Tender for NOFN Project in ______2014-15
BHARAT SANCHAR NIGAM LIMITED
(A GOVT. OF INDIA ENTERPRISE)
OFFICE OF THE CGMT CG Telecom Circle Raipur (CG)
Issued to: …………………………… Cost of tender Form Rs. ----- ……………………………. Receipt No ………………….. ……………………………. Issued on Date ………………… Tender Form No………………
BID DOCUMENT
Tender for National Optical Fiber Network works in – Kuwakonda Block of Dantewada District
Name of Block/Zone : Kuwakonda Block - Zone 2/ Zone 3/ Zone 4
Tender No. CG/TxIP/NOFN/ KUWAKONDA- BASTAR /201415/53
DATE & TIME OF SUBMISSION OF BID - up to 13.00 Hrs. of 03/0 7/2015
DATE & TIME OF OPENING OF BID - 15.00 Hrs. of 03/07/2015
Page 1 of 94 Signature of Bidder with Se al
Tender for NOFN Project in ______2014-15
TABLE OF CONTENTS
Section Content Page No.
QUALIFYING BID DOCUMENT I Notice Inviting Tender 03 -08
II Bid Form 09
III Bidder’s Profile 10 to 11
IV Instruction to Bidders 12 to 22
V General (commercial) conditions of the contract 23 to 40
VI Special conditions of the contract 41 to 50
VII Scope of work and jurisdiction of Contract 51 to 52
VIII OF Cable construction Specifications Manual 53 to 80
IX Different Abbreviations 81
X Security Bond Form 82 to 83
XI Agreement 84 to 85
XII Letter of authorization for attending bid opening 86
XIII List of the documents to be submitted along with bid 87
XIV Rate of Empty Cable drums 88
XV Undertaking / Declaration 89 to 90
FINANCIAL BID DOCUMENT
XVI Financial Bid & Schedule of rate 91 to 94
Page 2 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
Hkkjr lapkj fuxe fyfeVsM dk;kZy; CGMT CG Circle Raipur
fufonk lwpuk dzekad CG/TxIP/NOFN/KUWAKONDA- BASTAR/2014-15/53
ch-ch-,u-,y- dh vksj ls BSNL Chhattisgarh Telecom Circle }kjk ,u-vks-,Q-,u ¼ CG ½ izkstsDV ds fy;s vks-,Q-lh- fuekZ.k dk;Z gsrq eksgjcan fufonk,sa vkeaf=r dh tkrh gSA fufonk [kksyus dh frfFk 03-07-2015 gSA foLr`r fooj.k gsrq www.chhattisgarh.bsnl.co.in ns[ksA
AGM (TxIP)
% CGMT CG Telecom Circle Raipur
Page 3 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
SECTION - I Bharat Sanchar Nigam Limited
(A Govt. of India Enterprises) \O/o CGMT CG Telecom Circle, Raipur
Notice Inviting Tender - Tender for OF Cable construction, laying & allied works for NOFN Project NIT no - CG/TxIP/NOFN/KUWAKONDA- BASTAR/2014-15/53 Date – 18-06-2015
On behalf of Bharat Broadband Network Limited (BBNL), Chhattisgarh Telecom Circle BSNL Raiput invites properly packed PVC tape/wax sealed tenders with supporting documents from the eligible contractors for the following works :
Name of work : Optical Fibre cable construction works for NOFN Project in KUWAKONDA Block of DANTEWADA District .
S No Name of Length of Route in Estimated Bid SoR for Time for Block/Zone KM cost of work security in trenching completion (in Rs) Rs. in Lacs ( Rs/M)
As per Work 45500 As per annexure 1 Zone -2 10.0 1819986 Order
As per Work 81920 As per annexure 2 Zone -3 20.0 3276644 Order
As per Work 150570 As per annexure 3 Zone -4 36.0 6022787 Order
Separate tender document has to be quoted for individual zone/block.
1. The quantity and cost stated above are estimated and BSNL reserves the right to vary the cost of work and quantity both to the extent of +50% to -50% of specified quantity and estimated cost at the time of award of work of the contract or during the agreement period at the same rates, terms and conditions. BSNL reserves the right to increase/ decrease the cost and/or quantity individually or combined.
2. The tender document will not be sent by post.
3. The tender document can also be downloaded from website www.chhattisgarh,bsnl.co.in. For those who submit downloaded tender document, the cost of tender document is to be submitted separately along with bid security in the form of Demand Draft, drawn in favour of AO(A&B), BSNL, % CGMT CG Telecom Circle Raipur Chhattisgarh payable at Raipur Chhattisgarh-497 001 .
4. BSNL reserves the right to accept or reject any or all the tender bids without assigning any reason. He is not bound to accept the lowest tender. BSNL also reserves the right to pre-pone or postpones the tender without assigning any reason whatsoever and without any notice to anyone.
Page 4 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
Mode of payment - Tender document can be purchased by paying cost of tender document in the form of cash or DD drawn of amount Rs. 1140=00 (Rupees One Thousand One Hundred Fourty) in favour of AO(A&B), BSNL, % CGMT CG Telecom Circle Raipur Chhattisgarh payable at Raipur Chhattisgarh-497 001.
5. Bid Security (EMD) is to be paid in cash or in the form of Crossed Demand Draft issued by any nationalised/scheduled bank drawn in favour of AO(A&B), BSNL, % CGMT CG Telecom Circle Raipur Chhattisgarh payable at Raipur Chhattisgarh-497 001 .
6. Tender document containing detailed description of work & Terms & conditions can be had from SDE (NOFN), % CGMT CG Telecom Circle Raipur Chhattisgarh or can be downloaded from www.chhattisgarh.bsnl.co.in
7. Sale of tender documents - Between 11:00 Hrs of 18-06-2015 onwards upto 17:30 Hrs of 02-07-2015 (on all working days)
8. Time and last date of submission of Bid- up to 13:00 Hrs on 03-07-2015
9. Date & Time of Bid opening (Qualifying Bid) At 14:00 Hrs on 03-07-2015
10. Tender bids received after due date and time will not be accepted.
11. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected.
