Downloaded Tender Doc. 1 Downloaded Tender Doc. 2

Downloaded Tender Doc. 3

Downloaded Tender Doc. 4 Annexure-2

Name of Work:- Providing Comprehensive Maintenance and Operation of Electro-Mechanical Services for 49 nos. USOF sites under BSNL, ED, of Telecom Circle.

Issued to:- ……………………………………………………………………………………………

Issuing officer:- …………………………………………………………………………………….

Date of Issue:- ………………………………………………………………………………………

INDEX

S. Description Page No. No. (A) TECHNICAL BID ( SECTION-I TO VI ) 1. Section–I ( Notice Inviting Tender ) 4-8

2. Section–II ( Annexure –I to V ) 9-15

3 Section–III ( Special and Additional conditions) 16-22

4. Section–IV (Specifications of work ) 23-30

5. Section–V (Correction Slip) 31-34 6. Section–VI (Item rate tender and conditions of contract Form Printed Form i.e. CPWD/BSNL – 8 form ) CPWD/BSNL-8 as per Standard. (B) PRICE BID (SECTION- VII ) 7. Section–VII Price Bid (Schedule of Quantities) 35-37

This NIT contains 1 to 37 pages only.

Executive Engineer (E) BSNL, Electrical Division, Udaipur.

Downloaded Tender Doc. 5

ACCEPTANCE OF CONTRACT

This tender being L-1/L-2/L-3 of M/s------for 50%/30%/20% quantity respectively is hereby accepted by me for and on behalf of the BSNL for a sum of Rs. ______only. (Rupees______only).

The bidder’s letter(s) referred to below shall form part of this contract Agreement:- i) ii) iii)

Dated...... Signatures:- Designation: - PCE (E), BSNL, Jaipur. For & on behalf of the BSNL

Downloaded Tender Doc. 6

BHARAT SANCHAR NIGAM LIMITED (A Govt. STATE Rajasthan CIRCLE BSNL, EC, Jaipur Circle. of BRANCH Electrical DIVISION BSNL, ED, Udaipur. Enterpr PCE(E),Jaipur BSNL, ESD’s under ED, ZONE SUB-DIVISIONS ise) Udaipur.

Item Rate Tender & Contract for Works

Tender for work of: - Providing Comprehensive Maintenance and Operation of Electro-Mechanical Services for 49 nos. USOF sites under BSNL, ED, Udaipur of Rajasthan Telecom Circle.

i) Tenders to be submitted by 11:00 hours on 23/07/2009 in the office of EE (E), BSNL, ED, Udaipur. ii) Tenders to be opened in presence of tenderer, who may be present at 11:30 hours on 23/07/2009 in the office of EE (E), BSNL, ED, Udaipur.

Tender issued to:-M/s ______(Name of Contractor)

------Signature of officer- Issuing the tender documents. Designation: - EE (E), BSNL, ED, Udaipur.

Date of issue: 20/07/2009.

Executive Engineer (E)

Downloaded Tender Doc. 7

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) NIT No. : 31/12/EE(E)/BSNL/ED/UPR/2009-10 Dated:- 25/06/2009 TECHNICAL BID ( SECTION –I TO VI )

SECTION-I (NOTICE INVITING TENDER) 1.0 The Executive Engineer (E), BSNL, Electrical Division, III Floor, C-Block, Door Sanchar Bhawan, Sector-4, Hiran Magri, Udaipur-313002 (Raj.) (Telephone No. 0294-2463500 and FAX No. 0294-2463601) invites on behalf of Bharat Sanchar Nigam Limited, Sealed item rate tenders for the under mentioned work(s) from the approved and eligible contractors satisfying the eligibility criteria as per Para no.2.0 below:- (i) Name of work(s) Providing Comprehensive Maintenance and Operation of Electro-Mechanical Services for 49 nos. USOF sites under BSNL, ED, Udaipur of Rajasthan Telecom Circle. (ii) Estimated Cost (Rs.) Rs. 2,55,83,880.00 (iii) Earnest Money Deposit (EMD) (Rs.) Rs. 2,55,839.00 (iv) Tender cost (Non refundable) Rs. Rs.1500.00 (v) Last Date & Time of receipt of 17/07/2009 (16: 00Hrs.) Application (vi) Last Date & Time of issue of tenders 20/07/2009 (16: 00Hrs.) (vii) Last Date & Time of receipt of tenders 23/07/2009 (11: 00Hrs.) (viii) Last Date & Time of opening of tenders 23/07/2009 (11: 30Hrs.) (ix) Time for making availability of sites for Partly available and balance with in the work. three Months from the date of approval of tender. (x) Duration of Contract. 60 Months (5Years) from the date of actual commencement of work after issue of L.O.I. for individual site / group of sites. 2.0 ELIGIBILITY CRITERIA: 2.1 Enlisted Class – I / II / III Electrical contractors of BSNL. OR 2.2 DG set contractors executing USOF/GSM sites in BSNL, OEM of Engine Manufactures e.g. Cummins, KOEL, Greaves, M & M, Escorts & Eicher and authorized service dealers of Engine Manufactures having the average turn over not less than Rs. 35 lacs per year during the last three years (i.e. 2005-06, 2006-07 & 2007-08). OR 2.3 The firms/contractors, who have successfully executed similar nature of work of Mobile towers with licensed operators in average 30 sites per year during the last three years and the average turn over not less than Rs. 35 lacs per year during the last three years (i.e. 2005-06, 2006-07 & 2007-08).

3.0. BID DOCUMENTS: 3.1 The tender documents consisting of Specifications, Schedule of quantities of the work to be done and the set of terms & conditions of the contract to be complied with by the contractor whose tender may be accepted and all other relevant information/ Downloaded Tender Doc. 8 documents pertaining to the work can be downloaded for quoting the tender from our website www.rajasthan.bsnl.co.in . ALTERNATIVELY

3.2 The tender documents consisting of Specifications, Schedule of quantities of the work to be done and the set of terms & conditions of the contract to be complied with by the contractor, whose tender may be accepted and all other information/documents pertaining to the work will be open for inspection by tenderers and can be had from the Office of Executive Engineer (E), BSNL, Electrical Division, III Floor, C-Block, Door Sanchar Bhawan, Sector-4, Hiran Magri, Udaipur- 313002 (Raj.) between 11:00Hrs to 16:00Hrs on every working day except on Sundays and public holidays.

3.3 The cost of tender documents deposited along with application for tender issue shall not be refunded, even if bidder is found ineligible for issue of tender documents.

4.0 TESTIMONIALS:- The firms shall submit application for issue of tender documents on its printed letter- head along with following: (a) Chartered Accountant Certificate for turnover. (b) Copy of PAN card issued by Income Tax department. (c) Authority letter from approved Engine manufacturer on its printed letter head as in Para no. 2.2 above or Work execution Certificate from licensed operators on its printed letter head as in Para no. 2.3 above. (As applicable). (d) EPF registration Certificate. (e) Certificate as per Annexure- I about relative not working in BSNL Unit. (f) Service Tax Registration Certificate. (g) Copies of the documents in support of fulfilling the eligibility criteria as per Clause- 2.0 above shall be self attested by the firm as well as certified by any BSNL Executive.

5.0 SUBMISSION OF TENDERS: 5.1 The bids shall be submitted as per Two Envelope/Two Bid system described below: 5.2 The tenderer shall submit the tender in two nos. Envelopes .The name of the work, Name of tenderer, Technical/ Financial bid and last date of receipt of tender should be mentioned on each envelope. 5.3 The envelope-I (Technical Bid) shall contain the following: 5.3.1 Cost of bid documents (which shall not be refunded, even if bidder is found ineligible for issue of tender documents) in the form of a separate Demand Draft of a scheduled Bank or Nationalized Bank /State Bank guaranteed by Reserve Bank of India drawn in favour of A.O., BSNL, Electrical Division , Udaipur. (In case tender documents are downloaded from the internet) 5.3.2 Earnest money in the form of CDR/FDR/DD/BG of a scheduled Bank or Nationalized Bank /State Bank guaranteed by Reserve Bank of India drawn in favour of A.O., BSNL, Electrical Division , Udaipur. (Performa as per Annexure-II). 5.3.3 Chartered Accountant Certificate for turnover. 5.3.4 Copy of PAN card issued by Income Tax department. 5.3.5 Authority letter from approved Engine manufacturer or Work execution Certificate from licensed operators on its printed letter head. (As applicable). 5.3.6 EPF Registration certificate. 5.3.7 Service tax registration certificate. 5.3.8 Documents in support of fulfilling the eligibility criteria as per clause-2.0 above. 5.3.9 Unpriced Bid documents (Technical Bid) 5.3.11 Statement of Technical and Commercial deviations from NIT in case of any exception or deviation from the provisions of NIT.

