O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION Ph:Fax:.e-mail:eeeknr10gmail.

ELECTRICAL WING

TENDER DOCUMENT

Name of Work: Providing Annual Comprehensive Maintenance of Electro mechanical services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)

NIT No. of EE(E):…103/ED-BSNL/KNR/2015-16.

This tender document contains...... 105 [One hundred and five pages only).

Date and time of Tender opening: .10.02.2016.. at 15.30Hrs

Estimated Cost Rs. 82,36,920 E-Tender Processing Fee: Rs.4716/- Cost of Bid Document: Rs.1050/- EMD: Rs.1,64,738/-

Signature of the Tender issuing Officer

Designation (For and behalf of BSNL)

Contractor SDE(E)/EE(E)

1

Name of Providing Annual Comprehensive Maintenance of Electro mechanical Work: services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)

INDEX

SL. NO. CONTENTS PAGE NO

1 Index 2 Notice Inviting e-Tenders (Form BSNL EW – 6 amended as 2. 3-9 per this NIT) 3. Eligibility Checklist for bidders 10-11 4. Information for bidders ( e-Tender) 12-13 5. Instructions for bidders ( e-Tender) 13-15 6. Tender Submission format(for e-tender) 16-18 7. Tender form BSNL EW8 (Page 7&8) 19-20 8. General Rules And Directions 21-25 9. Conditions of contract 26-30 10. Proforma of Schedules 31-32 11. Schedule of Quantities 33-36 12. Special Conditions of Contract 37-50 13. Technical Specifications 51-90 12. List of approved makes 91-92 13. Model form of BG for submitting EMD(Annexure I) 93 14. Model form of BG for Performance Security 94-95 Guarantee(Annexure II) 15. Format of Non relative Certificate(Annexure III) 96 16. Undertaking regarding EPF Provisions(Annexure IV) 97 17. Undertaking regarding ESI Provisions(Annexure V) 98 18. Undertaking to abide by EW6 and EW8(Annexure VI) 99 20. Compliance Statement(Annexure VIII) 100 21. Details of BTS sites 101-105 22. BSNL EW8(http://www.electrical.bsnl.co.in/BSNL-EW-8.pdf)

JTO(EP) EE(E)

Contractor SDE(E)/EE(E)

2

O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION Kannur Ph:Fax:.e-mail:eeeknr10gmail.

ELECTRICAL WING Electrical Division: Kannur NOTICE INVITING e-TENDERS (EW-6)

(Form BSNL- EW 6 amended as per this NIT) The Executive Engineer (E), BSNL Electrical Division,Kannur on behalf of Bharat Sanchar Nigam Limited invites Item Rate e-Tenders from eligible Firms / Contractors (to be evaluated as per the eligibility criteria specified hereunder) for the following work :-

1 NIT No. 103/ED-BSNL/KNR/2015-16 dtd15.01.-2016

2 Name of Work& Location Providing Annual Comprehensive Maintenance of Electro mechanical services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)

3 Estimated Cost put to tender Rs. 8236920/-

4 Earnest Money Rs.1,64,738/-

5 Cost of Bid Document Rs1050/-

6 Period of completion Twenty four monthsfrom the 10th day after the date of written order to commence the work.

7 Last date & Time of on line submission of Eligibility documents & Bid Up to 15.00 Hrs. on.06.02.2016.... documents

8 Last date & Time for submission of EMD and cost of bid document in original Up to 15.00 Hrs. on..10.02.2016. in sealed envelope in Division office.

Contractor SDE(E)/EE(E)

3

9 Time & date of opening of sealed envelope containing EMD and cost of Bid document of intending bidders in At 15.30Hrs On .10.02.2016.... Division office.

10 Time & Date of Opening of the Bid- At 16.00Hrs On ...10.02.2016. ON LINE ONLY

13. ELIGIBILITY CRITERIA The Contractors satisfying the following conditions:-

i) Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender. AND ii) BSNL Enlisted contractor of class II ( E ) and above OR iii) Experience of having successfully completed similar works in Central Government /State Government /Central Autonomous Body/Central Public sector Undertaking during last 7 years ending last day of month previous to the one in which applications are invited ,should be either of the following :

 Three similar successfully completed works costing not less than the amount equal toRs.16,47,384/- OR  Two similar successfully completed works costing not less than the amountequal to Rs. 24,71,076/- OR  Onesimilar successfully completed work costing not less than the amount equal toRs32,94,768/- Notes: 1. Copy of Credentials as applicable for proof of eligibility prescribed shall be produced by the firm.

2. The firm must have valid Service Tax registration certificate, EPF Registration Certificate & ESI Registration certificate , Sales Tax /VAT registration Certificate and PAN card. 3. The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date. 4. Cost of Bid Document ‐Demand draft amounting Rs1050/= (inclusive of sale tax) drawn in favour of "Accounts Officer(cash) , BSNL ,Kannur SSA" 5. E-Tender Processing Fee – Rs. 4716/-(inclusive of service tax) shall be paid online through website www.tenderwizard.com/BSNL. 6. EMD ‐amounting to Rs.1,64,738/-in the prescribed form. Earnest Money should be in the form of demand draft/FDR/ BG (As per format at Annexure- I) / CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of , drawn in favour of “Accounts Officer (Cash),BSNL ,Kannur SSA"must accompany each tender. Contractor SDE(E)/EE(E)

4

The Validity period of EMD is 120 days, from the date of opening of tender. 7. The intending bidder must read the terms and conditions of BSNL EW 6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required. 8. The Bid documents consisting of the detailed plans, complete specifications, the schedule of quantities of the various classes of works to be done and the set of conditions of contract to be complied with and other necessary documents, can be seen and downloaded from website www.tenderwizard.com/BSNL at free of cost from 16.01.2016 @17.00 hrs onwards and upto 15.00 hrs. on 06.02.2016……………..

9. The Bid can only be submitted after uploading the following scanned documents (all documents shall be self attested)

a. Documentary proof of satisfying eligibility conditions as per para-1 above. b. Copy of PAN card, copy of valid service tax registration, CA certificate for turnover (if applicable), copy of EPF Registration certificate & ESI Registration Certificate and copy of Sales Tax /VAT registration Certificate. c. Demand draft of cost of tender documents and e-tender processing fees. d. EMD in prescribed form as per para 1 above.

10. The contractor shall submit the DD for cost of Bid documents and EMD in the prescribed form, in a sealed envelope with mention of Name of work, date & time of opening of bids along with the name and address of the bidder in a sealed bid box in the office of Executive Engineer (Electrical), BSNL Electrical Division, Kannur up to 3.00PM on 10.02.2016. and shall be opened on 10.02.2016 Day at 3.30 PM in presence of AO, SDE [E]/JTO(Plg) and contractors present. 11. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose Earnest Money Deposit and Cost of Bid Document placed in the envelope are found in order. 12. After submission of the bid online the contractor can re‐submit revised bid any number of times but before last time and date of submission of bid as notified. 13. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re‐enter rate of all the items) but before last time and date of submission of bid as notified. 14. The bid submitted shall become invalid and cost of bid & e-tender processing fees shall not be refunded if: (i)The bidder is found ineligible. (ii) The bidder does not upload all the documents as per above. (iii) Any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically in the office of tender opening authority.

15. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf as well as in the Division Office.

Contractor SDE(E)/EE(E)

5

16. For e‐Tendering of this tender BSNL has engaged e‐portal maintained by M/S ITI, New Delhi. The agency intending to participate in tendering process shall have to register with M/s ITI, New Delhi.

17. The intending bidders must have valid Class-III digital signature to submit the bid.

18. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets. 19. The bidding process will be accepted only through e-Tendering platform. As tenders are invited through e-Tendering process, physical copy of the tender document would not be available for sale. Contractor can upload documents in the form of JPG format, PDF format and any other format as permissible by the e- tendering portal. 20. Certificate of Financial Turnover(If applicable): At the time of submission of bid, contractor may upload Affidavit/ Certificate from Chartered Accountant mentioning Financial Turnover of last 3 years or for the period as specified in the bid document and further details if required may be asked from the contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet. 21. Contractor must ensure to quote rate of each item. If any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” {Zero}. 22. Conditional tenders or tender with conditional rebates shall be summarily rejected 23. Before e- tendering, the contractor shall inspect the site and fully acquaint himself about the condition with regard to accessibility of site and site nature and the extend of grounds, working condition, including stocking of materials, installation of T&P etc., and conditions affecting accommodation and movement of labour etc., required for the satisfactory execution of the contract. No claim whatsoever on such account shall be entertained by the BSNL in any circumstances. 24. Agreement shall be drawn with the successful Tenderer on prescribed Form No. BSNL EW‐6/8, which is available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW- 8.pdf. Tenderer shall quote his rates as per various terms and conditions of the said form. 25. The time allowed for carrying out the work will be as mentioned above in the table under EW 6.

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

27. Exemption from payment of earnest money and security deposit by any other unit/ department shall not hold good for BSNL. 28. The EMD of the successful tenderer will be returned to the contractor without interest only after submission of performance guarantee and commencement of work. The successful tenderer has to extend the validity of EMD as per BSNL requirements. 29. In case the eligibility credentials are found to be fake or falsified at any stage i.e. before award of work or during execution of the work or after completion of the work, the contractor will be debarred from tendering in BSNL for three years including any other action under the contract or existing law. Contractor SDE(E)/EE(E)

6

30. Performance Guarantee (PG): The contractor is required to furnish performance guarantee for an amount equal to 5% of the contract value in the form of bank guarantee / CDR/FDR/DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. This period can be further extended by the Engineer-in-charge up to a maximum period of 2 weeks on written request of Contractor. The validity period of the performance security in the form of performance bank guarantee shall be six months from the date of actual completion of work. 31. Security Deposit: In addition to the performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the tender value of the work. 32. The acceptance of tender will rest with the CE(E) BSNL Trivandrum who does not bind himself to accept the lowest tender or any other tender & reserves to himself the Authority to reject lowest or all the tenders received without assigning any reason. All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any condition including that of conditional rebates shall be summarily rejected. 33. Canvassing in connection with tender is strictly prohibited & the tenders submitted by the contractors who resort to canvassing will be liable for rejection. 34. The BSNL reserves itself the right of accepting the whole or any part of the tender & the tenderer shall be bound to perform the same at the rates quoted. 35. The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case of proprietorship firm, certificate will be given by the proprietor & for partnership firm certificate will be given by all the Directors of the company. 36. Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL. The near relatives for this purpose are defined as: a) Members of a Hindu Undivided family. b) They are husband and wife. c) The one is related to the other in the manner as father, mother, son(s) & son' 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) 37. The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative (s) is (are) posted. The unit is defined as SSA / Circle / Chief Engineer / Chief Archt./ Corporate office for non executive employees and all SSA in a circle including circle office/Chief Eng. / Chief Archt./ Corporate office for executive employees (including those called as Gazetted officers at present). The tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender / work, for proprietorship, partnership firms & limited company certificate shall be given by the authorized signatory of the firm. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/performance guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further Contractor SDE(E)/EE(E)

7

participation in the concerned unit. The format of the non relative certificate is given in Annexure III. 38. No employee in BSNL / Govt. of India is allowed to work as a contractor for a period of two years of his retirement from service without the prior permission. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission as aforesaid before submission of tender and engagement in the contractor‟s service. 39. The tender for the works shall not be witnessed by the contractor who himself/themselves has / have tendered or who may and has/have tender for the same work. Failure to observe this condition would render tenders of the contractors tendering as witnessing the tender is/are liable for summarily rejection. 40. It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the tender documents for all the component parts and after the work is awarded he will have to enter into a separate agreement with the officer concerned. 41. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening of the tenders. If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which is not acceptable to the BSNL shall, without prejudice to any other right of remedy be at liberty to forfeit 50% (fifty percent only) of the said earnest money absolutely. 42. Extension of validity: In case, where the letter of award of work cannot be placed within the validity period of the tender, the BSNL can request all tenderers to extend the validity of their respective tenders and the Earnest Money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30 days beyond the extended validity date of tender should also be asked for. While BSNL can make the request for extension, the tenderer is free to either extend the validity or refuse the request to extend the validity. 43. The contractor should read the tender documents carefully before submitting the tender. 44. This Notice Inviting Tender shall form part of the Contract document. The successful tenderer/Contractor on acceptance of his tender by the accepting authority shall within 15 days from the stipulated date of start of the work, formally sign the contract consisting of: a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the tender and as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto. b) Standard EW-8 form. 45. EPF PROVISIONS: The agency has to comply with the provision of EPF and miscellaneous provisions Act - 1952 and employees Provident Fund scheme-1952 as amended up to date in respect of laborers/employees engaged by them for this work. Any consequences arising due to non-complying of provisions as specified above shall be of the sole responsibility of the firm only. The agency shall give an undertaking to this effect as per the prescribed proforma (Annexure IV &V).

Contractor SDE(E)/EE(E)

8

46. The site for the work shall be made available in parts. 47. If any terms and conditions mentioned in this NIT document are in contravention to BSNL EW6/EW 8 General Conditions of Contract, the terms and conditions mentioned in this documentshall prevail. 48. Termination of contract on death of contractor : Without prejudice to any right or remedies under this contract, if the contractor dies, the Engineer in charge on behalf of the BSNL shall have the option of terminating the contract without compensation to the contractor 49. Indulging of contractor in criminal/ Antisocial activities and cases under investigation/charge sheeted by CBI or any other Government agencies etc : If the CBI/independent External Monitor (IEM) / income tax /Sales tax /Central Excise/Customs Department recommends such a course- Action will be taken as per directions of CBI or concerned department

FILE NO: 45(1) / EEE- BSNL/ KNR / 2016/48 DATED 15 -01-2016 Copy to : E-tender website. Official website, ITJ. Press, Contractors association, All EEE- BSNL , All SEE- BSNL Kerala, Cee BSNL Kerala, MES, Raiway, CPWD, IT, ST, Central Excise, EPF, ESI, NB, AGM(MM)- SSA Kannur, AGM(MM)- Circle-TVM,

Executive Engineer (E) For and on behalf of BSNL

Contractor SDE(E)/EE(E)

9

SECTION I ELIGIBILITY CHECK LIST FOR BIDDERS Name of Providing Annual Comprehensive Maintenance of Electro mechanical Work: services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract) NIT No. . 103/ED-BSNL/KNR/2015-16 ...... Notes for Submission of Documents:  The bidder shall have to down load the Tender Documentsandagainshall upload the documents with Digital Signaturebefore the prescribed date and time (Ref.EW 6)  The bidder shall submit the Original documents of DD towards cost of Bid documents and EMD in the prescribed form, in a sealed envelope mentioning Name of work , date & time of opening of bids along with the name and address of the bidder in the Tender box in the office of Executive Engineer (Electrical), BSNL Electrical Division, Trivandrumbefore the prescribed dateand time (Ref.EW 6)  Online bid documents submitted by intending bidders shall be opened only in respect of those bidders, whose Earnest Money Deposit and Cost of Bid Document placed in the envelope are found in order. SL. SUBMITTED/ N DESCRIPTION UPLOADED O YES/NO 1] The Firms who fulfil the following requirements shall be eligible to bid and proof shall be submitted. Please refer EW 6. i. Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender. and ii. BSNL enlisted contractors in Electrical category of Class II(E) and above. or iii. Experience of having successfully completed AMC/ comprehensive maintenance works in BSNL comprising of EA sets/ Air conditioning services as part of scope of work during last 7 years ending last day of month previous to the one in which applications are invited, should be either of the following:

 Three successfully completed works costing not less than the amount equal to Rs.16,47,384/- OR  Two successfully completed works costing not less than the amount equal to Rs.24,71,076/- OR

Contractor SDE(E)/EE(E)

10

 One successfully completed works costing not less than the amount equal to Rs. 32,94,768/- Note:- Copy of Credentials as applicable for proof of eligibility prescribed shall be produced by the firm.

