BSNL ELECTRICAL ZONE

OFFICE OF THE EXECUTIVE ENGINEER (E), BSNL ELECTRICAL DIVISION, TELEPHONE EXCHANGE, VELLAYIL, GANDHI ROAD, CALICUT - 673 032. Ph :04952766330 , 2766990 Email: [email protected]

ELECTRICAL WING

E-TENDER DOCUMENT

Name of Work: SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE & TE Kololam] .

NIT NO. OF EE( E): 02/EDK/2020-21

This tender document contains 56 (Fifty six) pages [56pages only].

Date and time of Tender opening: 21 /10/2020 at 14.00Hrs

Estimated Cost: Rs.8,28,955/- E-Tender Processing Fee: Rs.0/- Cost of Bid Document: Rs.590/- EMD: Rs.16,579/-

For queries relating to the process of online bid Contact number for the helpdesk is submission or queries relating 1800 233 7315. to CPP Portal in general

contact 24x7 CPP Portal Helpdesk.

Signature of the Tender issuing Officer

Designation (For and behalf of BSNL)

1 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Name of Work: Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam] 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 3-11 NIT) 4. Tender submission format(e-Tender) 11-18 5. Undertaking/ acceptance 19-20 SECTION II 6. General Rules And Directions 21-22 7. Conditions of Contract 23-25 8. Performa of Schedules 25-26 9. Details, documents & process for billing under GST 27-34 10. Important Notes to contractors 35-37 11. Special Conditions of Contract 38-41 12. Computerised Measurement Book 42 13. Schedule of Quantities – Schedule A 43-45 14. Detailed Specification 46 14. Technical Specifications 47-49 15. List of Approved Makes 50-51 SECTION III 16. Model form of BG for submitting EMD-(Annexure I) 52 17. Model form of BG for Performance Security Guarantee-(Annexure II) 53 18. Format of No Near relative Certificate-(Annexure III) 54 19. Undertaking regarding EPF Provisions-(Annexure IV) 54 20. Undertaking regarding ESI Provisions-(Annexure V) 55 21. Undertaking to abide by EW6 and EW8-(Annexure VI) 55 22. Compliance Statement-(Annexure VII) 56 23. BSNL EW8(http://www.electrical.bsnl.co.in/BSNL-EW-8.pdf) To be downloaded by the bidder PART II-PRICE BID 1. Schedule of Quantities---price bid [EXCEL FILE FORMAT] Rates to be filled by bidder in e-document

JTO/ SDE (EP) EE(E)

2 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

OFFICE OF THE EXECUTIVE ENGINEER (E), BSNL ELECTRICAL DIVISION, TELEPHONE EXCHANGE, VELLAYIL, GANDHI ROAD, CALICUT - 673 032. Ph :04952766330 , 2766990 Email: [email protected]

ELECTRICAL WING S E C T I O N I Electrical Division: Calicut NOTICE INVITING E-TENDER (Form BSNL- EW6 amended as per this NIT) The Executive Engineer (E), BSNL Electrical Division, Calicut 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. 02 /EDK/2020-21

2 Name of Work SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam] 3 Estimated Cost put to tender Rs.8,28,955/-

4 Earnest Money Deposit Rs.16,579/-

5 Cost of Bid Document Rs.590/-

6 Validity of rate contract - 7 Period of completion for individual work 2 months 8 Last date & Time of on line submission of Eligibility documents & Bid documents. Up to 18:00 Hrs. on. 16/10/2020 9 Last date & Time for submission of EMD, cost of bid document in original in a sealed envelope in Up to 13.30 Hrs. on 21/10/2020 Division office.

10 Time & date of opening of sealed envelope containing EMD & cost of Bid Document of At 14.00 Hrs On 21/10/2020 intending bidders in Division office. 11 Time & Date of Opening of Technical Bid (ON At 14.30 Hrs On 21/10/2020 LINE ONLY) 12 Time & Date of Opening of Price Bid (ON LINE ) Next working day after opening of Technical bid

3 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

1. ELIGIBILITY CRITERIA

1. The Contractors satisfying the following conditions shall be eligible to bid:

A. 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 B. i) BSNL enlisted contractors in Electrical category of respective class as per their tendering limits. OR ii) The manufacturer/authorized dealer/OEM of any of the makes of AMF controller included in the NIT. The letter of authorization from manufacturer in original/photocopy attested by BSNL Executive shall be submitted . OR iii) Experience of having successfully completed similar works in Central Government / State Government/ Central Autonomous body/Central Public Sector Undertaking/State PSUs/Private Organisations during last 7 years ending last day of month previous to the one in which applications are invited, should be either of the following:

 Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost (Rs.8,28,955/-)put to tender. Ie; (Rs.3,31,582/-) OR  Two similar successfully completed works costing not less than the amount equal to than the amount equal to 60% of the estimated cost(Rs.8,28,955/-) put to tender. Ie; (Rs.4,97,373/-) OR  One similar successfully completed work costing not less than the amount equal to than the amount equal to 80% of the estimated cost (Rs.8,28,955/-) put to tender ie; (Rs.6,63,164/-)

2. The firm should :-(copy to be enclosed)

a. Have a valid PAN b. Have a valid Goods &Services Tax registration certificate number which is not a composition registration. c. File a self-declaration along with the evidence that the supplier is not black listed by GST authorities. d. Intimate all GST Registration number to BSNL, where supplier holds multiple GST numbers. e. Have valid EPF Registration Certificate& ESI Registration certificate. f. Have valid electrical licence. g. MSE Certificate enlisted with tendered items issued by statutory bodies as per latest guidelines issued by Ministry of Micro, Small & Medium Enterprise (MSME) Government of (valid as on date of opening of tender) if applicable. In case the ownership of such MSE entrepreneurs happens to be from SC/ST category, proof in this regard also need to be submitted. h. Self declaration of UAM number (only applicable to MSE bidders)

4 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

3. The intending bidder has to fill all the details such as Banker's name, Demand Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date. 4. Cost of Bid Document ‐Demand Draft amounting to Rs.590/-drawn in favour of "Accounts Officer (Cash), BSNL, Kannur SSA" 5. EMD ‐amounting to Rs.16,579/-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 India, drawn in favour of Accounts Officer (Cash), BSNL, Kannur SSA". The Validity period of EMD shall be 120 days, from the date of opening of tender. 6. 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. 7. 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 e- Tendering portal i.e etenders.gov.in/eprocure/app BSNL at free of cost from 03/10/2020 @18.00 hrs onwards and upto 18.00 hrs. On 16/10/2020 8. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. The Bid can only be submitted after uploading the following scanned documents for participating in the e-Tendering:- a. Demand draft towards cost of tender documents b. EMD in prescribed form as per (Para1-5) above. c. Self-attested Copy of CA certificate for turnover. d. Self-attested Copy of Credentials for establishing Eligibility conditions as per NIT  As per eligibility condition. If Work Experience Certificate is submitted, it shall be issued by an officer not below the rank of Executive Engineer or equivalent in original OR copy attested by a BSNL Executive. e. Self-attested Copy of Valid PAN card. f. Self-attested copy of Valid Goods & Services Tax registration certificate. It is to be certified that the same is not a composition registration. g. Self-declaration along with the evidence that the supplier is not black listed by GST h. authorities i. Intimation of all GST Registration number to BSNL, where supplier holds multiple GST numbers. j. Self-attested copy of EPF Registration Certificate. k. Self-attested copy of ESI Registration Certificate. 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) q. Valid HT Electrical license from Kerala state electricity licensing board r. MSE Certificate enlisted with tendered items issued by statutory bodies as per latest guidelines issued by Ministry of Micro, Small & Medium Enterprise (MSME) Government of India (valid as on date of opening of tender) if applicable.

5 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

s. Self-declaration of UAM number (only applicable to MSE bidders) t. Power of attorney & authorisation for executing power of attorney if required for complying clause 3, of GENERAL RULES AND DIRECTIONS in this NIT

9. Also the contractor shall submit the Original DD for cost of Bid documents , EMD in the prescribed form , hard copy of NIT (without filling rates in schedule-A) signed on all pages with stamp 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, Calicut up to 13.30 Hrs on 21/10/2020 The tender shall be opened on 21/10/2020 day at 14.30 Hrs in presence of AO, SDE [EP]/JTO (Plg.) and contractors present. 10. 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. 11. 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. 12. The e-Procurement system allows the bidders to modify and resubmit their bid documents before the 'closing date and time for bid submission' for the tender. After the closing date of bid submission, the bidders are not allowed to make any changes to their bid documents. Further, the option for the bidders to withdraw or resubmit their bids is optional, and it is up to the procuring entity to enable these options in the system on a case to case basis for each tender. The System will overwrite the old bids and only the latest uploaded document is retained. If you are resubmitting even a single document, the entire packet is to be resubmitted. 13. 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. 14. The bid submitted shall become invalid and cost of bid & e-tender processing fees shall not be refunded if: (i)The bidder is found ineligible. (ii) The bidder does not upload all the documents as per 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 process at the time of submission of bid and hard copies (Para 2 B above) as submitted physically in the office of tender opening authority 15. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf as well as in the Division Office. 16. This tender document has been published on the Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance /app 17. The intending bidders must have valid (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at (URL https://etenders.gov.in/eprocure/app) recognized by CCA India. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitors bid sheets. 18. 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 6 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

can upload documents in the form of JPG format, PDF format and any other format as permissible by the e- tendering portal. 19. 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. 20. 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}. 21. Conditional tenders or tender with conditional rebates shall be summarily rejected. 22. 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. 23. Agreement shall be drawn with the successful tenderer on prescribed Form No. BSNL EW‐6 & 8, which is available on BSNL website www.kerala.bsnl.co.in/tenders/electrical. Tenderer shall quote his rates as per various terms and conditions of the said form. 24. The time allowed for carrying out the work will be as mentioned above in the EW 6. 25. 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. 26. Exemption from payment of earnest money and security deposit by any other unit / department shall not hold good for BSNL other than that for valid MSME.