Downloaded Tender Doc. 9 5.3.12 Certificate regarding relative not working in BSNL unit.

5.3.13 The credentials shall be self attested as well as certified by any BSNL Executive. If the credentials are not certified by BSNL Executive, then original documents shall be produced at the time of tenders opening. (In case of the downloaded tender documents from the internet). 5.3.14 An undertaking that there is No Technical or Commercial deviation or additional condition incorporated in the financial bid.

5.4 The envelope-II (Price Bid) shall contain the following:- 5.4.1 Price bid quoted on the original tender documents issued by BSNL or downloaded from the internet. (SECTION-VII) 5.4.2 The rates and amounts should be filled only in the Price Bid (schedule of quantities) attached thereto.

6.0 TENDER OPENING:- Tenders, which should always be placed in sealed envelope, in the manner detailed at Para no. 5.0 above, will be received and opened on the due dates in BSNL, Electrical division, Udaipur up to 11:00 Hrs & 11:30 Hrs. respectively by Executive Engineer (E) or his authorized representative in his office. 6.1 Envelope-I containing the Technical bid, earnest money, tender cost and documents pertaining to eligibility etc. (As per clause 5.3 above) shall be opened on the due date. 6.2 Envelope-II containing the Price bid shall not be opened but retained in sealed unopened condition by the tender opening authority. The date of opening of financial bid to tenderers found eligible shall be intimated separately. 6.3 After the opening of Envelope-I Technical bids shall be evaluated by BSNL. 6.4 Deviation, objectionable stipulations and discrepancies, if any, shall be brought to the notice of eligible bidders by BSNL while giving a minimum 7 days notice. 6.5 All communication with the bidders shall be in writing. FAX / E-Mail shall be covered under this category and considered as adequate means of communication. 6.6 The tenderers, after compliance of discrepancies, will be required to submit their final offer. The corresponding financial implications shall be quoted for each technical and commercial deviation, which shall be added/subtracted from the original financial bids. The price bids of only those tenderers who meet the NIT / modified requirement shall be opened. 6.7 If a holiday is declared on the tender opening day, the tenders will be opened on the next working day. 6.8 The Company or firm or any other person is not permitted to tender for works in BSNL units in which his near relative(s) is (are) posted. 6.9 Tender documents received through Courier / Post shall not be opened/considered at all. 6.10 The contractors are advised to submit their tenders carefully as any tenderer found to be withdrawing the tender, within validity period, action as per relevant clause of NIT will be taken.

7.0 The tender should be properly bound and sealed. In case of loose/spiral bound submission of tender, the tender shall be liable for rejection. (In case of the downloaded tender documents from the internet).

8.0 Every page of downloaded tender shall be signed by the tenderer / his authorized signatory with stamp (seal) of his firm/organization and the tenderer shall furnish a declaration” that No addition/ deletion/ correction have been made in the tender document submitted and it is identical to the tender document Downloaded Tender Doc. 10 appearing on website”. (In case of the downloaded tender documents from the internet).

9.0 If it is found at any stage of tender scrutiny after submission of tender that the bidder has made any correction/addition/alternation/omission in tender documents vis-a-vis tender documents available on the website/original draft NIT in office, the bid shall be treated as non responsive and shall be summarily rejected and the EMD deposited by tenderer shall be forfeited in addition to any other action as per prevalent rules.

10.0 The conditional tender or tenders with conditional rebate shall be summarily rejected. However tenders with unconditional rebate will be considered.

11.0 The tenderer shall submit the original computer printout of the tender documents downloaded from the internet. The photo copy shall not be accepted.

12.0 The tender documents shall not be issued/sent through Post / Courier.

13.0 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.

14.0 WORK QUANTITY DISTRIBUTION (SPLIT UP): 14.1 The work / quantities of work will be split amongst the lowest two tenderers as per details given below. 14.2 The proportion of work distribution shall be as follows: (i) 70% to the first lowest tenderer (L-1), 30% to the second lowest tenderer (L-2) provided the L-2 match their quoted rates with the rates approved by BSNL in respect of 1st lowest (L-1) bidder. (ii) In case, the second lowest (L-2) does not agreed with the rates approved in respect of 1st lowest (L-1) bidder, then the offer for match the rates with L-1 bidder shall be given to L-3 bidder and in case of his refusal, the opportunity shall be given to L-4 & So on to other eligible bidders in order of their ascending quoted prices. (iii) In case of refusal of all eligible bidders except L-1, then 100% work shall be awarded to the first lowest tenderer (L-1).

15.0 Performance guarantee: - The successful tenderer shall upon issue of letter of tender acceptance, shall be required to furnish irrevocable performance guarantee for an amount equal to 5% of the contract value in the form of CDR/FDR/DD/ Bank Guarantee (Annexure-III) to the tender documents) with in 15 days from the date of issue of acceptance of tender by the BSNL. The validity period of the performance Bank guarantee shall be 5 (Five) Years from the date of 15 days of letter of tender acceptance. In the event of failure on the part of the successful tenderer to furnish the performance guarantee with in 15 days, the earnest money deposited (EMD) will be forfeited. 16.0 The Notice Inviting Tender shall form part of the contract document, In accordance with clause-1 of the contract, the tender acceptance letter shall be issued first in favour of the successful tenderer/contractor. The contract shall be deemed to have come into effect on issue of communication of acceptance of the tender. On such communication of acceptance, the successful tenderer/ contractor shall within 15 days from such date, formally sign the contract consisting of following. 16.1 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 Downloaded Tender Doc. 11 time of invitation of tenders and acceptance thereof together with any correspondence leading thereto. 16.2 Standard C.P.W.D/BSNL-8 Form. 17.0 Tenderers are advised to inspect and examine the site and its surrounding and satisfy themselves before submitting their tenders as to the nature of the ground and the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and local conditions and other factors having a bearing on the execution of the work. 18.0 The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected. 19.0 The competent authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 20.0 The tender of the works shall remain open for acceptance for a period of 90 days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or date of issue of letter of acceptance/intent, whichever is earlier or makes any modifications in terms and conditions of the tender which are not acceptable to BSNL, then BSNL shall without prejudice to any right or remedy be at liberty to forfeit 50% of the said Earnest money as aforesaid. 21.0 No exemption certificate for payment of EMD is acceptable. 22.0 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 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. Signature of Divisional Officer For & on behalf of BSNL.

Downloaded Tender Doc. 12

SECTION-II ( Annexure-I to V )

ANNEXURE-I

Format of the certificate to be given by the firm/person in respect of relative(s) being Non BSNL Employee :

“I______S/o______R/o______here by certify that none of my relative(s) as defined below is/are employed in the zone of Principal Chief Engineer (E), BSNL, Jaipur. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have absolute right to take any action as deemed fit/without any prior intimation to me”.

Date:- Signature with seal of contractor(s)

NOTE:- (i) The company or firm or any other person is not permitted to tender for works in BSNL Unit in which his near relative(s) is (are) posted. The unit 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).

(ii) The near relatives for this purpose are defined as under: a) Members of a Hindu Undivided family. b) They are husband and wife. c) The one is related to the other in the manner as father, mother, son(s) & son's wife (daughter-in-law), Daughter(s)&daughter's husband (son-in-law), brother(s) & brother's wife, sister(s) & sister's husband(brother-in-law).

(iii) The certificate shall be given by all the partners for partnership firm and in case of limited company by all the directors of the company. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money / security deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

Downloaded Tender Doc. 13

ANNEXURE-II

MODEL FORM OF BANK GUARANTEE

BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE FOR ELECTRICAL INSTALLATION / O&M / AIR CONDITIONING / DIESEL ENGINE- ALTERNATOR / LIFTS AND SUB-STATION WORKS etc. (WHEREVER THE AMOUNT OF EMD IS MORE THAN Rs. 20,000/-)

Whereas______(here in after called” the Contractor(s)” has submitted its Tender dated______for______(Name of work) ______.

KNOWN ALL MEN By these presents that We______of______

having our registered office at ______(here in after called “ The Bank”)

are bound up to ______(here in after 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 OBLIGATIONS ARE:-

1. If the Contractor(s) withdraw 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 / Performance Guarantee in accordance with the conditions of Tender document.

We undertake to pay to the BSNL up to the above amount upon the 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.

Downloaded Tender Doc. 14

ANNEXURE III

MODEL FORM OF PERFORMANCE GUARANTEE

1.0 BANK GUARANTEES BOND FOR PERFORMANCE GUARANTEE FOR ELECTRICAL INSTALLATION / O&M / AIR CONDITIONING / DIESEL ENGINE-ALTERNATOR / LIFTS AND SUB-STATION WORKS etc.

