Contractor EE(E)
A
APPROVED DRAFT NIT
(E-Tender)
NIT NO. : 03/EEE/BSNL/ED/MI/2021-22
DNIT NO. : 02/EEE/BSNL/ED/MI/2021-22
NAME OF WORK : Rate Contract for maintenance of Engine Alternator at various TE Bldgs/ BTS
sites under BSNL Electrical Sub Division Dombivli and Virar under Kalyan
SSA.
AMOUNT : Rs.4,05,646/- (Excluding GST)
Certified that this NIT contains 137 Nos. (One Hundred Thirty Seven only) pages only excluding front
cover and cover pages of Form EW-8.
Sub Divisional Engineer (EP)
BSNL Electrical Division
Mumbai - 400 054
Approved DNIT of e-Tender For Rs.4,05,646/- (Excluding GST). (Rupees Four Lakhs Five Thousand
Six Hundred Forty Six only)
Executive Engineer (E)
BSNL Electrical Division
Mumbai – 400 054.
NOTE: - This will not form part of e-Tender document
1
Contractor EE(E)
BHARAT SANCHAR NIGAM LIMITED
N.I.T. NO. : 03/EEE/BSNL/ED/MI/2021-22
DNIT NO. :02/EEE/BSNL/ED/MI/2021-22
Name of
Work
Rate Contract for maintenance of Engine Alternator at various TE Bldgs/ BTS sites
under BSNL Electrical Sub Division Dombivli and Virar under Kalyan SSA.(2nd
call)
I N D E X
Srn Contents Page No
SECTON – I- Technical Bid From To
1 Notice Inviting e-Tenders- Section-I-(Summary) 2 3
2 Notice Inviting e-Tenders- EW-06-Section-I-EW-6 4 10
3 Information & Instruction to Bidders about e-Tendering 11 13
4 Declaration by Contractor & Relative Certificate 14 14
5 Undertaking-I & II 15 15
6 Item Rate Tender & Acceptance of Tender conditions 16 17
7 Proforma of Schedules 18 19
8 Copy of memorandum 20 20
9 Model form of Bank Guarantee 21 21
10 Performance Security Guarantee bond Proforma (PG) 22 22
11 Proforma of Agreement 23 24
12 Proforma for Bid Security Declaration 25 25
13 Bidder’s Profile & Questionnaire 26 27
14 Important note for contractors 28 33
15 Labour Report 34 34
16 Additional Conditions due to introduction of GST 35 38
17 General Conditions 39 40
18 List of Approved makes 41 42
19 Integrity Pact 43 46
20 SECTION-II- UNPRICE BID-- Schedule of Quantities (BOQ) 47 50
21 Item rate tender and conditions of contract (Form EW-8) 51 137
2
Contractor EE(E)
BHARAT SANCHAR NIGAM LIMITED
(Electrical Wing) The Executive Engineer (E), BSNL Electrical Division, 5
th Floor, ‘A’ wing, Juhu Tara Road, Santacruz
(W), Mumbai – 400054. , email- [email protected]
NOTICE INVITING E-TENDER – SECTION-I- (SUMMARY)
The Executive Engineer (E), BSNL Electrical Division , Mumbai, invites Digitally sealed item rate e-
Tender in single Bid System on behalf of Bharat Sanchar Nigam Limited for the following works from
the contractor(s) satisfying the under mentioned eligibility conditions.
Name of Work
Est
imat
ed C
ost
Rs.
EM
D R
s.
Ten
der
D
ocu
men
t C
ost
Rs.
