O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION ...

98
BSNL KERALA ELECTRICAL ZONE Contractor EE E Page 1 O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION ERNAKULAM ..4 th floor,CTO Building .Karakkatt Road., Ernakulam Tele. 9446566039,9446546150, Email Id:[email protected] ELECTRICAL WING E-TENDER DOCUMENT Name of Work: Providing Electrical Infra structure works for Cable Landing Station at Amni under KLI Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system NIT NO. Of Division: 29/BSNL/ED/EKM/21-22 DNIT NO: - 36/DNIT/CEE/BSNL/2021-22. This tender document contains Part I: Tech-Commercial bid. 97 Pages Part II : Price bid in excel format. Pages Date and time of Tender opening: . 03.12.2021at 14.00 Hrs Estimated Cost Rs.44,05,510/- Cost of Bid Document: Rs.590/- EMD: Rs.0/- (up to 31.12.21 Bid Security declaration must. For queries relating to the process of online bid submission or queries relating to CPP Portal in general contact 24x7 CPP Portal Helpdesk. Contact number for the helpdesk is 1800 233 7315. Signature of the Tender issuing Officer Designation (For and behalf of BSNL)

Transcript of O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION ...

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 1

O/o THE EXECUTIVE ENGINEER(E)

BSNL ELECTRICAL DIVISION ERNAKULAM

..4th

floor,CTO Building

.Karakkatt Road., Ernakulam

Tele.9446566039,9446546150,

Email Id:[email protected]

ELECTRICAL WING

E-TENDER DOCUMENT

Name of Work: Providing Electrical Infra structure works for Cable Landing Station at Amni under KLI

Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system

NIT NO. Of Division: 29/BSNL/ED/EKM/21-22

DNIT NO: - 36/DNIT/CEE/BSNL/2021-22.

This tender document contains

Part I: Tech-Commercial bid. 97 Pages

Part II : Price bid in excel format. Pages

Date and time of Tender opening: . 03.12.2021at 14.00 Hrs

Estimated Cost Rs.44,05,510/-

Cost of Bid Document: Rs.590/-

EMD: Rs.0/- (up to 31.12.21 Bid Security declaration

must.

For queries relating to the process of

online bid submission or queries relating

to CPP Portal in general contact 24x7

CPP Portal Helpdesk.

Contact number for the helpdesk is

1800 233 7315.

Signature of the Tender issuing Officer

Designation

(For and behalf of BSNL)

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 2

Name of Work: Providing Electrical Infra structure works for Cable Landing Station at Amni

under KLI Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS,

WLDS , RRS and Intruder Alarm system

INDEX

SL. NO.

CONTENTS PAGE NO

1. Cover Page 1

2. Index 2

SECTION I

3. Notice Inviting e-Tenders (Form BSNL EW – 6 amended as per this

NIT)

3-9

4. Tender submission format(e-Tender) 10-16

5. Under taking/ acceptance 17-18

SECTION II

6. General Rules And Directions 19-20

7. Performa of Schedules 21-22

8. Details ,documents& process for billing under GST 23-29

9. Special condition of contract- Schedule D 30-38

10. Computerised Measurement Book 39

11. Schedule of Quantities – Schedule A 40-54

12 Important Note for bidders 55-57

12. Technical Specifications- Schedule F 58-91

SECTION III

14. Model form of BG for submitting EMD-(Annexure I) 92

15. Model form of BG for Performance Security Guarantee-(Annexure II) 93

16. Format of Non-relative Certificate-(Annexure III) 94

17. Undertaking regarding EPF Provisions-(Annexure IV) 94

18. Undertaking regarding ESI Provisions-(Annexure V) 95

19. Undertaking to abide by EW6 and EW8-(Annexure VI) 95

20. Compliance Statement-(Annexure VII) 96

21. Bid-Security Declaration -(Annexure VIII) 96

22. Format for Self-Certification under Preference to “MAKE IN INDIA”

Policy -(Annexure IX)

97

23 BSNL EW8(http://www.electrical.bsnl.co.in/BSNL-EW-8.pdf) 97 (To be

downloaded

by the

bidder)

PART II-PRICE BID

1. Schedule of Quantities---price bid [EXCEL FILE FORMAT]

Note:-Part II Price bid is attached as separate document in Excel file format for quoting the rates by the

Bidder.

SDE(EP) EE(E)

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 3

O/o THE EXECUTIVE ENGINEER(E)

BSNL ELECTRICAL DIVISION ERNAKULAM

4thfloor,CTO Building

Karakkattu Road., Ernakulam-682016

Tele: 9446566039/9446546150

Email id :[email protected]

ELECTRICAL WING

Electrical Division: Ernakulam

NOTICE INVITING E-TENDER

(Form BSNL- EW-6 amended as per this NIT)

The Executive Engineer (E), BSNL Electrical Division, Ernakulam on behalf of Bharat Sanchar Nigam Limited

invites item rate, single stage bidding, two stage opening, e-TENDER framed under Make India Initiative of

Govt of India from eligible Firms / Contractors (to be evaluated as per the eligibility criteria specified

hereunder) for the following work :-

1

NIT No.

NIT NO. OF EE(E): 29/BSNL/ED/EKM/21-22

2 Name of Work: Providing Electrical Infra structure works for

Cable Landing Station at Amni under KLI

Submarine cable project .SH :SITC of IBMS,

ACS, IP CCTV, AFAS, WLDS , RRS and

Intruder Alarm system

3 Estimated Cost put to tender

Rs.44,05,510/-

4 Earnest Money Deposit

NIL (up to 31.12.21 Bid Security Declaration

must)

5 Cost of Bid Document 590/-

6

Period of completion 3 months

7 Last date and time of on line submission/ uploading of e-tender i.e. e-Envelope- 1 & 2

Up to 18.00 Hrs. On- 29.11.2021

8 Last date and time of submission of Bid Security Declaration, duly signed UN - Priced BID, Power of Attorney (Power of Attorney and authorization for executing the power of Attorney if applicable) etc. in original as hard copy in sealed cover in Division office.

Up to 13.30 Hrs. On- 3.12.2021

9 Time and date of opening of sealed Envelope - 1 (TECHNO COMMERCIAL) in Division office. As Hard Copy

At 14.00Hrs On- 3.12.2021

10 Time and date of opening of Technical Bid (e-Tender documents) i.e. e-Envelope - 1 (TECHNO COMMERCIAL) - ON LINE

At 14.30 Hrs On- 3.12.2021

11 Time and date of opening of Financial bid i.e. e-Envelope – 2 (shall be opened after scrutiny of eligibility papers &Technical Bid as submitted in envelope No-I.)

At 14.00 Hrs On- 4.12.2021

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 4

ELIGIBILITY CRITERIA: - ELV works

The Contractors satisfying the following shall be eligible to bid

A. Average Annual financial turnover during the last 3 years, ending on 31st March of the previous

financial year should be at least 30% of the estimated cost of Rs.44,05,510/-put to tender.

AND

B. BSNL enlisted contractor in electrical category of respective class as per their tendering limit.

OR

C. Experienced agencies having successfully completed similar ELV works comprising any 3 of the

following ELV services together such as (1) IBMS, (2) Access control system, (3) IP CCTV

Surveillance System,(4) Addressable Fire alarm system in Central Government / Central

Autonomous body/ Central PSUs/ State Government/ State public Sector Undertakings/ State

Government Autonomous bodies during last 7 years ending last day of month previous to the

one in which the tenders are invited should be either of the following:-

a. Three similar completed works comprising of ELV costing not less than the amount

equal to 40% of the estimated cost of Rs.44,05,510/-put to tender

OR

b. Two similar completed works comprising of ELV costing not less than the amount equal

to 60% of the estimated cost of Rs.44,05,510/-put to tender

OR

c. One similar completed works comprising of ELV works not less than the amount equal to

80% of the estimated cost of Rs.44,05,510/-put to tender

1. The firm should :-(copy to be enclosed)

a. Have a valid PAN

b. Have a valid Goods &Services Tax registration certificate number which is not a

composition registration.

c. File a self-declaration along with the evidence that the supplier is not black listed by GST

authorities.

d. Intimate all GST Registration number to BSNL, where supplier holds multiple GST

numbers.

e. Have valid EPF Registration Certificate& ESI Registration certificate.

f. Valid Electrical license from Electricity licensing board

g. Hard copy of this un-priced NIT duly signed on all pages shall be submitted to the TOA.

h. proof for financial and Physical norms as per eligibility criteria

i. Bid Security Declaration in prescribed form as per ANNEXURE VIII

1) The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit

Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date.

2) Cost of Bid Document -Demand Draft amounting to Rs. 590/- drawn in favour of "Accounts

Officer(Cash) , O/o CGMT, BSNL, Trivandrum"

3) The online tender is to be submitted through the e-Tendering portal i.e. etenders.gov.in/eprocure/app

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 5

4) EMD --in the prescribed form. Earnest Money should be in the form of FDR/ BG (As per format at

Annexure-I) / CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn

in favour ofAccounts Officer(Cash) , O/o CGMT, BSNL, Trivandrum". The Validity period of EMD shall

be 120 days, from the date of opening of tender.(Bids must be supported by a Bid Security

Declaration in lieu of Earnest Money Deposit.( Annexure VIII)

5) The intending bidder must read the terms and conditions of BSNL EW 6 carefully. He should only

submit his bid if he considers himself eligible and he is in possession of all the documents required.

6) The Bid documents consisting of the detailed plans, complete specifications, the schedule of

quantities of the various classes of works to be done and the set of conditions of contract to be

complied with and other necessary documents, can be seen and downloaded from website e-

Tendering portal i.eetenders.gov.in/eprocure/appBSNL at free of cost from0 0 17.00 hrs onwards and

upto18.00 hrs. on

7) The bidder has to digitally sign and upload the required bid documents one by one as indicated in

the tender document. The Bid can only be submitted after uploading the following scanned

documents for participating in the e-Tendering:-

a. Demand draft towards cost of tender documents

b. EMDBid Security Declaration in prescribed form as per (Para1-7) above.

c. Self-attested Copy of CA certificate for turnover.

d. Self-attested Copy of Credentials for establishing Eligibility conditions as per NIT

e. Self-attested Copy of Valid PAN card.

f. Self-attested copy of Valid Goods & Services Tax registration certificate. It is to be certified that

the same is not a composition registration.

g. Self-declaration along with the evidence that the supplier is not black listed by GST

authorities

h. Intimation of all GST Registration number to BSNL, where supplier holds multiple GST numbers.

i. Self-attested copy of EPF Registration Certificate.

j. Self-attested copy of ESI Registration Certificate.

k. Duly filled and signed copy of Non-Relative Certificate(Annexure III)

l. Duly filled and signed undertaking regarding EPF Provisions (Annexure IV)

m. Duly filled and signed undertaking regarding ESI Provisions (Annexure V)

n. Duly filled and signed Undertaking and to abide by EW6 and EW 8 (Annexure VI).

o. Compliance Statement (Annexure VII)

p. Bid security declaration (Annexure VIII)

q. Format for Self-Certification under Preference to “MAKE IN INDIA” Policy (Annexure IX)

Also, the contractor shall submit the Original DD for cost of Bid documents, Bid Security Declaration in lieu of EMD in

the prescribed form and Hard copy of this un-priced NIT duly signed on all pages in a sealed envelope super scribed

with Name of Work, date & time of opening of technical bid along with the name and address of the bidder in the

tender box available in the office of the Executive Engineer (Electrical), BSNL Electrical Division, Ernakulum up to 13.30

PM on-00.00.2021 and the technical bid shall be opened on the same day at 14.30 PM in presence of AO, SDE [E] /

JTO (Plg.) and contractors present.

8) Financial Bid shall be opened subsequently at a date to be informed to all concerned after scrutiny of

eligibility papers & Technical Bid

9) Online bid documents submitted by intending bidders shall be opened only in respect of those bidders

whose Earnest Money DepositBid security declaration, Cost of Bid Document placed in the envelope

are found in order.

10) In case of any clarifications required in respect of the eligibility documents uploaded, the original

documents shall be produced to the tender accepting authority as per the requirement.

11) The e-Procurement system allows the bidders to modify and resubmit their bid documents before the

'closing date and time for bid submission' for the tender. After the closing date of bid submission, the

bidders are not allowed to make any changes to their bid documents. Further, the option for the bidders

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 6

to withdraw or resubmit their bids is optional, and it is up to the procuring entity to enable these

options in the system on a case to case basis for each tender. The System will overwrite the old bids and

only the latest uploaded document is retained. If you are resubmitting even a single document, the

entire packet is to be resubmitted. 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 the items) but before last

date and time of submission of bid as notified.

12) The bid submitted shall become invalid and cost of bid shall not be refunded if:

(i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents as per Para-7above.

(iii) In case any discrepancy is noticed between the documents attached through the “Eligibility

Documents” button under the “Tender Request” part of the of e-Tender process at the time

of submission of bid and hard copies (Sl.7 above) as submitted physically in the office of

tender opening authority.

13) General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on BSNL

website www.kerala.bsnl.co.in/tenders/electrical.

14) This tender document has been published on the Central Public Procurement Portal (URL

https://etenders.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids

electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below

are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance /app

15) The intending bidders must have valid (Class II or Class III Certificates with signing key usage) issued by

any Certifying Authority with the requirements and submitting their bids online on the CPP Portal. More

information useful for submitting online bids on the CPP Portal may be obtained at (URL

https://etenders.gov.in/eprocure/app) recognized by CCA India.

16) On opening date, the contractor can login and see the bid opening process. After opening of bids he will

receive the competitors bid sheets.

17) 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.

18) Certificate of Financial Turnover(If applicable): At the time of submission of bid, contractor may upload

Affidavit / Certificate from Chartered 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.

19) Contractor must ensure to quote rate of each item. If any cell is left blank and no rate is quoted by the

bidder, rate of such item shall be treated as “0” {Zero}.

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

21) 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.

22) Agreement shall be drawn with the successful tenderer on prescribed Form No. BSNL EW-6 & 8, which is

available on BSNL website www.kerala.bsnl.co.in/tenders/electrical. Tenderer shall quote his rates as

per various terms and conditions of the said form.The time allowed for carrying out the work will be as

mentioned above in the EW 6.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 7

23) 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.

24) a) MSE Certificate enlisted with tendered items issued by statutory bodies as per latest guidelines issued by

Ministry of Micro, Small & Medium Enterprise (MSME) Government of India (valid as on date of opening of

tender) if applicable. In case the ownership of such MSE entrepreneurs happens to be from SC/ST category,

proof in this regard also need to be Contractor EE E Page 7 submitted. (b) Self-declaration of UAM number (only

applicable to MSE

25) 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.

26) Performance Guarantee (PG): The contractor is required to furnish performance guarantee for an

amount equal to 3% + 18% GST (3% up to 31.12.21) of the contract value in the form of bank guarantee

/ CDR/FDR/DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date

of issue of award letter. The validity period of the performance security in the form of performance bank

guarantee shall be valid for a period of 1 year from the stipulated date of completion of work.

27) Security Deposit: In addition to the performance guarantee stated above, a sum @ 10% of the gross

amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted

with the sum already deposited as earnest money, will amount to security deposit of 5% of the tendered

value of the work. This SD shall be released after an observation period of 12 months after the date of

completion of work.

28) The acceptance of tender will rest with the Superintending Engineer (E), BSNL Thiruvananthapuram who

does not bind himself to accept the lowest tender or any other tender & reserves to himself the

Authority to reject lowest or all the tenders received without assigning any reason. All tenders in which

any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected.

Tenders with any condition including that of conditional rebates shall be summarily rejected.

29) Canvassing in connection with tender is strictly prohibited & the tenders submitted by the contractors

who resort to canvassing will be liable for rejection.

30) The BSNL reserves itself the right of accepting the whole or any part of the tender & the tenderer

shall be bound to perform the same at the rates quoted.

31) 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 & for partnership firm certificate

will be given by all the Directors of the company.

32) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from

participation in tenders and execution of works in the different units of BSNL. The near relatives for this

purpose are defined as:

a) Members of a Hindu Undivided family.

b) They are husband and wife.

c) The one is related to the other in the manner as father, mother, son(s) & son's

Wife (daughter-in-law), Daughter(s) & daughter's husband (son-in-law), brother(s) &brother's

Wife, sister(s) & sister's husband (brother -in-law)

33) The company or firm or any other person is not permitted to tender for works in BSNL

Unit in which his near relative (s) is (are) posted. The unit is defined as SSA / Circle / Chief Engineer /

Chief Archt./ Corporate office for non-executive employees and all SSA in a circle including circle

office/Chief Engr. / Chief Archt./ Corporate office for executive employees (including those called as

Gazetted officers at present). The tenderer should give a certificate that none of his/her such near

relative is working in the units as defined above where he is going to apply for tender / work, for

proprietorship, partnership firms & limited company certificate shall be given by the authorized

signatory of the firm. Any breach of these conditions by the company or firm or any other person, the

tender/work will be cancelled and earnest money/performance guarantee will be forfeited at any stage

whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned

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

concerned unit. The format of the non-relative certificate is given in Annexure III.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 8

34) No employee in BSNL / Govt. of India is allowed to work as a contractor for a period of two years of his

retirement from service without the prior permission. The contract is liable to be cancelled if either the

contractor or any of his employees is found at any time to be such a person who had not obtained the

permission as aforesaid before submission of tender and engagement in the contractor’s service.

35) It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the tender

documents for all the component parts and after the work is awarded he will have to enter into a

separate agreement with the officer concerned.

36) The tenders for the work shall remain open for acceptance for a period of 90 days from the date of

opening of the tenders. If any tenderer withdraws his tender before the said period or makes any

modification in the terms and conditions of the tender which is not acceptable to the BSNL shall,

without prejudice to any other right of remedy be at liberty to forfeit 50% (fifty percent only) of the said

earnest money absolutely.

37) Extension of validity: In case, where the letter of award of work cannot be placed within the validity

period of the tender, the BSNL can request all tenderers to extend the validity of their respective

tenders and the Earnest Money deposit by a reasonable period. In such cases, extension of validity of

Earnest Money deposit by 30 days beyond the extended validity date of tender should also be asked for.

While BSNL can make the request for extension, the tenderer is free to either extend the validity or

refuse the request to extend the validity.

38) The contractor should read the tender documents carefully before submitting the tender.

39) 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, formally sign the contract consisting of:

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and

drawings, if any, forming part of the tender and as issued at the time of invitation of tender and

acceptance thereof together with any correspondence leading thereto.

b) Standard BSNL EW-8 form.

40) EPF PROVISIONS: The agency has to comply with the provision of EPF and miscellaneous provisions Act -

1952 and employees Provident Fund scheme-1952 as amended up to date in respect of

labours/employees engaged by them for this work. Any consequences arising due to non-complying of

provisions as specified above shall be of the sole responsibility of the firm only. The agency shall give an

undertaking to this effect as per the prescribed proforma (Annexure IV )

41) The site for the work shall be made available in full or parts.

42) If any terms and conditions mentioned in this NIT document are in contravention to BSNL EW6/EW 8

General Conditions of Contract, the terms and conditions mentioned in this document shall prevail.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 9

43) Termination of contract on death of contractor: Without prejudice to any right 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.

44) Indulging of contractor in criminal/ Anti-social activities and cases under investigation/charge sheeted

by CBI or any other Government agencies etc.: If the CBI/independent External Monitor (IEM) / income

tax /Central Govt Taxes/State Govt Taxes Departments recommends such a course- Action will be taken

as per directions of CBI or concerned department.

45) Mandatory requirements for billing under GST shall beensured by the firm for availing input credit as

applicable to BSNL.

46) The vendor should up load the invoice in GSTN site immediately on issue of the same without which the

invoice will not be processed for payment.

FILE NO: 45(2) / EEE- BSNL/ ED/EKM/193 DATED .16.11.2021.

Executive Engineer (E)

For and on behalf of BSNL

Copy to:

1. The CE(E),BSNL KEZ,TVM / TNEZ Chennai

2. The SE(E),BSNL KEZ,TVM/CLT

3. All EE(E)s under Kerala Zone

4. The Eligible contractors

5. The AO/Notice Board/Spare

6. Official website

7. Central Procurement Portal

Executive Engineer (E)

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 10

TENDER SUBMISSIONFORMAT

A. Check List for Bidders

Notes for Submission of Documents:

1. The bidder shall have to download the Tender documents and again shall upload the documents with

digital signature before the prescribed date and time.

The bidder shall submit the Original documents of DD towards cost of Bid documents,EMDBid Security Declaration in

the prescribed form andHard copy of this un-priced NIT duly signed on all pagesin a sealed envelope mentioning

Name of Work: Providing Electrical Infra structure works for Cable Landing Station at Amni under KLI

Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system

date & time of opening of bidsalong with the name and address of the bidderin the tender box of office of Executive

Engineer (E), BSNL Electrical Division, Ernakulambefore the prescribed date and time (Ref.EW 6).

2. Online bid documents submitted by intending bidders shall be opened only in respect of those bidders,

whose Cost of Bid Document,EMD Bid Security declaration and eligibility credentialsare found in order.

3. The Firms who fulfil the following requirements and submit proof shall be eligible to bid.

DETAILS TO BE UPLOADED

Name of Vendor:

SL.

NO DESCRIPTION

Uploaded

yes /No

The following documents of EMDBid Security Declaration, Cost of Bid

Document and eligibility credentials shall be attached through the “Eligibility

Documents” button under the “Tender Request” part of the e-Tender

process.The price bid will only be opened after satisfying the eligibility

conditions are met.

1.

The intending bidder has to fill all the details such as Banker's name, Demand

Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque /Bank Guarantee

number, amount and date

a) Cost of Bid Document: Demand draft amounting to Rs. 590/- drawn in

favour of "Accounts Officer(Cash) , O/o CGMT, BSNL,

Trivandrumpayable at Trivandrum (Demand Draft only)

c) EMD -amounting Rs.0/-in the prescribed form. Earnest Money should be in

the form of FDR/ BG (As per format at Annexure-I)/ CDR of a

nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn

in favour of "Accounts OfficerCash) , O/o CGMT, BSNL, Trivandrum”must

accompany each tender.Bid Security Declaration. The Validity period of EMD

is 120 days, from the date of opening of tender.

2. Self-attested Copy of CA certificate for turnover.

3. Self-attested copy of credentials of eligibility as per eligibility criteria

4. Self-attested Copy of PAN card.

5. Self-attested copy of Valid Goods & Services Tax registration

certificate& certificate that it is not a composition registration.

6. Self-declaration along with the evidence that the supplier is not black

listed by GST authorities

7. Intimation of all GST Registration number to BSNL, where supplier holds

multiple GST numbers.

8. Self-attested copy of EPF Registration certificate

9 Self-attested copy of ESI Registration certificate

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 11

10 Duly filled and signed copy of Non-Relative Certificate(Annexure III)

11. Duly filled and signed undertaking regarding EPF Provisions (Annexure IV)

12. Duly filled and signed undertaking regarding ESI Provisions (Annexure V)

13. Duly filled and signed Undertaking and to abide by EW6&EW 8 (Annexure VI).

14. Compliance Statement (Annexure VII)

15 Bid security declaration ( Annexure- VIII)

16 Valid Electrical License from Electricity Licensing Board

B. INFORMATION FOR BIDDERS ( e-TENDER)

1. For e-Tendering of this tender BSNL is using the Central Public Procurement Portal (URL

https://etenders.gov.in/eprocure/app). The agency intending to participate in tendering

process shall have to register with URL https://etenders.gov.in/eprocure/app. Those

Contractors not registered on the website mentioned above, are required to get registered

beforehand. The intending bidder can get registered with Central Public Procurement

Portal free of cost with registration particulars. For details kindly visit website (URL

https://etenders.gov.in/eprocure/app). or contact Executive Engineer.

2. The intending bidder must have valid (Class II or Class III Certificates with signing key usage)

issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.)

with their profile. to submit the bid.

3. The intending bidder should read carefully and understand the tender document, procedure

for e- tendering etc. completely before participating in the e-tender procedure. Participation

in the e-tendering, presumes that the bidder (s) has/have read all the conditions, Special

Conditions of the contract, Schedule of quantity etc. and agree/abide by them. He should only

submit his bid if he considers himself eligible and he is in possession of all the documents

required.

