46
MAHANAGAR TELEPHONE NIGAM LIMITED Tender No. EE(E)/MTNL/NIT/ TENDER DOCUMENT – PART ‘A’ (ELIGIBILITY DOCUMENT ) Name of Work: - 1) As per NIT NAME OF THE FIRM : Important Note: The firms are advised to put page numbers on all the enclosures and sign on each page of the tender document including the enclosures.

Tender Noetender.mtnl.net.in/uploadedDoc/tId9777.doc · Web view... 300 mm width X 50 mm depth X 1.6 mm thickness 4 Nos Nos 22 S/F PVC Trunking of the following size for existing

  • Upload
    lyhanh

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

MAHANAGAR TELEPHONE NIGAM LIMITED

Tender No. EE(E)/MTNL/NIT/

TENDER DOCUMENT – PART ‘A’(ELIGIBILITY DOCUMENT)

Name of Work: - 1) As per NIT

NAME OF THE FIRM:

Important Note: The firms are advised to put page numbers on all the enclosures and sign on each page of the tender document including the enclosures.

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

PRESS NOTICE INVITING TENDER

On behalf of MTNL, Delhi wax sealed bids are invited for the following tender:

Tender No.: NIT (D) - EE(E)/ MTNL/NIT/

Name of Work: - As per NIT For detailed information please log on to any of our following web sites:

http://www.nividasewa.com http://www.tender-mart.com

EE (E-S)MTNL, New Delhi

Page 1

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

NIT FOR WEB SITE

Opening date of Sale of tender document : As per NITClosing date and time of Sale of tender document : As per NITTender Items : Building and other Civil work repair (Electrical)

Summary: Name of work: As per NIT

Security Deposit : 10% of Tendered AmountCost of tender documents : Rs. 525/- i/c VAT each work (Non-refundable) Last date of receipt of application (forcontractors who wish to purchasetenders from EE) : As per NIT

Last date of receipt of Tenders : As per NITDate of Opening of 1st envelope : As per NITDate of Opening of 2nd envelope containing Financial Bids, (for contractors who fulfill Eligibility criteria) : As per NIT

I) Tender Details:

The Executive Engineer (Electrical) South, Mahanagar Telephone Nigam Limited, 8 th floor, T.E. Bldg. 8 Bhikaji Cama Place, New Delhi invites on behalf of MTNL, wax sealed item rate tenders for the above work from eligible specialized contractors under two bid system.

c) II) Eligibility conditions:

As per Annexure

“Similar Work” means the original work involving

II) Tender documents:

The tender documents can be purchased from the office of the Executive Engineer (Electrical) Mtce., Mahanagar Telephone Nigam Limited, 8th floor, T.E. Bldg. 8 Bhikaji Cama Place, New Delhi on payment of the cost of the tender documents (non refundable) in cash or in the form of Demand Draft / Pay Order.

For purchase of tender documents, the contractor shall submit the type written application on their printed letter head.Or

Detailed NIT and tender documents can be downloaded from the web site. The firm downloading the tender documents from the web site shall have to submit the cost of the tender documents (Non- refundable) at the time of submission of tenders in the form a demand draft/ pay order. The firm should submit the downloaded tender documents in two parts- Eligibility documents (Tender Document Part ‘A’) and Financial Bid (Tender Document Part ‘B’). Both the envelopes shall be placed together in a 3rd wax sealed envelope

III) Submission of tenders:

a) The Tenderer shall submit the tender in the following manner:

Page 2

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

Eligibility documents –

Tender Document Part ‘A’ along-with following documents (attested photocopy along with self-attestation) in support of the eligibility shall be placed in a wax sealed envelope to be opened on the day of opening of first envelope.

A. TENDER DOCUMENTS DOWNLOADED FROM THE WEB-SITE

1. Partnership/proprietorship/power of attorney (from not less than 1st class magistrate) documents2. Valid enlistment certificate & license (for EI works)/PQ certificate in case of specialized works.3. Valid Sales Tax/WCT registration certificate/VAT registration certificate (TIN number)4. Valid ITCC/CA certificate/advocate certificate for works costing less than Rs 40 lakhs for annual turnover of last

three years5. List of engineers/diploma holders/10 year experience holders employed along with proofs of certificates for

specialized works. 6. Authorised dealer certificate on proper form (attested copy) for specialized works 7. Service Tax registration certificate8. Proof of completed works with schedule attested by EE(E) of requisite amount & magnitude (for non-EI works)9. Application on original printed letter-head showing valid proper address, office telephone, fax no., mobile no & e-

mail address. 10. Authority letter from the tenderer for the person appearing on his behalf for posting the tender11. DD for tender sale 12. DD/FDR/BG for EMD. EMD should be of exact amount 13. Annexures I-IV14. Letter of submission by the tenderer15. Financial bids -Tender documents, Part ‘B’ (including schedule, specifications and terms & conditions etc.) shall

be placed in the 2nd wax sealed envelope.a) Both the above envelopes shall be placed together in a 3rd wax sealed envelope.b) Envelopes sealed with tapes are not acceptable. In case any of the three envelopes is found not sealed with WAX, the tender shall be summarily rejected.

c) Name of work and name of the tenderer shall be written on all the three envelopes.

16. The earnest money and / or cost of the tender documents shall be deposited in the shape of Demand Drafts / Pay Orders of a Scheduled Bank or Nationalized Bank / State Bank Guaranteed by Reserve Bank of India drawn in favour of MTNL, Delhi. Separate Demand Drafts/ Pay Orders shall be submitted for EMD and the cost of tender documents.

17. In case the earnest money and / or the cost of tender documents (for tender documents downloaded from the web site) are not deposited or they are not in proper form, the tender shall be summarily rejected.

(IV) IMPORTANT:

1. Person corresponding/visiting the department for purchase of tender, quoting rates, signing & negotiating thereafter must submit proper & valid authority letter on legal paper issued by person competent to tender. Firms tendering for the first time in division will have to submit all the documents in original for verification along with the attested copies.

