NIT 61 DG Battery Sarkhej.xlsx

BSNL ELECRICAL
Page 1 of 20
BHARAT SANCHAR NIGAM LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
O/O SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad
TENDER NOTICE
NIT No. : 61/BSNL/SDE(E)-II/AHD/2014-15 dated 23.02.2015
The SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad invites on behalf of the BSNL sealed item rate tenders for the following works from the approved and
eligible firms satisfying the following eligibility conditions:
NAME OF WORK
: Replacement of faulty batteries of DG sets at RLU Sarkhej, Ahmedabad.
ESTIMATED COST
: Rs. 17292.00
EARNEST MONEY (EMD)
TIME FOR COMPLETION
: Rs. 346.00
: 15 days
PRICE OF DOCUMENT
: Rs. 150.00 (non refundable)
EMD PLUS TENDER FEES FOR
TENDER DOWNLOADED FROM
INTERNET
: Rs. 496.00 (Tender Fees of Rs. 150.00 is non refundable)
LAST DATE OF RECEIPT OF : 03.03.2015
APPLICATION
: 11:00 Hrs. to 16:00 Hrs.
LAST DATE OF ISSUE OF : 04.03.2015
TENDER
: 11:00 Hrs. to 16:00 Hrs.
LAST DATE OF RECEIPT OF : 05.03.2015
TENDER
: UPTO 15:00 hrs
DATE OF OPENING OF : 05.03.2015
TENDER
: 15:30 hrs
h
Eligibility conditions
1. The contractors who are registered in appropriate class in BSNL subject to their financial limit.
2. The firm should have electrical contractor's license of Gujarat State
The Contractor shall submit and confirm:
1. Self Attested copy of License/ Enlistment / Turn over certificates certified by any BSNL executive with application on their Printed letter
head for purchase of Tender.
2. List of works completed of the requisite magnitude along with self attested copies certified by any BSNL executive of certificates,
testimonials of their satisfactory completion from the Department concerned from an Officer not below the rank of Executive Engineer.
Note : If Tender documents submitted are downloaded from internet and the self attested documents are not certified by BSNL Executive,
then original documents shall be produced at the time of Tender opening.
Conditions and tender forms can be had from division on payment of the following:
(i) Cost of Tender Rs. 150.00 (non refundable)
Alternatively, the tender documents consisting of plans, specifications, the schedule of quantities of the various classes of works to be done
and the set of terms and conditions of contract to be complied with by the contractor can be downloaded from our website
www.gujarat.bsnl.co.in and the downloaded documents can be used for quoting the tender.
The tender will be received up to 15:00 hrs 05.03.2015 and opened on 15:30 Hrs on the same day. In case holiday is declared on the opening
day the tenders will be opened on the next working day.
(SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad)
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 2 of 20
BHARAT SANCHAR NIGAM LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
O/O SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad
NOTICE INVITING TENDER
Item Rate/percentage rate tenders are invited on behalf of the CMD of BSNL from approved and Eligible contractors for the work of
"Replacement of faulty batteries of DG sets at RLU Sarkhej, Ahmedabad."
1. The work is estimated to cost Rs. 17292. This estimate however is given merely as a rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate
NITs for calling the tenders. He will also nominate Division which will deal with all matters relating to the invitation of
tenders.
For composite tender, besides indicating the combined cost put to tender, should clearly indicate the estimated cost of each
component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to
1.2. Tenders will issued to the eligible contractors, provided they produce definite proof from the appropriate authority of
having completed work of magnitude as specified below
1. The contractors who are registered in appropriate class in BSNL subject to their financial limit.
2. The firm should have electrical contractor's license of Gujarat State
2. Agreement shall be drawn with the successful tenderer on prescribed form BSNL W-8, which is available as Govt. of India
publication. Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the
agreement.
3. The time allowed for carrying out the work will be 15 days from the 15 days after the date of written orders to commence the
work or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the
tender documents.
documents
4. The site for the work is available "OR" The site for the work shall be made available in parts as specified below :
______________________________________________________________________________________________
5.The Last day of receipt of application and issue of tender documents is as specified in Tender Notice above. However
complete tender document excluding the standard form can also be downloaded from internet at our website
www.gujarat.bsnl.co.in
Tender Documents consisting of plans, specifications, the schedule of quantities of the various classes of works to be done and
the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other
necessary documents can be seen in the office - of SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad between 1100 hrs to 1600 hrs upto 03.03.2015 everyday
except on sundays and public holidays. Tender Documents, excluding standard form will be issued from this office during the
hours specified above on payment of the following :
(i) Cost of Tender Rs. 150.00 (non refundable)
Alternatively, the tender documents consisting of plans, specifications, the schedule of quantities of the various classes of
works to be done and the set of terms and conditions of contract to be complied with by the contractor can be
downloaded from our website www.gujarat.bsnl.co.in and the downloaded documents can be used for quoting the
6. Tenders will be received by the SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad, upto 15:00 hrs on
05.03.2015 and will be opened by him or his authorized representative in his office on the same day at 15:30 Hrs. In case
holiday is declared on the opening day, the Tenders shall be opened on the next working day.
6 (A) Tenderers, who has purchased tender from this office, shall submit the tenders in two separate sealed envelopes (not to be
enclosed in the third envelope) marked as "FIRST COVER FOR THE WORK OF :(NAME OF WORK)" and "SECOND
COVER FOR THE WORK OF :(NAME OF WORK)".
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 3 of 20
The FIRST envelope should contain the Earnest money deposit in Receipt, Treasury Challan / Deposit at Call receipt of a
scheduled bank /fixed deposit receipt of a scheduled bank / demand draft of a schedule bank drawn in favour of AO (Cash), O/o
PGMTD, AHMEDABAD and the SECOND cover should contain the Tender documents. In case the First cover is not annexed
or Earnest Money is not in proper form, the Second envelope containing tenders will not be opened at all.