Pay
able
at
Per
iod
Of
Co
mp
leti
on
Las
t d
ate
and
tim
e o
f o
nli
ne
sub
mis
sio
n/
up
load
ing
of
E-t
end
er i
.e. e-E
nv
elo
pe-
I
& I
I
La
st d
ate
an
d t
ime
of
sub
mis
sion
of
Ten
der
Co
st &
PO
A i
n o
rigin
al
in s
eale
d
cov
er i
n O
/o E
E(E
), M
um
ba
i
Tim
e an
d d
ate
of
op
enin
g
of
seal
ed e
nv
elo
pe
of
Ten
der
co
st,
e-T
end
er &
pri
ce B
id
1 2 3 4 5 6 7 8 9
Rate Contract for
maintenance of Engine
Alternator at various TE
Bldgs/ BTS sites under
BSNL Electrical Sub
Division Dombivli and
Virar under Kalyan
SSA.(2nd
call) Rs.
4,0
5,6
46/-
.(E
xcl
udin
g G
ST
)
NIL
Rs.
590/-
( R
s 500/-
+ 1
8%
GS
T)
A
ccounts
Off
icer
(F&
A)
BS
NL
06 M
onth
s
08/0
6/2
02
1
Up
to 1
2.0
0 h
rs
08/0
6/2
02
1
up
to
11.3
0 h
rs
09/0
6/2
02
1
At
12.0
0 h
rs
on
ward
s
1. ELIGIBILITY CONDITION :-
The Contractor satisfying the following conditions: i) Average annual turnover during the last 3 years, ending 31
st March of the previous financial year,
should be at least 30% of the estimated cost put to tender.
AND
ii) The manufacturer/ authorized dealer / OEM of any of the makes of major equipment included in the
NIT. The letter of authorization from manufacturer in original / photocopy attested by BSNL
Executive will be submitted.
OR
iii) Experience of having successfully completed similar works in BSNL/CPSU/Central Government
during last 7 years ending last day of month previous to the one in which applications are invited,
should be either of the following:
Three similar successfully completed works costing not less than the amount equal to 40% of the
estimated cost put to tender.
OR
Two similar successfully completed works costing not less than the amount equal to 60% of the
estimated cost put to tender.
OR
One similar successfully completed works costing not less than the amount equal to 80% of the
estimated cost put to tender
(Similar work means Repairs / SITC / ITC / Comprehensive Maintenance of Engine Alternator ). OR
iv) BSNL Enlisted contractors in Electrical category of respective class as per their tendering limits.
Note: The estimated cost of one year shall be considered to evaluate the eligibility criteria.
3
Contractor EE(E)
2. The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8 carefully which can
be accessed from web site www.maharashtra.bsnl.co.in or www.etenders.gov.in. He should only submit
his Tender if he considers himself eligible and he is in possession of all the documents required.
3. The intending bidders must have valid Class-III digital signature to submit e-Tender.
4. The e-Tender will be submitted online in two Electronic Envelope system.
a) Electronic Envelope No-I :- Eligibility documents & Technical Bid(e-Tender).
b) Electronic Envelope No-II :- Price Bid.
Eligibility credential & technical Bid (e-Envelope-I) will be opened on line at the first
instance & evaluated. At second stage Financial/Price Bid of only eligible tenderer will be
opened for further evaluation at the time & date notified by BSNL.
5. Original copies of Tender Cost, Integrity pact, Bid security declaration & Power of attorney are
required to be submitted offline in the prescribed form in the O/o “The Executive Engineer (E),
BSNL Electrical Division, 5th Floor, ‘A’ wing, Juhu Tara Road, Santacruz (W), Mumbai – 400054
email- [email protected] upto the Last date and time of submission of Tender Cost,
Integrity pact, Bid security declaration & POA (for details refer EW-06).