2. Application on original printed letterheads (showing clearly current valid address, office telephone no., fax no., mobile no., & e-mail id) for issue of tender along with the documents mentioned at Sl no. IV above should reach the undersigned on or before ………….. up to 16.00 hrs. Earnest money will have to be submitted along with application & tender cost of Rs.525/- & 158/- respectively (Non refundable). The earnest money must be deposited in the shape of Demand Draft/ Pay Order/ Bank Guarantee of a scheduled bank or Nationalized Bank/

Page 3

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

State Bank Guaranteed by Reserve Bank of India drawn in favour of MTNL, Delhi. EMD should be of exact proper amount. EMD should be valid for minimum 90 days

3. All documents are to be self-attested along with minimum EE level attestation. Tenderers will have the option of getting the tender documents issued from the department or submitting the downloaded documents. Tender documents can also be downloaded from the website http:/www.mtl.net.in/, www.tendermart.com or www.nividasewa.com. The downloaded tender shall be original print. No photocopy out on a good quality paper. The photocopied document is not acceptable. If during the process of tender finalization, it is detected that the downloaded tender documents submitted are tampered, (changes/additions/deletions/conditions inserted) those tenders will be summarily rejected with complete forfeiture of EMD. Tenderers using downloaded tender documents must produce original certificates (this is compulsory for downloaded tender documents) also which will be used to verify the photocopies before 2nd envelope is opened. In case, contents of the 1st envelope are not proper or the firm does not bring original certificates (i.e., the firm does not fulfill the eligibility criteria), 2nd envelope containing tender documents of part B will not be opened at all. Tenderers who get the documents issued from EE office are also required to submit original certificates on demand (if not submitted earlier) for verification. EMD should be of exact proper amount. EMD should be valid for minimum 90 days from the date of NIT put on web. EMD of unsuccessful eligible tenderers will be released after 7 days from the date of opening of tenders. EMD of the successful tenderer will be adjusted towards security deposit levied at 10 % of gross value of bill.

4. The tenderer shall submit the tender in wax-sealed cover with the name of work written on the top. Tender documents sent through courier/post will not be considered.

5. All tenders in which any of prescribed conditions are not fulfilled or conditional rebate is put forth by the tenderer shall be summarily rejected.

6. Validity of the tenders shall be 90 days from the date of opening of tender. Firms are advised to visit site before quoting.

7. If the agency, in the past one year, has failed to execute more than two works in time in MTNL / has not executed / does not execute the work as per specification / its AMC terminated prematurely because of poor performance, tender will not be issued to that agency.

V) General:1. The tender documents shall not be issued by post.2. All tenders in which any of the prescribed conditions are not fulfilled or any condition including that of

conditional rebate is put forth by the tenderer shall be summarily rejected.3. If any information furnished by the contractor is found incorrect at a later stage, he shall be liable to be

debarred from tendering / taking up work in MTNL. The department reserves the right to verify the particulars furnished by the contractors independently.

4. In case holiday is declared on the above dates, the date shall stand extended to the next working day.

Executive Engineer (Electrical) South

Page 4

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

INSTRUCTIONS TO THE TENDERERS

1.0 GENERAL

1.1 Letter of transmittal and blank forms for eligibility documents are given in the Annexure I to IV.

1.2 The firm shall not make any changes in the downloaded tender documents. If at any stage it is noticed that the firm has made any changes in the tender document, the tender of the firm shall be summarily rejected and the firm may be debarred from tendering in MTNL for future works.

1.3 All information called for in the enclosed forms should be furnished against the respective columns in the annexed forms. If any information is furnished in a separate document, reference to the same should be given against respective columns. If information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No such case’. If any particular query is not applicable in case of the applicant, it should be stated as ‘Not applicable’. However, the applicants are cautioned that not giving complete required information called for in the annexed forms, not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the applicant being summarily disqualified. Eligibility documents submitted by telegram or telex and those received late will not be entertained.

1.4 Over-writing should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Pages of the Eligibility documents are numbered. Additional sheets, if any added by the tenderer should also be numbered by him. They should be submitted as a package with signed letter of transmittal.

1.5 References, information and certificates from the respective clients certifying suitability, technical know how or capability of the applicant should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.6 The applicant may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however advised not to furnish superfluous information. No information shall be entertained after submission of the document unless it is called for by the MTNL.

1.7 Any information furnished by the tenderer if found to be incorrect either immediately or at a later date, would render him/ them liable to be debarred from tendering/ taking up of work in MTNL.

2.0 METHOD OF APPLICATION

2.1 If the contractor is an individual, the application shall be signed by him above his full typewritten name and current address.

2.2 If the contractor is a proprietory firm, the application shall be signed by the proprietor above his full typewritten name and the full name of his firm with its current address.

2.3 If the contractor is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partner of the firm should accompany the application.

2.4 If the contractor is a limited company or a corporation, consortium of companies/ consortium of company and contractors the application shall be signed by a dully authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The applicant should also furnish a copy of the memorandum of articles of association dully attested by a Public Notary.

Page 5

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

Executive Engineer (Electrical) South

Page 6

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

LETTER OF SUBMISSION OF TENDER BY THE FIRM /CONTRACTOR

From:--------------------------------------------------------------------------------------- -----------------------------

ToThe Executive Engineer (Electrical) MtceMTNL,New Delhi.

Name of the work: ________________ ___________________________ ________________ _____________________

_____________________ _______________________ ____________________________________

Dear Sir,

1.0 Having examined the tender document consisting of the MTNL-7/8 , Notice Inviting Tender, Instruction to Tenderer. Form of Tender & Conditions of Contract, Additional Conditions of Contract, Schedule of Quantities, Performa Registers, Proforma for Guarantee/Advances/Earnest money etc., specifications, Drawings, Time Schedule of Rates & other documents and papers all as detailed in the Tender Document and having understood the provisions of the said tender documents and having thoroughly studied the requirement MTNL relating to the work tendered for in connection with project and having conducted a through study the job, site(s) involved, the site conditions, soil condition, climatic conditions, labour, power, water, material and equipment availability and suitability of borrow area, the availability of land for right of way & temporary office and accommodation quarters and all other factors and facilities and things whatsoever necessary related to the formation of the tender and the performance of work, I/We hereby submit our tender for performance of proposed work in accordance with the terms and conditions and within the time mentioned in the tender documents and at the rate(s) quoted by me/us in the schedule of quantities included within Tender Documents.

2.0 It has been explained to me/us that the time stipulated for completion of work in all respects shall be in accordance with the time period stipulated in the Web Notice Inviting Tender and is essence of Contract. I/We agree in the case of my/our failure to strictly observe the time of completion for jobs or any of them and to the completion of work in all respect according to the schedule set out in the said “Time Schedule”, I/We shall compensate to the MTNL as per provisions of tender documents.

3.0 I/we hereby declare that I/We shall treat the tender documents drawings and other records connected with work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We/am/are authorized to communicate the same or use the information in a manner prejudice to the safety of the same.

4.0 I/We have annexed the following documents to this tender:Tender Document Part ‘A’ – “Eligibility Document”, Tender Document Part ‘B’ – “Financial bid”, and other relevant documents.

5.0 I/We hereby undertake that the statements made herein and the information given in the Annexure referred to above as well as in the application form submitted for purchase of tenders, are true in all respects and in the event of any such statement or information being found to be wrong, misrepresented or concealed, at any stage before or after award of work, then I shall abide by the decision of MTNL to take necessary action as per provisions of contract to avoid any resultant contract and to cancel the contract, without claiming any compensation from MTNL for any eventual direct/indirect loss suffered by the undersigned.

6.0 I/We confirm having deposited the earnest money of Rs……………

Page 7

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

(Rupees.……………………………………………………... only) as detailed hereunder Demand Draft Number…………………… Dated…………………..drawn on…………………… ………Bank……………………………branch.

