TENDER DOCUMENT

1. NAME OF WORK : Comprehensive Maintenance Contract of Engine Alternator Sets installed at various T.E. Bldgs. under Area Manager, & , Raigad SSA(2 ND Call). 2. NIT No. 17/SEE/ BSNL/ M/ 09-10

INDEX

SR. PAGE CONTENTS NO. NO 1. Press notification 2 2. Tender Application format 4 3. Notice Inviting Tenders (Form CPWD 6) 6 4. Proforma of Schedules 12 5. Schedule of Quantities 16 6. Important note for equipment under warranty 17 7. Details of E/A sets 18

8. Important note for contractors 22

9. Copy of memorandum 24 10. Model form of Bank Guarantee 25 11. Contract documents for CMC of E/A sets 26 12. Maintenance Schedule with Annexure 31 Item rate tender and conditions of contract 13. (Form EW-8) 37

Contractor 1 E.E. (E)

BHARAT SANCHAR NIGAM LIMITED. (A GOVT. OF ENTERPRISE) (Electrical Wing)

DIVISION - Mumbai SUB-DIVISION – Alibag

Ltr. No: 51 (5) BSNL/08/ED/MI/2531 Date: 10/09/2009

NOTICE INVITING TENDERS(2 ND Call)

The Executive Engineer (E), BSNL Electrical Division, MUMBAI, invites on behalf of Bharat Sanchar Nigam Limited sealed item rate tenders for the following works from the contractor(s) satisfying the under mentioned eligibility conditions.

Name of Work Estimated cost EMD Time limit Comprehensive Maintenance Contract of Engine Alternator Sets

installed at various T.E. Bldgs. Rs. 23,68,200/- Rs.47,364/- 24 months under Area Manager, Alibag & Panvel, Raigad SSA.(2 ND Call)

ELIGIBILITY CONDITION FOR COMPREHENSIVE MAINTENANCE CONTRACT OF ENGINE-ALTERNATOR SETS:

(i) (a) Either Engine manufacturers on the DOT/ BSNL current approved list. OR their Authorized Service Centers since last three years reckoned from the date of NIT only. OR Class I / II BSNL registered electrical contractors subject to their financial limit and turn over shall not be less than rupees 50 (Fifty) Lakh in the past 3 years.

(ii) Firm shall have valid service tax registration.

Documentary proof of satisfying above conditions, Chartered Accountant Certificates and Valid / Goa Service Tax Registration to be furnished along with application. Firm should submit attested copy of PAN card.

Conditions and tender forms can be had from BSNL Electrical Division, Mumbai, on payment of Rs. 500/- + VAT as applicable. (Non- refundable) ( i.e. Rs. 563 /-).

Last date of receipt of application 22/09/09 Last date of issue of tender 23/09/09 Last Date of Submission of tender 25/09/09 up to 15.00 hrs Date of opening of tender 25/09/09 After 15.30 hrs

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

Contractor 2 E.E. (E)

The tenders of contractors who do not deposit earnest money in the prescribed manner (in separate cover) are liable to be rejected and will not be opened.

NOTE : - Tender document can also be downloaded from the website http://www.maharashtra.bsnl.co.in . The firm who quotes on the tender downloaded from web site shall strictly follow the following procedure: -

4. The tender shall be submitted in two-envelope system.

i) First envelope shall contain tender application (If tender downloaded from Web), tender fee, attested documents proving fulfillment of eligibility criteria as per the tender notice & EMD in proper form. Separate D.D. should be attached for tender fee & EMD. ii) Second envelope shall contain duly filled tender document The same shall be clearly written on the envelopes.

5. The 1 st envelope containing Tender fee, attested documents proving fulfillment of eligibility criteria & EMD in proper form shall be opened first. All originals of eligibility criteria shall be produced for verification at the time of tender opening.

In case: -

(i) Tender fee is not submitted in proper form. (ii) EMD is not in proper form. (iii) Firm fails to fulfill eligibility criteria on the basis of document submitted in First envelop. (iv) The performance of tenderer is not found satisfactory. The second envelope shall not be opened.

6. If any difference /discrepancies found between down loaded Tender form, any hard copy issued from Division Office, the contents in Draft NIT issued from Circle Office will be final & binding.

EXECUTIVE ENGINEER (E) BSNL ELECTL DN NO.I, SANTACRUZ (W), MUMBAI 54.

Copy to: - 1. Notice Board. 2. The Superintending Engineer (E), BSNL Elect Circle, Mumbai. 3. D.G.M. Vigilance, O/o CGMT, M H. Telecom Circle, Mumbai. 4. All Sub Divisional Engineers (E) under BSNL Elect Dn. I Mumbai . 7. Accounts Officer Civil Division III, Mumbai 8. Accounts Officer (Works) Mumbai-54. 9. Concerned Contractors.

EXECUTIVE ENGINEER (E) BSNL ELECTL DN NO.I, SANTACRUZ (W), MUMBAI 54.

Contractor 3 E.E. (E)

TENDER APPLICATION FORMAT (For Tender down loaded from Website)

To, The Executive Engineer (E) BSNL Electrical Division ------

ENVELOPE - I

Sub: Application for the tender of “of ------

(Tender due on ------)

Dear Sir, As per tender publication Advertised on------(Date) in ------(Name of Newspaper) by your office and display of Notice Inviting Tender on web site http:/ www.maharashtra.bsnl.co.in . We are hereby submitting the following documents: -

1) Tender Application fee: - Demand Draft No. ------date ------Amount Rs.------Name of Bank and Branch ------in favour of “Account Office ( Cash ) ------.