4. The bid document consisting of BSNL EW 6, Specifications, Schedule of quantities of various

types of items to be executed and the set of terms and conditions of the contract to be

compiled with and other necessary documents can be seen and downloaded from

https://etenders.gov.in/eprocure/app). orwww.kerala.bsnl.co.in free of cost.

5. The bid can only be submitted after uploading the mandatory scanned documents given

herein above, such as demand draft/FDR/BG/CDR as applicable towards cost of bid document

andBid Security Declaration EMD. Information and instructions for bidders posted on website

shall form part of bid document.

6. On opening date, the contractor can login and see the bid opening process. After opening of

bids he will receive the competitors bid sheets.

7. Certificate of Financial Turnover: At the time of submission of bid, contractor may upload

Affidavit/ Certificate from Chartered Accountant mentioning Financial Turnover of last 3 years

or for the period as specified in the bid document. There is no need to upload entire

voluminous balance sheet.

8. Contractor must ensure to quote rate of each item. If any cell is left blank the same shall be

treated as “0”(ZERO).

9. The intending bidder should see all the conditions of contract uploaded in the website

including Corrigendum if any, till the last date of submission of bid.

10. BSNL reserves the right to reject any prospective application without assigning any reason and

to restrict the list of qualified contractors to any number deemed suitable by it, if too many

bids are received satisfying the laid down criterion.

Seal of the firm Signature of contractor/firm

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 12

C. INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR THE E-SUBMISSION OF THE BIDS

ONLINE THROUGH TENDER SITE https://eprocure.gov.in/eprocure/app.

The tender document has been published on the Central Public Procurement Portal (URL https://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at https://etenders.gov.in/eprocure/app.

REGISTRATION

1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement

Portal (URL https://etenders.gov.in/eprocure/app. by clicking on the link “ Click here to Enroll ”

on the CPP Portal Enrolment which is free of charge.

2. As part of the enrolment process, the bidders will be required to choose a unique username

and assign a password for their accounts.

3. Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the CPP Portal.

4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate

(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority

recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.) with their profile.

5. Only one valid Digital Signature Certificate should be registered by a bidder. Please note that

the bidders are responsible to ensure that they do not lend their Digital Signature Certificate to

others which may lead to misuse.

6. Bidder then logs in to the site through the secured log-in by entering their user ID/ password

and the password of the DSC/e- Token.

SEARCHING FOR TENDER DOCUMENT

1. There are various search options built in the CPP Portal, to facilitate bidders to search active

tenders by several parameters. These parameters could include organization name, location,

date value, etc. There is also an option of advanced search for tenders, wherein the bidders

may combine a number of search parameters such as organization name, form of contract,

location, date, other keywords etc. to search for a tender published on the CPP Portal.

2. Once the bidders have selected the tenders they are interested in, they may download the

required documents/tender schedules. These tenders can be moved to the respective ’My

Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in

case there is any corrigendum issued to the tender document.

3. The bidders should make a note of the unique Tender ID assigned to each tender, in case they

want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS

1. Bidder should take into account any corrigendum published on the tender document before

submitting their bids. Please go through the tender advertisement and the tender document

carefully to understand the documents required to be submitted as part of the bid. Please note

the number of covers in which the bid documents have to be submitted, the number of

documents – including the names and content of each of the document that need to be

submitted.

2. Bidder, in advance, should get ready the bid documents to be submitted as indicated

in the tender document/schedule and generally, they can be in PDF/SLS/RAR/DWF formats. Bid

documents may be preferably scanned with 100 dpi with black and white option. 3. To avoid the time and effort required in uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. Those documents may be directly submitted from the “My Space” area while submitting a bid,

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 13

and need not to be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1. Bidders should log into the site well in advance for bid submission so that he/she upload the bid

in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to

other issues.

2. The bidder has to digitally sign and upload the required bid documents one by one as indicated

in the tender document.

3. Bidder has to select the payment option as “offline” to pay the Tender Fee &EMD and enter

details of DD/any other accepted instrument.

4. Bidder should prepare the TENDER FEE &EMD as per the instructions specified in the tender

document. The details of the Tender Fee &Bid Security Declaration EMD physically sent, should

tally with the details available in the scanned copy and the data entered during bid submission

time otherwise the tender will be summarily rejected.

5. 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. 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.

6. Bidders are required to note that they should necessarily submit their financial bids in the

format provided and no other format is acceptable. The price bid has been given as a standard

BoQ format (BoQ_xxxx.xls) with the tender document, then the same is to be downloaded and

to be filled by all the bidders. Bidders are required to download the BoQ file, open it and

complete the green colored (unprotected) cells with their respective financial quotes and other

details (such as name of the bidder). No other cells should be changed. Once the details have

been completed, the bidder should save it and submit it online, without changing the filename.

If the BoQ file is found to be modified by the bidder, the bid will be rejected.

7. The server time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders, opening of

bids etc. The bidders should follow this time during bid submission. The bidders are requested to

submit the bids through online e-tendering system to the TIA well before the bid submission end

date & time (as per Server System Clock).

8. All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by

unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained

using the secured Socket Layer 128 bit encryption technology. Data storage encryption of

sensitive fields is done.

9. The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

10. Upon the successful and timely submission of bids, the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date & time of

submission of the bid with all other relevant details.

11. The bid summary has to be printed and kept as an acknowledgement of the submission of the

bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1. Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority (TIA)i.e. Executive Engineer E , Electrical

Division Ernakulam, 4 th Floor, CTO Building Ernakulam, email – [email protected],

Phone no-9446566039, 9446546150.

2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in

general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk

is 1800 233 7315.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 14

D. INSTRUCTIONS FOR BIDDERS ( e-TENDER) Special Note

For participating in this tender online, the following instructions need to be read carefully. These

instructions are supplemented with more detailed guidelines on the relevant screens of the e-Tender.

1. TENDER BIDDING METHODOLOGY: Electronically Sealed Bid System – “ SINGLE STAGE BIDDING TWO

STAGE OPENING ”. In this case of two electronically sealed envelopes bid system, the Techno-

Commercial bid (including the Eligibility documents) [Cover I] & Price Bid [Cover II] shall be submitted by

the bidder at the same time.

At the first stage, only the technical bids will beopened and evaluated by the techno-commercial

evaluation committee/Authority. Financial bids of only techno-commercially acceptable offersshallbe

opened at the second stage.

BROAD OUTLINE OF ACTIVITIES FROM BIDDERS PROSPECTIVE:- Separate menu for assisting bidders are

available on web page https://etenders.gov.in/eprocure/app

2. DIGITAL CERTIFICATES: For integrity of data and its authenticity/ non-repudiation of electronic records,

and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC) also

referred to as (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority

recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.) [refer http://www.cca.gov.in].

3. BID RELATED INFORMATION FOR THIS TENDER (SEALED BID) : The entire bid-submission would be

online on e-TENDER. Broad outline of submissions are as follows:

� Submission of Cost of bid document,Bid Security Declaration (EMD). the Techno-Commercial bid

(including the Eligibility documents) [Cover I]

� Submission of digitally signed copy of Price Bid [Cover II]

OFFLINE SUBMISSIONS: The contractor shall submit the DD for cost of Bid documentsand EMD in

theform of demand draft/FDR/ BG (As per format at Annexure-I)/ CDR of a nationalized/scheduled bank

guaranteed by the Reserve Bank of India] drawn in favour of "Accounts Officer (Cash), O/o the CGMT

BSNL, Trivandrum ” in the prescribed form, and Hard copy of this un-priced NIT duly signed on all

pagesalong with following documents in one sealed envelope mentioning Name of Work: Providing

Electrical Infra structure works for Cable Landing Station at Amni under KLI Submarine cable project

.SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system , date & time of

opening of bids in the tender box available in the office of Executive Engineer (Electrical),BSNL

Electrical Division, Ernakulam before the prescribed date & time as notified and shall be opened in

presence of AO, SDE /JTO and contractors present (Ref EW6).

4. PUBLIC ONLINE TENDER OPENING EVENT (TOE): E-Tender offers a unique facility for “Public Online

Tender Opening Event (TOE)”. Tender Opening Officers as well as authorized representatives of bidders

can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this

purpose, representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry a

Laptop and Wireless Connectivity to Internet.

5. The following key instructions for BIDDERS must be assiduously adhered to:

1) Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender

submission deadline in the Central Public Procurement Portal (URL

https://etenders.gov.in/eprocure/app) tender Site.

2) Register your organization on the Central Public Procurement Portal e-tender site well in advance of

your first tender submission deadline on (URL https://etenders.gov.in/eprocure/apptender Site.

3) Get your organization’s concerned executives trained on Central Public Procurement Portal e-

tender Site well in advance of your first tender submission deadline on Central Public Procurement

Portal e-tender Site(URL https://etenders.gov.in/eprocure/app)

4) Submit your tender well in advance of tender submission deadline on Central Public Procurement

Portal e-tendersite as there could be last minute problems due to internet timeout, breakdown, etc.

NOTE: While the first three instructions mentioned above are especially relevant to first-time users

of Central Public Procurement Portal e-tender site, the fourth instruction is relevant at all times.

For any technical related queries vendors are requested to please call the Helpdesk.

The 24 x 7 Help Desk Number +91 0120-4200462, +91 0120-4001002, +91 0120-4001005, 0120-

6277 787andE-Mail : support-eproc[at]nic[dot]in

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 15

Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject

while emailing any issue along with the Contact details.

For any Issues / Clarifications relating to the published tender(s) Kindly contact the Executive

Engineer (Ele), BSNL Electrical Division Ernakulam.

Executive Engineer (E)

For and on behalf of BSNL

E. E.TENDER SUBMISSION FORMAT (For e-Tender )

IMPORTANT NOTE: Before submitting on line tender document, contractor must verify the check list

properly for submission of required documents & uploading of their scanned copies as per instructions.

To,

The Executive Engineer (E),

BSNL Electrical Division,

Ernakulam.

Subject: Submission of e-Tender for the work of Providing Electrical Infra structure works for Cable Landing

Station at Amni under KLI Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and

Intruder Alarm system as per tender publication advertised by your office and display of Notice Inviting

Tender in web site www.kerala. bsnl.co.in and https://etenders.gov.in/eprocure/app,We are hereby

submitting the following documents duly self attested.

ENVELOPE – I

1 Tender due on

2 Tender Cost. Rs. 590/-

a Demand Draft No.

b Date

c Amount

d Name of Bank and Branch

e In favour of Accounts Officer(Cash) , O/o CGMT, BSNL, Trivandrum

payable at Trivandrum

3 Earnest Money Deposit NIL ( up to 31.12.21) Under Taking as per Annexure VIII

a FDR / CDR /BG No.

b Date

c Amount (0/-)

d Name of Bank and Branch

e In favour of Accounts Officer(Cash) , O/o CGMT, BSNL, Trivandrum

payable at Trivandrum.

4 Details of firm / Company

a Name of firm / Company

b Name of Proprietor/Partner/

ManagingDirector

c Address

d PIN Code

e Telephone Number

f E-mail address (mandatory)

g Address of branch/Head Office

Name

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 16

5 Chartered Accountant Certificate

Date.

6 Goods & Service Tax Registration

number and date

7 EPF Registration number

8 ESI Registration number

9 Bank details of agency for

RTGS/Online payment

a Bank account number

b Bank name and branch

c IFSC Code

10 Eligibility credentials as mentioned

under section I (EW6) as applicable

to be enclosed

12. List of works carried out(To be issued by the user not below the rank of Executive Engineer).

This is to certify that the work has been completed satisfactorily as per details given in tender document /P.O.

Sl.No Name of Work:

Date

of

Date of Amount

of

Depart

ment

and

P.O. /

start Completion work

Done

Agree

ment

No.

1.

2.

3.

12. ANNUAL TURN OVER

(To be issued by Chartered Accountant on his letter head indicating following)

Sl. No Year Annual turn over

1 2018-2019 Rs.

2 2019-2020 Rs.

3 2020-2021 Rs.

I/we,……………………………………………………..Proprietor/ duly authorized representative of M/s

……………………………………………..hereby certify that the information given above is true to the best of my

knowledge and belief. I have been duly authorized to sign and certify the documents. I understand that any

wrong information/suppression of facts will disqualify us from being considered for the tender participation.

Place Signature

Date Name in Block Letters

Seal of the Firm

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 17

BHARAT SANCHAR NIGAM LIMITEDELECTRICAL WING

BSNL KERALAELECTRICAL ZONE,TVM BSNL ELECTRICAL CIRCLE,TVM

BSNL ELECTRICAL DIVISION, ERNAKULAM

Tender for the work ofProviding Electrical Infra structure works for Cable Landing Station at Amni

under KLI Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder

Alarm system

Nameof

Contractor/firm:…………………………………………………………………………………………………………………………………………

………………………………………………………………………………………...………………………………………………………………………

…………………………..

UNDERTAKING

1. I / We have read and examined the notice inviting tender, schedule, specifications applicable,

Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, special

conditions, Schedule of Rates and other documents and Rules referred to in the conditions of contract

and all other contents in the tender document for the work.

I / have read and examined the General Rules and Directions and clauses of EW-8.The Name of Work:

Providing Electrical Infra structure works for Cable Landing Station at Amni under KLI Submarine

cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system

I, time allowed for work , estimated cost, tender cost, mode andproforma of Bid Security Declaration

amount of EMDetc, where ever appearing in EW-6/EW-8 shall be as per the notice inviting tender

available on the web site.

2. I / We hereby tender for the execution of the work specified for BSNL within the time specified, as

per the schedule of quantities and in accordance in all respects with the specifications, designs,

drawings and instructions and other documents and Rules referred to in the conditions of contract and

all other contents in the tender document for the work.

3. I / We agree to keep the tender open for ninety (90) days from the due date of submission thereof

and not to make any modifications in its terms and conditions.

4. An undertaking has been submitted as per Annexure VIII in lieu of Earnest

money. A sum of Rs.0/-is hereby forwarded in the form of Deposit at call receipt / FDR / Bank

guarantee of a Nationalized / Scheduled Bank as earnest money. If I / We, fail to commence the work

specified I/We agree that the said BSNL shall without prejudice to any other right or remedy, be at

liberty to forfeit the said earnest money debar for a period of three years absolutely and the same may

at the option of the competent authority on behalf of BSNL be recovered without prejudice to any

other right or remedy available in law out of the deposit in so far as the same may extend in terms of

the said bond and in the event of deficiency out of any other money due to me/us under this contract

or otherwise.

5. Should this tender be accepted, I/We agree to execute all the works referred to in the tender

documents upon the terms and conditions contained or referred to therein and to carry out such

deviations as may be ordered up to maximum of 50%, as per the conditions of “Important Note for the

contractors”.

6. I/ We agree that the said EW-6/ EW-8 shall be made a part of the contract while entering into the

agreement (can be down loaded at http://electrical.bsnl.co.in/BSNL EW-8.pdf) or

http://kerala.bsnl.co.in/open_other_links.aspx?flg=E

7. I / we agree to furnish to BSNL Deposit at call receipt / FDR / Bank guarantee of a Nationalised /

Scheduled Bank for an amount equal to 3 % of the contract value in a standard format within two

weeks from the date of issue of letter of Acceptance. I / We agree to keep the Performance Bank

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 18

Guarantee validity as per relevant clause of Notice Inviting Tenders.

8. I / We hereby declare that I/We shall treat the tender documents drawings and

other records Connected with the work as secret / confidential documents and shall not communicate

information / derived there from to any person other than to whom I / We am / are authorized to

communicate the same or use the information in any manner prejudicial to the safety or interest of

BSNL.

9. This agreement is subject to the jurisdiction of court of law at Thiruvananthapuram

Signature of Witness Signature of contractor

(Required in case thumb impression is(Seal of Contractor)

given by the contractor in place of signature )

(Name & Postal address)

Occupation of Witness Date:

A C C E P T A N C E

i) The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted

by me for and on behalf of BSNL for a sum of Rs.

(Rupees………………………………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………………………………………….)

The letters referred to below shall form part of this contract Agreement.

a)

b)

c)

For & On behalf of BSNL

Signature.................................................

Name & Designation Dated

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 19

SECTION II GENERAL RULES AND DIRECTIONS

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

displayed on Notice Board in select BSNL offices and signed by the officer inviting tender or by

publication in News papers/internet (designated web page) as the case may be.

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

and the time allowed for carrying out the work; also the amount of earnest money to be deposited

with the tender, and the amount of Performance Guarantee to be deposited by the successful

tenderer(s) and the amount of Security Deposit to be deducted from the bills. Copies of the

specifications, designs and drawings and any other documents required in connection with the work

signed for the purpose of identification by the Officer inviting tender shall also be open for inspection

by the contractor at the office of Officer inviting tender during office hours.

1. In the event of the tender being submitted by a firm it must be signed by the authorized signatory.

2. Receipts for payments made on account of work when executed by a firm, must also be signed by

authorized signatory.

3. Any person who submits a tender shall fill up on line at what rate he is willing to undertake each item

of the work. Tenders, who propose any alteration in the work specified in the said form of invitation to

tender, or in the time allowed for carrying out the work, or which contain any other condition of any

sort, including conditional rebates will be summarily rejected. However, tenders with unconditional

rebate will be acceptable. No single tender shall include more than one work, but contractors who wish

to tender for two or more works shall submit separate tender for each. Tenders shall have the name

and number of the works to which they refer written on the envelopes. The rates(s) must be quoted in

decimal coinage.

4. The Officer inviting tender or his duly authorized assistant will open tenders in the presence of any

intending contractors who may be present at the time, and will enter the amounts of the several

tenders in a Comparative Statement in a suitable form. In the event of a tender being accepted a

receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who

shall thereupon for the purpose of identification sign copies of the specifications and other documents

mentioned in Rule-1.In the event of a tender being rejected, the earnest money forwarded with such

unaccepted tender shall thereupon be returned to the contractor remitting the same without any

interest.

7. The officer inviting tenders shall have the right of rejecting all or any of the tenders, and, will not be

bound to accept the lowest or any other tender.

8. The memorandum of work tendered for and the schedule of materials to be supplied by BSNL shall be

filled and completed in the office of the Officer inviting tender before the tender form is issued.

9. The tenderer shall sign a declaration under the officials Secret Act, 1923 for maintaining secrecy of the

tender documents drawings or other records connected with the work given to them. The unsuccessful

tenderers shall return all the drawings given to them.

10. All rates shall be quoted in the tender form only.

11. Procedure for dealing with ambiguities in rates: That if on check there are differences between the

rates given by the contractor in words and in figures or in amount worked out by him, the following

procedure shall be followed:-

In e-tendering the intending bidder can quote his rates in figures only. The rates in words, amount of

each item and total is generated automatically. Therefore the rate quoted by the bidder in figures is to

be taken as correct.

12. BSNL/DOT shall deduct statutory deductions from payments due to the firm as per rules of the State /

Central Government. DOT (Client/ customer) will deduct the statutory deductions from the bills and

remit to respective departments.

13. The tender for the work shall not be witnessed by a contractor or contractors who himself/themselves

has/have tendered orwho may and has/have tendered for the same work.Failure to observe this

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 20

condition would wouldrender,tenders of the contractors tendering,as well as witnessing the

tender,liable to summary rejection.

14. Other agencies will also simultaneously execute the works like horticulture, external, services,

installation of telephone exchange equipment and other building works for the same project along

with this work in particular. The contractor shall afford necessary facilities for the same. No claim in the

matter shall be entertained.

15. Some restrictions may be imposed by the security staff etc. on the working & / or movement of labour,

material etc., The contractor shall be bound to follow all such restrictions / instructions and nothing

extra shall be payable on this account.

16. The contractor shall comply with the provisions of the Apprentices Act 1961, & the rules & orders

issued there under from time to time. If he fails to do so, his failure will be a breach of the contract &

the Engineer-in-charge may in his discretion without prejudice to any other right or remedy available in

law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account

of any violation by him of the provisions of the said Act.

17. Agency has to observe all the labour rules & regulations in force. Agency shall be fully responsible for

any violation observed at any time.

18. Bye laws indemnity against liabilities.

� The contractor shall comply with all by laws & regulations of the local and statutory

authorities having jurisdiction over the works and shall be responsible for payment of all fees

and other charges and giving and receiving all necessary notices and keep the Engineer-in

charge informed about the notices issued and received.

� The contractor shall indemnify the department against all claims in respect of patent rights

design, trademark or name of other protected rights in respect of any plant, machine, work

or materials used for or in connection with the works of temporary works and from and

against all claims demands, proceedings, costs, charges and expenses whatsoever in respect

of or in relation thereto. The contractor shall defend all actions arising from such claims and

shall himself pay all royalties, License fees damages, costs and charges of all and every sort

that may be legally incurred in respect hereof shall be borne by the contractor.

� All liabilities/ penal recoveries on matters arising out of tax/levies such as incorrect

deductions discrepancies in the filing of returns, revised assessments by the concerned

authorities etc., shall be borne by the contractor.

19. Rates quoted by the contractor shall be firm and shall be valid for the currency of contract. No

costescalation shall be permitted during the currency of contract.

*************

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 21

PROFORMA OF SCHEDULES

SCHEDULE “A” -Schedule of quantities enclosed

SCHEDULE "B"- Schedule of Materials to be issued to the contractor

Sl no

Description of Item

Quantity Rates in Figures & words at which the materials will be

charged from the Contractor

Place of Issue

1 2 3 4 5

NIL NIL NA

SCHEDULE "C" -Tools and Plants to be hired to the contractors - NIL

SCHEDULE "D"-Special Condition Of Contract, CMB & Bills to be Submitted by the Contractor

SCHEDULE "E" -Schedule of materials,Labouretc for price escalation-NIL

SCHEDULE "F" -Technical Specifications: ( IBMS& ELV system)

GENERAL RULES AND DIRECTIONS

Estimated cost of Work:Rs.44,05,510/-

Officers inviting tender: Executive Engineer (E), BSNL Electrical Division. Ernakulam

Definitions--See below

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

2(vi) Accepting Authority :Superintending Engineer (E), Thiruvananthapuram

2(x) Percentage on cost of materials and labour to cover all overheads and profit: 15 %

Standard Contract form:BSNL EW Form 8 as modified and corrected up to date

Clause 1

I) Time allowed for submission of performance

guarantee from the date of issue of letter of

acceptance in days.

: 15 days

II) Maximum Time allowable extension beyond

the period provided in I) above in days.

: 15 days

Clause 2

Authority for fixing compensation under Clause 2 : / SE (E)

Clause 5

i) No.of days after the date of issue of letter of

award for reckoning date of start

10 days

ii) Time allowed for execution of work As per NIT.

iii) Authority to give fair and reasonable EE(E) / SE(E) in charge

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 22

extension of time for completion of work

Clause 10CC Clause 10CC not applicable for this contract

Clause 11

Specifications to be followed for execution of

work

Specifications appended with Schedule of work

Clause 12

12.2

(ii)

Schedule of rates for determining the rates for additional, altered

or substituted items that cannot be determined under 12.2.(i) and ii

Not applicable .

12.2 (iii) Plus/ minus the % over the rate entered in the schedule of rates.

Not applicable

Clause 25:Competent authority for conciliation/ Arbitration: As per up to date amendments of

Arbitration &conciliation act 1996

****************

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 23

DETAILS , DOCUMENTS AND PROCESS FOR BILLING UNDER GOODS & SERVICE TAX (GST)

The Agency shall confirm the name & GST details of actual recipient ie, the

Procurement Department before issuing GST invoice as per the payment

conditions of the Agreement.