6 (B) However, for tenderers who has downloaded tender from internet, shall submit the tenders in two separate sealed
envelopes marked as cover as indicated below (not to be enclosed in the third envelope).
(I) First separate sealed envelope marked as "INTERNET DOWNLOADED TENDER FIRST COVER FOR THE WORK
OF : (NAME OF WORK) " containing -(a) Tender Cost plus Earnest money deposit of Rs. 496.00 in Receipt, Treasury Challan / Deposit at Call receipt of a scheduled
bank /fixed deposit receipt of a scheduled bank / demand draft of a schedule bank drawn in favour of AO (Cash), O/o PGMTD,
AHMEDABAD and
- (b) the documents as required as per prequalification criteria specified in Tender Notice.
(II) The Second sealed envelope shall be marked as "INTERNET DOWNLOADED TENDER SECOND COVER FOR
THE WORK OF :(NAME OF WORK) " containing the internet downloaded bid documents. The second envelope shall be
opened only on the fulfillment of prequalification eligibility conditions and the EMD plus tender fees is deposited in correct
form. The decision of the officer in charge opening the tender for the same shall be final and binding. If the second cover is not
considered to be opened, the tender fees plus EMD shall be returned in original form including the second cover unopened.
Note : (Applicable if tender is downloaded from internet) The tenderer shall submit the original computer printout of the
document from website. The photocopy shall not be accepted. If during the process of tender finalisation it is detected the
tenderer has submitted the tender documents after making changes/ additions /deletions in the tender documents downloaded
from the website, the offer shall be summarily rejected and the EMD deposited by tenderer shall be forfeited in addition to any
other action as per prevalent rules. Further, if any discrepancy is noted in the tender downloaded from internet and the hard
copy available in the tender issuing office after the agreement is drawn, the hard copy as available in the issuing office shall
be treated as final.
7. The Contractor shall be required to deposit an amount equal to 5% of the tendered value of the work as performance
guarantee in the form of an irrevocable Bank Guarantee Bond of any Scheduled Bank or State Bank of India /CDR/FDR/DD
etc. as in the case of recovery of Security deposit within two weeks from the date of issue of Award letter. Further, a sum
@10% of the gross value of the bill amount shall be deducted from each running bill till the sum along with the sum already
deposited as earnest money will amount to security deposit of 5% of the tendered value of the work.
8. The description of work is as follows: Replacement of faulty batteries of DG sets at RLU Sarkhej, Ahmedabad.. Copies of
th d
i
dd
t
t i i t th
k ill b
f i
ti b th t d
t th ffi
f th b
Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their
tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access
to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall
be allowed.
The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity,
access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in
the contract documents. Submission of tender by a tenderer implies that he has read this notice and all other contract documents
and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores,
tools, and plants, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the
execution of the work.
9. The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender, and reserves
to himself the authority to reject any or all of the tenders received without the assignment of a reason. All tenders in which any
of the prescribed conditions are not fulfilled or any condition including that of conditional rebate is put forth by the tenderer
shall be summarily rejected.
10. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the
contractors who resort to canvassing will be liable to rejection.
11. The competent authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the tender
and the tenderer shall be bound to perform the same at the rate quoted.
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 4 of 20
12. (i) The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s)
is (are) posted. The unit 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 shall give a certificate that none of his/her such near relative is working in
the units as defined below where he is going to apply for tender/work. In case of proprietorship firm certificate will be given by
the proprietor, for partnership firm certificate will be given by all the partners and in case of limited company by all the
Directors of the company. Any breach of these conditions by the company or firm or any other person, the tender/work will be
cancelled and earnest money/security deposit will be forfeited at any stage whenever it is so noticed. The department will not
pay
(ii) 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).
13. The tender of the works shall remain open for acceptance for a period of 90 days form the date of opening of tenders.
If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in terms and conditions of the tender which are not acceptable to the Department, then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
14. The 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 sign contract consisting of:(a) The notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming
the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.
(b) Standard BSNL Form- 8.
15. EPF Provision
15
P i i : The
Th agency has
h to
t comply
l with
ith the
th provisions
i i
off EPF andd miscellaneous
i ll
provisions
i i
A t 1952 andd
Act-1952
employees provident fund scheme-1952 as amended up to date in respect of labours/employees engaged by them for this work.
Any consequence arising due to non-complying of provisions as specified above shall be the sole responsibility of the firm
only.
(SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad)
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 5 of 20
BHARAT SANCHAR NIGAM LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
O/O SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad
STATE : GUJARAT
BRANCH : BSNL ELECTRICAL DIVISION
ZONE : GUJARAT
CIRCLE : AHMEDABAD
DIVISION : AHMEDABAD-I
SUB-DIVISION : BSNL ELECTRIC
Percentage Rate Tender/ ltem Rate Tender & Contract for Works
Tender for the work of : Replacement of faulty batteries of DG sets at RLU Sarkhej, Ahmedabad.
