67
Contractor Page | i Executive Engineer (E) (A Government of India Enterprise) (Electrical Wing) Office of Executive Engineer (E) BSNL Electrical Division-II, WMS Compound, 47th Cross, 5th Block, Jayanagar, Bangalore -560 041. e-TENDER DOCUMENT [SINGLE BID TWO STAGE TENDER] Name of Work: Providing Elect. Installation, PAC units, UPS Distribution Panel, cabling and EARTHING FOR GSAT-11 at TE Bldg, Sat-com, Jayanagar Bengaluru. (SH: Supply, Installation, Testing & Commissioning of 2 Nos 100 KVA Modular UPS at WMS Compound, Jayanagar, Bengaluru) - (3 rd Recall) DNIT No: 60/ 2019-20/BSNL/ED-II/BGL (3 rd Recall) DNIT No: 08 /CE(E)/KEZ/BSNL/BGL/2019-2020 This Tender document contains 66 (Sixty Six) pages only. (Part – I - Technical & Commercial Bid ) (Seal of the firm) Signature of Contractor / Firm NOTE :- Kindly submit your bid well in advance of bid submission dead line on www.eprocure.gov.in as there could be last minute problems due to internet time out, breakdown etc.

e-TENDER DOCUMENT [SINGLE BID TWO STAGE TENDER]

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

C o n t r a c t o r P a g e | i Executive Engineer (E)

(A Government of India Enterprise)

(Electrical Wing)

Office of Executive Engineer (E)

BSNL Electrical Division-II, WMS Compound, 47th Cross,

5th Block, Jayanagar, Bangalore -560 041.

e-TENDER DOCUMENT

[SINGLE BID TWO STAGE TENDER]

Name of Work: Providing Elect. Installation, PAC units, UPS Distribution Panel,

cabling and EARTHING FOR GSAT-11 at TE Bldg, Sat-com,

Jayanagar Bengaluru. (SH: Supply, Installation, Testing &

Commissioning of 2 Nos 100 KVA Modular UPS at WMS

Compound, Jayanagar, Bengaluru) - (3rd

Recall)

DNIT No: 60/2019-20/BSNL/ED-II/BGL (3rd

Recall)

DNIT No: 08 /CE(E)/KEZ/BSNL/BGL/2019-2020

This Tender document contains 66 (Sixty Six) pages only.

(Part – I - Technical & Commercial Bid )

(Seal of the firm) Signature of Contractor / Firm

NOTE :- Kindly submit your bid well in advance of bid submission dead line on www.eprocure.gov.in as there could be last minute problems due to

internet time out, breakdown etc.

C o n t r a c t o r P a g e | 1 Executive Engineer (E)

INDEX

SL.

No Description

Page

no.

1 Index 1

PART-I… TECHNICAL & COMMERCIAL BID

2 Information and Instructions for Bidders For E-Tendering 2

3 Eligibility Criteria 3

4 Notice Inviting Tender form – BSNL EW 6 4-9

5 Vendor Contract Clauses 10-13

6 Information for Bidders ( e-TENDER) 14

7 E tendering instructions 15-16

8 General Instructions to the Bidders 17-20

9 Undertaking towards physical EMD & Cost of Bid document (Form

‘A’) , Undertaking to abide by EW 6 & EW 8 (Form ‘B’) 21

10

Undertaking regarding EPF & ESI provisions & Labour license(Form

‘C’) , Certificate of Work Experience issued by Client Department

(Form ‘D’)

22

11 No Near relative working certificate (Form ‘E’), Undertaking regarding

uploading of tender document(Form‘F’), Compliance Statement

(Form G)

23

12 Model form of Bank Guarantee for EMD (Annexure-I) 24

13 Model form of Performance security Guarantee bond (Annexure II) 25-26

14 Proforma of Agreement (Annexure – III) 27-28

15 Commercial Bid compliance, Technical bid compliance (Annexure A,B &C) 29-39

16 Specimen copy of Schedule 40-43

17 Correction slip-1 44

18 Condition of contract 45-48

19 General Specification for the work of providing Electrical components,

EI & Fans works 49

20 Special Conditions of Contract 50-52

21 Specifications for 100 KVA UPS 53-56

22 General conditions for Annual Comprehensive Maintenance 57-61

23 Performa of Schedules 62

24 List of Approved Makes 63-64

25 BSNL EW -8 65-66

1

Stage-1 : Techno commercial Bid compliance attached as separate

Document in Excel File format for compliance to be declared by Bidder.

Satage -2: Price bid is attached as separate document in Excel File format

for quoting the rates by the bidder – Both available online in Excel

Format(e-tender portal)

C o n t r a c t o r P a g e | 2 Executive Engineer (E)

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING

FORMING PART OF NIT AND TO BE POSTED ON WEBSITE

The Executive Engineer (Elect.), BSNL Electrical Division-II, WMS Compound, 47th Cross, 5th

Block, Jayanagar, Bengaluru -560 041, [Ph: 080-22442345 / 22442372, Fax: 22442375], on

behalf of BHARAT SANCHAR NIGAM LIMITED invites ON LINE BIDS (item rate e-tenders)

FOR THE RATE CONTRACT from the eligible Firms / Contractors for the following work:

The intending bidder must have valid class-III digital signature to submit the bid

1 NIT No 60/2019-20//BSNL/ED-II/BGL

2 Name of work

Providing Elect. Installation, PAC units, UPS

Distribution Panel, cabling and EARTHING FOR

GSAT-11 at TE Bldg, Sat-com, Jayanagar

Bengaluru. (SH: Supply, Installation, Testing &

Commissioning of 2 Nos 100 KVA Modular UPS

at WMS Compound, Jayanagar, Bengaluru.) -

(3rd

Recall)

3 Estimated Cost put to tender

(Rs) Rs 32,12,066/-

4 Earnest Money Deposit (Rs.)

Rs.64,241/-

5 Cost of bid document (Rs.)

Rs.590/-(Including GST @ 18%)

6 Period of completion

03 (Three) Months from the 10th day after the date of

written order to commence the work for PART –A and 60

Months for PART –B including 24 months guarantee period

after Successful testing..

7 Validity of Tender Three Months

8

Last date & time for online

submission of tender (Both

Technical and Financial Bid)

Up to 18:00 Hrs on 10.12.2019

( Note: Both the Technical and Financial bids

should be submitted up to 18:00hrs on 10.12.2019

)

9

Last date & time for

submission of physical

documents & EMD

Up to 15:00 Hrs on 12.12.2019

10 Date and time for opening of

Technical Bid ( Stage-1) 15:30 Hrs on 12.12.2019

11 Date and time for opening of

Financial Bid (Stage-2) 15:30 Hrs on 20.12.2019

12 Help desk for E-tender

process/procedure

Help desk Number 0120-4200 462, 0120-4001 002,

0120-4001 005, 0120-6277 787 Email: support-

[email protected]

C o n t r a c t o r P a g e | 3 Executive Engineer (E)

ELIGIBILITY CRITERIA The Contractors satisfying the following conditions:

1) Average annual turnover during the last three years ending 31st March 2019 should

be at least 30% of the estimate cost put to tender

AND 2) Original Equipment manufacturer of modular type UPS [ Make: Numeric/ Emmerson/

Mitsubishi/ APC/Schneider / GE/ Gutor / DELTA / Eaton] of specified capacity or

their authorized dealers. Authorization letter specific to the concerned tender including

authorization for after sales service for the period of five years on printed letter head of the

company in this regard will have to be produced by the tenderer.

OR 3) Experience of having successfully completed *similar works in Central Government /State

Government /Central Autonomous Body/Central Public sector Undertaking during last 7

years , ending 30th September 2019 should be either of the following :-

� Three similar successfully completed works costing not less than the amount equal to 40%

of the estimated cost put to tender with UPS equipment Module not less than 80%

(80KVA) of individual capacity of the UPS equipment.

OR � Two similar successfully completed works costing not less than the amount equal to 60%

of the estimated cost put to tender with UPS equipment Module not less than 80%

(80KVA) of individual capacity of the UPS equipment.

OR

� One similar successfully completed work costing not less than the amount equal to 80% of

the estimated cost put to tender with UPS equipment Module not less than 80% (80KVA) of individual capacity of the UPS equipment *Similar work means Supply, Installation, Testing and Commissioning of UPS

equipment along with battery.

Note: The work includes 2 year warrantee (UPS & Battery) + 3years

comprehensive AMC (Only UPS without Battery ). The tenderers are required to

submit the undertaking from the OEM/manufacturer that the after sales service

support shall be provided for the contract period of Comprehensive AMC.

The following note a, b ,c & d is applicable for both (1) , (2)& (3) above:

Note:-

a) In addition to above, the contractor must have EPF and ESI registration, Labour

License. (If applicable)

b) If the contractor is not able to submit the ESI, EPF registration, Labour License

(If applicable) at the time of opening the tender, the firm can participate in the

tender subject to submission of the same before any bill payment. Firm should give

undertaking to this effect along with eligibility documents.

c) The Price bid will not be opened at all, if the firm fails to submit the documentary

proof for eligibility as said above including note.

d) The bidders must have proper and regular “After Sales Service”outlet at Bengaluru.

C o n t r a c t o r P a g e | 4 Executive Engineer (E)

BSNL EW-6

Bharat Sanchar Nigam Limited

(A Government of India Enterprises)

(Electrical Wing)

Electrical Division: -II, Bengaluru Sub Divisions:- ESD III, Bengaluru

Ltr No 24(29)/EEE/BSNL-ED-II/BGL/2019-20/725 Dated: 02/12/2019

1. Item rate tenders on single bid system are invited on behalf of CMD,BSNL for the

work of Providing Elect. Installation, PAC units, UPS Distribution Panel, cabling

and EARTHING FOR GSAT-11 at TE Bldg, Sat-com, Jayanagar Bengaluru

(SH:Supply, Installation, Testing & Commissioning of 2 Nos 100 KVA Modular UPS at WMS Compound, Jayanagar, Bengaluru) - (3

rd Recall) from the eligible

bidders as per NIT notification. In case the date of opening of tender is extended, the

enlistment of bidder should be valid on the original date of opening of tender.

2. Intending bidder is eligible to submit the bid provided that he has definite proof from

the appropriate authority, which shall be to the satisfaction of the competent authority

as per the eligibility conditions mentioned in the NIT notification page.

3. The work is estimated to cost Rs 32,12,066/- This estimate, however, is given merely

as a rough guide.

4. Agreement shall be drawn with the successful bidder on prescribed form as amended

up to the date of opening of tender. Bidder shall quote his rates as per various terms

and conditions of the said form which will form part of the agreement.

5. The time allowed for carrying out the work will be 03 (Three) Months from the 10th

day after the date of written order to commence the work for PART –A and 60 Months for

PART –B including 24 months guarantee period after Successful testing. 6. The site for the work is available / or the site for the works shall be made available in

parts. The successful bidder shall execute the work in coordination with other

agencies working in the campus.

7. The tender for the work by another Contractor shall not be witnessed by the

bidder who himself/themselves has/have tendered or who has/may 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 for summarily rejection.

8. The bid documents consisting of plans, specifications, the schedule of quantities of

various types of items to be executed and the set of terms and conditions of the

contract to be complied with and other necessary documents can be seen and

downloaded from website www.eprocure.gov.in at free of cost from 16.11.2019 at

19.00 Hrs onwards & upto 18.00 Hrs on 30.11.2019. The BSNL EW-8 document can

be seen from the web site www.electrical.bsnl.co.in free of cost. The tender document

is also available on www.karnataka.bsnl.co.in ���� Tenders ���� Karnataka ����

Electrical.& www.eprocure.gov.in

9. After submission of the bid, the bidder can re-submit revised bid any number of times

but before last time and date of submission of tender as notified. While submitting the

C o n t r a c t o r P a g e | 5 Executive Engineer (E)

revised bid, bidder can revise the rate of one or more item(s) any number of times (he

need not re-enter rate of all the items) but, before last time and date of submission of

tender as notified.

10. The Earnest Money Deposit (EMD) for Rs.64,241/- in the form of demand draft /

FDR / BG (BG is only for Air Conditioning, Diesel Engine Alternator, Lifts, and Sub

Station Works wherever the amount of EMD is more than Rs.20,000)/ CDR of a

nationalized / scheduled bank of the Reserve Bank of India, drawn in favour of

Accounts Officer (Cash), HQ, BSNL, BGTD, Bengaluru, payable at Bengaluru,

shall be scanned & uploaded to the e-tendering website within the period of tender

submission. The validity of the EMD in the form of DD shall be 90 days from the date

of opening. If the EMD is in the form of CDR/FDR/BG, the validity shall be 120 days

from the date of opening. In case of L1 bidder, the validity of CDR/FDR/BG is to be

extended up to the observation period as that of the Performance guarantee / Security

deposit.

11. Cost of Bid Document amounting to Rs.590/-(Including GST @ 18%) (in the form of

Demand Draft / Pay Order / Banker’s Cheque ) drawn in favour of Accounts Officer

(Cash), HQ, BSNL, BGTD, Bengaluru payable at Bengaluru, shall be scanned &

uploaded to the e-tendering website within the period of tender submission.

12. All the documents as specified in the tender document shall be scanned and uploaded

to the e-Tendering website within the period of bid submission. However, self certified

copy of all the scanned and uploaded documents shall have to be submitted by all the

bidders, along with physical EMD & cost of bid document in original (of the scanned

copy of EMD & cost of bid document uploaded) within the period of bid submission,

to the tender opening authority.

Note: The credentials shall be self attested and original documents shall be produced

on demand whenever required by Tender opening/accepting authority.

It shall be submitted to the following name and address.

13. The EMD of the all unsuccessful bidders shall be released on issue of award letter to

the successful tenderer. This shall be done within a week of award letter.

Note: Only uploaded documents shall be considered for deciding the eligibility of

the bidder.

14. The Technical bid submitted shall be opened at 15:30 PM on 12/12/2019 &

Financial Bid opened at 15:30 PM on 20/12/2019. If a holiday is declared on the

tender opening day, the tender will be opened on the next working day.

15. The bid submitted shall become invalid and cost of bid document shall not be

refunded if:

a) The bidders are found ineligible.

b) The bidders do not upload all the documents as stipulated in the bid document.

c) If any discrepancy is noticed between the documents as uploaded at the time of

submission of bid and hard copies as submitted physically to the tender opening

authority.