1. GST DETAILS OF BSNL KERALA CIRCLE: (Project Execution Agency)

Provisional ID registered for the GST 32AABCB5576G5ZQ

Name BHARAT SANCHAR NIGAM LTD

Address

Chief General Manager,BSNL Kerala Circle

Office,PMGJunction,VikasBhavan Post,Thiruvananthapuram-695033

State of Registration Kerala

GS TARN No. AA320317024307M

PAN AABCB5576G

2. GST DETAILS OF BSNL LAKSHADWEEP

Provisional ID registered for the GST 31AABCB5576G1ZW

Name BHARAT SANCHAR NIGAM LTD

Address TDM, BSNL , Lakshadweep Island, Kavarathi

State of Registration Lakshadweep Island

GS TARN No. *******************************************

PAN *******************************************

3. GST DETAILS OF CCA: (Procuring Department/ Client)

Provisional ID registered for the GST 32TV0000131F1DQ

Name CCA KERALA

Address CCA KERALA , DoT, THIRUVANANTHAPURAM 14

State of Registration KERALA

GS TARN No. *******************************************

PAN *******************************************

4. VENDOR INFORMATION FORM.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 24

The required vendor details for processing of bills in the format (Annexure A) under GST regime shall be

furnished to the Executive Engineer(E) concerned before execution of agreement.

(GST-Annexure-A)

VENDOR INFORMATION FORM

Vendor name

(Legal Entity Name)

Constitution of business

Communication address

State

PAN

Vendor type :

GST registration Number.

Existing tax registration number (Please

specify)

Contact Person

Designation

Telephone Number

Fax No.

Email-ID

BANK DETAILS

Name of Bank

Name of Branch

Swift Code

Account Number

Account Name

Provide the following information for all GSTregistrations :

Total no. of GST Registration (pan India)

For each of the registration, kindly provide the following information

REGISTRATION FOR STATE-1

Date of registration GSTIN/UIN

number

Registered address

PIN Code State name State code

Composition scheme availed

Declaration by : Name :

Designation:

Date :

Note : In case you have multiple registration, please insert the details in additional page.

1. KEY FORMAT REQUIREMENTS(GST- Annexure B)

1. Key requirements of a tax invoice

► Name, Address and GSTIN of the supplier;

► Invoice number containing alphabets and/or numbers, special characters;

► Date of the Invoice;

► Name, address and GSTIN of the recipient;

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 25

► HSN code of goods or Service Accounting Code (‘SAC’);

► Description of goods or services;

► Quantity in case of goods and unit;

► Total Value of goods or services;

► Taxable value of goods or services taking into account discount or abatement;

► Rate of tax (CGST + SGST / UTGST or IGST + cess(if applicable));

► Amount of tax charged in respect of taxable goods or services;

► Place of supply along with the name of State, in case of a supply in the course of inter-state

trade or commerce;

► Place of delivery where the same is different from place of supply;

► Whether the tax is payable on reverse charge;

► Signature or Digital signature of the supplier or his authorized representative.

2. The contents for revised tax invoice and credit or debit notes are outlined below:

► The word “Revised Invoice” , wherever applicable to be indicated prominently along with the

date and invoice number of the original invoice;

► Name, Address and GSTIN of the supplier;

► Nature of the document;

► Invoice number containing alphabets and/or numbers, special characters;

► Date of the Invoice;

► Name, address and GSTIN number of the recipient;

► Serial number and date of the corresponding tax invoice;

► Taxable value of goods or services, rate of tax and the amount of the tax credited or, as the

case may be, debited to the recipient;

► Name and address of the recipient and address of delivery, along with name of the state and

state in code in case of unregistered recipient;

► Signature or Digital signature of the supplier or his authorized representative.

3. Key requirements of an advance receipt voucher

► Name and address of the Supplier

► GSTIN of the Supplier

► Date of issue of voucher

► Voucher number – consecutive and alphanumeric only and unique for a financial year (hyphen

or dash or slash symbolised as , “-”, “/”, respectively, allowed) (Multiple series allowed)

► Name, address and GSTIN of the recipient

► Description of goods or services

► Amount of advance taken

► Rate of tax (SGST/UTGST, CGST, IGST or cess)

► Amount of tax

► Place of supply along with the name of State and its code, in case of a supply in the course of

inter-state trade or commerce

► Whether reverse charge applicable

► Signature or digital signature of Authorised signatory

Note: Any details or change in Proformai/r/o GST issued by GOI or UT Lakshadweep shall be incorporated

and applicable. Therefore, Vendor may confirm GST details of procurement department before invoicing.

*****************

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 26

2. VENDOR CONTRACT CLAUSES

Bharat Sanchar Nigam Limited

Vendor Contract Clauses

Sr.

No

Contractual

clause

Clause description

1 Definition 'The term 'GST Act' shall include Central Goods and Service Tax Act, 2017 (CGST), State

Goods and Service Tax Act, 2017 (SGST), Integrated Goods and Service Tax Act, 2017

(IGST), Union Territory Goods and Service Tax Act, 2017 (UTGST), Rules and any other

GST related legislation in India

2 Definition 'For the purpose of this agreement, the term 'GST' shall include Central Goods and

Service Tax Act, 2017 (CGST), State Goods and Service Tax Act, 2017 (SGST), Integrated

Goods and Service Tax Act, 2017 (IGST), Union Territory Goods and Service Tax Act,

2017 (UTGST) and any other taxes levied under the GST related legislation in India, as

may be applicable

3 Eligibility For the purpose of this agreement, the supplier should:

1. Have a valid PAN No.;

2. Have a valid Goods and Services Tax Registration Certificate No. or mention as

unregistered dealer;

3. File a self-declaration along with the evidence that the supplier is not black listed by

GST authorities;

4. Intimate all GST registration number to BSNL, where supplier holds multiple GST

numbers

4 Tax Clause All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices

as specified in clause __ above shall be borne by the supplier

5 Composition

scheme

Where the supplier is registered as a composition dealer under GST Act, it shall declare

the same at the time of acceptance of purchase order. Supplier shall not levy or

impose taxes under GST on invoices.

6 Indemnity It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) is

filed correctly and to declare correct information on the invoice and GST portal.

In case of mismatch because of vendor’s fault, prompt amendments must be made by

the supplier else supplier shall berequired to indemnify BSNL of the loss of credit due

to mis-match and BSNL shall recover the said amount from vendor. The compliances

to be adhered by supplier includes (but is not limited to) the following:

(i) Uploading appropriate invoice details on the GSTN (Goods and Service Tax Network)

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) Acceptance of changes made by BSNL on GSTN on account of non-upload or

incorrect upload of details on GSTN. Such changes w.r.t. the mis-match are required to

be accepted by supplier within the time limit prescribed under the GST law. It must be

noted that in case supplier does not accept such changes within the time limit

prescribed under GST law, the loss of input tax credit (if any) would be recovered from

the supplier.

BSNL reserves the right to be indemnified for the credit loss and recover the said

amount from the supplier in case BSNL is unable to claim the input tax credit for any

non-compliance or default or due to lack of diligence on the part of the supplier.

Further in case any credit is not received or short credit is received or in case of any

error because of which no credit is received then such equivalent amount is not liable

to be paid by BSNL. Where, however the amount has already been paid by BSNL the

same is liable to be recoverable or adjustable against subsequent payments

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 27

7 Indemnity clause It is hereby agreed between both the parties that in case any GST and/ or cess liability,

interest, penalties or any other tax/ duty/ amount/ charge/ liability / professional

costs related to litigation becomes payable by BSNL or input tax credit is denied to

BSNL due to failure of the supplier to comply with the relevant laws/ regulations

applicable in India or overseas, Supplier undertakes to indemnify BSNL for an amount

equal to amount payable by BSNL and the same shall be recovered by BSNL

8 Tax deducted at

source

Nothing contained herein in the agreement shall prevent BSNL from deducting tax at

source if required under GST Act and GST regulations, any law or any regulation.

9 Reverse charge

liability –

Domestic

procurement

Wherever domestic reverse charge is applicable on BSNL under GST Act, no tax shall

be charged by supplier on invoice. It shall be the liability of BSNL to pay tax under

reverse charge mechanism

10 Reverse charge

liability –

Unregistered

supplier

It is specifically agreed between the parties that where the supplier is not registered

under GST Act, it shall be the responsibility of BSNL to discharge liability under reverse

charge mechanism. It is further agreed that supplier shall not charge tax on invoice

11 GST invoice It shall be the responsibility of supplier to raise appropriate tax invoice as per the

provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in

case BSNL is unable to claim the input tax credit for any non-compliance / default in

raising appropriate invoice by supplier. Further all invoices should be sent to BSNL

promptly.

Further the Supplier is required to comply following requirements w.r.t. issuance of

invoice:

• All the details of supplier (name, address, GSTIN/ unregistered vendor, place of

supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the

invoice;

• Invoice/DN/CN need to be issued timely within the time prescribed under GST law;

• In case of any deficient supply, BSNL shall convey the same in a reasonable time to

enable the supplier to issue credit note and take tax adjustment;

• It would be the responsibility of the supplier to declare correct information on

invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case, the

eligibility of input tax credit is questioned or denied to BSNLon account of default by

the supplier, the same would be recovered by BSNL from the supplier;

• Registered location of the both the parties i.e. BSNL and supplier should be

mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at

the registered premise of BSNL for availment of credit and ensure that the place of

supply as per GST law is same as registered premise;

• It shall be the responsibility of supplier to raise invoice within the prescribed

timelines;

• E-waybill number should be mentioned on the invoices;

12 Debit note The supplier acknowledges and agrees to issue appropriate debit note/ credit note as

prescribed under GST Act and send to BSNL within the within the prescribed time. All

documents should be received well in advance so as to enable BSNL to claim proper

credit.

Further it shall be the responsibility of supplier to declare the details of such credit

note in the return for the month during which such credit note has been issued but

not later than September following the end of the financial year in which such supply

was made, or the date of furnishing of the relevant annual return, whichever is earlier.

BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is

unable to claim the input tax credit for any non-compliance or default or due to lack of

diligence on the part of the supplier

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 28

13 Payment terms BSNL will make payment to supplier only after the invoice is uploaded by supplier in

GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) to

BSNL.

Further it is agreed that for claiming the payment the following documents are to be

submitted by the Supplier to the paying state along with appropriate invoice:

1. Invoice along with e-way bills;

2. Each equipment shall be accompanied by supplier certification confirming

adherence to all standards for materials and workmanship quality. On copy of the

same shall be sent by the supplier to state quality head / state operation heads for

records;

3. Bill of materials;

4. Any other document as may be demanded by BSNL

14 Payment terms Supplier hereby agrees that it will be solely responsible for performing all compliances

and making payments of GST, cesses, interest, penalties or any other tax/ duty/

amount/ charge/ liability arising either out of laws/ regulations applicable in India and

overseas or because of a demand/ recovery initiated by any revenue authority under

laws/ regulations applicable in India or overseas

15 Purchase order It is understood between the parties that supplier shall raise invoice basis purchase

order issued by BSNL. In case of any deviation or disagreement by supplier on place of

supply, billing location, HSN code/ SAC code stated on PO, it shall be the responsibility

of supplier to intimate BSNL well in advance.

Further, in case supplier raises the invoice on an address other than agreed, it shall be

the responsibility of the supplier to modify the invoice.

16 Place of supply For the purpose of this agreement, place of supply under GST Act shall be the place of

supply as determined under purchase order raised by BSNL. It shall be the

responsibility of supplier to intimate BSNL well in advance in case of deviation /

disagreement with the place of supply as determined in PO.

17 Deficient Supply/

Incomplete

supply/ Rejected

supply

Each party to contract agrees that in case of any deficient supply or incomplete supply

or rejected supplier, it shall be the responsibility of supplier to issue GST compliance

credit note within the reasonable time and take tax adjustment. In case the supplier

fails to issue proper credit note within the time stipulated under the GST law the taxes

charged and not adjusted would be borne by the supplier.

18 Advance payment Where in terms of the agreement, BSNL pays advance amount to supplier for supply of

goods/ services, it shall be the responsibility of supplier to issue GST compliant receipt

voucher or such other document as may be prescribed to BSNL. Further supplier would

be required to issue refund voucher as prescribed under GST Act in case no supply is

made and no invoice is raised

19 Discount clause In cases where supplier is providing discount to BSNL for the goods supplied by it or

service rendered, following should be predetermined or mutually agreed between

supplier and BSNL:

1. Situations in which discount would be allowed by supplier to BSNL (e.g. Value-

based/ quantity-based discounts)

2. Basis and manner in which discount would be computed and allowed to BSNL

3. Deduction of such discount from the value of supply as per provision of GST Act

20 Compliance rating Supplier shall be liable to comply with all the compliances as may be prescribed to

ensure that compliance rating is not reduced below the prescribed limit as laid down

under GST Act and GST regulations.

Supplier shall be required to submit a self-declaration from time to time, that they are

not black-listed on the GST portal. Notwithstanding anything contained in agreement,

in the event of black listing of supplier i.e. compliance rating reduced below the

prescribed limit, the amount related to tax shall be paid to supplier only on receipt of

input tax credit to BSNL

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 29

21 E-way bill It shall be the responsibility of supplier to obtain e-way bill in case of movement of

goods exceeding limit as prescribed under the GST Act. Supplier would indemnify BSNL

in case of any non-compliance or default or due to lack of diligence on the part of the

supplier to comply with the e-waybill requirement

22 Penalty It is agreed by supplier that in case of any deviation, default or negligence on the part

of supplier due to which it is liable to pay penalty to BSNL, the same shall be recovered

by BSNL from supplier along with applicable GST tax (as may be applicable)

23 Liquidated

Damages

GST (if applicable) on account of liquidated damages due to delay in supply of goods

would be borne by supplier.

24 Set off It is agreed that in case of set off of 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 the BSNL, the GST on

such set off will be borne by the supplier

25 Miscellaneous 1. Supplier agrees to share the monthly information with BSNL which would be

uploaded by the supplier in its GSTR -1 along with the information of input credit to be

claimed by BSNL in such month;

2. It shall be the responsibility of vendor to provide reconciliation statement of all the

supplies made by it including issuance of credit note, debit note or other documents as

prescribed, within 30th

September following the end of relevant financial year

************

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 30

SPECIAL CONDITIONS OF CONTRACT SCHEDULE - D

A. GENERAL

01. END USER: This contract has been taken up based on the Letter No 30-176-1/2015-USOF-BB

(vol.VII) Dt 18-12-2020 of Director (VSB) USOF DOT Sanchaarbhavan , New Delhi wherein Bharat

Sanchar Nigam Ltdhas been nominated as Project Execution Agency for the work of Providing

Electrical Infra structure works for Cable Landing Station at Amni under KLI Submarine cable

project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system . All

disputes or differences whatsoever arising between the parties out of or relating to the

construction, interpretation and operation or effect of any of the terms in this agreement or the

breach thereof and all claims and benefits which arises out of the contract but which are disputed,

shall be settled by mutual discussion failing which the dispute may be referred to arbitration of

arbitrators appointed under the Arbitration act 1996 and the award of arbitrator/s shall be binding

upon both parties. The contact is subject to jurisdiction of courts of Thiruvananthapuram and of

appellate courts.

02. No escalation of any type is payable on the rates quoted during the currency of the contract or

extended currency of contract. Clause 10CC is not applicable

03. STATUTORY CLEARANCES: The contractor shall obtain necessary clearance from the concerned

statutory body including permission, approval of drawings and necessary documents etc as required

as per the mandatory requirements prevailing in the UT of Lakshadweep for Electrical Installation as

required. Necessary fee if any shall be paid by the agency and reimbursement shall be made by

BSNL/ DOTas extra on production of original fee receipt. An undertaking to this effect shall be

furnished as per Annexure A along with the Tender documents, failing which the tender is liable to

be rejected.

04. INSPECTION OF SITE: The tenderer is advised to visit the site at Lakshadweep islands and acquaint

with the form and nature of work, the quantities, and the materials necessary for the completion of

work and in general, shall himself obtain all necessary information as to risks, contingencies and

other circumstances which may influence or affect his tender. The tenderer may contact the

Executive Engineer (E) concerned to inspect the site.

05. SUFFICIENCY OF TENDER: The firm shall be deemed to have satisfied himself before entering into the

contract as to the correctness and sufficiency of his offer for the work and of the rates quoted in the

schedule of works. These rates and amounts shall, except as otherwise provided cover all his

obligations under the contract and all matters and things necessary for proper completion and

maintenance and guarantee of the work. No additional condition shall be stipulated by the tenderer.

B. COMMERCIAL CONDITIONS OF CONTRACT

1. BID PRICES, TAXES AND DUTIES

The bidder shall give the total composite price inclusive of material, labour, Packing, Forwarding, Freight

and Insurance etc. except Goods and Services Tax. Any other taxes or levies if found applicable also shall

be included in the unit price. The Goods and Services tax as applicable by Central and State Govt. should

be shown separately which only shall be payable extra, as per actual, wherever applicable on production

of proof of payment / relevant invoices / documents. The liability to pay all taxes, levies etc. as per

relevant Central and State Govt. or UT statutory by-laws shall be of contractor and BSNL will not

entertain any claim whatsoever in this respect.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 31

The vendors should furnish the correct GST rate in the price schedule. If the input tax credit is found to

be not admissible at any stage subsequently owing to wrong furnishing of GST rate, then the vendors

will be liable to refund such non-admissible amount, if already paid, along with penalty if charged by the

concerned authority. In case of any statutory variation in regard to GST within the stipulated date of

completion of individual agreement, The same shall be paid or recovered as per the actual against

documentary proof. However, beyond this period BSNL will take advantage of any tax reduction but will

not pay any extra on account of tax increase.

2. EVALUATION OF BID

The bidder shall give the total composite price inclusive of all Central &State's levies and taxes i.e. Sales

tax, purchase tax, turnover tax, works contract tax etc. or any other taxes or duties, labour ,Freight,

Forwarding, and Packing, insurance charges etc. but excluding GST. However Octroi / Entry Taxes (if

applicable) shall be reimbursed as per actual on production of original receipt for the respective tax.

a) The rates offered by the firm for every items shall be Exclusive of GST as applicable. The GST amount

calculated shall be reimbursed to the agency by BSNL / or remitted to State Govt. concerned

Department as per relevant rules prevailing during the currency of the agreement..

b) The evaluation & comparison of responsive financial bids shall be done on the basis of composite price

(total cost) inclusive of all taxes and levies but Excluding GST. The GST component shall not be

considered for the purpose of tender evaluation.

c) The total composite price shall comprise of unit price and all other components of price need to be

individually indicated quoted against the goods/material/service, it proposes to supply under the

contract.

d) The unit wise cost/breakup is necessary for the purposes of information and verification of composite

price so quoted by the contractor/supplier.

e) The technical & commercial bid shall be evaluated by the tender evaluation committee and if

necessary clarifications / confirmation , for deviations (if any) shall be taken from the eligible

bidders so as to evaluate their bids as per terms and conditions of the tender documents to decide

the technically & commercially responsive / non - responsive bidder.

f) The firms/vendors shall not be at any stage allowed to revise/modify the financial bid/ quoted price

once submitted with the tender document after last time and date of submission of technical bid as

notified.

g) All other tender processing will be done as per procurement manual ( electrical) issued and other

relevant codified rules shall be followed in this regard

h) The liability to pay all taxes, duties, levies etc., shall be of contractor and BSNL will not entertain any

claim whatsoever in this respect. However GST shall be paid extra/reimbursable in actual and as

applicable as per Central/ State Govt. Rules.

i) No sales tax concessional forms will be issued by BSNL. However road permit shall be issued by the

department on specific request of firm.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 32

j) The rate offered by the firm shall be inclusive of the levy of the CESS under building and other

construction workers welfare fund as applicable in the state. The department will deduct Cess from

payments due to the firms and as per the rules of the State Government.

k) Tax Deducted At Source: -BSNL shall recommend deduction of TDS (e.g. work contract tax/VAT, Cess,

income tax and other statutory deductions) from payments due to the firm as per rules of the State /

Central Government/ UT and Certificate for such deduction shall be issued to the firm by competent

payment authority of the Procuring department.

3. INCREASE/DECREASE OF TENDER QUANTITY

a) The quantities as per schedule of work are subject to deviation up to 25 % (twenty five percent) of

the quantity of goods and services specified in the schedule of items without any change in the unit

price or other terms and conditions as applicable at the time of award of contract .

b) In exceptional situation where the requirement is of an emergent nature and it is necessary to

ensure continued supplies from the existing vendors, the purchaser reserves the right to place

repeat order up to 50% of the quantities of goods and services contained in the running tender/

contract within a period of twelve months from date of Award of work at the same rate or a rate

negotiated (downwardly) with the existing vendors considering the reasonability of rates based on

prevailing market conditions and the impact of reduction in duties and taxes etc.

4. CURTAILMENT OF QUANTITY

BSNL reserves the right to enforce curtailment in the assigned quantum of work for any contractor on

the grounds of defaults/delay in regard to execution of the individual work assigned.

5. TERMS OF PAYMENTS

a) Payment to the contractors during progress of work is regulated for all the items as below. No

advance payment will be made. The payment to the contractors during progress of work shall be

regulated as under Stipulations like “levy of interest on payment if not made in specified time” are

not acceptable to the department.

i). 60% of pro-rata of the approved price breakup of contract value on receipt of major

equipment’s at site of the work for claiming this payment, the firm shall submit the invoice

or bill as per GST to the paying authority.

ii). 20% of pro-rata of the approved price breakup of contract value after successful installation

iii). 10% of pro-rata of the approved price breakup of contract value after successful testing of

the equipment.

iv). 10% of the approved contract value after the successful completion of Acceptance testing,

commissioning and handing over of the installation to the client.

b) In cases where shortages/ damages are intimated to the supplier in writing, the balance payment

shall be released only after the cases are settled in accordance with the provision of the P.O.

c) No payment will be made for goods rejected at the site on testing. Payment, if made, for such items

shall be recovered from subsequent bills or other bills.

d) The bidder has to give the mandate for receiving payment (For SITC & AMC work) electronically and

the charges if any, levied by bank has to be borne by the bidder/ contractor/ supplier. The bidder

company are required to give the following information for this purpose:-

i. Beneficiary Bank Name :

ii. Beneficiary branch Name :

iii. IFSC code of beneficiary Branch

iv. Beneficiary account No:

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 33

v. Branch serial No. (MICR No.)

For AMC

i) Payments shall be made once in three month subjected to submission of maintenance report signed

by concern in charge. Note (Separate yearly supplementary agreement shall be entered after

completing the 2 year guarantee period with BSNL /DOT/USOF for the AMC part at the rate quoted in

this tender , shifting the corresponding balance SD / PG to the new agreement)

6. FORFEITURE OF EMD As per Annexure VIII

a) If any tenderer withdraws his tender before the expiry of the validity period or before the issue of

letter of acceptance whichever is earlier or makes any modifications in the terms and conditions of

the tender which are not acceptable to the department, then the BSNL shall without prejudice to any

other right or remedy, be at liberty to forfeit 50% of earnest money absolutely.

b) If contractor fails to furnish the prescribed performance guaranty within the prescribed period the

amount of EMD with reference to estimated amount will be forfeited without any notice.

c) In case of forfeiture of EMD as prescribed above, the tenderer shall not be allowed to participate in

the re-tendering process of the work.

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

their offer.

7. DRAWING to be submitted for approval

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

8. Co-ordination

Wherever work at site is being carried out by more than one agency, it should be the aim of different

agencies that on their account the work of other agency/agencies is not delayed. Full cooperation and full

coordination is to be extended during progress of work and at the time of testing by all the agencies.

If the Engineer in charge deems fit, in the interest of easy facilitation of the work, he/she may insist on the

agency to engage the services of a system integrator authorised by IBMS manufacturer/OEA/OEM.

Agency, in such a case, shall comply with the requirement.

9. TESTING AT SITE: -

a) TRIAL RUN After installation is complete physically, the System shall be subjected to trial run. The trial run of all the

system in the tender is to be conducted by technically sound Engineers and technicians in the presence of

representative of the BSNL. During this test performance of all the equipment and systems shall be checked

as per NIT specifications. A record of this test shall be submitted to the Engineer-in-Charge who shall

arrange for Acceptance Testing thereafter. b) ACCEPTANCE TESTING. After completion of trial run the System shall be subjected to acceptance testing as per standards of the

BSNL Technical committee. This testing shall be conducted jointly as per departmental standards in the

presence of BSNL officers. A list of all defects and discrepancies shall be prepared during the test, which

shall be rectified by the agency within a period of 20 days.