7.0 I/We confirm having deposited the cost of tender documents (Non refundable) of Rs…………….. (Rupees…….. …………………………………………………………... only) as detailed hereunder (strike off whichever is not applicable).

Demand Draft Number…………………… Dated…………………..drawn on…………………… ………Bank……………………………branch.

Dated this………………. day of……………………….,2010.Yours faithfully,

SIGNATURE OF TENDERERName in Block letters

NAME & DESIGNATION OF AUTHORISED PERSON SIGNING THE TENDER ON BEHALFOF TENDERER

Witness:i) (ii)

Address: Address:

Page 8

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

ANNEXURE-I

STRUCTURE AND ORGANISATION OF THE FIRM

(a) Name of the firm :____________________________

(b) Address :____________________________

____________________________

____________________________ (c) PAN No. :____________________________

(d) Telephone no. :____________________________

Fax no. :____________________________

e-mail :____________________________ (e) Legal status of the firm :_______________________

An individual/ a proprietary firm/ A firm in partnership etc. (Attach attested copies of original document defining the legal status)

(f) Particulars of registration with Works Contract Cell of the Sales Tax Department in Delhi and valid tax clearance certificate

Registration No. : ____________________________

W.C Tax clearance up to : ____________________________ Particulars of registration/ enlistment with various Government bodies: Organization / Place of Registration Registration No. Tendering Limit

(i)

(ii)

(iii)

(g) Names and titles of directors and officers with designation to be concerned with this work.

______________________________________________________________ _______________________________

(h) Designation of individuals authorized to act for the organization

______________________________________________________________ _______________________________

Page 9

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

(i) Has the applicant, or any constituent partner in case of partnership firm ever been debarred/ black listed for tendering in any organization at any time? If so, give details:

______________________________________________________________ _______________________________

(j) Has the applicant or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so, give details.

_____________________________________________________________________________________________

(k) Any other information considered necessary but not included above:

________________________________________________________________________________________________

Page 10

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

ANNEXURE-II

FINANCIAL INFORMATION OF THE FIRM

(a) Annual Turn Over: (Attach supporting documents certified by the Chartered Accountant).

Year Annual Turn Over( In Lacs of Rupees )

2006 – 2007 (W)

2007 – 2008 (X)

2008 – 2009 (Y)

2009 - 2010 (Z)

Total turn over: (A) = W+X+Y+Z=

Average annualTurn over B = (A/4)

Page 11

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

ANNEXURE-IIIDETAILS OF SIMILAR WORKS COMPLETED BY THE FIRM

DET

AIL

S O

F SI

MIL

AR

WO

RK

S C

OM

PLET

ED A

S R

EQU

IRED

IN T

HE

ELIG

IBIL

ITY

CO

ND

ITIO

NS.

Rem

arks

10

Indi

cate

gro

ss a

mou

nt c

laim

ed a

nd a

mou

nt a

war

ded

by th

e A

rbitr

ator

.

Nam

e an

d ad

dres

s/

tele

phon

enu

mbe

r of

offic

er to

w

hom

refe

renc

e m

aybe

mad

e

9

Litig

atio

n/ar

bitra

tion

pend

ing/

inpr

ogre

ssw

ith d

etai

ls*

8

Act

ual

date

of

com

plet

ion

7

Stip

ulat

edda

te o

fco

mpl

etio

n

6

Dat

e of

Com

men

-ce

men

tas

per

cont

ract 5

Cos

t of

Wor

k in

cror

es

4

Ow

ner o

rsp

onso

ring

orga

nisa

tion

3

Nam

e of

w

ork/

Proj

ect

and

loca

tion

2

Sr.

No. 1

Page 12

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘A’ Eligibility Document

ANNEXURE-IV

UNDER TAKING BY THE FIRM

I / we hereby undertake that I / We have gone though the GENERAL CONDITIONS OF CONTRACT FOR MTNL WORKS, 2011 and it is agreed that I/We will abide by all clauses and general conditions of contract mentioned therein and it will be part of the agreement in case I/We become the lowest tenderer /work is awarded to me/ I/We have not made any changes (Addition, Deletion or Alteration) in the tender documents. If any information furnished by me / us is found concealed / incorrect at any stage, I / we may be debarred from tendering / taking up work in MTNL.

_____________________ Signature

Dated: ___________(____________________)

Name of the contractor

End of Tender Document – ‘PART- A’ Eligibility Documents

Page 13

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LIMITED

Tender No. (D)- EE(E)/MTN/NIT

TENDER DOCUMENT – ‘PART’ B(FINANCIAL BID)

Name of Work: As per NIT

NAME OF THE FIRM:

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

I N D E XS.No. Details Page

Index 1Part-I INSTRUCTIONS TO TENDERER 4

GENERAL CONDITIONS OF CONTRACT 71.0 Definitions 72.0 102.1

10

_______________________________________________________________________________Page 1

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...

Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

MAHANAGAR TELEPHONE NIGAM LIMITEDNEW DELHI

Instructions to Tenderer

1. The Executive Engineer (Electrical)- Mtce , MTNL, invites the tenders for and on behalf of MTNL for the work detailed in the Press Notice for invitation of Tender.

The tender document for the work shall consist of the following:

PART-I

(a) Instruction to tenderer(b) General terms and Conditions of contract.

PART-II

(a) Special condition of contract.

PART-III

(a) Schedule of Quantities(b) Specification

2. The site for the shall be made available in parts.

3. The tenderer must submit his tender on the tender form duly completed and signed by the tenderer. The tender shall always be placed under wax sealed cover super scribed with the following information and affixed with his signature over his stamp:

(i) Name of the work, (ii) Tender No., (iii) The name of the tenderer, (iv) The last date of receipt of the tender. The sealed envelope shall be addressed to E.E.(E-S), MTNL, New Delhi. The Tenders will be received by the Ex. Engineer upto 15.00 Hrs. on ………….. and will be opened by him in his office.

4. Issue of tender forms will be stopped on …………….. at 1600 hrs.5. Earnest Money amounting to as above in the form of Demand Draft/ Pay order from a scheduled bank guaranteed by RBI in the name of

- PLEASE REFER WEB NIT IN PART ‘A’

MTNL, Delhi must accompany each tender in the manner prescribed in the press notice.

6. Security deposit shall be collected by deductions from each running bill of the contractor at the rate of 10% (Ten percent) of the gross amount of the bill till the sum along with the sum already deposited as earnest money will amount to Security deposit of 5% (Five percent) of the tendered value of the work.

7. MTNL does not bind itself to accept the lowest tender and reserves to itself the right to reject any or all of the tenders received without assigning any reason. Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

_______________________________________________________________________________Page 2

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...

Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

4. (a) All rates should be quoted in figure as well as word on the tender form alone in the Schedule of quantities detailed at Part III of the tender document.(b) Subhead wise total and grand total of prices are to be very clearly indicated.

5. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of MTNL/Govt. of India is allowed to work as a Contractor for a period of two years of his retirement from Govt. Service without the previous permission of the Govt. of India/MTNL. This contract is liable to be cancelled, if either the Contractor or any of his employee is found at any time to be such a person, who has not obtained permission of the Govt. of India/MTNL as aforesaid before submission of the tender or engagement in the Contractor’s service.

6. If it is found that the tender is not submitted in proper

manner or contains too many corrections or absurd rates or amounts, it would be open for the MTNL to take suitable action against the Contractor.

7. Engineer-in-Charge or his duly authorized representative will open tenders in the presence of intending contractors who may be present at the time of opening.

8. The work shall be carried out by the Contractor in a manner complying in all respect with the requirement of relevant bye-laws/orders of the Local/Municipal bodies and pay all fees and charges which may be livable at his own cost. Wherever local bye-laws require engagement of licensed Plumbers/Electrical inspectors or any other specialized persons, the Contractor shall engage them at his own cost. The completion certificates, wherever applicable, to meet the statutory obligations, shall be arranged by the Contractor.

9. Tenders which proposes any alteration in the work specified in the said form of NIT or in the time allowed for carrying out work, or which contain any other condition of any sort including conditional rebate, shall be summarily rejected.

Executive Engineer (Electrical) SouthMTNL, New Delhi

_______________________________________________________________________________Page 3

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...

Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

A GOVERNMENT OF INDIA ENTERPRISEMAHANAGR TELEPHONE NIGAM LIMITED

MTNL 7/8

STATE DELHI CIRCLE MTNL DELHI ELCTRICAL

BRANCH DIVISION SouthZONE SUB DIVISION

ITEM RATE TENDER & CONTRACT FOR WORKS

(A) Tender for the work of

________________________________________________________

________________________________________________________

(i) To be submitted by 14.00 hours on ………………………. to Ex. Engineer, _(E-S)________________.

(ii) To be opened in presence of tenderers who may be present at …… hours on in the office of the __EE(E-S), _________________.

Issued to : (Contractor) ……………………………………………………………*

Signature of officer of issuing the documents

Designation : ____________ Engineer, ___________ , MTNL Delhi.

Date of issue…………………………………………………………*

_______________________________________________________________________________Page 1

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

TENDER

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

I/We hereby tender for the execution of the work specified by the _________ Engineer , ______________, Delhi, on behalf of CMD MTNL within the time specified in Schedule F viz. schedule of quantities and in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause –11 of the conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for 90 (ninety) days from the due date of submission thereof and not make any modifications in its terms and conditions.

A sum of Rs. ___________ is hereby forwarded in Receipt Treasury Challan/ Deposit at call Receipt of a Scheduled Bank as Earnest money. If I/we fail to commence the work specified I/we agree that the said CMD, MTNL or his successors in office shall without prejudice to any other right or remedy, be liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such derivations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender form.

I/we hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/ confidential documents and shall not communicate information/ derived there from to any person other than a person to whom I/we am/ are authorized to communicate the same or use the information in any manner prejudicial to the safety of the state.

I/ we agree that should I/we fail to commence the work specified in the above memorandum, an amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall be absolutely forfeited to the CMD, MTNL and the same may at the option of the competent authority on behalf of the CMD, MTNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extended 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.

Dated Signature of contractor

Postal address Witness:Address:Occupation:

_______________________________________________________________________________Page 2

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the CMD, MTNL for a sum of Rs…………………………….……………………(Rupees………………………………………………………………………………………………..…………)

The letters referred to below shall form part of this contract/agreement:-(i).(ii).(iii).

For and on behalf of the CMD, MTNL,Signature…………………….

Designation ………………….

Dated:

* To be filled in by the Executive Engineer, ______________, MTNL

PERFORMA OF SCHEDULES

Schedule ‘A’

Schedule of quantities.(Enclosed) see at Page ………..

Schedule ‘B’

Schedule of materials to be issued to the contractor.

S. No. Description of item

Quantity Rates in figures & words at which the material will be charged to the contractor.

Place of issue

1. 2. 3. 4. 5.

Not applicable.Schedule ‘C’

Tools and plants to be hired to the contractor.

S. No. Description Hire charges per day Place of issue1. 2. 3. 4.5. 6. 7. 8.

Not applicable.Schedule ‘D’

Extra schedule for specific requirements/ documents for the work, if any.

Not applicable.

Schedule ‘E’

_______________________________________________________________________________Page 3

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

Schedule of component of materials, labour etc. for escalation. Not applicable.Clause 10 CC

Not applicable.Schedule ‘F’

Reference to General Conditions of contract. : Latest edition published by CMTNL up to call of tenders.

Name of work As per NIT

Security deposit :- As per conditions attached.General Rules and conditions

Officer inviting tender:- Executive Engineer, MTNL Division, Delhi.

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3. See below.

Definitions 2(I) Engineer-in-charge Executive Engineer, MTNL

Division- Delhi.

2(vii) Accepting Authority Superintending Engineer (Mtce), MTNLCircle, Delhi

2(x) Percentage on cost of materials and labour to cover all overheads and profits.

7.5% contractors profit and 2.5% overheads.

2(xi) Standard schedule of Rates Market Rate/DSR2007 with upto date Correction slips.

2(xii) Department MTNL

2(xiii) Standard MTNLcontract from MTNL7/8 as modified and corrected

MTNL form - 7 modified and corrected upto receipt of tender.

Clause 1(i)

(ii)

Time allowed for submission of performance Guarantee from the date of issue of letter of acceptance. In days.Maximum allowable extension beyond the period as provided in (i) above in days.

7 (Seven) days

5 (Five) days

Clause 2 Authority for fixing compensation under clause-2. Superintending Engineer (Mtce), MTNL Circle, Delhi.

Clause 2 (a) Whether Clause-2A shall be applicable. (Incentive for early completion of work.

Yes

Clause 5 Time allowed for execution of work Authority to give fair and reasonable extension of time for completion of work.

Superintending Engineer (Mtce), MTNL Circle, Delhi.

Clause 7 Gross work to be done together with net payment/ adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment.

Rs 15 lacs.

_______________________________________________________________________________Page 4

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

Clause 10 CC Clauses 10 CC to be applicable in contract with stipulated period of completion exceeding the period in next column.

18 Months

Clause 11 Specifications to be followed for execution of work CPWD Specifications 1996 Vol. I to VI & Revised CPWD Specification 2002 for cement mortar, cement conc., & RCC with upto date C/S for building works & MORTH specifications for Road works.Also refer para-2 on page 12

Clause 1212.1.2(ii) Schedule of rates for determining rates for

additional, altered or substituted items that can not be determined under 12.1.2(i)&(ii).

Market Rate/DSR 2007 with upto date C/S.

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

12.1.2(vi) A Deviation Limit beyond with sub-clauses (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply.