The intending bidder has to fill all the details such as Banker's name, 2. Demand Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque /Bank Guarantee number, amount and date

a) E-Tender Processing Fee – Rs4716/-(inclusive of service tax) shall be paid to M/s ITI Limited through their e-gateway by

credit/debit card, internet banking or RTGS/NEFT facility through website www. tenderwizard.com/BSNL

b) Cost of Bid Document: Demand draft amounting to Rs.1050/- (inclusive of Sale Tax) drawnin favour of "Accounts Officer (Cash),BSNL ,SSAKannur payable atKannur(Demand Draft only) c) EMD ‐amounting Rs.1,64,738/-in the prescribed form. EarnestMoney should be in the form of demand draft/FDR/ BG (As per format at Annexure-I)/ CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn in favour of "Accounts Officer(Cash), BSNL,SSA,Kannur” must accompany each tender. The Validity period of EMD is 120 days, from the date of opening of tender. 3. Self attested Copy of PAN card. 4. Self attested Copy of valid service tax registration Certificate

5 Self attested Copy of CA certificate for turnover(as applicable). Self attested Copy of valid Sales Tax/VAT registration 6. Certificate 7. Self attested copy of EPF Registration certificate 8. Self attested copy of ESI Registration certificate The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case of proprietorship firm, 9. limited company, partnership firm certificate will be given by authorised signatory of the company(Annexure III) Duly filled and signed undertaking regarding EPF Provisions 10. (Annexure IV) Duly filled and signed undertaking regarding ESI Provisions 11. (Annexure V) Duly filled and signed Undertaking and to abide by EW6 and EW 8 12. (Annexure VI). 13. Compliance Statement (Annexure VII)

Contractor SDE(E)/EE(E)

11

seal of the firm Signature of the Bidder

SECTION II INFORMATION FOR BIDDERS ( e-TENDER)

1. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s ITI Ltd. The agency intending to participate in tendering process shall have to register with https://www.Tender wizard. com/ BSNL 2. Those Contractors not registered on the website mentioned above, are required to get registered beforehand. The intending bidder can get registered with ITI Ltd. by making online payment of required amount with registration particulars. For details kindly visit website https://www.tenderwizard.com/BSNL or contact Executive Engineer. 3. The intending bidder must have valid class-III digital signature to submit the bid.

4. The intending bidder should read carefully and understand the tender document, procedure for e- tendering etc. completely before participating in the e-tender procedure. Participation in the e-tendering, presumes that the bidder (s) has/have read all the conditions, Special Conditions of the contract, Schedule of quantity etc. and agree/abide by them. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required. 5. The bid document consisting of BSNL EW 6, Specifications, Schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be compiled with and other necessary documents can be seen and downloaded from www.tenderwizard.com/BSNL or www.kerala.bsnl.co.in free of cost.

6. The bid can only be submitted after uploading the mandatory scanned documents such as demand draft/FDR/BG/CDR towards cost of bid document and EMD and e-Tender Processing Fee payable to M/s ITI Limited (To be paid online).

7. Information and instructions for bidders posted on website shall form part of bid document. 8. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

9. Contractor can upload documents in the form of JPG format and PDF format.

10. Certificate of Financial Turnover: At the time of submission of bid, contractor may upload Affidavit/ Certificate from Charted Accountant mentioning Financial Turnover of last 3 years or for the period as specified in the bid document and Contractor SDE(E)/EE(E)

12

further details if required may be asked from the contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet. 11. Contractor must ensure to quote rate of each item. If any cell is left blank the same shall be treated as “0” (ZERO). 12. The intending bidder should see all the conditions of contract uploaded in the website including Corrigendum if any, till the last date of submission of bid. 13. BSNL reserves the right to reject any prospective application without assigning any reason and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the laid down criterion.

14. List of Documents to be scanned and uploaded within the period of bid submission:- As per checklist above.

INSTRUCTIONS FOR BIDDERS ( e-TENDER)

GENERAL

Submission of Tender through online process is mandatory for this e-Tender. E- Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. For conducting electronic tendering, BSNL Electrical Zone has decided to use the portal https://www.tenderwizard.com through M/s ITI, a Government of India Undertaking. It supports all activities of tendering based on proactive work flow concept. Fine details of tendering like vendors registration, tender announcement and corrigendum, tender form processing, opening, negotiation and tender awarding are supported in a real time interactive environment. For participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the e-Tender.

I. TENDER BIDDING METHODOLOGY:

Electronically Sealed Bid System –“Single Stage - Two Envelopes Electronic bid system”. In this case of two electronically sealed envelopes bid system, the Eligibility document [Cover I] & Price Bid [ Cover II] shall be submitted by the bidder at the same time.

II. BROAD OUTLINE OF ACTIVITIES FROM BIDDERS PROSPECTIVE:

a) Procure a Digital Signing Certificate (DSC) b) Register on Tender Wizard site of M/s ITI (e-Tender) c) Create Users and assign roles on e-Tender d) View Notice Inviting Tender (NIT) on e-Tender Contractor SDE(E)/EE(E)

13

e) Download Official Copy of Tender Documents from e-Tender f) Clarification to Tender Documents on e-Tender g) Query to BSNL (Optional) h) View response to queries posted by BSNL, as addenda. i) Bid-Submission on e-Tender j) Attend Public Online Tender Opening Event (TOE) on e-Tender Opening of Eligibility documents & Technical Part (as applicable) k) View/Post-TOE Clarification posted by BSNL on e-Tender (Optional)- Respond to BSNL‟s Post-TOE queries l) Attend Public Online Tender Opening Event (TOE) on e-Tender Opening of Price bid

III. DIGITAL CERTIFICATES:

For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 3, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

IV. REGISTRATION:

To use the Electronic portal (https://www.tenderwizard.com), vendor needs to register on the portal (if not registered earlier). Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e- tendering activities. In e- TENDER terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal(https://www.tenderwizard.com), and click on the “Supplier Organization” link under “Registration” (on the Home Page), and follow further instructions as given on the site.

V. BID RELATED INFORMATION FOR THIS TENDER (SEALED BID)

The entire bid-submission would be online on e-TENDER. Broad outline of submissions are as follows:

 Submission of Cost of bid document, Earnest Money Deposit (EMD) and Processing Fee. (Envelope-I)  Submission of digitally signed copy of Tender Documents/ Addendum/addenda. (Envelope-II)

VI. OFFLINE SUBMISSIONS:

The contractor shall submit the DD for cost of Bid documents and EMD in the prescribed form, in a sealed envelope with mention of Name of work, date & time of opening of bids in the tender box available in the office ofExecutive Engineer (Electrical), BSNL Contractor SDE(E)/EE(E)

14

ElectricalDivision,Kannurbefore the prescribed date & time as notified and shall be opened in presence of AO, SDE [E]/JTO (Plg) and contractors present (Ref EW6).

VII. PUBLIC ONLINE TENDER OPENING EVENT (TOE): E-Tender offers a unique facility for “Public Online Tender Opening Event (TOE)”. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) duly authorized are requested to carry a Laptop and Wireless Connectivity to Internet.

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

1) Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on M/s ITI E-tender Site. 2) Register your organization on M/s ITI e-tender site well in advance of your first tender submission deadline on M/s ITI e-tender Site. 3) Get your organization‟s concerned executives trained on M/s ITI e-tender Site well in advance of your first tender submission deadline on M/s ITI e-tender Site 4) Submit your tender well in advance of tender submission deadline on M/s ITI e- tender site as there could be last minute problems due to internet timeout, breakdown, etc. NOTE: While the first three instructions mentioned above are especially relevant to first-time users of M/s ITI e-tender Site, the fourth instruction is relevant at all times.

Vendors are requested to contact ITI Officers for any information regarding e-tendering / training. Contact Details of M/s ITI Ltd officers is as given below:

For any further query regarding tender uploading/downloading pl. contact Help Desk of M/s ITI Limited. Tel.No. 011 49424365; or Sri. Muneerf M/s ITI Limited, Kozhikode (Mobile number. 09605407783)

Contractor SDE(E)/EE(E)

15

TENDER SUBMISSION FORMAT (For e-Tender ) IMPORTANT NOTE: Before submitting on line tender document, contractor must verify the check list properly for submission of required documents & uploading of their scanned copies as per instructions. To, The Executive Engineer (E), BSNL Electrical Division, Kannur

Subject: Submission of e-Tender for the work Providing Annual Comprehensive Maintenance of Electro mechanical services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)

As per tender publication advertised by your office and display of Notice Inviting Tender in web site www.kerala. bsnl.co.inand www.tenderwizard.com/BSNL , We are hereby submitting the following documents duly self attested.

ENVELOPE – I 1 Tender due on

2 Tender Cost.

a Demand Draft No.

b Date c Amount (Rs1050/- )

d Name of Bank and Branch

e In favour of Accounts Officer(cash) , BSNL ,Kannur SSApayable at Kannur 3 Earnest Money Deposit

a DD / FDR / CDR /BG No.

b Date

c Amount (Rs.1,64,738/-)

d Name of Bank and Branch

Contractor SDE(E)/EE(E)

16

e In favour of Accounts Officer(cash) , BSNL ,Kannur SSApayable atKannur 4 Details of firm / Company

a Name of firm / Company Name of Proprietor/Partner/ b Managing Director c Address d PIN Code e Telephone Number f E-mail address (mandatory) g Address of branch/Head Office Name

5 Chartered Accountant Certificate Date. 6 Service Tax Registration number and date 7 EPF Registration number 8 ESI Registration number 9 PAN umber 10 Bank details of agency for RTGS/Online payment a Bank account number b Bank name and branch c IFSC Code 11 Eligibility credentials as mentioned section I as applicable to be enclosed 12 Non Relative certificate [Annex-III] 13 Undertaking for EPF, NIT Annexure- IV) 14 Undertaking for ESI, NIT Annexure- V) 15 Undertaking to abide by EW6 and EW 8 (NIT Annexure- VI). 16 Compliance statement in [Annex-VII]

Seal of the firm Signature of the Bidder

Contractor SDE(E)/EE(E)

17

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

Date of Date of Amount of Department and P.O. / Sl.No Name of Work start Completion work Agreement No. Done

1.

2.

3.

11. ANNUAL TURN OVER (To be issued by Chartered Accountant on his letter head indicating following)

Sl. No Year Annual turn over

1 2012-2013 Rs.

2 2013- 2014 Rs.

3 2014- 2015 Rs.

I,……………………………………………………..Proprietor/ duly authorized representative of M/s ……………………………………………..hereby certify that the information given above is true to the best of my knowledge and belief. I have been duly authorized to sign and certify the documents. I understand that any wrong information/suppression of facts will disqualify us from being considered for the tender participation. Yours sincerely

Place Signature of contractor/firm

Date (Name in block letter Contractor SDE(E)/EE(E)

18

Seal of firm

ELECTRICAL WING

Zone: BSNL Kerala Electrical Zone,Trivandrum Circle :BSNL Electrical Circle,Kozkikode Division:BSNL Electrical Division,Kannur

Tender for the work of :- Providing Annual Comprehensive Maintenance of Electro mechanical services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)

Name of Contractor/firm:…………………………………………………………………………. T E N D E R 1. I / We have read and examined the notice inviting tender, schedule, specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rates and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. 2. I / We hereby tender for the execution of the work specified for BSNL within the time specified, as per the schedule of quantities and in accordance in all respects with the specifications, designs, drawingsand instructions and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. 3. I / We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. 4. A sum of Rs.1,64,738/is hereby forwarded in the form of Deposit at call receipt / FDR / Bank guarantee of a Nationalized / Scheduled Bank as earnest money. If I / We, fail to commence the work specified I/We agree that the said BSNL shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely and the same may at the option of the competent authority on behalf of BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise. 5. Should this tender be accepted, I/We agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered uptomaximum of percentage mentioned in clause 12.3 of the tender form and those in excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2. 6. I / we agree to furnish to BSNL Deposit at call receipt / FDR / Bank guarantee of a Nationalized / Scheduled Bank for an amount equal to 5% of the contract value in a standard format within two weeks from the date of issue of letter of Acceptance. I / We Contractor SDE(E)/EE(E)

19

agree to keep the Performance Bank Guarantee validity as per relevant clause of Notice Inviting Tenders. 7. I / We hereby declare that I/We shall treat the tender documents drawings and other records Connected with the work as secret / confidential documents and shall not communicate information / derived there from to any person other than to whom I / We am / are authorised to communicate the same or use the information in any manner prejudicial to the safety or interest of BSNL.

Signature of Witness Signature of contractor (Required in case thumb impression is (Seal of Contractor) given by the contractor in place of signature ) (Name & Postal address)

Occupation of Witness Date:

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of BSNL for a sum of Rs. (Rupees………………………………………………………………………………………………… …………………………………………………………………………………………………………… ………………………………………………………………………………………….) The letters referred to below shall form part of this contract Agreement.

a)

b)

c)

For & on behalf of BSNL

Signature

Dated

Designation

Contractor SDE(E)/EE(E)

20

GENERAL RULES AND DIRECTIONS

1. All works proposed for execution by contractor will be notified in a form of invitation to tender displayed on Notice Board in select BSNL offices and signed by the officer inviting tender or by publication in News papers/internet (designated web page) as the case may be.

2. This form will state the work to be carried out, as well as the date of submitting and opening tenders and the time allowed for carrying out the work; also the amount of earnest money to be deposited with the tender, and the amount of Performance Guarantee to be deposited by the successful tenderer(s) and the amount of Security Deposit to be deducted from the bills. Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the Officer inviting tender shall also be open for inspection by the contractor at the office of Officer inviting tender during office hours.

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

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

5. Any person who submits a tender shall fill up on line at what rate he is willing to undertake each item of the work. Tenders, who propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates will be summarily rejected. However, tenders with unconditional rebate will be acceptable. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the works to which they refer written on the envelopes. The rates(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

6. The Officer inviting tender or his duly authorized assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a Comparative Statement in a suitable form. In the event of a tender being accepted a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other

Contractor SDE(E)/EE(E)

21

documents mentioned in Rule-1.In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same without any interest.

7. The officer inviting tenders shall have the right of rejecting all or any of the tenders, and, will not be bound to accept the lowest or any other tender.

8. The memorandum of work tendered for and the schedule of materials to be supplied by BSNL shall be filled and completed in the office of the Officer inviting tender before the tender form is issued. 9. The tenderer shall sign a declaration under the officials Secret Act, 1923 for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them. 10. All rates shall be quoted in the tender form only. 11. Procedure for dealing with ambiguities in rates:That if on check there are differences between the rates given by the contractor in words and in figures or in amount worked out by him, the following procedure shall be followed:- In e-tendering the intending bidder can quote his rates in figures only. The rates in words, amount of each item and total is generated automatically. Therefore the rate quoted by the bidder in figures is to be taken as correct. 12. Performance Guarantee: The contractor is required to furnish performance guarantee for an amount equal to 5% of the contract value in the form of Bank Guarantee / CDR / FDR / DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of acceptance letter of tender by CE(E). The validity period of the performance security in the form of performance bank guarantee shall be one year from the date of actual completion of work. 13. Security Deposit: In addition to performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the Tendered value of the work

14. A. The bidder shall give the total price inclusive of all Central & state's levies and taxes i.e Sales tax, purchase tax, turnover tax, works contract tax etc. or any other taxes or duties, local area development tax on materials , labour etc. but excluding service tax. The evaluation and comparison of respective bids shall be done on the basis of Total Cost to BSNL on the prices of the goods offered inclusive of duties &taxes , packing, forwarding, freight and insurance charges as per existing BSNL policies but excluding Service taxes. Octroi / Entry Taxes are not to be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi/ entry tax will be paid extra, as per actuals wherever applicable on production of proof of payment/ relevant invoices/ documents.

Contractor SDE(E)/EE(E)

22

B.The total composite price shall comprise of unit price and all other components of price need to be individually indicated quoted against the goods/material/service, it proposes to supply under the contract in the following manner :- i. The Basic Unit Price (Ex-Factory Price) of the goods /services/ materials Excise Duty, Sales Tax, Freight, Forwarding, Packing, insurance and any other levies / charges already paid or payable by the contractor/ supplier shall be quoted separately. ii. The liability to pay all taxes, levies etc shall be of contractor and BSNL will not entertain any claim whatsoever in this respect. C. No concessional form except Sales Tax form 'C for the items as specified in the schedule of works and meant for use in BSNL, shall be provided by BSNL. Form ' C shall be provided by the BSNL only on the specific request of the contractor, subject to the condition of Central Sales Tax Act, 1956."

