O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION IV th Floor, CTO Bldg. Karakkat Road Kochi 682016 Ph: 04842379931 Fax:04842378620 e-mail :[email protected]

ELECTRICAL WING

E-TENDER DOCUMENT

Name of Work: Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, for a period of two years (2017-19)

NIT NO. OF EE(E):… 12/BSNL/ED/EKM/2017-18 dtd 20/04/2017 …………………………..

This tender document contains...... 68...... [SixtyEightpages only ].

Date and time of Tender opening: .10/05/2017.....…...... at 15.30Hrs

Estimated Cost Rs. 43,18,280 /- E-Tender Processing Fee: Rs. 2,483 /- Cost of Bid Document: Rs. 525 /- EMD : Rs. 86,366 /-

Signature of the Tender issuing Officer

Designation (For and behalf of BSNL)

Contractor SDE(E)/EE(E)

1

Name of Work: Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017- 19)

INDEX

SL. NO. CONTENTS PAGE NO

1. Cover Page 1 2. Index 2 SECTION I 3. Notice Inviting e -Tenders (Form BSNL EW – 6 amended as per this 3-12 NIT) 4. Tender submission format(e -Tender) 13 -17 SECTION II 5. General Rules And Directions 18 -21 6. Condition s of Contract 22 -24 7. Pro forma of Schedules 25 -26 8. Conditions of Rate Contract 27 9. Special Conditions of contract 28 -31 10. Schedule of Quantities 32 -33 11. Scope of Work and Specifications – Section - I 34 -38 12. Scope of Work and Specificati ons – Section - II 39 -56 13. List of approved makes 57 -58 SECTION III 14. Model form of BG for submitting EMD -(Annexure I) 59 15. Model form of BG for Performance Security Guarantee-(Annexure II) 60 -61 16. Format of Non relative Certificate -(Annexur e III) 62 17. Undertaking regarding EPF Provisions -(Annexure IV) 63 18. Undertaking regarding ESI Provisions -(Annexure V) 64 19. Undertaking to abide by EW6 and EW8 -(Annexure VI) 65 20. Compliance Statement -(Annexure VII) 66 21 . Details of E/A Sets un der Sub Division 1, Kottayam 67-68 22. BSNL EW8( http://www.electrical.bsnl.co.in/BSNL -EW -8.pdf )

JTO(EP) EE(E)

Contractor SDE(E)/EE(E)

2

O/o THE EXECUTIVE ENGINEER(E) BSNL ELECTRICAL DIVISION IV th Floor, CTO Bldg. Karakkat Road Kochi 682016 Ph: 04842379931 Fax:04842378620 e-mail :[email protected] ELECTRICAL WING Electrical Division: Ernakulam NOTICE INVITING E-TENDER (Form BSNL- EW-6 amended as per this NIT) The Executive Engineer (E), BSNL Electrical Division, Ernakulam on behalf of Bharat Sanchar Nigam Limited invites Item Rate E-Tenders from eligible Firms / Contractors (to be evaluated as per the eligibility criteria specified hereunder) for the following work :-

1 NIT No. 12/BSNL/ED/EKM/2017-18 dtd 20/04/2017 ...

2 Name of Work Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017- 19)

3 Estimated Cost put to tender Rs. 43,18,280 /-

4 Earnest Money Deposit Rs. 86,366 /-

5 Cost of Bid Document Rs .525 /-

6 Period of Completion 24 months

7 Last date & Time of on line submission of Eligibility documents & Bid documents Up to 15.00 Hrs. on..05/05/2017.

8 Last date & Time for submission of EMD and cost of bid document in original in sealed Up to 15.00 Hrs. on. 10/05/2017. envelope in Division office.

9 Time & date of opening of sealed envelope containing EMD and cost of Bid document of At 15.30HrsOn .. 10/05/2017. intending bidders in Division office.

10 Time & Date of Opening of the Bid -(ON LINE At 16.00HrsOn .. 10/05/2017. ONLY)

Contractor SDE(E)/EE(E)

3

1. ELIGIBILITY CRITERIA

1. The Contractors satisfying the following conditions: 1.1 Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender. AND 1.2 The manufacturer/authorized dealer/OEM of any of the makes of major equipment included in the NIT. The letter of authorization from manufacturer in original/photocopy attested by BSNL Executive will be submitted. OR 1.3 BSNL enlisted contractors in Electrical category of respective class as per their tendering limits. OR

1.4Experience of having successfully completed similar works (Maintenance work of EA sets) in BSNL during last 7 years ending last day of month previous to the one in which applications are invited ,should be either of the following:

A] Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender (Rs.8,63,656/-).

OR B] Two similar successfully completed works costing not less than the amount equal to than the amount equal to 60% of the estimated cost put to tender (Rs.12,95,484/-). OR C] One similar successfully completed work costing not less than the amount equal to than the amount equal to 80% of the estimated cost put to tender(Rs.17,27,312/-).

 Note : The estimated cost of one year shall be considered to evaluate the eligibility criteria.

2. The intending bidder must read the terms and conditions of BSNL EW 6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required. 3. The firm must have valid Service Tax registration certificate, EPF Registration Certificate & ESI Registration certificate, Sales Tax /VAT registration Certificate and PAN card. 4. The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date. 5. Cost of Bid Document -Demand Draft amounting to Rs. 525/- (inclusive of sale tax) drawn in favour of "Accounts Officer(Cash) , Kottayam SSA, Kottayam" 6. E-Tender Processing Fee – Rs.2,483/- (inclusive of service tax) shall be paid online through website www.tenderwizard.com/BSNL. 7. EMD -amounting to Rs.86,366/-in the prescribed form. Earnest Money should be in the form of demand draft/FDR/ BG (As per format at Annexure- I) / CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of , drawn in favour of “Accounts Officer (Cash), Kottayam SSA, Kottayam". The Validity period of EMD shall be 120 days, from the date of

Contractor SDE(E)/EE(E)

4

opening of tender. 2. The Bid documents consisting of the detailed plans, complete specifications, the schedule of quantities of the various classes of works to be done and the set of conditions of contract to be complied with and other necessary documents, can be seen and downloaded from website www.tenderwizard.com/BSNL at free of cost from …22/05/2017. @17.00 hrs onwards and upto 15.00 hrs. on 05/05/2017. A. The Bid can only be submitted after uploading the following scanned documents in the “ Attach Eligibility Documents” button under “Tender Request” of e-Tendering :- a. Remittance of tender processing fees to M/s ITI. ( Para 1-6 above) b. Demand draft towards cost of tender documents ( Para 1-5above) c. EMD in prescribed form as per(Para1-7) above. d. Self atteste d Copy of CA certificate for turnover. e. Self attestedCopy of Credentials for establishing Eligibility :- BSNL Enlistment Certificate / EA Set Manufacturer certificate/ The letter of Authorization in Original from the EA Set manufacturer in case of OEM or authorised service dealer / The testimonials regarding the list of satisfactorily completed works (at least for the requisite magnitude) should be obtained from an officer not below the rank of Executive Engineer/Manager in the organization concerned. f. Self attested Copy of PAN card. g. Self attested Copy of valid Service Tax Registration Certificate . h. Self attested Copy of valid Sales Tax/VAT Registration Certificate. i. Self attested copy of EPF Registration Certificate. j. Self attested copy of ESI Registration Certificate. k. Self attested copy of Valid Electrical License. l. Duly filled and signed copy of Non Relative Certificate(Annexure III) . m. Duly filled and signed undertaking regarding EPF Provisions (Annexure IV) . n. Duly filled and signed undertaking regarding ESI Provisions (Annexure V) . o. Duly filled and signed Undertaking and to abide by EW6 and EW 8 (Annexure VI). p. Compliance Statement (Annexure VII) . B. Also the contractor shall submit the Original DD for cost of Bid documents and EMD in the prescribed form in a sealed envelope super scribed with Name of work, date & time of opening of bid along with the name and address of the bidder in the tender box available in the office of the Executive Engineer (Electrical), BSNL Electrical Division, Ernakulam up to 3.00PM on …10/05/2017…………. 3. Online bid documents submitted by intending bidders shall be opened only in respect of those bidders whose Earnest Money Deposit ,Cost of Bid Document placed in the envelope are found in order. 4. In case of any clarifications required in respect of the eligibility documents uploaded, the original documents shall be produced to the tender accepting authority as per the requirement. 5. After submission of the bid online, the contractor can re-submit revised bid any number of times but before the last date and time of submission of bid as notified. 6. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (they need not re-enter rates of all the items) but before last date and time of submission of bid as notified. 7. The bid submitted shall become invalid and cost of bid & e-tender processing fees shall not be refunded if: (i)The bidder is found ineligible. (ii) The bidder does not upload all the documents as per Para-2above. (iii) In case any discrepancy is noticed between the documents attached through the“Eligibility Documents” button under the “Tender Request” part of the of e-Tender processat the time of

Contractor SDE(E)/EE(E)

5

submission of bid and hard copies as submitted physically in the office of tender opening authority. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf as well as in the Division Office. 8. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/S ITI, New Delhi. www.tenderwizard.com/BSNL .The agency intending to participate in tendering process shall have to register with M/s ITI, New Delhi. 9. The intending bidders must have valid Class-III digital signature to submit the bid. 10. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitors bid sheets. 11. The bidding process will be accepted only through e-Tendering platform. As tenders are invited through e-Tendering process, physical copy of the tender document would not be available for sale. Contractor can upload documents in the form of JPG format, PDF format and any other format as permissible by the e- tendering portal. 12. Certificate of Financial Turnover(If applicable): At the time of submission of bid, contractor may upload Affidavit/ Certificate from Charted Accountant mentioning Financial Turnover of last 3 years or for the period as specified in the bid document and further details if required may be asked from the contractor after opening of technical bids. There is no need to upload entire voluminous balance sheet. 13. Contractor must ensure to quote rate of each item. If any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” {Zero}. 14. Conditional tenders or tender with conditional rebates shall be summarily rejected 15. Before e- tendering, the contractor shall inspect the site and fully acquaint himself about the condition with regard to accessibility of site and site nature and the extend of grounds, working condition, including stocking of materials, installation of T&P etc., and conditions affecting accommodation and movement of labour etc., required for the satisfactory execution of the contract. No claim whatsoever on such account shall be entertained by the BSNL in any circumstances. 16. Agreement shall be drawn with the successful Tenderer on prescribed Form No. BSNL EW-6/8, which is available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf. Tenderer shall quote his rates as per various terms and conditions of the said form. 17. The time allowed for carrying out the work will be as mentioned above in the EW 6. 18. The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the successful tenderer. This shall be done within one week of award letter. 19. Exemption from payment of earnest money and security deposit by any other unit/ department shall not hold good for BSNL. 20. The EMD of the successful tenderer will be returned to the contractor without interest only after submission of performance guarantee and commencement of work. The successful tenderer has to extend the validity of EMD as per BSNL requirements. 21. In case the eligibility credentials are found to be fake or falsified at any stage i.e. before award of work or during execution of the work or after completion of the work, the contractor will be debarred from tendering in BSNL for three years including any other action under the contract or existing law. 22. Performance Guarantee (PG): The contractor is required to furnish performance guarantee for an amount equal to 5% of the contract value in the form of bank guarantee / CDR/FDR/DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. This period can be further extended by the Engineer-in-charge upto a maximum period of 2 weeks on written request of Contractor. The validity period of the performance security in the form of performance bank guarantee shall be three months from the date of actual completion of work. 23. Security Deposit: In addition to the performance guarantee stated above, a sum @ 10% of the Contractor SDE(E)/EE(E)