12. The bidder shall furnish a declaration in his tender bid that no addition/deletion/correction has been made in the downloaded tender document being submitted and it is identical to the tender document appearing on the website. In case of any corrections/addition/alteration/omission in the tender document, the tender bid shall be treated as non responsive and shall be rejected summarily with black listing of bidder for any further work in BSNL.
13. The tender, which is not accompanied by the requisite Bid Security, shall be summarily rejected.
14. All computer generated documents should be duly signed/attested by the bidder/vendor organization.
15. ELIGIBILITY CONDITIONS : -
I. The intending bidder must have registered with any (a) Government Department, PSUs and other Govt. Institutions. (b) Public Limited Company. (c) Govt. recognized institutions (d) Co-operative registered with Register of Co-operative. The copy of registration should be duly attested by gazetted officer/ notary.
II. Valid PAN Card/IT return for last financial year, duly attested by gazetted officer/notary should be submitted for signature verification.
III. The intending bidder shall have experience of digging/HDD work for OFC/ UG Cable/ Water Pipe Line/ Electric Cable/ Drainage Pipe Line work for not less than 25% value of estimated cost of the zone OR 25% of the estimated quantity of the zone, in last six FINANCIAL years including the current financial year from any of the following organization’s (a) Government Department, PSUs and other Govt. Institutions. (b) Public Limited Company. (c) Govt. recognized institutions (d) Co- operative registered with Register of Co-operative (e) private telecommunication service provider company and a copy of experience certificate is to be enclosed with Qualifying Bid. The certificate Page 5 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
should be on the organization’s letter pad bearing complete address, telephone No., FAX No. etc. Further the experience certificate will be verified by the BSNL before awarding the works to the tenderer. The copy of experience certificate should be duly attested by gazetted officer/notary. Bidder can participate in all zones ,if a bidder participates in more than one zone than bidder has to submit the experience certificate equivalent to the sum total of experience amount of the zones for which he has submitted the bids .
IV. As the work has to be completed in the targeted time, therefore only those contractors should apply who have enough resource and capability to complete the work in the allotted time.
V. Intending bidders should have nationalized/scheduled bank solvency of Rs. 2 lakhs for up to works costing Rs. 20 lakhs or Rs. 5 lakhs - for works costing more than 20 lakhs and an attested copy by gazetted officer/notary should be enclosed with the qualifying bid. Solvency certificate should not be older than from the date of NIT.
VI. The original notarized undertaking over non-judicial stamp paper of value Rs. 10 that (i) bidder is having Proclain Machine/ JCB Machine (owner or leased or rented) with minimum 10 labours shall deploy or (ii) Bidder shall deploy minimum 50 labours for individual tender.
VII. NO Near Relative Certificate , in case of proprietorship firm the certificate will be given by the proprietor, for partnership firm by all partners and in case of limited company by all the directors of company in the format of section XV(B).
VIII. Original “Power of Attorney” in case person other than the Bidder signed the documents. The power of attorney should be for specific work ( mentioning the NIT no.) and not general power of attorney. Tender is liable to be rejected if power of attorney is not submitted accordingly.
IX. Bid Security in accordance to clause no 8 of section IV.
X. EPF/Service tax registration / labor registration /ESIC( if applicable)to be submitted along with the technical bid duly attested by Gazetted officer/notary.
XI. Bid form duly filled in as per section-II of tender document.
XII. All documents to be enclosed with tender documents should be self attested by bidder in addition to attestation by gazetted officer/notary.
XIII. Tender documents, in original duly filled in and signed by bidder or his authorized representative along with seal on each page. All corrections and overwriting must be initialed with date by the bidder or his authorized representative.
AGM (TxIP) O/o CGMT CG Telecom circle, Raipur
Page 6 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
ANNEXURE – A
Trenching SoR for Zone No - 2
Distance from the nearest Village Village OFC to Panchayat SoR for Sl Panchayat Panchayat Bhawan of the Panchayat DEPTH Trenching (Rs No Name Code (Km) in CMs per Meter) GADHMIRI 124043 2000 165 110.70 1 SHYAMGIRI 124065 4000 165 116.10 2 HITAWAR 124047 2000 165 99.90 3 PHULPAD 124060 2000 165 132.30 4
Trenching SoR for Zone No - 3
Distance from the nearest Village Village OFC to Panchayat SoR for Sl Panchayat Panchayat Bhawan of the Panchayat DEPTH Trenching (Rs No Name Code (Km) in CMs per Meter) GUMIYAPAL 124045 6000 165 114.30 1 HIROLI 124046 3000 165 96.30 2 KALEPAL 124050 2000 165 121.50 3 4 SAMALWAR 124063 9000 165 103.50
Page 7 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
Trenching SoR for Zone No - 4
Distance from the nearest Village Village OFC to Panchayat SoR for Sl Panchayat Panchayat Bhawan of the Panchayat DEPTH Trenching (Rs No Name Code (Km) in CMs per Meter) ARANPUR 124041 7000 165 104.53 1 JABELI 124048 6000 165 110.70 2 NEELAVAYA 124058 4000 165 116.10 3 4 POTALI 124061 6000 165 114.30 5 REVALI 124062 4000 165 116.10 6 SAMELI 124064 9000 165 115.50
Page 8 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
SECTION - II BID FORM Ref: - NIT No – CG/TXIP/NOFN/ KUWAKONDA- BASTAR/201415/53 To
The AGM (TxIP) % CGMT CG Telecom Ciircle, Raipur
Dear Sir, 1. Having examined the conditions of contract and specifications including addenda No……. the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of Optical fiber cable Construction Work (NOFN) in Kuwakonda Block of Dantewada District in conformity with said drawings, conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid.
2. We undertake if our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document.
3. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the tender document/contract.
4. We agree to abide by this Bid for a period of 240 days from the date fixed for Bid opening (Qualifying Bid) and it shall remain binding upon us and may be accepted at any time before the expiry of that period.