(i) To be submitted by 15:00 Hrs. on 05.03.2015 to the O/O SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad
(ii) To be opened in presence of tenderers who may be present at 15:30 Hrs. on 05.03.2015 in the O/O SDE(E), BSNL ESD-II,
3rd Floor, TE Navrangpura, Ahmedabad
** To be filled by the agency itself if tender is downloaded from internet
**ISSUED TO : (NAME OF AGENCY)________________________________________________________
SIGNATURE OF OFFICER ISSUING THE DOCUMENTS_________________________________________
(Not to be filled if tender is downloaded from internet)
DESIGNATION_______________________________________________________________________
(Not to be filled if tender is downloaded from internet)
DATE OF ISSUE______________________________________________________________________
(Not to be filled if tender is downloaded from internet)
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B,C, D, E & F, Specifications applicable, Drawings &
Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work
I/We hereby tender for the execution of the work specified for the BSNL within the time specified in Schedule 'F', viz.,
schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing
referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as
are provided for, by, and in respects in accordance with, such conditions so far as applicable
We agree to keep the tender open for 90 days from the due date of submission thereof and not to make any modifications in its
terms and conditions.
A sum of Rs. _____________________ is hereby forwarded in the form of CDR of a Scheduled Bank/Fixed Deposit Receipt
/Pay Order of a Scheduled Bank/Demand Draft of a Scheduled Bank as earnest money. If l/we fail to furnish the prescribed
performance guarantee within prescribed period, l/we agree that the said BSNL or his successors in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, If I/we fail to
commence work as specified, I/we agree that BSNL or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said earnest money and performance guarantee absolutely, otherwise the said
earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents
upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to
maximum
of
the
percentage
mentioned
in
Sche
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 6 of 20
I/We hereby declare that l/we shall treat the tender documents drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived there from to any person other than a person to
whom I/we am/are authorised to communicate the same or use the information in any manner prejudicial to the Safety of the
State.
I/We herby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL unit as per details
given in tender document. In case at any stage, it is found that the information given by me/us is false/incorrect, BSNL shall
have the absolute right to take any action as deemed fit/without any prior information to me
Note : The unit is defined as
(a) For Non Executive Employees: SSA/Circle/Chief Engineer/Chief Architect/Corporate Office.
(b) For Executive Employees (including those called as gazetted officer at present): All SSA in Circle office/Chief Engineer /
Chief Architect /Corporate Office.
I/we abide by the original PWD 8 form referred to in the tender document.
(Applicable if tender is downloaded from internet) I/We hereby declare that the tender submitted is the original downloaded
computer printout and not the photocopy. I/We agree that during the process of tender finalisation if it is detected that the
tender documents submitted has been changed/ made additions or/ and deletions , the offer may be summarily rejected and
that I/we agree that BSNL or his successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said earnest money absolutely in addition to any other action as per prevalent rules.
Dated :
Signature of Contractor :
Name of Signatory :
Postal Address :
Seal of Agency if any :
Witness :
Address :
Occupation :
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of
the BSNL for a sum of Rs. _______________
Rupees_________________________________________
_____________________________________________________________________________________________)
The Letters referred to below shall form part of this contract agreement :
1.______________________
2.______________________
3.______________________
For and on behalf of the BSNL
Signatures______________________________
Designation_____________________________
Dated_________________________________
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 7 of 20
SCHEDULES
SCHEDULE ‘A’
Schedule of quantities (Enclosed)
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor:
Description of Item
Quantity
S.No.
A
B
1.0
C
Rates in figures & words at which
the material will be charged to the
contractor
D
Place of issue
E
NA
2.0
3.0
4.0
5.0
6.0
7.0
8.0
#REF!
#REF!
#REF!
9.0
#REF!
#REF!
#REF!
10.0
#REF!
#REF!
#REF!
SCHEDULE ‘C’
Tools and plants to be hired to the contractor.
Description
Hire charges per day
S.No.
2
3
1
Place of issue
4
----NIL---SCHEDULE ‘D’
Extra schedule for specific requirements/ document for the work, if any
(a) General Conditions and Specifications
(b) List of Approved makes
SCHEDULE ‘E’
Schedule of component of Materials, Labour etc. for escalation
NIL
CLAUSE 10 CC
Component of materials- “X” expressed as a per cent of total value of work.
1.0 Cement
2.0 Steel Xs
3.0 Civil(Except Cement/Steel)/Electrical construction materials
Xc ____________ %
Xs ____________ %
Xm ____________ %
Component of labour- “Y” expressed as a per cent of total value of work.
Y ____________ %
Component of P.O.L. - “Z” expressed as a per cent of total value of work.
Z ____________ %
Clause 10CC stands deleted
SCHEDULE ‘F’
Reference to General Conditions of contract.
Name of work:- Replacement of faulty batteries of DG sets at RLU Sarkhej, Ahmedabad.
Estimated cost of work:
Earnest money:
Performance Guarantee
Security Deposit:
CONTRACTOR
Rs. 17292.00
Rs. 346.00
5% of tendered value
5% of tendered value
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 8 of 20
GENERAL RULES & DIRECTIONS
Officer inviting tender
Maximum percentage for quantity of items of work to be executed
beyond which rates are to be determined in accordance with Clause
12.2 & 12.3
SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad
25%
DEFINITIONS:
2(v) Engineer-in-charge :
2(viii) Accepting Authority :
2(x) Percentage on cost of materials and labour to cover all overhead
and profits
SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad
10%
DSR -94 for Internal, DSR-95 for External
BSNL
BSNL PWD form 8 as modified & corrected up todate
2(xi) Standard Schedule of rates
2(xii) Department
9(ii) Standard BSNL contract Form
Clause 1
(i) Time allowed for submission of Performance guarantee
(ii) Maximum allowable extension beyond which the period provided
in (i) above in days
Two weeks
7 days
Clause 2
Authority for fixing compensation under clause 2
Superintending Engineer (Electrical)
(Refer "ESSENTIAL CONDITIONS BROUGHT TO THE
ATTENTION OF CONTRACTOR" for amendment in clause 2 of
standard form)
Clause 2 A
Whether clause 2 A applicable
Not applicable
Clause 5
Number of days from the date of issue of letter of acceptance for
reckoning date of start
15 days
Financial Progress
(From Date of Start)
1.0
1/8 th (of whole work)
1/4 th (of whole work)
2.0
3/8 th (of whole work)
1/2 (of whole work)
3.0
3/4 th (of whole work)
3/4 th (of whole work)
4.0
Full
Full
S. No.
Amount to be withheld in case of
non-achievement of milestone
In the event of not achieving the
necessary progress as assessed from
the running payments, 1% of the
tendered value of work will be
withheld for failure of each milestone
15 days
Time allowed for execution of work.