6

gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the tender value of the work. 24. The acceptance of tender will rest with the CE(E) BSNL Trivandrum who does not bind himself to accept the lowest tender or any other tender & reserves to himself the Authority to reject lowest or all the tenders received without assigning any reason. All tenders in which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any condition including that of conditional rebates shall be summarily rejected. 25. Canvassing in connection with tender is strictly prohibited & the tenders submitted by the contractors who resort to canvassing will be liable for rejection. 26. The BSNL reserves itself the right of accepting the whole or any part of the tender & the tenderer shall be bound to perform the same at the rates quoted. 27. The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case of proprietorship firm, certificate will be given by the proprietor & for partnership firm certificate will be given by all the Directors of the company. 28. Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL. The near relatives for this purpose are defined as: a) Members of a Hindu Undivided family. b) They are husband and wife. c) The one is related to the other in the manner as father, mother, son(s) & son'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) 29. 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 Engr. / Chief Archt./ Corporate office for executive employees (including those called as Gazetted officers at present). The tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender / work, for proprietorship, partnership firms & limited company certificate shall be given by the authorized signatory of the firm. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/performance guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. The format of the non-relative certificate is given in Annexure III. 30. No employee in BSNL / Govt. of India is allowed to work as a contractor for a period of two years of his retirement from service without the prior permission. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission as aforesaid before submission of tender and engagement in the contractor’s service. 31. It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the tender documents for all the component parts and after the work is awarded he will have to enter into a separate agreement with the officer concerned. 32. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening of the tenders.If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which is not acceptable to the BSNL shall, without prejudice to any other right of remedy be at liberty to forfeit 50% (fifty percent only) of the said earnest money absolutely. 33. Extension of validity: In case, where the letter of award of work cannot be placed within the validity period of the tender, the BSNL can request all tenderers to extend the validity of their respective tenders and the Earnest Money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30 days beyond the extended validity date of tender should also be asked for. While BSNL can make the request for extension, the tenderer is free to Contractor SDE(E)/EE(E)

7

either extend the validity or refuse the request to extend the validity. 34. The contractor should read the tender documents carefully before submitting the tender. 35. This Notice Inviting Tender shall form part of the Contract document. The successful tenderer/Contractor on acceptance of his tender by the accepting authority shall within 15 days from the stipulated date of start of the work, formally sign the contract consisting of: a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the tender and as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto. b) Standard EW-8 form. 36. EPF PROVISIONS: The agency has to comply with the provision of EPF and miscellaneous provisions Act - 1952 and employees Provident Fund scheme-1952 as amended up to date in respect of labours/employees engaged by them for this work. Any consequences arising due to non- complying of provisions as specified above shall be of the sole responsibility of the firm only. The agency shall give an undertaking to this effect as per the prescribed proforma (Annexure IV ) 37. The site for the work shall be made available full or in parts. 38. If any terms and conditions mentioned in this NIT document are in contravention to BSNL EW6/EW 8 General Conditions of Contract, the terms and conditions mentioned in this documentshall prevail. 39. Termination of contract on death of contractor : Without prejudice to any right or remedies under this contract, if the contractor dies, the Engineer in charge on behalf of the BSNL shall have the option of terminating the contract without compensation to the contractor 40. Indulging of contractor in criminal/ Antisocial activities and cases under investigation/charge sheeted by CBI or any other Government agencies etc : If the CBI/independent External Monitor (IEM) / income tax /Sales tax /Central Excise/Customs Department recommends such a course- Action will be taken as per directions of CBI or concerned department

SECTION I CHECK LIST FOR BIDDERS

Name of Work: Providing Comprehensive mainten ance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017- 19)

Notes for Submission of Documents:  The bidder shall have to down load the Tender Documentsand again shall upload the documents with Digital Signaturebefore the prescribed date and time (Ref.EW 6)  The bidder shall submit the Original documents of DD towards cost of Bid documents and EMD in the prescribed form, in a sealed envelope mentioning Name of work , date & time of opening of bids along with the name and address of the bidder in the Tender box in the office of Executive Engineer (Electrical), BSNL Electrical Division, Ernakulambefore the prescribed dateand time (Ref.EW 6)  Online bid documents submitted by intending bidders shall be opened only in respect of those bidders, whose Earnest Money Deposit and Cost of Bid Document placed in the envelope are found in order. As mentioned in EW 6 the details to be uploaded are indicated below. The price bid shall not be opened if any of the following is missing.

SL. UPLOADED DESCRIPTION NO YES/NO The Firms who fulfil the following requirements shall be eligible to bid and proof shall be submitted. Please refer EW 6.

Contractor SDE(E)/EE(E)

8

Note: - Copy of Credentials as applicable for proof of e ligibility prescribed shall be produced by the firm. Important Note: (1) The following documents of EMD, Cost of Bid Document and eligibility credentials shall be attached through the“Eligibility Documents” button under the “Tender Request” part of the of e- Tender process. (2) The price bid will only be opened after satisfying the conditions as per 1 above and eligibility conditions are met. 1 The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque /Bank Guarantee number, amount and date

a) E-Tender Processing Fee – Rs. 2,483 /-(inclusive of service tax) shall be paid to M/s ITI Limited through their e-gateway by credit/debit card, internet banking or RTGS/NEFT facility through website www. tenderwizard.com/BSNL b) Cost of Bid Document: Demand draft amounting to Rs .525 /- (inclusive of Sale Tax) drawnin favour of " Accounts Officer (Cash), Kottayam SSA, Kottayam payable at Kottayam (Demand Draft only)

c) EMD -amounting Rs. 86,366 /-in the prescribed form. EarnestMoney should be in the form of demand draft/FDR/ BG (As per format at Annexure-I)/ CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn in favour of "Accounts Officer (Cash), Kottayam SSA, Kottayam”must accompany each tender. The Validity period of EMD is 120 days, from the date of opening of tender. 2. Self attested Copy of credentials for establishing eligibility 3. Self attested Copy of PAN card. 4 Self attested Cop y of valid service tax registration Certificate 5. Self attested Copy of CA certificate for turnover. 6. Self attested Copy of valid Sales Tax/VAT registration Certificate 7. Self attested copy of EPF Registration certificate 8. Self attested copy of ESI Registration certificate 9. Self attested copy of valid electrical licence 10. The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case of proprietorship firm, certificate will be given by the proprietor and for partnership firm certificate will be given by all the Directors of the company. (Annexure III) 11. Duly filled and signed undertaking regarding EPF Provisions (Annexure IV) 12. Duly filled and signed undertaking regardin g ESI Provisions (Annexure V) 13. Duly filled and signed Undertaking and to abide by EW6 and EW 8 (Annexure VI). 14. Compliance Statement (Annexure VII)

Seal of the firm Signature of the Bidder

Contractor SDE(E)/EE(E)

9

SECTION II

INFORMATION FOR BIDDERS (e-TENDER)

1. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s ITI Ltd. The agency intending to participate in tendering process shall have to register with https://www.Tender wizard. com/ BSNL 2. Those Contractors not registered on the website mentioned above, are required to get registered beforehand. The intending bidder can get registered with ITI Ltd. by making online payment of required amount with registration particulars. For details kindly visit website https://www.tenderwizard.com/BSNL or contact Executive Engineer. 3. The intending bidder must have valid class-III digital signature to submit the bid. 4. The intending bidder should read carefully and understand the tender document, procedure for e- tendering etc. completely before participating in the e-tender procedure. Participation in the e-tendering, presumes that the bidder (s) has/have read all the conditions, Special Conditions of the contract, Schedule of quantity etc. and agree/abide by them. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required. 5. The bid document consisting of BSNL EW 6, Specifications, Schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be compiled with and other necessary documents can be seen and downloaded from www.tenderwizard.com/BSNL or www.kerala.bsnl.co.in free of cost. 6. The bid can only be submitted after uploading the mandatory scanned documents such as demand draft/FDR/BG/CDR as applicable towards cost of bid document and EMD and e-Tender Processing Fee payable to M/s ITI Limited (To be paid online). 7. Information and instructions for bidders posted on website shall form part of bid document. 8. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitors bid sheets. 9. Contractor can upload documents in the form of JPG format and PDF format. 10. Certificate of Financial Turnover: At the time of submission of bid, contractor may upload Affidavit/ Certificate from Charted Accountant mentioning Financial Turnover of last 3 years or for the period as specified in the bid document. There is no need to upload entire voluminous balance sheet. 11. Contractor must ensure to quote rate of each item. If any cell is left blank the same shall be treated as “0”(ZERO). 12. The intending bidder should see all the conditions of contract uploaded in the website including Corrigendum if any, till the last date of submission of bid. 13. BSNL reserves the right to reject any prospective application without assigning any reason and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received satisfying the laid down criterion. 14. List of Documents to be scanned and uploaded within the period of bid submission:-As per checklist above.

Seal of the firm Signature of contractor/firm

Contractor SDE(E)/EE(E)

10

INSTRUCTIONS FOR BIDDERS ( e-TENDER)

GENERAL

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

For participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the e-Tender.

I. TENDER BIDDING METHODOLOGY:

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

a) Procure a Digital Signing Certificate (DSC) b) Register on Tender Wizard site of M/s ITI (e-Tender) c) Create Users and assign roles on e-Tender d) View Notice Inviting Tender (NIT) on e-Tender e) Download Official Copy of Tender Documents from e-Tender f) Clarification to Tender Documents on e-Tender g) Query to BSNL (Optional) h) View response to queries posted by BSNL, as addenda. i) Bid-Submission on e-Tender j) Attend Public Online Tender Opening Event (TOE) on e-Tender Opening of Eligibility documents &Technical Part (as applicable) k) View/Post-TOE Clarification posted by BSNL on e-Tender (Optional)- Respond to BSNL’s Post- TOE queries l) Attend Public Online Tender Opening Event (TOE) on e-Tender Opening of Price bid

III. DIGITAL CERTIFICATES:

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

IV. REGISTRATION:

To use the Electronic portal (https://www.tenderwizard.com), vendor needs to register on the portal (if not registered earlier). Registration of each organization is to be done by one of itssenior persons who will be the main person coordinating for the e-tendering activities. In e- TENDER terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the Contractor SDE(E)/EE(E)

11

website/portal(https://www.tenderwizard.com), and click on the “Supplier Organization” link under “Registration” (on the Home Page), and follow further instructions as given on the site.