27. 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. 28. 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. 29. 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. The validity period of the performance security in the form of performance bank guarantee shall be valid for a period of 1 year from the stipulated date of completion of work. 30. 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 tendered value of the work. This SD shall be released after an observation period of 12 months after the date of completion of work. 31. The acceptance of tender will rest with the Superintending Engineer (E), O/o the CE (E) BSNL, KEZ 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.

7 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

32. Canvassing in connection with tender is strictly prohibited & the tenders submitted by the contractors who resort to canvassing will be liable for rejection. 33. 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. 34. 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. 35. 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) 36. 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. 37. 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. 38. 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. 39. 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. 40. Extension of validity: In case, where the letter of award of work cannot be placed within the validity period (90 days from the date of Opening of Price Bid) the tender, the BSNL can request all tenderers to extend the validity of their respective tenders and the Earnest Money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30 days beyond the extended validity date of tender should also be asked for. While BSNL can make the request for extension, the tenderer is free to either extend the validity or refuse the request to extend the validity. 41. The contractor should read the tender documents carefully before submitting the tender. 8 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

42. 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 BSNL EW-8 form. 43. 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 )

44. The site for the work shall be made available in full or parts. 45. 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 document shall prevail. 46. 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. 47. Indulging of contractor in criminal/ Anti-social activities and cases under investigation/charge sheeted by CBI or any other Government agencies etc: If the CBI/independent External Monitor (IEM) / income tax /Central Govt Taxes/State Govt Taxes Departments recommends such a course- Action will be taken as per directions of CBI or concerned department. 48. Mandatory requirements for billing under GST shall be ensured by the firm for availing input credit as applicable to BSNL. 49. The vendor should up load the invoice in GSTN site immediately on issue of the same without which the invoice will not be processed for payment. 50. Public Procurement (Preference to Make in India) Order 2017 Dated 15-06-2017 by GOI with the latest update is applicable to this work. The minimum local component shall be 50%. The local suppliers at the time of tender, bidding or solicitation shall be required to provide self-certification that the item offered meets the minimum local content and shall give details of the locations at which the local value addition is made. 51. The MSE units with valid registration shall be exempted from payment of Bid security deposit and Bid document cost provided the tendered item is listed in the registration Certificate of MSE.

9 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

52. Time schedule for completing the work from date of commencement of work: Sl. No 1st week 2nd week 3rd - 6th week 7th - 8th week 1. Submission of AMF panel Approval of the Manufacturing & details by the agency , drawings by testing of AMF showing size of the panel, BSNL panels, detailed schematic despatching and Installation of AMF diagram , Bill of quantities delivery of panels panels at sites, with makes etc. at sites cable laying, testing 2 Inspection of sites by the agency for checking Rectification of and commissioning the defects of the EA sets defects in existing AMF Panels/ EA sets

FILE NO: 45(1)/EEE-BSNL/CLT/2020/ 164 DATED 03/10/2020

Executive Engineer (E) For and on behalf of BSNL

Copy to: 1. The CE(E),BSNL KEZ,TVM 2. The SE(E),BSNL KEZ,TVM 3. All EE(E)s under Kerala Zone 4. The Eligible contractors 5. The AO/Notice Board/Spare Executive Engineer (E)

10 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

TENDER SUBMISSION FORMAT CHECK LIST FOR BIDDERS Notes for Submission of Documents: 1. The bidder shall have to download the Tender documents and again shall upload the documents with digital signature before the prescribed date and time. 2. 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 of office of Executive Engineer (E), BSNL Electrical Division, Calicut before the prescribed date and time (Ref.EW 6). 3. Online bid documents submitted by intending bidders shall be opened only in respect of those bidders, whose Cost of Bid Document, Earnest Money Deposit and eligibility credentials are found in order. 4. The Firms who fulfil the following requirements and submit proof shall be eligible to bid. DETAILS TO BE UPLOADED Name of Vendor: Uploaded DESCRIPTION SL.NO Yes /No 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 e-Tender process. The price bid will only be opened after satisfying the 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) Cost of Bid Document: Demand draft amounting to Rs.590/-drawn in favour of "Accounts Officer (Cash), BSNL, Kannur SSA” (Demand Draft only) (b) EMD ‐amounting Rs. Rs.16,579/- 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 India, drawn in favour of "Accounts Officer (Cash), BSNL, Kannur SSA” must accompany each tender. The Validity period of EMD is 120 days, from the date of opening of tender. 2. Self- attested Copy of CA certificate for turnover. 3. Self-attested copy of credentials of eligibility 4. Self-attested Copy of PAN card. 5. Self -attested copy of Valid Goods & Services Tax registration certificate& certificate that it is not a composition registration. 6. Self-declaration along with the evidence that the supplier is not black listed by GST authorities 7. Intimation of all GST Registration number to BSNL, where supplier holds multiple GST numbers. 8. Self-attested copy of EPF Registration certificate 9 Self-attested copy of ESI Registration certificate 10 Duly filled and signed copy of No Near Relative Certificate(Annexure III) 11. Duly filled and signed undertaking regarding EPF Provisions (Annexure IV) 12. Duly filled and signed undertaking regarding 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) 15. Valid Electrical Licence 16. MSE Certificate (Valid as on date of opening of tender) if applicable. 17. In case of Public or Private company a Certificate of Incorporation (or Letter of Incorporation) , List of all Directors including their name(s), Director Identification

11 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Number(s) (DIN) and address (es) along with contact telephone numbers of office and residence and Article or Memorandum of Association or partnership deed or proprietorship deed as the case may be

B. INFORMATION FOR BIDDERS ( e-TENDER) 1. For e-Tendering of this tender BSNL is using the Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app). The agency intending to participate in tendering process shall have to register with URL https://etenders.gov.in/eprocure/app. Those Contractors not registered on the website mentioned above, are required to get registered beforehand. The intending bidder can get registered with Central Public Procurement Portal free of cost with registration particulars. For details kindly visit website (URL https://etenders.gov.in/eprocure/app). or contact Executive Engineer. 2. The intending bidder must have valid (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS/ nCode / eMudra etc.) with their profile to submit the bid. 3. 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. 4. 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 https://etenders.gov.in/eprocure/app). or www.kerala.bsnl.co.in free of cost. 5. 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. Information and instructions for bidders posted on website shall form part of bid document. 6. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitors bid sheets. 7. 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. 8. Contractor must ensure to quote rate of each item. If any cell is left blank the same shall be treated as “0” (ZERO). 9. 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. 10. 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.

Seal of the firm Signature of contractor/firm

12 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

C. INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR THE E-SUBMISSION OF THE BIDS ONLINE THROUGH TENDER SITE https://eprocure.gov.in/eprocure/app.

The tender document has been published on the Central Public Procurement Portal (URL https://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at https://etenders.gov.in/eprocure/app.

REGISTRATION 1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app. by clicking on the link “ Click here to Enroll ” on the CPP Portal Enrolment which is free of charge. 2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.) with their profile. 5. Only one valid Digital Signature Certificate should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their Digital Signature Certificate to others which may lead to misuse. 6. Bidder then logs in to the site through the secured log-in by entering their user ID/ password and the password of the DSC/e- Token.

SEARCHING FOR TENDER DOCUMENT 1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include organization name, location, date value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal. 2. Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective ’My Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in case there is any corrigendum issued to the tender document. 3. The bidders should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS 1. Bidder should take into account any corrigendum published on the tender document before submitting their bids. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. 2. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/SLS/RAR/DWF formats. Bid documents may be preferably scanned with 100 dpi with black and white option. 3. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. 13 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Those documents may be directly submitted from the “My Space” area while submitting a bid, and need not to be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS 1. Bidders should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3. Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD and enter details of DD/any other accepted instrument. 4. Bidder should prepare the TENDER FEE & EMD as per the instructions specified in the tender document. The details of the Tender Fee & EMD physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time otherwise the tender will be summarily rejected. 5. The tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected. 6. Bidders are required to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. The price bid has been given as a standard BoQ format (BoQ_xxxx.xls) with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the green colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 7. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. The bidders are requested to submit the bids through online e-tendering system to the TIA well before the bid submission end date & time (as per Server System Clock). 8. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. 9. The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 10. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 11. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS 1. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority (TIA) i.e. Executive Engineer E , BSNL Electrical Division Calicut , Telephone Bhavan, Vellayil, Gandhi Road, Calicut-673032. 2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315.

14 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

D. INSTRUCTIONS FOR BIDDERS ( e-TENDER) Special Note

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.

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

2. BROAD OUTLINE OF ACTIVITIES FROM BIDDERS PROSPECTIVE:- Separate menu for assisting bidders are available on web page https://etenders.gov.in/eprocure/app

3. 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 (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.) [refer http://www.cca.gov.in].

4. 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)

5. 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), BSNL Kannur SSA” in the prescribed form, along with following documents in one 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 Electrical Division, Calicut before the prescribed date & time as notified and shall be opened in presence of AO, SDE /JTO and contractors present (Ref EW6).