Whereas……………… (here in after called” the Contractor(s)” has submitted its Tender dated ______for______(Name of work) and Whereas……………… (here in after called” the Contractor(s)” has been communicated the acceptance of its tender dated______for______(Name of work) vide letter No.______dated ______by BSNL.

KNOWN ALL MEN By these presents that We______of______having our registered office at ______(here in after called “ The Bank”) are bound up to ______(here in after 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.

2.0 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 by reason of breach by the said contractor(s)’ of any of the terms or conditions contained in the said Agreement or by reason of the contractors(s)’ failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding ______.

3.0 We under take to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(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 valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4.0 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 the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ______(office/Department) BSNL certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of FIVE YEARS (as specified in the agreement) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter.

Contd.

Downloaded Tender Doc. 15

5.0 We (name of the bank) ______further agree with the BSNL that the BSNL shall have the 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 or 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 or 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.

6.0 This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/supplier(s).

7.0 We (name of the bank) ______lastly undertake not to revoke this guarantee during its currency except with the previous consent of the BSNL in writing.

Dated the ____day of ______

For ______(Indicate the Name of Bank)

Downloaded Tender Doc. 16

ANNEXURE IV Undertaking / Declaration by Firm / Contractor 1. I/We have read and examined the Notice Inviting Tender, Schedule of Work, Conditions of Contract, Specifications, General Rules and Directions, Clauses of Contract, other contents etc. in the tender document for the work. 2. I/We hereby tender for the execution of the work specified for the BSNL within the time specified in schedule as applicable. 3. I/We agree to keep the tender open for (90) Ninety days from the date of submission thereof and not to make any modifications in its terms and conditions. 4. A sum of Rs. 2,55,839.00 (2% of 50% of the estimated cost) has been deposited in the form of DD/Pay Order/FDR/CDR / BG of scheduled bank guaranteed by Reserve Bank of India as earnest money. If I/We fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said BSNL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further if I/We fail to commence work as specified, I/We agree that BSNL or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards performance guarantee 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 and those in excess of that limit at the rates to be determined in accordance with the provision contained in relevant Clause of the tender form. 5. 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 the same or use the information in any manner. 6. I/We hereby declare that the tender submitted is the original downloaded computer printout and not the photocopy. I/We agree that during the process of tender finalization if it is detected that the tender documents submitted has been changed / made additions or/ and deletions, the offer may be rejected and that I/We agree that BSNL or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money absolutely in addition to any other action as per prevalent rules.(Applicable if Tender Document is downloaded from internet) 7. I/We here by agree to sign the:- (a) The original documents consisting of schedule and specification, important note to Contractor, special conditions of contract etc as per original tender documents (applicable under bid received on web). (b) Latest C.P.W.D -6&8 / BSNL -6&8 form shall form part of the agreement.

8. I/ We hereby declare that in quoting the prices in Price schedule-VII, we have taken into account the entire credit on inputs available under the CENVAT SCHEME introduced w.e.f 2004 and further extended on more items till date. 9. I/We hereby certify that E.D. Tariff Head indicated separately are correct & CENVAT Credit for the amount mentioned in Price schedule-VII, are admissible as per CENVAT Credit Rules.

Dated...... Signature of Contractor Postal Address

Downloaded Tender Doc. 17 Witness: Address: Occupation: S. Cluster STATE NUMBER NAME OF SITES UNDER No. no. DISTRICT OF SITES BSNL ELECTRICA L DIVISION 1. 63 PALI 17 BALANA,BARGAONRA,DOODNI, Udaipur GURALAS,DADAI,RAIPURIYA, DHANLA, BHAGESAR,ROOPAWAS, KHARDI,KALAB KALAN,DEWAN, GUDA KALAN, CHARWAS, BILAWAS, GAGURA and BAMNERA. 2. 63 JALOR 25 CHANDRAI,NOSRA,RANGALA, -----do----- SINDHARA,JODWARA,NIMBAWAS, LEDARMER,MEDA BRAHMNAN, GOLWARA,KHEJARIYALI,RANODAR, KARAWARI,SURACHAND,TEETOP, VEERAWA,KOMTA,MINDAWAS, MENGALWA,MATRIWARA,GUNDAU, DHAMANA,DABAL,BICHHAWARI,NAY A MORSEEN and BHAVRANI. 3. 63 07 JOLPUR,SANGWARA,PAMERA, -----do----- JHADOLI,MERMANDWARA,TAWARI and AMRAPURA. Total 49 nos. ANNEXURE – V (A) The Provisional details of the sites contained in the cluster no. 63 under BSNL, ED, Udaipur are as under

NOTE:- The above details are tentative. The quantity and name of sites may change.

Executive Engineer (E)

Downloaded Tender Doc. 18

(B) (INVENTORY OF ELECTRICAL INSTALLATION AT EACH SITE) S. Description of items Qty. No 1 02 Nos. each 1X36W copper fluorescent and 1 x 11 W CFL 04 Nos. luminaries. 2 Ceiling / 12 “Cabin fan. 01 Nos. 3 2x1.5 sqmm copper wire , Plug / switches etc.( for 5 light / Fan and 4 1 Lot. plug points),Mobile charging panel etc. 4 Electric Cables. (a) 2X1.5 sqmm pvc insu. armoured copper cable. Approx. 60 meters (b) 4X16 sqmm Aluminium armoured cable. Approx. 100 meters. (c) 70sqmm multi strand single core copper cable. Approx. 100 meters 5. MV distribution cum Energy meter panel with 2 Nos. 63 amps. TPN , 1 No. 3 Nos. 32 Amps. TPN , 1 No. 10 Amps. TP & 4 Nos. 5 Amps. SPN MCBs and 5-30 amps 3 phase Energy meter. 6. Earth Stations( 50x6mmGI flate tower ring Earth-1,600x600x3mm 8 Nos. copper plate lightning Earth-2, 600x600x6mm GI plate E/A & EB neutral Earth-3 and 4.5 Mtr. X 40mm dia GI pipe EI & E/A Earth-2. 7. LED based Aviation light 1 No. 8. 1 no. 20 KVA D.G. set “ RTU type” with AMF panel in acoustic 1 No. enclosure,Plinth ,GSM modem ,02 Nos. 4.5 Kg. Co2 fire extinguishers and 02 Nos. Fire buckets. The details of E/A & AMF panel as below. ENGINE (With A1 Governing CUMMINS ( X 2.5 G2-32BHP) / KOEL ( HA 394- only) 32BHP and RB 33 – 36 BHP ) GREAVES Ltd. ( 3YWAK MK5 -34.4BHP) / MAHINDRA & MAHINDRA ( 4335 GM-33BHP)/ ESCORTS ( G 25-33 BHP)/ EICHER ( 422 ES -34 BHP) ALTERNATOR KIRLOSKAR / NGEF/KIRLOSKAR GREEN / STAMFORD / CROMPTON GREAVES-AL SERIES / ELECTRODYNE. AMF CONTROL PANEL VRINDA NANO TECHNOLOGIES (P) LTD., GURGAON /MARK AND SPACE TELESYSTEM (P) LTD, NEW DELHI / DYNAMIC TELECOM AND DATA SYSTEM (P) LTD, ROORKEE/ ACME TELE POWER LTD.,GURGAON./ G.S.P. POWER PROJECTS, JAMMU/ SUPERNOVAENGINEERS LTD., AHEMDABAD / SUN INDUSTRIAL AUTOMATION & SOLUTIONS, CHENNAI.

NOTE:- The above details are approximate. The quantity of items may vary from site to site.

EXECUTIVE ENGINEER (E)

Downloaded Tender Doc. 19

SECTION –III (SPECIAL AND ADDITIONAL CONDITIONS)

The contractor shall read carefully the following conditions and shall quote accordingly. 1.0 EARNEST MONEY DEPOSIT: 1.1 Validity period: The validity period of Earnest Money deposit should be kept 30 days beyond the tender validity i.e. 90+30=120 days, as the tender validity period is 90 days. 1.2 Extension of Validity period: In case, where the letter of award of work can not be placed with in the validity period of 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. 1.3 Release of Earnest Money Deposit: Earnest money deposit of all unsuccessful tenderers shall be released within one week of issue of award letter to the successful tenderer. Where the BSNL requests the tenderer to extend the validity of the tender beyond the stipulated period given in the tender documents, and the tenderer refuses to extend the validity of his tender, the earnest money deposit of such tenderers shall be returned forthwith. 1.4 The earnest money deposit will be refunded in full after receipt of the Performance Guarantee. 1.5 In case the work is not started in full or parts (including deviation) by the contractor (s), the entire P.G. will be forfeited.