6. On Line e-Tender can only be submitted after uploading following valid scanned documents ( i.e. e-
Envelope-I) related to eligibility conditions as per point no-1 above up to Last date and time of online
submission/ uploading of E-tender.
i. Documentary proof of satisfying the eligibility conditions as per 1 above (like Electrical contractors
license issued by State Govt. (exempted in case of specialized firms), BSNL Enlistment Certificate,
Work completion certificate (for contractors not enlisted in BSNL, letter of authorization from
manufacturer’s in case of authorized dealer of OEM etc as per point no-1)
ii. CA certificate towards turn over & deposition of income tax.
iii. PAN Card.
iv. Either Goods & Service Tax Provisional/Permanent registration certificate or documentary proof
regarding exemption from GST shall have to be submitted.
v. EPF & ESI registration certificate.
vi. Declaration of EW-6 / EW-8 & Relative Certificate (Draft on Pg no-16)
vii. Undertaking -I & II by contractors (Draft on Pg no-17)
viii. Receipt of online payment towards Cost of Tender documents
ix. Bidder’s Profile & Questionnaire duly filled & signed.
x. Integrity Pact. xi. Bid Security declaration
7. Validity of tender shall be for 90 days from the date of opening of tender.
8. The bidding process will be accepted only through e-Tendering platform. As tenders are invited through e-
Tendering process, physical copy of the tender document would not be available for sale. Contractor can
upload documents in the form of JPG format, PDF format and any other format as permissible by the e-
tendering portal.
9. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s NIC @ website
www.etenders.gov.in.The agency intending to participate in tendering process shall have to register with
them. For any further query regarding tender uploading/downloading, Helpdesk of M/s NIC may be
contacted @ 0120 - 4200462 / 4001002 / 4001005).
Executive Engineer (E)
BSNL Electrical Division, Mumbai
Copy to vide Ltr No- 51(5) /EEE//BSNL/ED/M/2021/308 Dated- 13/05/2021
1) The Sr. CE (E), Mumbai -54
2) The SSA Head Kalyan/Nasik/Ahmednagar/Dhule
3) The SE (E), O/o CE (E), BSNL Mumbai
4) The AGM (Vigilance ), O/o CGMT, BSNL Mumbai.
5) The EE (E ) BSNL Electrical Division Nasik/Pune/Kolhapur/Aurangabad/Nanded/Nagpur/Akola/
Goa
6) The SDE (E ) BSNL Electrical Sub Division Dombivili/Pen/Santacruz/Virar/Ahmednagar
7) JAO (E ), O/o Executive Engineer (E), BSNL Electrical Division Mumbai
8) Notice Board.
9) Contractors Through Email
Sub Divisional Engineer (EP)
4
Contractor EE(E)
EW-06
BHARAT SANCHAR NIGAM LIMITED.
(A GOVERNMENT OF INDIA ENTERPRISE)
Electrical Wing
State : Maharashtra Circle : Mumbai-54
Division : Mumbai Sub Division: Dombivili / Virar
NOTICE INVITING e-TENDER- SECTION-I- EW-6
(As per Tendering Procedure in BSNL EW-6 revised up to date)
NIT No. 03/EEE/BSNL/ED/MI/2020-21 The Executive Engineer (E), BSNL Electrical Division, 5
th Floor, ‘A’ wing, Juhu Tara Road, Santacruz
(W), Mumbai – 400054. , email- [email protected] invites Digitally sealed item rate e-Tender
in single stage bidding single stage opening on behalf of Bharat Sanchar Nigam Limited for the
following works from the contractor(s) satisfying the under mentioned eligibility conditions
1 NIT NO 03/EEE/BSNL/ED/MI/2021-22
2 Name of Work Rate Contract for maintenance of Engine
Alternator at various TE Bldgs/ BTS sites
under BSNL Electrical Sub Division
Dombivli and Virar under Kalyan
SSA.(2nd
call)
3 Estimated Cost Rs. 4,05,646/- (Excluding GST)
4 EMD Rs. NIL
5 Cost of Tender Document Rs. 590/- ( Rs. 500/- + 18% GST)
6 Period of Completion 06 (Six) Month
7 Last date and time of on line submission/
uploading of E-tender i.e. e-Envelope- I &
II
08 / 06 / 2021 Upto 12.00 hrs
8 Last date and time of submission of EMD,
Tender Cost & POA in original in sealed
cover in O/o EE(E)
08 / 06 / 2021 upto 11.30 hrs
9 Time and date of opening of sealed
envelope of EMD, Tender cost, e-Tender
& price Bid
09 / 06 / 2021 At 12.00 hrs
10 Performance Security (PG) Firm has to submit within 15 days of
acceptance of work Performance
guarantee for 3% of the tendered
value of work.