6. 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.

7. 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 in the Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app) tender Site. 2) Register your organization on the Central Public Procurement Portal e-tender site well in advance of your first tender submission deadline on (URL https://etenders.gov.in/eprocure/app tender Site. 3) Get your organization’s concerned executives trained on Central Public Procurement Portal e- tender Site well in advance of your first tender submission deadline on Central Public Procurement Portal e-tender Site (URL https://etenders.gov.in/eprocure/app) 4) Submit your tender well in advance of tender submission deadline on Central Public Procurement Portal e-tender site as there could be last minute problems due to internet timeout, breakdown, etc.

15 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

NOTE: While the first three instructions mentioned above are especially relevant to first-time users of Central Public Procurement Portal e-tender site, the fourth instruction is relevant at all times. For any technical related queries vendors are requested to please call the Helpdesk. The 24 x 7 Help Desk Number +91 0120-4200462, +91 0120-4001002, +91 0120-4001005, 0120- 6277 787 and E-Mail : support-eproc[at]nic[dot]in

Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject while emailing any issue along with the Contact details. For any Issues / Clarifications relating to the published tender(s) Kindly contact the Executive Engineer (Ele), BSNL Electrical Division Calicut. Executive Engineer (E) For and on behalf of BSNL

16 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

E.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, Calicut Subject: Submission of e-Tender for the work of “SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam] ” As per tender publication advertised by your office and display of Notice Inviting Tender in web site www.kerala. bsnl.co.in and https://etenders.gov.in/eprocure/app ,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.590/-) d Name of Bank and Branch e In favour of Accounts Officer(Cash), BSNL, Kannur SSA payable at Kannur 3 Earnest Money Deposit

a DD / FDR / CDR /BG No. b Date c Amount Rs.16,579/- d Name of Bank and Branch e In favour of Accounts Officer(Cash), BSNL, Kannur SSA payable at Kannur 4 Details of firm / Company

a Name of firm / Company Name of Proprietor/Partner/ Managing b Director c Address d PIN Code e Telephone Number f E-mail address (mandatory) g Address of branch/Head Office Name 5 Chartered Accountant Certificate Date. 6 Goods & Service Tax Registration number and date 7 EPF Registration number 8 ESI Registration number 9 Bank details of agency for RTGS/Online

17 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

payment a Bank account number b Bank name and branch c IFSC Code 10 Eligibility credentials as mentioned under section I (EW6) as applicable to be enclosed 12 Valid electrical Licence 11 MSE Certificate (Valid as on date of opening of tender) if applicable. 12 In case of Public or Private company a Certificate of Incorporation (or Letter of Incorporation).

11. List of works carried out (To be issued by the user not below the rank of Executive Engineer).This is to certify that the work has been completed satisfactorily as per details given in tender document /P.O. Date Date of Amount Department of of and P.O. / Sl.No Name of Work start Completion work Agreement Done No.

1.

2.

3.

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

Sl. No Year Annual turn over

1 2016-2017 Rs.

2 2017-2018 Rs.

3 2018-2019 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. Place

Date Signature

Name in Block Letters

Stamp of the firm 18 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

BHARAT SANCHAR NIGAM LIMITED ELECTRICAL WING

BSNL KERALAELECTRICAL ZONE,TVM BSNL ELECTRICAL CIRCLE,TVM

Tender for the work of :- SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam]

Name of Contractor/firm:…………………………………………………………………………. UNDERTAKING

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 / have read and examined the General Rules and Directions and clauses of EW-8.The name of work, time allowed for work , estimated cost, tender cost, mode and amount of EMD etc, where ever appearing in EW-6/EW-8 shall be as per the notice inviting tender available on the web site. 3. 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. 4. 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. 5. A sum of Rs.16,579/- 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. 6. 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 up to maximum of 50%, as per the conditions of “Important Note for the contractors”. 7. I/ We agree that the said EW-6/ EW-8 shall be made a part of the contract while entering into the agreement (can be down loaded at http://electrical.bsnl.co.in/BSNL EW-8.pdf) 8. 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.

9. 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.

19 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

10. This agreement is subject to the jurisdiction of court of law at Thiruvananthapuram/ Cochin.

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 of Witness) Occupation of Witness Date:

A C C E P T A N C E i) 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)

Dated For & On behalf of BSNL

Signature Designation

20 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

S E C T I O N II 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. 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. BSNL shall deduct statutory deductions from payments due to the firm as per rules of the State / Central Government. 13. The tender for the work shall not be witnessed by a contractor or contractors who himself/themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection. 14. Other agencies will also simultaneously execute the works like horticulture, external, services, installation

21 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

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. 15. 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. 16. 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. 17. Agency has to observe all the labour rules & regulations in force. Agency shall be fully responsible for any violation observed at any time. 18. 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 received.  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 or materials used for or in connection with the works of temporary works and from and against all claims demands, proceedings, costs, charges and expenses whatsoever in respect of or in relation thereto. The contractor shall defend all actions arising from such claims and shall himself pay all royalties, License fees damages, costs and charges of all and every sort that may be legally incurred in respect hereof shall be borne by the contractor.  All liabilities/ penal recoveries on matters arising out of tax/levies such as incorrect deductions discrepancies in the filing of returns, revised assessments by the concerned authorities etc., shall be borne by the contractor. 19. 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.

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

22 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

CONDITIONS OF CONTRACT

1. Definitions The 'contract' means the documents forming tender &acceptance thereof &the formal agreement executed between the competent authority on behalf of BSNL &the contractor, together with the documents referred to therein including the conditions, specifications, designs, drawings &instructions issued from time to time by the Engineer-in-Charge & all these documents taken together, shall be deemed to form one contract &shall be complementary to one another. 2. In the contract the following expression shall, unless the context there otherwise requires have the meanings hereby respectively assigned to them:- i) The expression 'works' or 'work' shall unless there be something either in the subject or context repugnant to such construction, be construed & taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original, altered, substituted or additional. ii) The' site' shall mean the land/Building /or other places on into or through which work is to be executed under the contract or any alternate land, building, path or street which may be allotted or used for the purpose of carrying out the contract. iii) The 'contractor' shall mean the individual or firm or company whether incorporated or not, undertaking the works & shall include the legal personal representative of such individual or the persons composing such firm or company or the successors of such firm or company and the permitted assignees of such individual, firm or company. iv) BSNL means Bharat Sanchar Nigam Ltd. having its corporate office at Bharat Sanchar Bhawan, Janpath, New Delhi-110001 & its successors. v) The' Engineer-in-charge' means the Engineer officer who shall supervise & be in-Charge of the work &who shall sign the contract on behalf of BSNL as mentioned in Schedule F hereunder. vi) Accepting Authority means the authority mentioned in Schedule 'F'. vii) Excepted Risk are risks due to riots (other than those on account of contractor's employees), war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection , military or usurped power, any acts of government, damages from Aircraft, Acts of God such as earth quake, lightning & unprecedented floods, & other causes over which the contractor has no control & accepted as such by the accepting authority or causes solely due to use or occupation by BSNL of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to BSNL's faulty design of works. viii) Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the tender papers or the standard Schedule of Rates of the Government mentioned as per Schedule 'F' hereunder, with the amendments thereto issued up-to the date of receipt of the tender. ix) Tendered value means the value of the entire work as stipulated in the letter of award. x) Market rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost of materials and labour at the site where the work is to be executed plus the percentage mentioned in Schedule 'F' to cover, all overheads & profits. 3. Scope & Performance Where the context so requires, words imparting singular only also include the plural & vice versa. Any reference to masculine gender shall whenever required include feminine gender & vice versa. 4. The contractor shall be furnished, free of cost, one copy of the contract documents except standard specifications, Schedule of Rates and such other printed and published documents, together with all drawings as may be forming part of the tender papers. None of these documents shall be used for any purpose other than that of this contract. 5. Works to be carried out: The work to be carried out under the Contract shall, except as otherwise provided in these conditions, Include all labour, materials, tools, plants, equipment &transport which may be required in preparation of & for &in the full & entire execution & completion of the works. The descriptions given in the schedule of quantities shall, unless otherwise stated, be held to include wastage on materials,

23 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

carriage & cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in &for the full and entire execution & completion of the work as aforesaid in accordance with good practice and recognized principles. 6. The contractor shall be deemed to have satisfied himself before tendering as to the correctness & sufficiency of his tender for the works & of rates & prices quoted in the Schedule of Quantities, which rates & prices shall, except as otherwise provided, cover all his obligations under the contract & all matters & things necessary for the proper completion & maintenance of the works. 7. Sufficiency of Tender The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawing & figured dimensions in preference to scale &special conditions in preference to General Conditions. 7.1. Discrepancies & adjustments of Error: In the case of discrepancy between the schedule of quantities, the specifications &or the drawings, the following order of preference shall be observed:- i. Description of Schedule of Quantities. ii. Particular Specification and Special condition, if any. iii. Drawings. iv. BSNL / C.P.W.D. Specifications. v. Indian Standard Specifications of B.I.S. 7.2. If there are varying or conflicting provisions made in anyone document forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of document & his decision shall be final and binding on the contractor. 7.3. Any error in description, quantity or rate in Schedule of Quantities or any omission there from shall not vitiate the Contract or release the contractor from the execution of the whole or any part of the works comprised therein according to drawings &specifications or from any of his obligations under the contract.