2.0 PERFORMANCE GUARANTEE: 2.1 The contractor is required to furnish 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. 2.2 The validity period of the performance security in the form of Performance Bank guarantee shall be 5 (Five) years from the date of 15 days of award of work. 2.3 Firm has option to deposit performance guarantee in the form of bank guarantee in the prescribed format as per Annexure-III.

3.0 SECURITY DEPOSIT: 3.1 No Security Deposit shall be deducted from the running bills of the contractor. 4.0 TAXES AND DUTIES: 4.1 The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. Sales Tax, Excise duty, Octroi, Entry Tax, service tax, packing, forwarding, freight and insurance etc. The basic unit price and all other components of the price need to be individually indicated against the goods it proposes to supply under the contract as per the price schedule given in Section -VII. 4.2 No concessional Form except Form-C and a Certificate stating that the tendered items are meant for the use of BSNL shall be provided by BSNL on the request of the bidder as and when the firm asked for at the time of execution of work. Entry tax, if any, shall be paid by the firm. 4.3 The invoice for excise duty/equivalent duty/service tax paid favoring BSNL shall be issued by the firm. Downloaded Tender Doc. 20 4.4 The contractor submitting the offer with concessional excise duty/salesTax/service tax shall submit the proof of applicable concessional excise duty/sales Tax / service tax.

4.5 VARIATION IN DUTY/TAXES: 4.5.1 In case of statutory variation in regard to excise duty, within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. 4.5.2 Tendered rates will be inclusive of all the 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 state after the date of receipt of tenders and the contractor (s) thereupon necessarily and properly pays taxes or levies the contractor(s) will be reimbursed such amounts paid, provided such payment, if any, is not in opinion of SE (E) (whose decision shall be final and binding) attributable to delay in execution of work. 4.5.3 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 BSNL and shall furnish such other information/documents as the Engineer-in-Charge may require. 4.5.4 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. 4.5.5 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 claim by the contractor, the tender will not be considered by the accepting authority.

5.0 EPF REGISTRATION: 5.1 The contractor shall comply / fulfill the provisions of the EPF & Misc. Provisions Act.- 1952 and Employees Provident Fund Scheme-1952 as amended up to date in respect of labourers/ Employees engaged by them for performing this work. Any consequences arising due to non-complying of the provisions as specified above shall be the sole responsibility of the firm only. 6.0 BID OPENING AND EVALUATION: 6.1 The bids shall be opened in the presence of bidders or their authorized representatives, who choose to attend, at 11:00Hrs. on the due date for tender opening. The bidder’s representatives, who are present, shall sign in tender opening register. 7.0 CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of bids, the purchaser may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, No post bid clarification at the initiative of the bidder shall be entertained.

8.0 EVALUATION OF TECHNICAL BIDS: 8.1 BSNL shall evaluate the bids to determine whether they are complete, whether required sureties, Certificates & testimonials have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 8.2 Prior to the detailed evaluation pursuant to clause-9 below, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The BSNL’s determination of bid’s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence.

Downloaded Tender Doc. 21 8.3 A bid, determined as substantially non-responsive will be rejected by BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. However, BSNL may waive or seek correction of any minor infirmity or non-conformity or irregularity in a bid which doesn’t constitute a material deviation. 9.0 EVALUATION AND COMPARISON OF FINANCIAL BIDS 9.1 BSNL shall evaluate in detail the financial bids to see whether any computational errors have been made and compare the bids previously determined to be substantially responsive pursuant to clause -8 above. 9.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the purchaser. If there is a discrepancy between words and figures, the amount in words shall prevail. If the supplier does not accept the correction of the errors, his bid shall be rejected. 9.3 The evaluation and comparison of responsive bids shall be done on the basis of Net Cost to BSNL on the prices of the items/goods offered inclusive of duties and taxes, packing, forwarding, freight and insurance charges etc. (But excluding CENVAT-able duties & taxes). 9.4 Vendors should furnish the correct Excise Duty & Service tax in the price schedule. If the credit for the Duties and Taxes under CENVAT credit Rules-2004 is found to be not admissible at any stage subsequently owing to wrong furnishing of Tariff, then the vendors will be liable to refund such non admissible amount, if already paid along with penalty if charged by the concerned authority. BSNL reserves its right to deduct such amount from any pending bills or deposit of the vendor.

9.5 DISCOUNT, if any, offered by the bidders shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc, into account”.

10.0 ESCALATION: 10.1 The price quoted by the bidder shall remain fixed during the first one year period of the rate contract from the date of actual commencement of work and after the first one year period ,the same shall be subject to escalation of 5%(Five Percent) Year over Year.

11.0 INCREASE/DECREASE OF TENDER QUANTITY: 11.1 BSNL will have the right to increase or decrease up to 25% of the contract value (As defined in Annexure-V) depending upon the requirement of goods and services specified in the schedule of items without any change in the unit price or other terms and conditions at the time of award of contract, at any time during the currency of the contract. 12.0 COMPLETION OF WORK: 12.1 The duration of the work contract shall be 60 Months (5Years) as entered in the contract is reckoned from 15 days after the date on which the orders to commence the work are given to the contractor or from the date of actual commencement of work for job of individual / group of sites. 12.2 The above duration of the work contract can be further extended at the same terms & conditions etc. for a period of three months at the discretion of BSNL and for next three months with consent of the contractor.

13.0 THE FOLLOWING CONDITIONS SUPERCEDES THE CONDITIONS/CLAIMS - WHEREVER ELSE DESCRIBE IN THE NIT IN THIS REGARD: 13.1 UPTIME:-

Downloaded Tender Doc. 22 During the term of this Rate contract, the contractor shall ensure proper availability of electric supply either from Electric Supply Co. or from DG set for a A.C.Power uptime of 98 %( ninety eight percent for normal cluster) for sites per Cluster on a monthly basis. Contd. Availability to be calculated using the following formula on a monthly basis. Uptime Availability (Percentage) = 100 X {(No. of sites in the cluster X Number of Hours in the month) – Cumulative Downtime in Hours of all Sites in the Cluster in that month)} / (No. of Sites in the cluster X Number of Hours in the Month)

13.2 DETERMINATION OF DOWN TIME:- (a) Down Time:-Period during which electric supply either from Electric Supply Co. or DG set is not available will be termed as DOWN TIME. (b) Down Time Calculation:- The Down Time shall be calculated on a monthly basis based on formulae mentioned below:- Down Time Availability (Percentage) = 100 X (Cumulative Downtime in Hours of all Sites in the Cluster) / (No. of Sites in the cluster X Number of Hours in the Month) Note:- (i) After continuous availability of Electric Supply Co. / DG set supply for 8hours, the battery shall be in a fully charged condition. Subsequent to this condition, if supply from Electric Supply Co. is off than battery should work for at least 4 hours continuously. If during this period the battery of any of the USP does not last for 4 hours and the DG set also fails to start then this period of up to 4 hours shall not be treated as down time. Such instances shall be computed on monthly basis and deducted from the total downtime of the month. (ii) Planned outages shall not form a part of the downtime calculations. (iii) Power outages which have resulted into mobile service discontinuity shall be considered for downtime calculations. 14.0 PENALTY: 14.1 The Penalty due to down time shall be calculated as per the down time defined in Clause-12 above. (a) Penalty due to downtime for sites in Cluster no. 63 (under normal category) shall be as under:- (i) Uptime up to 98% or above : - No penalty (ii) Up time from 90% to 98%:- Penalty equivalent to 3% of monthly accepted rates for Item No. 1 & 2. (iii) Up time from 85% to 90%:- Penalty equivalent to 5% of monthly accepted rates for Item No. 1 & 2. (iv) Up time below 85% :- Penalty equivalent to 10% of monthly accepted rates for Item No. 1 & 2. Note:- However total penalty on a site for a month shall not more than 10% of the monthly accepted rates for Item No. 1 & 2.

15.0 LOCATION / AVAILABILITY OF SITE: 15.1 The location of sites shall be as given in Annexure-V but it can be anywhere in the Cluster No. 63 of State of Rajasthan. 15.2 The vendor shall be handed over the ready sites with in 7 days of submission of P.G. The remaining sites shall be handed over to him at the earliest but not more than a period of three months from the date of award. The vendor shall on receipt of intimation shall take over the installation with in 7 days.

16.0 CONDITIONAL TENDER: Downloaded Tender Doc. 23 16.1 The tenders with any condition including the conditional rebates shall be rejected forthwith. However tenders with unconditional rebate will be acceptable.