2) a) Name of firm / company ------

b) Name of Proprietor/ Partner/ Managing Director ------

c) Address ------Pin Code ------Phone ------

e– mail address ------d) i) Electrical Contractor’s License No ------ii) Issuing authority ------iii) Class of Registration ------Limit ------

e) Electrical Supervisor license No. ------In the Name of ------Qualification ------

3) Address of Branch / Head office Name ------In BSNL Division H.Q ------Pin Code ------Phone ------Mobile No ------E-Mail Address ------

Contractor 4 E.E. (E)

4) Income Tax Clearance Certificate/ Chartered Accountant Certificate dt. -----

5) Service Tax Registration No. ------dt. ------Valid up to ------

6) Solvency Certificate of (Bank with Branch) ------for Rs. ------

7) Lists of work carried out Certified Officer not below the rank of Executive Engineer. Sl.No Name of work Date of Amt. Of Deptt. completion work

8) Annual Turn over Sl.No Year Annual turn over 1 2006 – 2007 2 2007 – 2008 3 2008 – 2009

9) Earnest Money Deposit: - DD/BG/PO/ No------dt. ------Amt. Rs. ------(Bank & Branch) ------in favour of “ Account Officer ( Cash ) ------All above documents at Sl. No. 1 to 9, duly attested are enclosed. 1) ------2) ------3) ------4) ------5) ------6) ------7) ------8) ------9) ------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.

Place ------Yours sincerely

(Signature)

Date ------(Name in block letter) Seal of firm

Contractor 5 E.E. (E)

NOTICE INVITING TENDER

Division : - MUMBAI. Sub-Division: - ALIBAG.

1. Item rate tenders are invited on behalf of the BSNL for following work from the contractors satisfying under mentioned eligibility conditions. a) Name of Work: - Comprehensive Maintenance Contract of Engine Alternator Sets installed at various T.E. Bldgs. under Area Manager, Alibag & Panvel, Raigad SSA(2 ND Call). b) Division: - BSNL Electrical Division, Mumbai . c) Estimated cost: - Rs. 23,68,200/- d) E.M.D.: - Rs. 47,364/- e) Performance Guarantee: - Firm has to submit within 15 days of award of work Performance guarantee for 10% of the 12 Months Estimated Cost . (i.e., Rs. 1,18,410/- ) subjected to maximum 5 Lakhs. f) Time: - 24 Months. g) Cost of Tender documents: - Rs.500/- + VAT as applicable. (i.e. Rs.563/-) The work is estimated to cost Rs. 23,68,200 /- This estimate, however, is given merely as a rough guide.

1.1 Tenders will be issued to eligible contractors satisfying under mentioned eligibility condition. Criteria of eligibility for issue of tender documents ELIGIBILITY CONDITION FOR COMPREHENSIVE MAINTENANCE CONTRACT OF ENGINE-ALTERNATOR SETS:

(ii) (a) Either Engine manufacturers on the DOT/ BSNL current approved list. OR their Authorized Service Centers since last three years reckoned from the date of NIT only. OR Class I / II BSNL registered electrical contractors subject to their financial limit and turn over shall not be less than rupees 50 (Fifty) Lakh in the past 3 years.

(ii) Firm shall have valid service tax registration.

Documentary proof of satisfying above conditions, Chartered Accountant Certificates and Valid Maharashtra / Goa Service Tax Registration to be furnished along with application. Firm should submit attested copy of

Contractor 6 E.E. (E)

PAN card. 2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8, which is available as Government of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement.

3. The time allowed for carrying out the work will be 24 months from the date of award of work indicated in the tender documents.

4. The site for the work shall be made available.

5. Receipt of applications for issue of forms will be stopped by 1600 Hrs. Four days before the date fixed for opening of tenders. Issue of tender forms will be stopped Two days before the date fixed for opening of tenders.

6. Tender documents consisting of specifications, the schedule of quantities of the various classes of works to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of The Executive Engineer (E), BSNL Electrical Division, Mumbai , between hours of 11.00 AM and 04.00 P.M. everyday except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of Rs.500/- + VAT as applicable in cash (i.e., Rs. 563 /-).

7. The tenderer must produce a Chartered Accountants Certificate showing details of Income-tax returns duly filed and no dues are outstanding towards Income tax, certificate before tender papers can be sold to him.

8. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by The Executive Engineer (E), BSNL Electrical Division, 2nd floor, Administrative Bldg., Wireless Compound, Linking Road, Santacruz (W), Mumbai-54, up to 03.00 P.M. on 25/09/2009 and will be opened by him or his authorized representative in his office on the same day at 3.30 P.M. 8.1 The tender shall be accompanied by earnest money (unless exempted), of Rs. 47,364/- in CDR/ FDR/ DD/ BG of Scheduled Bank issued in favour of Accounts Officer (Cash), O/o. The Executive Engineer (C), BSNL Civil Division –No- III, Mumbai -400054. The Fixed Deposit Receipt shall be accepted only if it is valid for six months or more after the last date of receipt of tenders and is pledged in favour of Accounts Officer (Cash), O/o. The Executive Engineer (C), BSNL Civil Division No- III, Mumbai - 400054, payable at Mumbai A contractor exempted from depositing earnest money in individual cases, shall enclose with the tender an attested copy of the letter exempting him from depositing earnest money, in a manner described for earnest money in condition No. 8.2 below, and shall produce the original when called upon to do so.

