

working condition: -

M.C.P, L.C.P.

i) Open Circuits

ii) Short Circuits

iii) Reset Push Button

iv) Alarm Acknowledge

v) Lamp Test Push Button

(B) Whether each control Panel has the following facilities and are healthy and good working condition: - i) Fire Test

ii) Normal / Zone Isolation

iii) Alarm Test

iv) Fault Trouble test.

(C) Check of Earthing

1) Main Control Panel

2) Local Control Panel

SDE (E-P)

65

(D) Check of Main Power Supply

i) Check of fuses

(E) Check of Battery

M.C.P, L.C.P.

i) Location of Battery

ii) Condition of Battery

iii) Check of Fuses

iv) Voltage

v) Specific Gravity

vi) Automatic Changeover of the

System on Battery, in case of

Mains Failure.

vii) Remarks

(F) Check of Open, Short, and Isolation of Detectors.

(G) Check of Operation / Activation of Detectors.

(H) Check of Manual Call Points (Pill Box)

(I) Functional Test of Control Panel & P. A. System

(J) Check of Alarms

AUDIO VISUAL

i) Mains Failure

ii) Open Circuit

iii) Short Circuit

iv) Close Circuit

v) Fuse Blown

vi) Low Voltage

vii) Reverse Polarity

viii) Remarks: -

(K) DEFECTS / DISCREPANCIES:

(L) CONCLUSION:-

Signature of Officers Present.

NAME DESIGNATION SIGNATURE

1.

2.

3.

4.

5.

6.

SDE (E-P)

66

MAINTENANCE SCHEDULE EA/SETS

DAILY

1. (a) Before starting:- 1. Check water level - Top up to recommended level. 2. Check Engine oil level in sump - Top up to H Mark 3. Check fuel level in tank 4. Check battery terminals & V-belt for proper tightness. Apply Vaseline on battery terminals. 5. Clean engine and surrounding. (b) After starting:- 1. Check Lube oil pressure: Not less than 2.5 Kg/cm2 at rated speed and operating temp. 2. Check coolant water temp: - 75°C to 85°C (Recommended) 3. Check leakage from fuel piping, injector high-pressure lines, exhaust manifold flange,

engine oil filter & coolant hoses. 4. Check battery charging. (c) AT SHUT DOWN

1. Do not shut down the engine immediately after unloading. Run at no load for 1 minute and then stop it.

2. MAINTAIN LOG BOOK CORRECTLY

EVERY 50 HOURS

1. Check & top up oil in the air cleaner. 2. Check hose connections in cooling system. 3. Fuel piping connections. 4. Exhaust piping connections. 5. Engine mountings. 6. Engine to drive unit coupling. 7. Electrical connections. 8. Lubricate throttle linkages. 9. Clean air cleaner. 10. Clean fuel feed pump strainer. 11. Electrolyte in battery.

EVERY 200 HOURS

1. Check & top up lube oil in fuel injection pump (FIP). 2. Radiator cowl stay and gap between fan & cowl. 3. Check for proper alignment of engine to drive unit. 4. Replace oil in air cleaner. 5. Replace fuel filters & sealing ring. 6. Clean strainer in fuel tank.

EVERY 400 HOURS i.e. B CHECK: B Check is to be carried out every 400 hours or six months whichever is earlier. In a contract period of 24 months minimum four B checks are to be carried out. The servicing of DG set shall be carried out on measurable basis as defined in the Schedule of Work through OEMs/Authorized dealers. If it exceeds more than four the cost of engine oil and oil filter shall be paid extra by BSNL.

SDE (E-P)

67

1. Replace engine oil 2. Replace engine oil filter 3. Check & reset injector pressure. 4. Check & reset injector pump timing. 5. Retighten cylinder head nuts. 6. Adjust engine valve clearance.

Note: 1. For engines with turbocharger, lube oil & lube oil filter shall be changed at 200 hours.

2. The above maintenance schedule is of general nature and may vary among various engine manufacturers. The firm will ensure that maintenance of Engine, in particular, of air cleaner, change of lube oil & fuel filters are being done strictly as per the manufacturer’s recommendation.