17.0 TERMS OF PAYMENT: 17.1 The following terms of payment shall be adopted: (a) Payment shall be made on monthly basis as per contract conditions. (b) No payment will be made for goods rejected at the site on testing / services observed unsatisfactory on inspection. Payment, if made, for such items / services shall be recovered from subsequent bills or other bills of the contractor. (c) The cost implications arising due to variation in the readings of Electric Supply Co. Meter / KWH units generated by DG set vis-a-vis the meter readings of USPs, and Meter reading of common Electrical load shall be borne by the contractor. 17.2 BSNL shall deduct statutory taxes and duties as applicable from payments due to the firm as per rules of the central/ State Government. The certificate for such deductions shall be issued to the firm by the Accounts Officer of the concerned Division. 17.3 Each claim bill of contractors must accompany the following: (a) List showing the details of labourers/employees engaged. (b) Duration of their engagement. (c) The amount of wages paid to such labourers/ employees for the duration in question. (d) Amount of EPF contributions (Both employer’s & employees contribution) for the duration of engagement in question paid to the EPF authorities. (e) Copies of authenticated documents of payments of such contribution to EPF- authorities. (f) A declaration from the contractors regarding compliance of the conditions of EPF- Act, 1952. 17.4 The bill passing authority will check the payment particulars regarding EPF contribution furnished by the contractors along with the bill as mentioned in Para 17.3 above and keep full records of the payments etc. each contract wise. The bill will be passed by the bill passing authority only if the contractor complies with the Terms and conditions of EPF Act, 1952.

18.0 STORES AND SAFETY: 18.1 The contractor from his own sources shall arrange all the stores and materials required for the satisfactory completion of the work at site. Safe custody of the material stored at site and installation will be the responsibility of the contractor till the completion/ handing over of the site.

19.0 COORDINATION AT SITE: 19.1 At the site of work more than one agency may be working. Full cooperation shall be extended to other agencies during progress of work. Further, work shall be carried out in such a way so that it may not cause abnormal noise and hindrance to the Mobile operators (IP & USP’s) engaged in installation as well to normal routine work. 19.2 Entry and inspection by IP/USP’s:- The following provisions shall govern access to the site. (a) For installation and Routine Maintenance:- Access for installation, routine maintenance and repair and other non emergency visits shall be permitted as per IP/USP’s requirements. (b) For Emergency:- In the event of emergency repair or maintenance is required to the USP’s communications facility, the USP is entitled to access the site twenty Downloaded Tender Doc. 24 four(24) hours per day, seven(7) days per week to perform such emergency repairs or maintenance, provided that the concerned EE(E)/ or his authorized SDE(E)/JTO(E) is immediately notified in order to co-ordinate any emergency repairs to the USP’s equipment at the site. In such event of emergency, the USP’s shall however make detailed entries in the log book kept for the purpose at the site. 20.0 INSURANCE: The insurance of the respective equipments shall be the responsibility of the individual IP/USP’s. However the contractor shall ensure as given below. 20.1 Insurance Policies:- Before commencing the execution of works, the Contractor, without limiting his obligations and responsibilities under this Agreement, shall insure against his liability for any material or physical damage, loss or injury which may occur to any property, or to any person including any employee or a member of the general public, by or arising out of the execution of the works or in carrying out the agreement. It shall be obligatory for the Contractor at his cost to obtain and maintain with any of the subsidiary of the General Insurance Corporation of India in such a manner that BSNL & Contractor are covered for all the time during period of contract i.e. from the commencement date in the time period allowed for completion of work. The insurance cover under the following policies. 20.2 Contractor’s All Risk Insurance Policy to cover the following: a) Entire agreement value for the period of completion including defects liability period. b) Third party insurance to cover for any damages to third party. This shall be up to the end of the defects liability period and shall include for any damage to the properties and/or injury (including death) to the person of the general public and any one else deemed to be third party. c) Civil commotion, Riots, War and other disturbances. d) Earthquake or any other natural calamities. e) Policy to cover contractor’s liability under Workmen’s Compensation Act 1932, Minimum Wages Act 1948, Contract Labour (Regulation and Abolition) Act 1970 and other relevant Acts modified from time to time. This shall be for the period up to final completion of work, including the defects liability period. f) Insurance cover against damage, theft or any other loss of all the materials and equipment brought to site for which advance is claimed: – Limit of liabilities not less than the value or such materials at any stage of the contract. The Contractor shall insure against all such liabilities and shall continue such insurance during the currency of the agreement including defects, liability period. Premium for all insurance policies shall be paid and borne by the Contractor and shall not be reimbursable.

20.3 No Limit to Liability : In addition to the liability imposed by law upon the contractor for injury (including death) to persons or damage to property by reason of the negligence of the contractor or his agents, which liability is not impaired or otherwise affected hereby, the contractor hereby assumes liabilities for and agrees to save the BSNL harmless and indemnifies BSNL from every expense, liability or payment by reason of any injury (including death) to persons or damage to property suffered through any act or omission of the Contract or any person directly or indirectly employed by any of them or from the conditions of the premises or any part of the premises which is in the contract of the Contractor or any one directly or indirectly employed by either of them or arising in any way from the work called for by this agreement.

21.0 IMPORTANT NOTE:- 21.1 The clauses/conditions as modified in the tender shall supersede the relevant conditions of CPWD- 6/8. The other conditions shall be as per CPWD/BSNL (EW) - 6/8. Executive Engineer (E)

Downloaded Tender Doc. 25

SECTION-IV SPECIFICATIONS OF WORK Sub Sections Description of Sections. A. General 1. EI & Fans and Aviation Lights 2. Compound Lighting 3. Lightning Conductor 4. Diesel Generator Sets 5. Fault Booking SUB - SECTION A - GENERAL

1. The firm may note that all the sites allotted to him are new installations and free from initial defect. He is required to take over the sites on as is where is basis. 2. The firm should make necessary arrangement for organizing the system to receive the complaints effectively and preparing the necessary records for maintaining the logs of all the Electrical / Electro – Mechanical services , and down time of the site/ cluster i/c the data received from various sites via remote communication. 3. For the purpose of calculation of down time the following parameters should be clearly documented. a) Time during (start & stop time) which BTS site is powered by State Electricity Board. b) Time during (start & stop time) which BTS site is powered by D.G. sets. c) Time during (start & stop time) which BTS site is powered by Battery. d) Time during (start & stop time) which BTS site has remained without Power. 4. The firm shall also make necessary arrangement for receiving complaints and attending them properly on 24 hours and 7days basis. The documents having the details regarding date and time of occurrence of fault and removal of fault should be clearly mentioned. The firm should also intimate the concerned USP/ IP’s after rectification of fault. 5. The firm should submit all the documents relating to calculation of down time and fault attendance latest by 8th of every month to the concerned officer.

6. The firm shall also be responsible for collecting of Electricity bill from supply company / site and submit the same at earliest to division office (It should be submitted at least ten days before the last due date of payment without any late fees charges). The firm will also collect the payment from the Division office and deposit the same to the Supply company.

7. The firm shall also be responsible for collecting of Diesel bill from supply company and submit the same at earliest to division office (It should be submitted at least ten (10) days before the last due date of payment without any late fees charges). The firm will also collect the payment from the Division office and deposit the same to the Supply company. 8. The firm shall also submit the actual meter reading of state electricity board, units generated by the D.G. sets on monthly basis and the individual reading of the three USP’s meter by eight of every month to concerned Sub Division / Division office.

Downloaded Tender Doc. 26 Note - The periodicity for compilation of various reports / meter reading are indicative only. The same can be altered by Engineer-In-charge as per the requirement. The firm shall complete the information / data as per format decided by Engineer- In-charge.

SUB SECTION – I : (EI & FANS AND AVIATION LIGHTS)

Part 1 : Scope of maintenance

1. Ensuring that E.I.installation, feeder pillar / meter panel and aviation light & other appliances are always kept in clean and healthy working condition.

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

3. Ensuring that no break down in power supply takes place and in case it happens, to take all required steps including contacting Electric 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. Checking all appliances before the onset of summer/winter season as required.

6. 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.

7. Carrying out minor additions and alterations ordered by Engineer-in-charge.

8. Maintaining LED Aviation light and associated control system in working condition.

9. Maintaining Earth resistance for entire Electrical installations, D.G. Set, compound light / Ring Earth etc. below 2 Ohms ( for tower and lightning arrester Earths) and / or as prescribed for other Earths .

10. Maintenance and calibrations of all Electrical Meters as required.

11. Conducting insulation resistance test and maintenance of Electric cables as required.

Part - 2. Tasks To Be Performed within first 15 days 1 All measurement of the resistance of Earth stations and checking of continuity of earth conductor results to be recorded.