10. COMPLETION OF WORK: -

The work shall be deemed to have been completed after the fulfilment of the following:

a) Physical completion of installation of Addressable Fire Alarm & Fire Suppression system, Access

Control system, CCTV system, Aspiration Smoke Detection system, Water leak Detection system,

Rodent Repellent System and Integrated Building management system and successful testing by

the contractor in the presence of the Engineer-in-Charge or his authorized representative.

b) Successful completion of the Acceptance Testing as per departmental standards in the

presence of departmental officers.

11. TRAINING OF BSNL/ DOT/ CLIENT PERSONNEL–

The contractor shall arrange to impart the training to the Personnel in- charge of the building on the

following aspects prior to provisional takeover of the Systems.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 34

a) Operation of individual systems

b) Fault diagnoses and rectification.

c) Operator training on IBMS software. d) Preventive maintenance.

GUARANTEE AND DEFECT LIABILITY: - The guarantee shall be valid for a period of 24 months after successful completion of the Acceptance

Testing. The contractor shall guarantee that all equipment shall be free from any defect due to the defective

materials and bad workmanship and that the equipment shall work satisfactorily and that the performance

and efficiencies of the equipment shall be not less than the guaranteed values. Any part(s) found defective

during the guarantee period shall be replaced or made good by the contractor without any charge

whatsoever. The services of the contractor's personnel, if requisition during this period for such work, shall

be made available free of any cost to the department. a) The contractor shall depute his Engineer / technician within 24 hours of notification of the defect by the

department. b) A joint report shall be prepared by the representative of department and firm regarding nature of

defects and remedial action required. Time schedule for such action shall be also finalized. c) In case the contractor fails to depute his representative within 24 hours of notification of the defect or

fails to cause remedial measure within reasonable time as decided during joint inspection, the department

may proceed to do so at the contractor’s risk and expenses and without prejudice to any other right. Agency shall provide Quarterly free servicing up to guarantee period and another 3 years under AMC so that

the entire ELV system is kept working to the entire satisfaction of the client as per the schedule /

Specification . If the firm fails to carry out the same, the penalty clause under IMPORTANT NOTES TO THE

CONTRACTOR will be applicable and the department may proceed to do so at the contractor’s risk and

expenses and without prejudice to any other right.

12. COMPLETION DRAWINGS/ Handing over documentation

1. Documents substantiating the Guarantee /Warrantee offered by the Original Equipment

manufacturer shall be properly documented with details of location of the installation.

2. The Address and contact numbers of nearest service centers of the equipment’s are to be

mentioned in the above document.

3. Layout of various ELV installations i/c Surveillance camera, Networking etc shall be

properly prepared as per industrial standards for future maintenance / modification requirement.

13. CHANGES in Specifications

The department reserves the right to make changes in the specifications of the work if in its opinion

the same is found necessary. However such alterations shall be made after mutual discussion and

agreement between the department and the contractor. Any price implication in this regard shall be

mutually discussed and agreed upon, in terms of clause 12 of BSNL EW-8

The department as a matter of principle will not permit modification or alterations by the contractor

in the design/ specification of any equipment/material. However the same can be agreed by the

BSNL under the exceptional circumstances where:-

(a) The same is necessitated due to non-availability of material /component of Certain

specification or make OR

(b) Such alterations constitute an improvement in the opinion of the contractor and BSNL.

Prior written approval of the department is necessary before undertaking any alteration/ modification

in the specifications pertaining to any of the equipment.

14. Packing, Forwarding & Storage at site:

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

afford protection against transit damages and damages against storage in open areas either at

transporter’s premises or at work site. Special care shall be taken in respect of sensitive items etc.

When storage in open area is inevitable proper waterproof covering shall be provided to protect

damages on account of rainwater etc. However, damaged items shall be replaced as per the

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 35

direction of Engineer-in-charge.

15. MISCELLANEOUS

i. The workers engaged by firm should for installation as well as AMC should maintain proper

discipline and good behaviour with occupants. The firm shall not depute such workers at the

site, whose behaviour is found improper. ii. The agency will provide the workers with necessary Tools & Plant, Testing and safety

equipment. iii. Agency has to observe all the labour rules and regulations in force and indemnify BSNL against

any claims whatsoever, either from this clause or any other clause in the contract. iv. Firm shall issue ID card to their workforce whenever they enter premises for bonafide work.

Nobody shall be allowed entry without work and nobody will be allowed overnight stay

without work. v. Dismantled materials shall be returned to the BSNL except those items for which the

replacement is supplied by the agency. vi. The contractor has to keep all the units, neat and clean to avoid any accident and / or fire

hazards. vii. Firm should have round the clock contact telephone number. In case of Emergency, contractor

and authorized engineer supervisor shall be available at site on short notice from engineer-in-

charge and make all efforts to make the situation normal at the earliest. viii. Firm is responsible to keep workable spares and consumables for due performance of the

contract. For critical spare parts, firm shall have arrangement with dealers for prompt supply.

16. Preference to Make in India

1) The policy of the Govt. of India to encourage “Make in India” and promote manufacturing and

production of goods and services in India as per the revised “Public Procurement (Preference to

Make in India), Order 2017”, circulated by the Department of Promotion of Industry and Internal

trade, Ministry of Commerce & Industry, Govt. Of India vide Order No. P-45021/2/2017-PP (BE-II)

dated 15.06.2017 & revised dt 16.09.2020 (as amended from time to time and as applicable on the

date of submissionof tender,) will be applicable for this tender.

2. a) Definitions: For the purpose of this Tender

‘Local content’ means the amount of value added in India which shall, unless otherwise prescribed by

the Nodal Ministry, be the total value of the item procured (excluding net domestic indirect taxes)

minus the value of imported content in the item (including all customs duties ) as a proportion of the

total value, in percent.

‘Class-I local supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content equal to or more than 50%, as defined under this Tender.

‘Class-II local supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content more than 20% but less than 50%, as defined under this Tender.

‘Non – Local supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content less than or equal to 20%, as defined under this Order.

‘L1’ means the lowest tender or lowest bid received in response to this tender.

‘Margin or purchase preference’ means the maximum extent to which the price quoted by a “Class-I

local supplier” may be above the L1 for the purpose of purchase preference.

3. Purchase Preference

(a) Purchase preference shall be given to “class-I local supplier’ for the purpose of this tender in the

manner specified here under.

(b) the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 36

supplier’ as well as ‘Non-local supplier’ as per following procedure.

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local supplier’, the

contract will be awarded to L1.

ii. If L1 is not ‘Class-I local supplier’, the lowest bidder among the ‘Class-I local supplier’, will be invited

to match the L1 price subject to Class-I local supplier’s quoted price falling within the margin of

purchase preference, and the contract shall be awarded to such ‘Class-I local supplier’ subject to

matching the L1 price.

iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price, the ‘Class-I local

supplier’ with the next higher bid within the margin of purchase preference shall be invited to match

the L1 price and so on and contract shall be awarded accordingly. In case none of the ‘Class-I local

supplier’ within the margin or purchase preference matches the L1 price, the contract may be awarded

to the L1 bidder.

(d) Class-II local supplier” will not get purchase preference.

4. Minimum Local Content: The local content requirement to categorize a supplier as “Class-I local

supplier’ / ‘Class-II local supplier’ / ‘Non-local supplier’ shall be as defined in the Para “2” as above. No

change is permissible on this account.

5. Margin of Purchase Preference: The margin of purchase preference shall be 20%.

6. Verification of local content:

a. The ‘Class-I local supplier’ / “Class-II local supplier’ at the time of tender, bidding or solicitation shall

be required to indicate percentage of local content and provide self-certification (as per Annexure IX)

that the item offered meets the local content requirement for ‘Class-I local

Supplier’ / ‘Class-II local supplier’, as the case may be. They shall also give details of the location(s) at

which the local value addition is made.

b. . False declarations will be in breach of the Code of Integrity under rule 175(1)(i)(h) of the General

Financial Rules for which a bidder or its successors can be debarred for up to two years as per rule

151(iii) of the General Financial Rules along with such other actions as may be permissible under law.

c.. A supplier who has been debarred by any procuring entity for violation of this Order shall not be

eligible for preference under this tender for procurement by any other procuring entity for the duration

of the debarment. The debarment for such other procuring entities shall take effect prospectively from

the date on which it comes to the notice of other procurement entities.

IMPORTANT NOTES TO THE CONTRACTOR

1. Penalty Clause:

1 Any accident or damage during maintenance /operation will be the responsibility of the agency &

BSNL will not entertain any claim, compensation, penalty etc on this account or on account of non-

observance of law to his work. The contractor shall take full responsibility for adequacy, suitability

and safety of all the works and methods of installation.

2 If the agency fails to rectify any fault within reasonable time, the BSNL reserves the right to carry out

any work at the risk and cost of the agency. In case the fault is of emergency nature which may affect

the normal functioning of 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 EE(E)

shall be final.

3 The engineer/ technician should attend the site immediately and minor faults may be cleared then and

there.

4 However, in case of certain non-stocked spare parts not available locally or to be imported or for works

beyond the control of the contractor, he can give technical justification and ask for extra time for

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 37

approval of Engineer in charge who will have power to grant such extra time depending upon the

correct technical justification and a reasonability of time scheduling for such extension.

2. ADDITIONAL CONDITIONS FOR COMPREHENSIVE MAINTENANCE PORTION AGREEMENT

1. CURRENCY OF CONTRACT

a. The currency of contract of work shall be 60 months (05 years) which shall come in force after successful

acceptance testing of work. The first two year shall be free and under guarantee period. The next three

years will be paid as per agreement.

b. The BSNLreserves the right to terminate the contract by giving show cause notice of one-month duration

at any time during the currency of the contract.

c. The BSNL reserves the right to extend the contract for a maximum period of twelve months at the same

rates & conditions without consent of the firm.

2. Scope of Maintenance

a) The maintenance of IBMS, ACS, IP CCTV, AFAS, FSS, WLDS, RRS and Intruder Alarm system

included in the schedule of work is to be carried out on comprehensive basis. No

material/spares will be supplied by BSNL. The firm has to adhere to maintenance schedule

attached with this document.

b) The firm has to repair/replace all defective parts/spares at no extra cost.

c) The contractor shall depute his service representative within 24 hours of notification of

breakdown calls by the dept. d) 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 EE (E) shall be final.

e) The AMC period shall be started immediately after the successful Acceptance Testing of the

work& will be treated as taken over for comprehensive contract from the next calendar date.

All the units/ systems being in warrantee period, there will not be any kind of defect list etc

during handing over.

f) After the completion of maintenance contract, the Agency will hand over the installation in a

healthy and free from defects condition.

3. METHODOLOGY

a) Before starting the work the agency has to supply the details as per Annexure I. A complaint

book as per Annexure-II shall be kept at sub-division office by the firm and the firm shall

update the same by submission of service reports. Necessary complaints will be registered by

JTO (E)/SDE(E) concerned and entries will be made by him according to the service reports with

due verification.

b) The firm shall depute only those persons who are trained in handling the unit to the

satisfaction of maintenance in charge.

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

4. COMPENSATION FOR DEFAULTS

a) Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff

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

b) Any accident or damage will be the responsibility of agency and the Department will not

entertain any claim, compensation, penalty etc on this account or on account of non-

observance of any other requirement of law relevant to his work.

c) Compensation for delay in removal of defects.

Sr No

Grounds of compensation Quantum

1

Non - functioning of equipment but overall performance parameters

0.5%(half percent) per week subject to maximum of 10%

of the agreement 1(a) Within Limits

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 38

1(b) Beyond Limits

Note:

i This is without prejudice to BSNL’s right to action under Clause 3 of EW – 8.

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

1(a). Shall be applicable after a period of two weeks or immediately if the ground changes

from 1(a) to 1 (b).

1(b) Shall be applicable immediately.

iii The periods of 2 weeks shall be suitably extended, if required, in case of major faults

(replacements/ repair) by Superintending Engineer (E).

Details to be supplied before starting the work ( For SITC and AMC)

1 Name of the Agency (with Office address)

2 Telephone No.(s) of the firm

3 Name of Proprietor / partners ( Mobile No)

4 Name & address of the Supervisor

5 24 Hours contact No.

COMPLAINT REGISTER/LOG BOOK( For SITC and AMC)

No. Date & time of

complaint

Nature of complaint with Location with signature of complainant

Date &time of attending complain

t

Cause of

Fault

Material used

Remarks

Signature of

Building In

charge/ JTO E

CERTIFICATE TO BE SUBMITTED ALONG WITH EACH BILL (For SITC and AMC)

Name of contractor: ________________________________.

Agreement No. : _________________________________.Site :

Certificated that Monthly testing and Maintenance for Month of --------- ----------have been

carried out properly as per Maintenance schedule and as per terms and condition of the agreement and i/c

testing/drills etc satisfactorily required during the period has been performed. Except the following due to

the reasons mentioned against the respective item:

Sl.N

o ITEM/SERVICES

REASONS FOR NON

OPERATION

Sl No reference in the complaint book

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 39

Contractor’s representative Exchange In- Charge JTO(E)

COMPUTERISED MEASUREMENT BOOKS (CMB'S) AND BILLS TO BE SUBMITTED BY THE CONTRACTOR

1. Application and format of the computerised MB: A bound volume of computerised measurements

to be furnished by the contractor, duly machine numbered for the pages, and with an MB number given by

the Division Office. The pages of these Measurement Books shall be of A-4 size. All these Measurement

Books belonging to a Division shall be serially numbered, and a record of these Computerised

Measurement Books shall be maintained in a separate Register in Form CPWA 92. The same format as in

existing Measurement Books shall be used for the Computerised Measurement Books. The measurements

shall be carried forward from the previous recorded measurements as per the existing procedure.

1. Mode of Measurements: The measurements shall be recorded and entered in computerised

format in the first instance by the contractor, and a hard copy shall be submitted to the Department. These

measurements shall then be 100% checked by JTO (E). If JTO (E) is not available, SDE (E) shall perform 100%

check of the measurements. The contractor shall incorporate all such changes or corrections, as may be

done during these checks, to his draft computerised measurements, and submit to the department the

corrected computerized measurements in the form of a book, duly hard bound in red colour on the lines of

the conventional Measurement Books now in use, and with its pages machine numbered. The SDE (E) and

the Executive Engineer (E) shall test check these computerised measurements as per the existing

instructions. This book shall be treated as a Computerised Measurement Book. JTO (E), SDE (E) and EE (E)

shall record the necessary certificates for their checks and test checks as per the existing procedure in this

Computerised Measurement Book. The Computerised Measurement Book shall be allotted a serial number

as per the Register of Computerised Measurement Books.

1. Cutting or over-writing in the computerised MB not allowed: The Computerized Measurement

Book given by the contractor, duly bound, with its pages machine numbered, shall have no cutting or over-

writing. It is the responsibility of JTO (E) or SDE (E) as the case may be to ensure that the checks and test

checks done by them in the initial draft measurements are correctly incorporated in the Computerized

Measurement Book before they record their certificates. In case of any error, the Computerised

Measurement Book shall be cancelled, and the contractor shall re-submit a fresh Computerized

Measurement Book. This should be done before the corresponding computerised bill is submitted to the

Division for payment. The contractor shall submit as many copies of Computerised Measurement Books as

may be required, and as are specified in the NIT/contract, for the purpose of reference and record in the

various offices of the department.

1. Computerised Bill to be submitted by the contractor: The contractor shall submit his running and

final bills in a computerised form in the same format as the existing conventional bills, with all the pages

machine numbered, and hard bound, and with all the entries made as per the existing procedure. The

contractor shall submit as many copies of the computerized bills as may be required for the purpose of

reference and record in the various offices of the department. The bill shall be carried forward from the

previous running account bill and these computerised bills shall be processed by the various offices for

payment.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 40

SCHEDULE OF QUANTITIES SCHEDULE – A Name of Work:-Providing Electrical Infra structure works for Cable Landing Station at Amni under KLI Submarine cable project .SH :SITC of

IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system

Sl.

No. Item Description

Item Code

/ Make Qty Units

BASIC RATE

In Figures To

be entered

by the Bidder

Rs. P

TOTAL

AMOUNT

excluding

GST in

Rs. P

GST

%

TOTAL

AMOUNT

including GST in

Rs. P

TOTAL

AMOUNT

including GST

In Words

1 2 3 4 5 6 7 = 4 x 6 8 9 = 7 x (100+8)

% 10

1 PART-A - ELV INSTALLATION -IBMS

1.1. Workstation Machine: SITC of Workstation Machine with Intel® Core™ i7-11700 (2.5 GHz up to 4.9 GHz, 16 MB L3 cache, 8 cores), 16 GB DDR4-2933 SDRAM (2 x 8 GB) , 512 SSD storage and secondary 2 TB HDD storage , 4 GB GDDR6 dedicated graphics card , 400 W SMPS power supply with cabinet,wired keyboard with volume control and wired optical mouse ,10/100 Mbps Ethernet card,and with 802.11AC/ABGN PCIE WLAN WITH BLUETOOTH 4.2 SINGLE-CHIP CONTROLLER (Realtek) .The system should be supplied with 19.5" HD monitor, Laser jet Printer and Web-Cam . System should be supplied with (Windows 10 professional or above ) OS, and any other Licensed Software required to Load the BMS Software , complete as required. If the Proposed Vendor requires to install higher grade Machine that same shall be provided without any cost to the client

1 Set

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 41

1.2. Building Management System Software: SITC of GUI based BMS Software .The Software should have distributed architecture and to be installed at Work station Machine with one client viewing license at operator workstation for recording 30 days data. The BMS software should be integrating Air-Conditioning data, DDC Controllers, Electrical Panel, UPS, Energy Meter, DG Panel, Fire Alarm System, (Hardwired), security System alarm and notification (Hardwired), Vesda, Water leak detection System, Rodantrepellant System etc. The alarms and faults in Fire Alarm System, CCTV and Access control system should flow to BMS and give a pop up visual indication into BMS Work-station .The alarms as indicated in IO summary should be available in BMS system. The license shall be priced for minimum 250points .The firms should carryout soft integration for hardwired points without extra cost. The proposed software shall be integrated to main central monitoring station at main land

1 Set

1.3. DDC Controller :SITC of UL Listed TCP/IP based freely programmable DDC controller with latest 32 bit microprocessor technology ,Real time clock, networking and inbuilt data buffer. Each controller shall have a minimum 20MB Memory . Each standalone controller should be able to store minimum 15 days data. The controller shall be fixed in the suitable size powder coated MS box IP 54 rated with suitable power supply unit. Earthing bolt shall be provided for body earthing .

1 Set

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 42

1.4. Sensors & Field Devices :SITC of Temperature cum Humidity Sensor of Resistance Temperature Detection Type of PT 1000 / NI 1000/ NTC 20k. These shall be two wire type sensors. The accuracy shall be at least +/- 1 degC over the range and as per the detailed specification enclosed and Relative Humidity sensors shall capacitance type with an effective sensing range of 10% to 90%. The accuracy shall be ± 5 % or better complete as required as per the detailed specification.

4 Nos

1.5. SITC of Layer II managed 24 ports POE switch with RJ45 ports 10/1000 mbps ports and two uplink gigabit ports.

1 Nos

1.6. SITC of 24 ports 1 U preloded straight patch panel with IDC connectivity at the rear end and RJ 45 jack on front panel, 19" rack mountable with cable support bar/kit as required.

1 Nos

1.7. SITC of unshielded 4 twisted pair category 6 patch cord with factory fitted strain relief boots on either sides as required.(1 meter length)

20 Nos

2 ACCESS CONTROL SYSTEMS

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 43

2.1. Workstation Machine: SITC of Workstation Machine with Intel® Core™ i5-11400F (2.6 GHz up to 4.4 GHz, 12 MB L3 cache, 6 cores), 16 GB DDR4-2933 SDRAM (2 x 8 GB) , 512 SSD storage and secondary 2 TB HDD storage , 4 GB GDDR6 dedicated graphics card , 400 W SMPS power supply with cabinet,wired keyboard with volume control and wired optical mouse ,10/100 Mbps Ethernet card,and with 802.11AC/ABGN PCIE WLAN WITH BLUETOOTH 4.2 SINGLE-CHIP CONTROLLER (Realtekor Similar/Superior) . System should be supplied with (Windows 10 professional or above) OS, and any other Licensed Software required to Load the CCTV and Access control Software , complete as required. .If the Proposed Vendor Require Higher grade Machine that same shall be provided without any extra cost to Client. Desktop: HP ENVY Desktop TE01-2250xt PC, OR Similar/Superior make.

1 Nos

2.2. Biometric cum Finger Print Reader with inbuilt Controller : SITC of Biometric finger reader having inbuilt Controller, smartcard readers complete with enclosure, IP 65 Rated ,with modbus output and all accessories I/c door interface module (if applicable) etc. as per the detailed technical specification The reader log data should be transfer to server on real time basis. The reader should be capable of both enrolment purpose and access control purpose.

2 Each

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 44

2.3. Smart card Reader with inbuilt Controller : SITC of smart card reader having inbuilt Controller complete with enclosure, IP 65 rated and all accessories i/c door interface module (if applicable) , ,with modbusoutputetc. as per the detailed technical specification attached . The reader log data should be transfer to server on real time basis. The reader should be capable of both enrolment purpose and access control purpose.

3 Nos

2.4. SMART CARD READERS: SITC of Smart Card readers with stainless steel base plate with base box i/c door interface module (if applicable) etc as required. The read range shall be up to 4-9cm for Doors. The reader log data should be transferred to server on real time basis.

1 Nos

2.5. SMART CARDS: SITC of Smart Cards, double side card holder and lanyard including printing on lanyard etc as required.

25 Nos

2.6. EM-LOCK FOR DOORS: SITC of Electromagnetic Locks of 600 lbs holding force suitable for operating with 12/24V DC power supply i/c providing Green /Red LED indication with built-in door monitor status as per the specification.

2.6.1. For single leaf doors 2 Nos

2.6.2. For double leaf doors 2 Nos

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 45

2.7. SITC of Stainless Steel type exit switch inside the room for Doorsetc as required. 4 Nos

2.8. SITC of Master switch for opening all access control doors in case of Emergency. 2 Nos

2.9. MAGNETIC CONTACT: SITC of Surface/flush mounted type Magnetic Contact suitable for 5 million cycle operation etc as required.

6 Set

2.10. SITC of uninterrupted switch mode battery backed power for the reader unit and door locks with following specifications .5amps 12/24 V Power supply unit, aOut put 12 /24 v dc @5 A , load regulation <2%,Operating Input 170 v to 260 v AC ,internal rechargeable 7 Ah batteries, reader operation 6 hours on battery , low battery cut off, Led visual indication on display ,wall mounting type with IP 54 protection as required.

2 Nos

2.11. Access Management software Including Attendance Software with license as per the detailed specification attached. The Client should be able to add user/ configure reader and should be able to generate reports.The proposed software should get intergrated to main Central monitoring station software at NorthParavoor

1 Set

3.0. IP CCTV surveillance system

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 46

3.1. SITC of Indoor Fixed Dome IR Camera having HD resolution ( 2000 x 1121 ) 2MP or better Low light colour cameras with sensitivity of minimum 0.18 lux. incolor mode & 0.02 lux. in B/W mode along with power supply unit. The cameras shall use the 1/2.9 inch format CMOS/CCD imager and shall have a 3 mm lens. The cameras shall have digital wide dynamic range (WDR) of up to 120 db. and minimum 10 Mtr IR The Cameras shall be ONVIF ,POE and UL compliant and complete as per detailed specification attached.

5 Nos

3.2. SITC , of 8 channel Network video recorder with H.264 Compression format or higher and Including the hard disk for recording @ D1 resolution, 15FPS for 60 days etc as per specification attached. vendor to provide minimum 6TB hard disk .The NVR Should have 8 channel POE port to power the camera.

1 Nos

3.3. SITC 32" diagonal, 1920 x 1080 pixels LED monitoring screen with all mounting bracket, connection chord wire,remote control , with suitable ports etc as per the specification attached.