5. We understand that you are not bound to accept the lowest or any bid, you may receive.
6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.
7. Until a format Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us.
Dated this………..day of …….. (the year)
Signature of Authorized Signatory…………………………………………
Name…………………………………………….
In capacity of……………………………………
Duly authorized to sign the bid for and on behalf of……….………………………… Witness Signature………………………………………… Name……………………………………………… Address…………………………………………..
Page 9 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
SECTION III Passport size self attested photograph BIDDER’S PROFILE of the bidder/ authorized Signatory holding 1. Name of the bidder/ firm______power of Attorney
2. Name of the person submitting the tender whose Photograph is affixed
Shri/Smt.______
(In case of Proprietary/ Partnership firms, the tender has to be signed by Proprietor/ Partner only, as the case may be)
3. Address of the firm……………………………………………………………………………………………. ………………………………………………………………….………………………………
4. Telegraphic Address…………………………………………………………………………………………..
5. Tel no. (with STD code) (O)…………………….. (Fax)……………………[R]……………………..
6. Mobile no and E-mail Id:- ______(M) ______(e-mail ID)
7. Registration & incorporation particulars of the firm : i) Proprietorship ii) Partnership iii) Private Limited iv) Public Limited (Please attach attested copies of documents of registration/ incorporation of your firm with the competent authority as required by business law)
8. Name of Proprietor/ Partners/ Directors……………………………………………………...
………………………………………………………………………………………………….
9. Bidder’s bank name, Branch, address, his bank account number, MICR code, IFSC code for
effecting e-payment…………………………………………………………………….
10. Permanent Income Tax number…………………………………………………………………………
Page 10 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
(Please attach a copy of PAN card.)
11. Infrastructural capabilities :
a. Capacity of trenching per day (in meters)……………………………………………….
b. Capacity of pipe laying per day (in meters)…………………………………………….
c. Capacity of pulling cable through duct/ pipe per day (in meters) ……………………………………………………………………………………………………… …. d. Capacity of engaging mazdoors per day………………………………………………..
e. Particulars of vehicles available with the bidder : Type of Vehicle(s) Registration number
f. Particulars of other machines possessed by the contractor which can help in trenching, pipe laying and cable pulling:- ………………………………………………………………………………………………………
……………………………………………………………………………………………………… …..
12. Details of Technical and supervisory Staff : I/We hereby declare that the information furnished above is true and correct.
Place:
Date: Signature of bidder/Authorized signatory………………………………. Name of the bidder……………….
Seal of the bidder……………………..
Page 11 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
SECTION IV Instruction to Bidders A. INTRODUCTION: 1. DEFINITIONS a. President of India: The president of India means the President of India and his successors b. Government of India: The Government or Government of India shall mean the President of India. c. BBNL: The BBNL means Bharat Broadband network limited (A Govt. of India Enterprises), a company incorporated under the provisions of the Company Act, 1956 and having registered office at Sanchar Bhawan, New Delhi. d. BSNL: The BSNL means the Bharat Sanchar Nigam Limited (A Govt. of India Enterprises) Chairman and Managing Director Chief General Manager
Principal General Manager General Manager
Deputy General Manager/Area Manager/Director/Telecom Distt. Manager/Director (Projects) Divisional Engineer/Divisional Engineer (Projects)/Assistant General Manager Sub Divisional Engineer/Sub Divisional Officer Junior Telecom Officer Chief Accounts Officer Accounts Officer Junior Accounts Officer Including other officers in the BSNL, whatever designations assigned to them from time to time, who may be the in-charge of direction, supervision, testing, acceptance and maintenance including their successor(s) in the office appearing in various clauses shall be taken to mean the BSNL under the Ministry of Communication, Government of India. e. (The SSA Head) means the DGM (TxIP) % CGMT CG Circle Raipur and his successors. f. The jurisdiction of DGM (TxIP) % CGMT CG Circle Raipur): The jurisdiction of DGM (TxIP) BSNL Raipur means any part of Chhattisgarh which coincides geographically with (Revenue District(s)) of Chhattisgarh. g. Representative of: Representative of DGM(TxIP) BSNL Raipur means officer and staff for the time being in “Jurisdiction of DGM(TxIP)” deputed by BSNL for inspecting or supervising the work or testing etc. h. Engineer–in–charge: The Engineer-in–charge means the Engineering Officer nominated by the BSNL to supervise the work, under the contract. (Minimum Divisional Engineer level officer). i. Site Engineer: Site Engineer shall mean an SDE of the BSNL who may be placed by the as in DGM(TxIP) BSNL Raipur charge of the work at site at any particular period of time.
Page 12 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15 j. A/T Unit: A/T Unit shall be mean Acceptance and Testing unit of the BSNL. Or any unit authorised by BSNL/BBNL. Shortcomings/deficiencies noted shall be attended by contractor within 15 days and intimate to BSNL for onward submission to BBNL for re-verification. k. A/T Officer: An officer authorized by T & D Circle/BBNL/BSNL to conduct A/T as the case may be. l. Nodal Officer: shall mean the officer nominated by BSNL/BBNL in writing to act as coordinator for the purpose of this work. m. Contract: The term contract means, the documents forming the tender and acceptance thereof and the formal agreement executed between the competent authority on behalf of the Bharat Sanchar Nigam Limited (A Govt. of India Enterprises)/BBNL and the contractor, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time, by the engineer in – charge and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. In the contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The expression works or work shall unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional. n. Contractor: The contractor shall mean the individual, firm or company, enlisted with BSNL of Telecom in accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual, firm or company. o. Work : The expression “works” shall unless there be something either in the subject or context repugnant to such construction be construct and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original altered, substituted or additional. p. Schedule(s): Schedule(s) referred to in these conditions shall mean the relevant schedule(s) or the standard schedule of rates mentioned in the document. q. Site: The site shall mean the land/or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the contract. r. Normal time or stipulated time: Normal time or stipulated time means time specified in the work order to complete work. s. Extension of Time: Extension of Time means the time granted by the BSNL to complete the work beyond the normal time or stipulated time. t. Date of Commencement of Work: Date of Commencement of Work means the date of actual commencement of work or 7 th day from the date of issue of work order, whichever is earlier.