. The evaluation & comparison of responsive bids shall be done on the basis of NET COST to BSNL on the prices offered inclusive of duties & taxes (but excluding CENVAT-able duties & taxes), sales tax, packing, forwarding, freight & insurance charges etc., as indicated in the price schedule. . Vendors should furnish the correct E.D. / Customs tariff head in the price schedule. If the credit for the duties & taxes under CENVAT credit rules, 2004 is found to be not admissible at any stage subsequently owing to wrong furnishing of tariff head, then the vendors will be liable to refund such non-admissible amount, if already paid, along with penalty if charged by the concerned authority. . In case the duties & taxes which are non CENVAT-able as per the quotes indicated in the price schedule by the vendors and subsequently at any stage it is found that the for such duties & taxes is admissible as per CENVAT credit Rules-2004, then the vendors will be liable to refund the amount equivalent to such duties & taxes if already paid to them. However, BSNL may allow the supplier to submit necessary documents in this regard which may enable BSNL to avail the CENVAT credit provided such credit is still available for the amount so paid as per CENVAT Credit Rules-2004. . BSNL reserves the right to ask the bidders to submit documentary proof confirming the correct Tariff Head from the E.D. / Customs authority where the Tariff Head furnished against the particular tendered item by different bidder differs from each other or the same is found apparently not furnished in accordance with E.D./ Custom Tariff notifications. . If the supplier fails to furnish necessary supporting documents i.e Excise / Customs invoices etc. in respect of the duties / taxes which are CENVAT-able, the amount pertaining to such Duties / Taxes will be deducted from the payment due to the firm. . Invoice shall clearly indicate Break up details of composite price ie., Basic, E.D., Sales Tax, any other Duties & Taxes, Freight / Packing Charges, Service etc.

Contractor SDE(E)/EE(E)

23

15. A. However, pursuant to the constitution (forty-sixth amendment) act1982, if any further tax or levy is imposed by statute, after the last date of receipt of tenders, & the contractors thereupon necessarily & properly pays such taxes / levies, the contractor shall be reimbursed with the amount so paid, provided such payment, if any, is not in the opinion of SE(E) (whose decision shall be final & binding) be attributable to delay in execution of work within the control of contractor.

B. In case of statutory variation in regard to excise duty, only in respect of package AC units, EA set & Lifts within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase. Price adjustment provision on account of change in Excise Duty shall not apply in respect of equipment / components of equipment / materials, other than package AC units, EA set and lifts.

C. The contractor shall, keep necessary books of account & other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorised representative of BSNL & further shall furnish such other information/ document as engineer-in-charge may require.

16. The Contractor shall, within a period of 30 days of imposition of any further tax or levy in pursuant to the constitution of (forty sixth 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. 17. BSNL shall deduct work contract tax, income tax and other statutory deductions from payments due to the firm as per rules of the State / Central Government. The Accounts Officer of the concerned Division shall issue certificates for such deductions to the firm. 18. Other agencies will also simultaneously execute the works like horticulture, external, services, installation of telephone exchange equipment and other building works for the same project along with this work in particular. The contractor shall afford necessary facilities for the same. No claim in the matter shall be entertained. 19. 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 summary rejection. 20. Some restrictions may be imposed by the security staff etc. on the working & / or movement of labour, material etc. The contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be payable on this account. 21. The contractor shall comply with the provisions of the Apprentices Act 1961, & the rules & orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract & the Engineer-in-charge may in his discretion without Contractor SDE(E)/EE(E)

24

prejudice to any other right or remedy available in law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. 22. Agency has to observe all the labour rules & regulations in force. Agency shall be fully responsible for any violation observed at any time.

23. Bye laws indemnity against liabilities.  The contractor shall comply with all by laws & regulations of the local and statutory authorities having jurisdiction over the works and shall be responsible for payment of all fees and other charges and giving and receiving all necessary notices and keep the Engineer-in charge informed about the notices issued and receive.  The contractor shall indemnify the department against all claims in respect of patent rights design, trademark or name of other protected rights in respect of any plant, machine, work of materials used for or in connection with the works of temporary works and from and against all claims demands, proceedings costs charges and expenses whatsoever in respect of or in relation thereto. The contractor shall defend all actions arising from such claims and shall himself pay all royalties, License fees damages, costs and charges of all and every sort that may be legally incurred in respect hereof shall be borne by the contractor.  All liabilities/ penal recoveries on matters arising out of tax/excise/levies such as incorrect deductions discrepancies in the filing of returns, revised assessments by the concerned authorities etc., shall be borne by the contractor.

24. Rates quoted by the contractor shall be firm and shall be valid for the currency of contract. No cost escalation shall be permitted during the currency of contract.

25. No Engineer of Gazetted rank or Executive of BSNL employed in engineering or administrative duties in an engineering department of the government of India/BSNL is allowed to work as a contractor for a period of two years of his retirement from government service without the previous permission of Government of India / BSNL. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of government of India as foresaid, before submission of the tender or engagement in the contractor's service as the case may be.

26. Currency of contract: Rates quoted by the contractor shall be firm and shall be valid for the currency of contract. No cost escalation shall be permitted during the currency of contract.The bidder shall give the total composite price inclusive of all Central & state's levies and taxes i.e. Sales tax, purchase tax, turnover tax, works contract tax or any other taxes Contractor SDE(E)/EE(E)

25

or duties, local area development tax on materials labour etc but excluding the service tax. However the evaluation and comparison of respective bids shall be done on the basis of Net Cost to BSNL on the prices of the goods offered inclusive of duties & taxes (but excluding CENVAT-able duties & taxes) sales tax, packing, forwarding, freight and insurance charges as per existing BSNL policies. Octroi / Entry Taxes are not to be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi/ entry tax will be paid extra, as per actual wherever applicable on production of proof of payment/ relevant

CONDITIONS OF CONTRACT

1. Definitions The 'contract' means the documents forming tender &acceptance thereof &the formal agreement executed between the competent authority on behalf of BSNL &the contractor, together with the documents referred to therein including the conditions, specifications, designs, drawings &instructions issued from time to time by the Engineer-in-Charge & all these documents taken together, shall be deemed to form one contract &shall be complementary to one another.

2. In the contract the following expression shall, unless the context there otherwise requires have the meanings hereby respectively assigned to them:- i) The expression 'works' or 'work' shall unless there be something either in the subject or context repugnant to such construction, be construed & 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. ii) The' site' shall mean the land/Building /or other places on into or through which work is to be executed under the contract or any alternate land, building, path or street which may be allotted or used for the purpose of carrying out the contract. iii) The 'contractor' shall mean the individual or firm or company whether incorporated or not, undertaking the works & 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. iv) BSNL means Bharat Sanchar Nigam Ltd. having its corporate office at Bharat Sanchar Bhavan, Janpath, New Delhi-110001 & its successors. v) The' Engineer-in-charge' means the Engineer officer who shall supervise & be in- Charge of the work &who shall sign the contract on behalf of BSNL as mentioned in Schedule F hereunder. vi) Accepting Authority means the authority mentioned in Schedule 'F'. vii) Excepted Risk are risks due to riots (other than those on account of contractor's employees), 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 earth quake, lightning & unprecedented floods, & other causes over which the Contractor SDE(E)/EE(E)

26

contractor has no control & accepted as such by the accepting authority or causes solely due to use or occupation by BSNL of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to BSNL's faulty design of works. viii) Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the tender papers or the standard Schedule of Rates of the Government mentioned as per Schedule 'F' hereunder, with the amendments thereto issued up-to the date of receipt of the tender. ix) Tendered value means the value of the entire work as stipulated in the letter of award. x) Market rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost of materials and labour at the site where the work is to be executed plus the percentage mentioned in Schedule 'F' to cover, all overheads & profits. 3. Scope & Performance Where the context so requires, words imparting singular only also include the plural & vice versa. Any reference to masculine gender shall whenever required include feminine gender & vice versa.

4. The contractor shall be furnished, free of cost, one copy of the contract documents except standard specifications, Schedule of Rates and such other printed and published documents, together with all drawings as may be forming part of the tender papers. None of these documents shall be used for any purpose other than that of this contract. 5. Works to be carried out: The work to be carried out under the Contract shall, except as otherwise provided in these conditions, Include all labour, materials, tools, plants, equipment &transport which may be required in preparation of & for &in the full & entire execution & completion of the works. The descriptions given in the schedule of quantities shall, unless otherwise stated, be held to include wastage on materials, carriage & cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in &for the full and entire execution & completion of the work as aforesaid in accordance with good practice and recognized principles.

6. The contractor shall be deemed to have satisfied himself before tendering as to the correctness & sufficiency of his tender for the works & of rates & prices quoted in the Schedule of Quantities, which rates & prices shall, except as otherwise provided, cover all his obligations under the contract & all matters & things necessary for the proper completion & maintenance of the works. 7. Sufficiency of Tender The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawing & figured dimensions in preference to scale &special conditions in preference to General Conditions.

Contractor SDE(E)/EE(E)

27

7.1. Discrepancies & adjustments of Error: In the case of discrepancy between the schedule of quantities, the specifications &I or the drawings, the following order of preference shall be observed:- i. Description of Schedule of Quantities. ii. Particular Specification and Special condition, if any. iii. Drawings. iv. BSNL / C.P.W.D. Specifications. v. Indian Standard Specifications of B.I.S. 7.2. If there are varying or conflicting provisions made in anyone document forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of document & his decision shall be final and binding on the contractor. 7.3. Any error in description, quantity or rate in Schedule of Quantities or any omission there from shall not vitiate the Contract or release the contractor from the execution of the whole or any part of the works comprised therein according to drawings &specifications or from any of his obligations under the contract. 8. For rate contracts of Electrical Installation, Air Conditioning, Engine Alternator, Sub Station and Fire Detection works, in case it is decided to split the work/quantities of item of works amongst the first two/ three lowest firms, the proportion of work distribution shall be as follows.

Number of Bidders in whom the order is proposed to be Distribution of quantity placed L 1 shall be given 70% 2 (two) L2 shall be given 30%

In case the tenderer other than lowest tenderer does not agree to match the rates of L1 then 100% works shall be awarded to the lowest tenderer.

Based on the Master Agreement between BSNL & contractor individual LOI for works shall be issued by the competent authority. The individual agreement so executed containing all the terms and conditions of master agreement shall be treated as an independent agreement and any action, if required, to be taken shall be taken as per this individual contract.

In case of NIT for individual work there will be no split up of work and the entire quantity will be awarded to the lowest tenderer, if the firm has quoted as per terms and conditions of the NIT.

Contractor SDE(E)/EE(E)

28

9. Signing of Contract The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of work, sign the contract consisting of the notice inviting tender, all documents including drawings, if any, forming the tender as issued at the time of invitation of tender & acceptance thereof together with any correspondence leading thereto.

10. The agreement to be signed on non-judicial stamp paper and the cost to be decided as per the prevailing local bye-laws or Zonal head of the circle . 1. COMPUTERISED MEASUREMENT BOOKS (CMB'S) AND BILLS TO BE SUBMITTED BY THE CONTRACTOR a) Application and format of the computerised MB.

(1) A bound volume of computerised measurements to be furnished by the contractor, duly machine numbered for the pages, and with an MB number given by the Division Office. The pages of these Measurement Books shall be of A- 4 size. All these Measurement Books belonging to a Division shall be serially numbered, and a record of these Computerised Measurement Books shall be maintained in a separate RegisterinFormCPWA92. (2) The same format as in existing Measurement Books shall be used for the Computerised measurement Books. The measurements shall be carried forward from the previous recorded measurements as per the existing procedure. b) Mode Of Measurements

(1) The measurements shall be recorded and entered in computerised format in the first instance by the contractor, and a hard copy shall be submitted to the Department. All entries shall be made exactly as per the existing procedure. (2) These measurements shall then be 100% checked by JTO(E).If JTO(E) is not available, SDE(E) shall perform 100% check of the measurements. The contractor shall incorporate all such changes or corrections, as may be done during these checks, to his draft computerised measurements, and submit to the department the corrected computerized measurements in the form of a book, duly hardbound in red colour on the lines of the conventional Measurement Books now in use, and with its pages machine numbered. (3) SDE(E)and the Executive Engineer (E)shall test check these computerised measurements as per the existing instructions. This book shall be treated as a Computerised Measurement Book. (4) JTO(E),SDE(E)and EE(E)shall record the necessary certificates for their checks and test checks as per the existing procedure in this Computerised Measurement Book. (5) The Computerised MeasurementBookshall be allotted a serial Contractor SDE(E)/EE(E)

29

numberas perthe Registerof Computerised Measurement Books.

c) Cutting or over-writing in the computerised MB not allowed

(1)TheComputerizedMeasurementBookgivenbythecontractor,dulybound, withitspagesmachine numbered, shall have no cutting or over-writing. (2) It is the responsibility of JTO(E) or SDE(E) as the case may be to ensure that the checks and test checks done by them in the initial draft measurements are correctly incorporated in the Computerized Measurement Book before they record their certificates. (3) In case of any error, the Computerised Measurement Book shall be cancelled, and the contractor shall re- submit afresh Computerized Measurement Book. This should be done before the corresponding computerised bill is submitted to the Division for payment. (4)ThecontractorshallsubmitasmanycopiesofComputerisedMeasurementBooksasm aybe required, and as are specified in the NIT/contract, for the purpose of reference and record in the various offices of the department. d) Computerised Bill to be submitted by the contractor (1) Thecontractorshallsubmithisrunningandfinalbillsinacomputerisedforminthesam eformat as the existing conventional bills, with all the pages machine numbered, and hard bound, and with all the entries made as per the existing procedure. (2) The contractor shall submit as many copies of the computerized bills as may be required for the purpose of reference and record in the various offices of the department. (3) Thebillshallbecarriedforwardfromthepreviousrunningaccountbillaspertheexis ting procedure. (4) These computerised bills shall be processed by the various offices for payment, as per the existing procedure.

Contractor SDE(E)/EE(E)

30

PROFORMA OF SCHEDULES

SCHEDULE “A” -Schedule of quantities enclosed

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

Sl Description Quantity Rates in Figures & words at Place of Issue no of Item which the materials will be charged from the 1 2 3 4 Contractor 5 NIL NIL NA

SCHEDULE "C" - Tools and Plants to be hired to the contractor-NIL SCHEDULE "D" - Special Conditions of contract(Enclosed) SCHEDULE "E" - Schedule of materials,Labouretc for price escalation-NIL SCHEDULE "F" - Reference to General Conditions of Contract

GENERAL RULES AND DIRECTIONS

Officers inviting tender: E E (E), BSNL Electrical Division, Kannur

Definitions See below 2(v) Engineer-in charge : Executive Engineer (E) ,Kannur 2(vi) Accepting Authority :Chief Engineer (E),Trivandrum 2(x) Percentage on cost of materials and labour to cover all overheads and profit: 10%

Standard Contract form:BSNL EW Form 8 Clause 1 Time allowed for submission of : 15 days performance guarantee from the date of issue of letter of acceptance in days. Clause 2 Authority for fixing compensation under Clause 2 : EE (E) / SE (E)

Contractor SDE(E)/EE(E)

31

Clause 5

i) No.of days after the date of issue of letter : 10 days of award for reckoning date of start ii) Time allowed for execution of work : As per NIT.

iii) Authority to give fair and reasonable extension of time for completion of work : EE(E) / SE(E) in charge

Clause 10CC : Clause 10CC not applicable for this contract

Clause 11

Specifications to be followed for : Specifications appended with Schedule execution of work of work

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

12.2 (iii) Plus/ minus the % over the rate entered in the schedule of rates. Not applicable

Clause 25 : Deleted SCHEDULE “D”(Relevant terms and conditions of standard BSNL Contract documents EW- 8 Shall be modified to the extent in schedule – “D”)

Contractor SDE(E)/EE(E)

32

SCHEDULE OF QUANTITIES

Name of Work: Providing Annual Comprehensive Maintenance of Electro mechanical services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)

Sl. No Description of Items Qty Rate Unit Amount PART - A 1 Providing comprehensive maintenance of the following Electro- Mechanical services as per the special conditions of contract ( Annexure -A, Scope of work and Specifications (Annexure-B) & Inventory ( Annexure- C) for the GSM BTS sites under Electrical Sub Division I & II Kannur.

a) Engine Alternator sets

Capacity a) 10 KVA to 15 KVA 92 Nos. Each

b) Above 15 KVA to 30 KVA 1 Nos. Each

b) AC units & Free cooling Units

i] 1.5 TR S/T AC UNITS 102 Nos. Each

ii]1.5 TR W/T AC UNITS 12 Nos. Each

iii) 2x 1.5 TR HSHF AC Units 10 Nos. Each

iv] Free cooling units 19 jobs Job

c) EI & Fans

(i) Electrical Installations in GSM BTS Sites ( Indoor sites) 91 job Job

(ii)Electrical Installations in GSM BTS Sites ( Outdoor sites) 41 jobs Job

d) Fire detection

(i) Fire detection system in GSM BTS Sites 91 job Job Contractor SDE(E)/EE(E)