Designation : Executive Engineer(Electrical)

Address : BSNL Electrical Division-II, WMS Compound, 47th Cross, 9th

Main, 5th Block, Jayanagar, Bengaluru-560041.

Phone : [Ph: 080-266442345 / 22442372, 22442375]

Email Id : [email protected]

C o n t r a c t o r P a g e | 6 Executive Engineer (E)

d) Bids in which any of the prescribed conditions is not fulfilled or any condition

including that of conditional rebate is put forth by the bidders.

e) The bidder does not deposit physical EMD & cost of bid document along with the

hard copies of uploaded documents.

16. a) Performance Guarantee

The Firm shall have to furnish Performance Guarantee @ 5% of the total contract

value within two weeks of the issue of commencement letter in the form of Bank

guarantee on a Nationalized/Scheduled bank in standard format (Annexure B)/ CDR/

FDR/ DD. This performance guarantee shall be submitted in the Electrical Division-

II, Bangalore in the name Accounts Officer (Cash), HQ, BSNL, BGTD, Bangalore

payable at Bangalore for the entire period [ 63 Months (Time for completion of Total

Work i/c 24 Months guarantee period after completion & Testing of UPS]. The

Performance Bank Guarantee will be released after 63 Months.

17. Security deposit: a) SITC portion of agreement: A sum @ 10% of the gross amount of the bill shall be

deducted from each running bill of the contractor till the sum will amount to security

deposit of 10% (i/c 5% PBG) of the Tendered value of the individual agreement for

supply portion.

b) CMC portion of agreement: A sum @ 10% of the gross amount of the bill shall be

deducted from each running bill of the contractor till the sum will amount to security

deposit of 10% (i/c 5% PBG) of the Tendered value of the individual agreement for

ITC portion.

NOTE: The security deposit deducted during running bills (except 5% Performance

Bank Guarantee (PBG)) shall be refunded after satisfactory completion of guarantee

period (24 Months) after SITC of UPS work

18. In case any discrepancy is noticed between the documents as uploaded at the time of

submission of the bid online and hard copies as submitted physically in the tender

opening authority, then the bid submitted shall become invalid.

19. 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.

20. The competent authority on behalf of the CMD does not bind itself to accept the

lowest or any other tender and reserves to itself the authority to reject any or all the

tenders received without the assignment of any reason. All tenders in which any of

the prescribed condition is not fulfilled or any condition including that of conditional

rebate is put forth by the bidder shall be summarily rejected. The competent

authority on behalf of CMD reserves to himself the right of accepting the whole or

any part of the tender and the bidder shall be bound to perform the same at the rate

quoted.

C o n t r a c t o r P a g e | 7 Executive Engineer (E)

21. Intending bidders are advised to inspect and examine the site and its surroundings

and satisfy themselves before submitting their tenders, the form and nature of the

site, the means of access to the site, the accommodation they may require and in

general shall themselves obtain all necessary information as to risks, contingencies

and other circumstances which may influence or affect their tender. A bidder shall be

deemed to have full knowledge of the site whether he inspects it or not and no extra

charge consequent on any misunderstanding or otherwise shall be allowed. The

bidder shall be responsible for arranging and maintaining at his own cost all

materials, tools & plants, water, electricity access, facilities for workers and all other

services required for executing the work unless otherwise specifically provided for in

the contract documents. Submission of a tender by a bidder implies that he has read

this notice and all other contract documents and has made himself aware of the scope

and specifications of the work to be done and of conditions and rates at which stores,

tools and plant, etc. will be issued to him by the BSNL and local conditions and

other factors having a bearing on the execution of the work.

22. Canvassing whether directly or indirectly, in connection with tenders is strictly

prohibited and the tenders submitted by the bidders who resort to canvassing will be

liable to rejection.

23. Agreement shall be drawn with the successful bidder on prescribed form. Bidder

shall quote his rates as per various terms and conditions of the said form, which will

form part of the agreement.

24. The bidder should give a certificate as per the following that none of his/her relative

is employed in BSNL units as per Form ‘E’. In case of proprietorship firm,

certificate will be given by the proprietor and for partnership firm certificate will be

given by all the Directors of the company.

a) 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:

i) Members of a Hindu Undivided family.

ii) They are husband and wife.

iii) 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).

b) The company or firm or any other person is not permitted to tender for

works in BSNL unit in which his near relative(s) is(are) posted. The unit is

defined as SSA/Circle/Chief Engineer/Chief Archt./Corporate office for non-

executive employees and all SSA in a circle including circle office/Chief

Eng./Chief Archt./Corporate office for executive employees (including those

called as Gazetted officers at present). The bidder 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 and

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

C o n t r a c t o r P a g e | 8 Executive Engineer (E)

or firm or the person will also be debarred for further participation in the

concerned unit.

c) 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 bidder 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

bidders service.

25. The tender for the work shall remain open for acceptance for a period of ninety (90)

days from the date of opening of tenders. If any bidder withdraws his tender before

the said period or issue of letter of acceptance, whichever is earlier, or makes any

modifications in the terms and conditions of the tender which are not acceptable to

the BSNL, then the BSNL shall, without prejudice to any other right or remedy, be at

liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer

shall not be allowed to participate in the retendering process of the work.

26. The agency has to comply with the provisions 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 consequence

arising due to non- complying of provisions as specified above shall be the sole

responsibility of the firm only. The agency shall give an undertaking to this effect as

per Form -‘C’.

27. Extension of Validity of tender: In case, where the letter of award of work cannot

be placed within the validity period of the tender, the BSNL can request the lowest

bidder to extend the validity of their tender 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.

28. 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.

29. Termination of Contract on death of Contractor: Without prejudice of any of the

rights 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.

30. Indulging of Contractor in criminal/anti-social activities and cases under

investigation/charge sheeted by CBI or any other Government agencies: If the

CBI/Independent External Monitor(IEM)/Income Tax/Sales Tax/Central Excise/

GST/Custom Department recommends such a course – Action will be taken as per

the directions of CBI or concerned Department.

31. This notice inviting tender shall form a part of the contract document. The successful

bidder, on acceptance of his tender by the Accepting Authority shall within 15 days

from the stipulated date of start of the work, sign the contract consisting of:-

a) The Notice Inviting Tender, all the documents including additional conditions,

specifications and drawings, if any, forming part of the tender as uploaded at the

time of invitation of tender, subsequent amendments issued and the rates quoted

C o n t r a c t o r P a g e | 9 Executive Engineer (E)

online at the time of submission of bid and acceptance thereof together with any

correspondence leading thereto.

b) Standard BSNL EW-8 form.

C o n t r a c t o r P a g e | 10 Executive Engineer (E)

Vendor Contract Clauses

Sr.

No

Contractual

Clause

Clause description

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 Vendor should:

1. Have a valid PAN No.

2. Have a valid Goods and Service Tax Registration Certificate

No.

Eligible for raising GST Tax invoice to BSNL for claiming

input tax credit.

3. File a self-declaration along with the evidence that the Vendor

is not black listed by GST authorities.

4. Intimate all GST registration number to BSNL, where Vendor

holds multiple GST numbers.

4 Tax Clause All taxes except CGST, SGST, UTGST and IGST if any, required to

be paid on the invoices shall be borne by the Vendor.

5 Indemnity It is the responsibility of the Vendor 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 Vendor else Vendor 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 compliance to be

adhered by Vendor includes (but is not limited to) the following:

(i) Uploading appropriate invoice details on the GSTN (Goods

and Services Tax Network) within the stipulated time:

(ii) Issuing GST compliant invoice/CN/DN. PO issued by BSNL

should be referred by Vendor 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

Vendor within the time limit prescribed under the GST law.

It must be noted that in case Vendor does not accept such

changes within the time limit prescribed under GST law the

loss of input tax credit(it any) would be recovered from the

Vendor.

BSNL reserves the right to be indemnified for the credit loss and

recover the said amount from the Vendor 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 Vendor. Further in case any credit

is not received or short credit is received or in case of any error

C o n t r a c t o r P a g e | 11 Executive Engineer (E)

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.

6 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 Vendor to comply with the relevant laws/regulations applicable

in India or overseas. Vendor undertakes to indemnify BSNL for an

amount equal to amount payable by BSNL and the same shall be

recovered by BSNL.

7 Tax deducted

at source

Nothing contained herein in the agreement shall prevent BSNL from

deducting tax at source if required under GST Act and GST

regulations, any law or any regulation.

8 GST invoice It shall be the responsibility of Vendor to raise appropriate tax

invoice as per the previsions 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 Vendor. Further all invoices should be sent to BSNL

promptly.

Further the Vendor is required to comply following requirements

w.r.t issuance of invoice:

• All the details of Vendor(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 Vendor to issue credit note

and take tax adjustment:

• It would be the responsibility of the Vendor 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 the Vendor, the same would be recovered by BSNL

from the Vendor

• Registered location of the both the parties ie. BSNL and

Vendor should be mentioned in the agreement with GSTIN

No. Further, Vendor 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 Vendor to raise invoice within

the prescribed timelines:

• E-way bill number should be mentioned on the invoices.

C o n t r a c t o r P a g e | 12 Executive Engineer (E)

9 DDD Debit note The Vendor acknowledges and agrees to issue appropriate debit note/

credit note as prescribed under GST Act and send to BSNL 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 Vendor 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

Vendor in case BSNL in unable to claim the input tax credit for any

non-compliance or default or due to lack of diligence on the part of

the Vendor

10 Payment terms BSNL will make payment to Vendor only after the invoice is

uploaded by Vendor 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 Vendor to the paying state

alongwith appropriate invoice:

1. Invoice alongwith e-way bills.

2. Delivery challans

3. Consignee Receipt( L R )

4. Each equipment shall be accompanied by Vendor certification

confirming adherence to all standards for materials and

workmanship quality. On copy of the same shall be sent by

the Vendor to state quality head/ state operation heads for

records:

5. Bill of materials.

6. Any other document as may be demanded by BSNL

11 Payment terms Vendor 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/ charges / liability arising

either our of laws/ regulations applicable in India or because of a

demand/ recovery initiated by any revenue authority under laws/

regulations applicable in India.

12 Purchase order It is understood between the parties that Vendor raise invoice basis

purchase order issued by BSNL. In case of any deviation or

disagreement by Vendor on place of supply, billing location, HSN

code/ SAC code stated on PO. It shall be the responsibility of Vendor

to intimate BSNL well in advance.

Further, in case Vendor raises the invoice on an address other than

agreed, it shall be the responsibility of the Vendor to modify the

invoice.

13 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 Vendor to intimate BSNL

well in advance in case of deviation/ disagreement with the place of

supply as determined in PO

C o n t r a c t o r P a g e | 13 Executive Engineer (E)

14 Deficient

supply/

Incomplete

supply/

Rejected

supply

Each party to contract agrees that in case of any deficient supply or

incomplete supply or rejected Vendor, it shall be the responsibility of

Vendor to issue GST compliance credit note within the reasonable

time and take tax adjustment. In case the Vendor 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 Vendor.

15 Compliance

rating

Vendor 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.

Vendor 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 Vendor i.e compliance rating reduced below the

prescribed limit, the amount related to tax shall be paid to Vendor

only on receipt of input tax credit to BSNL

16 E-way bill It shall be the responsibility of Vendor to obtain e-way bill in case of

movement of goods exceeding limit as prescribed under the GST Act.

Vendor would indemnify BSNL in case of any non-compliance or

default or due to lack of diligence on the part of the Vendor to comply

with the e-way bill requirement

17 Penalty It is agreed by Vendor that in case of any deviation, default or

negligence on the part of Vendor due to which it is liable to pay

penalty to BSNL, the same shall be recovered by BSNL from Vendor

along with applicable GST tax (as may be applicable)

18 Liquidated

Damages

GST (if applicable ) on account of liquidated dames due to delay in

supply of goods would be borne by Vendor

19 Set off It is agreed that in case of set off of the security deposit against any

claim of the purchase of 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 Vendor 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 Vendor

20 Miscellaneous 1. Vendor agrees to share the monthly information with BSNL

which would be uploaded by the Vendor in its GSTR-1

alongwith 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 30th September following the

end of relevant financial year.

C o n t r a c t o r P a g e | 14 Executive Engineer (E)

INFORMATION FOR BIDDERS ( e-TENDER)

1. The agency intending to participate in tendering process shall have to register with

https://www.eprocure.gov.in

2. Those Contractors not registered on the website mentioned above, are required to

get registered beforehand. The intending bidder can get registered with ITI Ltd. by

making online payment of required amount with registration particulars. For

details kindly visit website https://www.eprocure.gov.in or contact Executive

Engineer.

3. The intending bidder must have valid class-III digital signature to submit the

bid.

4. The intending bidder should read carefully and understand the tender document,

procedure for e- tendering etc. completely before participating in the e-tender

procedure. Participation in the e-tendering, presumes that the bidder (s) has/have

read all the conditions, Special Conditions of the contract, Schedule of quantity

etc. and agree/abide by them. He should only submit his bid if he considers

himself eligible and he is in possession of all the documents required.

5. The bid document consisting of BSNL EW 6, Specifications, Schedule of

quantities of various types of items to be executed and the set of terms and

conditions of the contract to be compiled with and other necessary documents can

be seen and downloaded from www.eprocure.gov.in/BSNL for free of cost.

6. The bid can only be submitted after uploading the mandatory scanned documents

as per NIT

7. Information and instructions for bidders posted on website shall form part of bid

document.

8. On opening date, the contractor can login and see the bid opening process. After

opening of bids he will receive the competitor bid sheets.

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

10. Certificate of Financial Turnover: At the time of submission of bid, contractor

may upload Affidavit/ Certificate from Charted Accountant mentioning Financial

Turnover of last 3 years or for the period as specified in the bid document`. There

is no need to upload entire voluminous balance sheet.

11. Contractor must ensure to quote rate of each item. If any cell is left blank the

same shall be treated as “0” (ZERO).

12. The intending bidder should see all the conditions of contract uploaded in the

website including Corrigendum if any, till the last date of submission of bid.

13. BSNL reserves the right to reject any prospective application without assigning

any reason and to restrict the list of qualified contractors to any number deemed

suitable by it, if too many bids are received satisfying the laid down criterion.