Page 13 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15 u. Due date of completion: Due date of completion shall be the date by which the work shall be completed at site including clearance of site excluding A/T. v. Duration of completion of work: The duration of completion of work or completion time shall be time specified in the work order plus extension of time granted, if any. w. Excepted risk : Excepted risk are risks due to war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government damages from aircraft, acts of God, such as earthquake, lighting and unprecedented floods and other causes over which, the contractor has no control and the same having been accepted as such, by the government of the part of the work, in respect of which a certificate of completion has been issued.
2. ELIGIBILITY OF BIDDERS:
The invitation of bids is open to all eligible contractors as per their eligibility mentioned in NIT of this tender document (Section – I).
B. THE BID DOCUMENTS
3. BID DOCUMENTS :
3.1 The construction work to be carried out, goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include:
3.1.1 Qualifying Bid:-
3.1.1.1 Notice Inviting Tender.
3.1.1.2 Bid Form.
3.1.1.3 Bidder’s Profile.
3.1.1.4 Instruction to Bidders.
3.1.1.5 General (Commercial) Conditions of the contract.
3.1.1.6 Special Conditions of Contract.
3.1.1.7 Scope of Work and jurisdiction of the contract.
3.1.1.8 OF Cable Construction Specifications.
3.1.1.9 Security Deposit Bond Form.
3.1.1.10 Agreement (Sample).
3.1.1.11 Letter of Authorization for Attending Bid Opening.
3.1.1.12 List of Documents to be submitted along with the Qualifying bid.
3.1.1.13 Rates of Empty Cable Drums.
3.1.2 Financial Bid
3.1.2.1 Schedule of rates – for construction. Page 14 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
3.2 The Bidder is expected to examine all instructions, forms, terms and specification in the bid documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and shall result in rejection of the bid.
4. QUERIES ON BID DOCUMENTS: A prospective bidder, requiring any clarification of the Bid Documents shall notify the BSNL in writing or by fax at the BSNL’s mailing address indicated in the invitation for Bids. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which it receives not later than 14 days prior to the date for the opening of the bids. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be sent to all the prospective bidders who have purchased the bid documents and all such clarifications issued by the BSNL will form part of the bid document.
5. AMENDMENT OF BID DOCUMENTS :
5.1 At any time, prior to the date for submission of bids, the BSNL may, for any reason whether suo motto or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments.
5.2 The amendments shall be notified in writing or by telex or FAX to all prospective bidders on the address intimated at the time of purchase of bid document from the BSNL and these amendments will be binding on them.
5.3 In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission/ opening of bids suitably.
C. PREPARATIOIN OF BIDS
6. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of the bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 7. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QULIFICATIONS
I. The intending bidder must have registered with any (a) Government Department, PSUs and other Govt. Institutions. (b) Public Limited Company. (c) Govt. recognized institutions (d) Co-operative registered with Register of Co-operative. The copy of registration should be duly attested by gazetted officer/notary. II. Copy of valid PAN Card/IT return for last financial year, duly attested by gazetted officer should be submitted for signature verification. III. The intending bidder shall have experience of digging/HDD work for OFC/ UG Cable/ Water Pipe Line/ Electric Cable/ Drainage Pipe Line work for not less than 25% value of estimated cost of the zone OR 25% of the estimated quantity of the zone, in last six FINANCIAL years including the current financial year from any of the following organization’s (a) Government Department, PSUs and other Govt. Institutions. (b) Public Limited Company. (c) Govt. recognized institutions (d) Co- operative registered with Register of Co-operative (e) private telecommunication service provider company and a copy of experience certificate is to be enclosed with Qualifying Bid. The certificate should be on the organization’s letter pad bearing complete address, telephone No., FAX No. etc. Further the experience certificate will be verified by the BSNL before awarding the works to the Page 15 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
tenderer. The copy of experience certificate should be duly attested by gazetted officer/notary. Bidder can participate in all zones ,if a bidder participates in more than one zone than bidder has to submit the experience certificate equivalent to the sum total of experience amount of the zones for which he has submitted the bids IV. As the work has to be completed in the targeted time, therefore only those contractors should apply who have enough resource and capability to complete the work in the allotted time. V. Intending bidders should have nationalized/scheduled bank solvency of Rs. 2 lakhs for up to works costing Rs. 20 lakhs or Rs. 5 lakhs - for works costing more than 20 lakhs and an attested copy by gazetted officer/notary should be enclosed with the qualifying bid. Date of Solvency certificate should not be older than one year from the date of NIT VI. The original notarized undertaking over non-judicial stamp paper of value Rs. 10 that (i) bidder is having Proclain Machine/ JCB Machine (owner or leased or rented) with minimum 10 labours shall deploy or (ii) Bidder shall deploy minimum 50 labours for individual tender. VII. NO Near Relative Certificate , in case of proprietorship firm the certificate will be given by the proprietor, for partnership firm by all partners and in case of limited company by all the directors of company in the format section XV(B). VIII. Original “Power of Attorney” in case person other than the Bidder signed the documents. The power of attorney should be for specific work ( mentioning the NIT no.) and not general power of attorney. Tender is liable to be rejected if power of attorney is not submitted accordingly. IX. Bid Security in accordance to clause no 8 of section IV. X. EPF/Service tax registration / labor registration /ESIC( if applicable)to be submitted along with the technical Bid duly attested by Gazetted officer/notary. XI. Bid form duly filled in as per section-II of tender document. XII. All documents to be enclosed with tender documents should be self attested by bidder in addition to attestation by gazette officer/notary. XIII. Tender documents, in original duly filled in and signed by bidder or his authorized representative along with seal on each page. All corrections and overwriting must be initialed with date by the bidder or his authorized representative.