1 Nos

3.4. CCTV viewing software to view analog CCTV and HD security cameras live from monitors. The client licensed software should also allow users to search and playback recorded video footage from NVR's hard drive.drive.The proposed software should get intergrated to main Central monitoring station software at North Paravoor

1 Nos

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 47

3.5. SITC of 15 U Wall mounted Rack (Powder Coated /19"DIN, Mounting Hardware / OR / Pk-10, Round Pin 5/15A, Inlet Plug type 16A Indian Round Pin) with all accessories

1 Nos

3.6. CAT 6 cable Supply and laying of Cat -6 cable fitted with strain relief boots on either sides to connect camera to NVR

150 Mtr

3.7. Supplying and fixing following sizes of medium class PVC conduit along with accessories in surface/recess including cutting the wall and making good the same in case of recessed conduit as required. a) 20mm

120 Mtr

4.0. AFAS (ADDRESSABLE FIRE ALARM SYSTEM):

4.1. Supplying, installation, testing and commissioning of micro processor based intelligent addressable main fire alarm panel, central processing unit with the following loop modules and capable of supporting not less than 240 devices (including detectors) and minimum 120 detectors per loop and loop length up to 2 km, network communication card, minimum 320 character graphics/ LCD display with touch screen or other keypad and minimum 4000 events history log in the non volatile memory (EPROM), power supply unit (230 ± 5% V, 50 hz), 48 hrs back-up with 24 volt sealed maintenance free batteries with automatic charger. The panel shall have facility to connect printer to printout log and facility to have seamless integration with analog/digital voice evacuation system (which is part of the schedule of work under SH: PA System) and shall be complete with all accessories . The panel shall be compatible for BMS system with open protocol BACnet/ Modbus over IP complete as per specifications. Two Loop Panel.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 48

Two Loop Panel. 1 Nos

4.2 Supplying, installation, testing & commissioning of intelligent interface unit BACnet/ Modbus protocol i.e. supplying communication links between building management system and fire alarm control panel complete as required.

1 Nos

4.3 Supplying, installation, testing & commissioning of intelligent addressable thermal detector with rate of rise cum fixed tempreature thermistor complete with base as equired.

2 Nos

4.4 Supplying, installation, testing & commissioning of intelligent analog addressable photothermal detector complete with mounting base complete as required. 29 Nos

4.5 Supplying, installation, testing & commissioning of addressable manual call point complete as required. 2 Nos

4.6 Supplying, installation, testing &commisssioning of intelligent addressable programmable sounder complete as required. 2 Nos

4.7 Supplying, installation, testing & commissioning of response indicator on surface/recessed MS Box having two LED, metallic cover complete with all connections etc as required.

14 Nos

4.8 Supplying, installation, testing & commissioning of addressable fire control module complete as required.

1 Nos

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 49

4.9 SITC of addressable relay module for the Air Conditioners trip, Fire & other Third Party Outputs.etc. complete with required fitting fixtures and accessories for the system as per site conditions and specifications.( compatable with the above control panel)

1 Nos

4.1 SITC of addressable monitoring module to monitor status of other systems complete with required fitting fixtures and accessories ( compatable with the above control panel) for the system as per site conditions and specifications.

1 Nos

4.11 SITC of fault isolator to provide short circuit protection to the addressable loop complete with required fitting fixtures and accessories ( compatable with the above control panel) for the system as per site conditions and specifications.

2 Nos

4.12 Supply and laying of 2 Core, 1.5 sq. mm copper conductor FRLS armoured cable on surface or existing cable tray including terminations etc complete as required.

200 Mtr

4.13 Supply and fixing of 4.5 Kg CO2 type wall mounting fire extinguisher with hose of suitable length includingfirst charge/ refilling and providing hook, hose clamps and with ISI markon the extinguisher etc as reqd ( Note: The extinguisher shall be manufactured strictly as per BIS 13849 : 1993 bearing ISI Marke

2 Nos

5.0. WATER LEAKAGE DETECTION SYSTEM:

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 50

5.10 SITC of Water Leak Detection Panel with minimum 2 zone with required display and power supply unit, relay or other interface for connecting to BMS, complete as required.

1 Set

5.20 SITC of water leakage detection cable of minimum 5 mtrs. length suitable for the above panel complete as required. 2 Set

5.30 SITC of hooter cum strobe suitable for the above water leakage detection panel etc as required.

1 Nos

6.00 RODENT REPELLANT SYSTEM:

6.01 SITC of Rodent repellent system Panel with auto tuning capability of connecting 12 Satellites per console in individual cable to transducer, LCD display, with on-board controls, including all accessories such as stand / rack etc., as required.

1 Set

6.02 SITC of Transducer Satellite Stations, capable of Emitting Ultrasonic sound of frequencies 20 Khz and higher, including all accessories complete as per relevant standards etc., as required.

12 Nos

6.03 Supply, laying & fixing of 2 core flexible cable of suitable size for connectivity between the transducers and the master console suitable for rodent repellant system in suitable dia PVC Conduit, couplers,bendsetc complete as required.

200 Mtr

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 51

6.04 Supply and laying of 4 core 1.5 sqmm Copper conductor shielded FRLS Armoured cable for communicationon surface or existing cable tray etc complete as required.

10 Mtr

7.00 INTRUDER ALARM SYSTEM

7.01 SITC of 2 zone intruder Alarm panel along with power supply and battery back-up .The vendor to provide 7AH Battery for the same.

1 Nos

7.02 SITC of Programable type Infra Red sensor with precise and reliable detection , wide range detection with 10 to 70 degree , and digital micro controller with no volatile memory,housed in a high-impact ABS plastic with HDPE cover etc as required.

4 Nos

7.03 SITC of LED two line display Keypad for arming and disarming the Alarming system as required. 3 Nos

7.04 SITC of hooter cum strobe suitable for the above water leakage detection panel etc as required. 1 Nos

7.05 Supply and laying of 4-Core, 1 sq. mm copper conductor Shielded FRLS Armoured cable for Communication on surface or existing cable tray i/c terminations etc complete as required.

520 Mtr

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 52

7.08 Note:-1) The whole system shall be under warranty for a period of 24 months from the date of completion of work .All the complaints /defects noticed during the warranty period has to be cleared by the agency as per the specifications attached and directions of the Engineer in charge and nothing extra will be paid on this account 2) These hardware’s shall be suitable /compatible for interconnection and connectivity with centralised station at main land (as per the topology given in the attached specifications ) in future for monitoring and fetching the data as well with patch-up of software

A Total

SCHEDULE OF QUANTITIES PART B- AMC

Name of Work:-Providing Electrical Infra structure works for Cable Landing Station at Amni under KLI Submarine cable project .SH :SITC of IBMS, ACS, IP CCTV, AFAS, WLDS , RRS and Intruder Alarm system

For financial evaluation purpose only .

Net present value (NPV) of AMC charges =

(Df X Qamc)

Sl.

No. Item Description

Item Code

/ Make Qty Units

BASIC

RATE In

Figures To

be

entered

by the

Bidder

Rs. P

TOTAL

AMOUNT

excluding

GST in

Rs. P

GST %

TOTAL

AMOUNT

including GST in

Rs. P

TOTAL

AMOUNT

including

GST

In Words

Discountin

g factor @

12% per

year based

on net

present

value

method

(Df)

Evaluation

of total

price

Rs.based on

Net Present

value

method.

Evaluation of

NET COST PRICE

Rs.based on

Net Present

value method.

1 2 3 4 5 6 7 = 4 x 6 8 9 = 7 x (100+8)

% 10 11 12=9x11 13=7x11

8.00 Part-B AMC

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 53

8.01 Comprehensive Maintenance of IBMS, ACS, IP CCTV, AFAS,WLDS , RRS and Intruder Alarm system (after the 24 months warranty period.The agency should ensure trouble free operation, attending the complaints and half yearly preventive maintenance of the entire ELV system.

.= 1/(1+r)n

r= rate

(12%) n=

year

8.02 Third Year after warranty 2 Job 0.71

8.03 Fourth Year after warranty 2 Job 0.64

8.04 Fifth Year after warranty 2 Job 0.57

Note :1. The preventive maintenance and clearing faults during a period of six months shall be measured as 1 (One )job for the comprehensive maintenance

2. The agency should clear the faults/ complaints as and when occurred and ensure the trouble free operation of the system

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 54

3. The vendor has to maintain the entire system during a period of five years (2 years warranty + remaining 3 years as comprehensive maintanence ) with required upgradation of hardware and software if needed without any extra cost.

B Total

Charges for AMC for3 years after expiry of warranty period .NB : AMC cost will be calculated for tender evaluation purpose (i.e. judging the lowest offer ) after

multiplying quoted rates with Discount factor(DF) factor i.e. after discounting annual cost @ 12% per annum

ABSTRACT OF COST

A TOTAL PART-A - ELV INSTALLATION (Excluding

GST)

Rs

B TOTAL PART- Part-B AMC (Excluding GST)

C Total A + B Rs

D GST (As applicable)

% 18%

E TOTAL GST Amount Rs.

F GRAND TOTAL INCLUDING GST(C+E) Rs.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 55

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 56

IMPORTANT NOTE FOR BIDDERS:

1 The bidder shall be required to quote rates for each item ofschedule separately.

2 The evaluation and comparison of responsive bids shall be doneon the basis ofTOTAL COST offered

inclusive of all taxes and duties but excluding GST. The rates for all items of work shall include cost

of all materials, labor, packing and forwarding charges and other inputs involved in the execution of

the items as specified in the scope of work. All taxes / duties, Cess, Welfare Fund etc. as applicable

except GST shall be included in the Basic rates (column 6). No sales tax concessional forms will be

issued by BSNL/Client.

3 For the purpose of this agreement, the term 'GST' shall include Central Goods and Service Tax Act,

2017 (CGST), State Goods and Service Tax Act, 2017 (SGST), Integrated Goods and Service Tax Act,

2017 (IGST), Union Territory Goods and Service Tax Act, 2017 (UTGST) and any other taxes levied

under the GST related legislation in India, as may be applicable.

4 All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices as specified in

clause above shall be borne by the supplier.

5 The firm has to obtain necessary clearance from the Electrical Inspectorate / concerned statutory

body including approval of drawings and necessary documents etc as per the mandatory

requirements prevailing in the UT of Lakshadweep for testing and commissioning of the above

electromechanical services.However, the mandatory fees paid to the local/statutory authorities shall

be reimbursed by BSNL/Client on production of original fee receipt.

6 The tenderer shall furnish the technical literature and catalogues of the equipment offered at the

time of submission of tenders.

CONTRACTOR EXECUTIVE ENGINEER (E)

NB:- The MICRO INVENTORY given in the next page shall be downloaded, filled up, scanned & uploaded

along with Technical Bid

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 57

MICRO INVENTORY

[To be downloaded, filled up, scanned & uploaded along with Technical Bid] Note: Though specific brand/ makes are not specified, vendors are expected to offer reputed items,

which have service network and good performance record.

Sl.

No Description of Items Make(s)& model of item offered by firm

IBMS:

1a Server

1b Work Station

1c IBMS Software BMS

2.0 DDC controller

3.0 Temperature humidity sensor

4.0 Integrator Switch

5.0 Layer II 24 port Switch

6 Access control system

1 Main access control panel

2 Smart card reader

3 Biometric finger print reader

4 Software access control

7 CCTV surveillance system

1 Varifocal dome camera

2 Server machine / Network Video recorder

3 LED TV

8 Addressable fire alarm system

1 Main fire alarm panel

2 Multi sensor detector

3 Heat detector

4 Control module

5 Monitoring module

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 58

9 Fire suppression system

1 NOVEC 1230

10 WLD system:

1 WLD panel

2 Zone module

3 Sensing Cable

11 Rodent Repellent System

1 Rodent Panel

2 Rodent transducers

12 VESDA

1 VESDA Panel

2 Capillary tubes/sampling tubes

Signature, Name and stamp of the Agency

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 59

TECHNICAL SPECIFICATIONS SCHEDULE-F

PLANNED FINAL ARCHITECTURE OF IBMS SYSTEM

Note:- This will be final proposed architecture of IBMS system. But at the initial stage, the system in each

station will be commissioned as a stand-alone system.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 60

BMS INPUT OUTPUT POINT SUMMARY

Sl. Description I/O required Remarks

No.

AI AO DI DO Soft

point

I DIGITAL DIRECT CONTROLLER. Per Site

1 Temperature

Monitoring 4

2 Relative Humidity

Monitoring 4

3 AC ON / OFF Status 2 2

AC Machine Should Have the PFC for

on/off to monitor the status on

BMS.

6 Electrical Breakers

On/off Status 4

Electrical Vendor Should Provide

PFC contact to connect with BMS.

7 Electrical Breakers

Trip Status 4

Electrical Vendor Should Provide

PFC contact to connect with BMS.

8 Soft Link Integration

9 Energy Meters -

4Nos 60

Each Energy meter 20 soft point

have considered. Energy meter

should have Modbus RS 485

connectivity and Electrical vendor

shall share the Modbus mapping

register detail and they have to set

parameter in the meters also they

have shown parameter values in the

Modscan software.

10 DG-2 Nos. 50

Each DG 25 soft point have

considered. DG should have

Modbus RS 485 Connectivity and DG

vendor shall share the Modbus

mapping register detail and they

have to set parameter in the

machine also they have shown

parameter values in the Modscan

software.

11 UPS – 2 Nos. 40

Each UPS 20 soft point have

considered. SNMP points or

Modbus/IP or RS485

12 Fire Alarm 3 Alarm Status

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 61

13 Water Leak

Detection-1 Nos 15 Water leak Alarm status

14 Rodent Repellent-1

Nos 25

Each panel 25 soft point have

considered. Rodent Panel should

have Modbus RS 485 connectivity

and Rodent vendor shall share the

Modbus mapping register detail and

they have to set parameter in the

machine also they have shown

parameter values in the Modscan

software.

15 Intruder Alarm 2 Intruder Alarm Panel

16 Vesda 0 Vesda Alarm Panel

17 GBFSS 0 Status/Alarm of GBFSS system

18 Access Control 30 Modbus Over IP From Access

Reader cum controller

18 Sub Total 8 0 15 2 220

Spare points 1 1 2 30

Total minimum

points required. 9 0 16 4 250

1 Scope of Work ( IBMS& ELV system)

The bidder shall Supply, Installation, Testing & Commissioning of Integrated Building Management

System(IBMS), Access Control system, IP CCTV System, Fire alarm system & Fire Suppression System,

Aspiration Smoke Detection System, Water Leak Detection System and Rodent Repellent System for each

station including cameras, Network video recorder system, Management servers, applications/software,

access control system equipment, Fire Alarm panel, Detectors/ Devices, DDC controllers, BMS Field devices,

cables, switches, WLDS, ASDS, IAS and any other items/accessories required for a fully functional system.

The number of cameras and their placement shall be decided in such a way that most critical areas can be

monitored. Biometric cum card reader devices shall be placed at the entry points of the station. Multi-

criteria detectors at cable landing station shall be placed in such a way all the areas to be covered.

The operator can easily analyse the operation of the building’s system by viewing the important parameters

viz. temperature, humidity, equipment status etc. Information is presented on the screen with full colour

diagrams of the equipment so it is easy to understand.

The state-of-the-art Integrated Building Management System would support the open protocol and not

limited to any proprietary language. The IBMS shall cover all the major electro-mechanical equipment

designed in this building viz:

1. Monitoring of critical Room Parameters like Temperature & RH.

2. Monitoring of UPS parameters.

3. Monitoring the Fire Alarm System.

4. Integration with Access controllers.

5. Integration with IP CCTV system.

6. Monitoring of DG, UPS, Energy Meters Set Parameters.

Building Management

Integrated Building Management Software platform shall meet building management system needs by

providing interfaces to leading open system solutions and devices.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 62

Security Management

Integrated Building Management Software platform shall collect information from security, access control

and surveillance devices, ensuring protection of people, assets and intellectual property.

Life Safety Management

Integrated Building Management Software platform must allow monitoring of fire alarm systems for fire

protection and smoke control.

System Architecture

Integrated Building Management Software platform shall be on a scalable system that can accommodate

configurations ranging from a small single-node system to an extended system with multiple nodes.

2 Functional Requirements

2.1 Integrated Building Management System

The BMS shall perform the following general functions

● Building Management & Monitoring

● Data Collection & Historian

● Alarm and Event Management

● Access Control Management

● Trending, Reports & MIS Generation

● Maintenance & Complaint Management

● Network Integration

The IBMS contractor shall integrate with different system through RS485 over Modbus / LON/ BACnet

protocol and through DDC controller for system of electrical equipment’s, UPS, DG set, and Hardwired

Alarm and notifications of Fire Alarm Control Panel and Access Control Panel & IP CCTV System etc.

The system will make a log of the measured parameter and it will raise an alarm if it goes above/below the

set point as per required control logic. The system will monitor the critical alarms of the critical services. The

system has the User interface that shows the status of the facilities at a glance.

The proposed system shall be based on Distributed Networkable Intelligent system on Ethernet. The

network switch shall be provided in enclosure with proper patch panel, media converters and cable

managements. Bidder shall select appropriate model and configuration of switch as per demand of

application. The BMS system architecture shall be modular, utilizing industry standard open protocols. The

system shall allow distribution of system functions such as monitoring along with graphical user interface

etc. through Ethernet LAN, to allow maximum flexibility and performance.

The architecture shall support various third party systems using standard hardware or software to link

various functional nodes into a single integrated system. The system shall be compatible to industrial

standard protocols like MODBUS, BACnet, LON works, etc., for any third party system integration is they can

communicate on these open/universal protocols. In case of non-compatibility, gateways can be utilized. It is

deemed that either open protocol software is included or the required gateway and necessary software are

included for this purpose.

Total coordination and compatibility between any third party system supplier and IBMS supplier and

respective system is extremely important and deemed to have been taken care of and all related cost

included for this.

The IBMS operator control station shall allow the user to monitor and control the entire system with various

user definable access levels.

System shall be capable of generating alarms, operator transactions and system reports. The system shall

have provision for connecting to dedicated serial printer interface or through BMS control station.

2.2 UPS

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 63

The UPS shall be integrated with the BMS through Modbus protocol over RS485 provided by them.

From the BMS PC, the following features shall be provided:

● Display of all the parameters, status of ancillaries.

● Data Acquisition and Logging.

● Alarms and information of all important parameters on the central BMS monitor.

The parameters shall be shared by the UPS Vendor through ModBus over RS-485 of BACnet/IP,

BACnet/Lontalk or any standard industrial open protocol.

The bidder shall take the necessary software & hardware interfaces on the UPS & BMS side for achieving

above integration.

DG Set

The DG Set shall be integrated with the BMS through Modbus protocol over RS485 provided by them.

From the BMS PC, the following features shall be provided:

● Display of all the parameters, status of ancillaries.

● Data Acquisition and Logging.

● Alarms and information of all important parameters on the central BMS monitor.

The parameters shall be shared by the DG Vendor through ModBus over RS-485 of BACnet/IP, BACnet/

Lontalk or any standard industrial open protocol.

The bidder shall take the necessary software & hardware interfaces on the UPS & BMS side for achieving

above integration.

Integrated Security System

2.2.1 Access Control System

Control and monitoring for security applies to all entry/exit doors and related areas. Access to buildings,

gates, doors is restricted for unauthorized users. Biometric and card access can offer facility managers the

flexibility to control these access points.

Fingerprint Identification cum keypad reader shall be installed at entry to Equipment, Bandwidth and

battery room & Smart Card reader at other entry/exit. The Biometric Finger print reader shall be used for

enrolment purpose also. Each door shall have a door locking mechanism, and a door status indicator. All exit

gates shall be operated through push button switches.

The IP CCTV system shall be integrated with access control system to ensure cameras start recording as soon

there is entry to secured area and also in case of any unauthorised / forced entry. All alarms & events shall

be recorded in control station.

In case of fire, the FAS, using addressable outputs shall directly release the door locks controlled by the

Access control system.

2.2.2 The system shall provide a mean to control access through nominated doors having electric locking

door status monitoring and access control readers. Access rights associated with a presented access

card or biometric identifier shall be checked for validity based on card or identifier, access area,

access time and any other access management function defined in this specification; as stored in

access controllers. Access shall be granted or denied, dependant on the access privilege. Access

rights shall be programmed in a variety of ways to allow flexibility as defined elsewhere in this

specification.

2.2.3 The system shall provide an integrated software facility for the design and production of photo ID

cards.

2.2.4 All system communications must be totally integrated with either existing or new LAN/WAN

networks. Bidder must make themselves familiar with the specific requirements for this project.

2.2.5 Connection to Access Controllers shall be achieved using cabling supporting Ethernet and TCP/IP

protocols.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 64

2.2.6 All data communication internal to the system between Access Controller and the Server shall be on

TCP/IP Network and should be encrypted and an industry-standard encryption algorithm to a

minimum of 128 bit AES.

2.2.7 The system shall report all events to the operator(s) as configured and shall produce and maintain a

log of all system events and alarms.

2.2.8 The system shall provide a means for an operator to extract information relative to the event log

and system configuration and produce this information in the form of printed reports, screen

displays.

2.2.9 The system shall provide for a Windows based User Interface with Site Plans and interactive icons

representing the location and real-time status of Access Control, and Alarm Monitoring equipment.

2.2.10 Comprehensive backup and archiving facilities shall be incorporated as an integral part of the system

software.

2.2.11 Access Controllers must support peer to peer communications for input and output communications

between Access Controllers.

2.3 IP CCTV System

IP CCTV system shall enable centralized online surveillance of various selected areas and to generate a

record for post event analysis. The camera shall be a high resolution, visible at low light capability. The

recording shall be in real time motion i.e. 15 frames per second at HD resolution for each camera. Recording

videos shall be kept for 60 days with minimum 8TB usable space after RAID5 has been configured.

One Network Video recorder with required client license shall be used to record & playback the camera

videos and have the remote viewing facility on the network. All the live view or recorded videos of cameras

shall be displayed through client software on proposed workstation.

As an application, the video surveillance will do the following:

● Providing real-time monitoring of a facility's environment, people and assets.

● Recording in case there is a motion in the room

● Recording events for subsequent investigation, proof of compliance / audit purposes

● Shall facilitate motion search on recorded video

2.4 Fire Alarm System

The proposed Fire Alarm System will be one loop intelligent addressable panel. The loop will consists of

detectors & devices making it a total capacity of detectors / devices per panel. The fire alarm panel has a

large display. The proposed panel will be UL/Vds listed. We have proposed intelligent Multi-criteria

detectors on ceiling, on false ceiling wherever applicable & below false flooring. Addressable relay module &

monitor modules are proposed in the system for monitoring as well as control requirement respectively. The

fire alarm system shall use monitor modules / relay modules / control modules and gas release modules

which will operate Fire suppression system based on cross-zoning of detectors.

The supervisory controllers/gateways shall simultaneously convey the fire alarm status to the operator

station terminals.

2.5 Fire Suppression System

NOVEC 1230 fire suppression works hand-in-hand with state-of-the-art detection to identify and extinguish

a fire hazard, long before substantial fire damage can occur. NOVEC 1230 does not leave harmful or messy

residues that could damage delicate electronic and data processing equipment.

NOVEC1230 reacts quickly at low concentrations to eliminate a fire. In normally occupied areas, people can

breathe NOVEC 1230 at extinguishing concentrations without fear as it is used as a propellant in inhalers for

asthmatic patients.

NOVEC 1230 is designed such that a detection system sees the fire and causes the suppression system to

actuate and extinguishes or suppresses the fire.

The Fire Suppression System should complytoVds/UL Standards.

2.6 Digital Water Leak Detection (WLD) System

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 65

All basic device functionality should be available from the LCD screen — configure, monitor, locate, and

acknowledge leaks from the front panel .The panel should be able to identify the zone in which the water

leak has happened .The Panel should Triggers individual Relay output for each zone and activates common

Fire &hooter relays. Detailed alarm history with time and date stamp should be available WLD Sensor Cable

Specifications shall be PVC twisted pair with stainless 316 elements or Equivalent.

The water leak panel shall be located as shown in drawing and all alarms shall be extended to premises as

required and the system shall have ample provision for this.