11 Security Deposit (SD) NIL
5
Contractor EE(E)
1. ELIGIBILITY CONDITION :-
The Contractor satisfying the following conditions:
i) 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
ii) The manufacturer/ authorized dealer / OEM of any of the makes of major equipment included
in the NIT. The letter of authorization from manufacturer in original / photocopy attested by
BSNL Executive will be submitted.
OR
iii) Experience of having successfully completed similar works in BSNL/CPSU/Central Government
during last 7 years ending last day of month previous to the one in which applications are
invited, should be either of the following:
Three similar successfully completed works costing not less than the amount equal to 40%
of the estimated cost put to tender.
OR
Two similar successfully completed works costing not less than the amount equal to 60%
of the estimated cost put to tender.
OR
One similar successfully completed works costing not less than the amount equal to 80% of
the estimated cost put to tender
(Similar work means Repairs / SITC / ITC / Comprehensive Maintenance of Engine Alternator). OR
iv) BSNL Enlisted contractors in Electrical category of respective class as per their tendering
limits.
Note: The estimated cost of one year shall be considered to evaluate the eligibility criteria.
2. The Tender documents consisting of the detailed plans, complete specifications, schedule of
quantities of the various classes of works to be done and the set of conditions of contract to be
complied with and other necessary documents, can be seen and downloaded from website
www.maharashtra.bsnl.co.in or www.etenders.gov.in or in EE(E) office at free of cost from
date of issue of NIT & up to Last date & Time of online submission /uploading of Tender
documents. The site for the work is available/or the site for the shall be made available in parts.
3. The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8 (uploaded
separately) carefully. He should only submit his Tender if he considers himself eligible and he is
in possession of all the documents required.
4. For e-tendering of this tender, BSNL has engaged e-portal maintained by M/s NIC, New Delhi.
With URL address as www.etenders.gov.in.The agency intending to participate in tendering
process shall have to register with M/s NIC, New Delhi
5. The intending bidders must have valid Class-III digital signature to submit e-Tender.
6. Cost of Bid Document/Tender cost–Tender cost amounting Rs.590/- (Including GST)
shall be deposited in the account details as below.
Account no. – 04140200001296.
Name of the Bank- Bank of Baroda
6
Contractor EE(E)
Name of Account- AO F&A BSNL ALIAS AO CASH BSNL
Branch Name- Santacruz West, Mumbai
Branch Code- 0414
IFSC- BARB0SANWES (Fifth character is zero)
MICR- 400012059.
SWIFT code- BARBINBBBAW.
Note:
1) While making payment online, NIT No. is mandatorily to be mentioned in the remark/note
area.
2) Proof of tender cost submission in the account shall be submitted while uploading tender
cost document during tendering.
7. The e-Tender will be submitted on line in two Electronic Envelope system.
a) Electronic Envelope No-I: - Eligibility documents & Technical Bid (e-Tender).
b) Electronic Envelope No-II :- Price Bid.
8. The following Original documents are required to be submitted offline in the prescribed
form in the “The Executive Engineer (E), BSNL Electrical Division, 5th
Floor, A wing,
BSNL Admin. Bldg. Juhu Road, Santacruz(W), Mumbai-54” up to the Last date and
time of submission of Tender Cost, Integrity pact, Bid security declaration & POA in sealed
envelope super scribed with Name of work, date & time of opening of bid along with the
name and address of the bidder.
i) Tender Cost (original copy in prescribed form)
ii) EMD –Bid security Declaration (original copy in prescribed form)
iii) Integrity Pact.