33

e) Providing monthly filter cleaning and quarterly water servicing of split A/C units under warranty period of original supplier by deploying the required specialized man power etc for up keeping of A/C units in general working condition as reqd 10 Nos. Each

( Note: Rates above are for each unit per month basis) Total for part A per month Rs Total for part A for 24 Months Rs

PART B

1 Supplying and Fixing of following capacity fully charged starting batteries of EA sets i/c connection with existing copper cables etc complete as required as per attached specifications. (Rate shall be quoted after deducting the cost of old batteries) a] 12 V ,88AH 6 Nos. Each

b] 12 V ,130AH 20 Nos. Each

NOTE

Batteries whose life has exceeded 3 years only are included in the above item

2 Replacing the AMF controller burnt in lightning by new one along with all standard accessories except communication port having operating voltage of 12 V, suitable for automatic operation of EA sets, including providing new wiring , making connections, testing , commissioning etc as required. (Make :Deep sea/Bernini/Siemens/ABB). 3 Jobs Job Note :controllers damaged due to ligthning etc. where other equipments are also affected

Contractor SDE(E)/EE(E)

34

3 Carrying out oil servicing of following capacity EA set i/c draining the existing lub oil and supplying and filling of superior quality and grade lub oil (15 W 40) replacing of fuel filters, lub oil filters etc complete as per the maintenance schedule, terms and conditions and specification attached a) 10 KVA to 15 KVA 368 job job

b) Above 15 KVA to 30 KVA 4 job job The servicing of the EA sets has to be done at specified intervals as per direction of Engineer in charge through OEMs/ Authorized dealers of the EA sets only)

4 Rewinding the burnt alternator statorwinding of the following capacity EA set using fine quality copper conductor/insulating materials and other accessories i/c providing warrantee for one year as per the terms and conditions and specifications attached. (Rate shall be quoted after deducting scrap value of old winding)

a) 10 KVA - 15 KVA 4 Job Job

b) Above 15 KVA to 30 KVA 1 Job Job NOTE;Re-winding of the alternators whose life is expired/ those damaged due to lightning only are included in the scope of the item

5 Replacement of faulty compressors of following capacity with new one of approved make and model to match with the existing system i/c pressure testing, gas charging, etc complete as required.(on buy back basis)

a) 1.5 TR Capacity 8 Nos. Each NOTE:Replacement of the only compressors whose life has expired is included in the scope of this item

Contractor SDE(E)/EE(E)

35

6 Arranging of E/A set of following capacity on daily rental basis as per the directions of the Engineer-in-charge in case of major breakdown from the local area i/c bringing the set to site, connection, setting the parameters to the required level for smooth operation of exchange equipment i/c paying the hire charges,etc complete as per the terms and conditions of the agreement as required.

a) 15 KVA 120 days day

b) 30 KVA 10 days day NOTE: The period of time allowed for rectification of the fault as per the terms and conditions only is included in the above item and the hired DG Set shall be retained till the exchange DG set is fully operational and the cost for the same beyond the time allowed has to be borne by the contractor /agency. Measurement for part shall be on pro rata basis. TOTAL FOR PART B

Note:- The rate quoted shall be inclusive of all taxes and duties but excluding Service Tax Service Tax Registration details………………………………… The rates offered by the firm shall be exclusive of service tax. Service Taxas applicable will be reimbursed/remitted by BSNL as per the prevailing rules. 3. The agency shall ensure that the minimum wages applicable as per existing rules are paid and ESI, EPF provisions are fully complied with in respect of the maintenance staff engaged by them and necessary documentary proof shall be produced along with the bills. 4. The Evaluation and comparison of responsive bids shall be done on the basis of NET COST to BSNL on the prices offered inclusive of all duties & taxes, packing, forwarding, freight & insurance charges etc as indicated in the price schedule, but excluding CENVAT- able duties & taxes.

CONTRACTOR EXECUTIVE ENGINEER

Contractor SDE(E)/EE(E)

36

ANNEXURE-A

SPECIAL CONDITIONS OF CONTRACT

1.0 SCOPE OF MAINTENANCE

1.1 Operation and Maintenance of the Technical/Administrative/Residential buildings as applicable in this contract means that all Electro- Mechanical Services included in the schedule of work are kept in operation in a clean and healthy working condition. Wherever annualmaintenance schedule is prescribed, the same shall be carried out, and breakdowns are attended promptly. 1.2 Specific details of O&M activities with regard to each service are spelt out under section pertaining to that service. In case of minor addition to the O&M, the same shall be done by the firm without any cost adjustment. 1.3 Watch and ward of the installation under O&M at the site shall be the responsibility of the contractor during contract period. 1.4 Any defect, shortcoming brought to the notice of BSNL within the first 15 days of taking over O&M by the vendor and confirmed by BSNL shall be the responsibility of BSNL. However, installation is to be taken over for O&M immediately after award of work.

1.5 After the contract period is over the installation has to be duly handed over to BSNL in proper working condition. The contractor shall be responsible for any discrepancies in the status of installation which were available at the beginning of work and also any modification carried out during the currency of the contract.

1.6 The contractor shall not sublet the work or part thereof; however, services of specialized agencies for specific work can be obtained. 1.7 The contractor has to make necessary arrangements in consultation with the E-in-C for displaying the maintenance schedule performed and to be performed for each of the services in all the buildings included in the scope of work.

2.0 METHODOLOGY AND STAFF 2.1 It is mandatory that contractor will provide minimum qualified staff at the site who will be able to perform prescribed Operation/ AMC functions. Since the firm will be doing the maintenance and/or operation of critical services like Sub-station, EI, EA, AC, FD, Firefighting, Pumps, Compound lighting, standby power etc. responsible and trained persons should be placed round the clock at site who could take immediate steps under emergency situation.

Contractor SDE(E)/EE(E)

37

2.2 For optimum and efficient utilization one person can be responsible for number of services. Also O&M staff has to be available round the clock round the year including all holidays.

2.3 However, staff strength may vary during day and night shift. Scheme for staff employed shall be got approved from the Engineer-in-charge.

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

2.5 The agency has to supply details of all the workers ( Name, educational qualification and address ) engaged by him and get it approved by the Sub- Divisional Engineer.

2.6 Firm should also supply three passport size photographs of staff for issue of identity cards along with particulars of the workers.

2.7 The staff engaged by the firm shall bear Identity card on duty &Navy blue color dress with crest of the firm & at the back of the shirt printed „ENERGY‟ in white / yellow color.

2.8 The workers engaged by firm shall maintain proper discipline and good behavior with occupants. The firm shall remove such workers from the site whose behavior is found improper. Executive Engineers decision in this regard shall be final.

2.9 The sitting arrangement, including furniture, for the staff engaged by the agency, water, telephone (incoming calls) and electricity shall be made available by BSNL free of cost.

2.10 Firm should have round the clock contact telephone number (Mobile and land line). In case of emergency, contractor or authorized engineer/ supervisor shall be made available at site on short notice from Engineer in charge and make all efforts to bring the situation to normal at the earliest.

2.11 Shut down for maintenance shall be taken with prior approval of the department.

2.12 The agency will display on a board in sub-station room important telephone numbers and the duty chart of the workers engaged by him.

2.13 Any damage or loss to the installation/building during the maintenance period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and be replaced / rectified without any extra cost.

2.14 The agency will provide the workers with necessary tools & plant, testing & safety equipment.

Contractor SDE(E)/EE(E)

38

2.15 Any accident or damage during maintenance / operation will be the responsibility of the agency. BSNL will not entertain any claim, compensation, penalty etc. on this account or on account of non observation of any other requirement of law relevant to his nature of work

2.16 The contractor shall at all times indemnify BSNL against all claims for compensation under the provisions of any law in force or in respect of any claim made by any person employed by the contractor in carrying out the contract. Further, such staff shall have no right to claim employment from BSNL.

2.17 Agency has to observe all the labour rules & regulations including EPF, ESI etc., in force and cover the employees with accident insurance and BSNL will not entertain any claim on this account during the contract period and afterwards.

2.18 Agency has to observe all the service tax rules as applicable in the state of Kerala.

2.19 The Contractor has to keep all the Electro-Mechanical equipments and site neat andcleanto avoid any accidents or fire hazards.

2.20 The operation will aim for optimum energy consumption with minimum downtime of the equipment / network.

2.21 The operation cost shall also include contribution towards ESI, EPF etc. in addition to minimum wages approved by the statutory authorities. The contractor participating in the bidding process must possess valid EPF, ESI, Service Tax registration etc.

2.22 The details such as EPF, ESI, Qualification, Identity and address proof of operative staff shall be furnished before commencement of contract.

2.23 Handing / taking over between the contractors shall be carried out within 15 days after the closure of contract to the entire satisfaction of the Engineer In-charge, failing which works shall be carried out at risk and cost by the department and the decision of the Engineer In-charge shall be final and binding on the contractors. The activities shall be completed by engineer in charge within 03 months. 3.0 QUALIFICATIONS OF O&M STAFF

3.1 Persons deployed at site & In-charge of Maintenance should possess certificates of competency issued / recognized by the State Govt. for carrying out required tasks. 3.2 For all services, Electrical workman permit/workman‟s competency certificate/Electrical workman‟s license (Certificate of competency class II) OR any other equivalent certificate with at-least two years experience is compulsory. 3.3 If Air- conditioning is also included, at least one person should have the following Qualifications.

Contractor SDE(E)/EE(E)

39

a) Pass in 2 years certificate course in Air conditioning and Refrigeration approved by state or central Government with one year experience in the field. b) OR two years apprenticeship in a reputed firm or organization of Air conditioning and refrigeration engineers. c) OR five year experience in air-conditioning./refrigeration in skilled capacity . 3.4 If Engine –Alternator work is also included, at least one person should have the following Qualifications. / Motor Mechanic Vehicle approved by state or central Government with 3.5 Pass in certificate course in Diesel Mechanic one year experience in the field. 4.0 TOOLS AND PLANTS

4.1 All T&P required for carrying out various tasks pertaining to operation and maintenance have to be arranged by the agency at his own cost. The following minimum T&P are required to be kept at site/by agency.

S.No Description of item Qty. S.No Description of item Qty.

1 Crimping tool suitable for 6 1 no. 13. Hand gloves, Hammer,. 1 set Sqmm. to 300 sqmm. Cable

2 Ring and box spanner 1Set 14. Multimeter (VAR). 1000 V each AC, 250V DC, 1 Mega 1 No. ohm

3 Pipe wrench 1 set. 15. Milli Ohm Meter. 1 No.

4 Emergency light 2 no. 16 Hammer 1 No

.

5 Torch, Test lamp and Line 1no. 17 Soldering gun 1 No. Tester each

6 Tong Tester for measuring 1 No. 18 Hygrometer 1 No. current and voltage.

7 Fuse puller, Cutting pliers and 1no.eac 19 Blower 1 No. Nose pliers h

8 Frequency Meter 1 No. 20 Combination pliers 1 No.

9 Industrial Boots 1 pair 21 Set of screw drivers 1 No. per/wor

ker.

Contractor SDE(E)/EE(E)

40

10 Meggar for insulation 1 no. 22 Adjustable spanner 1 No. resistance. (500 / 5000 V )

11 Earth tester for earth 1 no. 23 Set of Allen keys 1 No. resistance

12 Required size ladder 1 no. 24. Drilling Machine 1 No.

4.2 SPECIAL REQUIREMENT OF EACH OF THE SERVICES

(A) EI & Fans and Fire detection

1) Ladder

(B) Substation work

1) 2500/5000V Meggar

2) 11/22 KV Rubber hand gloves &earthing rod

(C) Engine Alternator work

1) Torque Wrench.

(D) Package A/C system

1. Halide leak detector

2. Sling Psychrometer

3. Anemometer 4. Gas charging equipment

5. Empty cylinder with cap & valve

6. Vacuum cleaner

7. Vacuum Pump (1/4HP) – Two stage rotary pump

8. Vacuum gauge

9. Oxy Acetylene torch & welding set 10. Swaging tools

11. Flaring tool, Tube bender

Contractor SDE(E)/EE(E)

41

12. Combing tool

13. Digital temperature sensor

14. Pressure gauge

15. Gas charging manifolds with discharge & suction gauge

4.3 The above list is not exhaustive and any other requirements for smooth O&M of installation shall be contractor‟s responsibility and he shall not claim anything extra on this account.

5.0 MATERIALS

5.1 Replacement of defective/damaged material shall be on type by type / approved make basis.

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

5.3 The contractor shall maintain the following minimum inventories at site in addition to items/spares mentioned under specifications.

S.No Description of item Qty. S.No Description of item Qty.

1 Al. Lugs for 6 Sqmm Cable 4 15 125A-SFU open execution type 1 no. nos.

2 Al lugs for 16 Sqmm. Cable 4 16 Tube holder for fl. Fitting 20 no. nos.

3 Al. Lugs for 25 Sqmm Cable 4 17 Piano type switch 5Amp. 5 no. nos.

4 Al. Lugs for 35 Sqmm Cable 4 18 Piano type switch 15 Amp. 5 no. nos.

5 6 A SP MCB 5 19 Socket 5Amp. 3 no. nos.

Contractor SDE(E)/EE(E)

42

6 16 A SP MCB 5 20 Socket 15 Amp. 3 no. nos.

7 32 A SP MCB 5 no. 21 Copper choke (40 W)for fl. 5 nos. Fitting

8 20 A DP MCB 5 no. 22 Starter 5 no.

9 40 A DP MCB 5 no. 23 HRC fuse for indication Lamp & voltmeter

10 HRC fuse – 63 A 6 nos 24 Ind. Lamp suitable for 240V AC 10 no.

11 HRC fuse – 125 A 3 nos 25 Selector switch for Amp. Meter 5 no.

12 HRC fuse for indication 10 26 Selector switch for Volt. Meter 5 no. Lamp & voltmeter no.

13 63A- SFU open execution 1 no. 27 R-22 Gas refrigerant 5 kg.* type

14 HRC fuse for indication 10 28 63A- SFU open execution type Lamp &voltmeter no.

Any other material required for proper maintenance of the Electro mechanical services as decided by Engineer-in-charge in consultation with the vendor shall also be kept as spare. In case the vendor is having more than one O&M contract at the same station the items marked * can be kept at one exchange.

6.0 DAMAGES TO BSNL INSTALLATION 6.1 Any damage to the installations/building during the O&M period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and shall be replaced /rectified by him without any extra cost to BSNL.

7.0 TERMINATION OF CONTRACT

7.1 Right is reserved by BSNL for terminating the contract by giving one week notice in case of serious default. This includes major break down of the electromechanical installations or accident due to negligence on the part of firm, failure to attend breakdown, disobedience and abandoning the site etc. In such a case full performance guarantee shall be forfeited by BSNL. The decision of Superintending Engineer in this regard shall be final and binding. 7.2 Right is reserved by BSNL for closure of the contract at any time by giving two months notice for reasons not attributed to the firm. The decision of Executive

Contractor SDE(E)/EE(E)

43

Engineer shall be final and binding on the contractor for closure of contract and for which BSNL shall not entertain any claim. 7.3 BSNL reserves the right to carry out any work at risk and cost of the agency, if the agency fails to perform any duty within the time frame as mentioned in the agreement without further notice.

8.0 COMPENSATION FOR DEFICIENCY IN SERVICE 8.1 In case of absence of worker from the duty recovery shall be made at the rate of minimum wages for skilled labour applicable to the area for all the period of absence (Staff employed of less than the prescribed qualifications shall be treated as absent). The decision of Executive Engineer in this regard shall be final and binding.

8.2 The firm shall maintain shift attendance register which can be inspected at any time by the SDE/JTO. The workman shall not leave the duty point till his reliever has reported for duty.

8.3 In case normal power supply is not restored within a maximum period of four hours due to any fault other than power failure from Supply Company, compensation at Rs. 500/- per hour shall be recovered from agency. This excludes major fault in Supply company HT / LTside for which a maximum period of 24 hours is allowed. The decision of Executive Engineer in this regard shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total AMC cost of that particular service for the contract period.

8.4 The individual Split/Window units shall not be out of service beyond three days. In case of failure to repair the unit within three days firm shall pay compensation @ Rs.100/- per day per Split/Window unit for delay beyond three days period. The decision of Executive Engineer in this regard shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total AMC cost of that particular AC unit for the contract period.

8.5 Failure to maintain prescribed inside conditions in air conditioned area (Switch /Room, Exploitation Room, Transmission Room) shall result in levy of compensation at Rs. 1000/- per hour. Persistent failure shall result in action as per (clause) of termination of contract.