8.2 The tender and the earnest money shall be placed in separate sealed

Contractor 7 E.E. (E)

envelopes each marked 'Tender' and 'Earnest Money' respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in another sealed envelope. The envelope marked "Tender” of only those tenderers shall be opened; whose earnest money placed in the other envelope is found to be in order.

9. The description of the work is as follows: - Name of Work: - Comprehensive Maintenance Contract of Engine Alternator Sets installed at various T.E. Bldgs. under Area Manager, Alibag & Panvel, Raigad SSA.

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above-mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil. (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools and plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution, of the work.

10. The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

The Public enterprises that avail benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc.

11. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12. The competent authority on behalf of BSNL reserves to himself the right

Contractor 8 E.E. (E)

of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13. The contractor shall not be permitted to tender for works in the Telecommunication/ Postal (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and. Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the BSNL or in the Ministry of Communication. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

14. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

15. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

Further, the tenderer shall not be allowed to participate in the re- tendering process of the work.

16. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 10 days from the stipulated date of start of the work sign the contract consisting of:- a) The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 8 Signature of Divisional Officer/ Sub- Divisional Officer ………………………………… For and on behalf of BSNL

Contractor 9 E.E. (E)

BHARAT SANCHAR NIGAM LIMITED GOVERNMENT OF INDIA UNDERTAKING

STATE: MAHARASHTRA CIRCLE: MUMBAI

BRACH: ELECTRICAL DIVISION: MUMBAI

ZONE: MUMBAI

Percentage Rate Tender / Item Rate Tender & Contract for Works

Tender for the work of: -

To be submitted by ______hours on ______to ( time ) (date )

______To be opened in presence of tenderers who may be present at ______hours on ______in the office of ______.

Issued to ______( contractor )

Signature of officer issuing the documents______Designation______Date of Issue ______.

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

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, design, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for ninety (90) days from the due date of

Contractor 10 E.E. (E) submission thereof and not to make any modifications in its terms and conditions. A sum of Rs. …………………. has been deposited in cash/ receipt treasury challan/ deposit at call receipt of a scheduled bank/ fixed deposit receipt of scheduled bank/ demand draft of a scheduled bank/ bank guarantee issued by a schedule bank as earnest money. If I/ We, fail to furnish the prescribed performance guarantee within prescribed period, I/ We, agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/ We fail to commence work as specified, I/We agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the retendering process of the work. I/We hereby declare that I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

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

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 the President of India for a sum of Rs. ______) The letters referred to below shall be form part of this contract Agreement: - a) b) c) For & on behalf of the President of India Signature ______Dated ……………….. Designation ______

Contractor 11 E.E. (E)

PROFORMA OF SCHEDULE (Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE 'A' Schedule of quantities, details of E/A sets and important notes for equipment under warranty: Appended from page 18 to page 24.

SCHEDULE 'B' Schedule of materials to be issued to the contractor. Rates in figures and Sr. Description words at which the No. Quantity material will be Place of Issue of item charged to the contractor 1 2 3 4 5

NIL

SCHEDULE 'C' Tools and plants to be hired to the contractor

Sr. Hire No. Description of item charges Place of Issue per day 1 2 3 4

NIL

SCHEDULE 'D' Extra schedule for specific requirements/ document for the work, if any. A. Important Note for Contractors: Appended from page 25 to page 26. B. Copy of Memo no. 5-1-12-EW/94 dt. 26/9/1996, Annexure – I (model form of Bank Guarantee): Appended from page 27 to page 28. C. Contract document for AMC of E/A sets from page 29 to page 33.

SCHEDULE 'E' Schedule of component of Cement, Steel, other materials, Labour etc. for price escalation. NIL CLAUSE 10 CC Component of Cement Xc _____ % expressed as per cent of total value of work Component of Steel expressed Xs _____ % as per cent of total value of work Component of Materials Xm _____ % NA expressed as per cent of total value of work Component of Labour expressed Y _____ % as per cent of total value of work Component of POL expressed as Z _____ % per cent of total value of work

Contractor 12 E.E. (E)

SCHEDULE 'F' Reference to General Conditions of contract. Name of work: Comprehensive Maintenance Contract of Engine Alternator Sets installed at various T.E. Bldgs. under Area Manager, Alibag & Panvel, Raigad SSA. Estimated cost of work: Rs. 23,68,200/-

Earnest money: Rs. 47,364/- GENERAL RULES and DIRECTIONS: Officer inviting tender E.E. (E), BSNL Electrical Division, Mumbai . Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 and 12.3. Definitions: See below

2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical Division, Mumbai. 2(viii) Accepting Authority Superintending Engineer (E), BSNL Electrical Circle, Mumbai. 2(x) Percentage on cost of materials and 10% labour to cover all overheads and profits. 2(xi) Standard Schedule of Rates NA

2(xii) Department BSNL

9(ii) Standard EW contract Form EW-8, June 2008 Clause 2 Authority for fixing compensation under S.E. (E), BSNL, Mumbai. Clause 2. Clause 5 Time allowed for execution of work. S.E. (E), BSNL, Mumbai. Authority to give fair and reasonable extension of time for completion of work. Clause 7 Gross work to be done together with net As Applicable. payment/ adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment. Clause 11 Specifications as per Section I – Specifications to be followed for execution of Contract document for C M of E/A work SETS with Schedule of work .