Authority to give fair and reasonable extension of time for completion
of work
As per rules
Clause 7
Gross work to be done together with net payment/ adjustment of
advances for material collected, if any, since the last such payment for
being eligible to interim payment
As per the NIT documents
Clause 10CC
Clause 10CC to be applicable in contracts with stipulated period of
completion exceeding the period shown in next column
Claus 10 CC not applicable
Clause 11
Specification to be followed for execution of work
CONTRACTOR
As per specification attached and as per CPWD specifications where
not mentioned
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 9 of 20
Clause 12
12.2 & 12.3 Deviation limit beyond which clauses 12.2& 12.3 shall
apply
25% (other than ALR & AHR items)
12.5 Deviation limit beyond which clauses 12.2& 12.3 shall apply for
foundation work
N/A
Clause 16
Competent Authority for deciding reduced rates
Superintending Engineer(E), BSNL Electrical Circle, Jaipur
Clause 36 (i)
Minimum Qualification & experience required for Principal Technical Representative
a) For works with estimated cost put to tender more than
Engineering Graduate or retired AE possessing at least recognized
Diploma
(i) Rs. 10 lakhs for Civil work
(ii) Rs. 5 lakhs for Elec./Mech work
(b) For works with estimated cost put to tender
(i) Rs. 5 lakhs but less than Rs. 10 lakhs for Civil works
(ii) More than Rs. 1 lakh but less than Rs. 5 lakhs for Elec./Mech works
Recognized Engineering Diploma holder
Recognized Engineering Diploma holder
(c) Discipline to which the Principal Technical Representative
should belong
Electrical/ Mechanical
(d) Minimum Experience of works
(e) Recovery to be effected from the contractor in the event of not
fulfilling provision of clause 36(i)
3 years
Rs. 4,000/- p.m. for Graduate,
Rs. 2,000/- p.m. for diploma holder
Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers
Clause 42
(i) (a) Schedule/ statement for determining theoretical quantity of
cement & bitumen on basis of Delhi Schedule of Rates __ printed by
CPWD
(ii) Variation permissible on theoretical quantities
(a) Cement for works with estimated cost put tender not more than Rs.
5 lakhs
for works with estimated cost put tender more than Rs.5 lakhs
(b) Bitumen for all works
(c) Steel Reinforcement and structural steel for each diameter, section
and category
(d) All other materials
NIL
3% (Plus/minus)
2% (Plus/minus)
2.5% Plus only & nil on minus side
2% (Plus/minus)
NIL
(SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad)
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 10 of 20
ESSENTIAL CONDITIONS BROUGHT TO THE ATTENTION OF CONTRACTOR
1
2
Please note that the offers, which do not comply the following, will not be considered and will be totally rejected.
The firm shall quote the rate of each item on lump sum basis inclusive of all taxes & levies e.g. Octroi, entry tax, works
contract tax, excise duty, sales tax, turnover tax etc. as applicable including loading, unloading and transportation of the
material etc. up to site but exclusive of service tax, if any. The rates offered shall be firm and final but shall be exclusive of
the service tax as applicable. SERVICE TAX WILL BE REIMBUERSED BY BSNL AS PER THE SERVICE TAX ACT.
3
No octroi exemption certificate shall be issued by the department nor the octroi duty paid by the contractor will be
reimbursed. Hence octroi charges shall be included in the offer.
The rates during the entire period of the contract shall remain firm and final except for variation in W.C.Tax /Excise duty.
No claim under clause 10cc shall be entertained.
No advance payments shall be made. The payment is governed by the normal department practice and a stipulation like levy
of interest if payment is not made in a specified time is not acceptable.
BSNL shall deduct Works Contract Tax from payment due to the firm as per the rules of the state government. A certificate
for work contract tax deducted shall be issued to the firm by the Account Officer of the Division.
The bidder or by a person or persons duly authorised by the bidder to the contract shall submit the tender document duly
signed on all pages as token of acceptance of terms & conditions specified on each page of the tender documents. The letter
of authorization shall be indicated by written power of attorney accompanying the bid.
4
5
6
7
8
No exemption certificate for payment of EMD is acceptable.
9
COMPENSATION FOR DELAY :
If the contractor fails to maintain the required progress or complete the work and clear the site on or before the contract or
extended date of completion, he has to pay the compensation for delay which is limited to 0.5% per week of the tendered
value for the first 10 weeks and 0.7% for the next 10 weeks and thereafter subject to a maximum of 12% of the tendered
value for the location where the work is delayed and the firm is found responsible for the same. The clause 2 of BSNL - 8
form stands modified accordingly.
10 All the material will be under the charge of contractor till it is completed and handed over. Safe custody of material shall be
the firms responsibility even if any running payments have been made for material brought at site or installed. However, no
material shall be removed from site without written permission of Engineer in charge.
11 INCREASE / DECREASE OF TENDER QUANTITY:
a) BSNL will have the right to increase or decrease upto 25% of the contract value depending upon the requirement of
goods and services specified in the schedule of items without any change in the unit price or other terms and conditions at
the time of award of contract.
b) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies
from the existing venders, the purchaser reserves the right to place repeat order upto 50% of the quantities of goods and
services contained in the running tender / contract within a period of Six 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.