V. BID RELATED INFORMATION FOR THIS TENDER (SEALED BID) The entire bid-submission would be online on e-TENDER. Broad outline of submissions are as follows:  Submission of Cost of bid document, Earnest Money Deposit (EMD) and Processing Fee. (Envelope-I)  Submission of digitally signed copy of Tender Documents/ Addendum/addenda. (Envelope-II)

VI. OFFLINE SUBMISSIONS: The contractor shall submit the DD for cost of Bid documents and EMD in the form of demand draft/FDR/ BG (As per format at Annexure-I)/ CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of India] drawn in favour of "Accounts Officer (Cash), Kottayam SSA, Kottayam” in the prescribed form, in a sealed envelope mentioning Name of work, date & time of opening of bids in the tender box available in the office of Executive Engineer (Electrical), BSNL ElectricalDivision, Ernakulambefore the prescribed date & time as notified and shall be opened in presence of AO, SDE [E]/JTO (Plg) and contractors present (Ref EW6).

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

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

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

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

For any further query regarding tender uploading/downloading pl. contact Help Desk of M/s ITI Limited. Tel.No.01149424365; or Shri.Tharanath of M/s ITI Limited,Ernakulam (Mobile number. 09746118519)

FileNo. 45(2)/ EE/BSNL/ ED EKM/ 2017/ 797 Dated: 20-04-2017

Executive Engineer (E) For and on behalf of BSNL

Contractor SDE(E)/EE(E)

12

TENDER SUBMISSION FORMAT (For e-Tender )

IMPORTANT NOTE : Before submitting on line tender document, contractor must verify the check list properly for submission of required documents & uploading of their scanned copies as per instructions.

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

Subject : Submission of e-Tender for the work of Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017-19) As per tender publication advertised by your office and display of Notice Inviting Tender in web site www..bsnl.co.in and www.tenderwizard.com/BSNL , We are hereby submitting the following documents duly self attested.

ENVELOPE – I 1 Tender due on

2 Tender Cost.

a Demand Draft No.

b Date

c Amount ( Rs 525 /-)

d Name of Bank and Branch

e In favour of Accounts Officer (Cash), Kottayam SSA, Kottayampayable at Kottayam. 3 Earnest Money Deposit

a DD / FDR / CDR /BG No.

b Date

c Amount ( Rs. 86,366 /-)

d Name of Bank and Branch

e In favour of Accounts Officer (Cash), Kottayam SSA, Kottayampayable at Kottayam. 4 Details of firm / Company

a Name of firm / Company

Name of Proprietor/Partner/ b Managing Director

Contractor SDE(E)/EE(E)

13

c Address

d PIN Code

e Telephone Number

f E-mail address (mandatory)

g Address of branch/Head Office Name

5 Chartered Accountant Certificate Date.

6 Service Tax Registration number and date

7 EPF Registration number

8 ESI Registration number

9 Bank details of agency for RTGS/Online payment

a Bank account number

b Bank name and branch

c IFSC Code

10 Eligibility credentials as mentioned section I as applicable to be enclosed

. This is to certify that the work has been completed satisfactorily as per details given in tender document /P.O. Date of Date of Amount of Department and P.O. / Sl.No Name of Work start Completion work Done Agreement No.

1.

2.

3.

Contractor SDE(E)/EE(E)

14

11. ANNUAL TURN OVER

(To be issued by Chartered Accountant on his letter head indicating following)

Sl. No Year Annual turn over

1 Rs. 2012 -2013 2 Rs. 2013 - 2014 3 2015-2016 Rs.

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

Yours sincerely

Place (Signature)

Date (Name in block letter)

Seal of firm

Contractor SDE(E)/EE(E)

15

ELECTRICAL WING

Zone: BSNL Kerala Electrical Zone,Trivandrum Circle : BSNL Electrical Circle, Division:BSNL Electrical Division,Ernakulam

Tender for the work of :-Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017-19) Name of Contractor/firm:………………………………………………………………………….

T E N D E R

1. I / We have read and examined the notice inviting tender, schedule, specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rates and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. 2. I / We hereby tender for the execution of the work specified for BSNL within the time specified, as per the schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. 3. I / We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. 4. A sum of Rs.86,366/-is hereby forwarded in the form of Deposit at call receipt / FDR / Bank guarantee of a Nationalized / Scheduled Bank as earnest money. If I / We, fail to commence the work specified I/We agree that the said BSNL shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely and the same may at the option of the competent authority on behalf of BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise. 5. Should this tender be accepted, I/We agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered uptomaximum of percentage mentioned in clause 12.3 of the tender form and those in excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2. 6. I / we agree to furnish to BSNL Deposit at call receipt / FDR / Bank guarantee of a Nationalised / Scheduled Bank for an amount equal to 5% of the contract value in a standard format within two weeks from the date of issue of letter of Acceptance. I / We agree to keep the Performance Bank Guarantee validity as per relevant clause of Notice Inviting Tenders. 7. I / We hereby declare that I/We shall treat the tender documents drawings and other records Connected with the work as secret / confidential documents and shall not communicate information / derived there from to any person other than to whom I / We am / are authorized to communicate the same or use the information in any manner prejudicial to the safety or interest of BSNL.

Contractor SDE(E)/EE(E)

16

8. This agreement is subject to the jurisdiction of court of law at Thiruvananthapuram / Kochi

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

(Name & Postal address)

Occupation of Witness Date:

A C C E P T A N C E

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

a)

b)

c)

For & on behalf of BSNL

Dated Signature Designation

Contractor SDE(E)/EE(E)

17

GENERAL RULES AND DIRECTIONS

1. All works proposed for execution by the contractor will be notified in a form of invitation to tender displayed on Notice Board in select BSNL offices and signed by the officer inviting tender or by publication in News papers/internet (designated web page) as the case may be. 2. This form will state the work to be carried out, as well as the date of submitting and opening tenders and the time allowed for carrying out the work; also the amount of earnest money to be deposited with the tender, and the amount of Performance Guarantee to be deposited by the successful tenderer(s) and the amount of Security Deposit to be deducted from the bills. Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the Officer inviting tender shall also be open for inspection by the contractor at the office of Officer inviting tender during office hours. 3. In the event of the tender being submitted by a firm it must be signed by the authorized signatory. 4. Receipts for payments made on account of work when executed by a firm, must also be signed by authorized signatory. 5. Any person who submits a tender shall fill up on line at what rate he is willing to undertake each item of the work. Tenders, who propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates will be summarily rejected. However, tenders with unconditional rebate will be acceptable. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the works to which they refer written on the envelopes. The rates(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one. 6. The Officer inviting tender or his duly authorized assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a Comparative Statement in a suitable form. In the event of a tender being accepted a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule-1.In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same without any interest. 7. The officer inviting tenders shall have the right of rejecting all or any of the tenders, and, will not be bound to accept the lowest or any other tender. 8. The memorandum of work tendered for and the schedule of materials to be supplied by BSNL shall be filled and completed in the office of the Officer inviting tender before the tender form is issued. 9. The tenderer shall sign a declaration under the officials Secret Act, 1923 for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them. 10. All rates shall be quoted in the tender form only. 11. Procedure for dealing with ambiguities in rates:That if on check there are differences between the rates given by the contractor in words and in figures or in amount worked out by him, the following procedure shall be followed:- In e-tendering the intending bidder can quote his rates in figures only. The rates in words, amount of each item and total is generated automatically. Therefore the rate quoted by the bidder in figures is to be taken as correct. 12. Performance Guarantee (PG): The contractor is required to furnish performance guarantee for an amount equal to 5% of the contract value in the form of bank guarantee / CDR/FDR/DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. This period can be further extended by the Engineer-in-charge upto a maximum period

Contractor SDE(E)/EE(E)

18

of 2 weeks on written request of Contractor. The validity period of the performance security in the form of performance bank guarantee shall be three months from the date of actual completion of work. 13. Security Deposit: In addition to the performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the tender value of the work. 14. A.The bidder shall give the total price inclusive of all Central & state's levies and taxes i.e Sales tax, purchase tax, turnover tax, works contract tax, VAT or any other taxes or duties, local area development tax on materials , labour etc. but excluding service tax. The evaluation and comparison of respective bids shall be done on the basis of Total Cost to BSNL on the prices of the goods offered inclusive of duties &taxes , packing, forwarding, freight and insurance charges as per existing BSNL policies but excluding Service taxes. Octroi / Entry Taxes are not to be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi/ entry tax will be paid extra, as per actual wherever applicable on production of proof of payment/ relevant invoices/ documents.

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

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

19

 Invoice shall clearly indicate Break up details of composite price ie., Basic, E.D., Sales Tax, any other Duties & Taxes, Freight / Packing Charges, Service etc. 15. A. However, pursuant to the constitution (forty-sixth amendment) act1982, if any further tax or levy is imposed by statute, after the last date of receipt of tenders, & the contractors thereupon necessarily & properly pays such taxes / levies, the contractor shall be reimbursed with the amount so paid, provided such payment, if any, is not in the opinion of SE(E) (whose decision shall be final & binding) be attributable to delay in execution of work within the control of contractor. B. In case of statutory variation in regard to excise duty, only in respect of package AC units, EA set & Lifts within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase. Price adjustment provision on account of change in Excise Duty shall not apply in respect of equipment / components of equipment / materials, other than package AC units, EA set and lifts. C. The contractor shall, keep necessary books of account & other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorised representative of BSNL & further shall furnish such other information/ document as engineer-in- charge may require.

16. The Contractor shall, within a period of 30 days of imposition of any further tax or levy in pursuant to the constitution of (forty sixth amendment) act 1982 give a written notice thereof to the Engineer-in-charge that the same is given pursuant to this condition, together with all necessary information relating thereto. 17. BSNL shall deduct work contract tax, income tax and other statutory deductions from payments due to the firm as per rules of the State / Central Government. The Accounts Officer of the concerned Division shall issue certificates for such deductions to the firm. 18. Other agencies will also simultaneously execute the works like horticulture, external, services, installation of telephone exchange equipment and other building works for the same project along with this work in particular. The contractor shall afford necessary facilities for the same. No claim in the matter shall be entertained. 19. Some restrictions may be imposed by the security staff etc. on the working & / or movement of labour, material etc., The contractor shall be bound to follow all such restrictions / instructions and nothing extra shall be payable on this account. 20. The contractor shall comply with the provisions of the Apprentices Act 1961, & the rules & orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract & the Engineer-in-charge may in his discretion without prejudice to any other right or remedy available in law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. 21. Agency has to observe all the labour rules & regulations in force. Agency shall be fully responsible for any violation observed at any time.