Clause 12 12.1.2 (iii) Schedule of rates for determining NA rates for additional, altered or, substituted items that cannot be determined under 12.1.2 (i) and (ii)

Contractor 13 E.E. (E)

12.1.2 (iii) ± the % over the rate entered in NA the schedule of rates.

12.1.2 (vi) A Deviation Limit beyond which 25 % sub-clauses (i) to (v) shall not apply and clauses 12.2 and 12.3 shall apply

12.1.2 ( vi) B(a) Limit for value of any item of NA any individual trade beyond which sub- clauses (i) to (v) shall not apply and clauses 12.2 and 12,3 shall apply. Clause 16 Competent Authority for deciding reduced Superintending Engineer (E), BSNL, rates. Mumbai – 54

Clause 36 (i) Minimum Qualifications and experience required for Principal Technical Representative. a) For works with estimated cost put to tender more than i) Rs. 10 lakhs for Civil work ii) Rs. 5 Lakhs for Elect/ Mech. Works b) For works with estimated cost put to tender more than i) Rs. 5 lakhs but less than Rs. 10 lakhs for Civil works NA ii) Rs. 1 lakh but less than Rs. 5 Lakhs for Elect/ Mech. Works c) Discipline to which the Principal Technical Representative should belong. d) Minimum experience of works e) Recovery to be effected from the contractor in the event of not fulfilling provision of clause 36(1)

Clause 42 i) (a) Schedule/ statement for determining NA theoretical quantity of cement and bitumen on the basis of Delhi Schedule of Rates _____ printed by C.P.W.D.

Contractor 14 E.E. (E) ii) Variations permissible on theoretical quantities a) Cement for works with estimated cost put 3% ± to tender not more than Rs.5 lakhs. for works with estimated cost put to tender 2% ± more than Rs.5 lakhs. b) Bitumen All works. 2.5% ± only and nil NA on minus side c) Steel Reinforcement and structural steel 2% ± sections for each diameter, section and category. d) All other materials NIL

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made from the Contractor Sr. Description of Item Less use No. Excess beyond beyond permissible permissible variation variation 1 Cement

2 Steel reinforcement

3 Structural Sections NIL

4 Bitumen issued free

5 Bitumen issued at stipulated fixed price

Contractor 15 E.E. (E)

SCHEDULE “A” SCHEDULE OF QUANTITIES

Name of work: - Comprehensive Maintenance Contract of Engine Alternator Sets installed at various T.E. Bldgs. under Area Manager, Alibag & Panvel, Raigad SSA.

S. Description of items Qty Rate /EA Unit Amount N. /month 1 Comprehensive Maintenance of Engine-Alternator Sets of following ratings, complete as per the terms and conditions enclosed. A) E/A sets – Life upto 5 Years . (Capacity of E/A sets in KVA) i) E/A sets upto 20 KVA 01 Per set (including 20 KVA) /month ii) E/A Sets more than 20 KVA 01 Per set but less /month than and including 45 KVA) TOTAL (A) 02

B) E/A sets - Life more than 5 Years. (Capacity of E/A sets in KVA) i) E/A sets upto 20 KVA 22 Per set (including 20 KVA) /month ii) E/A sets more than 20 KVA but 29 Per set less than and including 45 KVA. /month iii) EA sets more than 45 KVA but 7 Per set less than and including 75 KVA. /month TOTAL (B) 58 Total for 1 month (A+B) Rs.

TOTAL FOR 24 MONTHS Rs.

Note :- In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is ambiguity between “schedule and specification” verses IS / BS standards, “schedule and specification” shall prevail.

Contractor 16 E.E. (E)

IMPORTANT NOTE FOR EQUIPMENT UNDER WARRANTY : -

For equipments under warranty period, the recovery for such services shall be made at the rate given below -

Sr. Recovery per Date from which Nature of Service Remarks No. month/Set recovery expires (A) LIFE UPTO 5 YEARS (BUT UNDER WARRANTY) 1 Apta As applicable 2 Madap As applicable 3 Nere As applicable 4 Wakadi As applicable 5 Pabal As applicable 6 Varedi As applicable

Note : - 1. Recovery will be subjected to the +/- abatement of the tender over estimated cost. 2. All consumables will be the responsibility of the BSNL till the service remains under warranty.

PERFORMANCE GUARANTEE: The firm has to submit within 15 days of award of work performance guarantee for 10% of the estimated cost for 12 Months i.e. Rs. 1,18,410/-. This amount is to be given either in the form of Bank Guarantee or any other acceptable form. No Security Deposit shall be deducted from the running bills. This amount shall be refunded after successful completion of maintenance period. The EMD deposited along with tender shall be adjusted against this.

Contractor 17 E.E. (E)