8. I)For rate contracts of Electrical Installation, Air Conditioning, Engine Alternator, Sub Station and Fire Detection works or any other work as specified, in case it is decided to split the work/quantities of item of works amongst the first Lowest/second lowest firms, the proportion of work distribution shall be as follows.

Number of Bidders in whom the order is Distribution of quantity proposed to be placed One L 1 shall be given 100% Two L 1 shall be given 70% L 2 shall be given 30% In case the lowest evaluated price(L1) is not accepted by the other bidders BSNL reserves the right to award the entire quantity under this tender on the bidder(s) with lowest evaluated price.

II) 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 individual contract.

III) 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 successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of work, sign the contract consisting of the notice inviting tender, all documents including drawings, if any, forming the tender as issued at the time of

24 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

invitation of tender & acceptance thereof together with any correspondence leading thereto. 10. The agreement to be signed on non-judicial stamp paper and the cost to be decided as per the prevailing local bye-laws or Zonal head of the circle.

PROFORMA OF SCHEDULES

SCHEDULE “A” -Schedule of quantities enclosed

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

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

SCHEDULE "C" -Tools and Plants to be hired to the contractor-NIL SCHEDULE "D" -Important Note for contractors,Model form of Bank Guarantee(Enclosed) SCHEDULE "E" -Schedule of materials, Labouretc for price escalation-NIL SCHEDULE "F" - Reference to General conditions of Contract

GENERAL RULES AND DIRECTIONS

Name of work: SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam]

Estimated cost of Work: Rs. Rs.8,28,955/- Officers inviting tender: Executive Engineer (E), BSNL Electrical Division, Calicut.

Definitions See below 2(v) Engineer-in charge : Executive Engineer (E) Calicut.

2(vi) Accepting Authority : Competent Authority as per delegation of powers in BSNL Electrical wing 2(x) Percentage on cost of materials and labour to cover all overheads and profit: 10 %

Standard Contract form : BSNL EW Form 8 as modified and corrected up to date

Clause 1

I) Time allowed for submission of performance :15 days guarantee from the date of issue of letter of acceptance in days. II) Maximum Time allowable extension beyond the :15 days period provided in I) above in days. Clause 2 25 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

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

Clause 5

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

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

Clause 25: Competent authority for conciliation/ Arbitration: As per up to date amendments of Arbitration & conciliation act 1996

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

26 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

DETAILS, DOCUMENTS AND PROCESS FOR BILLING UNDER GOODS& SERVICE TAX (GST)

1. GST DETAILS OF BSNL KERALA CIRCLE:

Provisional ID registered for the GST 32AABCB5576G5ZQ

Name BHARAT SANCHAR NIGAM LTD Chief General Manager, BSNL Kerala Circle Office, PMG Junction, Address Vikas Bhavan Post,Thiruvananthapuram-695033

Kerala State of Registration

AABCB5576G PAN

2. VENDOR INFORMATION FORM. The required vendor details for processing of bills in the format (Annexure A) under GST regime shall be furnished to the Executive Engineer (E) concerned before execution of agreement.

(GST-Annexure-A) VENDOR INFORMATION FORM

Vendor name (Legal Entity Name)

Constitution of business

Communication address

State

PAN

Vendor type

GST registration Number

Existing tax registration number (Please specify)

Contact Person

Designation

Telephone Number

27 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Fax No.

Email-ID

BANK DETAILS

Name of Bank

Name of Branch

Swift Code

Account Number

Account Name

Provide the following information for all GST registrations:

Total no. of GST Registration (pan India)

For each of the registration, kindly provide the following information

REGISTRATION FOR STATE-1 Date of registration

GSTIN/UIN number

Registered address

PIN Code

State name

State code

Composition scheme availed

Declaration by : Name :

Designation:

Date :

Note : In case you have multiple registration, please insert the details in additional page.

28 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

3. KEY FORMAT REQUIREMENTS(GST- Annexure B)

1. Key requirements of a tax invoice

 Name, Address and GSTIN of the supplier;  Invoice number containing alphabets and/or numbers, special characters;  Date of the Invoice;  Name, address and GSTIN of the recipient;  HSN code of goods or Service Accounting Code (‘SAC’);  Description of goods or services;  Quantity in case of goods and unit;  Total Value of goods or services;  Taxable value of goods or services taking into account discount or abatement;  Rate of tax (CGST + SGST / UTGST or IGST + cess(if applicable));  Amount of tax charged in respect of taxable goods or services;  Place of supply along with the name of State, in case of a supply in the course of inter-state trade or commerce;  Place of delivery where the same is different from place of supply;  Whether the tax is payable on reverse charge;  Signature or Digital signature of the supplier or his authorized representative.

2. The contents for revised tax invoice and credit or debit notes are outlined below:

 The word “Revised Invoice” , wherever applicable to be indicated prominently along with the date and invoice number of the original invoice;  Name, Address and GSTIN of the supplier;  Nature of the document;  Invoice number containing alphabets and/or numbers, special characters;  Date of the Invoice;

 Name, address and GSTIN number of the recipient;  Serial number and date of the corresponding tax invoice;  Taxable value of goods or services, rate of tax and the amount of the tax credited or, as the case may be, debited to the recipient;  Name and address of the recipient and address of delivery, along with name of the state and state in code in case of unregistered recipient;  Signature or Digital signature of the supplier or his authorized representative.

3. Key requirements of an advance receipt voucher  Name and address of the Supplier  GSTIN of the Supplier  Date of issue of voucher  Voucher number – consecutive and alphanumeric only and unique for a financial year (hyphen or dash or slash symbolised as , “-”, “/”, respectively, allowed) (Multiple series allowed) 29 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

 Name, address and GSTIN of the recipient  Description of goods or services  Amount of advance taken  Rate of tax (SGST/UTGST, CGST, IGST or cess)  Amount of tax  Place of supply along with the name of State and its code, in case of a supply in the course of inter-state trade or commerce  Whether reverse charge applicable  Signature or digital signature of Authorised signatory

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

4. VENDOR CONTRACT CLAUSES

Bharat Sanchar Nigam Limited

Vendor Contract Clauses

Sr. Contractual clause Clause description No 1 Definition 'The term 'GST Act' shall include Central Goods and Service Tax Act, 2017 (CGST), State Goods and Service Tax Act, 2017 (SGST), Integrated Goods and Service Tax Act, 2017 (IGST), Union Territory Goods and Service Tax Act, 2017 (UTGST), Rules and any other GST related legislation in India 2 Definition 'For the purpose of this agreement, the term 'GST' shall include Central Goods and Service Tax Act, 2017 (CGST), State Goods and Service Tax Act, 2017 (SGST), Integrated Goods and Service Tax Act, 2017 (IGST), Union Territory Goods and Service Tax Act, 2017 (UTGST) and any other taxes levied under the GST related legislation in India, as may be applicable 3 Eligibility For the purpose of this agreement, the supplier should: 1. Have a valid PAN No.; 2. Have a valid Goods and Services Tax Registration Certificate No. or mention as unregistered dealer; 3. File a self-declaration along with the evidence that the supplier is not black listed by GST authorities; 4. Intimate all GST registration number to BSNL, where supplier holds multiple GST numbers 4 Tax Clause All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices as specified in clause __ above shall be borne by the supplier

5 Composition Where the supplier is registered as a composition dealer under GST Act, it shall declare scheme the same at the time of acceptance of purchase order. Supplier shall not levy or impose taxes under GST on invoices. 6 Indemnity It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) is filed correctly and to declare correct information on the invoice and GST portal.

In case of mismatch because of vendor’s fault, prompt amendments must be made by the supplier else supplier shall be required to indemnify BSNL of the loss of credit due to mis-match and BSNL shall recover the said amount from vendor. The compliances to be adhered by supplier includes (but is not limited to) the following: (i) Uploading appropriate invoice details on the GSTN (Goods and Service Tax Network) 30 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Bharat Sanchar Nigam Limited

Vendor Contract Clauses

Sr. Contractual clause Clause description No within the stipulated time; (ii) Issuing GST compliant invoice / CN/ DN. PO issued by BSNL should be referred by supplier for capturing information on the invoice; (iii) Acceptance of changes made by BSNL on GSTN on account of non-upload or incorrect upload of details on GSTN. Such changes w.r.t. the mis-match are required to be accepted by supplier within the time limit prescribed under the GST law. It must be noted that in case supplier does not accept such changes within the time limit prescribed under GST law, the loss of input tax credit (if any) would be recovered from the supplier.

BSNL reserves the right to be indemnified for the credit loss and recover the said amount from the supplier in case BSNL is unable to claim the input tax credit for any non-compliance or default or due to lack of diligence on the part of the supplier. Further in case any credit is not received or short credit is received or in case of any error because of which no credit is received then such equivalent amount is not liable to be paid by BSNL. Where, however the amount has already been paid by BSNL the same is liable to be recoverable or adjustable against subsequent payments 7 Indemnity clause It is hereby agreed between both the parties that in case any GST and/ or cess liability, interest, penalties or any other tax/ duty/ amount/ charge/ liability / professional costs related to litigation becomes payable by BSNL or input tax credit is denied to BSNL due to failure of the supplier to comply with the relevant laws/ regulations applicable in India or overseas, Supplier undertakes to indemnify BSNL for an amount equal to amount payable by BSNL and the same shall be recovered by BSNL

8 Tax deducted at Nothing contained herein in the agreement shall prevent BSNL from deducting tax at source source if required under GST Act and GST regulations, any law or any regulation.