C o n t r a c t o r P a g e | 15 Executive Engineer (E)

E-Tendering Instructions to Tenderers

General

Submission of Tender through online process is mandatory for this e-Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent

and secured manner. For conducting electronic tendering, BSNL Electrical Zone has

decided to use the portal www.eprocure.gov.in It supports all activities of tendering based

on proactive work flow concept. Fine details of tendering like vendors registration, tender

announcement and corrigendum, opening, negotiation and tender awarding are supported

in a real time interactive environment.

2. Broad outline of activities from Bidders prospective:

a) Procure a Digital Signing Certificate (DSC).

b) Register on e-Tender web site/portal

c) Create Users and assign roles on e-Tender

d) View Notice Inviting Tender (NIT) on e-Tender

e) Download Official Copy of Tender Documents from e-Tender

f) Clarification to Tender Documents on e-Tender

g) Query to BSNL (Optional)

h) View response to queries posted by BSNL, as addenda.

i) Bid-Submission on e-Tender

j) Attend Public Online Tender Opening Event (TOE) on e-Tender Opening.

k) View/Post-TOE Clarification posted by BSNL on e-Tender (Optional)- Respond to

BSNL’s Post-TOE queries

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.

Digital Certificates: For integrity of data and its authenticity/ non-repudiation of

electronic records, and be compliant with IT Act 2000, it is necessary for each user to have

a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class

3, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities

(CCA) [refer http://www.cca.gov.in].

Registration: To use the Electronic portal (https://www.eprocure.gov.in), vendor needs to

register on the portal (if not registered earlier). For further details, please visit the

website/portal(https://www.eprocure.gov.in), and click on the help for contractors

and follow further instructions as given on the site.

5. Bid related Information for this Tender (Sealed Bid)

6. 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

Eligibility documents (as per para 16 page No.20 of NIT) (Envelope-I)

C o n t r a c t o r P a g e | 16 Executive Engineer (E)

7. Offline Submissions:

The contractor shall submit the DD for cost of Bid documents, EMD in the prescribed form

and Eligibility documents as per NIT in a sealed envelope mentioning Name of work, date

& time of opening of bids in the tender box available in the office of Executive Engineer

(Electrical), BSNL Electrical Division-II, Bengaluru before the prescribed date & time as

notified and same shall be opened in presence of AO, SDE [EP] ( or any other authorized

BSNL Executive) and contractors present (Ref EW6).

8. 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) dully authorized are

requested to carry a Laptop and Wireless Connectivity to Internet.

C o n t r a c t o r P a g e | 17 Executive Engineer (E)

General Instructions to the Bidders

1. 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.

2. Information and instructions for bidders posted on website shall form part of bid

document.

3. Applicants are advised to keep visiting the above mentioned website from time to

time (till the deadline for bid submission) for any updates in respect of the tender

documents, if any. Failure to do so shall not absolve the applicant of his liabilities

to submit the applications complete in all respect including updates thereof, if any.

An incomplete application may be liable for rejection.

4. Those bidders not registered on the website mentioned above, are required to get

registered themselves beforehand. The intending bidder must have valid class-III

digital signature to submit the bid.

5. On opening date, the bidder can login and see the bid opening process. After

opening of bids he will receive the competitor bid sheets.

6. Bidder can upload documents in the PDF format under PDF signer.

7. Bidder must ensure to quote rate of each item. The column meant for quoting rate

in figures appears in yellow colour. In addition to this, while selecting any of the

cells a warning appears that if any cell is left blank the same shall be treated as

“0”.Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of

such item shall be treated as “0” (ZERO)

8. Even though any bidder may satisfy the above requirements, he would be liable to

disqualification if he has:

a) Made misleading or false representation or deliberately suppressed the

information in the forms, statements and enclosures required in the

eligibility criteria document.

b) Record of poor performance such as abandoning work, not properly completing

the contract, or financial failures / weaknesses etc.

9. If any information furnished by the bidder is found incorrect at a later stage, he

shall be liable to be debarred from tendering/taking up of works in BSNL. The

BSNL reserves the right to verify the particulars furnished by the applicant

independently.

The bidder shall quote only Net rate excluding GST on Goods & Services. All

taxes except CGST, SGST, UTGST and IGST if any, required to be paid on the

invoices shall be borne by the supplier. The Labour welfare Cess &TDS as per the

Govt. regulations will be recovered from the contractor.

C o n t r a c t o r P a g e | 18 Executive Engineer (E)

10. BID OPENING AND EVALUATION:

A. OPENING OF BIDS:

i) The BSNL shall open Bids online, in the presence of bidders or their authorized

representatives who choose to attend at due time on due date. The bidder’s representatives,

who are present; shall sign an attendance register. Authority letter to this effect shall be

submitted by the bidder before they are allowed to participate in bid opening.

ii) Maximum two representatives for any bidder shall be authorized and permitted to

attend the bid opening.

iii) The bids will be opened in two stages i.e. Technical bid shall be opened on the

date of tender opening given in NIT. The financial bid (Price Bid) will not be opened

on the date of opening of Technical bid.

iv) Thereafter the TPC ( Tender Purchase Committee) will evaluate Technical bid &

report of TPC will be approved by competent authority.

v) The financial bids of those bidders who are appear to be technically compliant by

the competent authority, will be opened in front of technically eligible/qualified

bidders/ authorized representatives by sending them a suitable notice.

vi) The bidder’s names, Item name, EMD amount & validity and acceptability,

Information in respect of eligible bidders, Details of bid modification/ withdrawal (if

any), and such other details as the purchaser, at its discretion, may consider appropriate

will be made available online at the time of technical bid opening (Stage-1)

vii) The bidder’s names, Name of the Items, Quantities/prices quoted in the bid, Taxes &

levies and such other details as the purchaser, at its discretion, may consider appropriate

will be made available online at the time of financial bid opening.

viii) The date fixed for opening of bids, if subsequently declared as holiday by the BSNL

the revised date of schedule will be notified. However, in absence of such notification, the

bids will be opened on next working day, time and venue remaining unaltered.

ix) CLARIFICATION OF BIDS BY BSNL:

To assist in examination, evaluation and comparison of bids, BSNL may, at its discretion

ask the bidder for clarification of its bid. The request for its clarification and its response

shall be in writing. However, no post bid clarification at the initiative of the bidder shall be

entertained.

11 .Tender Evaluation :

(a) The evaluation and comparison of responsive bids shall be done on the basis of

Net cost to BSNL on the prices offered exclusive of Goods & Service taxes (GST).

The bid with lowest net cost as elaborated above will be the L1 bidder. (b) BSNL reserves the right to ask the bidders to submit documentary proof confirming

the correct Tariff Head from the Excise Duty/Customs authority where the Tariff Head

furnished against the particular tendered item by different bidders differs from each other

or the same is found apparently not furnished in accordance with Excise Duty / Customs

Tariff notifications.

12.However, pursuant to the constitution (forty-sixth amendment) act, 1982, if any further

tax or levy is imposed by statute, after the last date of receipt of tenders, and the

contractors there upon necessarily and properly pays such taxes/ levies, the contractor

shall be reimbursed the amount so paid, provided such payment, if any, is not in the

opinion of Superintending Engineer (whose decision shall be final and binding) be

attributable to delay in execution of work within the control of contractor.

C o n t r a c t o r P a g e | 19 Executive Engineer (E)

13. In case of statutory variation in regard to excise duty/GST, only in respect of package

AC units/Split AC Units, EA set and Lifts, within the stipulated date of completion of

individual agreement, the same shall be paid or recovered as per the actual against

documentary proof. However, beyond this period BSNL will take advantage of any duty

reduction but will not pay extra on account of duty increase. Price adjustment provision

on account of change in excise duty shall not apply in respect of equipment/components

of equipment/materials, other than package AC units/Split AC Units , EA set and lifts.

The bidder shall, keep necessary books of account and other documents for the purpose

of this condition as may be necessary and shall allow inspection of the same by a duly

authorized representative of BSNL and further shall furnish such other information/

document as Engineer-in-charge may require.

14.The Contractor shall, within a period of 30 days of imposition of any further tax or

levy in pursuant to the constitution of (forty sixth amendment) act 1982 give a written

notice thereof to the Engineer-in-charge that the same is given pursuant to this condition,

together with all necessary information relating thereto.

15. Bye laws Indemnity against liabilities:

a) The bidder shall comply with all by laws and 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.

b) The bidder 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 or temporary works and from and

against all claims demands, proceedings, costs, charges and expenses whatsoever in

respect of or in relation thereto.

c) The bidder 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 bidder.

d) All liabilities / penal recoveries on matters arising out of tax/excise /levies such as

incorrect deductions discrepancies in the filing of returns, revised assessments by the

concerned authorities etc,. shall be borne by the bidder.

C o n t r a c t o r P a g e | 20 Executive Engineer (E)

16. List of documents to be scanned and uploaded to the e-tendering website within

the period of tender submission (All documents shall be self-attested):

a. Cost of Bid Document in the form of Demand Draft

b. EMD in prescribed format.

c. Self Attested Documentary proof of satisfying the eligibility conditions shall be

submitted

d. Certificate of financial turnover from Charted Accountant.

e. Undertaking towards Physical submission of EMD (Form- ‘A’)

f. Certificate of registration of Goods and Service Tax (GST)

g. PAN Card.

h. Undertaking to abide by EW-6 and EW-8 (Form -‘B’).

i. Undertaking regarding EPF provisions (Form -‘C’).

j. EPF Registration certificate. (If applicable)

k. ESI Registration certificate. (If applicable)

l. Labour License. (If applicable)

m. Certificates of Work Experience issued by client department (Form- ‘D’) if applicable.

n. Undertaking regarding No Near relative working certificate (Form -‘E’).

o. Undertaking regarding uploading of tender document (Form F).

p. Undertaking regarding Compliance statement Form (G)

q. Undertaking – Declaration by vendor regarding GST Input Tax credit in letter head

( Refer Page 43 ).

r.Duly filled Commercial Bid Compliance ( Annexure-A ,Refer Page No. 29 to 30)

s. Duly filled Technical Bid compliance (Annexure-B&C ,Refer Page No. 31 to 39)

t. Any other document as specified in the tender document

The bidders to upload relevant document for having proper and regular “After Sales

Service” outlet at Bengaluru including their address, phone number, email id

In addition to uploading of the above mentioned credentials/documents, the technical

bid published should be downloaded by the bidders and uploaded in the PDF format

with Digital signer. An undertaking in this regard as per Form-‘F’ shall also be uploaded by the intending

bidders.

17 . Tender document: After the determination of L1 bidder among the eligible vendors,

the bid submitted by the L1 bidder shall be downloaded and signed by both the parties.

The bid opening authority shall put a seal on each sheet of the tender document (schedule

of quantity and bid documents uploaded by the L1 bidder) "downloaded by me on

........./......./........."and sign on each sheet. The agency shall also affix his seal and

signature on each sheet.

18. The bidders are advised to refer to the website (www.karnataka.bsnl.co.in/

www.eprocure.gov.in) prior to the due date prescribed for opening of the bid to ensure that

they have not missed to observe any addendum / corrigendum. The responsibility of

downloading the related addendum/ corrigendum, if any, will be that of the participating

bidder. No separate intimation in respect of this (i.e addendums/corrigendum) will be sent

to any of the bidders. All addendums/corrigendum issued by the Tender inviting authority

shall be treated as part and parcel of bid document.

C o n t r a c t o r P a g e | 21 Executive Engineer (E)

FORM ‘A’

Undertaking towards physical EMD & Tender Cost

The physical Earnest Money Deposit & cost of bid document shall be deposited

by me/us with the tender opening authority, before opening of tender, otherwise

BSNL may reject the tender and debar from further tendering of the work.

(Seal of the firm) (Signature of Bidder)

FORM ‘B’

Undertaking to abide by EW 6 & EW 8

"I/We……… ……………… ……………… …………… ………Son of/M/s

…………………… ………… …………… …………….. ……………. ……..

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) (Signature of Bidder)

C o n t r a c t o r P a g e | 22 Executive Engineer (E)

FORM ‘C’

Undertaking regarding EPF & ESI provisions and Labour license

"I/We…………………………………………….………… Son of/M/s ………

………………… ………… …………… …………….. …………….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.

* I/ We have registered as per the ESI Act 1948, ESI rules & Regulations, 1950 and our

registration No is --------------------------------. We undertake to keep it valid during the

currency of contract.

* I/ We have registered as per the Contract Labour (Regulation & Abolition) Act. 1970

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".

(Seal of the firm) (Signature of Bidder)

FORM ‘D’

Certificates of Work Experience issued by Client Departments

(As specified in the Eligibility Criteria)

The Work Experience certificate issued shall be signed by an Officer not less than the

Rank of Executive Engineer.

The Certificates shall be marked as D1, D2, D3, etc…

FORM ‘E’

C o n t r a c t o r P a g e | 23 Executive Engineer (E)

No Near relative working certificate

I/We……………………………………………………………………………….…..…

Son of /M/s………………………………………………………………….………….

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 Bidder)

FORM ‘F’

Undertaking regarding uploading of tender document

"I/We……… ……………… ……………… …………..………… ……………………

Son of/M/s ……… ………………… ………… …………… …………….. …. Resident

of …… …………… ………… …………… …………… …………… .. hereby give an

undertaking that I have down loaded the tender document, read all the terms and

conditions and have uploaded the tender document in PDF format under PDF signer,

without making any corrections/deletions/additions to the down loaded tender document.

(Seal of the firm) (Signature of Bidder)

FORM ‘G’

Compliance Statement

[Filled in hard copy is to be uploaded with signature & seal]

We……………………………………………………………………… (name of the firm)

state to comply in full manner with all the General, Commercial, Technical, Operating,

financial conditions of the Tender Document for the work of “Providing Elect.

Installation, PAC units, UPS Distribution Panel, cabling and EARTHING FOR

GSAT-11 at TE Bldg, Sat-com, Jayanagar Bengaluru. (SH: Supply, Installation,

Testing & Commissioning of 2 Nos 100 KVA Modular UPS at WMS Compound

Jayanagar Bengaluru.) - (3rd

Recall)” without any reservation and deviation.