SPECIAL CONDITIONS:

1. The servicing and breakdown maintenance has to be got done from authorized service Center/

Dealer of the Engine manufactures. 2. Diesel will be arranged by the BSNL. However, transportation of Diesel from Diesel Pump

Station to site shall be firm's responsibility, if required.

3. Measure the earth resistance of all earthing stations and ensure that all equipment are properly earthed i.e., there are no loose joints. ----- Half yearly. Watering of earth pits --- Monthly (water by BSNL).

4. All breakdown calls/ complaints have to be attended by the firm with utmost promptness. 5. Batteries to be replaced once in a contract period (2 years). The Replacement of DG set Battery

shall be carried out on measurable basis as defined in the Schedule of Work.

6. Rubber matting will be BSNL responsibility.

SDE (E-P)

68

TEST SHEET FOR ENGINE ALTERNATOR PHYSICAL VERIFICATION

1. Item Remarks

a) Verify level of bed b) Check firmness of mounting. c) Check for verticality d) Verify tightness of bolts and nuts and other fitting. e) Check whether hot air pipe (if provided is properly led out) f) Check whether exhaust pipe is properly lead out and lapping of asbestos rope provided for part of the

run. 2. LOAD TEST

The Engine shall be given a test run continuously for at least 4 hrs with the alternator on de-rated capacity. During the load test, record the following observations:

ITEM DESCRIPTION AFTER

1ST hr. 2ND hr. 3RD hr. 4TH hr.

Lubricating oil pressure

Colour of exhaust gas ( by visual inspection)

Speed in RPM (as on panel meter)

Output current (as on panel meter)

Output voltage ( as on panel meter)

Wattage( as calculated)

3. Temperature rise test for Alternator

Run the alternator at full rated load. Record the reading of the stationary coil/half hour till three consecutive readings in the following tables.

TIME AMBIENT TEMPERATURE

TEMPERATURE OF STATION

NOTE: Temperature rise will be taken by the thermometer from alternator body and will be

Recorded. 4. CHECK OF FUEL CONSUMPTION

After steady conditions have been obtained, the fuel consumption at full load for half-hour shall be checked. During this test, the load shall be maintained as early as possible at the test figure.

5. INSULATION TEST Immediately after the over-load test, take insulation test. The insulation resistance between the starter coil and the frame when tested with 500 V insulation tester shall not be less than one Mega-Ohm.

SDE (E-P)

69

SUB-STATION

DAILY 1. Maintain Logbook properly. 2. Any abnormal heating/ noise. 3. Any leakage of oil from any equipment. 4. Replace blown out H.R.C. fuses indication lamps and lightning arrestors (of outdoor sub-

station). 5. Keep sub-station neat and clean.

MONTHLY 1. Ensure tightness of all connection including cables at the termination point. 2. Healthiness of D.C. Trip system. 3. Replace the defective meters if any. 4. Removal of moisture from silica gel of breather and replace the same if required. 5. Ensure that all fire buckets are filled with sand and fire extinguishers are properly charged. 6. Checking of contacts of contactors of capacitor panel and replace the defective ones. 7. Ensure that the handle of Air break switch and fencing of outdoor sub-station are earthed. 8. Replacement of defective and worn out capacitors. 9. Oil level of Transformers and top up if required. 10. Proper operation of Air break switch of outdoor substation. 11. Watering of earthing pits (water by BSNL).

HALF YEARLY 1. Measure the earth resistance of all earthing stations and ensure that all equipment are properly

earthed i.e., there are no loose joints. 2. ON/OFF operation of all switches including cleaning and lubricating of operating mechanisms. 3. Ensure that the space around outdoor sub-station is free from weeds, grass etc.

YEARLY

1. Dehydration of oil of all equipment i.e. Transformer, H.T. Panel & Potential Transformer etc. 2. Testing of protective Relays and their settings. 3. Servicing of L.T. ACB’s. 4. Meggering of all equipments and recording the results. 5. Proper functioning of Mechanical/Electrical interlock wherever provided. 6. Proper functioning of P.F. correction Relay. 7. Replace the rusted and lost Danger Plates (in particular of outdoor substation). 8. Outdoor structure to be painted every year in the months of November/ December.