GENERAL RULES AND DIRECTIONS
1
All work proposed for execution by contract will be notified in a form of invitation to tender pasted in public places and
signed by the officer inviting tender or by publication in news papers as the case may be.
This form will state the work to be carried out, as well as the date for submitting and opening tenders and the time allowed
for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the
performance guarantee and security deposit to be deposited by the successful tenderer and the percentage, if any, to be
deducted from bills. Copies of the specifications, designs and drawings and any other documents required in connation 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.
2
In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of
the absence of any partner, it must by signed on his behalf by a person holding a power of attorney authorising him to do so,
such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian
Partnership Act, 1952.
3
Receipts for payment made on account of work, when executed by a firm, must also be singed by all the partners, except
where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by
one of the partners, or by some other person having due authority to give effectual receipts for the firm.
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 11 of 20
4
Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item
of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the
time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will
be summarily rejected. 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. Tender shall have the name and number of the works to which they refer,
written on the envelopes.
The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and
considering more than fifty paise as rupee one.
5
The officer inviting tender or his duly authorised assistant, will open tenders in the presence of any intending contractors
who may be present at the time and will enter the amounts of the several tenders in a comparative statement in a suitable
form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given
to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents
mentioned in Rule-1. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall
thereupon be returned to the contractor remitting the same, without any interest.
6
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.
7
The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgement
or payment to the officer inviting tender and the contractors shall be responsible for seeing that he procures a receipt signed
by the officer inviting tender or a duly authorised Cashier.
8
The memorandum of work tendered for and the schedule of materials to be supplied by the department and their issue-rates,
shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to
an intending tenderer without having been so filled in and incomplete, he shall request the officer to have this done before
he completes and delivers his tender.
9
The tenderers shall sign a declaration under the officials Secret Act, 1923 for maintaining secrecy of the tender documents
drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings
given to them.
10 In the case of Item Rate Tenders, only rates quoted shall be considered, Any tender containing percentage below/above the
rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be
accurately filled in so that there is no discrepancy in rates written in figures and words. However, if a discrepancy is found,
the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct.
If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures
or in words, than the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the
contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will
unless otherwise proved be taken as correct and not the amount.
11 In the case of any tender where unit rate of any item / items appear unrealistic, such tender will be considered as unbalanced
and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.
12 All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given.
Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way
that interpolation in not possible. The total amount should be written both in figures and in words. In case of figures, the
word ‘Rs’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ’Rs. 2.15P’ and in case
of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole
rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule
of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.
13 (i) The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% of the tendered
amount within specified period. This guarantee shall be in the form of government securities or fixed deposit receipt of any
Scheduled bank, guarantee bonds of any scheduled bank or State Bank of India.
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 12 of 20
(ii) The contractor whose tender is accepted, will also be required to furnish by way of Security Deposit for the fulfillment
of his contract, an amount equal to 5 % of the tendered value of the work. The Security deposit will be collected by
deductions from the running bills of the contractor @ 10% of the gross amount of the bill and the earnest money if deposited
in cash at the time of tenders, will be treated as a part of the Security Deposit. The Security amount will also be accepted in
cash or in the shape of Government Securities, Fixed Deposit Receipt and Guarantee Bonds of a Scheduled Bank or State
Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.
14 On acceptance of the tender, the name of the accredited representative (s) of the contractor who would be responsible for
taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.
15 Sales tax, purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the
Contractor and BSNL will not entertain any claim whatsoever in respect of the same.
16 The contractor shall give a list of both gazetted and non-gazetted BSNL employees related to him.
17 The tender for the work shall not be witnessed by a contractor or contractors who himself / themselves has/ have tendered or
who may and has / have tendered for the same work. Failure to observe this condition would render, tenders of the
contractors tendering, as well as witnessing the tender, liable to summarily rejected.
18 The contractor shall submit list of works which are in hand (progress) in the following form:
Name of
Name and particulars of Divn
Value of
Position of
Work
where work is being executed
work
works in progress
1
2
3
4
Remarks
5
19 The contractor shall comply with the provisions of the Apprentices Act- 1961 and the rules and orders issued thereunder
from time to time. If he fails to do so, his failure will be a breach of the contract and the Superintending Engineer /
Executive Engineer 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 he
provisions of the said Act.
STANDING ORDER NO. 258
1
Tendered rates are inclusive of taxes and levies payable under the respective statutes. However, pursuant to the constitution
(Forty six Amendment) Act 1982,if any further tax or levy is imposed by statute after the date of receipt of tenders and the
contractor(s) thereupon necessarily and properly pays tax or levies, the contractor(s) shall be reimbursed the amount so paid
such payment if any is not in the opinion of S.E.(E) (whose decision shall be final and binding) attributable to delay of work
within the control of the contractor(s).
2
The contractor(s) shall keep necessary books of account and other documents for the purpose of this condition as may be
necessary and shall allow inspection of the same by a duly authorized representative of BSNL and shall furnish such other
information/documents as the Engineer-in-Charge may require.
3
The contractor(s) shall within a period of 30 days of imposition of any further tax or levies pursuant to the constitution
(Forty six amendment) Act 1982 give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to
this condition together with all necessary information relating thereto.
(SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad)
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 13 of 20
PROFORMA - PERFORMANCE SECURITY GUARANTEE BOND
1
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 .
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.
Dated the ______________ day of _________
for_____________________________
(indicate the name of bank)
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
Schedule of Qty
Name of work :Replacement of faulty batteries of DG sets at RLU Sarkhej, Ahmedabad.