9 Reverse charge Wherever domestic reverse charge is applicable on BSNL under GST Act, no tax shall be liability – charged by supplier on invoice. It shall be the liability of BSNL to pay tax under reverse Domestic charge mechanism procurement 10 Reverse charge It is specifically agreed between the parties that where the supplier is not registered liability – under GST Act, it shall be the responsibility of BSNL to discharge liability under reverse Unregistered charge mechanism. It is further agreed that supplier shall not charge tax on invoice supplier 11 GST invoice It shall be the responsibility of supplier to raise appropriate tax invoice as per the provisions of GST Act. BSNL reserves the right to be indemnified for the credit loss in case BSNL is unable to claim the input tax credit for any non-compliance / default in raising appropriate invoice by supplier. Further all invoices should be sent to BSNL promptly.

Further the Supplier is required to comply following requirements w.r.t. issuance of invoice: • All the details of supplier (name, address, GSTIN/ unregistered vendor, place of supply, SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice; • Invoice/DN/CN need to be issued timely within the time prescribed under GST law; • In case of any deficient supply, BSNL shall convey the same in a reasonable time to enable the supplier to issue credit note and take tax adjustment; • It would be the responsibility of the supplier to declare correct information on invoice and GST portal viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of input tax credit is questioned or denied to BSNL on account of default by

31 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Bharat Sanchar Nigam Limited

Vendor Contract Clauses

Sr. Contractual clause Clause description No the supplier, the same would be recovered by BSNL from the supplier; • Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of BSNL for availment of credit and ensure that the place of supply as per GST law is same as registered premise; • It shall be the responsibility of supplier to raise invoice within the prescribed timelines; • E-waybill number should be mentioned on the invoices; 12 Debit note The supplier acknowledges and agrees to issue appropriate debit note/ credit note as prescribed under GST Act and send to BSNL within the within the prescribed time. All documents should be received well in advance so as to enable BSNL to claim proper credit.

Further it shall be the responsibility of supplier to declare the details of such credit note in the return for the month during which such credit note has been issued but not later than September following the end of the financial year in which such supply was made, or the date of furnishing of the relevant annual return, whichever is earlier.

BSNL reserves the right to be indemnified for the credit loss by supplier in case BSNL is unable to claim the input tax credit for any non-compliance or default or due to lack of diligence on the part of the supplier 13 Payment terms BSNL will make payment to supplier only after the invoice is uploaded by supplier in

GST outward return i.e. GSTR-1 and credit of GST is available (reflected in GSTR-2A) to

BSNL.

Further it is agreed that for claiming the payment the following documents are to be

submitted by the Supplier to the paying state along with appropriate invoice:

1. Invoice along with e-way bills;

2. Any other document as may be demanded by BSNL

14 Payment terms Supplier hereby agrees that it will be solely responsible for performing all compliances and making payments of GST, cesses, interest, penalties or any other tax/ duty/ amount/ charge/ liability arising either out of laws/ regulations applicable in India and overseas or because of a demand/ recovery initiated by any revenue authority under laws/ regulations applicable in India or overseas

15 Purchase order It is understood between the parties that supplier shall raise invoice basis purchase order issued by BSNL. In case of any deviation or disagreement by supplier on place of supply, billing location, HSN code/ SAC code stated on PO, it shall be the responsibility of supplier to intimate BSNL well in advance.

Further, in case supplier raises the invoice on an address other than agreed, it shall be the responsibility of the supplier to modify the invoice.

32 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Bharat Sanchar Nigam Limited

Vendor Contract Clauses

Sr. Contractual clause Clause description No 16 Place of supply For the purpose of this agreement, place of supply under GST Act shall be the place of supply as determined under purchase order raised by BSNL. It shall be the responsibility of supplier to intimate BSNL well in advance in case of deviation / disagreement with the place of supply as determined in PO.

17 Deficient Supply/ Each party to contract agrees that in case of any deficient supply or incomplete supply Incomplete or rejected supplier, it shall be the responsibility of supplier to issue GST compliance supply/ Rejected credit note within the reasonable time and take tax adjustment. In case the supplier supply fails to issue proper credit note within the time stipulated under the GST law the taxes charged and not adjusted would be borne by the supplier. 18 Advance payment Where in terms of the agreement, BSNL pays advance amount to supplier for supply of goods/ services, it shall be the responsibility of supplier to issue GST compliant receipt voucher or such other document as may be prescribed to BSNL. Further supplier would be required to issue refund voucher as prescribed under GST Act in case no supply is made and no invoice is raised

19 Discount clause In cases where supplier is providing discount to BSNL for the goods supplied by it or service rendered, following should be predetermined or mutually agreed between supplier and BSNL: 1. Situations in which discount would be allowed by supplier to BSNL (e.g. Value- based/ quantity-based discounts) 2. Basis and manner in which discount would be computed and allowed to BSNL 3. Deduction of such discount from the value of supply as per provision of GST Act

20 Compliance rating Supplier shall be liable to comply with all the compliances as may be prescribed to ensure that compliance rating is not reduced below the prescribed limit as laid down under GST Act and GST regulations. Supplier shall be required to submit a self-declaration from time to time, that they are not black-listed on the GST portal. Notwithstanding anything contained in agreement, in the event of black listing of supplier i.e. compliance rating reduced below the prescribed limit, the amount related to tax shall be paid to supplier only on receipt of input tax credit to BSNL 21 E-way bill It shall be the responsibility of supplier to obtain e-way bill in case of movement of goods exceeding limit as prescribed under the GST Act. Supplier would indemnify BSNL in case of any non-compliance or default or due to lack of diligence on the part of the supplier to comply with the e-waybill requirement

22 Penalty It is agreed by supplier that in case of any deviation, default or negligence on the part of supplier due to which it is liable to pay penalty to BSNL, the same shall be recovered by BSNL from supplier along with applicable GST tax (as may be applicable)

23 Liquidated GST (if applicable) on account of liquidated damages due to delay in supply of goods Damages would be borne by supplier. 24 Set off It is agreed that in case of set off of the security deposit against any claim of the purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL, the GST on such set off will be borne by the supplier

33 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Bharat Sanchar Nigam Limited

Vendor Contract Clauses

Sr. Contractual clause Clause description No 25 Miscellaneous 1. Supplier agrees to share the monthly information with BSNL which would be uploaded by the supplier in its GSTR -1 along with the information of input credit to be claimed by BSNL in such month;

2. It shall be the responsibility of vendor to provide reconciliation statement of all the supplies made by it including issuance of credit note, debit note or other documents as prescribed, within 30thSeptember following the end of relevant financial year

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

34 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

IMPORTANT NOTES FOR CONTRACTORS

The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer. Modification in tender conditions will not be permitted at any stage of tender/agreement formation/execution of work.

1. 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.

2. EARNEST MONEY

Firm has option to deposit Earnest Money in the form of CDR / FDR / DD or bank guarantee of a scheduled Bank or Nationalized Bank / State Bank guaranteed by Reserve Bank of India in department’s attached format and manner (Annexure-I). If the firm fails to start or withdraws from agreement, then as per relevant clause of the agreement, EMD shall be forfeited from EMD available with the agreement or from any money due to the firm by the department under this contract or on any other account. Validity period of earnest money deposit shall be 30 days beyond the tender validity. The EMD of all the unsuccessful tenders shall be released on issue of award letter to the successful tender.

3. BID PRICES, TAXES AND DUTIES The bidder shall give the total composite price inclusive of material, labour, Packing, Forwarding, Freight and Insurance etc. excluding Goods and Services Tax. Any other taxes or levies, if found, applicable also shall be included in the unit price. The Goods and Services tax as applicable by Central and State Govt. should be shown separately which only shall be payable extra, as per actuals, wherever applicable on production of proof of payment / relevant invoices / documents. The liability to pay all taxes, levies etc. as per relevant Central and State Govt. statutory by-laws shall be of contractor and BSNL will not entertain any claim whatsoever in this respect.

If the input tax credit is found to be not admissible at any stage subsequently owing to wrong furnishing of GST rate, 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 of any statutory variation in regard to GST within the stipulated date of completion of agreement, the same shall be paid or recovered as per the actual against documentary proof.

4. EVALUATION OF BIDS

The evaluation and comparison of responsive bids shall be done on the basis of NET COST to BSNL on the prices of all items included in schedule of work offered inclusive of Packing, Forwarding, Freight, Insurance charges and any other taxes or duties but excluding GST.

5. INCREASE/DECREASE OF TENDER QUANTITY

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 without any change in the unit price or other terms and conditions as applicable at the time of award of contract .In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the 35 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

existing vendors, 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 (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc.

6. CURTAILMENT OF QUANTITY

BSNL reserves the right to enforce curtailment in the assigned quantum of work for any contractor on the grounds of defaults/delay in regard to execution of the individual work assigned.

7. PERFORMANCE BANK GUARANTEE

The PG + GST (applicable) shall be submitted to the Electrical Division in the name of concerned Accounts officer of the SSA where work is to be executed and the validity period of the performance security in the form of performance bank guarantee shall be valid for a period of 1 year from the stipulated date of completion of work. In case the time for completion of works gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work.

8. DAMAGES TO BSNL INSTALLATION:

Any damage to the installations/building during the execution or 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.

9. TERMINATION OF CONTRACT:

a. 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.

b. 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.

c. 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.

10. The firm should note that the offers with conditions including that with conditional rebates will be summarily rejected.