For and on behalf of (Name of Firm)

(Seal of the contractor /Company /Firm) (Signature of contractor/Authorized Signatory)

(Postal address) Dated…………………

C o n t r a c t o r P a g e | 24 Executive Engineer (E)

Annexure I

MODEL FORM OF BANK GUARANTEE FOR EMD

(For submitting EMD for Air Conditioning, Diesel Engine Alternator, Lifts, and Sub

Station Works wherever the amount of EMD is more than Rs.20,000/-)

Whereas______________________________ (hereinafter called “the bidder(s)”) has

submitted its Tender dated:_________for the work

__________________________________________________________

_______________________________________KNOW ALL MEN by these presents that

WE _____________________________________ OF ______________________ having

our registered office at_______________________ (hereinafter called “the Bank”) are

bound unto _______________________ (hereinafter called “the BSNL”) in the sum of

_________________ for which payment will and truly to be made of the said BSNL, the

Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

10. If the Bidder(s) withdraws its Tender during the period of Tender validity

specified on the Tender Form: or

11. If the Bidder(s) having been notified of the acceptance of its Tender by the BSNL

during the period of Tender validity.

(a) Fails or refuses to execute the Contract.

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

Tender document.

We undertake to pay to the BSNL up to the above amount upon receipt of its first

written demand, without the BSNL having to substantiate its demand, provided that in

its demand, the BSNL will note that the amount claimed by it is due to it owing to the

occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force as specified in the Tender Document up to and

including Thirty (30) days after the period of the Tender validity and any demand in

respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank

Signature of the Witness

Name of Witness

Address of Witness:

C o n t r a c t o r P a g e | 25 Executive Engineer (E)

ANNEXURE II

PERFORMANCE SECURITY GUARANTEE BOND

1. In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having agreed to exempt

___________________ (hereinafter called ‘the said bidder(s)’) from the demand under

the terms and conditions of an agreement/Advance Purchase Order No

________________ dated ____________ made between _____________________ and

__________________ for the supply of _______________________ (hereinafter called

“the said agreement ”), of security deposit for the due fulfillment by the said bidder (s) of

the terms and conditions contained in the said Agreement, on production of the bank

guarantee for _____________________________________we, (name of the bank)

_________________________ ( hereinafter refer to as “the bank”) at the request of

___________________________________ (bidder(s)) do hereby undertake to pay to the

BSNL an amount not exceeding ___________________ against any loss or damage

caused to or suffered or would be caused to or suffered by BSNL by reason of any breach

by the said Bidder(s) of any of the terms or conditions contained in the said Agreement.

2. We (name of the bank) ____________________ do hereby undertake to pay the amounts

due and payable under this guarantee without any demur, merely on a demand from the

BSNL by reason of breach by the said bidder(s)’ of any of the terms or conditions

contained in the said Agreement or by reason of the bidders(s)’ failure to perform the said

Agreement. Any such demand made on the bank shall be conclusive as regards the

amount due and payable by the Bank under this guarantee where the decision of BSNL in

these counts shall be final and binding on the bank. However, our liability under this

guarantee shall be restricted to an amount not exceeding _____________________.

3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or

disputes raised by the bidder(s)/supplier(s) in any suit or proceeding pending before any

court or tribunal relating thereto our liability under this present being absolute and

unequivocal. The payment so made by us under this bond shall be valid discharge of our

liability for payment there under and the bidder(s)/supplier(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 the BSNL under or by virtue of the said Agreement have been fully paid

and its claims satisfied or discharged or till ________________________ (office/BSNL)

BSNL certifies that the terms and conditions of the said Agreement have been fully or

properly carried out by the said bidder(s) and accordingly discharges this guarantee.

Unless a demand or claim under this guarantee is made on us in writing on or before the

expiry of TWO/TWO AND HALF/THREE YEARS (as specified in P.O) from the date

hereof, we shall be discharged from all liabilities under this guarantee thereafter.

5. We (name of the bank)_________________________ further agree with the BSNL that

the BSNL shall have the fullest liberty without our consent and without affecting in any

manner our obligations hereunder to vary any of the terms and conditions of the said

Agreement or to extend time of performance by the said bidder(s) from time to time or to

postpone for any time or from time to time any of the powers exercisable by the BSNL

against the said Bidder(s) and to forbear or enforce any of the terms and conditions

C o n t r a c t o r P a g e | 26 Executive Engineer (E)

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 Bidder(s) or for any forbearance, act

or omission on the part of the BSNL or any indulgence by the BSNL to the said Bidder(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 Bidder(s)/supplier(s).

7. We (name of the bank) ____________________ lastly undertake not to revoke this

guarantee during its currency except with the previous consent of the BSNL in writing.

Dated the ________________ day of _______

for__________________________________ (indicate the name of bank)

C o n t r a c t o r P a g e | 27 Executive Engineer (E)

ANNEXURE - III (Rs.100/-Stamp paper agreement copy)

The agreement shall be signed by both the parties [EE (E)] concerned and the

contractor] on Non judicial stamp paper of appropriate value which shall be

purchased by the agency. The proforma of agreement to be prepared on Non

judicial stamp paper is given below:

CONTRACT AGREEMENT FOR THE WORK OF ……………………………………

…………………………………………………………………………………..

Dated……

……………………M/s…………………………………………………………………

……………..(refer to not) in the town of …………………………….. herein after

called the contractor (which term shall unless excluded by or repugnant to be

subject or context include its successor and permitted assigns) of the one part and

the Bharat Sanchar Nigam Limited herein after called the BSNL (which term shall

unless excluded by or repugnant to the subject or context include its successors and

assigns) of the other part.

WHEREAS A. The BSNL is desirous that the ………………………………………………........

…………………………………………………………………… should be executed

as mentioned enumerated referred to in the tender including Press Notices Inviting

tender, General Conditions of the Contract, Special conditions of the contract,

Specifications, Drawing Plan, Time Schedule of completion of jobs. Schedule of

quantities and Rates, Agreed variations, other documents, has called for tender.

B. The contractor has inspected the site and surrounding of the work specified in the

tender documents and has satisfied himself by carefully examination before

submitting his tender as to the nature of surface, strata, soil, sub-soil and grounds, the

form and nature of the site and local conditions, the quantities, nature and magnitude

of the work, the availability of labour and material necessary for the execution of

work, the means of access to site, the supply of power and water there to and the

accommodation he may require and has made local and independent enquires and

obtained complete information as to the matters and things referred to or implied in

the tender documents or having any connection therewith, and has considered the

nature and extent of all the probable and possible contingencies, and generally all

matters incidental thereto and ancillary thereof affecting the execution and

completion of the work and which might have influenced him in making his tender.

C. The tender documents including the BSNL’s Press Notices inviting Tender, General

Conditions of contract, Schedule of quantities and rates, General obligation

specification Drawings, plan time schedule for completion of work letter of

acceptance of tender and any statement of agreed variations with its enclosures copies

of which are hereto annexed form part of this contract through separately set out

herein and are included in the expression contract wherever herein used.

AND WHEREAS The BSNL accepted the tender of M/s…………………………………………………

…………………………………………………………………………………………

………………………………………………………………………vide letter

No……………….……………………………………………………………………..

at the rates stated in the schedule of quantities for the works and accepted by the

BSNL (herein after called the schedule of Rates ) upon the terms and subject to the

conditions of the contract.

C o n t r a c t o r P a g e | 28 Executive Engineer (E)

NOW THIS AGREEMENT WITNESSETH & IT IS HERERBY AGREED AND

DECLARED AS FOLLOWS.

1. In consideration of payment to be made into the contract for the work to be

executed him, the contractor hereby convenient with the BSNL that the

contractor shall and will duly provide, execute, complete and maintain the

said work and shall do and perform all other acts and things on the contract

mentioned or described or which are to be implied and three form or may be

reasonably necessary of the completion of the said works and the said times

and in the manner and subject to the terms and conditions or stipulations

mentioned the contract, AND

2. In considerations of the due provision execution, completion and maintenance

of the said work, the BSNL does hereby agree with the contractor that the

BSNL will pay to contractor the respective amounts for the work actually

done by him and approved by the BSNL at the schedule or Rates and such

other sum payable to the contractor under provision the contract, such payment

to be made at such time in such manner as prescribed for in the contract.

3. It specifically and distinctly under stood and agreed between the BSNL and the

contractor that the contractor shall have no right, title or interest in the site

made available by the BSNL for execution of the works or in the buildings,

structures or works executed or the said site by the contractor or in the goods,

articles, materials, etc., brought on the said site( unless the same specifically

belongs to the contractor) and the contractor shall not have or deemed to have

any lien whatsoever for unpaid bills will not be entitled to assume or retain

possession or control of the site or structures and the BSNL shall have an

absolute unfettered right to take full possession of site or structures and the

BSNL shall have an absolute unfettered right to take full possession of site

and to remove the contractor, their servants, agents and materials belonging to

the contractor and lying on the site.

In witness whereof the parties here-into set their respective hands and seal in the

day

and the year first above written.

Signed and delivered for and on Signed and delivered for and on

Behalf of BSNL Behalf of Contractor

(BHARAT SANCHAR NIGAM LIMITED) M/s.

Date : Date:

Place: Place:

IN PRESSENCE OF TWO WITNESSES

Signature Signature :

Name Name:

C o n t r a c t o r P a g e | 29 Executive Engineer (E)

ANNEXURE-A

Commercial Bid compliance (2X100KVA UPS)

Stage-1 : Commercial Bid compliance attached as separate Document in Excel File format for compliance to be declared by Bidder

IMPORTANT NOTE: Before on line submitting the tender document, contractor must verify the check list properly.

NAME OF THE VENDOR

Sl.No Description

Submitted/Uploaded

Yes/No

The Firms who fulfill the following requirements shall be eligible to bid

1 Average annual turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost put to tender.

AND

2 Original Equipment manufacturer of modular type UPS of specified capacity or their authorized dealers. Authorization letter specific to the concerned tender including

authorization for after sales service for the period of five years on printed letter head of the company in this regard will have to be produced by the tenderer

OR

Experience of having successfully completed *similar works in Central Government /State Government /Central Autonomous Body/Central Public sector Undertaking

during last 7 years , ending 30th November 2018 should be either of the following :-

Three similar successfully completed works costing not less than the amount equal to 40% of the estimated cost put to tender with UPS equipment Module not less

than 80% (80KVA) of individual capacity of the UPS equipment.

OR

Two similar successfully completed works costing not less than the amount equal to 60% of the estimated cost put to tender with UPS equipment Module not less than

80% (80KVA) of individual capacity of the UPS equipment.

OR

One similar successfully completed work costing not less than the amount equal to 80% of the estimated cost put to tender with UPS equipment Module not less than

80% (80KVA) of individual capacity of the UPS equipment

3 The work includes 1 year warrantee + 4years comprehensive AMC. The tenderers are required to submit the undertaking from the OEM/manufacturer that the after

sales service support shall be provided for the contract period of Comprehensive

AMC

C o n t r a c t o r P a g e | 30 Executive Engineer (E)

4 The intending bidder has to fill all the details such as Banker's name, Demand

Draft/Fixed Deposit Receipt /Pay Order/ Banker's Cheque/Bank Guarantee number, amount and date for the following documents

a) Cost of Bid Document: Demand draft amounting to Rs.590/- (inclusive of GST) drawn in favour of "Accounts officer (Cash), HQ, BSNL, BGTD, Bengaluru” payable at Bengaluru. (Demand Draft / Pay Order / Banker’s Cheque)

On-line payment details:

b) EMD Rs. 64,241/- in the prescribed form . Earnest Money should be in the form of demand draft/FDR/ BG (As per format at Annexure)/ CDR of a nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn in favour of “Accounts officer (Cash), HQ, BSNL, BGTD, Bengaluru" must accompany each tender. The Validity period of EMD is 120 days, from the date of opening of tender.

5 Self-attested Copy of PAN card.

6 Self-attested Copy of CA certificate for turnover.

7 Self-attested Copy of valid GST registration Certificate

8 Self-attested copy of EPF Registration certificate

9 Self-attested copy of ESI Registration certificate.

10 Technical specifications (As per annexure-IV)

11 Undertaking towards physical EMD & Tender Cost ( Form A )

12 Undertaking and to abide by EW6 and EW 8 (Form B).

13 Duly filled and signed undertaking regarding EPF &ESI Provisions (Form C)

14 The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case of proprietorship firm, certificate will be given by the proprietor and for partnership firm certificate will be given by all the partners and in respect of a limited company by all the Directors of the company( Form E )

15 Undertaking regarding uploading of tender document (Form F)

16

Undertaking regarding Compliance Statement (Form G)

C o n t r a c t o r P a g e | 31 Executive Engineer (E)

ANNEXURE-B Technical & Functional Compliance -(2X 100KVA UPS)

Stage-1 : Technical Bid compliance attached as separate Document in Excel File format for compliance to be declared

by Bidder

IMPORTANT NOTE: Before on line submitting the tender document, contractor must verify the check list properly. NAME OF THE VENDOR

Sr.No. Required Functionalities/Features (Department Requirement) Vendor

Offer

Compiled (Yes/No)

Remarks

Technical Requirement Three Phase Output

1 UPS Make Numeric/ Emmerson/ Mitsubishi/ APC/Schneider / GE/ Gutor / DELTA / Eaton

2 UPS Model

3 Capacity 2x 100Kva

4 AC Input Operating Range & Frequency 320 V to 480 V(Nom 400V),48Hz to 50 Hz

5 Charger(FR/FC) SMPS Technique using Switching Frequencies 10 kHz & Above

6 Operation Auto Float cum charge mode 7 Charger

Voltage(Float/Charge) Depending upon the no. Of cells used & Cell Voltage((2.25 V/2.3 V per cell or 13.5 V/13.8 V per monoblock)

8 Charger Efficiency I} At nominal input, Output & load between 75% to 100 % Better than 90%

2} for other specified input, output conditions & load between 50% to 100% Better than 87%

9 Peak to Peak Ripple < 1% of DC Bus Voltage

C o n t r a c t o r P a g e | 32 Executive Engineer (E)

10 Battery Battery shall be sealed Maintenance free VRLA Battery. In case of 12 V ( 6 Cell) monoblock capacity is of 200AH/as recommended by the manufacturer . For batteries of capacity higher than 200 AH, only 2 V cell shall be used. Paralleling of 2 V cells of AH Capacity up to 1500 AH is not permitted. In case of monoblock VRLA Battery paralleling of two banks(Maximum) is permitted:

Note: 1] Pluggable Modular Monoblock type VRLA batteries are also acceptable.

The Bidder should submit the battery sizing/designing calculation to meetout the required capacity and backup.