S.
Description of item
Qty.
No
1 Replacement of existing faulty battery of DG set by 12 Volt
heavy duty maintenance free battery, suitable for 12
Voltage / 24 Voltage system Genset applications, with initial
charging, after disconnecting the old battery, making
connections, testing,commissioning including transportation
the battery from shop to site etc complete as required. (on
buy back basis) Make SF Sonic, Model: IG115E41L)
2 nos
Rate
Unit
Each
Note:;- The old battery available at site is the property of the
agency.
Total Rs.
SUB DIVISIONAL ENGINEER (E)
BSNL ELECTRICAL SUB DIV - II
AHMEDABAD
Amount
Page 15 of 20
BSNL ELECTRICAL
LIST OF APPROVED MAKES FOR EA SET WORKS
1 ENGINE
CUMMINS/ RUSTON/ ESCORTS/ KEOL/ CATER
PILLAR/ ASHOK LEYLAND/ GREAVES/
VOLVO PENTA (200-500 KVA)
2 ALTERNATOR
KIRLOSKAR/ NGEF/ LEROY SOMER/
JYOTI FRAME SIZE PTG (62.5 KVA-500 KVA)
STAMFORD/ CROMPTON GREAVES (SLIP RING/
BRUSHLESS, 6-200 KVA)/ AVK-SEG (UPTO
250 KVA)/ ELECTRODYNE (UPTO 100 KVA)/
CROMPTON GREAVES AL SERIES (15 TO 100
KVA)/ ELGI (20 TO 380 KVA) / KEL (BRUSHLESS
UPTO 1000 KVA)
3 ACB
L&T/ SIEMENS/ CONTROL & SWITCHGEAR
SCHNEIDER/ GE POWER CONTROLS
4 MCCB
L&T/ SIEMENS/ CONTROL & SWITCHGEAR
SCHNEIDER/ GE POWER CONTROLS
5 CONTACTORS AUXILIARY
L&T/ LAXMI/ GE POWER CONTROLS
SIEMENS/ SCHNEIDER/ MEI/
6 IDMT RELAY
7 CT
AVKC-SEGC
AE/ IMP/ MARSHAL/ PACTIL/ KAPPA/ L&T/
ASHMOR/ INDOCOIL/ WACO/ MECO/
8 PF METER
AE/ IMP/ RISHABH/ MECO/ UNIVERSAL/
DIGITRON
9 AMMETER / VOLTMETER
AE/ IMP/ UNIVERSAL/ RISHABH/ KAYCEE/ MECO
ENERCON
10 SELECTOR SWITCH
L&T/ KAYCEE/ AE / IMP/ THAKOOR/ RECO/
VAISHNO/ SALZOR/ RASS CONTROL
11 INDICATING LAMPS
VAISHNO/ SIEMENS/ L&T/ AE/ IMP/ RASS
CONTROL/ TEKNIC/ SCHNEIDER/ KAYCEE
12 FREQUENCY METER
DIGITRON/ RISHABH/ MECO/ KELTRON/ IMP
AE
13 LEAD ACID BATTERY
EXIDE/ STANFORD/ FURUKAWA/ AMCO/ PACE
SETTER/ NICCO/ PRESTOLITE/ AMAR RAJA/
STANDARD/ CROMPTON GREAVES/ HITACHI
14 GI / MS PIPE
BST/ TATA/ ATL/ ITC/ ATC/ IIA/ JST/ ITS/
JINDAL/ ZENITH/ GSI/ TTA
15 AVM PADS
DUNLOP/ POLYBOND
16 FIRE EXTINGUISHER
ISI MARK
17 RUBBER MATTING
ISI MARK
18 CABLES
A. UPTO 1.1 KV GRADE
ISI MARK
B. ABOVE 1.1 KV GRADE
ISI MARK
19 GM VALVE
FOUNTAIN/ TRISHUL/ LEADER/ KIRLOSKAR
20 TRIVECTOR METER
SUNCO/ JAIPUR/ IMP
21 KWH METER
SIMCO/ JAIPUR/ IMP/ AE/ UNIVERSAL/
RISHABH
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ED KOTA
Page 16 of 20
SPECIFICATION FOR PUMPS
1
2
3
4
The work shall be carried out as per the current CPWD specification in force and as per the directions of the
Engineer-in-Charge or his duly authorized representative at site of work.
Contractor will have to give the earthing test, insulation test at his own risk and cost failing which Rs. 50/- per
test shall be deducted from his bill.
Contractor will have to make his own arrangement for taking delivery of the equipments at the site from
Railway/transport Company along with its cartage.
All the material should be of approved make and got approved by the Engineer-in-Charge before erecting.
5
6
Earthing shall be done in the presence of Engineer-in-Charge or his duly authorized representative.
Any damage done to the building installation work shall be made good by the contractor at his own cost and
risk to the satisfaction of the Engineer-in-Charge.
7 The contractor will have to give the running test of the pumps in case the performance of the pump is not found
to be satisfactory the same will have to be get replaced at risk and cost of the contractor and nothing extra shall
8 After commissioning of the pumps the contractor will have to engage an operator for running of the pumps for
at least five days the contractor shall be responsible for rectification of any defects noticed during the above
period and till the expiry of one year period from the date of satisfactory completion.
9 The contractor shall have to make available one set (8 No. Spanner) of tools consisting of spares suitable for
sizes of bolts, nuts, screws and pliers etc. without any extra cost.
10 All the GI pipes wherever it is required should be of ISI mark.
11 Any bracket clamps or other material required for proper fixing of suction and delivery pipe will be provided
without any extra claim.
12 The agency will have to give a guarantee for one year from date of completion for trouble free service of the
pumps.