iii) Power of Attorney in accordance with relevant clause and authorization for
executing the power of Attorney. (if applicable)
9. On Line e-Tender can only be submitted after uploading following valid scanned documents (i.e.
e-Envelope-I) related to eligibility conditions as per point no-1 above up to Last date and time
of online submission/ uploading of E-tender i.e. e-Envelope - I & II.
i. Documentary proof of satisfying the eligibility conditions as per 1 above (like Electrical
contractors license issued by State Govt. (exempted in case of specialized firms), BSNL
Enlistment Certificate, Work completion certificate (for contractors not enlisted in BSNL etc
as per point no-1)
ii. CA certificate towards turn over & deposition of income tax.
iii. PAN Card.
iv. Goods & Service Tax Provisional/Permanent registration certificate. Documentary proof
regarding exemption from GST shall have to be submitted by the firm at the time of submission
of tender.
v. EPF /ESI registration certificate.
vi. Declaration of EW-6 / EW-8 & Relative Certificate (Draft on Pg no-16)
vii. Undertaking -I & II by contractors (Draft on Pg no-17)
viii. Demand draft towards Cost of Tender documents as per Para 6 above
ix. Bidder’s Profile & Questionnaire duly filled & signed.
x. Integrity Pact.
xi. Bid Security declaration.
7
Contractor EE(E)
(Note- All above documents must be clearly displayed & seen by the tender opening authority before
opening the actual bid, If required, BSNL may ask to submit original copies of credentials for
verification after opening of tender at any stage).
10. 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.
11. Online Tender documents submitted by intending Tenderer shall be opened only in respect of
those Tenderer whose Receipt of Cost of Tender Document & Earnest Money Deposit placed in
the envelope in offline mode are found in order.
12. The credentials shall be self-attested/certified by BSNL/MTNL Executive/Gazetted officer.
13. Works experience certificate must be submitted in proper format & issued not below the rank
of Executive Engineer (E).
14. After submission of e-Tender on line the contractor can resubmit revised Bid any number of times
but before the last date and time of submission of bid as notified.
15. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number
of times (they need not re-enter rates of all items) but before last date and time of submission of
bid as notified.
16. The e-Tender submitted shall become invalid and cost of Tender document shall not be refunded
if:
i) The bidder is found ineligible.
ii) The bidder does not upload all the mandatory documents (Envelope-I) as per Para 10 above.
iii) In case any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies as submitted physically in the office of tender opening authority
17. Information & instructions for bidders posted on web site shall form part of bid document.
18. Those contractors not registered on the web site mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the web site.
19. The intending bidder must have valid class-III digital signature required for e-Tendering to submit
the Tender.
20. On opening date the contractor can log in & see the bid opening process & after opening of bid he
will receive the competitors bid sheets.
21. There shall be no extension of date for submission of Tender for the reason of failure of internet
link etc. No such request in this regard from the contractor shall be entertained.
22. The contractors must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour & the moment rate is entered, it turns sky blue. In addition to this,
while selecting any of the cell; a warning appears that, if any cell is left blank, the same shall be
treated as”0”.
23. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s NIC @ website
www.etenders.gov.in.The agency intending to participate in tendering process shall have to
register with them. For any further query regarding tender uploading/downloading, Helpdesk of
M/s NIC may be contacted @ 0120 - 4200462 / 4001002 / 4001005).
24. The tenderer should read carefully & understand tender document, procedure for e-tendering etc
completely before participating in the e-tender procedure. Participation in the e-tendering,
8
Contractor EE(E)
presumes that the Tenderer has/Have read all the conditions, special condition of the contract,
schedule of quantity etc & agree/abide by them
25. General conditions of contract for works in BHARAT SANCHAR NIGAM LIMITED are
available on BSNL website http://www.maharashtra.bsnl.co.in as well as in the EE(E) Office.