11 Battery back up 30 Minutes 12 Battery monitoring

feature Battery monitoring Feature shall be provided for - i). Battery Under Voltage

ii). Battery Current Limiting iii). Battery Temperature compensation.

13 Inverter Output Power Capacity

(ii). Modular UPS System: Transformer less 100KVA with Basic Module rating of 10/16/20 & 25 KVA in (N+1) configuration. Three Phase input and Three Phase Output. Note: In case of Modular UPS System, separate AC input shall be made available from LT Panel, for individual racks if more than one rack is used.

14 Output Voltage of Inverter

Shall deliver continuous uninterrupted three phase pure sine wave output at 400V/50Hz.

15 Output Voltage Settable Shall be settable in steps of 380/400/415V

16 Output Voltage Stability

Output Voltage Stability: ± 2% of the Set Voltage for

1. Input voltage variation in the range specified

C o n t r a c t o r P a g e | 33 Executive Engineer (E)

2. Load current variations from zero to 100% (full load)

3. Load power factor Better than 0.9

17 Output Frequency The output frequency shall be synchronised to Mains at all times. It shall revert to a frequency of 50Hz+ 0.5Hz on battery operation mode /during failure of Mains

18 Load Power Factor Better than 0.9

19 Inverter Efficiency Not less than 90%

20 Transient Response The transient overshoot shall not exceed 10% with battery floated under the following conditions, provided it gets restored within regulating range within 100ms : 1. Switch ON 2.Step change of input voltage specified and vice-versa 3.Load change from 100% to 10% and vice-versa

21 Total Harmonic Distortion

The total line harmonic voltage distortion shall not be more than 3% in conformity with CIGREs (International Conference on Large High Voltage Electric Systems) limits

22 Static Transfer Switch

Static Transfer Switch, capable of handling 110% Load of the rated system capacity shall be provided to transfer the load automatically within 5 mS to AC Commercial /Stand-by Mains through isolation arrangement, in case the inverter fails to take load due to any reason. The transfer of Load back to Inverter shall be automatic in case the inverter has tripped momentarily due to sudden Over Load or transients. The transfer time in this case shall also be within 5ms. It shall take place, only after the inverter output has stabilized and is within the specified limits. However transfer of load back to

C o n t r a c t o r P a g e | 34 Executive Engineer (E)

inverter shall be Manual in case the Inverter has developed a Fault.

23 Manual Transfer Switch

Manual transfer switch, capable of handling 110% Load of the rated system capacity shall be provided to transfer the load to AC Commercial / Stand-by Mains and back to UPS without the interruption of power to the load.

24 Operating Noise UPS Up to 120KVA <73dBA

<73dBA (Equipment noise). Permissible Max Noise(weighted) w r to Ambient Noise level of 45 dBA- 28 dB.The noise level shall be measured at a distance of 1 metre from the unit and 1.25m above the floor level in the Acoustic Range.

25 Cooling Arrangement Forced Cooling Fans can only be used on the front/top and rear of the unit. Use of fans on the sides of the unit or rack is not permitted. Manufacturer shall also ensure that the failure of the fan does not cause any fire hazard. Failure of fan shall draw immediate attention of the maintenance staff. Fan shall be switched off when output of the unit fails due to any reason and shall start automatically on the restoration of their output.

26 Metering There shall be provision on UPS level to monitor the following: i). AC Input Voltage to UPS ii). AC Output Voltage & Current of UPS iii). Output frequency iv). Output Power of UPS in Watts / K. Watts v). DC Voltage to Inverter vi). Battery Current (charge / discharge). The above arrangement shall be made through a Digital meter LED/LCD display. The Digital meter’s Display/ Resolution should be such that it is clearly and unambiguously readable from a distance of 1 metre. The display unit shall be provided at a convenient height for easy readout.

C o n t r a c t o r P a g e | 35 Executive Engineer (E)

27 Protections Adequate Protections shall be provided for: 1. Reverse Polarity at input (Through Fuse) 2. DC Under Voltage 3. DC Over Voltage 4. Output Voltage High 5. Output Voltage Low

28 Over Load Shall be capable of taking 105% for 1 Hour/ 110% for 30 minutes of its full rated load. In case of excessive over load or short circuit at the output the Inverter shall trip.

29 Functional & Alarm Indications

A) Functional & Alarm Indications shall be provided by means of visual display (LED/LCD): A) Functional Indications: 1.Mains available (R/Y/B) 2. Charger on (Boost / Float) 3. Load on Inverter 4. Load on Standby Power

B) Alarm Indications : 1) AC Mains Input out of range or AC Mains Fail 2) Charger (FR/FC) Fail 3) Inverter Fail 4) Fan Fail 5) Battery Low or No Battery (separate for each Battery) 6) System Over Load 7) Temp. Sensor Fail/Open 8) Lightning Protection Stage - 2 Device fail (through PFC)

30 Audio alarm Every Alarm condition shall be accompanied with an Audio alarm, with a non-locking type Key or push button having audio cut-off facility.

31 Operating Temperature & RH 0 to 40 Deg C & RH 95% Non condensing

32 Elevated Burn-in Test The complete UPS system shall be capable of withstanding a Burn-in test of 40°C for 72 Hours/ during TSEC and 24 Hours during individual/Bulk QA testing. This test may be conducted, during factory testing, in a temperature controlled burn in chamber at 40 C+ 2C with free air circulation inside the chamber. A certificate to the above Elevated Burn-in Test should be provided by the

C o n t r a c t o r P a g e | 36 Executive Engineer (E)

vendor. BSNL may witness the above test, if required

33 Lightning & Surge Protection

This protection against, low voltage surges of up to 1.5 KV, shall be provided at the UPS system level. This protection shall be equipped with thermal disconnection and potential free contact for arrestor(s) connected between live & neutral and neutral & earth. This protection shall be in compliance of IEC 62305 & 60364-5-53 for the following values of current:

Between : Protection Requirement

R, Y, B & N.: ≥ In: 10KA, 8/20µS for each phase

N & PE : ≥ In: 20KA, 8/20 µS.

Where In: Value of nominal discharge current 8/20 µS. Note: Voltage rating of MOVs shall be 320V minimum.

Response time of the Stage II device shall be ≤ 25 nano seconds.

34 Dimensions The depth of rack/unit shall not be more than 1000 mm from front door (when provided) to rear with door fitted. The width shall not be more than 1100 mm (max) and height shall not be more than 2200mm (max).

35 Modes of operation The UPS shall operate as an on-line system in the following modes:

i. Normal: The inverter and the rectifier shall operate in an on-line manner to continuously regulate the power to the critical load. The rectifier shall derive power from the AC input source and supply DC power to float charge the battery.

ii. Battery: Upon failure of the AC input source, the critical load shall continue being supplied by the

C o n t r a c t o r P a g e | 37 Executive Engineer (E)

inverter without any switching. The inverter shall obtain its power from the battery. There shall be no interruption in power to the critical load upon failure or restoration of the AC input source. iii.Frequency converter: The output frequency will be fixed to 50Hz or 60Hz depending on the output voltage setting which is fixed to 220Vac, 230Vac, or 240Vac for 50Hz and 220Vac or 230Vac for 60Hz

iv.Recharge: Upon restoration of the AC input source, the UPS shall simultaneously recharge the battery and regulate the power to the critical load

v. Bypass: The static bypass switch shall be used for transferring the critical load to input supply without interruption. Automatic re-transfer to normal operation shall also be accomplished with no interruption in power to the critical load. The static bypass switch shall be fully rated and shall be capable of manual operation. The UPS shall be able to recharge the batteries while supplying full power to the load via the static bypass switch.

vi. Internal maintenance bypass: The UPS shall be provided with an internal manual bypass to simplify maintenance and shall be used for supplying the load directly from the mains supply, while the UPS is taken out for maintenance.

36 Remote monitoring For purposes of remote communications with the UPS the following shall be available and contained within the UPS on a removable, “hot swappable” “smart slot” interface card:

1. RJ-11 Interface port for remote communication with a network via web browser or SNMP

2. RJ-45 Ethernet interface for SNMP management of UPS with BACNET is required.

C o n t r a c t o r P a g e | 38 Executive Engineer (E)

37 Maintenance MAINTENANCE

A. The manufacturer shall, upon request, provide spare parts kits for the UPS module in a timely manner as well as provide access to qualified factory-trained first party service personnel to provide preventative maintenance and service on the UPS module when required.

B. UPS subassemblies, as well as the battery, shall be accessible from the front. UPS design shall provide maximum reliability and minimum MTTR (mean time to repair). To that end, the UPS shall be equipped with a self-test function to verify correct system operation. The self-test function shall identify the subassembly requiring repair in the event of a fault. The electronic UPS control and monitoring assembly shall therefore be fully microprocessor-based, thus doing away with potentiometer settings. This shall allow:

1. Auto-compensation of component drift.

2. Self-adjustment of replaced subassemblies.

3. Extensive acquisition of information vital for computer-aided diagnostics (local or remote).

4. Socket connection to interface with computer-aided diagnostics system.

C. The UPS shall be repairable by replacing standard subassemblies requiring no adjustments. Communication via a modem with a remote maintenance system shall be possible.

D. The manufacturer shall offer additional preventative maintenance and service contracts covering both the UPS and the battery bank. Accredited professional service engineers employed exclusively in the field of critical power systems

C o n t r a c t o r P a g e | 39 Executive Engineer (E)

service shall perform maintenance and service. 38 Mechanical 1. The UPS enclosure shall have the following

specifications:

• Heavy-duty design with an all-metal construction.

• Dust filter for better withstand of dusty environments.

• Caster fitted for mobility.

• Conformance coated boards for better withstand of corrosive environments.

• The cable entry shall be from the back of the UPS.

• The UPS enclosure shall meet an ingress level of min. IP20

39 Design 1. The UPS system shall work in load sharing mode in normal operation and will take full load in the event of failure of any of the UPS.It should be possible to transfer full load on any one UPS for maintenance of other UPS System.

2. Every UPS module should have its own operator panel, CPU & Static by pass

3. UPS systems should be having modular design based on Decentralized Parallel Architectures (DPA) with no single point of contact.

40 Note :UPS& Battery Make & Model offered under respective category, relevant datasheet & product feature must be submitted along with Physical Submission of Technical bid documents (Stage-I)

C o n t r a c t o r P a g e | 40 Executive Engineer (E)

NIT No. :-60/2019 - 2020/BSNL/ED-II/BGL

Name of Work: Providing Elect. Installation, PAC units, UPS Distribution Panel, cabling and EARTHING FOR GSAT-11 at TE Bldg, Sat-com, Jayanagar

Bengaluru. (SH: Supply, Installation, Testing & Commissioning of 2 Nos 100 KVA Modular UPS at WMS Compound Jayanagar Bengaluru ) - (3rd

Recall)

UNPRICED BID

SCHEDULE OF QUANTITIES

Name of contractor

Sl.N

o

Description of Items

Qu

an

tity

(3

)

Un

its

Ba

sic

Ra

te i

n F

igu

res

To

be

en

tere

d b

y

the

Bid

de

rin

Rs.

(P

4)

Goods & Service Tax (GST)

All

In

clu

sive

Un

it C

ost

13

=(4

)(8

+1

0)

or

(12

)

Am

ou

nt

of

inp

ut

tax

Cre

dit

(IT

C)t

o b

e

ava

ile

d b

y B

SN

L 1

4=

(8)+

10

) o

r 1

2

Un

it P

rice

exc

lud

ing

IT

C a

mo

un

t (n

et

un

it

Co

st t

o B

SN

L) 1

5=

13

-14

To

tal

Pri

ce i

ncl

usi

ve

of

all

le

v1

4 &

cha

rge

s b

ut

exc

lud

ing

IT

C(N

ET

TO

TA

L

CO

ST

) 1

6=

3X

15

HS

N f

or

go

od

s/S

AC

fo

r se

rvic

es

CG

ST

Ra

te (

%)

(7)

CG

ST

Am

ou

nt

(Rs)

(8)=

7x4

S

GST

Ra

te (

%)

(9)

SG

ST

Am

ou

nt

(Rs)

(10

) =

(9)x

(4)

IGS

T R

ate

(%

)

(11

)

IGS

T

Am

ou

nt

(12

)= (

11

)x(4

)

1 2 4 5 13 16 17 20 21 22 23 27 28 29` 53` 5

5`

A PART A-SITC -2x100kva UPS @Bengaluru

C o n t r a c t o r P a g e | 41 Executive Engineer (E)

1.01

Supply, installation, Testing and Commissioning of 2

(Two) Nos of 100 KVA , modular type UPSs , (3ph-3ph) ,

transformer-less, genuine, online double conversion UPS

with static bypass & working in automatic parallel

redundant system configuration with 30 Min Battery

Backup for each UPS (Including SMF VRLA Batteries),

and suitable MS Rack to accommodate the SMF VRLA

Batteries externally, fuse box for batteries, links, remote

Monitoring SNMP card & all electrical and programmable

arrangement i/c paralleling kit and signal interconnecting

cable for parallel redundancy, Complying with the

technical specification, necessary copper cabling between

UPS & battery bank complete as reqd. Two UPS should be

connected in parallel and entire load will be shared equally

by Two UPS systems. In event of failure of one UPS,

remaining UPS system shall share full load [ Make:

Numeric/ Emerson/ Mitsubishi/ APC/Schneider / GE/

Gutor / DELTA / Eaton] 1 Job

1.02 Supplying & Laying of 1 Core 70 Sqmm multistrand

Copper Conductor unarmoured UG Cable size PVC

insulated, PVC sheathed/XLPE, Copper Conductor

unarmoured, UG cable of 1.1KV grade on surface of

wall/in the existing cable tray/panel etc., as required.[ISI

mark][Input & output cable to UPS System] 70 Mtrs

1.03

Supplying and making end termination with copper lugs

for 1 Core 70 Sqmm multistrand Copper Conductor

unarmoured UG Cable size of PVC insulated and PVC

sheathed / XLPE multistrand copper conductor cable of 1.1

KV grade as required. 16

Nos

1.04

PART B -Comprehensive Annual Maintenance of

2x100 kva UPS : Comprehensive Maintenance of 2

(Two) Nos of 100 KVA ,modular type UPSs , (3ph-3ph) ,

transformer-less, genuine, online double conversion UPS

with static bypass & working in automatic parallel

redundant system configuration with 30Min Battery

Backup for each UPS , including DC & AC copper

Cabling complete as required. NOTE 1): Warranty shall be

provided for 2Years for UPS & Battery from the date of

successful initial Acceptance & Testing. 12 Months

C o n t r a c t o r P a g e | 42 Executive Engineer (E)

NOTE 2): Maintenance period will be started after two

years from the date of successful initial Acceptance &

Testing.

a) AMC for Third Year (Only UPS without Battery)

1.05 AMC for Fourth Year (Only UPS without Battery) 12 Months

1.06 AMC for Fifth Year (Only UPS without Battery) 12 Months

Total in Figures

C o n t r a c t o r P a g e | 43 Executive Engineer (E)

Notes for Bidder 1. Bidder must mandatorily quote for all GST components (CGST, SGST,IGST ) as required

2. If Annual Maintenance Contract Charges are required to be quoted as per SOR, Basic charges should be shown in column-13 & the Goods and services tax (GST) in column(16 & 20) or 22.