This specification shall be the guideline for supplying, installing, testing and commissioning complete

water leak detection system as per Approved drawings, specifications and relevant standards all complete,

including necessary hardware and software for integration with IBMS.

Testing procedure shall involve physical application of a wet cloth to the cable, to test the relay

operation. The Panel should sound the Alarms, and notify the IBMS system with zone name or as applicable

for each sensing cable.

2.7 Aspiration Smoke Detection System.

A high performance aspirating smoke detection system shall be supplied, installed and commissioned by the

agency in accordance with the requirements detailed in the NFPA – 72, Aspirating Detection Systems

including necessary hardware and software for integration with BMS. The panels shall be mounted inside

the risk protected and there shall be a network of air sampling pipe work.

The Aspiration Smoke detection consists of highly sensitive Laser-based Smoke Detectors with

aspirators connected to networks of sampling pipes. The alarms are generated once the laser sensor

receives smoke at a predetermined obscuration level to activate and alert, Fire 1, Fire 2 and alert signal. The

signal is extended to the BMS through Volt free contacts for further investigation.

The system shall have provision to connect remote Display unit shall be provided to monitor each

detector, and a Programmer shall be supplied to configure the system. The protected area(s) shall be

installed with one zone pipe inlet aspiration smoke detection panel with network of piping to draw air

samples through flow program calculated through sampling holes. The system shall achieve highest level of

sensitivity varying between 0.2 % obscuration/m to 20%. The system comprises of a panel with inbuilt power

supply with laser chamber and suction fan. The panel shall be connected to network of pipe work which is

designed and installed in accordance to approved pipe cad flow program with sampling holes at specific

locations.

The system shall be designed to provide Primary & Secondary Sampling of the protected area. The

system sensitivity shall be normal/ enhanced/ very high.

The system shall be designed to sample air through sampling method wherein the sampling of air is

done in the room void/ false ceiling/ false floor of the room under consideration.

The piping here runs along the ceiling with sampling holes at the location of point detectors. The

system shall incorporate a high performance laser based particle detection system based on the principal of

forward light scatter, a high efficiency aspirator and a sampling pipe system designed to sample air from

within the protected area(s).

The system shall incorporate a facility to desensitize detector alarm thresholds by a pre-

programmed percentage to accommodate planned occurrences that may cause unwanted alarms.

CODES AND STANDARDS

The entire installation shall be installed to comply with one or more of the following codes or

Standards:

- NBC of India, 2016

- IS 2189.

- AS 1670, AS1603 NZ Part 2, 4, 8, ASNZS 3000

- British Fire Protection Systems Association, Code of Practice for Category 1, Aspirating

Detection Systems

- British Standards, BS 5839 Part 1 or BS 6266

- NFPA 72 Standards, US.

PRODUCT / MATERIAL SPECIFICATIONS

The Aspiration smoke detection system shall consist of a highly sensitive detector assembly consisting of

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 66

LASER-based smoke detector, aspirator, and filter. It shall be modular, with each detector optionally

monitored by a Display featuring LEDs and a sounder. The system shall be configured by a Programmer that

is either integral to the system, portable or PC based.

The system shall allow programming of:

�Two smoke threshold alarm levels;

�time delays;

�faults including airflow, detector, power, filter and network as well as an indication of the urgency of the

fault;

�Three or more configurable relay outputs for remote indication of alarm and fault conditions.

It shall consist of an air sampling pipe network to transport air to the detection system, supported by

calculations from a computer -based design modelling tool.

Equipment may include intelligent remote displays and interface with the building management system.

Performance Requirements

To the system shall provide very early smoke detection and provide two output levels corresponding to

Alert, Action, Fire 1 and Fire 2. These levels shall be programmable and able to be set at sensitivities ranging

from 0.2 – 20% obsc/m.

The system shall report any fault on the unit by using configurable fault output relays. The system shall be

self-monitoring for filter contamination. The system shall incorporate a flow sensor in each pipe and provide

staged airflow faults.

Detector Assembly

The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall be arranged in

such a way that air is drawn from the fire risk and a sample passed through the Dual Stage Filter and

Detector by the Aspirator.

The Detector shall be LASER-based type and shall have an obscuration sensitivity range of 0.2 – 20%

obs/m.The Detector shall have two independent field programmable smoke alarm thresholds across its

sensitivity range with adjustable time delays for each threshold between 0-60 seconds. The Detector shall

also incorporate facilities to transmit the following faults

Detector

Air flow

Filter

System

Zone

Network

Power

Urgent and Minor faults: Minor faults shall be considered as servicing or maintenance signals. Urgent faults

indicate the unit may not be able to detect smoke. The detector shall have two in-line sample pipe inlets and

must contain a flow sensor for each pipe inlet. Both Minor and Urgent flow faults shall; be reported.

The filter must be a two-stage disposable filter cartridge. The first stage shall be capable of filtering particles

in excess of 20 microns from the air sample. The second stage shall be ultrafine, removing more than 99% of

contaminant particles of 0.3microns or larger, to provide a clean air barrier around the detector’s optics to

prevent contamination and increase service life.

The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of allowing for multiple

sampling pipe runs up to 25m in total, (2 pipe runs per detector) with a transport time of less than 90

seconds or as appropriate codes dictate.

The Assembly must contain relays for alarm and fault conditions. The relays shall be software programmable

to the required functions. Remote relays shall be offered as an option and either configured to replicate

those on the detector or programmed differently.

The Assembly shall be able to be surface mounted to a wall or recessed in the wall cavity (the unit may be

inverted in either option). The assembly shall have built-in event and smoke logging. It shall store smoke

levels, alarm conditions, operator actions and faults. The date and time of each even shall be recorded.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 67

1.Technical Specification Building Management System (BMS) General

● The Building Management System (BMS) supplier shall supply and install a fully integrated building

automation system, incorporating direct digital control (DDC) for monitoring and control of energy

and environment suitable for the building usage.

● The system design shall utilize the latest technology in “open” network architecture, distributive

intelligence and processing, and direct digital control. The BAS system offered should be from the

latest offerings and should be of freely programmable management and automation stations for the

full spectrum of today’s building application services.

● All peripheral equipment e.g. sensors, shall be of the same manufacture as the direct digital control

modules and software.

● The system offered shall be completely modular in structure and freely expandable at any stage

from the smallest system through to large distributed systems. Each level of the system shall

operate independently of the next level.

● The system shall fully be consistent with the latest industry standards, operating on Windows 2010

or later versions, allowing the user to make full use of the features provided with these operating

systems.

● To provide maximum flexibility and to respond to changes in the building use, the system offered

shall support the use of BACnet, LON, MODBUS and MBUS communication technologies.

1. Essential functions of system

2. The system comprises the supply, engineering, testing and commissioning of an integrated

building management system by a specialist manufacturer.

The essential functions of the system are as follows:

● Centralised operation (remote control)

● Dynamic and Animated Graphic details of the building

● Trend register to identify discrepancies, energy consumption, etc.

● Prevention of unauthorised or unwanted access

● Own error diagnosis integrated system

3. Codes and Standards

1 BACnet ANSI ASHRAE 135-2008/ISO 16484-5: BACnet A Data Communication Protocol for Building

Automation and Control Networks

● UL-916: DDCs and ancillary equipment, which are listed and labeled.

● EN 60730-1Compliant to for product safety

● Electromagnetic compatibility - 89/336/EEC

● EN 61000-6-2: Interference immunity

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 68

● EN 61000-6-3: Emitted interference

● AS/NZS 2064: Radio Emission Standard

4. General System Architecture

● The system shall be logically structured into three distinctive levels, which are Management Level,

Automation Level, and Field Level. Each level shall be autonomous from the other. Peer to peer

communication shall be possible on all system levels and the system design shall be modular in

structure to allow straightforward extensions.

5. Use of communication standards

5.1 Only the following standards are appropriate to be used at the three levels.

● Management level : BACnet on Ethernet TCP/IP

● Automation level : BACnet on ETHERNET/IP,

● Field level : Lon Talk, M Bus, MODBUS, KNX

6. Management Level

● The management and operation of the plant shall include process visualization, data analysis, and

exchange of data with 3rd

parties. At the management level, it shall be possible for communication

to flow in all directions, across networks and via direct connections.

● Personal computer based operator management stations shall be provided for supervision and

operation, alarm management, information and database management function. All real-time

control functions shall be resident in the DDC controllers to facilitate greater fault tolerance and

reliability.

● The management station shall be capable of the following:

o Support both Single/Multi Server type Management station

o Display of graphical representations overlaid with live data

o High quality dynamic graphics with true multitasking of all active pages

o Monitor and operate / influence process devices

o Archiving of Large amount of Data with multiple Databases.

o Receiving of alarm messages from the process level and directing them to the appropriate

reporting device e.g. printer, pager, fax, e-mail

o Monitor process devices for communication problems and other device faults.

o Alarm handling – all the alarms shall be displayed in a graphical tree structure in order

located alarms quick and easily.

o Long term storage of logged data from the process devices

o Multi level user access control for individual access to sites, applications, functions and

objects

o Display graphically the logged data

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 69

o History logging for alarms, user actions, system events and messages.

● As part of the requirements for an open system, devices with a native BACnet protocol shall be

connected onto a common field bus backbone network directly without any Gateway/Protocol

converter device. If interaction is required between different sub-systems, the integration shall be

carried out at either the automation or field level. The integration must not occur at the

management level. The basic software should have the Energy Monitoring and benchmarking as

built in feature to facilitate monitoring and analysis of green building parameters.

● Link to a third party software package shall be carried out at the management level. When sharing

alarm and historical information, the system shall provide the information in a standard

commercially available format e.g. MS Access and using standard mechanisms e.g. ODBC .Real-time

“live” information shall be transferred from the management system to a third party package e.g.

MS Excel, either by a standard inter-application mechanism e.g. DDE or OPC or by developing a

connection by using a documented API for the management system. Where a physical connection is

required between a 3rd party device and the management system, the sub-system supplier shall

provide the necessary line drivers and cables, documentation and support to make the connection

into the device that will provide the protocol conversion.

7. Software Modules

The management station software shall be modular, object oriented, clearly structured and shall be based

on Windows 10, Windows server 2012 R2 and 2016 etc., and standard 64 bit technology. The Software

Module shall also have some Data point Licenses by default.

8. Alarm Routing

● The management of alarms (generation, display and handling) must be simple, efficient and

consistent at all levels of the system. The system shall use the BACnet alarm functions, and support

the following three types of alarm with up to 256 alarm priority levels:

● Simple alarm (for alarms not requiring user interaction)

● Basic alarms (for alarms requiring acknowledgment)

● Extended alarms (alarms requiring acknowledgement and reset)

● In order to monitor alarms round – the – clock, alarm routing is an important feature of the

BMS. Alarms shall get transferred on the basis of time, priority and/or plant type, using an

outstandingly powerful alarm routing system at the management station. This shall ensure the

uninterrupted routing of alarms, whether or not there is an operator sitting at the management

station.

The BMS shall have the following features

● Routing of alarms to alarm printer, fax, pager or mobile phone

● Time schedule for each message recipient

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 70

● Alarm routing based on priority

● Alarm routing based on discipline (HVAC, Security etc.,)

● Alarms routing to person responsible at site

● Alarm routing based on text

● Alarm routing to person(s) responsible for specific equipment or systems

● Option of manual transmission of messages from the management system

9. Scheduler/Calendar

One of the basic functions of a building automation and control system is time control of Procedures and

processes. Time schedules ensure that the devices are switched on/off automatically.

The system shall have the following features

● Graphics-based overview and manipulation of all time schedules in the system

● Easy graphics-based programming of switch times

● Programs invoked directly from the plant graphics

● The schedules and calendars shall get stored in the automation station, so that in the event of a

network or PC failure, the automation level can continue to operate autonomously.

● Time-switching operations in the BMS shall be in accordance with the BACnet standard, using the

BACnet objects "Schedule" and "Calendar" for flexible operation of the building. From simple 7-day

schedules to recurring exceptions, these powerful functions shall make programming easy.

● For safety reasons, schedules and calendars shall be stored in the automation station, so that in the

event of a network or PC failure, the automation level can continue to operate autonomously.

10. Log Viewer

● Log Viewer shall provide access to the users to all events that have occurred within the system.

Events and user activities shall be archived in chronological order in the log database and can be

viewed whenever required.

● This application shall allow user access to the database from any PC with an Internet connection

browser such as Microsoft Internet Explorer or Netscape Navigator to obtain an overall view of all

the plant and events stored or monitored by the system.

● The Internet Log Viewer shall be started without any special management station software on the

user’s PC. Access to the Log Viewer shall be password protected.

11. Web Control

The system shall have the capability to connect to remote sites through a web control module. This should

facilitate viewing and controlling the DDC general-purpose controller’s trunk via a remote PC / laptop.

The web control should able to perform the following functions:

• Operation of graphics (Plant Viewer)

• Operation of data points (Object Viewer)

• Alarms and log (Alarm Viewer, Log Viewer)

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 71

• Trend data (Trend Viewer)

• Time schedules (Scheduler)

12. Remote management

The BAS software shall support Remote Access management i.e. Remote management station shall be

connected via Modems, ISDN facilities, Internet, Intranet, RAS, FTP etc.,

The software shall support customized, flexible and advanced reporting.

13. Web Report

Creating and displaying reports via the Web

A user working at a WEB client PC should able to use Web Report Viewer to select existing report and start

the logging of momentary values. The system should be capable of downloading such reports from the Web

server to the client computer as a PDF document for saving or printing.

14. Power & Energy Meter Integration

● The software shall support standard Electrical Protocol connectivity as per IEC 61850 for

connecting Power and Energy meters.

● This shall enable the identification and prevention of Power quality issues occurs,

analysis of thermal and electrical correlations in fraction of seconds.

Power subsystems

Power management shall allow insight into electrical energy and power distribution as well as

optimization of its operation. In combination with meter management and reports for energy and power,

system shall offer a comprehensive and modular multi-discipline system. 1

▪ IEC 61850 protocol integration for power quality events capturing

▪ Generation of sub-meter hierarchy

▪ Illustration of electrical distribution

▪ Ability to generate customized energy and power applications via scripts

BMS Software and Licenses

● All License rights to the control systems manufacturers’ software packages shall be transferred to

the client at the time of hand over.

● Copies of all of the control system manufacturers Monitoring or BMS software shall be provided on

CD-ROM, or other mass storage device, together with copies of any graphics and databases that may

be required to re-install the system after a fatal computer failure.

15. Automation Level

● At the heart of the DDC system shall be the Microprocessor based modules, which can be

individually programmed according to the functional requirements.

1

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 72

● The DDC controllers shall be selected from either a modular or compact type of unit to suit the

most economic inclusion of all the data points specified. To facilitate this controller should come in

various configurations to handle

● The DDC Controllers support protocols such as TCP/IP, BACnet, Modbus, Mbus etc.,

● It shall be possible to integrate both types of control module (compact and modular) onto the same

BACnet communication network. Each controller performance shall be to 0.5% control accuracy with

sample rates of less than one second.

● The products used in constructing the BMS management and automation levels shall conform to

BACnet protocol for building automation and control networks. All controllers shall have attained a

BACnet Testing Laboratories (BTL) listing and display BTL logo.

● All DDCs must be UL approved, must have real time clock and be suitable for PID control.

● The Distributed direct digital control (DDC) system shall be designed with functions distributed both

physically and functionally over the field controllers.

● The DDC’s shall be true autonomous with peer-to-peer communication and shall have minimum the

following features. In case of systems using master / slave communications, the master shall be

redundant.

o Inbuilt real time clock (time stamping from external devices are not acceptable) with a

battery back up for a minimum of 10 years.

o Based on BACnet ANSI ASHRAE 135-2008(BACNet)

o Operation standalone or as part of Lon Talk system network .

o Optional connection to operator terminal, management station and via Web browser with

Web server device.

o Freely Programmable

o Universal inputs, which can be connected to passive (Ni 1000) and active (DC 0…10 V) sensor

elements, or to binary volt-free contacts, for signalling functions.

o Flash ROM, real time processing and multi tasking

o 32 bit processor system

o Supply voltage AC 24V +/-20% 50/60 Hz

o Event driven data transmission

o Historical data memory storage

o Software application stored in non volatile memory

o Battery back up for more than 5 Years

o The system shall have the facility for a Web server to be added to allow full operation of all

automation station control modules connected to the Lon Talk BACnet network via a

standard thin client/web browser. Functions to include

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 73

● Process control & interlock functions.

● Alarm transmission via SMS and e-mail

● Operation of all time schedules, exception calendar and heating curves.

● Reading of trend data with facility to export data to Microsoft Excel.

● Multi user level access protection

● Ethernet or Modem connection

● Runtime totalization.

● Trend logging of specific data-points with transmission of the logged values to the management

level

● Energy calculations

16. Operator Interface:

The operator interface should be location independent (Ethernet/IP based) capable of the following

functions:

● Graphics-based display and operation of time schedules, exception calendar, online-trend and heating

curve multi-level access protection

● Generic operation and display of plant functions –

▪ data point display and operation of all measured values, set points, plant states, operating states

and parameters

▪ Alarm handling with acknowledgement, visual and audible alarm indication, time schedulers,

calendars

▪ Alarms and events should pop-up in the pop-up window

▪ The display shows a time stamp, the object name, the notification text and the alarm priority. In

the case of alarm messages.

● Access protection - Up to seven user levels should be possible .Login by entering password, display and

operation in accordance with user privileges.

● Auto logout and sleep mode - If no operator activities are carried out within a set period the device

should switch off automatically and the display should turned off. Pressing any key the device should get

activated automatically.

● The operator interface should able to access the third-party devices on the global BACnet network with

the following BACnet objects:

▪ Analog Input/Output/Value objects

▪ Binary Input/Output/Value objects

▪ Multistate input/Output/Value objects

▪ Calendar object

▪ Device object

● Setting time schedules

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 74

The Scheduler shall contain a 7-day schedule and an exception schedule. The user should able to use the

scheduler to program the following:

▪ Time-dependent on/off switch control and/or

▪ Time-dependent set point adjustment

Exception schedule

The exception schedule should contain minimum two kinds of exception:

1. Exceptions which are stored locally in the time schedule should be identifiable by the date information.

2. Exceptions which are stored in a calendar object should be recognizable by their names, e.g. holidays

without date information.

Portable Operator Terminal:

1) The Portable Operator terminal shall have inbuilt Web server and also shall support external Web

server interface.

2) The Web server shall have the features such as Automatic Trend Data export, Dashboard and

HTML.5 supporting capability etc.,

17. Room Temperature & RH Sensor:

Range of Use : 0...50 °C(Temperature), 0…100 % r.h

Degree of protection : IP 30 as per IEC 60529

Output Signal : DC 0...10 V for both Temperature and Humidity)

Power supply : AC 24 V ± 20 %, 50/60 Hz

Approval : CE, UL 873, C-Tick

Display : Yes

Environmental conditions

2.TECHNICAL SPECIFICATION FOR ACCESS CONTROL SYSTEM

SCOPE

The scope of work under this head shall include design, supply, and installation of Access Control. The

work under this system shall consist of design, supply, installation, testing, training & handing over of

all materials, equipment’s and appliances and labor necessary to commission the system, complete

with Access Controllers, Smart Card Readers, Software, EM Locks, Motion sensors, panic buttons, Door

Position Sensors etc., for interfacing with other systems. It shall also include laying of cabling,

necessary for installation of the system as indicated in the specification and Bill of Quantities.

This specification calls for the supply, installation and commissioning of a complete, Access Control

System including: Access Control, Alarms Management in accordance with the technical and

performance criteria set out in this document.

The system is to be supplied with all equipment, hardware, software, cabling and ancillary services as

required to provide an integrated system complete and functional in all respects. The tenderer is to

familiarise themselves with all matters related to such requirement and to account for such in the

tendered price.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 75

Specification of Access Control + Attendance Software

Access Management and Time Attendance software with SQL Database especially designed to cater

small, medium and large organizations. Single GUI Platform with complete modular software with

provision to integrate with different application ie; Access Control, VMS, Canteen, Alarm Management,

etc.

It comprises with all masters, basic access control software, and basic attendance software and

enrolment module. Advance access control management software module with all the access control

features i.e.; Time Zone, Access Level, Anti pass back, Holiday restrictions, employee black list, etc.

Attendance management software module with all time attendance features i.e. Shift management,

Leave management, attendance policy e.g. late coming, early going, continues absent, Overtime,

Compensatory off, outdoor entry, etc. Employee Self Service - login module for

Employee/HOD/MANAGER where they can view their attendance; they can apply for leave/manual

punch/tour entry/outdoor entry though internet with their login ID & password. Same way manager

can online approve all application sent by employee. User Enrolment interface module for finger/card

enrolment of users. Biometric Device can be connected to this module for user enrolment.

Comprehensive.

The software should have Email and SMS module to send various SMS & Email on the base of different

events in Access Control & Time Attendance system. Role wise module ie; Employee Self service - for

View Attendance, for applying Leave, Manual Punch, out door entry, tour entry, Condone entry,

compensation off &Overtime . HOD Login for view their attendance and apply for leave, manual punch,

etc. apart from provision to approve all the application of their team mate .HR/Admin/Location

Admin/Company Login for all the configuration /settings of attendance rules, leave management, shift

management and others parameters.

It should support Multi company, multi location, multi department, multi login with different rights,

muti hierarchy of employee. User wise different type of dashboard with Inclusive summary on

dashboard, real time data display on dashboard, Pending Request Summary, Leave summary on Dash

board, Employee Count as per login rights. Configurable Employee Hierarchy with Multiple employee

categories, multiple Employee Type, different Employee Status and Employee Photograph with other

details. Should have complete shift management ie; auto shift, flexi shift, night shift with advance level

of automatic shift roaster which will take care of complex shift management. Should have complete

Leave management ie; Leave definition, define leave rules, set leave opening balance, leave carry

forward & leave application/approval.

Should have provision to make mass attendance entry/ application/approval in case of most of the

employees are coming late or, going early ie; Train Strike, Bus Strike, etc. Should support maker &

checker facility - the local administrator should able to add the users but he should not able to

authenticate/approve the User, Approval right of the added user should be with main Administrator

● Different type of Anti pass back - Hard, Soft, user wise & controller wise

● Holiday restriction (Reader Wise)

● Blacklist of employee

● Duress Authentications

● Dual Authentications

● Configurable delay time for two successive punch from same

● Controller communication status display with indication of Green/Red button denotes device is

online or, offline

● Displaying Short Messages setting to display on device

● Centralize fingerprint Template Management

● Bulk upload of cards

● Support Maximum 9,999 controller

● Configurable Auto/Manual/Scheduled Data Downloading

● Controller Reset command

● Block Admin/User of controller

● Door Auto Relock configuration

● Reader open Time can be define

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 76

● Facility Code supported

● Audit Log

● Event Wise mail And SMS can be sent

● Central Date & time Synchronization

● User wise/Controller wise Latest swipe display

● 100+ Useful different type of MIS reports

● Master data import facility & data export facility

● Dedicated output reports for Payroll integration

● In 20+ format reports should be generated ie; PDF, MS Xps, MS Power point, HTML, MhtWeb,

Archive, Text, rich Text, Word 2007, Open document Writer, Excel, Excel Xml, Excel 2007, Open

Document Calc, CSV, Dbase, Xml, BMP, Gif, Jpeg, Pcx, Png, Tiff, Metafile

● Email & SMS can be sent on every configured event ie; Leave Application/ approval, Manaual

Punch Application/ Approval, Outdoor Application/ Approval, Tour Application/ Approval,

Condone Application/ Approval

● Software should have Android based Mobile apps for Employee Self Service module

● Employee Self Service module on Android based Smart Phone

● Easy Employee tracking as outdoor Employee Attendance should marked with their GPS

Location

● Leave Application, Manual Punch, Outdoor/Tour entry through Mobile Apps

● Condone Entry through Android based mobile Apps

● Employee can mark Offline attendance (If No Network) through Mobile Apps

1. Biometric Reader

Tender Specification for Biometric Slim Series Fingerprint + Card + Pin Based Attendance

Terminal

Sr

No

.