DETAILS OF E/A SETS UNDER RATNAGIRI SSA

(The Details in this section are approximate to give an idea of services to be maintained) E/A set details at different T. E. Building in Dist. Raigad. (Under Area Manager, Alibag) S Station Cap Qua Engine Make Alternator make Year of Remark R. acity ntit Make Type Make Type / Installation N in y / Model o. KVA Model A. Less than 5 years but not under warrantee Recovere d from DA CROMPT G2 S-132 1 TRC Panvel 10 1 KOEL 25.06.2004 Admn. 16 ON LG Bldg. Panvel CROMPT Admn. Bldg. ON G1R 160 2 30 1 ESCORT G-30 17.11.2006 Panvel GREAVE MA S B. More than than 5 years. CUMMIN SJ STAMFO 1 62.5 2 UC 2244F1 Aug. 2001 S 8G7 RD HA CROMPT 2 50 1 KOEL GADH - 388 Mar. 1995 694 ON Recovere HA 3 Ispat- Dolvi 50 1 KOEL KEC 4 AB 200/6 June. 1995 d from 694 Alibag HA SGBP 225 / 4 Chowk 50 1 KOEL NGEF 1997 694 104 Recovere HA SGBP 225 / 5 Wadkhal 50 1 KOEL NGEF May. 2002 d from 694 104 HA 6 50 1 KOEL KEC 4 AB 200/B Mar. 1998 694 HA 4 AB 7 Neral 45 1 KOEL KEC Feb. 1998 494 200/42 ALGP ASHOK STAMFO 8 Revdanda 45 1 370/ UC 2244D1 Sept. 2001 LEYLAND RD 1 4 GREAVE 9 Poinad 45 1 YDA ELGI EGD 420 L5 June. 2001 S MK2 Recovere 1 HA CROMPT Kasu 32.5 1 KOEL G 32.5 NB July. 2002 d from 0 494 ON 3 1 GREAVE CROMPT G2R 160 Sukhapur 32.5 1 YDA 1999 1 S ON MB MK 3 3 1 GREAVE CROMPT G2R 160 Jite 32.5 1 YDA 1999 2 S ON MB MK 3 3 1 GREAVE CROMPT G2R 160 Gadab 32.5 1 YDA 1999 3 S ON MB MK 3

Contractor 18 E.E. (E)

1 HA KEC Dand 32.5 1 KOEL 1810.L7 1998 4 494 (Kerala) 3 1 GREAVE Hashiware 32.5 1 YDA AVKC DGS 29-36 Mar. 1998 5 S MK 2 3 1 GREAVE CROMPT G2R 160 Salav 32.5 1 YDA 1998 6 S ON MB MK 3 3 1 Nagaon GREAVE CROMPT G2R 160 32.5 1 YDA 1999 7 (Alibag) S ON MB MK 3 3 1 GREAVE CROMPT G2R 160 Parhurpada 32.5 1 YDA 1998 8 S ON MB MK 3 1 GREAVE 3 KEC Donwat 32.5 1 TA 1810 L7 1998 9 S YDA (Kerala) 2 Trolley E.A. HA 32.5 1 KOEL KEC 4 AB 200/B 1993 0 Set 494 2 HA CROMPT G2R 160 Barapada 32.5 1 KOEL Dec. 2000 1 494 ON MB 2 KIRLOSK HA KIRLOSK 4 AB 32.5 1 Jun-05 2 AR 494 AR 200/42 2 HA Saswane 31.5 1 KOEL KEC CM 200/S Mar. 1988 3 494 ALGP 2 ASHOK STAMFO Wadhav 30 1 W04 UC 2244 F1 Jan. 2002 4 LEYLAND RD D1 2 3R CROMPT G1R 160 Pirkon 30 1 KOEL May. 2002 5 1040 ON MA 2 3R CROMPT G1R 160 Kadav 30 1 KOEL July. 2002 6 1040 ON MA 2 3R CROMPT G1R 160 30 1 KOEL May. 2002 7 1040 ON MA 2 3R CROMPT G1R 160 Khanavale 30 1 KOEL Jan. 2002 8 1040 ON MA 2 3R CROMPT G1R 160 Zirad 30 1 KOEL Jan. 2002 9 1040 ON MA 3 3R CROMPT G1R 160 Koproli 30 1 KOEL July. 2002 0 1040 ON MA 3 3R CROMPT G1R 160 Johe 30 1 KOEL May. 2002 1 1040 ON MA 3 3R CROMPT G1R 160 Savroli 30 1 KOEL May. 2002 2 1040 ON MA Recovere 3 HA Chirner 30 1 KOEL KEC CM 200/S Mar. 1988 d from 3 494 RSU 3 Recovere 3 GREAVE Borli-Mandla 25 1 YWA KEC CM - 180 M 1999 d from 4 S MK-V Poinad Recovere 3 Admn. Bldg. GREAVE 3 GREAVE d from 25 1 CM 180 M 1997 5 Panvel S YWA S Ltd TRC Panvel 3 2 KIRLOSK Chirner 15 1 RUSTON 4 DM 180/4 1995 6 YWA AR Shifted 3 GREAVE 2 15 1 KECL 4 DM 180/4 23.01.1998 from 7 S YWA Kasu 3 TA2 CROMPT G-2 S-132 Humgaon 7.5 1 KOEL 1999 8 Sr.I ON MD

Contractor 19 E.E. (E)