2 Prepare an inventory of spares and maintenance material be kept as site for prompt maintenance in consultation with Engineer in-charge . Materials for all the services to be considered for preparation of inventory.

3 Inspection of Main Board and SDB's for the following. (a) any loose/improper connection (No strand cutting for making connection to be allowed), (b) Improper rating of switches/fuses. (c) Cleanliness. 4 General inspection of E.I. system & other appliances to identify shortcoming. Any other relevant aspect which may come in the way of proper maintenance should be recorded in register and also brought to the notice of Engineer-in-charge.

Downloaded Tender Doc. 27 5 Insulation resistance Test.

Part-3. Maintenance schedule to be followed. Daily 1. Attend complaints promptly and in satisfactory manner. 2. Check wastage of electricity. 3. Check faulty/ broken switches/Lamps/fittings/fans/regulators/5A,15A Socket outlets. 4. Check Dirty lights and make program for weekend cleaning. 5. Check Aviation light.

Monthly Inspection of MB & SDB’s.

Quarterly Cleaning of fans, fittings etc…………………………….(January,April,July,October)

Half yearly Testing of Earthing system for earth resistance and continuity and recording the test results…………..(April & October)

Yearly Greasing and oiling of fans in winters…………………………………...(February)

Testing 1. Detailed Testing of the installation shall be done once in a year to find out capacity and efficiency of various equipment with respect to their rating. 2. The testing procedure shall be same as adopted at the time of original testing.

PART-4: MATERIALS. 1. All the materials required for carrying out maintenance with the exception of following shall be arranged by the contractor at his own cost. 2. Replacement of complete Fans & Fittings and aviation lights fittings with control gear. 3. Any other materials / spares shall be arranged by the contractor to avoid down time of power supply. NOTE:- 1. In case of replacement of tubes & ballast / choke, the same shall be with 36 W slim line tube, electronic ballast / choke respectively. 2. The replacement of material shall be with the same rating and make as that of the original. However, in case of non-availability of a particular make, the Engineer-in- charge will approve the alternate make. 3. The material required for major addition & alteration shall be supplied by the BSNL

Part-5: Special Conditions Relevant to Particular Job/Particular Site.

Contractor shall keep adequate stock of daily use items like fluorescent tubes, chokes, starters, switches, sockets etc. at site.

Downloaded Tender Doc. 28

Sub SECTION -II :(COMPOUND LIGHTING)

Part-1: Scope of Maintenance 1. Ensure that the compound lighting installation is always kept clean, and in healthy working condition. 2. Attending day to day routine complaints in prompt and satisfactory manner. 3. Ensure that there is no wastage of electrical energy and lights do not remain switched on when not needed. Setting of timer control as and when required. 4. Carrying out various maintenance routine tests as stated in part III.

Part-2: Tasks to be performed within first 15 days. 1. Inspecting the entire installation comprising control switches, cable, poles, fitting, lamp for any short comings. Recording the same and bringing it to the notice of Engineer-in-charge. 2. Checking the connections for any loose/improper connection (no strand cutting for making a connection to be allowed).

Part -3: Maintenance schedule to be followed. Daily Check that the fittings are in clean and working condition.

Monthly. 1. Check that all lights are working properly and its distribution boxes close properly. 2. Check for switching off of alternate lights after midnight when illumination level required is minimum.

Half yearly Checking for proper electrical connections…………………… (February &August).

YEARLY Painting of poles and feeder pillars / meter panels.

Part-4: MATERIAL All the materials required for carrying out maintenance with the exception of following shall be arranged by the contractor at his own cost. 1. Replacement of complete Pole & Fitting.

Note:- The replacement of material shall be with the same rating and make as that of the original. However, in case of non-availability of a particular make, the Engineer-in- charge will approve the alternate make.

Downloaded Tender Doc. 29

SECTION-III : ( LIGHTENING CONDUCTOR)

Part-1 : Scope of maintenance. 1. To ensure that entire system is in proper shape. 2. To carry out testing/inspection as per part-III.

Part -2 : Tasks to be performed within 15 days. To inspect the complete system for continuity, proper contacts.

Part-3 : Maintenance schedule to be followed. Weekly Inspect the entire installation comprising of finials, earthing strips, earthing terminals for any shortcomings and bring it to the notice of the Engineer-in-charge

Monthly Inspect installation for continuity and proper contacts.

Testing 1. Detailed Testing of the installation shall be done once in a year. 2. The testing procedure shall be same as adopted at the time of original testing.

Part-4 : MATERIAL:- 1. All the material required are to be arranged by the firm.

Downloaded Tender Doc. 30

Sub SECTION-4 : (DIESEL GENERATOR SETS)

Part-1: Scope of maintenance 1. Ensuring that the D.G. set installation is kept in clean and healthy working condition. 2. Testing the system every day for operating fitness. 3. Carrying out various maintenance activities and test as stated in Part-3. 4. The contractor shall arrange inspection of installation by authorized service dealer and shall submit its health check report to BSNL based on run hour and standard practice. 5. The contractor shall replace the set of batteries during the currency of contract as and when required. 6. Ensuring proper functioning and operation of AMF panel with GSM modem and Canopy. 7. Servicing of D.G. set on the basis of hour meter / log book reading shall be done by the contractor including material and D.G. set servicing through authorized service dealers as per manufacturer recommendation.

Part-2: Tasks to be performed within 15 days 1. Inspect the installation for any shortcoming which is to be recorded and brought to the notice of Engineer in charge. 2. Check the safety devices as well as operating switches for their proper functioning. 3. The persons(s) should familiarize themselves with the installation, load distribution and working of D.G. set. Need for watch to keep various parameters in permissible limits and responding to various alarms should be clearly understood. 4. Checking of AMF panel and GSM modem.

Part-3: Maintenance schedule to be followed.

Daily 1. Check Lubricating oil level in Engine and leakage if any. 2. Check Radiator water / Coolant level and leakage if any. 3. Check fuel level. 4. Check state of batteries, terminals for cleanliness. 5. Check that the battery charger is in trickle charging position 6. Check that ventilation of the canopy is proper. 7. Check oil pressure. 8. Check if lights in side canopy (wherever provided) are working properly. 9. Check physically before start for loose connection/ nut bolt. 10. Check governor. 11. Checking of AMF panel and GSM modem.

Weekly. 1. Check Air line connection and filter. 2. Check fan belt and its tension. 3. Check all Safety, indications, alarms, interlocking & Voltage Regulation 4. Compilation of running log book / fault log book data’s in excel sheet with the help of data received through GSM modem

Downloaded Tender Doc. 31 Fortnightly 1. Check Battery voltage and Terminals. 2. After the above checks, start the Engine for No load / Connected Load and test for 10 minutes for the following. (a) Check for any abnormal noise. Shut down the D.G. set immediately and cause be examined. (b) Check frequency & output voltage. (c) Check the colour of Exhaust gas. (d) Check working of the Indication lamps. (e) Check working of Dynamo and Auto Cut off of the battery charger. (f) Check for any Exhaust gas restriction. (g) Check manual/ auto-changeover from commercial supply on connected load

Monthly 1. Check for tightness of connections in engine and control panel. 2. Check functioning of safety devices. 3. Check belt tensions. 5. Check battery charger. 6. Check for leakage of fuel line. 7. Check for leakage of exhaust pipes.

NOTE:- Servicing of the D.G. set on the basis of hour meter / log book reading shall be done by the contractor i/c material and D.G. set servicing shall be done through authorized dealer as per manufacturer’s recommendation.

Half yearly 1. Cleaning and tightening of nut bolts……………………..(Feb & Aug). 2. Checking of MCCB tripping mechanism ………………..(Feb & Aug). 3. Meggering of alternator…………………………………(April &Oct). 4. Relays and other protection devices working properly ……..…… (April & Oct). 5. Checking of Canopy.

Yearly: 1. Tighten all mounting, nut and bolt…………………………………….(March). 2. Check crankshaft and float……………………………………………… (Oct). 3. Check injector inlet screen. ……………………………………………….(Oct). 4. Clean and calibrate all injectors…………………………………………. (Nov). 5. Check fuel pump calibration……………………………………………. (Nov). 6. Replace fuel pump filter screen and magnet…………………………(Nov). 7. Complete health check of each set through Authorized dealer…….. …(March).

Testing: 1. Detailed Testing of the installation shall be done once in a year to find out capacity and efficiency of various equipment with respect to their rating. 2. The testing procedure shall be same as adopted at the time of original testing.