3. The Bidder who submits the offer with concessional Goods & Services Tax(GST) shall submit the proof of applicable concessional GST in case the concessional GST is not credit to BSNL it should be included in the price of the Goods/Services.

4. In case, dealer is registered under compounding scheme or any Rule/Notification where the BSNL is not eligible for Input tax credit then the bidder should not disclose any amount in amount in column (16 & 20) and 22

5. Price will be on NO price variation basis. Declaration by Bidder 1. We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the GST ACT Introduced w.e.f 1st July 2017 and further extended on more items till date” 2. ”We here by certify that HSN/SAC shown in Column 55 are correct & credit of GST for the amount shown in column 28 above are admissible as per GST Laws “

Contractor 44 | P a g e Executive Engineer (E)

CORRECTION SLIP-1

Addendum / Modification to EW-8 and EW-6 forms conditions of contract definitions a) All reference to:-

(i) EW/Public Work Department / P&T Department.

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

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

(iv) EW Circle / Civil Circle.

(v) Ministry of Works, Housing & Supply/D.O.T.

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

(vii) For & On behalf of President of India

b) In various clauses shall be taken to mean:- (i) B. S. N. L. (Elect. Wing. )

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

(iii) Administrative Head of B.S.N.L.

(iv) B.S.N.L. Electrical Circle

(v) B.S.N.L. (Govt. of India Enterprises).

(vi) B.S.N.L.

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

Contractor 45 | P a g e Executive Engineer (E)

CONDITIONS OF CONTRACT

Definitions:

1. 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 an into or through which work is to be

executed under the contract or any alternate land, building, path or street which may be allotted

or used for the purpose of carrying out the contract.

iii) The 'contractor' shall mean the individual or firm or company whether incorporated or not,

undertaking the works & shall include the legal personal representative of such individual or the

persons composing such firm or company or the successors of such firm or company and the

permitted assignees of such individual, firm or company.

iv) BSNL means Bharat Sanchar Nigam Ltd. having its corporate office at Bharat Sanchar Bhavan,

Janpath, New Delhi-110001 & its successors.

v) The' Engineer-in-charge' means the Engineering 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.

Contractor 46 | P a g e Executive Engineer (E)

viii) Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the

tender papers or the standard Schedule of Rates of the Government mentioned as per Schedule 'F'

hereunder, with the amendments thereto issued up-to the date of receipt of the tender.

ix) Tendered value means the value of the entire work as stipulated in the letter of award.

x) Market rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost of

materials and labour at the site where the work is to be executed plus the percentage mentioned in

Schedule 'F' to cover, all overheads & profits.

3. Scope & Performance

Where the context so requires, words imparting singular only also include the plural & vice versa.

Any reference to masculine gender shall whenever required include feminine gender & vice versa.

4. The contractor shall be furnished, free of cost, one copy of the contract documents except standard

specifications, Schedule of Rates and such other printed and published documents, together with all

drawings as may be forming part of the tender papers. None of these documents shall be used for any

purpose other than that of this contract.

5. Works to be carried out: The work to be carried out under the Contract shall, except as otherwise

provided in these conditions, Include all labour, materials, tools, plants, equipment & transport which

may be required in preparation of & for & in the full & entire execution & completion of the works.

The descriptions given in the schedule of quantities shall, unless otherwise stated, be held to include

wastage on materials, carriage & cartage, carrying and return of empties, hoisting, setting, fitting and

fixing in position and all other labours necessary in & for the full and entire execution & completion

of the work as aforesaid in accordance with good practice and recognized principles.

6. The contractor shall be deemed to have satisfied himself before tendering as to the correctness &

sufficiency of his tender for the works & of rates & prices quoted in the Schedule of Quantities,

which rates & prices shall, except as otherwise provided, cover all his obligations under the contract

& all matters & things necessary for the proper completion & maintenance of the works.

7. Sufficiency of Tender

The several documents forming the contract are to be taken as mutually explanatory of one another,

detailed drawings being followed in preference to small scale drawing & figured dimensions in

preference to scale & special conditions in preference to General Conditions.

Contractor 47 | P a g e Executive Engineer (E)

8. Discrepancies & adjustments of Error:

a) 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.

b) 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.

c) 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.

9. Signing of Contract:

The successful tenderer/ contractor, on acceptance of his tender by the Accepting Authority, shall,

within 15days from the stipulated date of start of work, sign the contract consisting of the notice

inviting tender, all documents including drawings, if any, forming the tender as issued at the time of

invitation of tender & acceptance thereof together with any correspondence leading thereto.

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.

10. 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.

11. COMPLETION OF WORK:

At the time of issuing NIT for a particular work, the time allowed for completion of work consistent

with magnitude and urgency of work is specified. The time allowed for carrying out the work as

entered in the contract is reckoned from the tenth day after the date on which the orders to

commence the work are given to the Contractor. To ensure good progress of the work during the

execution, the contractor is bound in all cases in which the time allowed for any work exceeds one

month (except special jobs) to complete 1/8th of the whole of the work before 1/8th of the time

allowed under the contract has elapsed,3/8th of the work before half of the time has elapsed and

3/4th of the work before 3/4th of such time has elapsed. However, for special jobs, if a time schedule

has been submitted by the Contractor and the same has been accepted by the Engineer-in-charge, the

contractor shall comply with such time schedule.

Contractor 48 | P a g e Executive Engineer (E)

For project work: Work of SITC of all the UPSs can be taken up simultaneously.

The date of completion of project work shall be taken as date on which both the new UPSs

are tested as per specifications. The new UPSs shall be under the under warranty for period

of 2 years from the date of completion of project work as mentioned above.

The comprehensive maintenance contract for 3 years shall commence after the completion of

warranty period.

12. EXTENSION OF TIME:

If the contractor shall desire an extension of time for completion of work on the grounds of his

having been unavoidably hindered in its execution or on any other ground, he shall apply in writing

to the Engineer-in-charge within 30 days of the hindrance on the account on which he desires such

extension as aforesaid, and the Engineer-in-charge shall, if in his opinion reasonable grounds to be

shown therefore, authorize such provisional extension of time, if any, as in his opinion be necessary

or proper.

13. COMPENSATION FOR DELAY:

If the contractor fails to maintain the required progress or complete the work and clear the site on or

before the contract or extended date of completion, he has to pay the compensation for delay which

is limited to 0.5% per week of work order value for the first 10 weeks and 0.7% per week for next

10 weeks and thereafter subject to a maximum of 12% of the work order value for the location

where the work is delayed and the firm is found responsible for the same.

Flow chart of the procurement process/ contract shall be supplied by the contractor and approved by

Executive Engineer concerned.

Contractor 49 | P a g e Executive Engineer (E)

General Specification

1. The work shall be done as per current CPWD General specification for Electrical work Part –I

Internal, Part –II External, Part – III UPSs and Escalators, IS & National Building/electrical Code /

The Karnataka UPSs, Escalators and Passenger Conveyors Act, 2012 & NIT conditions as amended

from the time-to-time and Indian Electricity rules amended upto date.[Important CPWD

specifications/publications are available in website http://cpwd.gov.in/Publications.htm for

reference & also available with authorized bookshops]

2. The contractor will be held responsible for any damage done to the building or equipment at the

time of erection works.

3. The Contractor at his own risk and cost shall arrange all necessary Tools and Plants.

4. The earthing shall be done only in the presence of Engineer-in-charge or his authorized

representative.

5. The work shall be supervised by qualified supervisor.

6. The work shall be started after obtaining the layout from the Engineering-in-charge or his duly

authorized representative at the site of work.

7. Sample of all materials accessories shall be got approved from the Engineer-in-charge before using

the same for the work.

8. Cable laying shall be as per CPWD specifications and cable shall be as per IS amended from time

to time.

9. The contractor shall impart training to the operator deputed by the department for operation and

attending the minor fault free of cost.

10. The contractor shall fully equip and impart training to the personnel deputed by the department for

carrying out the rescue operation for taking out the trapped passengers from the UPS in accordance

with the instruction contained in para 10.10 IS-14665 (part 2/Sec1):2000 without any extra cost.

11. Testing & Completion Reports: The contractor after successful installation should test all the UPS

& Electrical installations/panels etc including earthing & cabling & submit a self certification to the

BSNL that the work has been completed successfully as per specifications drawings & other terms

& conditions of agreement & tender document. The following details should be submitted along

with the above certificate.

(i) Earth Resistance (Value in Ohms)

(ii) Cable Insulation (Value in Meg-Ohms)

(iii) Date of Installation.

(iv) Completion plan and wiring diagram.

(v) Panel drawing of meter board and feeder pillar.

(vi) Energy meter type / capacity / sl.no.

(vii) Switches, MCBs, Isolators, fuses type / capacity / make.

The Engineer in charge or his representative shall have the right to inspect and test the UPS

Installations as per prescribed test schedules for their conformity to the specifications. Where the

Engineer in charge decides to conduct such tests on sites or the premises, all reasonable facilities

and assistance like testing instruments and other test gadgets including access to drawings and other

details shall be furnished to the Engineer In Charge. Should any inspected or tested component fail

to conform the specifications, the BSNL may reject them and the agency shall either replace the

rejected components or make all alterations necessary to meet the specifications /requirements free

of cost to the BSNL.

If any equipment or any part thereof is found defective or fails to fulfill the requirements of the

Agreement, the Engineer in charge shall give notice to the agencies setting forth details of such

defects or failure and the agency shall at their own cost make defective equipment good or alter the

same to make it comply with the requirements of the

Agreement forthwith and in any case within a period of not exceeding one month of the initial

report. These replacements shall be made by the agencies free of all charges at site. Nothing under

the above Clause shall in any way release the agencies from any warranty or other obligations

under this contract.

Contractor 50 | P a g e Executive Engineer (E)

SPECIAL CONDITIONS OF CONTRACT

a) SCOPE

This section sets out general requirement, methods and guidelines as mentioned in the

schedule of work. The work shall conform to Indian Electricity Rules & specifications

attached with this tender document.

The input cable to UPSs and output cable from UPS are under the scope of BSNL..All other

minor Civil works, electrical and other works associated with installation, testing and

commissioning of these items shall be carried out by the tenderer in full except in case where

specified in the accompanying detailed specifications of work.

The UPS and battery room is in 2nd

floor of the building and the approximate area is sqft.

Stacking of battery /Installation of batteries should be done in the area earmarked for battery

room located in 2nd floor. Firms are advised to depute their representatives to visit the site to

familiarize & assess the site conditions and cross-check the dimensions of the door openings,

UPS, battery room etc., prior to submitting their bids to avoid any ambiguity at a later date.

Nothing Extra will be paid on this account.

The specifications / conditions indicated herein will be applicable to the extent of details of

items included in the schedule of work. In case of any discrepancy, the schedule of items shall

supersede the other parts of this document.

b) PROGRAM FOR EXECUTION OF WORK:

The firm shall supply detailed program to Engineer-in-Charge for execution of contract within

15days of award of work. The program shall contain details about submission of drawing,

supply of materials, tentative dates for ITC.

Since the work is to be carried out in a working Telephone Exchange where vital

communication equipments are functioning, extreme care is to be taken while carrying out the

work without any interruption to the power supply to the Telephone Exchange. The work has

to be carried out in steps so that there is no interruption to the power supply or inconvenience

to the UPS passengers.

Work of SITC of all the UPSs can be taken up simultaneously.

The work has to be carried out only in the presence of qualified supervisors competent for

carrying out such works as per IE Rules.

Whenever any power shut down is sought, advance permission is to be obtained from the

Engineer in charge and Telephone Exchange authorities.

c) COORDINATION AT SITE:

At the site of work, more than one agency may be working. Mutual cooperation shall be

extended 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 BSNL and other agencies engaged in

execution of works as well as normal routine work.

d) STORES AND SAFETY:

All the stores and materials required for satisfactory completion of the work shall be arranged

at work site by the contractor from his own sources. Space for storing the materials may be

provided on request from the contractor .However safe custody of the materials / stores at the

site will be the responsibility of the contractor.

e) TEST CERTIFICATES:

The firm shall submit manufacturer's test certificates on supply of the materials at site for UPS

, motors etc. BSNL may attend testing of any unit at factory which shall be arranged by agency

without any extra payment.

Contractor 51 | P a g e Executive Engineer (E)

f) COMPLETION DRAWING:.

The firm shall supply three set of drawings / documents after completion of the work.

Installation drawing, giving complete details of entire equipments including foundation. Line

diagram of power supply / distribution.

g) GUARANTEE AND DEFECTS LIABILITY:

The guarantee shall be valid for 12months after successful commissioning. The contractor

shall guarantee that all equipments shall be free from any defects due to the defective

materials 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 BSNL.

The contractor shall depute his representative on priority latest within 12 hours of notification

of defects by BSNL

A joint report shall be prepared by the representative of BSNL & firm regarding nature of

defects & remedial action required. Time schedule for such action shall be also finalized.

In case the contractor fails to depute his representative within 24hours of notification of the

defects and or fails to cause remedial measures within reasonable time as decided during joint

inspection, BSNL may be proceed to do so at the contractor’s risk and expenses and without

prejudice to any other right.

8. TESTING:-

All the relevant tests to check the performance of UPS shall be conducted by the BSNL’s

Executive or any other authorized person nominated by Engineer-in-charge, at site after installation

as per the decision of the Engineer-in-charge.