SPECIAL CONDITION

1. Rubber matting will be BSNL responsibility.

SDE (E-P)

70

SCHEDULE “A”

SECTION-II- UNPRICED BID ITEM RATE – BOQ

Tender Inviting Authority: The Executive Engineer (E) BSNL Electrical Division, Kolhapur. Name of Work: Operation & Comprehensive maintenance of Electromechanical Services for Telephone Bhavan, Kolhapur, Sanchar Colony & Mahadik Vasahat Staff Qtrs at Kolhapur (Revised). Contract No . : Bidder Name:

PRICE SCHEDULE

NOTE:- 1) This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is liable to

be rejected. Bidders are allowed to enter the Bidder Name and Values only. 2) In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is

ambiguity between “schedule and specification” verses IS / BS standards, “schedule and specification” shall prevail. 3) We hereby declare that in quoting the above prices,

we have taken into account the entire credit on inputs available under the GST Act introduced wef 1 July 2017 & further extended on more items till date.4) The term GST

includes IGST/SGST/CGST

Sl. No.

Item Description Quantity Units Basic unit Rate all -inclusive but without

GST in Rs (Any portion of GST for

which set off is not available shall be

included here)

TOTAL AMOUNT Without GST in Rs Net cost to BSNL

TOTAL AMOUNT without GST In Words

1 2 3 4 5 6=3*7 7

1.00 Comprehensive Maintenance and round the clock operation of various electromechanical services as per details given in relevant sections by deploying the required staff including specialized manpower and by arranging required tools and plant etc to keep all the services operational upto the required standards except item nos. 2 & 3 below which shall be paid extra as per running hours of DG sets.

A) Services included are 1) EI & Fans 2) Compound Lighting 3) Lightning Conductor 4) Pumps 5) 2 x 500 KVA, 11 KV, Indoor Substation & 1 x 160 KVA, 11 KV,

Outdoor Substation

SDE (E-P)

71

6) (1 x 400 KVA) & (1 x 500 KVA) E/A Sets 7) Fire Detection and Alarm system 8) 4 x 10 TR, 2 x 10 TR, 4 x 7 TR, 6 x 7 TR, 3 x 5 TR & 3 x 5 TR

A/C Package Plants 9) Window / Split A/C units, Water Cooler 10) Cooling & Heating appliances 11) Free cooling system

12) Fire Extinguishers Contractors to take all steps to undertake preventive / special

maintenance and testing to keep the system at optimum working condition.

24.0

INR Zero Only

Size of various services is given in Section - I B) Minimum Staff Required Wireman (Semiskilled): 1 No. per shift in 3 shifts (Wiremen shall have under gone A/C Training) Helper : 1 no. in suitable shift with split duty as per requirement of manpower. Note: - If more persons are required for satisfactory operation, the same shall be arranged by the firm at no extra cost. Month

0.0 2.00 Servicing & Routine maintenance (B check) of following capacity

of DG set complete with cleaning of Air cleaner element, Replacement of engine lube oil of proper grade (seal pack of reputed make), replacement of lube oil filter elements, replacement of fuel filter elements, Check & reset injector pressure, Check & reset injector pump timing, Retighten cylinder head nuts, Adjust engine valve clearance, Replacement of radiator water by fresh distilled water with addition of coolant additive concentrate, Cleaning of radiator fins, drain sediments from water separator, check inlet air restriction, check air piping, belt tensions i/c cleaning & de-dusting of alternator, control panel, fuel tank, tightening & maintaining of all hoses, connections, electrical connections, battery connections etc & actual load testing of DG set after servicing etc. as directed.

2.10 i) 1 x 400 KVA DG set 4 Job INR Zero Only

2.11 ii) 1 x 500 KVA DG set 4 Job INR Zero Only

3.00 Supplying & fixing of fully charged 12 volt, 180AH lead acid Maintenance Free battery for starting of 380 KVA DG sets complete with end sockets etc. 4 Nos 0

INR Zero Only

SDE (E-P)

72

NOTE- 1) The battery(s) of each DG set shall be replaced (measurable basis) once during currency of contract & agency shall consider rebate for old battery while quoting of rates. Additional requirement to be borne by agency without extra cost.

Total in Figures 0.00

Quote d Amount in Words

Executive Engineer (E), BSNL Elect. Divn, Kolhapur