11. The competent authority on behalf of the BSNL does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the

36 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

assignment of a reason. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

12. The competent authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13. No exemption certificate for payment of EMD is acceptable except as per clause 51 of Eligibility Conditions of this NIT.

14. EPF CONDITIONS: -

The bill of Contractor shall accompany the following documents: -

a. The contractor must submit the list showing the details of Labours / Employees engaged. b. Duration of their engagement. c. The amount of wages paid to such Labours / Employees for the duration in question. d. Amount of EPF contribution on (Both Employers and Employees contribution) for the duration of engagement in question, paid to EPF authority. e. Copies of authenticated documents of payments of such contribution to EPF authority. f. A declaration from the contractor regarding compliance of conditions of EPF Act 1952 amended up to date.

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

37 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

Special Conditions of Contract (This supersedes the previous general conditions/clauses wherever applicable) 1. PROGRAMME FOE EXECUTION

The firm shall supply detailed programme to Engineer in-Charge for execution of contract within 15 days of award of work. The programme shall contain details about submission of drawing, supply of materials, tentative dates of installation and commissioning.

2. STORES AND SAFETY:

All the stores and materials required for the satisfactory completion of the work shall be arranged at work site by the contractor from his own sources. Lockable space for storing the materials may be provided on request from the contractor. However, safe custody of material stored at site will be the responsibility of the contractor.

3. INSPECTION OF SITE AND CONTRACT DOCUMENTS

For the purpose of inspection of site and relevant contract documents the firm is required to contact the Executive Engineer (E) concerned who shall give reasonable facilities for inspection of the same. The firm shall inspect and examine the site and shall satisfy himself before sub mission of the tender as to the form and nature of work, the quantities, materials necessary for completion of the work and in general; shall himself obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect his tender. No extra charges consequent on any misunderstanding or otherwise shall be allowed.

4. GENERAL CONDITIONS

The following general conditions of contract are deemed to have agreed. All civil works such as construction of foundation for the equipment with masonry cut out, chasing etc or the steel support as may be required is included in the scope of work, if not specified otherwise in the schedule of work. Any damage or break up which might be caused during the execution of work shall be made good by the firm at his own risk and cost. The firm is responsible for the removal of debris and waste materials arising out of the work done by him from the site. Site must be kept clean and tidy during the installation. The firm shall commence the work like laying of cable/pipes only after obtaining the prior permission from the Engineer in charge whose decision shall be final and binding.

5. APPROVAL OF DRAWINGS

The firm shall get system drawings approved from Engineer in charge. The approval of drawings will not absolve the responsibilities for supplying and installing the system with the relevant specifications/codes/agreement conditions. Control arrangement drawing should be put up to the Executive Engineer (E) within three weeks from the date of receipt of the site plans for his approval. (Showing clearly all the civil works to be done by the tenderer). The EE (E) should give his consent within three weeks of receipt of drawing in all respects.

6. COORDINATION AT SITE:

At the site of work more than one agency may be working. Full cooperation shall be extended to other agencies during progress of work. Further, work shall be carried out in such a way so that it may not cause abnormal noise and hindrance to the officers of the department engaged in erection as well to normal routine work.

38 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

7. TEST CERTIFICATES:

The firm shall submit the following test certificates in original on supply of the material at site.  Manufacturer test certificate of Control Panel  Routine Test Certificate for individual Items 8. COMPLETION DRAWINGS:

The firm shall supply three sets of drawings/documents within 30 days after completion of the work as detailed below

 Schematic diagram of control wiring.

9. GUARANTEE AND DEFECT LIABILITY:

 The guarantee shall be valid for twelve months after successful commissioning. The contractor shall guarantee that all equipments shall be free from any defect due to the defective material and/ or bad workmanship and also the equipments shall work satisfactorily with performance and efficiencies not less than the guaranteed values.  Any part found defective during this period shall be replaced free of cost by the contractor. The service of the contractor’s personnel, if required during this period shall be made available free of cost to the department.  The contractor shall depute his representative on priority latest within 12 hours of notification of the defect by the department.  A joint report shall be prepared by the representative of department and firm regarding nature of defects and remedial action required. Time schedule for such action shall also be finalized.  In case the contractor fails to depute his representative within 36 hours of notification of the defect or fails to cause remedial action within reasonable time as decided during joint inspection, the department may proceed to do so at the contractor’s risk & expenses and without prejudice to any other right.

10. Not Covered under Guarantee  Consequential losses and damages  Parts subject to normal wear and tear such as electrical contacts.  Failure of parts due to the corrosive atmosphere.  Consumables like oil, grease etc unless loss is due to the defective material or workmanship.  11. GENERAL CONDITIONS

The following general conditions of contract are deemed to have agreed. All civil works such as construction of foundation for the equipment with masonry cut out, chasing etc or the steel support as may be required is included in the scope of work, if not specified otherwise in the schedule of work. Any damage or break up which might be caused during the execution of work shall be made good by the firm at his own risk and cost. The firm is responsible for the removal of debris and waste materials arising out of the work done by him from the site. Site must be kept clean and tidy during the installation. The firm shall commence the work like laying of cable/pipes only after obtaining the prior permission from the Engineer in charge whose decision shall be final and binding.

39 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

12. TESTING AT SITE The firm shall carry out the following tests at site and submit record to Engineer in-Charge.  Megger test between phases, neural and earth.  Earth resistance test at all earth stations.  Relay test and their settings  Functional test of all switch gears and circuit breakers.  Ratio test of transformer,  Oil test of transformer and OCB.

13. PAYMENT TERMS

Paying authority shall be the Accounts officer of the concerned BA issuing the AA &ES for the work which shall be declared while issuing the award letter. No advance payment is applicable. For claiming the payment, the required documents as per GST rules and regulations are to be submitted to the paying authority through the Engineer in charge. Stipulations like “levy of interest on payment if not made in specified time” are not acceptable to the department.

a. Payment shall be made by NEFT/RTGS only. b. The contractor shall submit his bill along with the certificates and computerised measurements (CMB). 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”. c. The bill shall be submitted showing separately the GST component applicable. d. The contractor shall submit the bills in triplicate giving the details of work carried out (C/S by JTO (E).One copy will retained in O/o SDE (E) and two copies will be submitted to DO, one copy for pay voucher and second copy will be part of file of DO for each Sub Division

Payment to the contractors during progress of work is regulated for all the items as below: NOTE:-This clause supersedes the relevant clause of payment terms in BSNL EW-8

a) 80% of prorata of the approved price break up of contract value on receipt of equipment at site and after satisfactory physical inspection. For claiming this payment, the firm shall submit the invoice or bill as per GST to the paying authority. b) 10% of prorata of the approved price break up of contract value after successful installation of equipment. c) 5% of the approved contract value after clearance by KSEBL as per statutory requirements/ Testing by Engineering in charge. d) 5% after commissioning.

Notes: - No payment will be made for goods rejected at the site on testing. Payment, if made, for

40 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

such items shall be recovered from subsequent bills or other bills. In cases where shortages/ damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provision of the P.O.

The bidder has to give the mandate for receiving payment 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.)

14. CESS

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

***********

41 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

COMPUTERISED MEASUREMENT BOOKS (CMB'S) AND BILLS TO BE SUBMITTED BY THE CONTRACTOR

1. Application and format of the computerised MB: A bound volume of computerised measurements to be furnished by the contractor, duly machine numbered for the pages, and with an MB number given by the Division Office. The pages of these Measurement Books shall be of A-4 size. All these Measurement Books belonging to a Division shall be serially numbered, and a record of these Computerised Measurement Books shall be maintained in a separate Register in Form CPWA 92. The same format as in existing Measurement Books shall be used for the Computerised Measurement Books. The measurements shall be carried forward from the previous recorded measurements as per the existing procedure.

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

3. Cutting or over-writing in the computerised MB not allowed: The Computerized Measurement Book given by the contractor, duly bound, with its pages machine numbered, shall have no cutting or over-writing. It is the responsibility of JTO (E) or SDE (E) as the case may be to ensure that the checks and test checks done by them in the initial draft measurements are correctly incorporated in the Computerized Measurement Book before they record their certificates. In case of any error, the Computerised Measurement Book shall be cancelled, and the contractor shall re-submit a fresh Computerized Measurement Book. This should be done before the corresponding computerised bill is submitted to the Division for payment. The contractor shall submit as many copies of Computerised Measurement Books as may be required, and as are specified in the NIT/contract, for the purpose of reference and record in the various offices of the department.

4. Computerised Bill to be submitted by the contractor: The contractor shall submit his running and final bills in a computerised form in the same format as the existing conventional bills, with all the pages machine numbered, and hard bound, and with all the entries made as per the existing procedure. The contractor shall submit as many copies of the computerized bills as may be required for the purpose of reference and record in the various offices of the department. The bill shall be carried forward from the previous running account bill and these computerised bills shall be processed by the various offices for payment.