3 CROMPT G-2 S-132 Ramraj 7.5 1 KOEL DA10 27.04.01 9 ON MD 4 CROMPT G-2 S-132 Bamangaon 7.5 1 KOEL DA10 12.08.00 0 ON MD 4 TA2 7.5 1 KOEL KECL 4 DS 2/4 June. 1999 1 Sr.II 4 TA2 Agardanda 7.5 1 KOEL KECL 4 DS 2/2 June. 1999 2 Sr.I 4 TA2 Vinegaon 7.5 1 KOEL KECL 4 DS 2/2 June. 1999 3 Sr.I 4 TA2 Pabal 7.5 1 KOEL KECL 4 DS 2/2 June. 1999 4 Sr.I 4 GMT Office DA CROMPT G-2 S-132 Shifted 7.5 1 KOEL 2000 5 (Old) 10 ON MD from Johe 4 DA CROMPT G2S 132 Rave 7.5 1 KOEL 27.01.01 6 10 ON MD 4 DA CROMPT G2S 132 Varsai 7.5 1 KOEL 20.01.01 7 10 ON MD 4 TA2 CROMPT Shifted Anjap 7.5 1 KOEL G2S 7.5/41 14.02.01 8 Sr.II ON from Nere 4 TA2 CROMPT Shirki 7.5 1 KOEL G2S 7.5/41 14.02.01 9 Sr.II ON 5 TA2 CROMPT Kamarli 7.5 1 KOEL G2S 7.5/41 15.02.01 0 Sr.II ON 5 TA2 CROMPT Chorde 7.5 1 KOEL G2S 7.5/41 13.02.01 1 Sr.II ON 5 TA2 CROMPT Kopar 7.5 1 KOEL G2S 7.5/41 13.02.01 2 Sr.II ON 5 TA2 CROMPT Sudkoli 7.5 1 KOEL G2S 7.5/41 25.07.01 3 Sr.II ON 5 TA2 CROMPT Usar 7.5 1 KOEL G2S 7.5/41 Jan. 2001 4 Sr.II ON 5 TA2 CROMPT Shelu 7.5 1 KOEL G2S 7.5/41 26.07.2001 5 Sr.II ON 5 Veshvi DA CROMPT G2S 132 7.5 1 KOEL 6 10 ON MB 5 Wakadi DA CROMPT G2S 130 7.5 1 KOEL 7 10 ON MB

C. Less than 5 years but under warrantee

Mahindra & 3255 BCI 1644 1 Apta 15 1 16.12.2008 Mahindra GM Stamford D-1 Ltd. Mahindra & 3255 BCI 1644 2 Madap 15 1 18.12.2008 Mahindra GM Stamford D-1 Ltd. Mahindra & 3255 BCI 1644 3 Nere 15 1 Mahindra GM Stamford D-1 20.12.2008 Ltd. Mahindra & 3255 BCI 1644 4 Wakadi 15 1 Mahindra GM Stamford D-1 22.12.2008 Ltd.

Contractor 20 E.E. (E)

Mahindra & 3255 BCI 1644 5 Pabal 15 1 Mahindra GM Stamford D-1 24.12.2008 Ltd. Mahindra & 3255 BCI 1644 6 Varedi 15 1 Mahindra GM Stamford D-1 26.12.2008 Ltd.

A) E/A sets - Life upto 5 Years. i) E/A sets upto 20 KVA ( 1 including 20 KVA) ii) E/A sets more than 20 KVA but less 1 than and including 45 KVA. iii) E/A sets more than 45 KVA but less 0 than and including 75 KVA.

B) E/A sets - Life more than 5 Years. i) E/A sets upto 20 KVA ( 22 including 20 KVA) ii) E/A sets more than 20 KVA but less 29 than and including 45 KVA. iii) E/A sets more than 45 KVA but less 7 than and including 75 KVA.

Contractor 21 E.E. (E)

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

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

1. TAXES AND DUTIES : The firm shall quote rates for all items inclusive of all duties, octroi, taxes & VAT etc. except service tax. No concessional form in any shape shall be issued by BSNL .

2. SERVICE TAX: - The rates offered by the firm shall be exclusive of the Service tax as applicable. The firm shall claim service tax with the bill clearly furnishing the complete details of service tax so included. BSNL under no circumstances will consider any claim of service tax not included in the bill. It will be the firm’s responsibility to settle service tax with service tax authorities.

3. Comprehensive maintenance of E/A Sets works shall be governed as under: a. BSNL reserve the right to accept the quantity in full or in part.

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

c. BSNL reserve the right to split up the work / Quantities of items of work (Schedule of work between lowest two agencies who agrees the rate decided by BSNL in respect of First lowest in the ratio of 70% and 30% to the First and Second lowest tenderer respectively.

d. The ordering quantity can be increased up to the extend of 25 % (deviation limit) without the consent of the firm. The firm shall execute such quantities at the rate quoted in the tender without any change in terms and conditions of the contract.

e. The agreement shall be signed between the firm and Executive Engineer (E) BSNL Electrical Division, MUMBAI, within a fortnight from the date of approval.

f. Comprehensive maintenance contract shall remain in force for a period of 24 Months from date of award.

g. A schedule of work indicating quantities of various items of quantity shall be supplied by Executive Engineer (E) in respect of each contract.

h. Separate EMD for individual agreement shall not be required. In case of forfeiture of EMD corresponding to individual agreement shall be adjusted from EMD available with master agreement. After finalization of all individual agreements, the concerned division shall refund the EMD available with the agreement after last material under this contract is supplied and paid.

Contractor 22 E.E. (E)

4. VARIATION IN EXCISE DUTY: -

a. The percentage of excise duty included in item no.1 shall be stated.

b. In case of any statutory variation in regard to excise duty only in respect of item no.1, within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actuals against valid documentary proof.

c. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase.

d. Price adjustment provision on account of change in excise duty shall not apply in respect of equipment/components of equipment/materials, other than item no.1.

5. a) Tendered rates are inclusive of taxes and levies except Service Tax payable under the respective statutes. However, pursuant to the Constitution (Forty Sixth 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 so 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).

b) The contractor(s) shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of Government and shall furnish such other information's /documents as the Engineer-in-Charge may require.

c) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy pursuant to the Constitution (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.