Part-3 : Material 1. All the materials required for carrying out maintenance with the exception of following shall be arranged by the contractor at his own cost :- (a) Replacement of complete Engine, Alternator, Canopy and AMF control panel. (b) Top over haul (after every 7000 hours of D.G. usage) and major overhaul (after every 10000 hours of DG usage) of the DG sets. (To be carried by authorized service dealers / OEM). Downloaded Tender Doc. 32 2. The contract is for the comprehensive maintenance as such the firm shall arrange all materials at his own cost including replacement of battery / rewinding of Alternators from authorized dealers etc.

NOTE:- The replacement of material shall be with the same rating and make as that of the original. However, in case of non-availability of a particular make, the Engineer- in-charge will approve the alternate make.

Sub SECTION-5: (FAULT BOOKING) 1. The contractor shall provide the contact numbers for fault booking on 24 hours and 7days basis. 2. In event of emergency, the contractor shall take necessary action for rectification of fault and necessary detail entries are to be entered in the log book site wise. 3. The required manpower for operation, proper upkeep & safety of IP equipment and maintain of log books etc. at site shall be arranged by the contractor at his cost. 4. The firm shall be overall in charge of the site and shall be responsible for any losses/theft. 5. The manpower deputed at site shall permit/ coordinate the IP/USP’s access for installation and routine maintenance of respective equipments as well as for emergency repair or maintenance at any time of 24 hrs per day and 7 days per week on receipt of confirmation/permission of Engineer in charge and shall maintain detailed entries in the log – book kept for the purpose at the site.

Executive Engineer (E) BSNL, Electrical Division,Udaipur.

Downloaded Tender Doc. 33

SECTION-V: (CORRECTION – SLIP)

Addendum/Modification to CPWD-8 and CPWD-6 Forms conditions of contract definitions. All reference to:- (i) CPWD/Public Work Department/ P&T Department/BSNL

(ii) D.G. Works Additional Chief Engineer CPWD / Chief Engineer (E) of Zone.

(iii) Administrative Head of CPWD/ P&T Department./BSNL

(iv) CPWD Circle/ Civil Circle/ Electrical Circle.

(v) Ministry of Works, Housing & Supply/ DOT./MOC & IT

(vi) Govt. of India/ President of India/ CMD BSNL.

(vii) For and on behalf of President of India/ for and on behalf of Govt. of India/ for and on behalf of CMD, BSNL.

In various clauses shall be taken to mean:-

(i) B.S.N.L. (Electrical Wing) (ii) Chief Engineer (Electrical), B.S.N.L.

(iii) Administrative Head of B.S.N.L. (iv) B.S.N.L. Electrical Circle

(v) B.S.N.L. (Govt. of India Enterprise) (vi) B.S.N.L.

(vii) For & on behalf of B.S.N.L.

PROFORMA OF SCHEDULES BSNL

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

SCHEDULE ‘A’ Schedule of quantities (as per PWD-3)

SCHEDULE ‘B’ Schedule of materials to be issued to the contractor: S.No. Description of Quantity Rates in figures & words at Place of Item which the material will be issue charged to the contractor

1 2 3 4 5

SCHEDULE ‘C’ Tools and plants to be hired to the contractor. :- NIL S.No. Description Hire charges per day Place of issue

1 2 3 4

Downloaded Tender Doc. 34

SCHEDULE ‘D’ Extra schedule for specific requirements/ document for the work, if any

SCHEDULE ‘E’ Schedule of component of Materials, Labour etc. for escalation

Clause 10 CC :- N.A. Component of materials- “X” expressed as a per cent of total value of work. ______%

Component of labour- “Y” expressed as a per cent of total value of work. ______%

Component of P.O.L. - “Z” expressed as a per cent of total value of work. ______%

SCHEDULE ‘F’ Reference to General Conditions of contract.

Name of work: Providing of Comprehensive Maintenance and Operation of Electro- Mechanical Services for 49 nos. USOF sites under BSNL, ED, Udaipur of Rajasthan Telecom Circle. Estimated cost : Rs 2, 55, 83,880.00 Earnest money : Rs. 2, 55,839.00 Security Deposit: NIL. GENERAL Officer inviting tender Executive Engineer (Electrical) RULES & DIRECTIONS Maximum percentage for quantity of items of work to be executed beyond 25% which rates are to be determined in accordance with Clause 12.2 & 12.3 DEFINITIONS 2(v) Engineer-in-charge Executive Engineer (Electrical)

2(viii) Accepting Authority PCE (Electrical)

2(x) Percentage on cost of materials and labour to cover all overhead and 10% profits

2(xi) Standard Schedule of rates As per M.R.

2(xii) Department B.S.N.L.

9(ii) Standard CPWD contract Form CPWD- 6/8 or BSNL (EW) 6/8 Form as modified & corrected up to date.

Para 13.0 Authority for fixing compensation Executive Engineer (Electrical) (section-III) of this NIT ( Penalty)

Downloaded Tender Doc. 35

Clause 5 Time allowed for execution of work. 60 Months (5 years) from the date of issue of L.O.I. for individual /group of sites. Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the N.A. last such payment for being eligible to interim payment

Clause 11 Specification to be followed for As per specification attached execution of work Clause 12 12.1.2 (iii) Schedule of rates for determining rates of additional, altered or Market Rate substituted items that cannot be determined under 12.1.2 (i) & (ii)

12.1.2(iii) Plus/ minus the % over the rate Market Rate entered in the schedule of rates

12.1.2 (vi) A Deviation limit beyond which sub- 25% (other than ALR & AHR clauses 12.2& 12.3 shall apply items)

12.1.2 (vi) B Limit for value of any item of any 25% (other than ALR & AHR (a) individual trade beyond which sub- items) clause (i) to (v) shall not apply and clause 12.2 & 12.3 shall apply

Clause 16 Competent Authority for deciding Superintending Engineer reduced rates (Electrical)

Clause 36 Minimum Qualification & experience Graduate Electrical Engineer (a) required for Principal Technical with 3 years or Diploma holder Representative with 7 years experience. (b) Discipline to which the Principal Electrical/ Mechanical Technical Representative should belong (c) Minimum Experience of works 3 years for Graduate Engineer And 7 years for Diploma Engineer. (d) Recovery to be effected from the Rs. 4,000/- per month for contractor in the event of not fulfilling Graduate Engineer. provision of clause 36(i) Rs. 2,000/- per month for diploma Engineer. Clause 42 (i) (a) Schedule/ statement for determining theoretical quantity of N.A. cement & bitumen on basis of Delhi Schedule of Rates __ printed by CPWD.

Downloaded Tender Doc. 36

(ii) Variation permissible on theoretical quantities (a) Cement for works with estimated cost put tender not more than Rs. N.A. 5 lakhs for works with estimated cost put tender more than Rs.5 lakhs (b) Bitumen for all works N.A. (c) Steel Reinforcement and structural steel for each diameter, N.A. section and category (d) All other materials N.A.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARITION

Sl. Description of Item Rates in figures and words at which recovery shall be No. made from the contractor Excess beyond Less use beyond the permissible variation permissible variation 1. Cement NA NA 2. Steel Reinforcement NA NA 3. Structural Sections NA NA 4. Bitumen issued free NA NA 5. Bitumen issued at NA NA stipulated fixed price

CORRECTION FOR C.P.W.D. FORMS (ADDITIONAL CLAUSES)

C.S. No A certificate of the Engineer-in-charge or an award of the reference herein after referred to as the case may be showing the final balance due or payable to the contractor(s) is to be conclusive evidence of the works having been duly completed and that the contractor(s) is/are entitled to receive payment of the final balances, but without prejudice to the liability of contractor(s) under the provisions of clause 17. No such certificate shall, however, be given nor shall the work be considered to be complete, until the contractor(s) shall have removed as required by clause-6, from the premises on which the work shall be executed, all scaffolding, surplus materials, rubbish and all huts and sanitary arrangements required for his/their work people of the site in connection with the execution of the works as shall have been erected or constructed by the contractor(s) and cleared off the dirt from all wood work door, window, walls, floors or other parts of any building, in upon or about which the work is to be executed or of which he/they may have had possession for the purpose of the execution there-of, not until the additional commissions and alteration referred to in clause-12, shall have been measured by the Engineer-in-Charge whose measurements shall be binding and conclusive against the contractor(s). If the contractor(s) shall fail to comply with the requirement of this clause as the removal of scaffolding, surplus materials, rubbish and all huts and sanitary arrangements as aforesaid and cleaning off dirt, on the, before the date fixed for the completion of the work, the Engineer-in-Charge may at the expense of the contractor(s) remove such scaffolding, surplus materials rubbish etc. and dispose off the same as he thinks fit and clean such dirt as aforesaid and the contractor(s) shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid extent for any sum actually realized by the sale thereof.