22. Bye laws indemnity against liabilities.  The contractor shall comply with all by laws & regulations of the local and statutory authorities having jurisdiction over the works and shall be responsible for payment of all fees and other charges and giving and receiving all necessary notices and keep the Engineer-in charge informed about the notices issued and receive.  The contractor shall indemnify the department against all claims in respect of patent rights design, trademark or name of other protected rights in respect of any plant, machine, work of materials used for or in connection with the works of temporary works and from and against all claims demands, proceedings costs charges and expenses whatsoever in respect of or in relation thereto. The contractor shall defend all actions arising from such Contractor SDE(E)/EE(E)

20

claims and shall himself pay all royalties, License fees damages, costs and charges of all and every sort that may be legally incurred in respect hereof shall be borne by the contractor. 23. All liabilities/ penal recoveries on matters arising out of tax/excise/levies such as incorrect deductions discrepancies in the filing of returns, revised assessments by the concerned authorities etc., shall be borne by the contractor. 24. No Engineer of Gazetted rank or Executive of BSNL employed in engineering or administrative duties in an engineering department of the government of India/BSNL is allowed to work as a contractor for a period of two years of his retirement from government service without the previous permission of Government of India / BSNL. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of government of India as foresaid, before submission of the tender or engagement in the contractor's service as the case may be.

25. Rates quoted by the contractor shall be firm and shall be valid for the currency of contract. No cost escalation shall be permitted during the currency of contract.The bidder shall give the total composite price inclusive of all Central & state's levies and taxes i.e. Sales tax, purchase tax, turnover tax, works contract tax or any other taxes or duties, local area development tax on materials labour etc but excluding the service tax. However the evaluation and comparison of respective bids shall be done on the basis of Net Cost to BSNL on the prices of the goods offered inclusive of duties & taxes (but excluding CENVAT-able duties & taxes) sales tax, packing, forwarding, freight and insurance charges as per existing BSNL policies. Octroi / Entry Taxes are not to be considered for the purpose of evaluation and comparison of responsive bids. However, Octroi/ entry tax will be paid extra, as per actual wherever applicable on production of proof of payment/ relevant 26. Currency of contract: Rates of quoted by the contractor shall be firm and shall be valid for the currency of contract. No cost escalation shall be permitted during the currency of contract.

Contractor SDE(E)/EE(E)

21

CONDITIONS OF CONTRACT

1. Definitions Th e 'contrac t' me an s the docum ent s fo rming te nder &acce ptance th ereof &the f ormal agreement executed between the competent au tho rity on beh alf of BSNL &the c ontrac tor, toget he r with t he docume nt s referred to therein incl uding t he cond itions , spe cifica tions, designs, dr awi ngs &ins truct ions issue d fr om time to time by the Eng ineer-in-Charge & a ll these doc uments ta ken to geth er, shall be dee me d t o for m one contrac t &shall be com pl ementa ry to one anothe r.

2. In the contract the following expression shall, unless the context there otherwise requires have the meanings hereby respectively assigned to them:- i) The expression 'works' or 'work' shall unless there be something either in the subject or context repugnant to such construction, be construed & taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original, altered, substituted or additional. ii) The' site' shall mean the lan d/ Building /or other pl aces o n into or t hro ugh wh ich wo rk is to be exec uted un der the contrac t or any alternate la nd, building, pa th or st reet wh ich may be al lotted or us ed fo r the purpo se of car rying out the contract . iii) Th e 'contractor ' shall mean the individual or fi rm or compan y w he th er inc or pora ted o r n ot , unde rt aki ng t he wo rks & sha ll inc lude the legal persona l re presentative of suc h in divi dual o r th e persons compos ing such firm or com pany or the successors of such firm or company and the perm itt ed assignees of such in div idual , firm o r com pany. iv) BSNL means Bharat S an char Ni ga m Lt d. havi ng its corpor ate o ffi ce a t Bharat Sancha r Bha wan, Ja npat h, Ne w Delhi-11 0001 & its s uccesso rs. v) Th e' Enginee r-in-charge' m eans th e En gin eer office r w ho shall supe rvise & be in-Charge o f th e work & who shal l sign t he cont ra ct on be half of BSN L a s me nt ioned in Sched ule F hereu nde r. vi) Acc ept ing Au thor ity means t he au tho rity me nt ioned i n Schedu le 'F '. vii) Excepted Risk are risks due to riots (other than those on account of contractor's employees), war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection , military or usurped power, any acts of government, damages from Aircraft, Acts of God such as earth quake, lightning & unprecedented floods, & other causes over which the contractor has no control & accepted as such by the accepting authority or causes solely due to use or occupation by BSNL of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to BSNL's faulty design of works. viii) Sc hed ule(s ) refe rre d t o in t hese cond itio ns s hal l mean th e r elev ant s chedule(s) annexe d t o th e tend er pa pers o r t he standa rd Sche dule of Rates of the Go vernm ent mentio ned as pe r Sc hedule 'F' h er eunde r, with the ame ndments thereto issued up-to the da te of receip t o f the tende r. ix) Ten der ed val ue means the value of the e ntire work as stipulate d in the letter of a ward . x) Mar ket ra te shall be th e rate as d eci ded by the Eng ineer-in-Cha rge o n th e basis o f th e cos t of mate ria ls a nd lab our at the s ite where the work is to be exe cuted plus the p er ce ntage men tioned in Sched ule 'F' to c over , all over heads & profi ts. 3. Scope & Performance Whe re the co ntext so requires, wor ds impa rtin g sin gul ar on ly a lso include t he plu ral & vic e versa . Any referenc e to ma scu li ne gende r shall w heneve r require d inclu de fe minine ge nder & v ice vers a.

4. The contractor shall be furnished, free of cost, one copy of the contract documents except standard specifications, Schedule of Rates and such other printed and published documents, together with all drawings as may be forming part of the tender papers. None of these documents shall be used for any purpose other than that of this contract. Contractor SDE(E)/EE(E)

22

5. Works to be carried out: Th e w ork to be carr ied out unde r the Contr act sha ll, ex cept as o th er wise pr ovid ed in t hese cond it ion s, Incl ude a ll la bour, materials, too ls, plants, equipm ent &tra ns port whic h ma y be requ ir ed in p reparatio n of & fo r & in the full & en tire execution & completion of the works. The descri pt io ns giv en i n the sc hed ule of q ua nt ities sh all , unless other wise stated , be held to in clude wasta ge o n mate ria ls, c arr iage & ca rtag e, ca rrying and retu rn of empties , hois ting, setting, fitting an d fixing in pos it io n and all o th er lab ou rs necessary in & for the fu ll and enti re ex ecut ion & com pl etion o f th e work as a foresa id in accordance wi th good practice a nd recog nized principles.

6. The contractor shall be deemed to have satisfied himself before tendering as to the correctness & sufficiency of his tender for the works & of rates & prices quoted in the Schedule of Quantities, which rates & prices shall, except as otherwise provided, cover all his obligations under the contract & all matters & things necessary for the proper completion & maintenance of the works. 7. Sufficiency of Tender The several documents forming the contract are to be tak en as mutually expl anato ry of on e another, de ta il ed drawing s being followed in preference to sm all scal e d rawi ng & figure d dimension s in pre fere nce to s cale &special condi tions in preference to Ge ne ral Conditio ns.

7.1. Discrepancies & adjustments of Error: In the ca se of d is cr ep anc y bet we en the sched ul e o f qua ntities , the s pecif ica ti ons & I or t he drawings , the followi ng or de r of pr eference shal l be observed: - i. Description of Sched ule of Quantities. ii. Pa rtic ular Specification and Special co ndi tio n, if a ny. iii. Dr awings . iv. BS NL / C.P .W.D. Specificat ions. v. In dian Standard Specifications of B.I .S. 7.2. If there are varying or conflicting provisions made in anyone document forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of document & his decision shall be final and binding on the contractor. 7.3. An y error in d escript ion, quantity or rate in Schedule of Qu ant it ies or any o mi ss ion there from sha ll not vit iate th e Cont ract or re lease th e co nt racto r from th e exec ution of the w hole o r any part of the works compr ised therein acc or din g to d rawings & sp eci fi cations or from any of h is obligat ions unde r t he contract . 8. For rate contract s of Electrical Installation, Air Conditioning, Engine Alternator, Sub Station and Fire Detection works, in case it is decided to split the work/quantities of item of works amongst the first two/ three lowest firms, the proportion of work distribution shal l be as follows.

Nu mbe r of B id ders in whom the Distribution of quantity order is proposed to be placed L 1 sha ll be give n 70 % 2 (t wo ) L2 sha ll be give n 30%

In case the tende rer oth er th an lowest tenderer d oes not agr ee to match the rates of L1then 1 00% wor ks shall be awarde d t o the l owest tenderer . Contractor SDE(E)/EE(E)

23

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

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

9. Signing of Contract The suc cessfu l t end erer/c ontrac tor, o n a cceptance o f his tend er by t he Accepting Autho rity, s hall , within 15 days f ro m t he s ti pulate d date of start of wor k, sign the con tr act consi stin g of th e notice inviting te nder , all docume nts inc ludi ng d rawing s, if a ny , form in g the te nder as issued at the time of invitation of tender & accep tance thereof together w ith any co rr espond en ce leading th ereto.

10. The agreement to be signed on non-judicial stamp paper and the cost to be decided as per the prevailing local bye-laws or Zonal head of the circle.

Contractor SDE(E)/EE(E)

24

PROFORMA OF SCHEDULES

SCHEDULE “A” -Schedule of quantities enclosed

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

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

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

Name of work: Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017-19) Estimated cost of Work:Rs.43,18,280/- GENERAL RULES AND DIRECTIONS [SheduleF ]

Officers inviting tender:Executive Engineer (E), BSNL Electrical Division, Ernakulam

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

Standard Contract form: BSNL EW Form 8

Clause 1

Time allowed for submission of performance 15 days guarantee from the date of issue of letter of acceptance in days.