Technical Specification

1 Applications Access Control System & Time Attendance

2 CPU ARM 32 Bit RISC Processor or similar

3 Memory Up to 8 MB (Flash) or higher

4 Events/Transactions 100,000 or higher

5 No. Of Finger Template Up to 19000 (1:N)

6 Operation Mode Card Only, UID + Finger, Card + Finger, Finger Only

7 Sensor High Quality Scratch Resistance Optical Sensor

8 Finger Score Display Finger quality Score @time of finger Registration

9 Communications Port TCP/IP &Wiegand , POE & GPRS (Optional) , MODBUS

10 Display 2.4" TFT Color Display or similar superior

11 Keypad Capacitive Touch Sense

12 Baud Rate 9600bps

13 Controller ID Up to 10,000

14 Language English

15 LED LED Bar

16 Sound Various Beep Indication

17 Power Supply 12 V DC/ 5A / POE

18 Enclosure IP-65

19 Mounting Wall Mounting

20 Sensor Specification

21 Image Resolution 500 DPI

22 Template Size 384 Bytes

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 77

23 Image Size (Pixel) 272 X 320

24 Sensing Area (mm) 16 X 19

25 EER/FAR/FRR <0.1% / 0.001% / 0.1%

26 Enrollment time & verification

Time < 1 Sec

27 Encryption 256 bit AES fingerprint data encryption

General Specification

1 Device should be having Matching Mode 1:N as well as 1:1

SD Card provision for storing Card & Templates Buffer , Transaction Buffer , Device

Configuration

2 Device should have provision of POE & GPRS options to make the device existing

infrastructure friendly

3 Most efficient Push Mechanism, for Multi Location Application, to push data from multiple

locations to the central location almost in real time.

5 Should have Random attendance paging to ensure continuous Attendance during the day.

It ensure employee will not left the premises during the working hour

6 Device should be accessible with OTP (One Time Password) for fingerprint enrolment &

Changing of Date and Time. User Enrolment & changes of date and time should not happen

with normal User ID & Password.

7 Device should support MODBUS Connectivity / Protocol for integration with any 3rd party

BMS System

8 Device should be manage remotely through in-built web browser for secured user

management & Device Configuration

9 Data download should be automatic & extremely User friendly

10 Facility to set and change the IP address on the device itself. There should be no

requirement of PC or laptop to set IP address

11 26,32,34,35 bit wiegand format supported

12 Indication on unit for Transaction & Users buffer

13 Facility to create 16 different Authority Levels for Supervisor/Administrator/User on the

device

14 There should be a facility to verify card or Finger before admin login

15 All the events/Status massages should display the on LCD

16 Device should be highly secured so that it can communicate with the selected the IP only

17 Reader shall flash the green LED and emit a short beep indicating that a card was read

18 Should work with 5,8,10 digit card no

19 Employee Name/Emp code/card no should be displayed on the LCD screen along with

Access granted

20 There should be facility to adjust the Finger Rejection ratio as per the client

needs/environment.

21 All controller's information should be readable using keypad in offline mode

22 Bulk card adding through device

23 Time based Scheduler for automatic activate- deactivate of cards.

24 The reader should function and record attendance even in standalone mode when network

fails.

25 Common message display on the LCD should be possible

26 If any person is trying to open the device an alarm should be raised

27 Device should work on Dynamic IP in case of multilocation/multi devices, no need of Static

IP at every location

28 Ability to respond to access requests/alarm conditions before and during download from

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 78

the device.

29 Template size 384 bytes Capacity to store up to 8 template per user to avoid finger

rejection

30

The device shall be fitted with automatic restart facilities to enable them to resume

processing following a power and backup failure. Device should have inbuilt Watchdog

feature

31 The machine should have inbuilt RTC. Provision for setting the time of all machines from a

single location to maintain uniform time in all locations

32 The connectivity of the devices should be detected remotely from remote machine, should

have inbuilt capability for online firmware up gradation.

33 The outer coating should be non-corrosive

34 Component level servicing should be possible in India

35 Total Indian Manufacturing Technology to enable better service and support

36 provision for at least 2 fingers per employee should be accepted on the card memory

37 The Finger scan scanner shall be of High Protection from Scratch i.e Upper surface shall be

scratch resistant and Protection from ESD

38 Scalable System to support GPRS and Template on card if required.

39 Real time auto update of finger impressions

2. Smart Card

Mifare smart Card Reader Technical Specs

Read Range 4 -9 cms

Data Read CSN/Sector

Type Smart Card (Mifare Classic)

Transmit Frequency 13.56 MHz

Card (Transponder ) Mifare® Series (ISO14443-A)

Card Read Time 0.1 sec

Output Interface Wiegand Format( 32 bits)

LED Indicator Bi colour LED

Power supply 12 V DC @ 100mA

Material ABS Plastic

Colour Black

A Wiegand output that easily interfaces with most existing Wiegand protocol access

control panels.

Compact and Elegant. Easily installed on walls and doors.

3. Electro Magnetic Locks:

The Electro Magnetic Lock (EML) shall mean a locking mechanism that works on the principle of

electromagnetic attraction. The EML shall be installed single swing flush doors. They shall be fail-

safe, in case of failure, shall allow the door to be opened freely. The door controller shall control the

EML.

4. Emergency Release Switch:

The emergency release switch shall be of break glass type, similarly to manual call point and shall be

green in colour. In case of any emergency the glass shall be broken which shall cut-off the power

supply to the electromagnetic lock.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 79

5. Magnetic Contact:

The magnetic contact shall be of flush / surface mount type. The contacts shall be corrosion

resistant and completely hermetically sealed. 5 million cycles of operation shall not affect the

contact.

3.TECHNICAL SPECIFICATION FOR IP BASED CCTV SYSTEM

GENERAL:

The work under this system shall consist of design, supply, installation, testing, training & handing

over of all materials, equipment’s and appliances and labor necessary to commission the said

system. The True IP Based CCTV System shall comprise of fixed dome indoor cameras, power supply

units, monitoring stations, Network video recorders, Hard disk storage devices, Software and other

associated accessories. It shall also include cabling, necessary for installation of the system as

indicated in the specification and Bill of Quantities.

SYSTEM DESIGN AND ARCHITECTURE:

CCTV system should be designed such as to cover the strategic locations and sensitive areas of High

end cameras with Night sense feature to be installed for this outdoor application. All outdoor speed

domes shall be rugged and shall be weather proof as per specifications. Also the systems should

utilize only industry standard protocol.

General positioning of the cameras are in the entrance, lobbies, corridors, all exits, lobbies, server

rooms.

A digital IP-Surveillance system, images from a network camera are digitized once and they stay

digital with no unnecessary conversions and no image degradation due to distance traveled over a

network. In addition, digital images can be more easily stored and retrieved than in cases where

analog video tapes are used. By using a data connection and computer networking, IP cameras can

provide much better performance with no real limitations for future growth in resolution or other

capabilities.

The NVRs should allow for recording of events both continuous and motion triggered as per

requirement and recordings should be able to create evidences and support post event analysis.

1. Dome Camera

1.01 DETAILED SPECIFICATIONS

A. VIDEO

1. Imaging Device 1/2.9" 2.19M CMOS

2. Effective Pixels 1,984(H) x 1,105(V)

3. Scanning System Progressive Scan

B. LENS

1. Focal Length (Zoom Ratio) fixed

2. Max. Aperture Ratio F2.0

3. Angular Field of View H: 102° V: 54° D: 120°

4. Min. Object Distance 0.5m (1.64ft)

5. Lens / Mount Type fixed / Board-in type

C. PAN/TILT/ROTATE

1. Pan / Tilt / Rotate Range 0° ~ 350° / 0° ~ 67° / 0° ~ 355°

D. OPERATIONAL

1. IR Viewable Length 20mtrs or better

2. Camera Title

Off / On (Displayed up to 15 characters)

3. Day & Night Auto (ICR) / Colour / B/W / Schedule

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 80

4. Backlight Compensation Off / BLC / WDR

5. Motion Detection Off / On (4ea rectangular zones)

6. Privacy Masking Off / On (6ea rectangular zones)

7. Electronic Shutter Speed Minimum / Maximum / Anti flicker

8. Flip / Mirror Off / On, Hallway view

9. Video & Audio Analytics Tampering, Motion detection

10. Alarm Triggers Motion detection, Tampering detection,

SD card error

11. Alarm Events File upload via FTP and E-mail Local

storage recording at event, Notification

via E-mail

E. NETWORK

1. Ethernet RJ-45 (10/100BASE-T)

2. Video Compression Format H.264, MJPEG

3. Resolution

1920 x 1080, 1280 x 1024,

4. Max. Framerate H.264 : Max. 30fps at all resolutions

MJPEG : Max. 1fps at 1920 x 1080,, Max.

15fps at other resolution

5. Video Quality Adjustment H.264, MJPEG : Target Bitrate Level

Control

6. Bitrate Control Method H.264 : CBR or VBR, MJPEG : VBR

7. Streaming Capability Multiple streaming (Up to 3 profiles)

8. IP IPv4, IPv6

9. Protocol UDP/ IP, RTP(UDP), RTP(TCP), ,RTSP, NTP, HTTP, HTTPS, DHCP, PPPoE, FTP, SMTP, IGMP, ARP, DNS, DDNS, QoS, UPnP

10. Security HTTPS(SSL) login authentication, Digest

login authentication, IP address filtering,

User access log, 802.1X authentication

(EAP-TLS, EAP-LEAP)

11. Streaming Method Unicast / Multicast

13. Max. User Access 6 users at unicast mode

12. Edge Storage Micro SD/SDHC Max. 32GB- Motion

images recorded in the SD memory card

can be downloaded- Manual recording

at local PC

13. Application Programming Interface ONVIF profile S/G, SUNAPI (HTTP API)

14. Web Viewer Supported OS: Windows, 8.1, 10, Mac

OS X 10.10, 10.11, 10.12

G. ELECTRICAL

1. Input Voltage / Current PoE (IEEE802.3af, Class3)

2. Network Video Recorder

1.01 DETAILED SPECIFICATIONS

A. Video

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 81

1. Compression: H.265, H.264, MJPEG

B. Recording

1. Channel capability: 8

C. Events and Response Actions

1. Triggers: video loss, event defined by camera, VA

event

2. Response Actions: record, e-mail, activate PTZ pre set , beep

output, monitor out

D. Playback

1. Number of simultaneous channels

a. Local : 8

b. Network : 8

2. Bandwidth: 32 Mbps

E. Storage

1. Internal

a. Number of HDD’s: Based on Calculation requirement

b. Capacity per HDD: Based on Calculation requirement

2. External

a. Acceptable types:

1.) USB HDD/Flash drive for backup of

video clips, firmware update, settings

backup/restore, log export

F. Network

1. Connectivity: 1 x RJ-45(10/100 BASE-T), 8 x RJ-45(PoE+)

2. Protocols supported:

a. Transmission Control Protocol (TCP),

Internet Protocol (IP) v4 and v6, User

Datagram Protocol (UDP)

b. Configuration: Dynamic Host

Configuration Protocol (DHCP)

c. Web services: Hypertext Transfer

Protocol (HTTP), Secure HTTP (HTTPS)

d. Network services: Address Resolution

Protocol (ARP), Domain Name System

(DNS), Internet Control Message Protocol

(ICMP), Network Time Protocol (NTP),

Simple Network Management Protocol

(SNMP v1/2c/3 – MIB-2), Universal Plug and

Play (UPnP)

e. Media: Real-Time Transport Protocol

(RTP), Real-Time Control Protocol, Real-

Time Streaming Protocol (RTSP)

f. Multicast: Internet Group

Management Protocol (IGMP)

g. Notifications: Simple Mail Transfer

Protocol (SMTP)

h. Remote Access: Point-to-Point

Protocol over Ethernet (PPPoE)

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 82

3. DDNS

– The NVR shall support DDNS services

offered by the Manufacturer and other

publicly available service offerings.

4. Security features: a. user password protection with group

restrictions

b. IP address filtering - list of allowed or

blocked IP addresses

c. HTTPS(SSL) login authentication

d. User access log

e. 802.1x authentication

f. Restriction of all network access/web

viewer access

5. Discovery - Manufacturer shall offer a discovery

program to identify all devices of his

manufacture on the network, as well as

ONVIF Profile S conformant devices.

G. Audio

1. Channel capability: 8 channels

H. Electrical

1. Input Power 54 V DC / 1.67 A

2. PoE/PoE+ budget Below 100 W

3. Cables & Conduits

Cables/wiring shall be laid down in PVC conduits.

Loop shall be left wherever required at connection ends. Appropriate glands shall be provided where the

cable enters the junction box.

All the cables and wires shall be tagged for proper identification. Wires shall be identified by ferrules at

junction and cables by colour bands.

4. TECHNICAL SPECIFICATION FOR FIRE ALARM SYSTEM

1.1.1 Fire Alarm Panel

The FACP and peripheral devices shall be manufactured 100% by a single manufacturer (or division

thereof).

The control panel shall be a microprocessor based fully Analogue Addressable, Analogue Control Unit

which shall control all Analogue Addressable Detectors, Manual Call Stations and Switching Systems

connected to it as single loop addressable unit.

A loop shall mean a 2-wire circuit connecting addressable detectors/devices. The loop card shall have

built-in circuit isolator to accommodate Class ‘A’ wiring. The loop cards shall be of modular

construction.

It shall be possible to trip from the Fire Alarm Panel through the use of Addressable Output Modules,

third party devices activated by the fire signal of specified detectors.

All wiring shall be done using 2 x 1.5 mm2 PVC insulated armoured FRLS copper cable including

termination with compression glands.

1. All controls of the system shall be via the control panel only.

2. All site-specific data shall be field programmable and stored in an integral EEPROM.

3. All internal components of the control panel shall be fully monitored.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 83

4. The control panel shall be capable of supporting a multi device, multi zone 2-wire detection loop.

Removal of 1 or more detection devices on the loop shall not render the remaining devices on

the loop inoperable.

5. All addressable units shall be connected to the Fire alarm control panel through the Loop Cards

and shall be addressed through individual numbers. The Fire alarm control panel shall be able to

obtain analogue value for all detectors in the circuit through a pulsed digitalized current data.

The Fire alarm control panel shall be able to analyses all analogue inputs from all addressable

units, and through its own software and ambient level screening the Fire alarm control panel

shall be able to identify fire, possible fire or fault conditions. The unit supervision shall be

dynamic and continuous.

6. The Fire alarm control panel shall also give adequate warning signal whenever there is dust

accumulation in detectors. It should be possible to change the level of ambient alarm calibration

condition by the use of software program.

7. Short / Open circuit fault shall also be reported at the Fire alarm control panel. In such cases, the

system through the use of fault isolators shall be able to isolate that segment. The missing

Detectors/Devices shall also be reported at the Fire alarm control panel with identification of the

location.

8. When an alarm condition is sensed at the Fire alarm control panel from a smoke or heat

detector, a delay time/alarm verification period shall be started. If the detector is still in alarm

after the delay time expires, an alarm condition is reported.

9. The Fire alarm control panel shall have the facility to perform walk test. In the walk test mode,

the performance of each device is checked out by initiating the device. Audible devices shall be

initiated, if required at a pre-programmed time. During the walk test the system shall perform

continuous supervision (normal mode). In case of any alarm initiated by detector/devices the

walk test shall get terminated automatically.

10. The Fire alarm control panel shall also be able to carry out continuous self-monitoring when in

normal condition.

11. The Fire alarm control panel shall also be able to discriminate between false alarms and fire

conditions.

12. The Fire alarm control panel shall carry out priority selection of alarm in case alarm activities in

two or more remotely located units simultaneously. In such cases, the manual call stations shall

have the highest priority.

13. The Fire alarm control panel shall also be able to actuate switches automatically in case of Fire

condition that of other third party devices or other systems such as Access control doors.

14. The System shall be fail safe and adequate safe guards should be ensured that in the event of a

failure of a part of the System it shall not handicap the complete System.

15. The system status shall be made available via panel mounted LEDs and a backlit alphanumeric

liquid crystal display.

16. All user primary controls shall be password protected over 4 access levels in accordance with UL.

Essential controls, such as Start / Stop sounders and Cancel fault buzzer, etc. will be clearly

marked.

17. Cancel fault and display test functions shall be configurable to be accessed from level 1 or level 2.

18. All system controls and programming will be accessed via PC/Laptop / alphanumeric keypad. The

control panel will incorporate form fill menu driven fields for data entry and retrieval.

19. The control panel shall log a minimum of 700 events comprising of 100 event fire log and 200

event fault, disablement and historic logs, giving time, date, device reference and status of

indication.

20. Fire, fault and disablement events shall be logged as they occur. Visual and audible conformation

shall be given on an array of LEDs, the Liquid Crystal Display and the internal supervisory buzzer.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 84

21. The control panel shall have an integral automatic power supply and maintenance free sealed

battery, providing a standby capacity of a minimum (24 Hrs) hours and 30 minutes under full

alarm load conditions. The performance of the power supply and batteries shall be monitored

and alarm rose, should a fault be detected. The system shall protect the batteries from deep

discharge.

22. The Software shall be user friendly. The system shall have the ability to be upgraded so as to

incorporate more features at a later date. The system shall be designed such that it shall have the

add-on feature.

23. The Fire alarm control panel shall have provision for interfacing with the Public Address System.

1.1.2 ADDRESSABLE DETECTORS-MULTISENSOR DETECTOR

a) All detectors shall be plug-in type, from the maintenance and compatibility point of view.

b) An alarm condition should not affect a detector’s good functioning.

c) After resetting the alarm, the detector shall resume normal operations without readjustment

of any kind.

d) The detector shall have a Multi-sensor type integrated photoelectric smoke and heat sensing

technology.

e) It shall be possible to use a single detector type for both above and below false ceiling

applications.

f) The detector shall be capable of detecting fast flaming fires and slow smouldering fires

equally well.

g) The detector shall therefore be a multi technology detector or shall be of unique design

whereby a single type/model can be used in applications where either ISD/OSD would be

normally used.

h) The sensitivity of the detector shall not vary with change in ambient temperature,

humidity, pressure or voltage variation, and should not trigger the false alarm due to the

above condition.

i) The detector shall be suitably protected against dust accumulation/ ingress of moisture. The

detector shall be free from maintenance and functionally tested at periodic intervals. All

detectors shall be identical in construction design and characteristic to facilitate easy

replacement and interchangeably by suitable programming.

j) Devices shall be compatible with the CIE conforming to the requirements of UL Listed and be

UL approved.

k) Secondary response indicators shall be provided for all the Above False Ceiling Detectors.

l) The detector shall have LED for fault identification. LED on the detector shall blink each time

the sensor is scanned by the Fire alarm control panel.

m) Detectors shall fit a common addressable base.

1.1.3 MANUAL CALL POINTS (MCP)

a) MCP’s shall be addressable and field resettable type shall be provided to allow the routine

testing of the unit.

b) The device shall be red in colour and suitable for surface or flush mounting.

c) Manual stations shall be interfacable to an addressable input module. The manual station

shall have normally open fire alarm and annunciator contacts and these contacts shall close

on activation. Contacts shall remain closed until station is manually reset.

1.1.4 SOUNDER CUM STROBE

a) Electronic sounders shall be colour red with adjustable sound. The sounders should be

suitable for operation with a 24V DC supply providing a sound output of at least 85 dBA at 1

meter.

b) The sounder shall be addressable electronic type and shall give discontinuous/ intermittent

audible alarm whenever any detector or MCP operates.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 85

c) The sounder shall be loop powered or powered from Main Fire alarm control panel through

separate 2 wire cable.

1.1.5 FIRE ALARM SYSTEM TESTING

1. FACP:

a) The FACP shall be visually checked for input voltage and ampere. All zones one by one shall

be de wired to check for fault signal indication in the FACP.

b) The Power Source shall be cut off and checked for stand by Supply from the Batteries. The

FACP Source shall be switched on to check for auto switch over to the Mains mode.

c) Tests shall be conducted for AC fail, charger fail, DC fail, Battery Disconnect or Battery fail. In

all such cases the relevant L E D should glow and the piezo sound shall also give sound

output.

d) Low battery indication, fault indication should be made available at the panel.

2. MULTISENSOR DETECTOR

a) The testing shall be carried out for each loop / zone,

b) Initially one detector in a zone and subsequently 2 or more disassociated detectors in each

zone shall be tested for Alarm Priority, Alarm Queuing and Call Logging with time lapse

between detectors.

c) An identified detector shall be subject to smoke aspiration from burning materials which

give dense smoke held at 0.3 M distance from the detector.

d) The FACP should indicate increased analogue output for that address and after the

programmed delay time, a fire alarm signal shall be indicated. This delay shall be utilized for

alarm verification.

3. ADDITIONAL TEST:

a) One detector of each type will be disconnected and subjected to slow dust build up by

means as desired by the Engineers in charge and again connected in the circuit.

b) Any part of the Loop shall be short circuited. The FACP shall indicate the communication

failure of all the devices connected in the short circuited segment.

c) After the short circuit is corrected, the Fault Isolator shall return to its normal status

automatically, this being reflected in the FACP.

d) The Loop shall then be in normal operation again. Any part of the Loop shall be de wired and

tested as given above for open fault.

e) All other tests as required by the client at the time of handing over shall also to be

conducted.

5.TECHNICAL SPECIFICATION FOR PUBLIC ADDRESS SYSTEM

1. Scope of Work

The scope of work under this head shall include designing supplying and installing of Public Address

System. The work under this system shall consist of furnishing all materials, equipment’s and

appliances and labour necessary to install the said system, complete with Speakers, Amplifiers, and

call station.

The PA system is designed to serve the multipurpose of playing music, making general

announcement

2. System Design

The Speakers shall be distributed in the entire floor and shall be configured as a single zone.

3. Speakers

CEILINGMOUNTEDSPEAKERS

The speaker shall be flush mounted in the False Ceiling cavity and shall be suitable for a general

purpose applications such as Public Address, Music Reproduction etc.,

The Speaker shall consists of a single piece 6 W dual cone loudspeaker, frame, a 100 V line matching

transformer and a circular metal grille. The speaker shall come with a screw terminal block for line

matching transformer connection. The speakers shall also meet the following specifications

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 86

Rated voltage : 100 V AC

Rated impedance : 1667 Ohms

Power handling capacity : Min 6 watts with tapping facility

Speaker diameter : 200 mm

WALL MOUNTED SPEAKERS

The speaker shall be wall mounted type and shall be suitable for a general purpose applications

such as Public Address, Music Reproduction etc.,

The Speaker shall consists of a wall mount enclosure, 6W high quality speakers and a 100 V line

matching transformer. The speaker shall come with a screw terminal block for line matching

transformer connection for full load and shall also have a provision for secondary tappings.

Connectors shall be provided on the rear of the speakers for cable connections.

There shall be a uniformity of sound both in loudness & quality. The speaker shall be designed to

minimize reverberation effects, howling etc., caused due to reflection of sound from hard surfaces.

The speakers shall also meet the following specifications

Rated voltage : 100 V AC

Rated impedance : 1667 Ohms

Power handling capacity : Min 6 watts with tapping facility

4. Amplifier

The main function of the power amplifier shall be the amplification of audio signals for the

speakers. The output voltage between 100V The amplifiers shall be capable of operating for speech

and music applications. They shall be mounted on a suitable 19” Racks.

The power amplifiers shall have adequate continuous power output to meet the requirement of the

configuration. The amplifier shall have a broad band frequency response of 80 Hz to 18 KHz. The

output voltage and impedance shall meet with the system requirements.

PERFORMANCE

Frequency response 80 Hz – 18 kHz

INPUTS

Line input 2 ( 6.35mm jack)

Emergency Input 1

OUTPUTS

Speaker output

5. P A System Wiring

PA system wiring shall be done with 2 X 1.5 sq.mm FRLS cable in PVC conduit or Armoured cable

including termination complete as required.