Note:-Any discrepancy found in the downloaded tender document submitted by the bidder compared to uploaded tender document, the tender document uploaded by the BSNL will be treated as valid and any changes (found in the tender document submitted by the bidder) at any stage, will be treated as fraud done to the BSNL, and will be liable to cancellation of agreement done (if any) and appropriate action will be taken against the bidder.
8. BID SECURITY :
8.1 The bidder shall furnish, as part of his bid, a bid security (EMD) for an amount as mentioned in NIT. No interest shall be paid by the BSNL on the bid security for any period, what so ever.
8.2 The bid security is required to protect the BSNL against the risk of bidders conduct, which would warrant the security’s forfeiture, pursuant to Para 8.7.
8.3 Bid Security shall be paid in the form of cash or Crossed Demand Draft issued by a nationalized/scheduled bank drawn in favour of Accounts Officer (A&B), O/o, CGMT CG TELECOM CIRCLE payable at RAIPUR.
8.4 A bid not secured in accordance with Para 8.1 & 8.3 shall be rejected by the BSNL as non responsive.
8.5 The bid security of the unsuccessful bidder will be refunded as promptly as possible but not later Page 16 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
than 30 days after the expiry of the period of bid validity prescribed by the BSNL.
8.6 The successful bidder’s bid security will be converted into security deposit at the time of agreement .
8.7 The bid security shall be forfeited :
8.7.1 If a bidder withdraws his bid during the period of bid validity specified in the bid document or
8.7.2 If the bidder makes any modifications in the terms and conditions of the tender before acceptance of the tender, which are not acceptable to the BSNL or
8.7.3 In case of a successful bidder, if the bidder fails:
(i) To sign the agreement in accordance with clause 25 (ii) To furnish Material Security in accordance with Clause 24
9. BID PRICES:
9.1 The bidder shall give the total composite price inclusive of all levies and taxes, packing, forwarding, freight and insurance in case of material to be supplied and inclusive of all taxes and levies except service tax in case of works to be executed. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL (At the district Telecom Store) or otherwise to execute the work under the contract, to site at his/their own cost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account. The offer shall be firm in Indian Rupees.
9.2 Prices shall be quoted by the bidder as percentage below/above/at per the schedule of rates given in schedule of rates (Financial Bid). Prices quoted at any other place shall not be considered.
9.3 The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.
9.4 Discount, if any, offered by the bidders shall not be considered unless they are specially indicated in the schedule of rates (financial Bid). Bidders desiring to offer discount shall therefore modify their offers suitable while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account.
9.5 Service tax will be paid as per rule.
10. PERIIOD OF VALIDITY OF BIDS :
10.1 Bid shall remain valid for 240 day from date of opening of the bid (Qualifying Bid). A BID VALID FOR A SHORTER PERIOD SHALL BE REJECTED BY THE BSNL AS NON – RESPONSIVE.
10.2 The BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid.
Page 17 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
11. SIGNING OF BID :
11.1 The bidder shall submit, as part of his bid, the bid documents (in original) duly signed on each and every page, establishing the conformity of his bid to the bid documents of all the works to be executed by the bidder under the contract. (Note : The bidder is advised to keep a photocopy (at his own cost) of the bid documents for his own reference)
11.2 The bid shall contain no inter – lineation, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed with date by the person or persons signing the bid.
D. SUBMISSION OF BIDS
12. Method of preparation of bid :
12.1 Bid for each tender should be submitted in three envelops placed inside a main cover. These envelops should contain the following : 12.1.A: TENDER DOCUMENT DOWNLOADED FROM WEBSITE:- Envelope Marked on the Cover Contents of Envelope Containing Bid security as per clause 8. & cost of bid First Bid Security document. Both DD must be separate.
Bid document duly signed at each page and e ligibility Qualifying Bid Second documents as per clause 7 except bid security .
Rates duly quoted by the tenderer in the prescribed format. Third Financial Bid
B:- TENDER DOCUMENT PURCHASED FROM ______OFFICE ______
Envelope Marked on the Cover Contents of Envelope Containing Bid security as per clause 8. & copy of purchase First Bid Security receipt( ACG-67) .
Bid document duly signed at each page and eligibility Qualifying Bid Second documents as per clause 7 except bid security .
Third Financial Bid Rates duly quoted by the tenderer in the prescribed format.
On all these envelopes the name of the firm and whether “Bid security” , “Qualifying Bid”” OR “Financial Bid” must be clearly mentioned and should be properly sealed (with sealing wax/Packing PVC tape.) These envelopes are to be placed inside an outer envelope and properly sealed (with sealing wax/Packing PVC tape). The tenders which are not submitted in above mentioned manner shall be summarily rejected.
Page 18 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
12.2 All envelops (3 inner & one outer) must bear the following ; Tender for OF Cable Construction Works (NOFN) “NOT TO OPEN BEFORE ( 03-07-2015 at 15:00 Hrs ) “
(Tender no. CG/TxIP/NOFN/KUWAKONDA- BASTAR/201415/09) (AGM(TxIP), % CGMT CG Circle, C-21 Telecom Staff Quarter, Khamhardih, Vidhan Sabha Road, Raipur (CG))
12.3 The bidder will be bound by all terms, conditions & specifications as detailed in the tender documents.
12.4 Any tender will conditions other than those specified in the tender document is liable to be summarily rejected. No modification by the contractor in any of the conditions will be permitted after the tender is opened.
13. SUBMISSION OF BIDS :
13.1 Tenders should be dropped in person in the tender box placed in the office of the AGM(TxIP), % CGMT CG Circle, C-21 Telecom Staff Quarter, Khamhardih, Vidhan Sabha Road, Raipur (CG)) for the closing ( 03-07-2015 at 13:00 Hrs ) of tender, as mentioned in NIT. The bidder is to ensure the delivery of the bids at the correct address. The BSNL shall not be held responsible for delivery of bid to the wrong address. The slit of the tender box will be sealed immediately after the specified time for receipt of tender. Any tender presented in person after the sealing of box will not be received by AGM(TxIP), % CGMT CG Circle, C-21 Telecom Staff Quarter, Khamhardih, Vidhan Sabha Road, Raipur (CG)or by any of the subordinates or will not be allowed to be deposited in the tender box.