9. Operation of agreements:

I) Executive Engineer (E), ED-II shall draw separate Agreement for

1. Supply and ITC of UPSs (Part –A)

2. Annual Maintenance Contract (ie. Part – B)

Contractor 52 | P a g e Executive Engineer (E)

10. PAYMENT TERMS:-

The following terms of payment shall be adopted:

(a). For SITC item, i.e. Item No. 1 of the Price – Schedule, 95% of the price shall be paid on the

receipt of UPS along with all accessories at site by the consignee. For claiming this payment the

following documents are to be submitted to the paying authority:

(i). Excise gate pass/ invoice or equivalent document.

(ii). Delivery challan.

(iii). Consignee receipt

(iv). Proof of payment of octroi / entry tax etc., if any.

(b). The balance 5% payment of item no. 1 of the Price-schedule shall be released after satisfactory

commissioning and Testing of the UPS. 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 agreement.

(c). 100% payment (in place of 95% ) may be made on delivery, provided that an additional Bank

Guarantee for an amount equivalent to 5% of the value of supplies valid for a minimum period of

two year is furnished by the supplier along with an undertaking that-

(i) Testing shall be conducted by the firm as per the schedule fixed by Executive Engineer (E).

(ii) The shortages / damages as are intimated in writing shall be made good.

(i) In case of failure of the firm to carry out obligations as mentioned as (i) and (ii) above, BSNL

will have to liberty to encash the Bank Guarantee in addition to other actions required to be taken

as per the agreement.

(d) For maintenance item – Quarterly

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

items shall be recovered from subsequent bills or other bills.

11. COMPENSATION FOR DELAY: -

If the contractor fails to maintain the required progress or complete the work and clear the site on

or before the contract or extended date of completion, he has to pay the compensation for delay

which is limited to 0.5% per week of work order value for the first 10 weeks and 0.7 % per week

for next 10 weeks and thereafter subject to a maximum of 12% of the work order value for the

location where the work is delayed and the firm is found responsible for the same. Flow chart of

the procurement process / contract shall be supplied by the contractor and approved by Executive

Engineer concern.

Contractor 53 | P a g e Executive Engineer (E)

SPECIFICATIONS FOR 100 KVA MODULAR UPS Sr.No. Technical

Requirement Three Phase Output

A AC Input Operating Range & Frequency

320 V to 480 V(Nom 400V),48Hz to 50 Hz

B Charger(FR/FC) SMPS Technique using Switching Frequencies 10 kHz & Above 1 Operation Auto Float cum charge mode 2 Charger

Voltage(Float/Charge) Depending upon the no. Of cells used & Cell Voltage((2.25 V/2.3 V per cell or 13.5 V/13.8 V per monoblock)

3 Charger Efficiency I} At nominal input,Output & load between 75% to 100 % 2} for other specified input, output conditions & load between 50% to 100%

Better than 90% Better than 90%

4 Peak to Peak Ripple < 1% of DC Bus Volatge 5 Battery Battery shall be sealed Maintenance free VRLA Battery. In case of 12 V

( 6 Cell) monoblock capacity is of 200AH/as recommended by the manufacturer . For batteries of capacity higher than 200 AH, only 2 V cell shall be used. Paralleling of 2 V cells of AH Capacity up to 1500 AH is not permitted. In case of monoblock VRLA Battery paralleling of two banks(Maximum) is permitted: Note: 1] Pluggable Modular Monoblock type VRLA batteries are also acceptable. The Bidder should submit the battery sizing/designing calculation to meetout the required capacity and backup.

6 Battery back up 30 Minutes 7 Battery monitoring

feature Battery monitoring Feature shall be provided for - i). Battery Under Voltage ii). Battery Current Limiting iii). Battery Temperature compensation.

8 Inverter Output Power Capacity

(ii). Modular UPS System: Transformer less 100KVA with Basic Module rating of 10/16/20 & 25 KVA in (N+1) configuration. Three Phase input and Three Phase Output. Note: In case of Modular UPS System, separate AC input shall be made available from LT Panel, for individual racks if more than one rack is used.

9 Output Voltage of Inverter

Shall deliver continuous uninterrupted three phase pure sine wave output at 400V/50Hz.

10 Output Voltage Settable

Shall be settable in steps of 380/400/415V

11 Output Voltage Stability

Output Voltage Stability: ± 2% of the Set Voltage for 1. Input voltage variation in the range specified 2. Load current variations from zero to 100% (full load) 3. Load power factor Better than 0.9

12 Output Frequency The output frequency shall be synchronised to Mains at all times. It shall revert to a frequency of 50Hz+ 0.5Hz on battery operation mode /during failure of Mains

13 Load Power Factor Better than 0.9

Contractor 54 | P a g e Executive Engineer (E)

14 Inverter Efficiency Not less than 90% 15 Transient Response The transient overshoot shall not exceed 10% with battery floated under

the following conditions, provided it gets restored within regulating range within 100ms : 1. Switch ON 2.Step change of input voltage specified and vice-versa 3.Load change from 100% to 10% and vice-versa

16 Total Harmonic Distortion

The total line harmonic voltage distortion shall not be more than 3% in conformity with CIGREs (International Conference on Large High Voltage Electric Systems) limits

17 Static Transfer Switch Static Transfer Switch, capable of handling 110% Load of the rated system capacity shall be provided to transfer the load automatically within 5 mS to AC Commercial /Stand-by Mains through isolation arrangement, in case the inverter fails to take load due to any reason. The transfer of Load back to Inverter shall be automatic in case the inverter has tripped momentarily due to sudden Over Load or transients. The transfer time in this case shall also be within 5ms. It shall take place, only after the inverter output has stabilized and is within the specified limits. However transfer of load back to inverter shall be Manual in case the Inverter has developed a Fault.

18 Manual Transfer Switch

Manual transfer switch, capable of handling 110% Load of the rated system capacity shall be provided to transfer the load to AC Commercial / Stand-by Mains and back to UPS without the interruption of power to the load.

19 Operating Noise UPS Up to 120KVA <73dBA

<73dBA (Equipment noise). Permissible Max Noise(weighted) w r to Ambient Noise level of 45 dBA- 28 dB.The noise level shall be measured at a distance of 1 metre from the unit and 1.25m above the floor level in the Acoustic Range.

20 Cooling Arrangement Forced Cooling Fans can only be used on the front/top and rear of the unit. Use of fans on the sides of the unit or rack is not permitted. Manufacturer shall also ensure that the failure of the fan does not cause any fire hazard. Failure of fan shall draw immediate attention of the maintenance staff. Fan shall be switched off when output of the unit fails due to any reason and shall start automatically on the restoration of their output.

21 Metering There shall be provision on UPS level to monitor the following: i). AC Input Voltage to UPS ii). AC Output Voltage & Current of UPS iii). Output frequency iv). Output Power of UPS in Watts / K. Watts v). DC Voltage to Inverter vi). Battery Current (charge / discharge). The above arrangement shall be made through a Digital meter LED/LCD display. The Digital meter’s Display/ Resolution should be such that it is clearly and unambiguously readable from a distance of 1 metre. The display unit shall be provided at a convenient height for easy readout.

22 Protections Adequate Protections shall be provided for : 1. Reverse Polarity at input (Through Fuse) 2. DC Under Voltage 3. DC Over Voltage 4. Output Voltage High 5. Output Voltage Low

23 Over Load Shall be capable of taking 105% for 1 Hour/ 110% for 30 minutes of its full rated load. In case of excessive over load or short circuit at the output the Inverter shall trip.

24 Functional & Alarm Indications

A)Functional & Alarm Indications shall be provided by means of visual display (LED/LCD): A) Functional Indications: 1.Mains available (R/Y/B) 2. Charger on (Boost / Float) 3. Load on Inverter 4. Load on Standby Power B) Alarm Indications : 1) AC Mains Input out of range or AC Mains Fail 2) Charger (FR/FC) Fail 3) Inverter Fail 4) Fan Fail 5) Battery

Contractor 55 | P a g e Executive Engineer (E)

Low or No Battery (separate for each Battery) 6) System Over Load 7) Temp. Sensor Fail/Open 8) Lightning Protection Stage - 2 Device fail (through PFC)

25 Audio alarm Every Alarm condition shall be accompanied with an Audio alarm, with a non locking type Key or push button having audio cut-off facility.

26 Operating Temperature & RH

0 to 40 Deg C & RH 95% Non condensing

27 Elevated Burn-in Test The complete UPS system shall be capable of withstanding a Burn-in test of 40°C for 72 Hours/ during TSEC and 24 Hours during individual/Bulk QA testing. This test may be conducted, during factory testing, in a temperature controlled burn in chamber at 40 C+ 2C with free air circulation inside the chamber. A certificate to the above Elevated Burn-in Test should be provided by the vendor. BSNL may witness the above test, if required

28 Lightning & Surge Protection

This protection against, low voltage surges of up to 1.5 KV, shall be provided at the UPS system level. This protection shall be equipped with thermal disconnection and potential free contact for arrestor(s) connected between live & neutral and neutral & earth. This protection shall be in compliance of IEC 62305 & 60364-5-53 for the following values of current: Between Protection Requirement R, Y, B & N. ≥ In: 10KA, 8/20µS for each phase N & PE ≥ In: 20KA, 8/20 µS. Where In: Value of nominal discharge current 8/20 µS. Note: Voltage rating of MOVs shall be 320V minimum. Response time of the Stage II device shall be ≤ 25 nano seconds. The stage II protection device shall be CACT approved.

29 Dimensions The depth of rack/unit shall not be more than 1000 mm from front door (when provided) to rear with door fitted. The width shall not be more than 1100 mm (max) and height shall not be more than 2200mm (max).

30 Modes of operation The UPS shall operate as an on-line system in the following modes: i. Normal: The inverter and the rectifier shall operate in an on-line

manner to continuously regulate the power to the critical load. The rectifier shall derive power from the AC input source and supply DC power to float charge the battery.

ii. Battery: Upon failure of the AC input source, the critical load shall continue being supplied by the inverter without any switching. The inverter shall obtain its power from the battery. There shall be no interruption in power to the critical load upon failure or restoration of the AC input source.

iii.Frequency converter: The output frequency will be fixed to 50Hz or 60Hz depending on the output voltage setting which is fixed to 220Vac, 230Vac, or 240Vac for 50Hz and 220Vac or 230Vac for 60Hz

iv.Recharge: Upon restoration of the AC input source, the UPS shall simultaneously recharge the battery and regulate the power to the critical load

v. Bypass: The static bypass switch shall be used for transferring the critical load to input supply without interruption. Automatic re-transfer to normal operation shall also be accomplished with no interruption in power to the critical load. The static bypass switch shall be fully rated and shall be capable of manual operation. The UPS shall be able to recharge the batteries while supplying full power to the load via the static bypass switch.

Contractor 56 | P a g e Executive Engineer (E)

vi. Internal maintenance bypass: The UPS shall be provided with an internal manual bypass to simplify maintenance and shall be used for supplying the load directly from the mains supply, while the UPS is taken out for maintenance.

31 Remote monitoring For purposes of remote communications with the UPS the following shall be available and contained within the UPS on a removable, “hot swappable” “smart slot” interface card: 1. RJ-11 Interface port for remote communication with a network via web browser or SNMP 2. RJ-45 Ethernet interface for SNMP management of UPS with BACNET is required.

32 Maintenance MAINTENANCE A. The manufacturer shall, upon request, provide spare parts kits for the UPS module in a timely manner as well as provide access to qualified factory-trained first party service personnel to provide preventative maintenance and service on the UPS module when required. B. UPS subassemblies, as well as the battery, shall be accessible from the front. UPS design shall provide maximum reliability and minimum MTTR (mean time to repair). To that end, the UPS shall be equipped with a self-test function to verify correct system operation. The self-test function shall identify the subassembly requiring repair in the event of a fault. The electronic UPS control and monitoring assembly shall therefore be fully microprocessor-based, thus doing away with potentiometer settings. This shall allow: 1. Auto-compensation of component drift. 2. Self-adjustment of replaced subassemblies. 3. Extensive acquisition of information vital for computer-aided diagnostics (local or remote). 4. Socket connection to interface with computer-aided diagnostics system. C. The UPS shall be repairable by replacing standard subassemblies requiring no adjustments. Communication via a modem with a remote maintenance system shall be possible. D. The manufacturer shall offer additional preventative maintenance and service contracts covering UPS. Accredited professional service engineers employed exclusively in the field of critical power systems service shall perform maintenance and service.

33 Mechanical 1. The UPS enclosure shall have the following specifications: • Heavy-duty design with an all-metal construction. • Dust filter for better withstand of dusty environments. • Caster fitted for mobility. • Conformance coated boards for better withstand of corrosive environments. • The cable entry shall be from the back of the UPS. • The UPS enclosure shall meet an ingress level of min. IP20

34 Design

1. The UPS system shall work in load sharing mode in normal operation and will take full load in the event of failure of any of the UPS.It should be possible to transfer full load on any one UPS for maintenance of other UPS System. 2. Every UPS module should have its own operator panel, CPU & Static by pass 3. UPS systems should be having modular design based on Decentralized Parallel Architectures (DPA) with no single point of contact.

Contractor 57 | P a g e Executive Engineer (E)

GENERAL CONDITIONS FOR ANNUAL COMPREHENSIVE MAINTENANCE

Scope of Maintenance: The maintenance of UPSs as included in the schedule of work are to be carried out on

comprehensive basis. The firm has to adhere to maintenance schedule attached with this

document.

METHODOLOGY

1. After the completion period is over, the agency will hand over the installation in a healthy and

free from defects condition.

2. A complaint book as per Annexure-II shall be kept at site by the firm and the firm shall update

the same by submission of service reports. Necessary complaints will be registered by Building

In-charge/SDE(E)/JTO (E)/Users concerned and entries will be made by him according to the

service reports with due verification.

3. At the start of each month, the firm in consultation with SDE (E) concerned shall prepare a

programme for preventive maintenance to be carried out during the month as per Annexure-III.

The actual maintenance carried out shall be recorded in Annexure-IV at the end of each month

OR AMC agency may submit service reports for individual UPS monthly.

4. The firm shall depute only those persons who are trained in UPSs

5. Any minor repairing of damages, wear & tear of car body (interior) shall be in the scope of

Agency.

6. Maintenance of Light, Fan, LT Panel etc shall be in the scope of BSNL.

7. Any accident or damage will be the responsibility of agency and the Department will not

entertain any claim, compensation, penalty etc. on this account or on account of nonobservance

of any other requirement of law relevant to his work.