6. Testing and commissioning

Entire PA system shall be tested to establish the following.

a) Functionality of the PA system

b) Acceptable audibility of the public address in all spaces and record sound pressure levels of

the Public address viz a viz the ambient noise levels.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 87

6.TECHNICAL SPECIFICATION FIRE SUPPRESSION SYSTEM

The scope shall include, design, supply, installation, testing and commissioning of fire suppression

system for all the critical areas. Fire suppression shall have following specifications:

1. The suppression system used shall NOVEC 1230 based fire suppression system with cross-zoned

detector systems for all locations. These detectors should be arranged in a manner that they

activate the suppression system zone wise to cater to only the affected area.

2. The critical area shall be divided into number of zones, whenever fire is detected or sensed in any

of the zones, annunciation should be available on the Fire suppression system panel.

3. There should be a fail-safe alarm system to prevent false discharge or tampering.

4. Alarm Control Panel (FACP), and the suppression system in that particular zone shall be

automatically activated.

5. The flooding of the gas is considered in the area above false ceiling, below false ceiling and false

floor.

6. The server room shall be protected with the gas based fire protection system.

7. Design calculation for the Suppression system shall be done on Vds / UL listed, FM approved

software.

8. Design of the system shall be in accordance with NFPA 2001(2018 edition)

9. The scope shall include design, supply, installation, testing and commissioning of piping system &

manifold required for the gas based suppression system.

10. The agency should prepare & submit, the piping Isometric drawing, datasheets of the hardware

used in the system.

11. The agency shall also submit copy of PESO CCOE approval letter for the cylinder proposed to be

used. These documents shall be submitted along with the supply of cylinders after the award of

contract.

12. The agency shall also submit calculations to evidence the qty of agent considered for the system.

13. As part of handing over, the as-built drawing, operation manual, training material and

maintenance manual shall be submitted.

14. The as-built drawing shall exactly match the Isometric drawing submitted with the flow

calculation prior to commencement of work.

15. Scope includes laying of required pipes, Electric Actuator, Pneumatic Actuator, Discharge Nozzles,

Manual Actuator, Flexible discharge Hose and other relevant accessories of the system.

1. SCOPE OF WORK

The scope of work covers the Clean Agent system protection for the equipment room as per the

minimum requirements of total flooding fire extinguishing Clean Agent system as per NFPA-2001(2018

edition) and having design concentration as specified at 70˚ F (21 ˚C) .

The system design shall be total flooding and Clean Agent requirement shall correspond to the single

largest risk area of building.

No deviation from specification will be acceptable.

System supplied and design calculation shall be approved by UL/FM/VdS/LPCB specifications,

drawings, codes, standards and good engineering practice etc. complete. The contractor shall be

responsible to complete the entire work in all respects and any other work necessary to complete the job

whether specifically mentioned or not in the scope of work. In general, scope of work covers the following

but not limited to:-

Design, supply of all materials, installation, fabrication, testing and commissioning, puff test,

performance guaranteeing of total flooding (main room + below false flooring + above false ceiling)

centralized Clean Agent Fire Extinguishing System for Fire Protection of various risks. Clean Agent to be

Novec 1230 as per NFPA-2001 for Fire Protection of various risks as listed below:

1. Equipment Room

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 88

The actual net volume of the risk shall be calculated based on the Architectural & Structural Drawing of the

building, higher % /quantity of volume as specified by Clean Agent manufacturer for Clean Agent system.

(However the maximum discharge concentration shall not exceed NOAEL.as per NFPA-2001 2018 edition)

All equipment shall be approved by UL/FM/VdS/LPCB and cylinders along with cylinder valve assemblies

shall be seamless and PESO CCOE approved.

It shall be noted that Clean Agent system to be provided shall meet the requirements of NFPA-2001 (2018

edition). Hence anything specified as “Mandatory” in NFPA-2001, although not specifically mentioned in this

specification, shall form part of this specification.

The system shall be designed based on the single largest risk area of the building. The system shall include

electrically actuated automatic Clean Agent Fire Extinguishing System complete with filled up Clean Agent

cylinders, cylinder rack, manifolds, pressure reducing devices, cylinder valves, directional valves, pipes,

discharge nozzles, bracket supports, hangers and such other fittings as necessary for complete installation of

the system.

RCC/ brick walls/ cutting of steel plates etc. or removal & re-fixing of false ceiling and floor of risk areas,

fixing fasteners and other activities required to install the system shall be done without any extra cost.

The system shall also comprise of the different modes of operation, actuation and cancellation facility etc.

with necessary local control panel as per specification.

The design requirements and material of construction shall be as per specification. Physical properties of

clean Agent shall meet the requirements as per NFPA-2001 (2019 edition)

2. System shall be designed for No Adverse Effect Level (NOAEL)

Automatic release shall be initiated via smoke detection system, located in cross- zone pattern (different

loops). The system could be set on manual mode or auto mode. The discharge piping & nozzles shall be

designed in order to allow discharge of 95% of minimum design concentration of clean agent gas as per

NFPA 2001 (2019 edition).All safety precautions as per CPWD General Specification for electrical works

Part-VIII Gas based Fire extinguishing system 2013 shall be complied.

3. System Operation

The system shall comprise of the following mode of operation and actuation and cancellation facility etc.

with necessary control panel:

System operation shall be possible by the following means:

Automatically due to fire detection in the protected area.

Operation of manual release push button located adjacent to protected area.

By operating manual lever provided on electrical/ manual control head on pilot cylinder

By push button actuation at Clean Agent control panel, in manual mode

The Clean Agent shall be discharged / actuated automatically after an adjustable time delay based on the

detection signal received. The delay shall be minimum 30 seconds; however it shall be adjustable from 30 to

120 seconds. In the local control panel of Clean Agent system, there shall be one hooter, which shall operate

once the gas is released. During time delay, there shall be a pre-discharge alarm (audio + visual). Hooter

shall follow the alarm once the gas is discharged.

4. Clean Agent Gas & its grouping/distribution

The quantity of Clean Agent gas provided shall be sufficient to protect the single largest risk. The system for

every individual risk shall have its own distribution piping, nozzles, alarm, and actuation system, etc.

Cylinders shall be permanently connected to the distribution piping through manifold. Since the system is

designed for the largest risk and there are several risk areas varying in size in a particular building, the

system shall permit the use of required number of cylinders for any individual risk involved so that the

concentration of gas in that risk area does not exceed the NOAEL specified as per NFPA 2001 (2019 edition).

5. Gas properties & its discharge characteristics

Physical properties of Clean Agent shall meet the requirements of NFPA-2001. The agent discharge shall be

substantially completed within the time frame as per NFPA 2001 (2019 edition). The minimum oxygen

concentration shall be as per NFPA-2001 to have NOAEL.

6. System Flow Calculations

System flow calculations shall be performed using A CALCULATION METHOD LISTED OR APPROVED BY THE

AUTHORITY HAVING JURISDICTION (i.e. UL/FM/Vds/LPC) . The system design shall be within the

manufacturers listed limitations.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 89

CONTRACTOR shall also provide sufficient measure (like properly designed louvers etc.) facilities in the risk

areas to dissipate over pressurization due to release of Clean Agent and also provide calculation in support

of same for each protected area. Approval certificate of software from the UL/FM/Vds/LPC shall be

submitted along with the offer.

7. Clean Agent Quantity

Minimum design concentration of Clean Agent gas shall be as per NFPA-2001 by volume for Clean Agent fire

extinguishing system based on approved / listed flow calculation method.

Clean Agent concentration requirement shall be computed considering the volume of the hazard as

specified. The BIDDER, as per NFPA-2001, shall work out the quantity of Clean Agent. However, BIDDER shall

quote minimum quantity of agent for the volume as given in the scope. Suitable margins of 20% for leakage

etc. shall be kept over & above the calculated quantities.

However in any case the minimum design concentration of Clean Agent gas shall not be less as specified in

relevant NFPA 2001 (2019 edition) unless otherwise specified by the agent manufacturer for clean agent fire

extinguishing system based on approved/listed flow calculation method.

8. Clean Agent Storage Cylinders

The Clean Agent storage cylinders shall be designed to hold Clean Agent at ambient temperatures. Cylinder

shall be of approved type and fresh. Minimum design level pressure of storage cylinder shall be as per NFPA-

2001.

The design pressure for cylinder shall be suitable for the maximum pressure developed at 1300 F (550 C).

The cylinders shall be charged to a fill density or super pressurization (super pressurization means the

addition of a gas to fire suppression agent cylinder necessary to achieve the pressure required for proper

system operation) within the range specified in the manufacturers listed manual.

The cylinder shall be seamless, brand new (date of manufacturing of cylinders shall not be older than 1 year

from the date of bid opening) never retested and month & year of manufacture shall be latest (or as

specified in the requisition).

Each cylinder shall have a permanent name plate, specifying the agent, tare and gross weight in addition to

the pressurization level, nominal agent volume. Cylinder shall bear the mark of manufacturer, serial number,

single test certificate issued by authority having jurisdiction and shall be duly approved by competent

authority of the country of origin (FM/UL/Vds/LPC/EEC) in addition to approval by PESO CCOE Nagpur,

(India). Cylinders without approval will not be accepted. A reliable means of indication shall be provided to

determine the pressure in refillable cylinders. PESO CCOE Approval of the cylinders is a must. Cylinder shall

conform to the requirement of NFPA 2001 and shall be compatible with the engineered system being

provided along with design analysis.

Each cylinder shall have pressure relief valve to protect the cylinders against excess pressure conditions.

Pressure gauges with isolation valves on manifold shall be provided. Automatic means such as check valve

shall be provided to prevent agent loss if the system is operated when any cylinders are removed for

maintenance.

9. Layout of Cylinders:

Clean Agent cylinders shall be arranged in the following manner:

The cylinder storage racks shall be provided for cylinders.

The manifold, containers referred to above shall be securely mounted on the floor and suitably supported in

a rack with provision for convenient individual servicing and content weighing according to manufacturer’s

installation manual. Such servicing or weighing shall be possible without shutting down the system.

A space marked as Clean Agent room on the drawing will be made available for placing Clean Agent

Cylinders and Piping Manifold.

10. Piping, Fittings and Discharge Nozzles

I ) Piping & Fittings

a) Pipe shall be provided as per the requirements as specified in NFPA-2001.

b) Pipe fittings shall be provided as per NFPA-2001.

c) All CS Studs, Bolts and Nuts shall be Hot Dip Galvanized as per ANSI A153 for corrosion resistance.

d) The Pressure Reduction device shall be easily identifiable.

e) The Clean Agent piping layout shall be such that the pipes of one risk shall not pass through that of

another risk.

f) All Valves shall be approved for intended use. The Gaskets, O-Rings and other Valve material shall be

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 90

compatible to the Clean Agent.

g) The Clean Agent piping and nozzles shall have to planned clearing following facilities coming on its route,

in the areas where protection is being envisaged:

The beams and ribs which criss-cross the ceiling. The Clean Agent piping shall be routed considering clearing

structural beams / columns or any other facilities coming in the areas where Clean Agent system is being

envisaged. All necessary civil works including taking support from Structural steel members, blast resistant

RCC walls or breaking brick walls for routing the piping and making them good, shall be in the scope of work

of bidder.

h) If required, the exposed piping works shall be camouflaged to match with the interior of the protected

room

11. Discharge Nozzles

Discharge nozzles shall conform to Cl.4.2.5 of NFPA 2001 and shall be of Brass and shall be FM/UL approved.

Discharge nozzles used in the system shall be listed for the use intended for discharge characteristics. The

selection of nozzle orifice shall be such discharge time required to achieve 95% of the minimum design

concentration for flame extinguishment based on 20% safety factor shall not exceed the time specified in

NFPA-2001. Each nozzle shall be permanently marked to identify the manufacturer as well as type and size

of the orifice along with tag / part number, orifice code, or other suitable marking as specified by the

authority having jurisdiction.

12. Painting

Painting shall be carried out as per Job Specification for Shop and Field Painting. Painting and colour scheme

of pipelines, Clean Agent storage cylinders, supports etc. shall be as per shade No. 536 of IS: 5.

13. Local Control Panel for Clean Agent System

The local control panel shall be free standing/ floor / wall mounted type and shall be suitable for both auto

and manual operation. The panel shall be made out of minimum 16 gauge CRCA sheets. Doors and covers

shall be made out of 14 gauge CRCA sheets. The panel shall be naturally ventilated, totally enclosed, dust

and vermin proof, with IP-42 enclosure as a minimum.

The Clean Agent system shall be actuated automatically by the signal received from the fire alarm and

detection panel. Fire alarm and detection panel, after detecting the fire in the protected area/ zone, shall

provide an actuating signal to Clean Agent control panel, which in turn shall energise the solenoid valve to

trigger the dumping operation in the respective protected area / zone. Necessary control / interlock cabling

between Fire Alarm and Detection Panel and Clean Agent system panel, using multi-core Cu conductor PVC

insulated flame retardant cable, shall be provided.

The control panel shall be located inside the clean agent cylinder room or any other place as decided at the

time of detailed engineering.

However, control panel shall be equipped with adequate rating battery charger and VRLA battery with 24

hour back up, for efficient operation of the system during mains power failure.

(i)Control panel shall be provided with all alarms, indicators, caution/sign board and relays/ control switches

meeting all the requirements of NFPA-2001 and shall include but not be limited to the following:

Two alarms and one fault indicator lamp for each zone to be protected.

Combination of alarm silence and alarm off switch.

Combination of fault silence and trouble lamp switches/ Alarm test switch.

Alarm re-set switch.

ii) The system shall have a positive warning device by sounding alarm to alert personnel of the impending

discharge and also a positive indication to show that the system has actuated. Two numbers potential free

contacts shall be provided for owner’s use, one contact for indication of start of dumping operation and

other contact for indication of end of dumping operation.

Alarm indicating failure of supervised devices of equipment shall give prompt and positive indication of any

failure and shall be distinctive from alarm indicating operation of hazardous conditions.

iii) All indication lamps shall be LED type.

iv) Warning and instruction signs at entrance to and inside protection areas shall be provided.

v) A Control Box /Clean Agent Release Panel shall be provided for manual control at the exit doors of each

risk area, comprising of selector switches for selection of Main/Reserve and Auto/Manual Push buttons for

Clean Agent release. Potential free contacts shall be provided from the Clean Agent Control Panel to shut off

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 91

the fire dampers / louvers and Air Conditioning System.

vi) Supervision of automatic systems shall be provided and shall include electrical supervision of the

actuating device and the wiring connecting the actuation device and the detection system.

vii) Operating instructions shall be displayed on a name plate fitted permanently on the Clean Agent skid.

viii) Clean Agent extinguishing system shall incorporate a pre-discharge alarm with a time delay, sufficient to

allow personnel evacuation prior to discharge. The delay shall be minimum 30 seconds. However it shall be

adjustable from 30 to 120 seconds.

ix) Solenoid valves shall be direct acting type with SS body, Intrinsically Safe, 24V DC with insulation Class- F.

x) Abort switch shall be provided outside each risk area and on the main gas release panel.

14. Important Inter-locks for the Station:

1. In case of Fire Alarm, the access doors will operate in ‘Fail-Safe’ mode and open all the doors; the

specific fire device address will be sent by the IBMS system.

2. In case of Fire alarm in battery or equipment room, and any two detectors are activated in this

zone, it has to activate the Gas Release Panel, the detected alarm will activate the actuator after

a time delay of 120s. The gas release panel status will be monitored by IBMS and will send an

alarm in case it is activated.

3. Access based events to be recorded in case of door forced open, Access Denied and door open

too long (DOTL).

4. DOTL alarms will be monitored by IBMS and the alarm will be sent.

5. UPS fluctuation alarms (LOW and HIGH) to be sent.

6. WLD alarms to be sent through IBMS indicating specific sensing cable.

7.TECHNICAL SPECIFICATION RODENT REPELLENT SYSTEMS

1. GENERAL

1.1. This section covers rodent repellent system with controller, transducers & alarm sounders.

1.2. The manufacturer shall have an IDEMI certification.

1.3. Proposed system shall be provided at all locations including room void areas of battery, UPS & MDF

rooms.

2. CONTROLLER

2.1. Manufacturer shall have an IDEMI certification.

2.2. Controller shall support 12 Transducers & shall come with a pair of stands & brackets. The controller is

installed in the control room, service corridors & the transducers in the problematic areas i.e. room voids &

below false flooring. Controllers supporting 10 transducers shall be used in smaller areas/zones.

2.3. Each controller shall cover 7200 Sq feet of area with 20 transducers covering 300sft coverage each

(considering room void areas of 10ft high).

2.4. Controller shall have LCD display with on-board controls for changing the following parameters like

wave speed, wave density, frequency testing, transducer testing.

2.5. Controller shall automatically operate at minimum 3 different frequency bands & the time of operation

of each band can be set at controller.

2.6. Controller shall provide 5 different values for the wave speed parameter which is an indicator for the

number of frequency sweeps per minute. The 5 wave speed values shall be 90, 100, 110, 120 and 130/

frequency sweeps per minute.

2.7. Controller shall have RS/ EIA 485 feature to transfer the controller data to the serial port of IBMS

computer up to a kilometre apart.

2.8. Controller shall be password protected.

2.9. Controller shall be equipped with a 3 pin power supply cord of 1.5meters and each controller shall be

provided with of 5A electrical plug points.

2.10. Standard 2core, suitable size wires shall be used for connectivity between the transducers and the

master console.

3. TRANSDUCERS

3.1. The Transducers shall be circular ceiling mounted low profile units that produce high decibel sound

waves at very high frequency not less than 20 Khz.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 92

3.2. These transducers shall cover an area not less than 300 Sq. ft for Room void application, & 200 Sq. Ft for

ceiling Voids & floor void applications.

3.3. These shall be powered thru main Controller to 10 satellites in parallel.

3.4. Transducers shall have pre-tuned operating frequency band of > 20 KHz and <60 KHz.

3.5. Power output per transducer shall be 800mW.

8.TECHNICAL SPECIFICATION INTRUDER ALARM SYSTEMS

Panel

Panel Shall support following feature

Shall support minimum 4 Zone

Minimum 100 Event Buffer

Shall give Provide a Potential Free output under a Alarm Condition for integration to BMS

Shall support minimum 3 keypads for Arming and dis-arming

Shall support minimum 2 phone nos for alarm calls

Panel Shall be provided with required power supply with battery backup for Minimum 7AH Battery

PIR Detector

PIR Shall have Minimum of the following feature

PIR Shall be Digital

Shall have Exceptional White Light Immunity

Shall have adjustable Pulse Count

Shall have PIR Sensitivity adjustment

Detection Range Shall about 3 -10 Mtrs

Keypad

Key pad shall have the following features

Shall have LED for Zone indication

Shall have programmable Key

Shall be able to Arm and Di-arm the alarm system for the room

Sounder cum Strobe

Shall have be activated when a intruder is detected by the system

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 93

SECTION III ANNEXURE –I

MODEL FORM OF BANK GUARANTEE

(for submitting EMD)

Whereas……………………………… (here in after called "the contractor(s)") has

submitted its Tender dated ________for the work_________________________________

_________________________________________________

KNOW ALL MEN by these presents that WE……………________________________ of

…………………………….having our registered office at ……………………………..

(here in after 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 Performance Guarantee 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

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 94

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 upto ______________ 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.

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 95

Dated the ______________ day of _________

for_____________________________ (Indicate the name of bank)

ANNEXURE -III

The format of the non-relative certificate

" I …………… …. ………… ……………………… …………………………… Son ofShri.

……………………….Resident of…… ………… ……………..

hereby certify that none of my relative(s) as defined in the tender document is/are

employed in BSNL unit as per details given in tender document .In case at any stage, it is found that

the information given by me is false / incorrect, BSNL shall have the absolute right to take any action

as deemed fit/without any prior intimation to me".

(Seal of the firm) ( Signature of Contractor )

ANNEXURE –IV

UNDERTAKING REGARDING EPF PROVISIONS

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

…………….Resident of …… …………… ………… …………… …………… …………… …………. hereby give an undertaking

that

.

I/ We have registered as per the EPF and Miscellaneous provisions Act, 1952 and our registration no is ---

-------------. ** We undertake to keep it valid during the currency of contract.

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

** Attach a self-attested photocopy of the above said EPF Registration Certificate OR self attested

photocopy of the latest EPF contribution slip along with above undertaking on a printed letter head.

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

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 96

ANNEXURE -V

UNDERTAKING REGARDING ESI PROVISIONS

I ………………………………………………………Son of ……………………………… ………………..Resident of

………………………………………………...………………

hereby declare that:-

I / We have registered under ESI and Miscellaneous Provision Act 1948 and ** allotted Registration

Number is …………………………………………………. We undertake to keep it valid during the currency of contract.

In case it is found that the information given by me / us is (are) incorrect / false, BSNL shall have the

absolute right to take any action as deemed fit without any prior intimation to us / me.

* Strike out whichever is not applicable.

** Attach a self attested photocopy of the above said ESI Registration Certificate OR self attested

photocopy of the latest ESI contribution slip along with above undertaking on a printed letter head.

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

ANNEXURE -VI

UNDERTAKING TO ABIDE BY EW6 & EW8

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

…………….Resident of …… …………… ………… …………… …………… …………… …………. hereby give an undertaking

that I have read and I am aware of all the clauses and sub clauses of BSNL EW 6 & 8 forms and I confirm

that I will abide by all the terms and conditions available in original standard BSNL EW 6 & 8 forms.

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

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 97

ANNEXURE –VII

COMPLIANCE SHEET

I/We ........................................................................(Name of firm) have read/Understood all the terms and

conditions as mentioned in bid Document and accept the same unconditionally.

I/We state to comply in full manner with all the General, Commercial, Technical and Operating financial

conditions of the tender document for the work of Name of Work: -----------------------------------------------------

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

________________________________________________________________________________________

without any reservation and deviation.

It is certified that the Tender Document i/c all credentials has been re uploaded with Digital Signature.

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

ANNEXURE –VIII

Bid-Security Declaration

I/We , .……………………………. irrevocably declare as under:

I. I/We understand that, as per Clause 4) under ELIGIBILITYCRITERIAof Tender/bid conditions, bids must

be supported by a Bid Security Declaration in lieu of Earnest Money Deposit.

II. I/We hereby accept that I/We may be disqualified from bidding for any contract with BSNL for

a period of Three years from the date of disqualification as may be notified by BSNL (without

Prejudice to BSNL’s rights to claim damages or any other legal recourse) if,

a) I am / We are in a breach of any of the obligations under the bid conditions,

b) I/We have withdrawn or unilaterally modified/amended/revised, my/our Bid during

the bid validity period specified in the form of Bid or extended period, if any.

c) On acceptance of our bid by BSNL, I/we failed to deposit the prescribed Performance

Guarantee or fails to execute the agreement or fails to commence the execution of the

work in accordance with the terms and conditions and within the specified time.

Signature:

Name & designation of the authorized person signing the Bid-Securing Declaration Form:

Duly authorized to sign the bid for and on behalf of: _______________________________________

(complete name of Bidder)

BSNL KERALA ELECTRICAL ZONE

Contractor EE E Page 98

Dated on ____________ day of ________________ month, _______ year.

(Note: In case of a Joint Venture, the Bid Security Declaration must be in the name of all

Partners to the Joint Venture that submits the bid).

ANNEXURE-IX

Format for Self Certification under Preference to“MAKE IN

INDIA” Policy

(Refer Clause No. 16 of Special Conditions of Contract schedule -D)

CERTIFICATE

In line with Government Public Procurement Order No. P-45021/2/2017-BE-II dt. 15.06.2017, as

amended from time to time and as applicable on the date of submission of

tender, we hereby certify that we

M/s____________________________________ (supplier name) are local supplier meeting the

requirement of minimum Local content *(equal to or more than 50% / more than 20% but

less than 50% / less than or equal to 20%) as defined in above orders for

the Goods, Service or works against

Tender No________________________________________________________

Details of location at which local value addition will be made is as follows: -----------------------------------------------------------------------------------------------------------------------

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

We also understand, false declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h) of

the General Financial Rule for which for which a bidder or its successors can be debarred for up two years as

per Rule 151 (iii) of the General Financial Rules along with such other actions as may be permissible under

law.

Seal and Signature of Authorized Signatory

*Strike off whichever not applicable

IMPORTANT NOTE:

(1) The BSNL EW 8 Form is available at http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf for ready

reference and download.