Clause 2

Authority for fixing compensation under Clause 2 EE (E) / SE (E)

Clause 5

Contractor SDE(E)/EE(E)

25

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

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

Clause 10CC Clause 10CC not applicable for this contract

Clause 11

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

Clause 12

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

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

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

Contractor SDE(E)/EE(E)

26

CONDITIONS OF RATE CONTRACT

1. The rate contract shall remain in force for a period of six months to be reckoned from the date of acceptance of work by the Chief Engineer (E) and extendable for another 6 months with mutual consent. The time allowed fo r individual work is 1 month from the 10 th day after the date of award by EE (E). 2. The quantities as per schedule of work are subject to deviation up to 25 % (twenty five percent) of the quantity of goods and services specified in the schedule of items with out any change in the unit price or other terms and conditions as applicable at the time of award of contract . 3. In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing vendo rs, the purchaser reserves the right to place repeat order up to 50% of the quantities of goods and services contained in the running tender/ contract within a period of twelve months from date of Award of work at the same rate or a rate negotiated (downwa rdly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc. 4. Rates incorporated in the Rate Contract in respect of different items are uniformly applicable to all the works in the state of Kerala irrespective of their geographical locations. 5. The operation of the Rate Contract is for bona fide use of this department only and is further restricted to only such works as authorized by CE (E), BSNL Kerala Zone, Trivandrum . 6. The operation of the RC shall be governed as under: - i. It is a consolidated contract for a number of works to be executed at different sites in the State of Kerala /Union Territory of Lakshadweep . However for each work separate LOI will be issued by the office of Chief Engineer (E), on the basis of rates accepted. Separate independent award letter will be issued by the Executive Engineer (E) concerned and separate individual agreement will be drawn by EE (E) for each work. ii. A copy of the origi nal agreement of this RC incorporating schedule of work with detailed specifications etc. will be supplied to concerned EE (E). This document forms a basis for entering into agreement at divisional level for individual works awarded against this contract. The quantities of the schedule shall be suitably incorporated in the individual agreement as per LOI issued by CE (E), BSNL Kerala Electrical Zone. iii. The formal agreement for each work allotted shall be drawn between EE (E) concerned and the contractor . Such agreement (s) shall incorporate the following. LOI issued by the office of Chief Engineer (E). Award letter issued by EE (E) Abstract of cost with schedule and specification as per LOI. EW6 & 8 and other terms and conditions as per specimen draft a greement. 7. Department also reserves the right to: i. Enter into parallel rate contract(s) simultaneously or at any time during the period of the RC with one or more tenderers as may think fit. ii. Place other contract(s) simultaneously or at any time during the pe riod of the RC with one or more firm(s) for such items. 8. The works are to be executed anywhere in Kerala State (Except Lakshadweep), at the same terms and conditions and no extra payment will be admissible .

Contractor SDE(E)/EE(E)

27

SPECIAL CONDITIONS OF CONTRACT

(This supersedes the previous general conditions/clauses wherever applicable)

A. GENERAL: 1. The agencies are requested to offer the bid strictly as per the conditions and specifications of NIT. 2. The department reserves the right to accept the quantities in full or in parts.

B. COMMERCIAL CONDITIONS OF CONTRACT:

1. The rates quoted must be full and final.

2. TAXES & DUTIES : The rates for all items of work shall include cost of all materials, labour i/c packing and forwarding charges and other inputs involved in the execution of the item as specified in the scope of work. All Central and State Govt. taxes / duties as applicable shall be included in the offer given above except service tax.

3. SERVICE TAX (AS APPLICABLE): The rates offered by the firm shall be exclusive of service tax as applicable. The service tax amount calculated shall be reimbursed to the agency by BSNL for remittance to the concerned department as per statutory rules of State/Central Govt.

4. EVALUATION OF TENDERS: The Evaluation and comparison of responsive bids shall be done on the basis of NET COST to BSNL on the prices offered inclusive of all duties & taxes, packing, forwarding, freight & insurance charges etc as indicated in the price schedule, but excluding CENVAT- able duties & taxes.

5. WORK CONTRACT TAX (IF APPLICABLE): The department shall deduct WCT/VAT from payments due to the firms and as per the rules of the State Government/Central Government.

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

7. TAX DEDUCTED AT SOURCE: -BSNL shall deduct TDS (e.g. work contract tax, Cess, income tax and other statutory deductions)from payments due to the firm as per rules of the State/Central Government and Certificate for such deduction shall be issued to the firm by the Accounts Officer of the Circle/SSA/division

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

.

Contractor SDE(E)/EE(E)

28

9. TERMS OF PAYMENTS: 1. Payment shall be made on Quarterly basis (calendar months) by cheque/NEFT/RTGS only. 2. The contractor shall submit his bill along with the certificates and computerised measurements (CMB) by 5th of every Quarter. This will be verified by JTO(E)/SDE(E) and the certificate will have to be countersigned by JTO(E) & SDE(E). The procedure for preparing the computerised MB (CMB) is available in this document under the heading “COMPUTERISED MEASUREMENT BOOKS (CMB'S) AND BILLS TO BE SUBMITTED BY THE CONTRACTOR”. 3. The bill shall be submitted showing separately the service tax component applicable. 4. The contractor shall submit the bills in triplicate giving the details of work carried out i.e. monthly/ quarterly services done (C/S by JTO (E).One copy will retained in O/o SDE (E) and two copies will be submitted to D.O one copy for pay voucher and second copy will be part of maintenance file of DO for each Sub Division 5. After every service/ break down maintenance of the EA Set, the agency should submit a certificate from the Officer-in-charge of the TE/ BTS site. The bill for payment can be prepared based on this certificate. However, this shall be verified by JTO (E) & SDE (E) on subsequent days.

6. The bidder has to give the mandate for receiving payment costing Rs. 5 lakh and above electronically and the charges if any, levied by bank has to be borne by the bidder/ contractor/ supplier. The bidder company are required to give the following information for this purpose:- i. Beneficiary Bank Name : ii. Beneficiary branch Name : iii. IFSC code of beneficiary Branch iv. Beneficiary account No: v. Branch serial No. (MICR No.)

C. LABOUR RULES & REGULATIONS: The agency shall ensure that the minimum wages applicable as per the existing rules are paid and ESI, EPF provisions are fully complied with in respect of the maintenance staff engaged by them and necessary documentary proof shall be produced and the employees shall be covered with accident insurance.

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

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

Contractor SDE(E)/EE(E)

29

F. TERMINATION OF CONTRACT:

7. Right is reserved by BSNL for terminating the contract by giving one week notice in case of serious default. This includes major break down of the electromechanical installations or accident due to negligence on the part of firm, failure to attend breakdown, disobedience and abandoning the site etc. In such a case full performance guarantee shall be forfeited by BSNL. The decision of Superintending Engineer in this regard shall be final and binding.

8. Right is reserved by BSNL for closure of the contract at any time by giving two months notice for reasons not attributed to the firm. The decision of Executive Engineer shall be final and binding on the contractor for closure of contract and for which BSNL shall not entertain any claim.

9. BSNL reserves the right to carry out any work at risk and cost of the agency, if the agency fails to perform any duty within the time frame as mentioned in the agreement without further notice.

G. PERIOD OF CONTRACT:

1. The contract is for a period of 24 months.

2. BSNL will have the right to increase or decrease up to 25% quantity 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. In exceptional and unavoidable cases BSNL can increase the quantity of goods and services beyond 25% of the tendered quantity without any change in tendered and accepted unit price and also other terms and conditions applicable at the time of award of contract.

H. COMPUTERISED MEASUREMENT BOOKS (CMB'S) AND BILLS TO BE SUBMITTED BY THE CONTRACTOR a) Applicationandformatofthecomputerised MB.

(1) A bound volume of computerised measurementstobefurnishedbythecontractor,dulymachinenumberedforthepages,and withanMBnumbergivenbytheDivisionOffice.ThepagesoftheseMeasurementBooksshall beofA-4size.AlltheseMeasurementBooksbelongingtoaDivisionshallbeseriallynumbered, andarecordoftheseComputerisedMeasurementBooksshallbemaintainedinaseparate RegisterinFormCPWA92. (2) ThesameformatasinexistingMeasurementBooksshallbeusedfortheComputerised MeasurementBooks.Themeasurementsshall be carried forwardfromtheprevious recorded measurementsaspertheexistingprocedure. Contractor SDE(E)/EE(E)

30

b) Mode Of Measurements

(1) Themeasurementsshallberecordedandenteredincomputerisedformatinthefirstinstanceby thecontractor,andahardcopyshallbesubmittedtotheDepartment.Allentriesshallbemade exactlyaspertheexistingprocedure. (2) Thesemeasurementsshallthenbe100%checkedbyJTO(E).IfJTO(E)is notavailable,SDE(E)shallperform100%checkofthemeasurements. The contractorshallincorporateallsuchchangesorcorrections,asmaybedoneduringthesechecks,to hisdraft computerisedmeasurements,andsubmittothedepartmentthecorrected computerizedmeasurementsintheformofabook,dulyhardboundinredcolouronthelinesof the conventional Measurement Books now in use, and with its pages machine numbered. (3) SDE(E)andtheExecutiveEngineer (E)shalltestcheckthesecomputerised measurements as per the existing instructions.This book shall be treated as a Computerised MeasurementBook. (4) JTO(E),SDE(E)andEE(E)shallrecordthenecessary certificates for their checks and test checks as per the existing procedure in this Computerised MeasurementBook. (5) TheComputerisedMeasurementBookshallbeallottedaserialnumberaspertheRegister of Computerised MeasurementBooks. c) Cutting or over-writing in the computerised MB not allowed

(1) TheComputerizedMeasurementBookgivenbythecontractor,dulybound,withitspagesmachine numbered,shallhavenocuttingorover-writing. (2) ItistheresponsibilityofJTO(E)orSDE(E)asthecasemaybeto ensurethatthechecksandtestchecksdonebythemintheinitialdraftmeasurementsare correctly incorporatedintheComputerizedMeasurementBookbeforetheyrecordtheircertificates. (3) Incaseofanyerror,theComputerisedMeasurementBookshallbecancelled,andthecontractor shall re-submitafreshComputerizedMeasurementBook.Thisshouldbedonebeforethe correspondingcomputerisedbillissubmittedtotheDivisionforpayment. (4) ThecontractorshallsubmitasmanycopiesofComputerisedMeasurementBooksasmaybe required,andasarespecifiedintheNIT/contract,forthepurposeofreferenceandrecordinthe variousofficesofthedepartment. d) Computerised Bill to be submitted by the contractor (1) Thecontractorshallsubmithisrunningandfinalbillsinacomputerisedforminthesameformat astheexistingconventionalbills,withallthepagesmachinenumbered,andhardbound,and withalltheentriesmadeaspertheexistingprocedure. (2) Thecontractorshallsubmitasmanycopiesofthecomputerizedbillsasmayberequiredforthe purposeofreferenceandrecordinthevariousoffices ofthedepartment. (3) Thebillshallbecarriedforwardfromthepreviousrunningaccountbillaspertheexisting procedure. (4) Thesecomputerisedbillsshallbeprocessedbythevariousofficesforpayment,asperthe existingprocedure.