30% for Super structure works

12.1.2(vi)B(a) Limit for value of any item of any individual trade beyond which sub-clauses (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply.

100% for foundation works

Clause 16 Competent authority for deciding reduced rates Superintending Engineer (Mtce), MTNL Circle, Delhi.

Clause 36 (i) Minimum qualifications and experience required for Principal Technical Representative.

(a) For works with estimated cost put to tender more than

(i) Rs. 10 lacs for Civil work.(ii) Rs. 5 lacs for Elect./Mech. Works.

Graduate or retired AE possessing at least recognized diploma.

(b) For works with estimated cost put to tender.

(i) More than Rs. 5 lacs but less than Rs.10 lacs for civil works.

Recognized Diploma holder.

(ii) More than Rs. 1 lacs but less than Rs.5 lacs for Elect./Mech. works.

Recognized Diploma holder.

(iii) Discipline to which the Principal Tech. Representative should belong.

Civil.

(iv) Minimum experience of works Three years.(v) Recovery to be effected from the contractor in the

event of not fulfilling provision of clause 36(i)Rs. 15,000/- p.m. for Graduate Rs. 10,000/- p.m for Diploma holder.

Clause 42(i) (a) Schedule/ statement for determining theoretical

quantity of cement and bitumen on the basis of Delhi Schedule of Rates - printed by CPWD

With Upto date Correction Slips.

(ii) Variations permissible on theoretical quantities.(a) Cement for works with estimated cost put to tender

not more than Rs.5 lacs.3% plus/minus

For works with estimated cost put to tender more than Rs.5 lacs.

2% plus/minus

(b) Bitumen for all works. 2.5% plus only & nil on minus side.(c) Steel Reinforcement and structural steel sections for

each diameter, section and category. 2% plus/minus

(d) All other materials Nil _______________________________________________________________________________

Page 5

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

Recovery rates for quantities beyond permissible variation

S. No. Description of item Rates in figures and words at which recovery shall be made from the contractor.

Excess beyond permissible variation

Less use beyond the permissible variation

1.2.3.4.5.

Cement Steel reinforcement.Structural sections.Bitumen issued free.Bitumen issued at stipulated fixed price.

Not applicable.

Reg

iste

r of W

orkm

en E

mpl

oyed

by

Con

tract

or(R

egul

atio

n 7)

i)

Nam

e an

d ad

dres

s of t

he c

ontra

ctor

ii)

Nam

e an

d da

te o

f the

Con

tract

iii)

Nam

e an

d ad

dres

s of t

he D

epar

tmen

t aw

ardi

ng th

e C

ontra

ctiv

) N

atur

e of

the

Con

tract

and

loca

tion

of th

e w

ork

v)

Dur

atio

n of

the

Con

tract

Rem

arks 11

Sign

atur

e or

tu

mb

impr

essi

on

of

empl

oyee

s

10

Dat

e of

te

rmin

atio

n or

leav

ing

of

empl

oym

ent

9

Dat

e of

co

mm

ence

-m

ent o

f em

ploy

men

t

8

Pres

ent

addr

ess

7

Perm

anen

t hom

e ad

dres

s of

Em

ploy

ee

(Vill

age

Dis

st.

Than

e)

6

Nat

ure

of

empl

oym

ent/

desi

gnat

ion

5

Fath

er’s

/ H

usba

nd’s

na

me

4

Age

an

d Se

x

3

_______________________________________________________________________________Page 6

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

Sign

atur

e of

C

ontr

Nam

e an

d su

rnam

e

2

S.

No. 1

Empl

oym

ent

- cum

– S

ervi

ce C

ard

(Reg

ulat

ion

8)

i)

Nam

e an

d Se

x of

the

Wor

ker

ii)

Fat

her’

s / H

usba

nd’s

Nam

eiii

) A

ddre

ssiv

) A

ge o

r Dat

e of

Birt

h v)

Id

entif

icat

ion

mar

ksPa

rticu

lars

of n

ext k

ind

(wife

/ hu

sban

d an

d ch

ildre

n, if

any

, or o

f dep

ende

nt o

f kin

in c

ase

the

wor

ker h

as n

o w

ife /

husb

and

or c

hild

): i)

N

ame

ii)

Ful

l add

ress

of D

epen

dent

s (Sp

ecify

vill

age,

Dis

tt. a

nd S

tate

)

Sign

. of t

he

empl

oyer

12

N.B

. :

For

a w

orke

r em

ploy

ed a

t one

tim

e on

pie

ce w

ork

basi

s and

at a

noth

er o

n da

ily w

ages

, rel

evan

t ent

ries i

n re

spec

t of e

ach

type

of

Rem

arks

11

Tota

l wag

e ea

rned

by

the

wor

ker d

urin

g th

e pe

riod

show

n un

der

col.5

10

Wag

e ra

te

with

pa

rticu

lars

of

uni

t in

case

of

plac

e w

ork

9

Wag

e Pe

riod

8

Nat

ure

of

wor

k do

ne b

y th

e w

orke

r

7

Leav

e ta

ken

(No.

of

days

sh

ould

be

6

Act

ual

Num

ber

of d

ays

wor

ked

5

Tota

l pe

riod

for

whi

ch th

e w

orke

r is

empl

oyed

(f

rom

……

4

Parti

cula

rs o

f lo

catio

n o

f w

ork

site

an

d de

scrip

tion

of w

ork

done

3

Nam

e &

ad

dres

s of

empl

oyer

(s

peci

fy

whe

ther

a

cont

ract

or o

r a

2

S.

No. 1

_______________________________________________________________________________Page 7

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

Reg

iste

r of

Ded

uctio

n fo

r D

amag

es o

r L

oss C

ause

d to

the

MT

NL

by

the

Neg

lect

of D

efau

lt of

the

Em

ploy

ed P

erso

ns

(Reg

ulat

ion

No.

10

(vii)

Rem

arks

11

Dat

e on

whi

ch

tota

l am

t..

real

ised

10

Num

ber o

f in

stal

latio

n if

any

9

Dat

e &

am

t. of

de

duct

ion

impo

sed

8

Whe

ther

w

orke

r sho

wed

ca

use

agai

nst

dedu

ctio

n if

so

7

Dam

age

or

loss

ca

used

w

ith d

ate

6

Dep

artm

ent

5

Sex

4

Fath

er’s

/ H

usba

nd’s

N

ame

3

Nam

e

2

S.

No. 1

_______________________________________________________________________________Page 8

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

ANNEXURE II

PROFORMA FOR AGREEMENT(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

CONTRACT AGREEMENT FOR THE WORK OF ……………………………… DATED ………………. Between M/s ………………………………… (Refer Note) in the town of ………………. hereinafter cal led the Contractor (which term shal l unless excluded by or repugnant to be subject or context include i ts successors and permit ted assigns) of the one par t and the MAHANAGAR TELEPHONE NIGAM LIMITED here inafter cal led the MTNL (which term shal l , unless excluded by or repugnant to the subject or context inc lude i ts successor and assigns) of the other par t .