TOOLS & PLANTS

All tools and plants required for carrying out various tasks relevant to Maintenance have to be

arranged by agency at his own cost.

COMMERCIAL

1. Payments shall be made Quarterly/Half Yearly basis. It is mandatory to attach Annexure II, III &

IV (containing details of periodical maintenance done every month) with the bill. This certificate

has to be signed by the S.D.E. (E) OR AMC agency may submit service reports for individual UPS

monthly duly signed by SDE(E).

PENALTY CLAUSE

1. All breakdown calls/ complaints have to be attended by the firm with utmost promptness. The

individual UPS shall not be out of service beyond 24hours. Failure to do so shall attract a pro-

rata penalty on the maintenance cost for the No. of days the UPS is not operating.

2. For repeated unsatisfactory performance during the contract period penalty up to 5% of the bill

amount shall be imposed. Decision of Executive Engineer [E] shall be final on this account.

Contractor 58 | P a g e Executive Engineer (E)

3. In case of a major accident/loss on account of negligence on the part of the contractor, the

contract shall be terminated and 10% of the tendered cost shall be recovered in addition to other

provisions of the contract.

4. Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff shall

be the responsibility of firm and shall be replaced/rectified without any extra cost.

CURRENCY OF CONTRACT

1. The currency of contract shall be 60 months including 24 Months Warranty periods.

2. The Department reserves the right to terminate whole or part of the contract by giving prior

notice of one-month duration at any time during the currency of the contract.

3. The Department reserves the right to extend the contract for a maximum period of 12 Months

(three months at a time) at the same rates & conditions without consent of the firm.

MISCELLANEOUS

1. The workers engaged by firm should maintain proper discipline and good behavior with

occupants. The firm shall not depute such workers at the site, whose behavior is found improper.

Executive Engineer’s decision shall be final.

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

equipments.

3. Agency has to observe all the labour rules and regulations in force and indemnify BSNL against

any claims whatsoever, either from this clause or any other clause in the contract.

4. Firm shall issue ID card to their workforce whenever they enter premises for bonafide work.

Nobody shall be allowed entry without work and nobody will be allowed overnight stay without

work. The workers should wear proper uniform with detachable badge indicating name of person

& firm.

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

is supplied by the agency.

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

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

hazards.

8. Firm should have round the clock contact telephone number. In case of Emergency, contractor or

his authorized supervisor shall be available at site on short notice from Engineer-in-Charge and

make all efforts to make the situation normal at the earliest.

9. Firm is responsible to keep workable spares and consumables for due performance of the

contract. For critical spare parts, firm shall have arrangement with dealers for prompt supply.

10. Any material used/ replaced by the Firm for the work shall have same specification.

11. The firm will where applicable, maintain the performance characteristics of the Equipment as

originally designed and installed.

12. The firm will give priority in its service, repair and manufacturing facilities to restoring the

Equipment to normal service.

13. The firm will maintain the current engineering wiring diagram of the original manufacturer for

the term of this Agreement and the same will be used by examiners ‘or’ authorized firm’s

representatives.

Contractor 59 | P a g e Executive Engineer (E)

14. The firm will maintain a reasonable supply of genuine spare lending and replacement parts in its

Service Depot.

15. All work and services provided for in this agreement are to be performed during normal working

hours on normal working days.

16. The BSNL will allow firm employees free and unhindered access to the Equipment, and the

landings, lobbies and machine room associated therewith and all areas mentioned therein.

17. The BSNL will report details of unsatisfactory running or irregular performance of the

Equipment to the Firm.

18. Firm will assign a representative to BSNL account who will periodically visit the building and

will be available for consultation in any matter relating to the maintenance of the UPS. Firm’s

service representative will be available to discuss with the BSNL in the areas of modernization

and proper use and care of the UPS.

19. The agency is responsible for:

a] Maintenance of UPSs without fail during the contract period.

b] Identifying the fault in advance for operation of UPS without stop.

c] Attending the fault within 24 hours of reporting through phone/ fax / letter / telegram etc.

d] Supervising and for sending adequate qualified / authorized staff for maintenance work and for

ensuring smooth functioning.

20. All materials required for maintenance should be supplied immediately. The agency should

maintain logbook for receipt and usage of the material, no material will be supplied by the BSNL

on any account. Rates quoted shall be inclusive of the cost of logbook.

21. The complaint register should be maintained as per the instructions of the Engineer-in-charge.

Cost of logbook shall be included in the rate quoted.

22. In case any person leaving the organization or agency, the agency has to intimate well in advance

for not giving any responsibility to that person.

23. The agency shall be responsible for the character and conduct of the staff employed. If any

person found not satisfactory by the BSNL, he/she has to be removed from the site immediately

and substitute must be posted.

24. The contract can be terminated by the BSNL without assigning any reason with one month prior

notice.

25. The agency’s personnel shall in no way disturb the working / functioning of the personnel of the

BSNL, inside the premises.

26. If the agency commits breach of terms and conditions of contract, the Engineer-in-charge shall be

at liberty to cancel the contract.

27. The agency shall display the details as per Annexure –I prominently

28. In case of disputes the same shall be referred the sole Arbitration of the person appointed by the

Chief Engineer [E], Karnataka Telecom Zone, BSNL, Bangalore / Administrative head of

Electrical Wing at the time of such appointment. As per the Arbitration conciliation Act. 1996

amended upto date it will be no objection to any such appointment that the arbitrator so

appointed is a Government servant or is an employee of the BSNL.

Contractor 60 | P a g e Executive Engineer (E)

MAINTENANCE SCHEDULE

MONTHLY

1. Complete check up of operation and safe working of UPS including cleaning, replacement of

faulty part etc.,

2. Checking for any abnormal noise/vibration and take corrective action.

QUARTERLY

1. Checking and tightening of electrical connections.

2. Cleaning of internal parts of UPSs.

YEARLY

1. Complete servicing of the UPSs.

ANNEXURE – I

1 Name of the Agency

( with office address) :

2 Name of Proprietor/partners :

3 Telephone Nos of the Firm :

4 Name & Address of the supervisor :

5 24 Hrs Contact No. :

6 Particulars of the License/Registration :

ANNEXURE – II

Sl

No.

UPS

No.

Date &

Time of

complaint

Nature of

complaint

Date &

Signature Of

Complainant

Date &

Time of

attending

complaint

Cause

Of

Fault

Material

Used

Date signature

of Firm

Representative

Contractor 61 | P a g e Executive Engineer (E)

ANNEXURE – III

Programme for Periodical Maintenance for the Month of _____________________

Name of Contractor:________________________________________________________

Agreement No.:___________________________________________________________

Name of Sub Division: ______________________________________________________

Name of Site:_____________________________________________________________

Sl

No. UPS No. Date & Time of complaint Nature of complaint

ANNEXURE – IV

Actual Periodical Maintenance carried out in the Month of _____________________

Name of Contractor:________________________________________________________

Agreement No.:___________________________________________________________

Name of Sub Division: ______________________________________________________

Name of Site:_____________________________________________________________

Sl

No. UPS No. Name of Service

Periodical Maintenance

Actually carried out

Results.

Satisfactory/

Unsatisfactory

Remarks

Contractor 62 | P a g e Executive Engineer (E)

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE- ‘A’ Schedule of quantities : Attached

SCHEDULE- ‘B’ Schedule of materials to be issued to the bidder : Nil

SCHEDULE- ‘C’ Tools and plants to be hired to the bidder : Nil

SCHEDULE- ‘D’ Extra schedule for specific requirements/

documents for the work, if any : Nil

SCHEDULE- ‘E’ Schedule of components of Materials, Labour etc.

for escalation : Nil

SCHEDULE -‘F’ Reference to General Conditions of contract

Name of work:

As per NIT notification page

Estimated cost of work:

Earnest money:

Security Deposit and

performance Guarantee :

General Rules & Directions:

Officer inviting tender Executive Engineer (E), BSNL Electrical

Division-II, Bengaluru

Definitions: See below

2(v) Engineer-in-charge Executive Engineer (E), BSNL Electrical

Division-II, Bengaluru

2(vi) Accepting Authority SE (E), KEZ, Bengaluru

2(x) Percentage on cost materials & labour

To cover all overheads and profits.

10%

Clause 5

i) Time Allowed for Execution of work: 03 (Three) Months from the 10th day after the

date of written order to commence the work for

PART -A and 60 Months for PART -B including 24

months guarantee period after Successful testing..

ii) Authority to give fair and reasonable

extension of time for completion of

work.

Superintending Engineer (E), BSNL

Electrical Circle, Bengaluru.

Clause 12

12.2 (iii) Schedule of rates for determining

rates for additional, altered or substituted

items that cannot be determined under

12.2.(i) and (ii).

NA

12.2. (iii) +/- the % over the rate entered in

the Schedule of rates. NA

Clause 25: Competent authority for

conciliation/ Arbitration

As per up to date amendments of Arbitration

& conciliation act 1996 as amended up to

date

Contractor 63 | P a g e Executive Engineer (E)

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING

(As on 29.02.2016) Sl. No. Item Makes

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 /

Mntc. Free)

Amara Raja / AMCO / Farukawa / Hitachi / Exide/

Prestolite / Standard

4 HV Switchgear (Vacuum Circuit

Breaker/SF6 )

Biecco Lawrie / Crompton / Kirloskar / MEI / Jyoti Ltd

5 Transformer (Oil filled

/ Dry type)

ABB / Schneider Electric /Andrew Yule / Bharat Bijlee /

Crompton / EMCO / Kirloskar / Siemens

a) Above 400 KVA

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/

Sandwiched Bus Duct

Moeller/L&T/Schneider Electric/ABB/Legrand/Zeta

13 Power Capacitors (MPP/APP) L&T/EPCOS(Siemens)/ABB/Crompton/

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/LTCable Joint Denson / 3M(M-Seal )/ Raychem

16 Rubber Matting ISI mark

17 MCB/ lsolator /ELCB/RCCB/

Distribution Board

Crompton / Havells / lndokopp / MDS 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

copper conductor wire

ISI mark

22 Centrifugal Pump Amrut / BE / Beacon / Batliboi / Crompton / Jyoti /

Kirloskar / KSB / Mather & platt / WASP/Grundfos

23 Submersible Pump Crompton/Amrut / BE / Calama /

Kirloskar / KSB

Contractor 64 | P a g e Executive Engineer (E)

Sl. No. Item Makes

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 copeland/York/Danfoss

(for chillers only)

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

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

Detector

Appollo / Cerebrus / Edward / Fenwal/ Hochiki / Nitton

/ Wormald /System Sensor

41 Fire Panel (Microprocessor

based)

Agni Instruments / Agni Devices/ Aruna Agencies/

Carmel Sensor / Ravel Elect./Honeywell

Essar/Notifier/Navin Systems

42 Sprinkler/ Hose Reel & Hose

Pipe

ISI mark

43 Fire Extinguisher ISI mark

44 Lift OTIS, Kone, Mitsubishi, Schindler, Johnson,

Thyssenkrupp Elevator(India)

Note :

1. In case of External /PMC works, the list of approved makes may be modified as per Clients

requirements.

2. The accessories such as CT/PT/measuring instrument/relays provided by approved make in respect

of Transformer/HT Panel/DG/AC Package Units as supplied by approved manufacturer along with

the equipments are also acceptable in addition.

Contractor 65 | P a g e Executive Engineer (E)

BSNL EW-8

Bharat Sanchar Nigam Limited ( A Government of India Enterprise )

( Electrical Wing )

Circle : Karnataka Telecom Circle Division - II, Bengaluru .

Branch : Electrical Works Sub Divisions – ESD III, Bengaluru

Name of Work: Providing Elect. Installation, PAC units, UPS Distribution Panel, cabling

and EARTHING FOR GSAT-11 at TE Bldg, Sat-com, Jayanagar

Bengaluru (SH: Supply, Installation, Testing & Commissioning of 2 Nos

100 KVA Modular UPS @ WMS Compound Jayanagar Bengaluru). -

(3rd Recall) TENDER

1. I/we have read and examined the notice inviting tender, schedule, specifications

applicable, Drawings & Designs, General Rules and Directions, Conditions of

Contract, clauses of contract, special conditions, Schedule of Rates and other

documents and Rules referred to in the conditions of contract and all other

contents in the tender document for the work.

2. I/We hereby tender for the execution of the work specified for BSNL within

the time specified, schedule of quantities and in accordance in all respects

with the specifications, designs, drawings and instructions and other documents

and Rules referred to in the conditions of contract and all other contents in the tender

document for the work.

3. I/We agree to keep the tender open for ninety (90) days from the due date of

submission thereof and not to make any modifications in its terms and conditions.

4. If I / We, fail to commence the work specified, I/We agree that the said BSNL

shall without prejudice to any other right or remedy, be at liberty to forfeit the

said earnest money absolutely and the same may at the option of the competent

authority on behalf of BSNL be recovered without prejudice to any other right or

remedy available in law out of the deposit in so far as the same may extend in

terms of the said bond and in the event of deficiency out of any other money due

to me/us under this contract or otherwise.

5. Should this tender be accepted, I/We agree to execute all the works referred to

in the tender documents upon the terms and conditions contained or referred to

therein and to carry out such deviations as may be ordered upto maximum of

percentage mentioned in clause 12.3 of the tender form and those in excess of that

limit at rates to be determined in accordance with provisions contained in clause 12.2.

6. I / we agree to furnish to BSNL, Deposit at Call receipt / FDR / Bank guarantee

of a Nationalized / Scheduled Bank for an amount equal to 5% of the of the

contract value in a standard format within two weeks from the date of issue of

award letter. I / We agree to keep the Performance Bank Guarantee valid as per the

BSNL terms and conditions.

Contractor 66 | P a g e Executive Engineer (E)

7. I / We hereby declare that I/We shall treat the tender documents drawings and

other records connected with the work as secret/confidential documents and

shall not communicate information/derived there from to any person other than

to whom I/We am / are authorized to communicate the same or use the

information in any manner prejudicial to the safety or interest of BSNL.

Signature of Witness (Signature of Contractor )

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

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by

me for and on behalf of BSNL for a sum of Rs. ___________________ (Rupees

_____________________________________________________________

__________________________________________________________________)

The letters referred to below shall form part of this contract Agreement.

a)

b)

For and on behalf of BSNL

Signature : _________________

Date: Designation: _________