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 taxes by the contractor the tender may be liable to be summarily rejected by the accepting authority. No conditional offer shall be entertained and rejected. (Standing order No.258) 6. Firm has option to Deposit Earnest money in form of Bank Guarantee for Comprehensive Maintenance Contract works in BSNL’s attached format and manner (Annexure – I).

Contractor 23 E.E. (E)

SCHEDULE “D”

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

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

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

2. The Bank Guarantee shall be from a Scheduled Bank or from a Nationalized Bank/ State Bank guaranteed by Reserve Bank of India.

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

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

5. The Bank Guarantee Deposit by the Contractors shall be entered in a register to be maintained by the Divisional Officer/Accounts Officer of the concerned Electrical Division and the register shall be reviewed periodically and appropriate action to be taken for extending/ encashing or release of this Bank Guarantee.

6. This is issued with the concurrence of BSNL Finance vide their U.O.No.274/FA-V dated 26th Sept.1996 and shall come into force with immediate effect.

Encl.: Annexure-I

Contractor 24 E.E. (E)

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

BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, AMC E/A Sets, LIFTS AND SUB STATION WORKS WHEREVER THE AMOUNT OF EMD IS MORE THAN RS. 20,000/-.

Whereas______(hereinafter called "The Contractor(s)") has submitted its Tender dated______for______(Name of work)______KNOW ALL MEN by these Presents that we______OF ______having our registered office at______(hereinafter called "The Bank") are bound unto ______(hereinafter called "The BSNL") in the sum of ______for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form: or

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

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

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

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

Signature of the Bank

Signature of the Witness

Name of Witness

Address of Witness

Contractor 25 E.E. (E)

SECTION – I

CONTRACT DOCUMENT

FOR

CMC OF

ENGINE-ALTERNATOR

SETS

Contractor 26 E.E. (E)

GENERAL CONDITIONS

Scope of Maintenance

The maintenance of EA sets as included in the schedule of work are to be carried out on comprehensive basis. No material will be supplied by BSNL except diesel. The firm has to adhere to maintenance schedule attached with this document.

The scope of maintenance also includes, complete upkeep of electrical control panel (manual type), fuel and exhaust system used for EA set and replacement of heavy duty battery /batteries.

The Engine & Alternator will be got repaired from original manufacturers and / or their authorized service centers.

Methodology

1. Before starting the work, the new agency will depute his supervisor who in consultation with the authorized representative of BSNL as well as with the supervisor of old agency, if any, will prepare the defect list within 15 days from the date of award of the work. The responsibility of rectification/ removal of the defects will rest with BSNL.

2. After the completion period is over, the Agency will handover the installation in a healthy and free from defects condition. In case of dispute, decision of Engineer-in-Charge shall be final and binding.

3. A complaint book as per Annexure-II shall be kept at sub-division office by the firm and the firm shall update the same by submission of service reports. Necessary complaints will be registered by JTO (E) concerned and entries will be made by him according to the service reports with due verification.

4. At the start of each month, the firm in consultation with SDE (E) concerned shall prepare a tentative programme for preventive maintenance to be carried out during the month by listing name of stations and date on which he may carry out the maintenance.

5. The firm shall depute only those persons who are trained in engine and / or alternator, as per need of the job.

TOOLS & PLANTS

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

Contractor - 27 - E.E. (E)

COMMERCIAL

1. The tenderer must obtain himself at his own expenses, all the information necessary for the purpose of tendering. Inspect the site and acquaint himself with all the local conditions, means of access to work and nature of work etc. No claim shall be entertained on this account.

2. Payments shall be made bi-monthly. It is mandatory to attach Annexure III & IV (containing details of periodical maintenance done monthly) with the bill. This certificate has to be signed by the S.D.E (E).

3. The rates quoted must be including of all taxes, duties etc but excluding of service tax .

SERVICE TAX The firm shall claim service tax with the bill clearly furnishing the complete details of service tax so included. BSNL, under no circumstances, will consider any claim of service tax not included in the bill. It will be the firm’s responsibility to settle service tax with service tax authorities .

COMPENSATION FOR DEFAULTS 1. Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff shall be the responsibility of firm and shall be replaced/rectified without any extra cost.

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

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

Contractor - 28 - E.E. (E)

4. Compensation for delay in removal of defects:

Sr. Grounds of Compensation Quantum No. 1 Non functioning of any item/ 1% (one percent) per day accessory of E/A set but subject to maximum of 10% output power - of tendered value (one year) a) Is Available of the faulty E/A set. b) Not Available Note: 1. This is without prejudice to BSNL’s right to take action under clause 3 above. 2. The period after which compensation shall be applicable will be governed as follows: i.) 1(a) shall be applicable after a period of one week or immediately if the ground changes from 1(a) to 1 (b). ii.) 1(b) shall be applicable immediately. 3. The period of 1 week shall be suitably extended, if required, in case of major defects (replacement/ repair) by the Superintending Engineer (E). 4. In case the defect is of such a nature that the power supply will not be available for more than 48 hours, the agency shall make alternate arrangement by providing suitable capacity of E/A set, cost of which will be borne by BSNL. i.) The rate will be decided in advance. ii.) In case the repairs extends beyond the period decided in (3) above, the cost of alternate E/A set will be borne by agency. iii.) Note (2) will not be applicable in the case till 48 hours.

CURRENCY OF CONTRACT

1. The currency of contract shall be 24 months.

2. BSNL reserves the right to terminate the contract by giving show cause notice of one-month duration at any time during the currency of the contract.