GENERAL SPECIFICATIONS OF AMF PANEL
A Construction Features
1.0 General
The AMF panel shall be sheet steel cubicle floor standing front operated type. The design shall be totally
enclosed, completely dust and vermin proof. The sheet steel used shall be 16G thick, gasket of 2 mm thick shall
be used between all adjacent units and beneath all covers to render the joints effectively dust proof. All
openings and cut-outs in the doors shall be machine made and free from burrs. The frame work shall be made of
steel sheets folded to impact strength which boards components. The panel shall present a flush appearance.
Adequate lifting facilities shall be provided to facilitate handling and transport. the Panel shall be powder
coated
2.0 The panel have separate cubicle housing for mounting the accessories as follows.
MCCB, Power contactor in separate housing with inter connection.
Control and measuring compartment I/c AMF logic controller unit
3.0 Terminal Arrangements
The terminals shall be for adequate current rating size to suit individual feeder requirement. All the
interconnections shall be done with the help of cable lugs.
Cable Entry: The switch board shall be designed to facilitate alu. Conductor PVC cable entry from bottom as
the case may be, removable sheet steel plate provided with suitable size cable gland.
B
1.0
2.0
3.0
4.0
Power Contactors
The contactor shall be 32 Amps rating.
The contactors shall be highly compact, and provided with air cooled coils.
The contactors shall be suitable for mounting on vertical or horizontal planes as per requirement.
The power contactors shall be 4 pole contactors suitable for operation on 440 Volts 3 phase 50 Hz A.C. supply.
5.0 The contacts on energisation shall close firmly permitting no air gap in between in order to avoid heating of
contact.
6.0 The contactor shall be fitted with auxiliary contacts for interlocking, indication etc.
7.0 Each contactor shall be protected with back up MCCB.
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ED KOTA
Page 17 of 20
C Interconnection and Wiring
1.0 Panel shall be completely factory wired ready for connecting to the equipment. Control wiring shall be done by
PVC insulated wires of minimum size 1.5 sqmm copper with ISI marked. All control wiring shall be fitted with
identification ferules at each end and not more than two connections shall be made at any one terminal. The
wires shall be arranged and supported in such a manner that there shall not be strain on the terminations. Runs
of wires shall be neatly bunched and suitable supported and clamped. AC and DC wiring shall be separately
bunched . All control wiring meant for external connections are to be brought out on a terminal board.
2.0 All indicating lamps shall be provided with recessed type HRC fuse link for control. The indicating lamps will
be approx. 25 mm dia LED type and with series resistance.
D
E
Battery charging unit
Battery charging unit shall be of double rate comprising of suitable rating voltage transformer, semiconductor
rectifier, refilter network, fused on AC and DC for protection and tricle and boost charging selector switch. The
charger should be out off when engine is started and battery shall be charged from battery charging alternator
provided on engine.
Earthing
The earth strip shall run through out the length of panel.
F Following tests be carried out at site and test result recorded.
1.0 Insulation resistance test with 500 V magger. The insulation resistance shall not be less than 100 mega ohms.
2.0 Earth continuity test.
3.0 Polarity test.
4.0 Control circuit wiring test.
G
The contractor shall furnish the Test certificates/ Bill of manufacturer in support of following equipment.
1.0 AMF Logic controller unit
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
1
2
3
4
5
Page 18 of 20
ADDITIONAL SPECIFICATION FOR PROVIDING EI & FANS
Rates of only ISI marked conduits, switches and sockets outlets have been taken in the schedule of quantities. Unless and
otherwise specified, only such conduits, cables, switches and sockets outlets shall be used in the work.
The work shall be done as per CPWD specifications for electrical works as applicable for DSR 94/95 and Indian Electricity
Rules as amended up to date.
The work shall be supervised by a qualified Overseer/Engineer.
The layout of the work will be given by the Engineer-in-Charge or his duly authorized representative at site of work.
All conduit work will be carried out in recessed conduit. If recessed conduit wiring is not possible due to circumstances
beyond the control, the conduit can be laid in surface. However such surface conduit work shall be carried out only with
prior approval of Engineer-in-Charge. Down/Drops of surface conduit & all MS/CI boxes used for housing switch & socket
must be recessed. Phenolic laminated sheet should be only of ‘HYLUM’ make.
Separate conduits shall be provided for followings.
a) Power plug wiring.
b) Light and Fan point wiring.
c) Emergency Light point wiring.
d ) Telephone wiring.
f) Fire detection and alarm.
6 The number of power plug points shall be designed with only one outlet per circuit.
7 The earthing sets must be provided in the presence of the Engineer-in-Charge or his authorized representative.
8 The contractor will have to give the following tests at his cost and intimate test results before final bills are paid. Nothing
extra will be paid to him on this account.
a. Earth test.
b. Polarity test.
c. Insulation test.
d. Earth continuity test of recessed conduit.
9 Any damage done to the building by the contractor during the execution of work shall have to be Made good at his cost &
risk. If he does not do it himself within a reasonable time as determined by the Engineer-in-Charge the same will be got
executed at his risk & cost departmentally after giving notice to him.
10 The circuit wiring at various places shall be kept minimum by taking the runs on walls.
11 The conduits laid shall be provided with fish wire to facilitate wiring at a later stage. The telephone outlets shall be
provided immediately above skirting level.
12 All the sub distribution boards, sub main boards and main boards shall be sign written clearly indicating the number of
distribution board, the type of load it is serving and the number of circuits contained in the distribution board.
13 While making the end connection of wires, no strand shall be out and the termination of wire shall be done with necessary
lugs and ferrule by crimping method without any extra payment.