WHEREAS

A. THE M.T.N.L. is desirous tha t the construct ion of ……………………….. a t ……………………………….. should be executed as ment ioned, enumerated or referred to in the tender documents inc luding Not ice Invi t ing Tender , General Condi t ions of the Contract , Special condit ions of the Contrac t , Specif ica tions, Drawings, Plans, Time Schedule of complet ion of jobs, Schedule of Quanti t ies and Rates , Agreed Var iat ions, other documents , has cal led for Tender.

B. The Contrac tor has inspected the s i te and surroundings of the work specif ied in the tender documents and has sat isf ied himself by careful examination before submit t ing his tender as to the nature of the surface, s trata , soi l , sub-soi l and ground, the form and nature of s i te and local condi t ions, the quant i t ies , nature and magni tude of the work, the avai labi l i ty of labour and materials necessary for the execut ion of work, the means of access to s i te , the supply of power and water there to and the accommodat ion he may require and has made local and independent enquir ies and obta ined complete informat ion as to the mat ters and things refer red to or impl ied in the tender documents or having any connection therewith, and has considered the nature and extent of a l l probable and possible s i tuat ions, de lays, hindrances or interferences to or with the execution and complet ion of the work to be carr ied our under the Contract , and has examined and considered a l l other mat ters , condi t ions and things and probable and possible cont ingencies , and genera lly al l mat ters incidental there to and ancil lary thereof af fec ting the execution and completion of the work and which might have influenced him in making his tender.

C. The tender documents inc luding the MTNL’s Not ice Invi t ing Tender, General Condit ions of Contrac t , Special Condi t ions of Contract , Schedule of Quant i t ies and ra tes , General obl igat ions, Specif icat ions, Drawings, Plans, Time schedule for comple t ion of work, Let ter of Acceptance of tender and any s tatement of agreed varia t ions wi th i ts enclosures copies of which are hereto annexed form par t of this Contract though separately set out herein and are included in the expression Contrac t wherever herein used.

AND WHEREAS

The MTNL accepted the tender of M/s. ………………………….. (Refer note a t page …………..) (Contrac tor) for the construct ion of …………………………… at ………………………. and conveyed vide let ter No. ………………………….. Dt . ………………… at the ra tes s tated in the Schedule of quant i t ies for the work and accepted by the MTNL (here inafter cal led the Schedule of Rates) upon the terms and subject to the condi t ions of the Contrac t .

NOW THIS AGREEMENT WITNESSETH & IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:

1. In considerat ion of the payment to be made to the Contractor for the work to be executed by him, the Contractor hereby convenients with the MTNL that the Contractor shall and will duly provide, execute , complete and mainta in the said work and shal l do and perform a ll other acts and things in the Contract ment ioned or described or which are to be impl ied there-f rom or may be reasonably necessary for the complet ion of the said works and a t the sa id t imes and in the manner and subject to the terms and condi t ions or s t ipulat ion ment ioned in the contract . AND

_______________________________________________________________________________Page 9

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

2. In considera t ion of the due provis ion, execut ion, complet ion and maintenance of the sa id work, the MTNL does hereby agree with the Contractor tha t the MTNL wil l pay to Contractor the respect ive amounts for the work actually done by him and approved by the MTNL. at the Schedule of Rates and such other sum payable to the Contractor under provis ion of the Contract , such payment to be made a t such t ime in such manner as prescribed for in the Contrac t .

I t i s specif ical ly and dis t inct ly understood and agreed between the MTNL and the Contrac tor tha t the Contractor shal l have no r ight , t i t le or interest in the s i te made avai lable by the MTNL for execut ion of the works or in the bui lding, s t ructures or works executed on the sa id s i te by the Contrac tor or in the goods, a r t ic les , materials e tc . brought on the sa id s i te (unless the same specif ical ly be longs to the Contractor) and the Contractor shal l not have or deemed to have any l ien whatsoever charge for unpaid bi l ls wi l l not be ent i t led to assume or re ta in possession or control of the si te or s tructures and the MTNL shal l have an absolute and unfe t ted r ight to take ful l possession of s i te and to remove the Contractor , thei r servants , agents and materia ls be longing to the Contrac tor , and lying on the s i te .

In Witness whereof the part ies hereto have here into set their respective hands and seals in the day and the year f i rs t above wri t ten.

Signed and delivered for and on Signature and delivered for andBehalf of the MTNL. on behalf of the Contractor

(MAHANAGAR TELEPHONE NIGAM LTD.) (Contractor)

DATE…………………………….. DATE ……………………………

PLACE…………………………… PLACE ………………………….

IN PRESENCE OF TWO WITNESSES

Signature ………………………… Signature …………………………

Name: ……………………………. Name: ……………………………

Official Address Official Address

_______________________________________________________________________________Page 10

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

ABSTRACT OF COST

Sub:

SUB HEAD – I

SUB HEAD-II

SUB HEAD-III

SUB HEAD-IV

G. TOTAL

Total amount in words:

_______________________________________________________________________________Page 11

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

Name of Work:- Provision of E.I and Fans for RMC Data Centre at T.E. Bldg Nehru Place New Delhi

S.No

Description of Item Qty Rate Unit Amount

1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FR PVC insulated copper conductor single core cable in surface / recessed steel conduit, with modular switch,modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FR PVC insulated copper conductor single core cable etc as required. (Group C )

30 Point   pt  2 Wiring for light/ power plug with 2X4 sq. mm FR PVC insulated copper

conductor single core cable in surface/ recessed steel conduit along with 1 No 4 sq. mm FR PVC insulated copper conductor single core cable for loop earthing as required.

35 Mtr   Mtr  3 Wiring for light/ power plug with 4X4 sq. mm FR PVC insulated copper

conductor single core cable in surface/ recessed steel conduit along with 2 Nos 4 sq. mm FR PVC insulated copper conductor single core cable for loop earthing as required.