8.6 In case of Engine Alternator After intimating the fault, the rectification shall be done within the time mentioned below.

(a) T he mechanic/ electrician should attend the site within 8 hours and minor faults may be cleared then and there. (b) A ll faults except (c) , (d) and (e) below shall be cleared within 12 hours.

Contractor SDE(E)/EE(E)

44

(c) F or alternator rewinding and re-conditioning of engines when the engine seizes shall not take more than 15 days (d) I n case of starting motor failure possible alternate arrangement shall be made to start the engine alternator within 24 hours. (e) A MF Controller faults shall be attended within 5 days All the EA set faults should be rectified within the time mentioned above. If the agency does not rectify the faults within the stipulated time a penalty of Rs 500/- day or part thereof will be levied for three days and Rs. 1000 / day will be levied after 3 days till the fault is rectified. However, the decision of the Engineer-in-Charge shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total AMC cost of that particular EA set for the contract period.warranty

8.7 Failure of firefighting system during fire will invite levy of compensation. Unsatisfactory working of system during monthly drills shall also invite penalty @ Rs.1000 per day it has remained out of service.

NOTE

Notwithstanding the above compensation clause described above, the department shall take steps for repair etc. of faulty equipment at risk & cost of firm without further notice if the service rendered by the firm is found to be unsatisfactory and because of this the normal functioning of the Telephone Exchange and connected installations are affected.

9.0 PERIOD OF CONTRACT 9.1 The contract is for a period of Two years (24 Months).

9.2 The contract period can be extended by BSNL for a further maximum period of three months on the same terms and conditions on sole discretion of BSNL and further three months with mutual consent at the same terms and conditions.

10.0 RATES AND TAXES

10.1 The rates quoted must be full and final.

10.2 All taxes, levies, duties, insurance, octroi , contributions towards EPF & ESI schemes and transportation etc. in respect of this contract are payable by the contractor and BSNL will not entertain any claim in respect of the same.Service tax shall be payable as applicable.

10.3 BSNL shall deduct statutory taxes and duties like income tax, works contract tax/VAT/ , etc. from payments due to the firm as per rules of the State/Central Contractor SDE(E)/EE(E)

45

Govt. The Accounts Officer of the concerned SSA shall issue certificates for such deductions to the firm. 11.0 SECURITY

11.1 Performance guarantee – the contractor is required to furnish the Performance guarantee for an amount equal to 5% of the contract value in the form of Bank guarantee( of a Nationalized/ Scheduled bank in a standard format) CDR/FDR/DD within two weeks from the date of issue of award letter. The validity period of the Performance Guarantee shall be for a period of 30 months.

11.2 Security Deposit- In addition to the performance guarantee stated above, a sum @ 10% of the gross amount of the bill should be deducted from each running bill of the contractor 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.

12.0 DETAILS TO BE SUPPLIED BY THE CONTRACTOR BEFORE STARTING THE WORK.

12.1 Details of Organization:

1. Name of the Agency (With Office

Address)

2. Name of the Proprietor

3. Telephone No. (s) of the firm

4. Name & Address of the supervisor

5. 24 Hours contact Telephone No.

6. Particulars of the License / Registration…..

12.2 Details of staff to be deputed to site:

Sl.no. Name & Address Qualification Designation & Responsibilities

Contractor SDE(E)/EE(E)

46

1.

2.

3

4

13.0 LABOUR RULES & REGULATIONS.

The agency shall ensure that the minimum wages applicable as per the existing rules are paid and ESI, EPF provisions are fully complied with in respect of the maintenance staff engaged by them and necessary documentary proof shall be producedandtheemployees shall be coveredwithaccidentinsurance.

14.0 TAXES & DUTIES

i). The agencies are requested to offer the bid strictly as per the conditions and specifications of NIT.

ii). The rates for all items of work shall include cost of all materials, labour i/c packing and forwarding charges and other inputs involved in the execution of the item as specified in the scope of work. All taxes / duties, entry tax, work contract tax, cess etc. as applicable shall be included in the offer given above except service tax.

iii). The lowest bidder shall be decided on the TOTAL COST offered inclusive of all taxes and duties (excluding service taxes).No sales tax concessional forms like Form C will be issued by BSNL.

iv). Work Contract Tax (If applicable): The rates offered by the firm shall be inclusive of the Works Contract tax/ VAT, addl. taxes, surcharge etc. as applicable in the state. The department shall deduct WCT/VAT from payments due to the firms and as per the rules of the State Government. Certificate for such deduction shall be issued to the firm by the Accounts Officer of the concerned SSA.

v). Service Tax (As applicable): The rates offered by the firm shall be exclusive of service tax as applicable. Service Tax will be reimbursed/remitted by BSNL as Contractor SDE(E)/EE(E)

47

per the prevailing rules.

vi). CESS: The rate offered by the firm shall be inclusive of the levy of the CESS under building and other construction workers welfare fund as applicable (presently 1 %) in the state. The department will deduct Cess from payments due to the firms and as per the rules of the State Government.

NOTE i). 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 taxes or levies, the contractor(s) shall be reimbursed the amount also paid provided such payment if any is not in the opinion of SE (E) (whose decision shall be final and binding) attributable to delay in execution of work within the control of the contractor(s). ii). 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 Government and shall furnish such other information/documents as the Engineer -in-charge may require. iii). The contractor(s) shall within a period of 30 days of imposition of any further tax or levy 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. Note:- No additional condition whatsoever will be accepted for turnover tax/sales tax on works contract. In case of additional conditions for the payment of such claims by the contractor the tender may be liable to be summarily rejected by the accepting authority.

15.0 TERMINATION OF CONTRACT :

i).Right is reserved by BSNL for terminating the contract due to serious default. This includes major breakdown or accident or loss due to negligence on the part of the firm, failure to attend breakdown, disobedience and abandoning the site causing damages to BSNL installation, causing interruption to BSNL Communication services etc. In such a case, full Performance Guarantee shall be forfeited by BSNL and recovery of damage done. The decision of the Superintending Engineer in this regard shall be final and binding. ii).Right is reserved by BSNL for closure of the contract at any time by Contractor SDE(E)/EE(E)

48

giving one month‟s notice for reasons not attributed to the firm, for which BSNL shall not entertain any claim.

16.0 INCREASE/ DECREASE OF TENDERED QUANTITY :

i).BSNL will have the right to add or delete Items during the contract period. Newly installed units (such as AC units, EA sets, FCU etc) after warrantee period will automatically be included in the maintenance contract, without any change in the unit price or other terms and conditions at the time of award of contract.

17.0 TERMS OF PAYMENTS:

i). Payment shall be made on Quarterly basis (calendar months) by cheque/NEFT/RTGS only. ii). The contractor shall submit his bill along with the certificates and computerised measurements (CMB) by 5th of every Quarter. This will be verified by JTO(E)/SDE(E) and the certificate will have to be countersigned by JTO(E) & SDE(E). The procedure for preparing the computerisedMB (CMB) is mentioned vide Item 7.

iii). The bill shall be submitted showing separately the service tax component applicable.

iv). The contractor shall submit the bills in triplicate giving the details of work carried out ie monthly/ quarterly services done (C/S by JTO {E}.One copy will retained in O/o SDE (E) and two copies will be submitted to D.O one copy for pay voucher and second copy will be part of maintenance file of DO for each Sub Division

v). After every service/ break down maintenance of the AC unit, the agency should submit a certificate from the Officer-in-charge of the TE/ BTS site. The bill for payment can be prepared based on this certificate. However this shall be verified by JTO (E) & SDE (E) on subsequent days.

19.0 COMPLAINT REGISTER

1. A complaint register as per Annexure-II shall be kept up to date by the firm and the same shall be available for checking and verification. Contractor SDE(E)/EE(E)

49

2. The complaint register shall be maintained in each Sub Division and entry shall be made in this register as and when the complaint is reported from the end users. If JTO is not available in the office, other officials whoever available in the office should record the complaint in the register. It shall be the responsibility of the firm to verify the details of complaint & take corrective action.

20.0 CONDITIONS TO BE FOLLOWED ON SUCCESSFUL COMPLETION OF CONTRACT

The EA sets, AC units and other accessories shall be handed over in satisfactory working condition on completion of the comprehensive maintenance period, failing which, the necessary rectification works shall be carried out by BSNL and suitable recovery on this account as deemed fit will be made on the final bill. The copy of the Handing over notes shall be attached along with the Final bill.

Handing over notes shall be made even in change of Contract/Agreement.

CONTRACTOR EXECUTIVE ENGINEER (E)

Contractor SDE(E)/EE(E)

50

Annexure B

SCOPE OF WORK AND SPECIFICATIONS

(a) EI & FANS

PART- I SCOPE OF MAINTENANCE:

1. Ensuring that all EI installations are always kept in clean, healthy working condition.

2. Attending day to day routine complaints in a prompt and satisfactory manner.

3. Ensuring that no breakdown in power supply takes place and in case it happens, to take all required steps including contacting Supply Co. for earliest restoration.

4. Maintaining the installation i.e. fans, fittings and other components of the installation in clean condition including proper sign writing.

5. Ensuring that there is no wastage of electrical energy. Details of steps to be taken in this regard to be worked out in consultation with the maintenance-in-charge.

6. Carrying out minor additions and alterations ordered by Engineer-in- charge.(Materials like fans & fittings required shall be supplied by the Department). 7. Carrying out various maintenance routines and tests as stated in Part-III. 8. Maintaining registers for complaints and test results.

PART –II TASKS TO BE PERFORMED WITHIN FIRST 15 DAYS: Following items shall be carried out within 15 days of award of work.

1. Establish an enquiry office and organize a system with the approval of Engineer-in- charge so that complaints can be received and attended properly. 2. Measurement of the resistance of Earth stations of EI system and checking the continuity of earth conductor. Results to be recorded. 3. Preparing an inventory of all materials to be kept at site for prompt maintenance in consultation with Engineer-in-charge. Materials for all the services are to be considered for preparation of inventory. 4. Inspection of Main Board, Raising Main & SDB‟s for a) Any loose/improper connection(no strand cutting for making connection to be allowed).

b) Improper rating of switches/fuse/MCBs Contractor SDE(E)/EE(E)

51

c) Cleanliness. d) Any abnormal heating of components, joints, terminals. e) Inspection of Rising mains and check following. i) Capacity and load

ii) Cleaning of Rising main & Tap off box.

iii) Condition of switches, fuses, tap-off boxes, cable joints etc,.

5. General inspection of EI system to identify shortcoming. Also any other relevant aspect which may come in the way of proper maintenance shall be recorded in a register and also brought to the notice of Engineer-in-charge. 6. Insulation test. 7. Ensure that the SPD systems are always clean and in healthy working condition. Check for functioning of SPDs (Class B & C) and in case of fault the same shall be recorded and action shall be taken for replacement of faulty one (which shall be supplied by BSNL) in consultation with E-in-Charge. The scope of work includes installation arrangement in cases of replacement of SPD including extension of earth with adequate size of copper cabling to equipotential point etc. as required.

PART -III MAINTENANCE/OPERATION SCHEDULE

1.Testing of earthing system for earth : Immediately on take over and resistance continuity thereafter every six months. 2. Inspection of MDB, Raising main & SDB : Immediately on take over and every month thereafter 3. Insulation test of MDB , SDB & Rising Mains : Immediately on take over and hereafter every six months 4. Cleaning of fans, fittings etc. : On regular basis so that Installation is always kept clean and neat leaning with detergent solution once in every year.(In the month of March). 5. Inspection and cleaning of switch boards : Ensure that all connections are tight i/c earth and also ensure that the switch plates are properly fixed – every six months 6. Broken/incomplete louvers of fittings/ : To be attended immediately. Exhaust fan, switch, etc 7. Painting of cable trays, SDB, MB & rising main etc. : Once in a year.

Contractor SDE(E)/EE(E)

52

PART -IV MATERIALS

1. All the materials required for carrying out maintenance shall be arranged by the contractor at his own cost. Materials like fan and fittings, except for the following required for minor additions and alterations shall be supplied by the department, however, contractor shall carry out the installation at no extra cost.

2. Consumables like fluorescent tubes / MV Lamps / SV Lamps will be issued from store. If not available in store, the same shall be arranged by contractor and payment shall be made as an extra item. 3. All the faulty / worn out existing equipment shall be replaced by energy efficient items. b ) ENGINE ALTERNATOR SETS

PART – I SCOPE OF MAINTENANCE:

1. The contractor shall keep all the EA sets and control panel including associated electrical connection and accessories in clean and healthy working condition.

2. The contractor shall carry out maintenance tasks as mentioned in the maintenance schedule and maintain the register and service report. The same shall be made available for inspection as and when required.

3. Comprehensive periodical maintenance and breakdown repairs as per maintenance schedule for EA set attached, supplying and replacement of defective components of engine, alternator and control panel including battery charging alternator/ dynamo, starting motor, lubricating oil, filters, gaskets, turbocharger, radiator, AVMs, couplings, alternator bearings, Rectifier assembly, Resistors, capacitors, AVR, repairs to alternator, fuel injection pump, nozzles, checking of all components in the control panel and replacing of defective components, safety controls, meters, battery, battery charger, MCCB, ACB, SDF, contactors, AMF logic controller, control panel accessories such as meters, protection and annunciation systems, indication lamps, fuses, cable joints, electrical inter connection , etc., Item which are not covered within scope of this work are specifically mentioned under part IV – Materials (3).

4. Alternator to control panel UG cable shall be supplied from store if replacement is required. However charges for laying cable termination and transportation charges from store will not be paid.

Contractor SDE(E)/EE(E)

53

5. Proper workings of the fuel pump of EA sets may be ensured for maximum fuel efficiency.

6. The EA Sets and accessories shall be thoroughly checked for proper working of the safety features provided in order to avoid accidents and fire hazards.

7. Make, capacity and quantity of EA sets are included in the schedule of work and inventory. Firm shall also under take maintenance of additional sets in the same station if included at a later date during the currency of the agreement, at the same agreement rates.

8. The faults if any reported shall be carried out immediately and within 24hrs of the occurrences of fault.

9. Painting of the Frame of the canopy, foundation, base frame or any other parts if required shall be done as per the directions of E-in-C or his subordinates during the maintenance period.

10 In case of major failure of EA set, it shall be the responsibility of the agency to provide the trolley mounted EA set on rental basis as per the directions of the E-in- C or his subordinates, including giving necessary connections and running of the set. All these activities are to be completed within 24 hours of reporting the failure of EA set.

11. Servicing and breakdown maintenance has to be got done from authorized service centre/ dealer of the Engine manufacture / persons trained and authorized by manufacturer or their authorized agencies.

12. Measure earth resistance of all earthing stations half yearly and ensure that all equipment are properly earthed i.e., there are no loose joints. Watering of earth pits shall be Monthly (water by BSNL) such that the proper earth values are maintained. 13. If the agency fails to provide trolley EA set on rental basis within 24 hours of reporting the failure of EA set, BSNL will take necessary steps to arrange trolley EA set and loss on this account shall be recovered from the bills of the agency without further notice. The decision of the Engineer-in- charge will be final in this regard.

14. The replacement of AMF controler included is purely for replacement of faulty units damaged due to lightning where other telecom equipments are also damaged. A certificate to this effect shall be obtained from the SDE {E} or SDE BSS in charge of the unit

Contractor SDE(E)/EE(E)

54

PART – II TASKS TO BE PERFORMED WITHIN 15 DAYS:

Inspect all the EA Set installation for proper Electrical connection & Installation and shortcoming to be recorded and brought to the notice of the Engineer-in-Charge and the following verification and tests to be conducted.

1. TEST SHEET FOR ENGINE ALTERNATOR-PHYSICAL VERIFICATION

Item Remarks (a) Verify level of bed (b) check firmness of mounting

(c) Check for verticality d)Verify tightness of bolts and nuts and other fittings. (e) Check whether room hot air exhaust pipe (f) Check whether exhaust pipe is properly lead out and (g)Thermal insulation provided for exhaust line is intact. (h) Check for the alignment of the Engine, Alternator and couplings. (h) Check safety devices as well as operating switches for proper functioning. (i) Check for the loads being supplied and capacity of E/A set and ensure that the load is matching with the capacity of the EA.