Name of Work: Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017-19)

Contractor SDE(E)/EE(E)

31

RATE (Excluding Sl.No Description QTY UNIT AMOUNT Service Tax) Part A

1 Providing Comprehensive Maintenance of E/A sets of following capacities as per the BSNL standard maintenance scope & conditions, replacing of faulty components including faulty accessories in EA set control panel etc. as reqd.

a up to 10 KVA 7 Nos. Each

b Above 15 KVA upto 30 KVA 12 Nos. Each

c Above 30 KVA upto 40 KVA 8 Nos. Each

d Above 40 KVA upto 63 KVA 24 Nos. Each

e Above 63 KVA upto 100 KVA 5 Nos. Each

f Above 100 KVA upto 160 KVA 7 Nos. Each

g Above 250 KVA upto 350 KVA 1 Nos. Each

h Above 350 KVA and up to 500 KVA 3 Nos. Each

Total for 1 month

(Total for Part A) Total for 24 Months

Part B 2 Replacement of faulty batteries (which are life expired) with new fully charged battery of automotive duty of following capacities (on buy back basis).

a 88 AH 6 Nos. Each

b 130 AH 10 Nos. Each

c 150 AH 8 Nos. Each

d 180 AH 8 Nos. Each

Contractor SDE(E)/EE(E)

32

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

a up to 10 KVA 28 Nos. Each

b Above 15 KVA upto 30 KVA 48 Nos. Each

c Above 30 KVA upto 40 KVA 32 Nos. Each

d Above 40 KVA upto 63 KVA 96 Nos. Each

e Above 63 KVA upto 100 KVA 20 Nos. Each

f Above 100 KVA upto 160 KVA 28 Nos. Each

g Above 250 KVA upto 350 KVA 4 Nos. Each

h Above 350 KVA and up to 500 KVA 12 Nos. Each

NOTE:- The servicing of the EA sets has to be done at specified intervals (not later than once in six months or recommended hours whichever is earlier) as per direction of Engineer in charge through OEMs/ Authorized dealers of the EA sets only.

Total for Part B

Total for Part A & Part B

Total for PART A and PART B (IN WORDS) Rupees

Important Notes to Contractor 1. The rate quoted shall be inclusive of all taxes and duties but excluding Service Tax.Service Tax as applicable will be reimbursed/remitted by BSNL as per the prevailing rules. 2. The agency shall ensure that the minimum wages applicable as per existing rules are paid and ESI, EPF provisions are fully complied with in respect of the maintenance staff engaged by them and necessary documentary proof shall be produced along with the bills.

CONTRACTOR EXECUTIVE ENGINEER

Contractor SDE(E)/EE(E)

33

Specifications for Maintenance of EA Set

Section I

1.0 SCOPE OF MAINTENANCE

a. Maintenance of the Technical/Administrative/Residential buildings as applicable in this contract means that all Electro- Mechanical Services included in the schedule of work are kept in a clean and healthy working condition. Wherever maintenance schedule is prescribed, the same shall be carried out, and breakdowns are attended promptly. b. Specific details of Maintenance activities with regard to each service are spelt out under section pertaining to that service. In case of minor addition to the O&M, the same shall be done by the firm without any cost adjustment. c. Any defect, shortcoming brought to the notice of BSNL within the first 15 days of taking over for Maintenance by the vendor and confirmed by BSNL shall be the responsibility of BSNL. However, installation is to be taken over for Maintenance immediately after award of work. d. After the contract period is over the installation has to be duly handed over to BSNL in proper working condition. The contractor shall be responsible for any discrepancies in the status of installation which were available at the beginning of work and also any modification carried out during the currency of the contract. e. The contractor shall not sublet the work or part thereof; however, services of specialized agencies for specific work can be obtained. f. The contractor has to make necessary arrangements in consultation with the E-in-C for displaying the maintenance schedule performed and to be performed for each of the services in all the buildings included in the scope of work.

Special Note: Operation is not included in the scope of this work

2.0 METHODOLOGY AND STAFF 2.1 It is mandatory that contractor will provide minimum qualified staff, who will be able to perform prescribed Maintenance functions. Since the firm will be doing the maintenance of critical services like EA sets, responsible and trained persons should be available who could take immediate steps under emergency situation. 2.2 For optimum and efficient utilization one person can be responsible for number of services. Also Maintenance staff has to be available round the clock round the year including all holidays. 2.3 However, staff strength may vary. Scheme for staff employed shall be got approved from the Engineer- in-charge. 2.4 In case of faults beyond the handling capacity of the staff provided as above, contractor shall immediately provide extra specialized work force so as to attend to the fault in minimum reasonable time. 2.5 The agency has to supply details of all the workers (Name, educational qualification and address) engaged by him and get it approved by the Sub-Divisional Engineer.

Contractor SDE(E)/EE(E)

34

2.6 Firm should also supply three passport size photographs of staff for issue of identity cards along with Particulars of the workers. The staff engaged by the firm shall bear Identity card on duty. 2.7 The workers engaged by firm shall maintain proper discipline and good behaviour with occupants. The firm shall remove such workers from the site whose behaviour is found improper. Executive Engineers decision in this regard shall be final. 2.8 Firm should have round the clock contact telephone number (Mobile and land line). In case of emergency, contractor or authorized engineer/ supervisor shall be made available at site on short notice from Engineer in charge and make all efforts to bring the situation to normal at the earliest. 2.9 Shut down for maintenance shall be taken with prior approval of the department. 2.10 Any damage or loss to the installation/building during the maintenance period due to the carelessness on the part of maintenance staff shall be the responsibility of the firm and be replaced / rectified without any extra cost. 2.11 The agency will provide the workers with necessary tools & plant, testing & safety equipment. 2.12 Any accident or damage during maintenance / operation will be the responsibility of the agency. BSNL will not entertain any claim, compensation, penalty etc. on this account or on account of non observation of any other requirement of law relevant to his nature of work 2.13 The contractor shall at all times indemnify BSNL against all claims for compensation under the provisions of any law in force or in respect of any claim made by any person employed by the contractor in carrying out the contract. Further, such staff shall have no right to claim employment from BSNL. 2.14 Agency has to observe all the labour rules & regulations including EPF, ESI etc., in force and cover the employees with accident insurance and BSNL will not entertain any claim on this account during the contract period and afterwards. 2.15 Agency has to observe all the service tax rules as applicable in the state of Kerala. 2.16 The Contractor has to keep the EA sets neat and clean to avoid any accidents or fire hazards. The operation will aim for optimum energy consumption with minimum downtime of the equipment / network. 2.17 The maintenance cost shall also include contribution towards ESI, EPF etc. in addition to minimum wages approved by the statutory authorities. The contractor participating in the bidding process must possess valid EPF, ESI, Service Tax registration etc. 2.18 The details such as EPF, ESI, Qualification, Identity and address proof of maintenance staff shall be furnished before commencement of contract. 2.19 Handing / taking over between the contractors shall be carried out within 15 days after the closure of contract to the entire satisfaction of the Engineer In-charge, failing which works shall be carried out at risk and cost by the department and the decision of the Engineer In-charge shall be final and binding on the contractors. The activities shall be completed by engineer in charge within 03 months.

3.0 QUALIFICATIONS OF O&M STAFF 3.1 Persons deployed at site & In-charge of Maintenance should possess certificates of competency issued / recognized by the State Govt. for carrying out required tasks. 3.2 For all services, Electrical workman permit/workman’s competency certificate/Electrical workman’s license (Certificate of competency class II) OR any other equivalent certificate with at-least two years experience is compulsory. Contractor SDE(E)/EE(E)

35

3.3 If Engine –Alternator work is also included, at least one person should have the following Qualifications. i. Pass in certificate course in Diesel Mechanic / Motor Mechanic Vehicle approved by state or central Government with one year experience in the field.

4.0 TOOLS AND PLANTS a. All T&P required for carrying out various tasks pertaining to operation and maintenance have to be arranged by the agency at his own cost.

5.0 MATERIALS 5.1 Replacement of defective/damaged material shall be on type by type / approved make basis. 5.2 Dismantled materials shall be returned to the Department except those items for which the replacement is supplied by the agency.

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

7.0 COMPENSATION FOR DEFICIENCY IN SERVICE 7.1 In case of Engine Alternator 1. After intimating the fault, the rectification shall be done within the time mentioned below. a) The mechanic/ electrician should attend the site within 8 hours and minor faults may be cleared then and there. b) All faults except (c), (d) and (e) below shall be cleared within 12 hours . c) For alternator rewinding and re-conditioning of engines when the engine seizes shall not take more than 15 days d) In case of starting motor failure possible alternate arrangement shall be made to start the engine alternator within 24 hours. e) AMF Controller faults shall be attended within 5 days 7.2 All the EA set faults should be rectified within the time mentioned above. If the agency does not rectify the faults within the stipulated time a penalty of Rs 500/- day or part thereof will be levied for three days and Rs.1000 / day will be levied after 3 days till the fault is rectified. However, the decision of the Engineer-in-Charge shall be final and binding and in any case the total penalty imposed shall not exceed 50 % of the total AMC cost of that particular EA set for the contract period. NOTE

Notwithstanding the above compensation clause described above, the department shall take steps for repair etc. of faulty equipment at risk & cost of firm without further notice if the service rendered by the firm is Contractor SDE(E)/EE(E)

36

found to be unsatisfactory and because of this the normal functioning of the Telephone Exchange and connected installations are affected.

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

8.1 Details of Organization:

1. Name of the Agency (With Office

Address)

2. Name of the Proprietor

3. Telephone No. (s) of the firm

4. Name & Address of the supervisor

5. 24 Hours contact Telephone No.

6. Particulars of the License / Registration…..

8.2 Details of staff to be deputed to site:

Sl.no. Name & Address Qualification Designation & Responsibilities

1.

2.

3

4

Contractor SDE(E)/EE(E)

37

9.0 Complaint Register 1. A complaint register as per Proforma -I shall be kept up to date by the firm and the same shall be available for checking and verification. 2. The complaint register shall be maintained in each Sub Division and entry shall be made in this register as and when the complaint is reported from the end users. If JTO is not available in the office, other officials whoever available in the office should record the complaint in the register. It shall be the responsibility of the firm to verify the details of complaint & take corrective action.