20 Mtr   Mtr  4 Wiring for circuit/ submain wiring along with earth wire with the following

sizes of FR PVC insulated copper conductor, single core cable in surface/ recessed steel conduit as required.

           a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 80 Mtr   Mtr    b) 4 X 2.5 sq. mm + 2 X 2.5 sq. mm earth wire 40 Mtr   Mtr  5 Supplying and drawing following sizes of FR PVC insulated copper

conductor, single core cable in the existing surface/ recessed steel/ PVC conduit as required.

           a) 3 x 1.5 sq. mm 50 Mtr   Mtr    b) 6 x 1.5 sq. mm 60 Mtr   Mtr    c) 3 x 4 sq. mm 150 Mtr   Mtr    d) 6 x 4 sq. mm 100 Mtr   Mtr  6 Supplying and fixing of following sizes of steel conduit along with

accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required

           a) 20 mm 60 Mtr   Mtr    b) 25 mm 60 Mtr   Mtr  7 Supplying and fixing following modular switch/ socket on the existing

modular plate & switch box including connections but excluding modular plate etc. as required.

           a) 5/6 Amps switch 10 Nos   Nos    b) 15/16 Amp switch 30 Nos   Nos    c) 3pin 5/6 Amp Socket 9 Nos   Nos    d) 6 Pin15/16 Amp Socket 60 Nos   Nos    e) 5/6 Amp Indicator 30 Nos   Nos    f) Modular Type Blank Plate 60 Nos   Nos  8 Supplying and fixing following size /modules,G.I box along with modular

base & cover plate for modular switches in recess etc as reqd.

       a) 3 Module (100 mm x 75 mm) 4 Nos   Nos    b) 4 Module (125 mm X 75 mm) 6 Nos   Nos    c) 8 Module (125 mm X 75 mm) 4 Nos   Nos  

_______________________________________________________________________________Page 12

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

  d) 12 Module (125 mm X 125 mm) 3 Nos   Nos  9 Supplying and fixing following Modular base & cover plate on existing

modular metal boxes etc. as required.            a) 3 Module 4 Nos   Nos    b) 4 Module 6 Nos   Nos    c) 8 Module 4 Nos   Nos    d) 12 Module 30 Nos   Nos  

10 Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 3 pin 5/6 amps modular socket outlet and 5/6 amps modular switch, connection etc. as required. (For light plugs to be used in non residential buildings).

10 Nos   Nos  11 Supplying and fixing suitable size GI box with modular plate and cover in

front on surface or in recess, including providing and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and 15/16 amps modular switch, connection etc. as required.

10 Nos   Nos  12 Supplying and fixing following ways surface/ recess mounting,vertical type,

415 volts, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 amps tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCB's, with provision of 100 amps TP 16 KA MCCB as incomer, interconnection between incomer MCCB and bus bars (but without MCB's/ MCCB) as required. (Note: Vertical type MCB TPDB is normally used where 3 phase outlets are required)

       a) 8 Way TP 1 Nos   Nos    b) 12 Way TP 1 Nos   Nos  

13 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with tinned copper bus bar, neutral busbar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/ RCCB/Isolator)

           a) 4 way (4 + 12), Double door 1 Nos   Nos    b) 8 way (4 + 24), Double door 1 Nos   Nos  

14 Supplying and fixing following way, single pole and neutral, sheet steel, MCB distribution board, 240 volts, on surface/ recess,complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

       a) 2 + 8 way, Double door 2 Nos   Nos  

15 Supplying and fixing 5 amps to 32 amps rating, 240/415 volts,C curve, miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

       a) Single pole 32 Nos   Nos  

16 Supplying and fixing following rating, four pole, 415 volts, isolator in the existing MCB DB complet commissioning etc. as required.      

  a) 63 amps 4 Nos   Nos    b) 100 amps 2 Nos   Nos  

17 Supplying and fixing following rating, four pole, (three phase and neutral), 415 volts, residual current circuit breaker (RCCB),having a sensitivity current upto 300 milliamperes in the existing MCB DB complete with connections, testing and commissioning etc. as required.

           a) 40 amps 2 Nos   Nos  

_______________________________________________________________________________Page 13

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

  b) 63 amps 2 Nos   Nos  18 Supplying and installing following size of perforated pre-painted M.S. cable

trays with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

       a) 150 mm width X 50 mm depth X 1.6 mm thickness 5 Mtr   Mtr    b) 300 mm width X 50 mm depth X 1.6 mm thickness 5 Mtr   Mtr  

19 Supplying and installing following size of perforated pre-painted M.S. cable trays bends with perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S.suspenders including bolts & nuts, painting suspenders etc as required.

           a) 150 mm width X 50 mm depth X 1.6 mm thickness 4 Nos   Nos    b) 300 mm width X 50 mm depth X 1.6 mm thickness 6 Nos   Nos  

20 Supplying and installing following size of perforated pre-painted M.S. cable trays reducers with perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

       a) 150 mm width X 50 mm depth X 1.6 mm thickness 4 Nos   Nos    b) 300 mm width X 50 mm depth X 1.6 mm thickness 2 Nos   Nos  

21 Supplying and installing following size of perforated pre-painted M.S. cable trays cross members with perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.

           a) 150 mm width X 50 mm depth X 1.6 mm thickness 6 Nos   Nos    b) 300 mm width X 50 mm depth X 1.6 mm thickness 4 Nos   Nos  

22 S/F PVC Trunking of the following size for existing loose wire and cable including fixing on the wall/partions complete with front cover,Separator partition , Flat Junction, Internal Angle, External Angle, End cap,joints,clips, etc complete as reqd. (Make:Legrand/ss make)

       a) 20 x 12 mm 15 Mtrs   Mtr    b) 50x50 mm 5 Mtrs   Mtr    c) 100x50 mm 5 Mtrs   Mtr  

23 Supplying and fixing of the following type of fans suitable for 220 volt AC supply i/c connection testing and other minor work if any etc complete as reqd.

       a) 16" wall fan (Make: Crompton/Bajaj/Khaitan) 4 Nos   Nos  

24 S/Fixing Following Range 3 Phase energy meter suitable for 3 phase AC supply on the exsisting M.S.Meter Box i/c connection etc as reqd.

       a) 40 to 100 Amp Make :- L & T 1 Nos   each  

25 Supplying and Fabricating of M.S. Meter Box of appropriate size with Locking arrangement compartmentalized type duley painted & having all assesories such as back light incoming and outgoing cable 100 Amp Kit Kat i/c fixing the same at sheet,Knockouts for desired location etc as reqd.

1 No   each  

_______________________________________________________________________________Page 14

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

26 Fabricating Supplying installation testing and commissioning of CPRI approved dust.& vermin proof cubical panelboard of CRCA sheet 2mm thick with up to 1000mm deep of suitable size including providing and fixing up to 1500 Amp 4 strip Aluminium bus bar with separate hinged type door including earth bar,neutral link with builtin loose wire abox complete with connection interconnection painting and earthing the body etc as reqd.