13.2 Postponement of Tender opening: Whenever it is considered necessary to postpone the opening date of tenders, quick decision must be taken and communicated to the bidders who have purchased the tender documents and shall be at least one day before the original date of opening. The reasons for postponing the tender shall be recorded in writing. Such notice of extension of date of opening shall also be put-up on the notice board and also published in the newspapers in which original NITs have been published. If the date of opening of bids is declared as holiday, the bids will be opened on the next working date at the same time and venue.
13.3 The Government of India if, subsequently, declares date fixed for opening of bids as holiday, the revised schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered.
14. LATE BIDS: Tenders will not be received after the specified time of closing of the tender and the same shall be rejected and returned unopened to the bidder. It is the sole responsibility of the bidder that he should ensure timely submission of tender.
15. MODIFICATIONS AND WITHDRAWL OF BIDS :
15.1 The bidders may modify or withdraw his bid after submission and before opening, provided that the intimation is deposited by the bidder in a properly sealed envelope (With Wax/Packing PVC tape) in the tender box, before the scheduled time & date for closing of tender.
15.2 No bid shall be modified subsequent to the deadline for submission of bids. Page 19 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
E. BID OPENING AND EVALUATION:
16. OPENING OF BIDS BY THE BSNL :
16.1 The BSNL shall open the bids in the presence of bidders or his authorized representatives who choose to attend, at time mentioned in NIT. The bidder’s representative, who is present, shall sign an attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening (A format is given in section – XII)
16.2 A maximum of two (2) representatives for any bidder shall be authorized and permitted to attend the bid opening.
16.3 The Bids shall be opened in the following manner :
16.3.1 The bid opening committee shall count the number of bids and assign serial numbers to the bids. For example, if 10 tenders have been received the bids shall be numbered as 1 of 10, 2 of 10 etc. All the members shall initial on the outer envelopes of all the bids with date.
16.3.2 The envelopes containing the tender offer and not properly sealed, as required vide Para 12 shall not be opened and shall be rejected outright. Closing the cover by gum will not be treated as sealed cover. The reasons for not opening such tender offers shall be recorded on the face of the envelope and all the members of bid opening committee shall initial with date.
16.3.3 First the outer envelope containing the three envelopes will be opened. The bid opening committee shall initial on all three envelopes with date.
16.3.4 Among these three envelopes, the envelope marked “BID SECURITY” shall be opened first and examined. If Bid security and tender document cost are submitted as per NIT , then second envelope marked “ Qualifying Bid” will be opened.
16.3.5 The envelope marked “Financial Bid”, will be opened only for qualified bidders in “Qualifying Bid ” after approval of TOC, TEC report by competent authority. Date of opening of financial bid will be intimated to all technically qualified bidders separately.
16.3.6 After opening the “Financial Bid” the bidder’s name, bid prices, modifications, bid withdrawals and such other details as the BSNL, at its discretion, may consider appropriate; will be announced at the opening.
16.3.7 In case there is discrepancy in figures and words in the quote, the same shall be announced in the bid opening, but the quote in words shall prevail.
17. CLARIFICATION OF BIDS BY THE BSNL: To assist in examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.
18. General guidelines to TOC & TEC for opening of Bids & Evaluation thereof :-
(a) On the specified date and time, the nominated TOC ( Tender Opening committee) will open technical bid of the bidders as per the guidelines on the matter and prepare the TOC report duly Page 20 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
signed by the all the members.
(b) After approval of TOC report by competent authority TEC will evaluate the bids technically/commercially.
(c) After approval of TEC report by competent authority TOC will open the financial bid on the specified date and time.
(d) TEC will evaluate the financial bid and submit the report to competent authority for approval.
19. PRELIMINARY EVALUATION :
19.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.
19.2 If there is discrepancy between words and figures, the amount in words shall prevail. If the Contractor does not accept the correction of the errors, his bid shall be rejected.
19.3 Prior to the detailed evaluation, pursuant to clause 20, the BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bid documents without deviations. The BSNL’s determination of bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence except clarification sought by TEC .
19.4 A bid, determined as substantially non responsive will be rejected by the BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non- conformity.
19.5 The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder.
20. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS :
20.1 The BSNL shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 18 and 19 through TEC.
20.2 The evaluation and comparison of responsive bids shall be on the percentage deviation (above/below/at par) offered and indicated in schedule of rates of the bid documents.
21. CONTACTING THE DEPARTMENT :
21.1 Subject to clause 17 no bidder shall try to influence the BSNL on any matter relating to its bid, from the time of bid opening till the time the contract is awarded.
21.2 Any effort by the bidder to modify his bid or influence the BSNL in the BSNL’s bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.
22. AWARD OF CONTRACT: The BSNL shall consider award of contract only to approved L1 bidder.
Page 21 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
23. BSNL’S RIGHT TO VARY QUANTUM OF WORK : BSNL at the time of award of work under the contract, reserves the right to vary the estimated cost of work and quantity both to the extent of +50% to -50% of specified quantity and estimated cost at the time of award of work of the contract or during the agreement period at the same rates, terms and conditions.
24. BSNL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The BSNL reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason what-so-sever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the BSNL’s action.
25. ISSUE OF LETTER OF INTENT :
25.1 The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract with the bidder. Letter of intent will be the issued as offer to the successful bidder.
25.2 The bidder shall within 15 days of issue of letter of intent, give his acceptance along with Security Deposit in conformity with clause 5. Section – V .
26. SIGNING OF AGREEMENT :
26.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement with the successful bidder shall be signed by the BSNL within a week of submission of Security Deposit as per clause 25.2 above.
26.2 As soon as the tender is approved by the competent authority, the Bid Security deposited by the successful bidder shall be converted into security deposit , which will be held by the BSNL till the completion of warranty period. None of the deposits will bear any interest.