Downloaded Tender Doc. 37 ADD. NEW CLAUSE NO. 6A FOR PAGE NO. The contractor(s) is/are to provide everything of every sort and kind (with the exceptions noted in the schedule attached) which may be necessary and requisite for the due and proper execution of the several works included in the contract, whether original or altered, according to the true intent and meaning of the drawings and specification taken together, which are to be signed by the Engineer-in-charge and the contractor(s) whether the same may be or may not be particularly described in the specifications of whom on the drawings provided that the same are reasonable to the drawings and specification the Engineer-in-charge is to decide which shall be followed. CLAUSE 47 FOR PAGE NO. The work (whether fully constructed or not) and all material machines tools and plants, scaffolding, temporary buildings and other connected there with shall be at the risk of the contractor’s until the work has been delivered to the Engineer-in-charge and a certificate from his to that effect obtained. In the event of the or any materials properly brought to the site for incorporation in the work being damaged or destroyed in consequences of hostilities or warlike operation, the contractor shall, when ordered in writing by the Engineer-in-charge remove any debris from the site collect and properly stock or remove in store all serviceable materials salvaged from the damaged work, shall be paid at the contract rates, in accordance with the provisions of the construction of all work ordered by the Engineer-in-charge such payment being in addition to compensation, the value of the work originally executed before being damage or destroyed and not paid for. In case of work damaged and destroyed but not already measured and paid for the compensations shall be assessed by the Divisional Officer up to Rs.5,000/- and by the SE(E) concerned for a higher amount. The contractor shall be paid for the damage, construction suffered and for restoring the materials at the rates based on analysis of the rates rendered for in accordance with the provisions of these agreements. The certificate of the Engineer-in-charge regarding the quality and quantity of material and the purpose for which the collected, shall be final and binding of all parties to this contract.Provided always that compensation shall be payable for any loss in consequence of hostilities or warlike operation(s) unless the contractor had taken all such precautions against air raid as are deemed necessary by the A.R.P. officer or the Engineer-in-charge for any materials etc. not on the site, the works or for any tools plants machinery, scaffolding, temporary building and other things not intending for work. In the event of the contractor having to carry out reconstruction as aforesaid the allowed such extensions of time for its completion as is considered reasonable by the Divisional Officer. CLAUSE – 48 The contractor(s) is/are not to vary or deviate from the drawings, specifications or instructions or execute any extra work and kind whatsoever unless upon the authority of the Divisional Officer to sufficiently be shown by an order in writing or by any plans or drawing expressly given and signed by him. If compliance with the Divisional Officer’s aforesaid order, plan or drawings or approval involves extra work and or expenses beyond that involved in the execution of the contract works, than unless the same were issued in consequence of same breach of this contract on the part of the contractor(s), the later shall be valued as here-in after provided and/ or expenses aforesaid. CLAUSE – 49 All work and materials brought and left upon the ground by the contractor(s) or by his/ their orders for the purpose of forming part of the works are to be considered to be property of President of India and the same are not to be removed or taken away by the contractor(s) or any other Divisional Officer, but the President of India is not to be in any way answerable for such work or materials either by the same being lost or stolen or injured by weather or otherwise. EXECUTIVE ENGINEER (E)

Downloaded Tender Doc. 38 PRICE BID (SECTION-VII) SCHEDULE OF QUANTITIES Name of Work: - Providing Comprehensive Maintenance and Operation of Electro-Mechanical Services for 49nos. USOF sites under BSNL, Electrical Division, Udaipur of Rajasthan Telecom Circle.

Rs.)

(Per (Per

.

Per site per

(in Rs) (in Item No

e e Duty price inclusive of all

Description items of Tendered quantity Basicprice unit exclusive of all leviescharges(in & Rs) site per Months ) Excis SalesTax/ VAT ServiceTax Freight, Forwarding, packing & Insurance Any other levies/charges paid or by payable agency (in Rs.) Unit priceof inclusive all levies charges.& Months) Total leviescharges(in & Rs) Discount offered any if (In Total(In Discounted Price Rs.)

Contract

Sites of

of of

t. (In Rs.)

(In months) Qty. (In nos.) Period % Amt.(In Rs.) % Amt.(In Rs.) % (In Amt. Rs.) % Am 1 2 3 4 5 6 7 8 9 10 11 12 13 14 (3x4x11) (12-13) 1.0 Providing round the clock operation and comprehensive maintenance at site of Electro-Mechanical services viz. Electrical fittings, Lamps, Switches, Aviation light with control

gear, Earthing, Compound lights, Electrical panels, Electric cables, lightning conductor, Energy meters,

39 Downloaded Tender Doc. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 (3x4x11) (11-13) supplying of all the Material required for proper upkeep of Electrical installation / equipments, painting etc. as required as per inventory of installation [Annexure –V (B)] and

Down time mentioned in the detailed conditions and Specifications attached along with regulating the entries of the visitors i.e. IP’s and USP’s and their authorized 49 60

representatives. sites months 2.0 Providing round the Clock Operation & Comprehensive maintenance of D.G. set(s) along with AMF control panel, canopy, periodic servicing as per manufacturer’s recommendation including supply of lub-oil, filters, coolant, transportation & filling of diesel, making arrangement for storage of diesel etc. complete as required as per inventory of installations [Annexure-V (B)] and Down time in the specifications 49 60

attached. sets months NOTE:-The contractor shall consider the following points at Sl. no.1 to 10 and quote the rates accordingly. 1. The price quoted by the bidder shall remain fixed during the first one year period of the rate contract from the date of actual commencement of work at individual site and after the first one year period ,the same shall be subject to escalation of 5%(Five Percent) Year over Year. 2. The charges for top over hauling (after every 7000 hours of D.G.usage) and major overhauling (after every 10000 hours of D.G. usage) (to be carried out though authorized Service Dealer / OEM of Engines) as mentioned in part-3(1(b) of sub section-4 shall be paid extra as per actual. 3. The D.G. sets along with AMF panel & canopy shall be under guarantee for a period of one year after date of installation. However the contractor shall arrange for minor items/defects for smooth operation of D.G. set(s). 4. Normally the sites are with one no. DG set but Wherever two nos. DG sets are there, an extra charges @ Rs.1650.00 per month for the additional DG set at the site shall be paid against the item no.2 as above of this schedule of quantities. 40 Downloaded Tender Doc. 5. Special conditions : (i) The Quantity of diesel required for running the D.G. set(s) shall be calculated as under. These are the maximum limits and any increase in the quantity of diesel required beyond these limits shall be borne by the vender. The details of the D.G. set(s) are as per Annexure-V (B) and the limits of diesel consumption per hour of the D.G. set (CPH) are as under. Sl. No. No. of USP’s at site Total Maximum Load (KW) Maximum diesel consumption per hour ( linear & non linear Load) (CPH) of D.G. set.( Liters per hour) 1 One 4KW 2.68 Liters per hour

2 Two 6KW 3.15 Liters per hour 3 Three 8KW 3.60 Liters per hour 4 Three 10KW 4.53 Liters per hour

5 Three 12KW 5.46 Liters per hour

NOTE:-The vender may intimate any increase in electrical load beyond the above figures to BSNL. Consequent upon any increase in the load, the diesel consumption per hour (CPH) shall be recalculated corresponding to the increased load on every such occasion. (II). The cost implication on account of difference (variation) in the units generated by DG set and Electricity Board meter reading vis-à- vis the meters reading of the USP's shall be borne by the contractor without extra cost. 6. The contractor shall be responsible for collecting of electricity bill from Supply Company and same shall be paid by BSNL to the supply company directly; however contractor shall assist in collection of bill and depositing the cheque to the supply company within the due date. 7. The contractor shall be responsible for collecting of diesel from diesel / petrol pump and transportation, filling, making arrangement for storage of fuel etc. The cost of the diesel shall be paid by BSNL to the Petrol pump directly on fortnightly / monthly basis, subject to the maximum amount as calculated based upon the diesel consumption as per the special condition - 5(I) & (II) mentioned above. However contractor shall assist in collection of bill and depositing the cheque to the petrol pump within the due date. 8. The firm should make their own arrangement for sanitary facility and water supply etc. 9. The firm shall be overall in charge of the site and shall be responsible for any consequential losses/ theft etc. occurring due to negligence in proper upkeep and safety of IP equipment as well as of the site. 10. The required manpower for operation, proper upkeep & safety of the site and all the material required for comprehensive Maintenance etc. shall be arranged by the contractor without any extra cost. Note: - The Lowest Bidder shall be evaluated on the composite price of the items inclusive of all taxes and levies but excluding CENVATable duties & Taxes e.g. Excise duty and Service Tax etc. Grand Total (In Rs. )

(Signature of the Bidder/their Authorized Signatory)

41 Downloaded Tender Doc.