***********

42 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

SCHEDULE A SCHEDULE OF QUANTITIES Name of Work: SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam] Rate Sl. Description of Items Qty Excluding Unit Amount No GST 1.00 SITC of cubicle type AMF Control panel suitable for 3 Phase EA sets, made of 16 gauge CRCA sheet with hinged type openable covers mounted on the floor/wall on pedestal or angle iron frame for accommodating switch gears, including internal wiring of panel, all control cabling from EA set to AMF panel. This includes Initial programming of all operating parameters, dismantling the existing EA control panel along with the existing incoming and outgoing cables and relaying the cables to the new AMF panel, making termination, as per site conditions and as per Specifications attached (With controller of Make: C&S - ECRXA-V2/Deep sea/Bernini/Siemens/ABB/ Allenbradley) . The AMF control panel compatible for three phase EB supply suitable for existing EA sets of following capacities

1.01 15 KVA 6 Jobs Job 1.02 30 KVA 2 Jobs Job 2.00 Supplying and laying of following size of PVC insulated and PVC sheathed /XLPE power cable of 1.1 KV grade Aluminium conductor cable with ISI mark complete as required. On wall surface as required .On wall surface as required

2.01 4C x16 sq mm .(clamped with 1mm thick saddle 85 Mtrs Mtr 2.02 4C x35 sq mm .(clamped with 1mm thick saddle 30 Mtrs Mtr 3.00 Supplying and laying of following size of PVC insulated and PVC sheathed /XLPE power cable of 1.1 KV grade Aluminium conductor cable with ISI mark complete as required. On wall surface as required. In existing RCC/ HUME/ METAL pipe as required.

3.01 4C x16 sq mm 45 Mtrs Mtr 3.02 4C x35 sq mm 15 Mtrs Mtr

43 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

4.00 Supplying and laying of following size of PVC insulated and PVC sheathed /XLPE power cable of 1.1 KV grade Aluminium conductor cable with ISI mark complete as required. On wall surface as required.in the existing masonry open duct as required.

4.01 4C x16 sq mm 36 Mtrs Mtr 4.02 4C x35 sq mm 12 Mtrs Mtr 5.00 Supplying and making end termination with brass compressiongland and aluminium lugs for following size of PVC insulatedand PVC sheathed / XLPE aluminium conductor cable of 1.1 KVgrade as required. 5.01 4 X 16 sq. mm (28mm) 12 Nos. Each 5.02 4x 35 sq mm ( 32mm) 4 Nos. Each 6.00 Providing, laying and fixing following dia G.I. pipe (mediumclass) in ground complete with G.I. fittings including trenching(75 cm deep)and re- filling etc as required 6.01 50 mm dia 60 m m 7.00 Replacement of the following spares of the E/A set/control panel for the smooth functioning of the system i/c checking the items and replacing the faulty one, giving necessary connections, testing and commissioning etc as reqd. 7.01 AMF controller (Make: C&S - ECRXA-V2/Deep 1 No. Each sea/Bernini/Siemens/ABB/ Allenbradley) 7.02 12V, Stop solenoid 7 Nos. Each 7.03 24V, Stop solenoid 2 Nos. Each 7.04 LLOP senser 9 Nos. Each 7.05 HCT / HWT senser 7 Nos. Each 7.06 Contactor coil suitable for 4 pole power 1 No. Each contactor upto 63A (Make:M/s L& T / Schneider Electric/ Siemens/Telemecanique/ABB) 7.07 4 Pole, 415 V, 40 A Power contactor (Make:M/s 2 Nos. Each L& T / Schneider Electric/ Siemens/Telemecanique/ABB) 7.08 4 Pole, 415 V, 100 A Power contactor (Make:M/s 1 No. Each L& T / Schneider Electric/ Siemens/Telemecanique/ABB) 7.09 Mechanical inter lock suitable for 2 nos 4 Pole, 1 No. Each 415 V, 40/63 A Power contactor (Make:M/s L& T / Schneider Electric/ Siemens/Telemecanique/ABB)

44 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

7.10 Add on block(2NO-2NC) suitable for 4 Pole, 415 1 No. Each V, 40 A Power contactor (Make:M/s L& T / Schneider Electric/ Siemens/Telemecanique/ABB) 7.11 Sensor/Float for sensing low/no fuel i/c wiring 9 Nos. Each with suitable cable to control panel 7.12 START/STOP relay 5 Nos. Each 7.13 12 V /24 V OEN/Pla relay plug in type 4 Nos. Each 7.14 12V, 180AH starting battery including initial 2 Nos. Each charging (On buy back basis)(Make: Exide, Standard Furukawa, AMCO or similar superior make) GRAND TOTAL excluding GST

ABSTRACT OF COST A Taxable Value :TOTAL (Excluding GST) Rs *GST rate(As applicable for State /Central Govt. Companies) % 18% B TOTAL GST Amount (Rs.) C GRAND TOTAL INCLUDING GST (A+B) Note * The above GST rate is based on the rates prevailing at the time of publishing of NIT and the tax rate may vary as notified by the GOI time to time IMPORTANT NOTE FOR BIDDERS: 1 The bidder shall be required to quote rates for each item of schedule separately.

2 The evaluation and comparison of responsive bids shall be done on the basis of TOTAL COST offered inclusive of all taxes and duties but excluding GST. The rates for all items of work shall include cost of all materials, labour, packing and forwarding charges and other inputs involved in the execution of the items as specified in the scope of work. All taxes / duties, Cess, Welfare Fund etc. as applicable except GST shall be included in the offer. 3 For the purpose of this agreement, the term 'GST' shall include Central Goods and Service Tax Act, 2017 (CGST), State Goods and Service Tax Act, 2017 (SGST), Integrated Goods and Service Tax Act, 2017 (IGST), Union Territory Goods and Service Tax Act, 2017 (UTGST) and any other taxes levied under the GST related legislation in India, as may be applicable.

4 All taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the invoices as specified in clause above shall be borne by the supplier.

5 The firm has to obtain necessary clearance from the Kerala State Electrical Inspectorate / concerned statutory body including approval of drawings and necessary documents etc as per the mandatory requirements prevailing in the State of Kerala for testing and commissioning of the above electromechanical services .However the mandatory fees paid to the local/statutory authorities shall be reimbursed by BSNL/Client on production of original fee receipt. 6 The tenderer shall furnish the technical literature and catalogues of the equipment offered at the time of submission of tenders.

CONTRACTOR EXECUTIVE ENGINEER (E)

45 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

DETAILED SPECIFICATIONS

Name of Work: SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam]

I. IMPORTANT NOTES:

1. The work shall be carried out at various Telephone Exchanges as per BSNL requirement. 2. The agencies are requested to offer the bid strictly as per the conditions and specifications of NIT. 3. The tenderer must obtain himself all the information necessary for the purpose of tendering. The tenderer shall inspect the site & acquaint himself with all the local conditions, means of access to work & nature of work etc. No claims shall be entertained on these accounts over and above the quoted rates. 4. Entire materials intended for use shall be got approved by the Engineer-in-charge before its actual use at site. All materials shall be of approved make, model and capacity and shall be matching to the system. The rejected material shall be removed immediately from the site of work.

II. GENERAL CONDITIONS

1. The work shall be carried out as per the current CPWD specifications and Indian Electricity Rules amended up to date. 2. The work shall be supervised by a qualified supervisor from the contractor’s side. The work shall be got done through a worker having valid electrical licence issued by the Kerala State Electrical inspectorate. 3. The General layout of the work will be given by the Engineer-in-charge or his duly authorized representative. 4. TOOLS & PLANTS: All tools and plants required for carrying out various tasks relevant to the work have to be arranged by the agency at his own cost. The agency will provide the workers with necessary Testing & Safety equipment. 5. Any damages done to the building or equipment during the execution of work have to be made good by the contractor at his own cost and risk. If he does not do it himself within a reasonable time, determined by work of removal and relaying will have to be made good by the contractor at his own risk. 6. 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 work. 7. The work shall be guaranteed for a period of ONE year from the date of completion.

46 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

III. TECHNICAL SPECIFICATIONS FOR AMF PANEL

1. SCOPE:

The offer should cover complete supply, installation, testing, and commissioning of the AMF control panel at various sites as per site conditions. The AMF control panel shall be suitable for existing EA sets of 15 to 63 kVA capacity as per requirements and the panel shall be combatable for 3 phase EB supply.

2. AMF CONTROL PANEL

The Control panel shall be cubicle type powder coated, made of 16 gauge CRCA sheet Steel with hinged type doors suitably mounted at a suitable location on pedestal or angle iron frame, extension of body earthing etc. including dismantling of existing control panel.

All the control panel wiring should be easily accessible and shall have sufficient working space for making connections of cables etc. The changeover from Mains supply to EA set supply should be possible in manual mode with AMF relay by-passed. In manual mode also, the DG set shall have provision for tripping on fault conditions. A tinned copper earth stud of adequate dimension shall be provided. Connections of control wiring shall be done with screw less connectors, strip and ferrules for identification on both ends. AC and DC wiring shall be separated distinctly .In AMF faulty condition, the Engine protection shall be ensured with suitable circuitry and components.