3. BSNL reserves the right to extend the contract for a maximum period of six months (three months at a time) at the same rates & conditions without consent of the firm.

Contractor - 29 - E.E. (E) MISCELLANEOUS

1. The workers engaged by firm should maintain proper discipline and good behavior with occupants. The firm shall not depute such workers at the site, whose behavior is found improper. Executive Engineer’s decision shall be final.

2. The agency will provide the workers with necessary Tools & Plant, Testing and safety equipments.

3. Agency has to observe all the labour rules and regulations in force and indemnify BSNL against any claims whatsoever, either from this clause or any other clause in the contract.

4. Firm shall issue ID card to their workforce whenever they enter premises for bonafied work. Nobody shall be allowed entry without work and nobody will be allowed overnight stay without work. The workers should wear proper uniform with detachable badge indicating the name of person & firm.

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

6. The contractor shall not sublet the work or part thereof.

7. The contractor has to keep all the units, neat and clean to avoid any accident and / or fire hazards.

8. Firm should have round the clock contact telephone number. In case of Emergency, contractor and authorized engineer supervisor shall be available at site on short notice from engineer-in-charge and make all efforts to make the situation normal at the earliest.

9. Firm is responsible to keep workable spares and consumables for due performance of the contract. For critical spare parts, firm shall have arrangement with dealers for prompt supply.

10. Any material used/ replaced by the Firm for the work shall have same specification. Alternate Make shall be allowed, only after prior approval of the Engineer in charge. If any component which is out of manufacture becomes faulty, the cost of replacement shall be borne equally by the firm and BSNL, provided the Engineer-in- Charge is satisfied that repair/ replacement of the same cannot be done from local/ similar venders. Documentary proof regarding out of manufacture shall be arranged by the firm.

11. Rubber matting will be BSNL responsibility.

12. Battery to be replaced by agency once during the contract period (24 months) as per direction of Engineer-in-Charge.

Contractor - 30 - E.E. (E) MAINTENANCE SCHEDULE

ENGINE

EVERY 50 HOURS

(i) Check & top up oil in the air cleaner. (ii) Check hose connections in cooling system. (iii) Check fuel-piping connections. (iv) Check exhaust-piping connections. (v) Check engine mountings. (vi) Check engine to drive unit coupling. (vii) Check electrical connections. (viii) Check lubricates throttle linkages. (ix) Clean air cleaner. (x) Clean fuel feed pump strainer. (xi) Check electrolyte in battery.

EVERY 200 HOURS

(i) Check & top up lube oil in fuel injection pump (FIP). (ii) Check radiator cowl stay and gap between fan & cowl. (iii) Check for proper alignment of engine to drive unit. (iv) Replace oil in air cleaner. (v) Replace fuel filters & sealing ring. (vi) Clean strainer in fuel tank.

EVERY 400 HOURS i.e., ‘B’ Check: ‘B’ check is to be carried out every 400 hours or six months whichever is earlier. In a contract period of 24 months minimum four ‘B’ checks are to be carried out. If it exceeds more than four, the cost of engine oil and oil filter shall be paid extra by BSNL.

(i) Replace engine oil every 400 hours or 6 months whichever is earlier. (ii) Replace engine oil filter every 400 hours or 6 months whichever is earlier. (iii) Check & reset injector pressure. (iv) Check & reset injector pump timing. (v) Retighten cylinder head nuts. (vi) Adjust engine valve clearance.

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

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

Contractor - 31 - E.E. (E)

ALTERNATOR MONTHLY – (i) Clear air inlet and outlet restrictions. (ii) Tighten all electrical connections and terminations.

YEARLY –

(i) Measure and record alternator winding resistance.

ELECTRICAL AND CONTROL PANEL

MONTHLY –

(i) Check battery-charging system and take corrective action. (ii) Check battery electrolyte level and top up the same. (iii) Check electrical measuring instruments, indicating lamps for proper functioning. (iv) Tighten power distribution wiring and connections.

SPECIAL CONDITIONS:

1. The Firm will visit each installation atleast once in a month , perform operational load test for 15 minutes and release service report.

2. Measure the earth resistance of all earthing stations and ensure that all equipment is properly earthed i.e., there are no loose joints. ----- Half yearly.

Contractor - 32 - E.E. (E) Annexure – I

Details to be supplied before starting the work

Name of the Agency 1 (with Office address) :

2 Name of Proprietor / partners :

3 Telephone No.(s) of the firm :

4 Name & address of the : Supervisor

5 24 Hours contact No. :

Contractor - 33 - E.E. (E) ANNEXURE - II

COMPLAINT REGISTER

Date & Date & Cause Remarks / Sr. time of Material time of Nature of Location of Signature No. attending used complaint complaint fault of JTO (E) complaint

Contractor - 34 - E.E. (E) ANNEXURE – III

Programme for Periodical Maintenance for the month of ______

Name of contractor : ______

Agreement No. : ______

Name of Sub Division : ______

Location : ______

Maintenance Activity with S.No Name of Service Remarks requirements of materials

(Contractor) Engineer – in – charge

SDE (E-P II) - 35 - E.E. (P&D) ANNEXURE – IV

Actual Periodical Maintenance carried out in the month of ______

Name of contractor : ______

Agreement No. : ______

Name of Sub Division : ______

Location : ______

Results Sr. Periodical Maintenance Name of Service Satisfactory/ Remarks No Actually carried out Unsatisfactory

(Contractor) Engineer–in–charge

Contractor - 36 - E.E. (E)