10.0 Conditions to be followed on successful completion of Contract

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

………………………………………………………………………………………………………………………………

Proforma – I

COMPLAINT REGISTER

Date & Time Officer / Nature Date & Name of staff Acknowledgeme Remarks of complaint Section lodging of Time of attended the nt of complaint complain redressal of complaint & rectification by t complaint. signature complainant

Contractor SDE(E)/EE(E)

38

CONTRACTOR EXECUTIVE ENGINEER (E)

Section II

SCOPE OF WORK AND SPECIFICATIONS

PART – I SCOPE OF MAINTENANCE:

1. The contractor shall keep all the EA sets and control panel including associated electrical connection and accessories in clean and healthy working condition. 2. The contractor shall arrange for operation of the engine alternator set with qualified personnel. 3. The contractor shall carry out maintenance tasks as mentioned in the maintenance schedule and maintain the register and service report. The same shall be made available for inspection as and when required. 4. Comprehensive periodical maintenance and breakdown repairs as per maintenance schedule for EA set attached, supplying and replacement of defective components of engine, alternator and control panel including battery charging alternator/ dynamo, starting motor, gaskets, turbocharger, radiator, AVMs, couplings, alternator bearings, Rectifier assembly, Resistors, capacitors, AVR, repairs to alternator, fuel injection pump, nozzles, topping up of lubricating oil, checking of all components in the control panel and replacing of defective components, safety controls, meters, battery, battery charger, MCCB, ACB, SDF, contactors, AMF logic controller if available, control panel accessories such as meters, protection and annunciation systems, indication lamps, fuses, cable joints, electrical inter connection , etc., Item which are not covered within scope of this work are specifically mentioned under part IV – Materials. 5. Alternator to control panel UG cable shall be supplied from store if replacement is required. However charges for laying cable termination and transportation charges from store will not be paid. 6. Proper workings of the fuel pump of EA sets may be ensured for maximum fuel efficiency. 7. The EA Sets and accessories shall be thoroughly checked for proper working of the safety features provided in order to avoid accidents and fire hazards. 8. Make, capacity and quantity of EA sets are included in the schedule of work and inventory. Firm shall also under take maintenance of additional sets in the same station if included at a later date during the currency of the agreement, at the same agreement rates. 9. Painting of the Frame of the canopy, foundation, base frame or any other parts if required shall be done as per the directions of E-in-C or his subordinates during the maintenance period. 10. Servicing and breakdown maintenance has to be got done from authorized service centre/ dealer of the Engine manufacture / persons trained and authorized by manufacturer or their authorized agencies. 11. Diesel for operation of the EA set will be arranged by the BSNL. 12. Measure earth resistance of all earthing stations half yearly and ensure that all equipment are properly earthed i.e., there are no loose joints. Watering of earth pits shall be Monthly (water by BSNL) such that the proper earth values are maintained. 13. The faults if any reported shall be carried out immediately and within 24hrs of the occurrences of fault. 14. In case of major failure of EA set, it shall be the responsibility of the agency to shift the trolley mounted EA set available within the jurisdiction of the SSA to the required site free of cost including giving necessary connections and running the set. In case no trolley EA set is available, the agency has to make arrangements to provide hired trolley EA set locally on rental basis (shall be paid by BSNL subjected to the stipulated time allowed for carrying the rectification work of EA set as per clause 7.0 of special

Contractor SDE(E)/EE(E)

39

conditions of Contract) as per the directions of the E-in-C or his subordinates, including giving necessary connections and running of the set. All these activities are to be completed within 24 hours of reporting the failure of EA set. 15. If the agency fails to provide trolley EA set on rental basis within 24 hours of reporting the failure of EA set, BSNL will take necessary steps to arrange trolley EA set and loss on this account shall be recovered from the bills of the agency without further notice. The decision of the Engineer-in- charge will be final in this regard.

PART – II TASKS TO BE PERFORMED WITHIN 15 DAYS:

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

1. TEST SHEET FOR ENGINE ALTERNATOR-PHYSICAL VERIFICATION

Item Remarks

(a) Verify level of bed

(b) Check firmness of mounting

(c) Check for verticality

d) Verify tightness of bolts and nuts and other fittings.

(e) Check whether room hot air exhaust pipe, if provided is properly led out.

(f) Check whether exhaust pipe is properly lead out .

(g) Thermal insulation provide d for exhaust line is intact.

(h) Check for the alignment of the Engine, Alternator and couplings.

(i) Check safety devices as well as operating switches for proper functioning.

(j) Check for the loads being supplied and capacity of E/A set

Contractor SDE(E)/EE(E)

40

and ensure that the load is matching with the capacity of the EA.

2. LOAD TEST

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

ITEM DESCRIPTION

Speed in RPM ( as on panel meter)

Lubricating oil pressure

Colour of exhaust gas ( by visual inspection)

Output current (as on panel meter)

Output voltage ( as on panel meter)

Output frequency

3. TEMPERATURE RISE TEST FOR ALTERNATOR

Run the alternator at full rated load. Record the reading of the stationary coil temperature every one and a half hour for three consecutive readings in the following table.

AMBIENT TIME TEMPERATURE TEMPERATUREOF STATOR

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

4. CHECK OF FUEL CONSUMPTION

Contractor SDE(E)/EE(E)

41

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

5. INSULATION TEST

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

PART – III MAINTENANCE/OPERATION SCHEDULE

Maintenance of the E/A Sets shall be carried out as per the Maintenance Schedule attached below: MAINTENANCE SCHEDULE (A) - EA SET

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

1 Before starting the Engine

(a) Check and top up cooling water/ coolant level

(b) Check and correct belt tension

(c) Check and correct lub oil level

(d) Check and correct loose clamps, nuts if any.

(e) Check and ensure sufficient quantity of fuel in tank.

(f) Check battery terminals and connections for proper tightness- top up electrolyte if required

(g) Clean Engine Alternator set and premises.

2 After starting the En gine: -

Contractor SDE(E)/EE(E)

42

(a) Check lub oil pressure.

(b) Check and correct leakages, if any.

(c ) Check all meters, Engine noise etc. and correct abnormalities, if any.

(d) Check Engine protection system.

MAINTENANCE SCHEDULE (B)- EA SET FREQUENCY – WEEKLY /MONTHLY

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

1 Checking and cleaning control panel

2 Checking protective devices and alarms

3 Checking of tools & spares

4 Checking of earths -watering earth pits

5 Checking of battery charger

6 Checking of EA room lights and ventilation

Clean radiator fins by combing

7 Check for leakage of fuel line

8 Check for leakage of exhaust pipes

9 Check for leakage of lub oil drains 200 ml of ……..

note: 1. While checking for this item i.e. EA set in a particular room/area, please look around and see whether other electrical items like fittings, switch board, sockets etc. are genera lly in proper working condition or not , if not, initiate action. 2. We expect you to be responsible for all the electrical items and visit for a particular activity should be utilised to gather information for improving our maintenance quality and make it fool Contractor SDE(E)/EE(E)

43

proof.

MAINTENANCE SCHEDULE (C)- EA SET

FREQUENCY – MONTHLY

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

BEFORE STARTING THE ENGINE 1

(a) Check and correct cooling water level

(b) Check and correct belt tensions

(c) Clean radiator fins by blowing air in the opposite direction

(d) Check and correct lub oil level

(e)Check oil level and clean air cleaner as reqd.

(f) Check and correct loose clamps, if any.

(g) Drain 200ml. of diesel from bottom of fuel tank. (h) Check for sufficient quantity of fuel in tank, if short, report to JTO(T),SDE(T) (i) Check battery terminals and connections for proper tightness & apply petroleum jelly on terminals. Check battery condition and top up electrolyte/recharge if required.

(j) Check battery charger.

(k) Check EA room lights and ventilation

(l) Check tools

Contractor SDE(E)/EE(E)

44

(m) Check earths - watering equipment

(n) Ch eck and clean control panel

(o) Clean Engine Alternator and premises.

2 AFTER STARTING THE ENGINE: -

(a) Check lub oil pressure and take corrective action if required.

(b) Check and correct leakages, if any (especially fuel line, exhaust pipes).

(c) Check Engine noise etc. and correct abnormalities if any.

(d) Check Engine protection systems/indicating lamps/meters etc., and rectify if any defects are there

(e) Check voltage/frequency and correct to the

normal values if required.

(f ) Check water temperature in case of water cooled Engines. Operating temperature of water- 75 to 85 deg. centigrade and take corrective action if required

(g) C heck the functioning of AMF logic in case of amf panel

Contractor SDE(E)/EE(E)

45

MAINTENANCE SCHEDULE (D) - EA SET

FREQUENCY - EVERY 250 HOURS

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

ENGINE

1 Change Engine oil

2 Clea n air filter

3 Check tightness of all nuts and bolts

4 Replace Engine oil and diesel filter cartridges with new ones

5 Check rubber sleeves and hose piping

6 Check zinc protective plugs

7 Check coupling disc of fuel pump drive

8 a) Check v belts

b) Lubricate raw water pump

9 Check and reset valve clearances

10 Check speed governor and Engine shut down for proper functioning

ALTERNATOR

11 Grease Generator ( as applicable)

12 Check insulation of windings and improve if necessary.

Check for excessive overheating of 13 bearings(bearing temperature over 80 deg.

Contractor SDE(E)/EE(E)

46

centigrade with or without abnormal noise) and replace if required. Replace bearings for 20,000 working hours or three years whichever is less.

14 Check for excessive overheating of alternator frame (more than 40 deg. centigrade above ambient) and take corrective action.

15 Check for excessive vibration and noise and take corrective action.

16 Check smoke, sparks or flames from the Alternator with humming and vibration and rectify faults if any

17 Check for high voltage/ voltage oscillation and voltage collapse-take corrective action.

18 Check mounting bolts, couplings and for free cooling air circulation.

19 Ensure that the Alternator is properly grounded.

20 Ensure the tightness of terminal studs.

MAINTENANCE SCHEDULE(E) - EA SET

FREQUENCY - EVERY 500 HOURS

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

ENGINE

1 Change Engine oil

2 Clean air filter

3 Check tightness of all nuts and bolts

4 Replace Engine oil and diesel filter cartridges with

Contractor SDE(E)/EE(E)

47

new ones

5 Check rubber sleeves and hose piping

6 Check zinc protective plugs

7 Check coupling disc of fuel pump drive

8 a) Check v belts

b) Lubricate raw wat er pump

9 Check and reset valve clearances

10 Check speed governor and engine shut down for proper functioning

11 Lubricate starter as recommended

ALTERNATOR

12 Grease Generator ( as ap plicable)

13 Check insulation of windings and improve if necessary.

14 Check for excessive overheating of bearings (bearing temperature over 80 deg. centigrade with or without abnormal noise) and replace if required. Replace bearings for 20,000 working hours or three years whichever is less.

15 Check for excessive overheating of Alternator frame (more than 40 deg. centigrade above ambient) and take corrective action.

16 Check for excessive vibra tion and noise and take corrective action.

17 Check smoke, sparks or flames from the alternator with humming and vibration and rectify faults if any

Contractor SDE(E)/EE(E)

48

18 Check for high voltage/ voltage oscillation and voltage collapse-take corrective action.

19 Check mounting bolts, couplings and for free cooling air circulation.

20 Ensure that the Alternator is properly grounded.

21 Ensure the tightness of terminal studs.

22 Ensure proper crimping of lead wires.

23 Check fuse s.

24 Ensure proper neutral and body earthing of alternator.

CONTROL PANEL

25 Check the MCCB/Control switches for their proper switching. Replace worn out contacts etc., if required. Check overheating of control switches and replace if required.

26 Check backup protection fuses.

27 Check all cable terminations/lugs and check for excessive heating at the terminals.

28 Check all meters and indication lamps and control fuses.

29 Check the functioning of AMF logic

30 Check battery charger.

31 Check the insulation value of all lead in/lead out cables

ENGINE INSTRUMENT PANEL AND GENERAL ITEMS

31 Check all the instruments in panel are in working

Contractor SDE(E)/EE(E)

49

condition.

32 Check battery

33 Check functioning of Engine safety devices.

34 Record Engine Alternator parameters (LOP,LOT, WT, AMPS, VOLTS, KW, F)

MAINTENANCE SCHEDULE (F)- EA SET

FREQUENCY - EVERY 750 HOURS

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

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

1 Check fue l pump and camshaft gear cap screws

MAINTENANCE SCHEDULE(G) - EA SET

FREQUENCY - EVERY 1000 HOURS

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

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

1 Check turbocharger bearing clearances

2 Remove injector, check spray, pressure, adjust if

Contractor SDE(E)/EE(E)

50

necessary and replace if required.