2. LOAD TEST

The Engine shall be given a test run with the alternator on full rated load. During the load test, record the following observations:

ITEM DESCRIPTION I

Speed in RPM ( as on panel meter)

Lubricating oil pressure Colour of exhaust gas ( by visual inspection)

Contractor SDE(E)/EE(E)

55

Output current (as on panel meter)

Output voltage ( as on panel meter)

Output frequency

3. TEMPERATURE RISE TEST FOR ALTERNATOR

Run the alternator at full rated load and record the readings of the stationary coil temperature.

AMBIENT TEMPERATURE TIME TEMPERATURE OF STATOR

NOTE: Temperature rise can be taken by thermometer from the alternator body and recorded.

4. CHECK OF FUEL CONSUMPTION

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

5. INSULATION TEST

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

PART – III MAINTENANCE/OPERATION SCHEDULE

Operation & Maintenance of the E/A Sets shall be carried out as per the Maintenance Schedule attached below:

MAINTENANCE SCHEDULE (A) - EA SET

FREQUENCY - DAILY

Contractor SDE(E)/EE(E)

56

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/SDE(E)

1 BEFORE STARTING THE ENGINE

(a) CHECK AND TOP UP COOLING WATER/ COOLENT LEVEL

(b) CHECK AND CORRECT BELT TENSION

(c) CHECK AND CORRECT LUB OIL LEVEL

(d) CHECK AND CORRECT LOOSE CLAMPS, NUTS IF ANY.

(e) CHECK AND ENSURE SUFFICIENT QUANTITY OF FUEL IN TANK.

(f) CHECK BATTERY TERMINALS AND CONNECTIONS FOR PROPER TIGHTNESS- TOP UP ELECTROLYTE IF REQUIRED

(g) CLEAN ENGINE ALTERNATOR SET AND PREMISES.

2 AFTER STARTING THE ENGINE:-

(a) CHECK LUB OIL PRESSURE.

(b) CHECK AND CORRECT LEAKAGES, IF ANY.

( c ) CHECK ALL METERS, ENGINE NOISE ETC. AND CORRECT ABNORMALITIES IF ANY.

(d) CHECK ENGINE PROTECTION SYSTEM.

MAINTENANCE SCHEDULE (B)- EA SET

1. BEFORE STARTING OF THE ENGINE

Contractor SDE(E)/EE(E)

57

2. AFTER STARTING

FREQUENCY - WEEKLY

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/ SDE (E)

1 CHECKING AND CLEANING CONTROL PANEL

2 CHECKING PROTECTIVE DEVICES AND ALARMS

3 CHECKING OF TOOLS & SPARES

4 CHECKING OF EARTHS-WATERING EARTH PITS

5 CHECKING OF BATTERY CHARGER

6 CHECKING OF EA ROOM LIGHTS AND VENTILATION

CLEAN REDIATOR FINS BY COMBING

7 CHECK FOR LEAKAGE OF FUEL LINE

8 CHECK FOR LEAKAGE OF EXHAUST PIPES

9 CHECK FOR LEAKAGE OF LUB OIL DRAINS 200 ML OF ……..

Contractor SDE(E)/EE(E)

58

NOTE: 1. WHILE CHECKING FOR THIS ITEM i.e. EA SET IN A PARTICULAR ROOM/AREA, PLEASE LOOK AROUND AND SEE WHETHER OTHER ELECTRICAL ITEMS LIKE FITTINGS, SWITCH BOARD, SOCKETS ETC. ARE GENERALLY IN PROPER WORKING CONDITION OR NOT. IF NOT, INITIATE ACTION. 2. WE EXPECT YOU TO BE RESPONSIBLE FOR ALL THE ELECTRICAL ITEMS AND VISIT FOR A PARTICULAR ACTIVITY SHOULD BE UTILISED TO GATHER INFORMATION FOR IMPROVING OUR MAINTENANCE QUALITY AND MAKE IT FOOLPROOF. 3. PLEASE LOOK AROUND AND ENSURE THAT THE EA SET SURROUNDINGS ARE CLEAN, SAFE AND NO UNWANTED OR SUNDRY MATERIALS ARE KEPT IN THE AREA. TAKE PROMPT ACTION FOR THE CLEARANCE OF UNWANTED MATERIALS AND RECORD THE ACTION TAKEN IN REMARKS COLUMN.

MAINTENANCE SCHEDULE (C)- EA SET

FREQUENCY – MONTHLY

SL. WORK SIGNATURE DESCRIPTION OF ITEM NO. DONE JTO(E)/SDE(E) REMARKS

BEFORE STARTING THE ENGINE 1

(a) CHECK AND CORRECT COOLING WATER LEVEL

(b) CHECK AND CORRECT BELT TENSIONS

(c ) CLEAN RADIATOR FINS BY BLOWING AIR IN THE OPPOSITE DIRECTION

Contractor SDE(E)/EE(E)

59

(d) CHECK AND CORRECT LUB OIL LEVEL

(e)CHECK OIL LEVEL AND CLEAN AIR CLEANER AS REQD.

(f) CHECK AND CORRECT LOOSE CLAMPS, IF ANY.

(g) DRAIN 200ML. OF DIESEL FROM BOTTOM OF FUEL TANK.

(h) CHECK FOR SUFFICIENT QUANTITY OF

FUEL IN TANK,IF SHORT,REPORT TO JTO(T),SDE(T)

(I) CHECK BATTERY TERMINALS AND CONNECTIONS FOR PROPER TIGHTNESS & APPLY PETROLEUM JELLY ON

TERMINALS.CHECK BATTERY CONDITION AND TOP UP ELECTROLYTE/RECHARGE IF REQUIRED.

(J) CHECK BATTERY CHARGER

(k) CHECK EA ROOM LIGHTS AND VENTILATION

Contractor SDE(E)/EE(E)

60

(l) CHECK TOOLS

(m) CHECK EARTHS- WATERING EQUIPMENT

(n) CHECK AND CLEAN CONTROL PANEL

(o) CLEAN ENGINE ALTERNATOR AND PREMISES.

2 AFTER STARTING THE ENGINE:-

(a) CHECK LUB OIL PRESSURE AND TAKE CORRECTIVE ACTION IF REQUIRED.

(b) CHECK AND CORRECT LEAKAGES, IF ANY (ESPECIALLY FUEL LINE, EXHAUST PIPES).

( c) CHECK ENGINE NOISE ETC. AND CORRECT ABNORMALITIES IF ANY.

(d) CHECK ENGINE PROTECTION SYSTEMS/INDICATING LAMPS/METERS ETC.,AND RECTIFY IF ANY DEFECTS ARE THERE

(e) CHECK VOLTAGE/FREQUENCY AND CORRECT TO THE NORMAL VALUES IF REQUIRED.

(f ) CHECK WATER TEMPERATURE IN CASE

OF WATER COOLED ENGINES.OPERATING

Contractor SDE(E)/EE(E)

61

TEMPERATURE OF WATER- 75 TO 85 DEG. CENTIGRADE AND TAKE CORRECTIVE ACTION IF REQUIRED

(g) CHECK THE FUNCTIONING OF AMF LOGIC IN CASE OF AMF PANEL

MAINTENANCE SCHEDULE (D)- EA SET

FREQUENCY - EVERY 250 HOURS

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/SDE(E)

ENGINE

1 CHANGE ENGINE OIL

2 CLEAN AIR FILTER

3 CHECK TIGHTNESS OF ALL NUTS AND BOLTS

4 REPLACE ENGINE OIL AND DIESEL FILTER CATRIDGES WITH NEW ONES

5 CHECK RUBBER SLEEVES AND HOSE PIPINGS

6 CHECK ZINC PROTECTIVE PLUGS

7 CHECK COUPLING DISC OF FUEL PUMP DRIVE

Contractor SDE(E)/EE(E)

62

8 A) CHECK V BELTS

B) LUBRICATE RAW WATER PUMP

9 CHECK AND RESET VALVE CLEARANCES

10 CHECK SPEED GOVERNOR AND ENGINE SHUT DOWN FOR PROPER FUNCTIONING

ALTERNATOR

11 GREASE GENERATOR ( AS APPLICABLE)

12 CHECK INSULATION OF WINDINGS AND IMPROVE IF NECESSARY.

13 CHECK FOR EXCESSIVE OVERHEATING OF BEARINGS(BEARING TEMPERATURE OVER 80 DEG. CENTIGRADE WITH OR WITHOUT ABNORMAL NOISE) AND REPLACE IF REQUIRED. REPLACE BEARINGS FOR 20,000 WORKING HOURS OR THREE YEARS WHICHEVER IS LESS.

14 CHECK FOR EXCESSIVE OVERHEATING OF ALTERNATOR FRAME (MORE THAN 40 DEG. CENTIGRADE ABOVE AMBIENT) AND TAKE CORRECTIVE ACTION.

15 CHECK FOR EXCESSIVE VIBRATION AND NOISE AND TAKE CORRECTIVE ACTION.

Contractor SDE(E)/EE(E)

63

16 CHECK SMOKE,SPARKS OR FLAMES FROM THE ALTERNATOR WITH HUMMING AND VIBRATION AND RECTIFY FAULTS IF ANY

17 CHECK FOR HIGH VOLTAGE/ VOLTAGE OSCILLATION AND VOLTAGE COLLAPSE-TAKE CORRECTIVE ACTION.

18 CHECK MOUNTING BOLTS,COUPLINGS AND FOR FREE COOLING AIR CIRCULATION

19 ENSURE THAT THE ALTERNATOR IS PROPERLY GROUNDED.

20 ENSURE THE TIGHTNESS OF TERMINAL STUDS.

MAINTENANCE SCHEDULE(E) - EA SET

FREQUENCY - EVERY 500 HOURS

SL. WORK SIGN. OF DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/SDE(E)

ENGINE

1 CHANGE ENGINE OIL

2 CLEAN AIR FILTER

Contractor SDE(E)/EE(E)

64

3 CHECK TIGHTNESS OF ALL NUTS AND BOLTS

4 REPLACE ENGINE OIL AND DIESEL FILTER CATRIDGES WITH NEW ONES

5 CHECK RUBBER SLEEVES AND HOSE PIPINGS

6 CHECK ZINC PROTECTIVE PLUGS

7 CHECK COUPLING DISC OF FUEL PUMP DRIVE

8 A) CHECK V BELTS

B) LUBRICATE RAW WATER PUMP

9 CHECK AND RESET VALVE CLEARANCES

10 CHECK SPEED GOVERNOR AND ENGINE SHUT DOWN FOR PROPER FUNCTIONING

11 LUBRICATE STARTER AS RECOMMENDED

ALTERNATOR

12 GREASE GENERATOR ( AS APPLICABLE)

13 CHECK INSULATION OF WINDINGS AND

Contractor SDE(E)/EE(E)

65

IMPROVE IF NECESSARY.

14 CHECK FOR EXCESSIVE OVERHEATING OF BEARINGS(BEARING TEMPERATURE OVER 80 DEG. CENTIGRADE WITH OR WITHOUT ABNORMAL NOISE) AND REPLACE IF REQUIRED. REPLACE BEARINGS FOR 20,000 WORKING HOURS OR THREE YEARS WHICHEVER IS LESS.

15 CHECK FOR EXCESSIVE OVERHEATING OF ALTERNATOR FRAME (MORE THAN 40 DEG. CENTIGRADE ABOVE AMBIENT) AND TAKE CORRECTIVE ACTION.

16 CHECK FOR EXCESSIVE VIBRATION AND NOISE AND TAKE CORRECTIVE ACTION.

17 CHECK SMOKE,SPARKS OR FLAMES FROM THE ALTERNATORWITH HUMMING AAND VIBRATION AND RECTIFY FAULTS IF ANY

18 CHECK FOR HIGH VOLTAGE/ VOLTAGE OSCILLATION AND VOLTAGE COLLAPSE- TAKE CORRECTIVE ACTION.

19 CHECK MOUNTING BOLTS, COUPLINGS AND FOR FREE COOLING AIR CIRCULATION.

20 ENSURE THAT THE ALTERNATOR IS PROPERLY GROUNDED.

Contractor SDE(E)/EE(E)

66

21 ENSURE THE TIGHTNESS OF TERMINAL STUDS.

22 ENSURE PROPER CRIMPING OF LEAD WIRES.

23 CHECK FUSES.

24 ENSURE PROPER NEUTRAL AND BODY EARTHING OF ALTERNATOR.

CONTROL PANEL

25 CHECK THE MCCB/CONTROL SWITCHES FOR THEIR PROPER SWITCHING. REPLACE WORNOUT CONTACTS ETC., IF REQUIRED.CHECK OVERHEATING OF CONTROL SWITCHES AND REPLACE IF REQUIRED.

26 CHECK BACKUP PROTECTION FUSES.

27 CHECK ALL CABLE TERMINATIONS/LUGS AND CHECK FOR EXCESSIVE HEATING AT THE TERMINALS.

28 CHECK ALL METERS AND INDICATION LAMPS AND CONTROL FUSES.

29 CHECK THE FUNCTIONING OF AMF LOGIC

30 CHECK BATTERY CHARGER.

Contractor SDE(E)/EE(E)

67

31 CHECK THE INSULATION VALUE OF ALL LEAD IN/LEAD OUT CABLES

ENGINE INSTRUMENT PANEL AND GENERAL ITEMS

31 CHECK ALL THE INSTRUMENTS IN PANEL ARE IN WORKING CONDITION.

32 CHECK BATTERY

33 CHECK FUNCTIONING OF ENGINE SAFETY DEVICES.

34 RECORD ENGINE ALTERNATOR PARAMETERS(LOP,LOT, WT, AMPS, VOLTS, KW, F)

MAINTENANCE SCHEDULE (F)- EA SET

FREQUENCY - EVERY 750 HOURS

REPEAT ALL ITEMS AS GIVEN FOR EVERY 250 AND 500 HOURS AND ADDITIONAL ITEMS AS GIVEN BELOW

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DO DONE JTO(E)/ SDE(E)

1 CHECK FUEL PUMP AND CAMSHAFT GEAR CAP SCREWS

Contractor SDE(E)/EE(E)

68

MAINTENANCE SCHEDULE(G) - EA SET

FREQUENCY - EVERY 1000 HOURS

REPEAT ALL ITEMS AS GIVEN FOR EVERY 250 , 500 AND 750 HOURS AND ADDITIONAL ITEMS AS GIVEN BELOW

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/ SDE (E)

1 CHECK TURBOCHARGER BEARING CLEARANCES

2 REMOVE INJECTOR,CHECK SPRAY,

PRESSURE, ADJUST IF NECESSARY AND REPLACE IF REQUIRED.

3 IF ENGINE SHOWS SIGNS OF LOSS OF

POWER EXAMINE VALVES AND RECTIFY IF NECESSARY.