8 Sq ft   Sq ft  27 Providing and fixing following rating and breaking capacity MCCB in

existing cubicle panel board including drilling holes in cubicle panel, making connections, etc. as required. a) 63 Amp TP MCCB (Make: L&T/Crompton/G.E)

1 No   each    b) 100Amp TP MCCB (Make: L&T/Crompton/G.E) 1 No   each    c) 200 Amp TP MCCB 35 KA(Make: L&T/Crompton/G.E) 1 No   each    d) 250Amp TP MCCB 50 KA (Make: L&T/Crompton/G.E) 1 No   each    e) 400Amp TP MCCB 50 KA (Make: L&T/Crompton/G.E) 1 No   each  

28 Supplying and fixing /Replacement of following Electrical material in the existing Panel/feeder piller/Fittings/Fans i/c making out going and incoming connections with siutable arrangement complete etc as reqd. a) Indicator Lamp LED Type with HRC fuses

3 Nos   No    b) Ampmeter Digital type 96 x 96 mmType 3 Nos   No    c) Voltmeter Digital Type 96 x 96 mm size 3 Nos   No  29 Supplying and laying following size PVC insulated and PVC sheathed

copper conductor armoured cable of 1.1 KV grade on the existing wall/trench/surface/sadling etc wherever as reqd.

       a) 2x1.5 sq.mm 20 Mtr   Mtr    b) 2x4 sq.mm 20 Mtr   Mtr    c) 2 x 10 sq mm 15 Mtr   Mtr    d) 4 x 16 sq mm 5 Mtr   Mtr    e) 3 1/2 X 35 sq mm 5 Mtr   Mtr  

30 Supplying and laying following type earth wire for loop earthing along with the above cable/other wires etc as reqd.

       a) 2.24mm dia copper earth wire 50 Mtr   Mtr    b) 8mm GI earth wire 50 Mtr   Mtr  

31 Supplying and making end termination of the following size cable with brass compression gland i/c providing and fixing thimble/ferrule etc as reqd.

           a) 2x1.5 sq.mm 4 Set   Set    b) 2x4 sq.mm 4 Set   Set    c) 2 x 10 sq mm 6 Set   Set    d) 4 x 16 sq mm 4 set   set    e) 3 1/2 X 35 sq mm 4 set   set  

32 Supplying and laying following size PVC insulated and PVC sheathed aluminum conductor armoured cable or 1.1 KV grade on the existing wall/trench/surface/sadling etc wherever as reqd.

           a) 3 1/2 x 150 sq mm 5 Mtr   Mtr  

33 Supplying and making end termination of the following size aliminum cable with brass compression gland i/c providing and fixing thimble/ferrule etc as reqd.          

  b) 3 1/2 x 150 sq mm 4 set   set  

_______________________________________________________________________________Page 15

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

34 Supplying & fixing the following model recessed mounting 4x14 watt T-5 mirror optic light fitting complete with electronic choke(s) and 4 Nos. 14 watt tube with white powder coated CRCA sheet steel housing with mirror optic reflector installing it on the existing false ceiling with hanging arrangement and minor adjustment, connections i/c making suitable open ing/modification in the false ceiling to accommodate the fitting as per the site requirement etc. complete as reqd.(Make: Phillips /crompton/bajaj or ss make))

3 Nos   Nos  35 S/I/T & commissioning of 2x28 watt T-5 prewired flu fitting with chanel &

bia directional reflector fabricated from CRCA MS sheet in epoxy powder coated white finish elegent desin decorative covers on ceiling T5 electronic bllast ,2 nos T-5 tubes i/c connections with 1.5 sqmm FR PVC insulated copper conductor cable including supplying and fixing ball & socket arrangement connections etc earthing etc as reqd.(M/S Cromption greaves model no-T5RSF228EB or similar superior make)

2 Nos   each  36 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including

accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 metre long etc. with charcoal/ coke and salt as required.

2 set   set  37 Supplying of UTP (Unshield Twisted Pair) CAT 6 Data Cable suitable for

internet and Networking i/c drawing directly in the exsisting PVC conduit complete as reqd.(make : Delink)

50 Mtr   mtr  38 Providing and fixing of the following accessories used for local area

networking of computers complete as reqd.            a) CAT 6 Information outlet box with PVC gang box and connection of cat-

6 cable.(Make: Delink or ss make)15 No   each  

  b) RJ -45 connector in cat 6 cable.(Make: Delink or ss make) 15 No   each    c) RJ -11 connector . 15 No   each    d) Patch cord Cat-6 (Factory crimped) 2 mtr Long. 5 No   each    e) 16 Port unmanagable switch with internal power supply without OFC

port but with uplinking port.(Make: Delink or ss make) 1 No   each  39 Supplying and drawing following pair 0.5 sq mm FR PVC insulated

annealed copper conductor,unarmored telephone cable in the existing surface/recessed steel/PVC conduit as reqd.

           a) 4 pair 25 Mtr   mtr  40 S/Fixing Following size PVC insulated 1.1 KVA grade copper condr.single

core flexible cable on surface/wall/cable tray with suitable fixing arrangement etc as reqd.          

  a) 120 sq mm 5 Mtr   Mtr    b) 150 sq mm 2 Mtr   Mtr  

41 Providing & fixing copper thimble / ferrule of following size copper wire with help of crimping,dressing,testing etc.complete as reqd.      

  a) 120 sq mm 8 Nos   Nos    b) 150 sq mm 8 Nos   Nos  

42 Supplying & fixing following surface / pendent mounting luminaries with white powder coated CRCA sheet steel housing with reflector cover T/5 channel laminaire having electronic choke/ chokes installing (Make: Compton )– Tube make/ Compton / Phillips on existing down rods / surface with minor adjustment connections and supplying and fixing of 28 watt T-5 tube / tubes complete as required. a) 1x28 watt T-5 Fitting with Tube

2 Nos   Nos           

_______________________________________________________________________________Page 16

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

        

Total =  

_______________________________________________________________________________Page 17

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge

MAHANAGAR TELEPHONE NIGAM LTD. Tender Document-PART ‘B’ Financial Bid

SPECIFICATION

1. Work shall be carried out as per the standard DOT/CPWD specifications.2. Material shall be got approved by the Engineer-in-Charge or his representative before installing/ providing

at site.3. Any damages done to the building/ equipment during execution of work shall be made good by the

contractor at his own cost, failing which the needful shall be got done departmentally at the risk and cost of the firm.

4. No cartage shall be paid to the contractor.5. Time allowed for completion of work Two Month.6. This is all-inclusive contract i.e. all taxes and duties are included in the contract amount. Nothing extra shall

be paid for on this account. 7. Income tax and education cess shall be recovered from the bills as per rules of respective departments.8. Nothing extra shall be paid on account of dismantling and freight of component/spares.9. Payment will be made through ECS ( (Electronic Clearing Scheme)) for which the agency has to furnish

account details(A/C no, firm’s address, bank code, bank address, photocopy of blank cheque issued by the bank photocopy of PAN No. service tax registration no, photocopy of license and registration in respective class( for E1) etc)

10. The intending tenderers are required to visit the site & quote their rates accordingly as nothing extra shall be paid later on.

11. The firm will produce original purchase bill of material to Engineer-in-charge before bill is processed.12. If any duplicate material/ non standard material is used at site, the firm will be debarred from issue of tender

in any of MTNL division for one year.

Executive Engineer (E-S) MTNL, New Delhi.

End of Tender Document – ‘PART- B’

_______________________________________________________________________________Page 18

Contractor

Addition ………………..

Deletion ………………..

Correction ……………..

Over Writing …………...Engineer-in-charge