The AMF panel shall comprise of the following:-

1) 2 Nos. of 4 pole MCB ( 25 Amps for 15 kVA, 50 Amps for 30KVA EA set ) 2) 2 Nos. 4 pole Power Contactors for Main / Diesel EA set (Mechanically & electrically interlocked) with contactor coil. ( 32 Amps for 15 kVA, 63 Amps for 30KVA) 3) 1 No. 4 pole 4 way On load selector switch to select directly the mains / DG out /AMF out/OFF ( 32 Amps for 15 kVA, 63 Amps for 30kVA)

4) The supply to the coil of the mains contactor is to be provided with the help of a static voltage regulator having wide input range from 160 volts to 280 volts and output within the operating range of contactor coil. 5) Potential free contacts (both NO and NC) for extension of alarms – (8 Nos.) 6) Microprocessor / PLC based Automatic Mains Failure Controller suitable for 12/24 VDC (Make: Deep Sea/Bernini/ Siemens/ABB/Allen Bradley) with following functions.

a) Switch the load to the engine supply after suitable time delay (adjustable at site), after starting the engine on mains failure / phase failure / low voltage / high voltage. b) Switch the load back to the mains supply after suitable time delay, when healthy mains supply is restored and stopping the Engine. c) Attempt to start the Engine up to three times on failure of earlier attempts with suitable time intervals. d) Generator/load power monitoring (kW, kVA, kVAr, pf) e) Push buttons for stop, reset, test and acknowledge. 47 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

f) Audio-visual indication for LLOP, HCT / HWT, over speed, Lack of fuel. g) The controller shall have the facility to indicate LED/LCD display of the following:  Line – Neutral Voltage of all the three phases of mains and DG.  Load current for all three phases.  DG Run hours.  DG Battery Voltage.  DG Speed.  Frequency.  Mains KWH  DG KWH.  RPM & Hour  (Note: Separate Multifunctional meter shall be provided for displaying kW, kVA, kVAr, pf Voltage, Load current & Frequency) 7) RYB LED indication for indicating Mains / EA set Supply – 2 sets. 8) Recess type hooter. 9) Battery Charger: Automatic trickle / Boost battery charger of SMPS type to charge the starting battery of EA set. This charging shall be done through main supply for which a suitable incomer shall be provided in the panel with suitable range of ammeter and voltmeter on the DC side with protective fuses. The battery charger shall have cut off facility for input voltage beyond 160 – 280 volts. 10) LED/LCD indications of the following shall be made available in Generator controller unit/AMF controller.  Mains fail.  Over speed.  DG Fail to start.  DG Fail to Stop.  Over Load.  Low coolant Level (for water cooled sets)  Over/Under Voltage.  Over/Under Frequency.

3. SAFETY CONTROL TRIP

i) Low lubricating oil pressure. ii) High Cylinder / Water temp ( water cooled) iii) Lack of fuel. iv) Over speed.

4. General conditions of AMF control panel

i) Control wiring shall be done with minimum 1 Sq.mm multi strand PVC insulated copper conductor cable. All the control wiring shall be provided with letter number ferrules at both ends. ii) Earthing provision should be made for loop earthing all non-current carrying metal parts of the equipment. Earth lugs of suitable size shall be provided.

48 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

iii) Suitable Terminal blocks shall be provided to terminate the UG cables in the panel and connections shall be made with suitable size copper wiring to extend the supply inside the AMF Panel. iv) A laminated control wiring diagram should be pasted inside the control panel.

5. Other works in the scope of this work. i. Existing AMF panels shall be checked for its proper functioning and repair, if any, shall be done as per the agreement. ii. Necessary controls/ signals from sensors of the EA sets shall be extended with suitable size multi core copper conductor cable to the AMF Panel to ensure AMF operation with protections.

49 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING (AS ON 29.02.2016)

Sl. Item Makes No. 1 Engine Ashok Leyland /Cummins/ Cater pillar /KOEL/ Volvo Penta / Mahindra & Mahindra (up to 200 KVA) /Escorts (up to 30 KVA)/ Eicher (up to 35 KVA) 2 Alternator(Brushless) Crompton Greaves (AL. series) / KEC /Leroy Somer / Stamford / Jyoti Ltd 3 Battery (Lead Acid / Amara Raja / AMCO / Farukawa / Hitachi / Exide / Mntc. Free) Prestolite / Standard 4 HV Switchgear (Vacuum Circuit Biecco Lawrie / Crompton / Kirloskar / Breaker/SF6 ) MEI / Jyoti Ltd 5 Transformer (Oil filled ABB / Schneider Electric /Andrew Yule /Bharat Bijlee / / Dry type) Crompton / EMCO / a) Above 400 KVA Kirloskar / Siemens b) Up to 400 KVA In addition to above makes, Uttam/Patson / Rajasthan Transformer and Switchgear 6 Air Circuit Breaker L&T/ Schneider Electric / Siemens 7 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens 8 SDF units L&T/ Schneider Electric / Siemens/ HPL/Havells 9 Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS)/ 10 Change Over Switch HPL / Havells / H-H Elcon 11 Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric / Neptune Ducati/Syntron/ABB 12 Bus Bar Trunking/ Moeller/L&T/Schneider Sandwiched Bus Duct Electric/ABB/Legrand/Zeta 13 Power Capacitors L&T/EPCOS(Siemens)/ABB/Crompton/ (MPP/APP) Schneider Electric/Neptune Ducati 14 Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/ Meco / Rishabh / Universal / HPL / L&T / ABB/Yokins 15 Cold shrink HT/LT Denson / 3M(M-Seal )/ Raychem Cable Joint 16 Rubber Matting ISI mark 17 MCB/ isolator / ELCB / Crompton / Havells / lndokopp / MDS RCCB/Distribution Board Legrand/ L&T / Schneider Electric/ Siemens / Standard/ABB/HPL 18 MS/ PVC Conduit ISI mark 19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab 20 HT/LT Cables ISI mark 21 PVC insulated ISI mark copper conductor wire 22 Centrifugal Pump Amrut / BE / Beacon / Batliboi / Crompton / Jyoti / Kirloskar / KSB / Mather & platt / WASP/Grundfos 23 Submersible Pump Crompton/Amrut / BE / Calama / Kirloskar / KSB

50 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

24 Motors ABB/ Bharat Bijlee / Crompton Greaves /Schneider Electric / HBB / KEC / Siemens/Jyoti Ltd 25 Fresh Air Fans GE / Khaitan/Almonard/Crompton 26 Starter ABB / BCH / Schneider Electric / L&T / Siemens / 27 Single Phase Preventer L&T / Minilec / Siemens / Zerotrip 28 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA /JST / Jindal /TTA / Tata/Zenith 29 Foot Valve ISI mark 30 Gate Valve Advance/Audco/Johnson Controls /Zoloto/Annapurna / Fountain / Kirloskar / Leader / Sant / Trishul 31 Compressors Carrier/Emerson cope land / York / Danfoss (for chillers only) 32 Resin Bonded Glass Fibre Glass / Pilkingston / UP Twiga wool 33 Expanded Polystyrene BASF(India) Ltd. 34 Gauge Feibig / H.Guru / Pricol 35 Controls FLICA / Honeywell / Indfoss / Penn- Danfoss / Ranco / Ranutrol / Sporland 36 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna / Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity 37 GI Sheet HSU Jindal / National / Nippon Denro / Sail / Tata 38 Heat Detector Appollo / Chemtron/ Edward / Fenwal/ Hochiki / Nitton /System Sensor/ Wormald/Honeywell Essar/Notifier 39 Ionization Detector Appollo / Cerebrus / Edward/ /Fenwal /Hochiki / Nitton / System Sensor / Wormald 40 Photo Electric Smoke Appollo / Cerebrus / Edward / Fenwal/ Detector Hochiki / Nitton / Wormald /System Sensor 41 Fire Panel (Microprocessor Agni Instruments / Agni Devices/ Aruna Agencies/ Carmel based) Sensor / Ravel Elect./Honeywell Essar/Notifier/Navin Systems 42 Sprinkler/ Hose Reel & ISI mark Hose Pipe 43 Fire Extinguisher ISI mark 44 Lift OTIS, Kone, Mitsubishi , Schindler, Johnson, Thyssenkrupp Elevator(India) 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. Items which are approved by the Corporate Office till the last date of sale of tender shall also be accepted.

51 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

S E C T I O N III ANNEXURE –I

MODEL FORM OF BANK GUARANTEE (for submitting EMD)

Whereas______(here in after 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 ______(here in after 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 makes any modifications in the terms and conditions of the tender which are not acceptable to the department.: 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 Performance Guarantee /Security Deposit in accordance with the conditions of Tender document.

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

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

Signature of the Bank

Signature of the Witness

Name of Witness Address of Witness

52 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

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 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 up to ______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)

53 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

ANNEXURE -III

The format of the No NearRelative certificate

" I ______

Son of Shri. ______Resident

of______

______

hereby certify that none of my relative(s) as defined in the tender document is/are employed in BSNL

unit as per details given in tender document .In case at any stage, it is found that the information given by

me is false / incorrect, BSNL shall have the absolute right to take any action as deemed fit/without

any prior intimation to me".

(Seal of the firm) ( Signature of Contractor )

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)

54 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

ANNEXURE -V

UNDERTAKING REGARDING ESI PROVISIONS

I ______Son of ______Resident of ______here by declare that:-

I / We have registered under ESI and Miscellaneous Provision Act 1948 and allotted Registration Number** is ______We undertake to keep it valid during the currency of contract. In case it is found that the information given by me / us is (are) incorrect / false, BSNL shall have the absolute right to take any action as deemed fit without any prior intimation to us / me. * Strike out whichever is not applicable. ** 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)

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)

55 | Page Contractor SDE(E)/EE(E)

BSNL KERALA ELECTRICAL ZONE

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/We state to comply in full manner with all the General, Commercial, Technical and Operating financial conditions of the tender document for the work of SITC of AMF Panel for Engine Alternator Sets in various Telephone Exchanges under Kannur BA SH:- Phase2 [ TE Anjarakandi, TE Alavil,TE Eichur, TE Pallikunnu,TE Munderi, TE Azhikode, TE Varam, TE Mayyil & TE Kololam] without any reservation and deviation.

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

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

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

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

56 | Page Contractor SDE(E)/EE(E)