MAINTENANCE SCHEDULE(H) - EA SET

FREQUENCY - 1250 HOURS

SL. WORK SIGNAURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/SDE(E)

Contractor SDE(E)/EE(E)

69

REPEAT ALL ITEMS AS GIVEN FOR EVERY 250 , 500, 750 AND 1000 HOURS AND ADDITIONAL ITEMS AS GIVEN BELOW

1 CHANGE ENGINE OIL

2 CLEAN AIR FILTER

3 CHECK TIGHTNESS OF ALL NUTS AND BOLTS

4 GREASE GENERATOR ( AS APPLICABLE)

REPLACE ENGINE OIL AND DIESEL FILTER 5 CATRIDGES WITH NEW ONES

CHECK RUBBER SLEEVES AND HOSE 6 PIPINGS

7 CHECK ZINC PROTECTIVE PLUGS

CHECK COUPLING DISC OF FUEL PUMP 8 DRIVE

9 A) CHECK V BELTS

Contractor SDE(E)/EE(E)

70

B) LUBRICATE RAW WATER PUMP

10 CHECK AND RESET VALVE CLEARANCES

CHECK SPEED GOVERNOR AND ENGINE 11 SHUT DOWN FOR PROPER FUNCTIONING

12 CHECK BATTERY

CHECK FUNCTIONING OF ENGINE SAFETY 13 DEVICES

RECORD ENGINE PARAMETERS ( LOP, LOT, 14 WT, AMPS, VOLTS, KW)

MAINTENANCE SCHEDULE (I)- EA SET

FREQUENCY - 1500 HOURS

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/SDE (E)

REPEAT ALL ITEMS AS GIVEN FOR EVERY 250 , 500, 750 , 1000, 1250 HOURS AND ADDITIONAL ITEMS AS GIVEN BELOW

1 CHANGE ENGINE OIL

Contractor SDE(E)/EE(E)

71

2 CLEAN AIR FILTER

3 CHECK TIGHTNESS OF ALL NUTS AND BOLTS

4 GREASE GENERATOR ( AS APPLICABLE)

5 REPLACE ENGINE OIL AND DIESEL FILTER CATRIDGES WITH NEW ONES

6 CHECK RUBBER SLEEVES AND HOSE PIPINGS

7 CHECK ZINC PROTECTIVE PLUGS

8 CHECK COUPLING DISC OF FUEL PUMP DRIVE

9 A) CHECK V BELTS

B) LUBRICATE RAW WATER PUMP

10 CHECK AND RESET VALVE CLEARANCES

11 CHECK SPEED GOVERNOR AND ENGINE SHUT DOWN FOR PROPER FUNCTIONING

Contractor SDE(E)/EE(E)

72

12 CHECK BATTERY

13 CHECK FUNCTIONING OF ENGINE SAFETY DEVICES

14 RECORD ENGINE PARAMETERS ( LOP, LOT, WT, AMPS, VOLTS, KW)

15 LUBRICATE STARTER AS RECOMMENDED

MAINTENANCE SCHEDULE (J)- EA SET

FREQUENCY - EVERY 2000 HOURS

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/ SDE (E)

REPEAT ALL ITEMS AS GIVEN FOR EVERY 250

, 500, 750 , 1000, 1250, 1500 HOURS AND ADDITIONAL ITEMS AS GIVEN BELOW

1 CHECK BALL BEARINGS ON COOLING

WATER PUMP. TAKE UP PULLEYS, REPLACE V BELTS

2 CHECK FLEXIBLE COUPLING

Contractor SDE(E)/EE(E)

73

3 CLEAN CRANKCASE VENTILATION(2000 HOURS)

4 CHECK AND CLEAN INLET DUCTS(2000 HOURS)

5 REMOVE AND CLEAN EXHAUST PIPES(2000 HOURS)

6 CHECK THERMOSTATS(2000 HOURS)

7 CLEAN HEAT EXCHANGER(2000 HOURS)

MAINTENANCE SCHEDULE (K)- EA SET

FREQUENCY - EVERY 3000 HOURS

SL. WORK SIGNATURE DESCRIPTION OF ITEM REMARKS NO. DONE JTO(E)/ SDE (E)

REMOVE CYLINDER HEAD AND PISTON,

DECARBONISE AND GRIND IN VALVES AND ADJUST TAPPET GAPS

Contractor SDE(E)/EE(E)

74

IMPORTANT NOTE

The oil servicing required at specified interval, is excluded from the above maintenance schedule (A to K) and is included in the schedule work for which payment shall be made at the quoted rates.

PART – IV MATERIALS

1. All materials shall be of approved make, model and capacity and shall be matching to the EA sets. 2. Invoice shall be produced in case of all major spares/components etc. as a proof of genuine spares. 3. All the faulty / worn out existing equipment shall be replaced by energy efficient items. 4. All items except the following shall be arranged by the firm: i) Replacement of Engine or Alternator or EA Set.

ii) Diesel.

iii) Major overhauling of the Engine as per manufacturers‟ recommendations /Re- conditioning of EA Set in case of Engine seizure for life expired engines.

iv) Rewinding of life expired Alternator

v) Replacement of Faulty batteries whose life has exceeded 3 years.

All other items required for proper upkeep and operation of engine has to be arranged by the contractor.

PART -V MAINTENANCE OF LOG BOOK

The firm shall maintain a log book at site recording all the operational details (wherever operation is within scope of work) of the EA sets including details of all maintenance works / break downs occurred and attended as per the Pro forma:

(c) FIRE DETECTION & FIRE EXTINGUISHERS

Contractor SDE(E)/EE(E)

75

PART –I SCOPE OF MAINTENANCE.

1. Ensure that complete fire detection system is always clean & kept in healthy working condition 2. Perform checks as per part III 3. Perform tasks subsequent to a real alarm situations as per part III

PART – II TASKS TO BE PERFORMED WITHIN 15 DAYS

1. Familiarize the maintenance personnel with fire detection, alarm system, fire extinguishers, Public Address system & their responsibility in consultation with maintenance in charge. 2. Inspect the complete system for proper functioning .Any shortcoming noticed shall be recorded and brought to the notice of Engineer-In- Charge. 3. Finalize detector cleaning & testing schedule as well as refilling extinguishers (Ref Section III below)

PART – III MAINTENANCE/ OPERATION SCHEDULE.

The firm has to demonstrate to the Maintenance –In –Charge proper working of the entire fire detection & extinguishing system including P.A system once in a month .Deficiencies if any noticed during demonstration shall be attended with in a week‟s time.

In case of fire alarm it is expected that the maintenance person has to immediately rush to the trouble spot, operate the fire extinguishers to quench the fire & also inform building in charge /fire department. He should also provide assistance for fire rescue operations and First aid dependingupon the situation. Specific details of fire rescue operations to be worked out in consultation with maintenance in-charge and kept on record.

In case of persistent problems OR if required by Engineer-in-Charge arrange an inspection by an expert in the fire detection system for identifying defects & solutions shall be as required.

Monthly Contractor SDE(E)/EE(E)

76

1. Check working of Fire detection system from the control panelon daily bases.( wherever operation is included within scope of work.) 2. Check proper D.C voltage on available on the Control panel 3. Check LED's of Panel through Lamp test and replace the fused ones. 4. Check any fault displayed on the panel and take corrective action. 5. Check battery for proper charge & leakage of electrolyte 6. Check the condition of fire extinguishers

QUARTERLY 1. Ensure that all equipments are properly earthed i.e there are no loose joints. 2. Examine battery for healthiness.( Check electrolyte, tightness of terminals etc. Top up electrolyte, if required). 3. To carry out Fire drill in order to know the healthiness of the entire system including P.A. system. 4. Cleaning of detectors to remove dust or dirt by vacuum. 5. Check and attend EXIT signboards including battery. 6. Complete Testing of the system as per format given below. 7. Ensure that the Fire Extinguishers are properly maintained as per the manufacturer‟s recommendations including pressure testing. 8. Refilling of the fire extinguishers shall be done as per the schedules and proper records are to be maintained.

PART – IV MATERIALS

All materials to be arranged by the contractor i/c replacement/repair of Zone cards, detectors, etcwith the following Exceptions

Exceptions

1 Replacement of a) Main control panel & floor control panel b) Public address system c) Fire extinguishers PART – V SPECIAL CONDITIONS RELEVANT TO A PARTICULAR JOB/ SITE

Any addition /alteration during the period of contract shall also be maintained by the firm and nothing extra shall be payable on this account. All breakdown calls / complaints has to be attended by the firm with utmost promptness. The system shall not be out of service beyond one week. Failure to attend the same shall invite penalty @ Rs.100/- per day after one week for the period the entire system remains faulty.

FORMAT OF TEST REPORT FOR FIRE DETECTION & ALARM SYSTEM

Contractor SDE(E)/EE(E)

77

Test report of Automatic Fire- Detection and Fire Alarm System for ……………………………. at ……………………………………..

System supplied and installed by :

Date of Testing :

Testing conducted in presence of the following:

NAME DESIGNATION

1.

2.

3.

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

The inventory of the installation has been attached as per Annexure - A

(A) Whether the MCP and LCP have the following Supervisory Facilities and are healthy and good working condition: - M.C.P, L.C.P.

i) Open Circuits

ii) Short Circuits

iii) Reset Push Button

iv) Alarm Acknowledge

v) Lamp Test Push Button

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

ii) Normal / Zone Isolation

Contractor SDE(E)/EE(E)

78

iii) Alarm Test

iv) Fault Trouble test.

(C) Check of Earthing i) Main Control Panel ii) Local Control Panel (D) Check of Main Power Supply i) Status

ii) Check of fuses

(E) Check Battery condition of M.C.P, L.C.P. i) Location of Battery

ii) Condition of Battery

iii) Check of Fuses

iv) Voltage

v) Specific Gravity

vi) Automatic Changeover of the system on Battery, in case of Mains Failure.

vii) Battery charging facility

(F) Check of Open, Short, and Isolation of Detectors. (G) Check of Operation / Activation of Detectors.

(H) Check of Manual Call Points

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

(J) Check of Alarms AUDIO VISUAL i) Mains Failure

ii) Open Circuit

iii) Short Circuit

iv) Close Circuit

v) Fuse Blown

Vi) Low Voltage

vii) Reverse Polarity

Contractor SDE(E)/EE(E)

79

viii) Remarks: -

(K) Check the working of PA system, including amplifiers, microphones and speakers (L) DEFECTS / DISCREPANCIES:

(M) CONCLUSION:-

Signature of Officers Present.

NAME DESIGNATION SIGNATURE

1.

2.

3.

(d) WINDOW / SPLIT UNITS / VOLTAGE STABILIZERS

PART-I SCOPE OF MAINTENANCE

1. The contract is for comprehensive maintenance of the A/C units. 2. Attending day to day faults promptly 3. Keep all the units in clean and healthy working condition. 4. Carrying out maintenance tasks as mentioned in Part-III.

PART-II TASKS TO BE PERFORMED WITHIN FIRST 15 DAYS

Inspect all the units for proper working, electrical connection etc. Any shortcomings noticed shall be brought to the notice of Engineer-in-charge.

PART-III – MAINTENANCE/ OPERATION SCHEDULE

1. Checking and servicing of AC units, including cleaning,

of filters, condenser coils and fins, etc. - Monthly.

2. Checking of electrical connections - Quarterly. Contractor SDE(E)/EE(E)

80

3. Water Servicing of Ac Unit - Quarterly

4. Painting of supporting stands A/C units and water cooler – Once in an year

5. Ensure proper working of thermostats and settings to be done in such a way that optimum temperature is maintained in side switch room.

PART-IV - MATERIALS

1. All items including replacement of faulty compressor - which shall be obtained from the original manufacturer / authorized dealers – with the exceptions shown below shall be arranged by the firm at their cost and necessary proof for the same shall be submitted by the contractor.

2. Faulty condenser / evaporator fan motors are to be replaced with new one and, no rewinding is permissible. Replacement of transformer of stabilizer units, replacements of PCBs, control cable relays are included within the scope of the work. EXCEPTIONS:

Replacement of AC Unit./Water cooler/stabilizer

Replacement of life expired Compressors of AC Unit.

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

AMC OF FREE COOLING UNIT

1. All the checks & tasks as per Maintenance schedule Performa attached. 2. The scope of work includes replacement of all faulty components of FCU units including controller, contactors, sensors, fans, filters, timer, relays, electrical switches/ accessories. 3. Service report as per Performa enclosed shall be submitted with every bill. 4. Manufacturer‟s guarantee cards are to be submitted with the bill for fan motor and controller replacement. 5. Check for proper working of FCUs for auto-cut off working of ST AC and free cooling units in the preset temperature in consultation with JTO/SDE[E] and measure CFM(1200 cfm). Generally the free cooling system in a normal mode shall operate whenever the ambient temperature is ≤30 degree which will switch off the ACs. When the BTS shelter inside temperature reaches 33degrees, the first AC unit is switched ON and whenever it reaches 35 degree, the second AC unit is switched ON.

6. Make dust free the filters and clean the microvee fine filters including water servicing. 7. Check the proper working of supply air grill / dampers, gravity based dampers worm protection net.Checking the outlet damper is closed when AC units are Contractor SDE(E)/EE(E)

81

operating and damper will open when the fresh air blower fan is working. 8. Monthly recording of reading of FCU & AC running hours,No AC & No FCU Hours. 9. The assembly shall ensure no water/ rain water leak into the shelterand shall be adequately sealed if required. 10. Checking all the control and power cables for any loose connection and tighten if required. 11. Fan motor shall be replaced only with a new one, rewinding is not allowed. 12. Tightening all the nut and bolts of air inlet grill, blower fans, the entire outside unit, outlet grill etc.

Contractor SDE(E)/EE(E)

82

Proforma– I

CERTIFICATE

FOR THE MONTH OF ......

GSM/BTS site ...... (RP ID...... ) Indoor/Outdoor

Agency:......

Certified that the E/A set of ...... kVA capacity having engine make ...... model ...... Sl.No...... BHP...... coupled with an alternator of ...... kVA make...... Model...... Sl.No...... was serviced/ attended break down on ...... The set has been maintained as per the Schedule and agreement and tested with the available BTS load and found working satisfactorily.

Certified that the agency has executed the comprehensive maintenance of W/T & S/T A/C units (...... Nos of ...... units) and FCU (...... Nos) as per the Schedule and agreement promptly and satisfactorily during the month.

Certified that the agency has executed the comprehensive maintenance of EI including AFD& SPD for OD/ID station as per the Schedule and agreement promptly and satisfactorily during the month.

Contractor JTO (E) SDE (E)

Contractor SDE(E)/EE(E)

83

READINGS

Monthly Once in six months Remarks

EB reading Earth resistance

FCU running Hours Earth continuity

AC running Hours

No AC & No FCU Hours

Proforma– II

COMPLAINT REGISTER

Date & Officer / Nature Date & Name of Acknowledge Remarks Time of Section of Time of staff ment of complaint lodging complai redressal attended rectification by complaint nt of the complainant complaint complaint& . signature

Proforma- III

Contractor SDE(E)/EE(E)

84

INVENTORY LIST

Name of BTS site RPID

Agency Name of Person

The following Electro mechanical Services in the BTS site was inspected and found generally in working condition. All the meters, safety and control devices are also found intact.

1.EA set

Engine Alternator

Make

Model

Sl.No.

BHP/KVA

Date of commissioning

Control panel details

Details of AMF Controller

Details of S/W gears:MCCB/Switch/MCB

Details of Meters

2.AC units: Nos., Capacity ,Type, Make etc

Contractor SDE(E)/EE(E)

85

3.FCU:Nos,Make etc

4.Electrical Installation: Fittings& accessories

5.AFD details

6.SPD details

7.Other details/Remarks

Handed over by Taken over by

Name & Dated sig.of JTO(E) Name & Dated sig.of Agency

Contractor SDE(E)/EE(E)

86

Abstract Details of EA sets

Sl. No Electrical RP ID No Name of BSS Date of Commissioning of EA Sub Site Division set division

SCHEDULE FOR MAINTENANCE OF AC UNITS

MAINTENANCE SCHEDULE TO BE FOLLOWED:

MAINTENANCE SCHEDULE WINDOW / SPLIT A/C UNITS A. Monthly( Form-13A)

Make: Sl.No. Date of Installation:

c

0

Location unit A/C No. of condition Check refrigerant up ,top of ,performance cool/high fans, low mode cool not or ,satisfactory filters of Cleaning Ventilation and / whether monthly at temp air supply to 12 grill out let 15 Remarks Agency of Sign. representative of JTO(E)/ Sign. charge in Exchange

Contractor SDE(E)/EE(E)

87

MAINTENANCE SCHEDULE WINDOW / SPLIT A/C UNITS B. Half Yearly (Form-13B)- (Frequency- Preferably during February, October)

Make: Sl.No Date of Installation:

of of

Location unit A/C Of No. of Condition mounting arrangement of Checking and controls thermostat and earth of Check test. polarity switch of Checking controls and / MCB Checking and compressor proper for blower current. Remarks Agency of Sign. WM representative of JTO(E)/ Sign. charge in Exchange

MAINTENANCE SCHEDULE WINDOW / SPLIT A/C UNITS

C. General Maintenance schedule Name of BTS site:------RPID:

Maintenance carried out for the month of ------

Location SL.No Filter Cleaning& Water Earth EER Painting of General Check Servicing Testing, Calculation Rusted up of filters Insulation parts Test& Electrical check up

Every Month Every 3 Every 6 Every 6 Every year Months Months months preferably in May

1

2

Contractor SDE(E)/EE(E)

88

Abstract Details of AC Units

Sl. No Electrical RP ID Name BSS No of Units Date of Sub No of Site Division Commissioning of AC division units

SCHEDULE FOR MAINTENANCE OF FCU UNITS

MAINTENANCE SCHEDULE TO BE FOLLOWED: MAINTENANCE SCHEDULE OF FCU UNITS A. Monthly

Make: Sl.No. Date of Installation:

cut cut

-

Location FCU No. of of working Check auto for FCUs and AC ST of off units cooling free filters of Cleaning of checking and system ventilation Remarks Agency of Sign. representative of JTO(E)/ Sign. charge in Exchange

MAINTENANCE SCHEDULE OF FCU UNITS B. General Maintenance schedule Name of BTS site:------RPID:

Maintenance carried out for the month of ------

Location SL.No Mode of Water Earth CFM Painting of operation, Filter Servicing Testing, Rusted Cleaning& of filters Insulation parts General Check Test& up Electrical check up

Every Month Every 3 Every 6 Every 6 Every year Months Months months preferably in May

Contractor SDE(E)/EE(E)

89

Abstract Details of FCU

Sl. No Electrical RP ID No Name of BSS Date of Commissioning of Sub Site Division FCU System division

Contractor SDE(E)/EE(E)

90

LIST OF APPROVED MAKES

S. Item Makes No.

1 Engine Ashok Leyland / Cummins/ Cater pillar/ KOEL/ Volvo Penta/ Mahindra & Mahindra (up to 40 KVA) / Escorts (up to 30 KVA) /EICHER (upto 20 KVA)

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

3 Battery (Lead Acid / Amara Raja / AMCO / Farukawa / Hitachi / Exide Mntc. Free) / Prestolite / Standard

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

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

6 Power Contactors L&T / Schneider Electric/ Siemens

7 Change Over Switch HPLSocomec/ Havells

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

9 Rubber Matting ISI mark

10 MCB/Isolator/ ELCB/ Crompton / Havells/ Indokopp/ MDS Legrand/ RCCB/ Distribution L&T/ Schneider Electric/ Siemens/ Standard/ Board C&S/ ABB/ HPL

11 MS/ PVC Conduit ISI mark

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

13 HT/LT Cables ISI mark

14 PVC insulated copper ISI mark conductor wire

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

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

17 GI/MS Pipe ATC/ ATL/ BST/GSI/ITC/ITS/IIA/JST/Jindal/TTA /

Contractor SDE(E)/EE(E)

91

Tata/ Zenith

18 Resin Bonded Glass Fibre Glass/ Pilkingston/ UP Twiga wool

19 Expanded Polystyrene BASF(India) Ltd.

20 Gauge Feibig/ H.Guru/ Pricol

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

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

23 Fire Extinguisher ISI mark

NOTE:

1. The accessories such as CT/ PT/ measuring instrument/ relays provided by approved make in respect of Transformer/ HT Panel/ DG/ AC Package Units as supplied by approved manufacturer along with the equipments are also acceptable in addition. 2. Items which are approved by the Corporate Office till the last date of sale of tender shall also be accepted.