14 Lugs should be provided while terminating 6 SWG GI wire for earth continuity without any extra Payment.
15 The termination of conduits etc. in the junction box to be provided above DB should be done by making proper holes
instead of cutting the box.
16 The bus bar provided in main board shall be suitable for current density of not more than 100 Amp/sq.cm.
17 All the points on the walls (except for exhaust fan) in the rooms or the corridors shall be provided at a height of 2300 mm
above the floor level.
18 All switch boxes and boards in a room shall be of same size.
19 Air conditioning plant rooms, weather maker room, sub station rooms and engine alternator rooms shall be provided
light/fans points on walls only.
20 Conduit laid/fixed in slab or wall with fan box before award of work shall be recovered on the following basis :
a. Conduit as per size on linear basis of DSR-94 (Internal) + Contractors percentage of the agency executing the work.
b. Fan box already provided shall be taken into account.
1
2
3
SPECIFICATION OF CABLE
The cable laying shall be as per CPWD specification as applicable for DSR 94/95.
The route for the cable laying should be gets approved from the Engineer-in-Charge.
The completion plan in triplicate in respect of the connection diagram and cable route should be submitted by the
contractor before finalization of bill or within 30 days of completion the work failing which recovery shall be made as per
PWD -8.
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 19 of 20
4
All cable joints should be done in presence of Engineer-in-Charge or his authorized representative. The LT joints should be
done with crimping method and will make lugs/ferrules should only be used.
5 The measurement of the cable will be done from the top of the one cable and control box to the top of the other cable and
box
6 The earthing (wherever applicable) should be done in the presence of the Engineer-in- Charge.
7 Any damage done to the building during the erection will have to be made good to the entire satisfaction of Engineer-inCharge.
8 Under ground cable of 1.1 KV grade should be subjected to pressure/insulation test before & after laying to the same in the
ducts and in case of unsatisfactory tests the cost of all repairs and replacement & all extra work of removal and relaying
will have to be made good by the contractor at his own cost and risk.
9 Schedule of work should be carefully read before quoting if any deviation regarding any item is proposed should be clearly
indicated in the tender particularly the type of the cable should be specified.
10 The quantity of cable in the tender is approximate. The agency will have to assess the quantity from the site before
dispatch.
SPECIFICATIONS OF M.V. PANEL
A
SCOPE:
This section lay down general requirements for medium voltage cubicle M.V. panel suitable for 415 Volts, 3 Phase, 50Hz,
4 wire system including installation, testing and commissioning.
B Construction Features:
The M.V. Panel shall be sheet steel cubicle floor mounting type. The design shall be totally enclosed, completely dust and
vermin proof. The sheet steel used shall be 1.60 mm thick gasket of 2mm thick shall be used between all adjacent units
and beneath all covers to render the joints effectively dust proof. All openings and cut outs in the doors shall be machine
made and free from burrs. The frame work shall be made of steel sheet folded to impact strength which boards
components. Each cubical shall be fitted with individual dust proof doors provided with insulated thump screws. The
panel shall present a flush appearance. Adequate lifting facilities shall be provided to facilitate handling and transport.
The panel has separate cubicle housing for mounting the accessories i.e. MCCB, TPN, Bus Bar, metering and cable alley
etc.
C OTHER DESIGN & CONSTRUCTION FEATURES:1 All panels shall be cubicle, indoor, floor mounting, free standing, totally enclosed, dust and vermin proof.
2 A.P.U. (Poly Urethane) or Rubber Gasket of 19 mm width and 2 mm thickness shall be provided between all joints in
adjacent units and beneath all the covers in order to render all the joints vermin proof. As alternative to this “D” shape
rubber lining can be used for cover.
3 Each Module (Cubicle) shall have sufficient working space for making connections and shall be with individual dust proof
hinged door provided with insulated knobs at two ends.
4 The design shall include all provisions for safety of operation and maintenance personnel.
5 The maximum height of the panel including base channel shall not exceed 1800 mm.
6 The size of base channel shall be 150mm x 75mm (M.S.)
7 The steel sheet work shall be of high quality. All openings and cut-outs in the doors shall be machine made and shall be
free from burrs. Weld runs shall be grinding smooth.
8 The entire steel sheet surface shall be free from dents and hammer marks.
9 The panel shall have covering at bottom so that entry of dust and vermin is not possible.
10 A.G.I. earth bus bar of minimum 32 mm x 5mm shall be provided along the length inside of the panel for connecting to
main earth points.
11 The panel shall be fabricated from approved vendor of BSNL, gujarat Zone or CPRI Approved.
12 Drawing shall be approved before fabrication of panel by the Engineering in charge.
D CONTROL WIRING:1 The control wiring shall be done with PVC insulated copper wires of minimum 1.5 sqmm size.
2 The control wiring shall be provided with identification ferrules at each end.
3
4
5
More than two wires shall not be terminated at any one terminal.
The wires shall be arranged and supported in such a manner that there shall not be stress on the terminals.
Runs of wires shall be neatly bunched and suitably supported and clamped.
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)
BSNL ELECTRICAL
Page 20 of 20
6
All control wiring meant for external connections are to be brought out on a terminal board.
E
BUS BAR:Bus bar shall consist of 4 strips – 3 phases and 1 for Neutral, the minimum size of Aluminum bus bar to be used should be
50x5mm of high conductivity electrolytic grade, the bus bar shall be insulated with PVC sleeve/2 layers of PVC insulating
tape (different colours) except on the joints which may be left for ease of maintenance.
(SDE(E), BSNL ESD-II, 3rd Floor, TE Navrangpura, Ahmedabad)
CONTRACTOR
THIS TENDER DOCUMENT CONTAIN 20NUMBER OF PAGES
EE(E)/SDE(E)