3 If Engine shows signs of loss of power examine valves and rectify if necessary.

MAINTENANCE SCHEDULE(H) - EA SET

FREQUENCY - 1250 HOURS

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

Repeat all items as given for every 250 , 500, 750 and 1000 hours and additional items as given below

1 Change engine oil

2 Clean air filter

3 Check tightness of all nuts and bolts

4 Grease generator ( as applicable)

5 Replace engine oil and diesel filter cartridges with new ones

6 Check ru bber sleeves and hose piping

Contractor SDE(E)/EE(E)

51

7 Check zinc protective plugs

8 Check coupling disc of fuel pump drive

9 a) Check v belts

b) Lubricate raw water pump

10 Check and reset valve clearances

MAINTENANCE SCH EDULE (I) - EA SET

FREQUENCY - 1500 HOURS

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

Repeat all items as given for every 250 , 500, 750 , 1000, 1250 hours and additional items as given below

1 Change Engine oil

2 Clean air filter

Contractor SDE(E)/EE(E)

52

3 Check tightness of all nuts and bolts

4 Grease generator ( as applicable)

5 Replace Engine oil and diesel filter cartridges with new ones

6 Check rubber sleeves and hose piping

7 Check Zinc protective plugs

8 Check coupling disc of fuel pump drive

9 a) Check v belts

b) Lubricate raw water pump

11 Check speed governor and E ngine shut down for proper functioning

12 Check battery

13 Check functioning of engine safety devices

14 Record Engine parameters ( LOP, LOT, WT, AMPS,

Contractor SDE(E)/EE(E)

53

VOLTS, KW)

15 Lubricate starter as recommended

MAINTENANCE S CHEDULE (J) - EA SET

FREQUENCY - EVERY 2000 HOURS

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

Repeat all items as given for every 250 , 500, 750 , 1000, 1250, 1500 hours and additional items as given below

1 Check ball bearings on cooling water pump. take up pulleys, replace v belts

2 Check flexible coupling

3 Clean crankcase ventilation(2000 hours)

4 Check and clean inlet ducts(2000 hours)

5 Remove and clean ex haust pipes(2000 hours)

6 Check thermostats(2000 hours)

Contractor SDE(E)/EE(E)

54

7 Clean heat exchanger(2000 hours)

MAINTENANCE SCHEDULE (K) - EA SET

FREQUENCY - EVERY 3000 HOURS

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

Remove cylinder head and piston, decarbonise and grind in valves and adjust tappet gaps

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

PART – IV MATERIALS

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

ii) Diesel.

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

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

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

……………………………………………………………………………………………………………………………………………………

Contractor SDE(E)/EE(E)

55

PART -V MAINTENANCE OF LOG BOOK The firm shall maintain a log book at site recording all the operational details of the EA set s including details of all maintenance works / break downs occurred and attended as per the Pro forma: LOG BOOK E.A. SET No.1 - Capacity …… Make : Engine …….. Alternator ……….. Rating ………HP Rating …..….KVA

FREQ REMARKS Wate Date &Time of RP UENC LOAD LOP r Fuel ( Details of operation M Y temp Level Maintenan (Hz) in ce carried Ltrs. out )

Start Stop Run Amps VOLTS K PF tim W e

R Y B R YB BR Y

(READINGS SHALL BE RECORDED ON HOURLY BASIS.)

Contractor SDE(E)/EE(E)

56

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING

S. No. Item Makes

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

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

3 Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS)

4 Change Over Switch HPL / Havells / H-H Elcon

5 Digital/ KWHrmeter Schneider Electric/ AE/ Digitron / IMP/ Meco / Rishabh / Universal/HPL/L&T/ABB

6 Rubber Matting ISI mark

7 MCB/ lsolator /ELCB/RCCB/ Crompton / Havells / lndokopp / MDS Legrand/ Distribution Board L&T / Schneider Electric/ Siemens / Standard/ C&S/ABB/HPL

8 MS/ PVC Conduit ISI mark

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

10 HT/LT Cables ISI mark

11 PVC insulated copper ISI mark conductor wire

12 Motors ABB/ Bharat Bijlee / Crompton Greaves / Schneider Electric / HBB / KEC / Siemens/Jyoti Ltd

13 Fresh Air Fans GE / Khaitan/Almonard/Crompton

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

Contractor SDE(E)/EE(E)

57

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

16 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA / JST / Jindal /TTA / Tata/Zenith

17 Foot Valve ISI mark

18 Gate Valve Advance/Audco/Johnson Controls/Zoloto/Annapurna / Fountain / Kirloskar / Leader / Sant / Trishul

19 Compressors Carrier/Emerson copeland/York/Danfoss (for chillers only)

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

21 Expanded Polystyrene BASF(India) Ltd.

22 Gauge Feibig / H.Guru / Pricol

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

24 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna / Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity

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

26 Fire Extinguisher ISI mark

NOTE :The accessories such as CT/PT/measuring instrument/relays provided by approved make in respect of Transformer/HT Panel/DG /AC Package Units as supplied by approved manufacturer along with the equipments are also acceptable in addition.

CONTRACTOR EXECUTIVE ENGINEER(E)

Contractor SDE(E)/EE(E)

58

SECTION III

ANNEXURE –I

MODEL FORM OF BANK GUARANTEE (for submitting EMD)

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

KNOW ALL MEN by these presents that WE……………______of …………………………….having our registered office at ……………………………..

(hereinafter called "the Bank") are bound unto………………………………………… (hereinafter called "the BSNL") in the sum of …………………..for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form: or 2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tender validity. (a) Fails or refuses to execute the Contract.

(b) Fails or refuses to furnish security Deposit in accordance with the conditions of Tender document.

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

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

Signature of the Bank

Signature of the Witness

Contractor SDE(E)/EE(E)

59

Name of Witness Address of Witness ANNEXURE-II

PERFORMANCE SECURITY GUARANTEE BOND

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

(Rupees ______only) as a security / Guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We, (name of the bank) ______(hereinafter referred to as “the bank”) hereby undertake to pay to the BSNL an amount not exceeding Rs.______(Rupees______only) on demand by the BSNL.

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

3. We, the said bank further undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment. 4. We, (name of the bank) ______further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of BSNL under or by virtue of the said Agreement have been fully paid and its Contractor SDE(E)/EE(E)

60

claims satisfied of discharged or till Engineer-in-Charge on behalf of the BSNL certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. 5. We, (name of the bank)______further agree with the BSNL that the BSNL shall have fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time from time to time any of the powers exercisable by the BSNL against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the BSNL or any indulgence by the BSNL to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s). 7. We, (name of the bank)______lastly undertake not to revoke this guarantee except with the previous consent of the BSNL in writing. 8. This guarantee shall be valid upto ______unless extended on demand by the Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. ______(Rupees ______only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ______day of ______

for______

(Indicate the name of bank)

Contractor SDE(E)/EE(E)

61

ANNEXURE -III

The format of the non relative certificate

" I …………… ...... …. ………… ……………………… …………………………… Son ofShri.

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

(Seal of the firm) ( Signature of Contractor )

Contractor SDE(E)/EE(E)

62

ANNEXURE –IV

UNDERTAKING REGARDING EPF PROVISIONS

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

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

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

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

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

Contractor SDE(E)/EE(E)

63

ANNEXURE -V

UNDERTAKING REGARDING ESI PROVISIONS

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

I / We have registered under ESI Act 1948 and ** allotted Registration Number is …………………………………………………. We undertake to keep it valid during the currency of contract.

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

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

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

Contractor SDE(E)/EE(E)

64

ANNEXURE VI

UNDERTAKING TO ABIDE BY EW6 & EW8

"I……… ……………… ……………… …………… ………Son of. ……… ………………… …………

…………… …………….. …………….Resident of …… …………… ………… …………… ……………

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

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

Contractor SDE(E)/EE(E)

65

ANNEXURE –VII

COMPLIANCE SHEET

I/We ...... (Name of firm) have read/Understood all the terms and conditions as mentioned in bid Document and accept the same unconditionally.

I/Westate to comply in full manner with all the General, Commercial, Technical and Operating financial conditions of the tender document for the work of : Providing Comprehensive maintenance of EA sets in various Telephone Exchange Buildings under Electrical Sub Division - 1, Kottayam for a period of two years (2017-19) without any reservation and deviation.

It is certified that the Tender Document i/c all credentials has been re uploaded with Digital Signature.

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

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

Contractor SDE(E)/EE(E)

66

Details of E/A Sets under Sub Division 1, Kottayam

Sl. Name of Station KVA No. 1 DLC Champakkara 5 2 Chingavanam Store 7.5 3 DLC Kattachira 5 4 DLC Kuzhianchal 5 5 DLC Pathamuttom 5 6 DLC Thazhathuvadakara 7.5 7 DLC Velloor 5 8 TE Ayamkudi 30 9 TE Aymanam I 30 10 TE Aymanam II 30 11 TE Kallara 30 12 TE Mevalloor 30 13 TE Nalukodi 30 14 TE Nedumkunnam 30 15 DLC Thottakkadu 30 16 TE T V Puram 30 17 TE Athirampuzha 40 18 Gandhinagar Trolley 40 19 TE Kooropada 40 20 TE Neendoor 40 21 TE Panachikkadu 40 22 TE Thellakom 40 23 TE Thiruvanchoor 40 24 TE Thuruthy 40 25 Thrikkodithanam 30 26 TE Ayarkunnam 50 27 TE Chembu 60 28 TE Chingavanam 50 29 TE Chingavanam 63 30 CTO Kottayam 50 31 TE M/W 63 32 TE 63 33 TE Kanjikuzhy 63 34 TE 50 35 TE Kudamaloor 60 36 TE Kudavechoor 50 37 TE 63 38 TE Kumaranalloor 60 39 TE Kurissummoodu 60 40 TE Mamoodu 50 41 TE Meenedam 63

Contractor SDE(E)/EE(E)

67

42 TE Mooledam 60 43 TE Nattakom 60 44 TE Njeezhoor 60 45 TE 30 46 TE 30 47 TE 63 48 TE Pallickathode 60 49 TE Puthupally 60 50 TE Vakathanam 60 51 TE Veloor 63 52 TE Gandhinagar 100 53 TE Manarcadu 100 54 TE Thalayolaparambu I 125 55 TE Thalayolaparambu II 100 56 TE I 160 57 TE Vaikom II 100 58 TE Ettumanoor I 160 59 TE Ettumanoor II 160 60 TE Kuruppanthara 160 61 TE Kuruppanthara 100 62 TE 160 63 GMT Kottayam 160 64 TE Changanacherry I 300 65 TE Changanacherry II 500 66 TE Kottayam I 500 67 TE Kottayam II 500

******* END OF TENDER DOCUMENT*******

Contractor SDE(E)/EE(E)

68