Contractor SDE(E)/EE(E)

92

SECTION III ANNEXURE –I

MODEL FORM OF BANK GUARANTEE (for submitting EMD)

Whereas……………………………… (hereinafter called "the contractor(s)") has submitted its Tender dated ______for the work______

KNOW ALL MEN by these presents that WE……………______of …………………………….having our registered office at …………………………….. (hereinafter called "the Bank") are bound unto………………………………………… (hereinafter called "the BSNL") in the sum of …………………..for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are: 1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form: or 2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tender validity. (a) Fails or refuses to execute the Contract. (b) Fails or refuses to furnish security Deposit in accordance with the conditions of Tender document.

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

This guarantee will remain in force as specified in the Tender Document up to and including Thirty (30) days after the period of the Tender validity and any demand in respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank

Signature of the Witness

Name of Witness Address of Witness Contractor SDE(E)/EE(E)

93

ANNEXURE-II PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CMD, BSNL (hereinafter called „BSNL‟) having offered to accept the terms and conditions of the proposed agreement between ______and ______(hereinafter called the said contractor(s)‟) for the work______(hereinafter called “the said agreement”),having agreed to production of a irrevocable Bank Guarantee for Rs. ______

(Rupees ______only) as a security / Guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We, (name of the bank) ______(hereinafter referred to as “the bank”) hereby undertake to pay to the BSNL an amount not exceeding Rs.______

(Rupees______only) on demand by the BSNL.

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

______Only)

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

4. We, (name of the bank) ______further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of BSNL under or by virtue of the said Agreement have Contractor SDE(E)/EE(E)

94

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 SDE(E)/EE(E)

95

ANNEXURE -III

The format of the non relative certificate

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

(Seal of the firm) ( Signature of Contractor )

Contractor SDE(E)/EE(E)

96

ANNEXURE –IV

UNDERTAKING REGARDING EPF PROVISIONS

"I……… ……………… ……………… …………… ………Son of. ……… ………………… ………… …………… …………….. …………….Resident of …… …………… ………… …………… …………… …………… …………. hereby give an undertaking that

* I/ We have registered as per the EPF and Miscellaneous provisions Act, 1952 and our registration no is ------. ** We undertake to keep it valid during the currency of contract.

In case at any stage, it is found that the information given by me is false / incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me".

** Attach a self attested photocopy of the above said EPF Registration Certificate OR self attested photocopy of the latest EPF contribution slip along with above undertaking on a printed letter head.

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

Contractor SDE(E)/EE(E)

97

ANNEXURE -V

UNDERTAKING REGARDING ESI PROVISIONS

I ………………………………………………………Son of ……………………………… ………………..Resident of ………………………………………………...……………… hereby declare that:-

I / We have registered under ESI and Miscellaneous Provision Act 1948 and ** allotted Registration Number is …………………………………………………. We undertake to keep it valid during the currency of contract. In case it is found that the information given by me / us is (are) incorrect / false, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to us / me.

** Attach a self attested photocopy of the above said ESI Registration Certificate OR self attested photocopy of the latest ESI contribution slip along with above undertaking on a printed letter head.

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

Contractor SDE(E)/EE(E)

98

ANNEXURE -VI

UNDERTAKING TO ABIDE BY EW6 & EW8

"I……… ……………… ……………… …………… ………Son of. ……… ………………… ………… …………… …………….. …………….Resident of …… …………… ………… …………… …………… …………… …………. hereby give an undertaking that I have read and I am aware of all the clauses and sub clauses of BSNL EW 6 & 8 forms and I confirm that I will abide by all the terms and conditions available in original standard BSNL EW 6 & 8 forms.

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

Contractor SDE(E)/EE(E)

99

ANNEXURE –VII

COMPLIANCE SHEET

I/We ...... (Name of firm) have read/Understood all the terms and conditions as mentioned in bid Document and accept the same unconditionally. I/Westate to comply in full manner with all the General,Commercial,Technical and Operating financial conditions of the tender document for the work Providing Annual Comprehensive Maintenance of Electro mechanical services in GSM BTS sites under Electrical Sub Division I & II Kannur for a period of two years (SSA…Kannur) (Rate Contract)without any reservation and deviation.It is certified that the Tender Document i/c all credentials has been re uploaded with Digital Signature.

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

IMPORTANT NOTE: The BSNL EW 8 Form is available at http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf for ready reference and download.

Contractor SDE(E)/EE(E)

100

Annexure C

LT PAN Sl. RP-ID Site name FCS EL FDS ID No DG AMC AC AMC AMC AMC AMC / EA AC REQUIR REQUIR REQUIR reqd REQUIR O RATIN WT/S QT ED Y/N ED Y/N ED Y/N Y/N ED Y/N D G T Y O 1 02881 Chalakunnu N N N y N D Sivapuram Y Y N Y Y ID 30 ST 3 MW 3 00550 station Y Y Y Y Y ID 15 S/T 1 4 00536 Peralassery Y Y Y Y Y ID 15 S/T 2 MaheGovt 5 00552 Hospital Road Y Y N Y Y ID 15 S/T 2 O 6 01267 Andallur Y N N Y N D 15 Anjarakandi 7 01266 Town Y Y N Y Y ID 15 W/T 2 8 02209 Eachur DLC Y Y N Y Y ID 15 W/T 2 Embettil- 9 02241 Koranpeedika Y Y N Y Y ID 15 S/T 2 10 01297 Kinavakkal Y Y Y Y Y ID 15 S/T 1 11 01300 Koodali Y Y Y Y Y ID 15 S/T 1 12 01301 Kottayampoil Y Y Y Y Y ID 15 S/T 1 13 02202 Malikaparamba Y Y Y Y Y ID 15 S/T 1 14 01316 Parat DLC Y Y N Y Y ID 15 S/T 2 Pattiyam-- 15 01318 Pathayakunnu Y Y N Y Y ID 15 WT 2 16 01323 Y Y N Y Y ID 15 ST 2 17 01708 Town Y Y Y Y Y ID 15 S/T 1 18 01723 Therur Y Y Y Y Y ID 15 S/T 1 19 02219 Nirmalagiri Y Y Y Y Y ID 15 S/T 2 Varam Staff 20 02215 Quarters Y Y Y Y Y ID 15 S/T 1 21 01721 Y Y Y Y Y ID 15 S/T 1 22 02220 Valiyavelicham Y Y Y Y Y ID 15 HSHF 1 23 02224 Pandakkal Y Y N Y Y ID 15 S/T 2 24 02226 Y Y Y Y Y ID 15 S/T 1 25 -02210 Kasanakotta Y Y Y Y Y ID 15 S/T 1 26 02201 Koyyode Y Y Y Y Y ID 15 S/T 1 S/T & 27 02231 Puthiyangadi Y Y Y Y Y ID 15 W/T 1,1 28 02236 Chonadam Y Y Y Y Y ID 15 S/T 2 29 02237 Kundoormala Y Y Y Y Y ID 15 S/T 1 S/T & Punnol 30 02238 Y Y Y Y Y ID 15 W/T 1,1

Contractor SDE(E)/EE(E)

101

Thalassery Bus 31 02239 Stand Y Y Y Y Y ID 15 S/T 1 32 02199 Anjampeedika Y Y N Y Y ID 15 HSHF 1 33 02240 Saidarpalli Y Y Y Y Y ID 15 S/T 2 34 03086 Chavasseri Y Y N Y Y ID 15 HSHF 1 35 03089 Y Y Y Y Y ID 15 S/T 1 36 03103 Aduthila Y Y Y Y Y ID 15 S/T 2 RP- 37 03353 Chapa Y Y Y Y Y ID 15 S/T 1 38 04045 Bakkalam Y Y Y Y Y ID 15 S/T 2 39 03092 Kaitheri DLC Y Y N Y Y ID 15 W/T 2 40 03667 Sivapuram East Y Y Y Y Y ID 15 S/T 2 41 03670 Pottampara Y Y Y Y Y ID 15 S/T 1 O 42 03515 Edakkad_town Y N N Y N D 15 43 04033 Chirakkal South Y Y Y Y Y ID 15 S/T 1 44 03673 Champad Y Y N Y Y ID 15 S/T 2 45 04042 Mahe east Y Y Y Y Y ID 15 HSHF 1 46 01271 Azhikkode Y Y N Y Y ID 15 S/T 2 47 04057 Kololam North Y Y N Y Y ID 15 HSHF 1 Chettankunnu(T 48 04060 lsyNorth) Y Y Y Y Y ID 15 S/T 1 O 49 03513 Chembanal Y N N Y N D 15 O 50 03514 Yogasala Y N N Y N D 15 O 51 03778 Kuppam Y N N Y N D 15 O 52 04720 Pookkom Y N N Y N D 15 53 03355 Thilanoor Y Y Y Y Y ID 15 HSHF 1 O Chendayad 54 04967 Y N N Y N D 15 O 55 04969 Central Poilur Y N N Y N D 15 O Panerichal 56 04952 Y N N Y N D 15 O 57 07285 Vellachal Y N N N N D 15 O 58 07335 Vellarvally Y N N N N D 15 O 59 07345 Karyattupuram Y N N N N D 15 60 01306 Mambaram Y Y N Y Y ID 15 S/T 2 61 02223 PallurMahe N Y Y Y Y ID S/T 1 Mattannur 62 02503 town N Y Y Y Y ID S/T 1 63 04725 Mattannur SQ N y N Y Y ID HSHF 1

Contractor SDE(E)/EE(E)

102

64 07332 Nellonni N y Y Y Y ID ST 1 65 08601 Thalassery Fort N y N Y Y ID S/T 2 66 07106 Neruvambram N N Y N Y ID O 67 07261 Panthottam N N Y N N D O 68 03085 Kappad N N N Y N D 15 Pazhayangadi O 69 03262 Town N N N y N D 70 04978 Kanhileri N N N N Y ID 71 08624 BARAPOLE N N N Y Y ID ESD I KANNUR 1 00532 Kannur_Kakkad Y Y Y Y Y ID 15 ST 2 S K Complex (Kannur_onden 2 00533 road) Y Y N Y Y ID 15 ST 2 Chapparapadav 3 01278 u Y Y Y Y Y ID 15 ST 2 4 02882 Kannur_Thana Y Y N Y Y ID 15 ST 2 BSNL Fire O 5 02873 Station N N N Y N D NIL NIL NIL Vankulathuvaya 6 01324 l Y Y N Y Y ID 15 ST 2 7 02212 Puthiyatheru Y Y N Y Y ID 15 ST 2 Veekay 8 02216 Complex Y Y N Y Y ID 15 ST 2 9 02874 Caltex Y Y N Y Y ID 15 ST 2 O 10 02502 Manna Y N N Y N D 15 NIL NIL Kannur 11 02879 Padanna Y Y Y Y Y ID 15 ST 2 O 12 04722 Mandalam Y N N Y N D 15 NIL NIL 13 04059 Y Y N Y Y ID 15 ST 2 14 03088 Kollappa Y Y N Y Y ID 15 HSHF 1 O 15 04956 Oduvallithattu Y N N Y N D 15 NIL NIL Elayavoor 16 04024 Temple Y N N Y Y ID 15 NIL NIL 17 04955 Chengalayi Y N N N N ID 15 NIL NIL 18 07067 Rayarome Y N N N N ID 15 NIL NIL O 19 07267 Poomangalam Y N N N N D 15 NIL NIL O 20 07937 Vathilmada Y N N N N D 15 NIL NIL O 21 07283 Parikkalam Y N N N N D 15 NIL NIL NIL O 22 07935 Kalluvayal Y N N N N D 15 NIL Contractor SDE(E)/EE(E)

103

O 23 07264 Perumannu Y N N N N D 15 NIL NIL O Kaalanki 24 08015 Y N N Y N D 15 NIL NIL O 25 07269 Nellikkampoyil Y N N Y N D 15 NIL NIL O 26 02213 Kannur Thalap N y N y y D NIL ST 2 27 -04954 Paisakkary N Y Y Y N ID NIL ST 1 28 04034 Edacherry N Y N y y ID NIL ST 2 29 03105 TMB 7th Mile N Y N y y ID NIL ST 2 HSHF 30 07063 Nellippara N N Y N N ID 15 AC 1 ValiyaAreekama 31 08560 la N N Y Y N ID NIL 32 07946 Kanjirakolli N N Y Y N ID NIL RP- 33 03676 Eryam N N Y N Y ID NIL 34 00121 N Y N N Y NIL ST 3 RP- O 35 02877 Pannenpara N N N Y N D NIL 36 02875 Chalad N N N Y N ID NIL 37 02876 Supdt Gate N N N Y N ID NIL 38 02211 Kunhipalli N N N Y N ID NIL 39 02207 AdiKadalayi N N N Y N ID NIL 40 02878 Ottamavu N N N y N ID NIL O 41 02214 ThazheChovva N N N y N D NIL WT& 42 02882 Manikadavu Y Y N Y Y ID 15 ST 2,1 43 03101 Chandapura Y Y Y Y Y ID 15 ST 2 O 44 07709 Eyyakkad N N N Y N D RP- 45 01719 EZHIMALA Y Y N Y Y ID 15 ST 2 RP- O 46 07697 Josegiriw N N N Y N D 47 03512 Kandankali Y Y N Y Y ID 15 ST 2 48 04047 Kankol Y Y N Y Y ID 15 ST 2 O 49 07703 Karammel N N N Y N D RP- O 50 07069 Karayil N N N Y N D O 51 07026 Koluvally N N N Y N D 52 05771 KoromKnr Y Y N Y Y ID 15 HSHF 1 O Kothaimukku 53 -03814 Y N N N D 15 NIL NIL 54 08706 Koyipra N N N Y N ID NIL NIL

Contractor SDE(E)/EE(E)

104

RP- O 55 07292 KuttoorKnr N N N Y N D RP- Palakkunnu 56 07945 Y Y Y Y Y ID 15 ST 2 PAYYANNUR_C 57 01305 XL Y Y N Y Y ID 15 ST 2 O Perumba 58 03899 N N N Y N D NIL NIL O 59 07092 Ponnampara N N N Y N D 60 04989 Swamimukku Y Y N Y Y ID 15 HSHF 1 O 61 07639 Thabore N N N Y N D ThayineriPayya O 62 08294 nur N N N Y N D

……….End of document ……………

Contractor SDE(E)/EE(E)

105