27. ANNULMENT OF AWARD : Failure of the successful bidder to comply with the requirement of clause 25 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event, the BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids.
28. Maintenance work can be awarded to contractor on same terms & conditions.
29. New route can be added and existing routes or can be deleted as per requirement.
30. The bidder will verify the genuineness and correctness of all documents and certificates, including experience/performance certificates, issued either by the bidder or any other firm / associate before submitting them in the bid. The onus of proving genuineness of the submitted documents would rest with the bidder. As per requirement of the tender’s condition, if any document/paper/certificate submitted by the participant bidder is found to be false/fabricated/tempered/manipulated at any stage during bid evaluation or award of contract , then the bid security of the bidder would be forfeited and the bidder would be disqualified from the tender. Action would also be taken for banning of business dealings with the bidder. In case contract has already been awarded to the bidder , then PBS/SD would be forfeited and the contract would be rescind/annulled and BSNL would be at liberty to procure the services from any other source at the risk and cost of the defaulting bidder. Action would also be taken for banning the business dealing with defaulting bidder. Page 22 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
SECTION - V
GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT
1. APPLICATION: The General conditions shall apply in contracts made by the BSNL for the execution of O.F. cable construction works.
2. STANDARDS: The works to be executed under the contract shall conform to the standard prescribed in the “Engineering Instructions on Under Ground Optical Fiber Cable Laying works” issued by BBNL and wherever instruction is not clear in EI issued by BBNL then “Engineering Instructions (E.I.) for OF Cable construction practice- manual” issued by BSNL will prevail.
3. PRICES :
3.1 Prices charged by the Contractor for the works performed under the Contract shall not be higher from the prices quoted by the Contractor in his Bid.
3.2 Price once fixed will remain valid for the period of contract. Increase and decrease of taxes/duties will not affect the price during this period.
4. SUBCONTRACTS: The contractor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances.
5. SECURITY DEPOSIT: a. The successful bidder shall deposit security deposit to the tune of 2.5% (In form of crossed DD/ Cash/ FDR placed to AO of BSNL/ Bank Guarantee) of estimated cost of work put to tender at the time of agreement in addition to the sum already deposited as bid security (due to conversion of bid security to security deposit) toward material and work security and 5% shall be deducted from the running bill towards performance security. If the quoted rates are abnormally low (25% below or more than 25% below the SOR) additional security deposit to the tune of 5% (In form of crossed DD/ Cash/ FDR placed to AO of BSNL/ Bank Guarantee) of estimated cost of work put to tender shall be deposited by the contractor before signing of the agreement and issue of work order by BSNL. b. The Contractor at any point of time will not be issued stores costing more than security deposit plus the unpaid amount against the work already executed by the contractor, if any. If due to any reasons more store has to be issued to contractor, then additional deposit will have to be submitted by the contractor in terms of DD/FDR/BG. The same additional deposit will be refunded after utilization of the store duly verified by concerned Engineer in-charge of the work. c. The proceeds of the security deposit shall be payable to the BSNL as a compensation for any loss resulting from the contractor’s failure to handle properly the material issued to the him under the contract and as compensation for any loss resulting from the contractor’s failure to complete its obligations under the contract. d. The Security Deposit shall be released/refunded after expiry of 12 months from the date of commissioning/put to use which ever is earlier of the NOFN project by BSNL and acceptance of the same by BBNL. Further the release of security deposit will be subjected to recoveries to be made arising out of poor quality of work, incomplete work and/or violation of any terms and conditions of the contract as stipulated in the bid document and on production of “no dues certificate” from “Engineer-in-charge” regarding satisfactory completion of work Page 23 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
& final settlement of store material account. e. No interest will be paid to the contractor on the security deposit.
6. ISSUE OF WORK ORDERS AND TIME LIMIT :
6.1 The work order shall be issued so as to include all items of works for the zone allotted to the contractor as put in the NIT.
6.2 The work orders shall be issued by the Divisional Engineer-in-charge of O.F. cable construction works after examining the technical and planning details of the works to be executed.
6.3 If due to any reason partial work order is to be issued then the same shall be issued with the approval of an officer not below the rank of Deputy General Manager.
6.4 The Divisional Engineer shall mention the time limit to execute the work order after seeing the quantum of work and store availability position.
6.5 The BSNL reserves the right to cancel or modify the scope of work stipulated to be carried out against the work order in the event of change of plan necessitated on account of technical reasons or in the opinion of work order issuing authority or the head of SSA, the contractor is not executing the work at the required pace.
6.6 If due to non-availability of store/funds or any instructions from BSNL/BBNL, Work order could not be issued, BSNL/BBNL will not pay any compensation of any type to contractor.
6.7 Work order will be released only after expenditure sanction and approval of budget by BBNL.
6.8 The agreement of the work will be done initially for one year. If for any reason work is not completed, BSNL has the right to extend the agreement for another one year or till completion of work. Accordingly contractor has to renew the Bank Guarantee as per the requirement of the agreement.
7. EXTENSION OF THE TIME LIMIT:
7.1 General
7.1.1 In each work order, the work order issuing authority shall specify the time allowed for completion of work consistent with the magnitude and urgency of work. The time allowed for carrying out the work is to be strictly observed by the contractor and shall be reckoned from seventh day from the date of issue of work order.
7.1.2 In as much as “the time being deemed to be the essence of contract”, throughout the stipulated period of contract, the work is to be proceeded with all due diligence on the part of the contractor.
7.2 Application for Extension of the Time and Sanction of Extension of Time (EOT) :
7.2.1 There may be some hindrances, other than covered under force majeure, while execution of work and in such cases the contractor shall apply in writing in the prescribed form (Part-A) to the engineer-in-charge for extension of time (EOT), on account of which he desires such extension within three days of occurrence of hindrance(If the material is not supplied in time by BSNL to the contractor after the award of work the BSNL will have right to extend the execution time period of the work with the approval of the competent authority without LD and similarily
Page 24 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
the work delayed due to permissions from state Govt. & other agencies etc. agreed by the BSNL not below the rank of JAG). The Engineer-in-charge shall forward the request to the competent authority (an officer of the rank of JAG level in-charge of O.F. cable construction work) with his detailed report and photocopy of the hindrance register, in the prescribed Form (Part-B) within three days of receipt of request form the contractor. The competent authority is empowered to grant extension of time for completion of work on certain conditions. He shall exercise such powers, if the following conditions are satisfied.
7.2.1.1 The application contains the ground(s), which hindered the contractor in execution of work.
7.2.1.2 The Engineer-in-charge is of the opinion that the grounds shown for extension of time are reasonable.
7.2.2 The competent authority shall consider the request keeping all the facts and circumstances in view and shall grant extension of time, if in his opinion, there are reasonable and sufficient grounds for granting such extension and the reasons for delay are not ascribable to the contractor.
7.2.3 The competent authority may also grant extension of time for completion of work in cases where reasons for delay are ascribable to the contractor, but such extension of time shall be with LD charges as per clause dealing with penalty for delays in execution of works. The extension of time with LD charges shall be issued under the signature of JAG level Telecom Officer competent to grant the extension of time.
7.2.4 The competent authority shall grant EOT with time period for completion of work expressly mentioned. The sanction of the competent Authority of EOT shall be issued under the signature of the Engineer in-charge.
7.2.5 If the competent authority is of the opinion that the grounds shown by the contractors are not reasonable and sufficient and declines to grant the extension of time, the contractor cannot challenge the soundness of the opinion by reference to arbitration. The decision of the competent authority on period of extension of time or refusal for extension of time shall be final and binding on the contractor.
7.3 Grant of Extension of Time without Applications :
7.3.1 There are, at times, practical difficulties like non-availability of materials, delay in providing permission/right of way etc. reasons of which are ascribable to the BSNL. In such cases, the Engineer-in-charge with the approval of competent authority to sanction EOT may be issued extension of time suo moto without waiting for contractor to make an application for EOT. Entry of hindrances shall be made in the Hindrance Register. The BSNL will, however, not be liable to the contractor for any losses or damages, costs, charges, or expenses that the contractor may in any way sustain/ suffer due to delay in making the above available.
8. MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING :
8.1 Measurement :
8.1.1 The measurement books are to be maintained by the officer in-charge of the work or his immediate engineering subordinate not below the rank of Junior Telecom Officer. The entry shall be made in ink. No entry shall be erased. If a mistake is made, it should be corrected by crossing out the incorrect words or figures and inserting the corrections, the corrections thus made shall be initialed & dated by the officer concerned. Page 25 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
8.1.2 Responsibility of taking and recoding measurements: The measurement of various items of work shall be taken and recorded in the measurement book issued with each work order. The measurement shall be taken and recorded by an officer not below the rank of Junior Telecom Officer/Sub Divisional Engineer, directly responsible for supervision of work, shall be responsible for accuracy of 100 % of measurements. The sub Divisional Engineer where Junior Telecom Officer is supervision officer shall be responsible for conduction test check of 50 % of measurements. The Divisional Engineer shall be responsible for conduction test check of 10 % of measurements.
8.1.3 Method of recording of nomenclature of items : Complete nomenclature of items, as given in the agreement need not be reproduced in the measurement book for recording the measurements but corresponding Item Code as provided, shall be used.
8.1.4 Method of measurements: The measurements of the work shall be done for activity- wise as and when the item of work is ready for measurement. The methods of measurement of various items are enumerated as under:
Measurement of depth of trenches
The cable routes of one work order shall be divided into a number of segments each of maximum 200 meters length bounded by identifiable landmarks at both the ends of the segments. If landmarks are not available, length of segment may be maintained at 200 meters. The measurement of depth shall be recorded at each point of measurement (POM) in the measurement book in meters in the multiples of 5 cms. For example 97 cms will be recorded as 95 cms And 103 cms as 105 cms. The points of measurements shall be at a distance of 10 meters starting from 0 (Zero) Meter. For example, if the length of segment is 75 meters, the POMs shall be at 0 M, 10 M, 20 M, 30 M, 40 M, 50 m, 60 M, 70 M. The last POM shall be at 75 th to be recorded against Residual POM. The minimum depth shall be recorded for each 10 M segment separately.
The efforts required to excavate trenches is not proportionate especially with reference to depth. Therefore, normally the workers tend to dig shallow trenches. As standard depth of the trench is important for future life and protection of cables, this tendency has to be discouraged, In order to encourage the contractor to achieve best possible depth in the face of site constraints, the following scale of payment shall be applied for digging trenches of lesser depths, subject to condition that relaxation has been granted by the competent authority for lesser depths.
Depth between Reduction in rate < 165 Cms. To 150 Cms. 5 % < 150 Cms to 130 Cms. 12.5 % of approved rates. < 130 Cms to 100 Cms. 25 % of approved rates Below 100 Cms. 40 % of approved rates
The payment for sub – normal depth will as per equation given below:
P= (100 – ROR) X RA X D 100 ND
Page 26 of 94 Signature of Bidder with Seal
Tender for NOFN Project in ______2014-15
P = Payment for 1 meter ROR = Reduction in rate in % as applicable as per tables given above RA = Approved rate of trenching per meter D = Actual depth achieved in Cms.
ND = Normal depth of trench 165 Cms. for which tender has been floated
Measurement of Length and profiles of strata and protection
The measurements of length of trenches are on running meter basis, irrespective of type of soil encountered while digging.
The type protection provided (item code-wise) in a segment shall be recorded in the measurement book in the sheet provided for this purpose.
Measurement of length of cable: The length of cables laid in trenches, through pipes and through ducts shall be measured by use RODO Meter/ Measuring Tape. The length should be cross verified with the marking of lengths on the cables. The lengths shall be recorded in sheet provided in the measurement book.
Measurement of other items: - The measurement/ numerical details of other items shall be recorded in the sheets provided for respective items viz.