(for viewing only)
26. The bidding process will be accepted only through e-Tendering platform. As tenders are invited
through e-Tendering process, physical copy of the tender document would not be available for
sale. Contractor can upload documents in the form of JPG format, PDF format and any other
format as permissible by the e- tendering portal.
27. Certificate of Financial Turnover(If applicable): At the time of submission of bid, contractor may
upload Affidavit/ Certificate from Charted Accountant mentioning Financial Turnover of last 3
years or for the period as specified in the bid document and further details if required may be
asked from the contractor after opening of technical bids. There is no need to upload entire
voluminous balance sheet.
28. Conditional tenders or tender with conditional rebates shall be summarily rejected
29. Before e- tendering, the contractor shall inspect the site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds, working
condition, including stocking of materials, installation of T&P etc., and conditions affecting
accommodation and movement of labour etc., required for the satisfactory execution of the
contract. No claim whatsoever on such account shall be entertained by the BSNL in any
circumstances.
30. Agreement shall be drawn with successful tenderer on prescribed FORM No-BSNL-EW-6 & 8,
which is available on BSNL website http://www.electrical.bsnl.co.in/BSNL_EW-8.pdf. &
http://www.maharashtra.bsnl.co.in Tenderer shall quote his rates as per various terms and
conditions of the said form.
31. The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the
successful tenderer. This shall be done within one week of award letter.
32. Exemption from payment of earnest money and security deposit by any other unit/ department
shall not hold good for BSNL.
33. The EMD of the successful tenderer will be returned to the contractor without interest only after
submission of performance guarantee and commencement of work. The successful tenderer has to
extend the validity of EMD as per BSNL requirements.
34. (i) Performance Guarantee: - The contractor is required to furnish performance guarantee
for an amount equal to 3% of the contract value in the form of Bank Guarantee/
CDR/FDR/DD (of Nationalized /Scheduled Bank in a standard format) within 15 days of
issue of acceptance letter. This period can be further extended by the Engineer-in-Charge up to
maximum period of two weeks on return request of contractor. The validity period of
performance security in the form of performance Bank Guarantee shall be up to stipulated
date of successful completion of work and in the event the time of completion of the work gets
enlarged, the contractor shall get the validity of performance guarantee extended to cover such
enlarged time for completion of work. This amount shall be refunded after successful completion
of maintenance period.
If the contractor fails to furnish the prescribed performance guarantee with in prescribed period,
the earnest money is absolutely forfeited to the BSNL automatically without any notice.
(ii) Security Deposit: NIL
35. The acceptance of tender will rest with the Executive Engineer (E), who does not bind himself to
accept the lowest tender or any other tender and reserve to himself the authority to reject lowest or
all the tenders received without assigning any reason. All tenders in which any of the prescribed
9
Contractor EE(E)
conditions are not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any
condition including that of conditional rebate shall be rejected forthwith summarily. Canvassing in
connection with tender is strictly prohibited and the tenders submitted by the contractors who
resort to canvassing will be liable for rejection.
36. The BSNL reserves itself the right of accepting the whole or any part of the tender and the tenderer
shall be bound to perform the same at the rates quoted.
37. (i) The tenderer should give a certificate that none of his/her relative is employed in BSNL units.
In case of proprietorship firm, certificate will be given by the proprietor and for partnership firm
certificate will be given by all the Directors of the company.
(ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited
from participation in tenders and execution of works in the different units of BSNL. The near
relatives for this purpose are defined as:
(a) Members of a Hindu Undivided family.
(b) They are husband & wife.
(c) The one is related to the other in the manner as father, mother, son(s), and son’s wife
(daughter-in-law), daughter(s) and daughter’s husband (Son-in-law), brother(s) and brother’s
wife, sister(s) and sister’s husband (Brother-in-law).
(iii) 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 Architect/Corporate office for non-executive employees and all SSA in a circle
including Circle office/Chief Engineer/Chief Architect/Corporate office for executive employees
(including those called as Gazetted officers as present). The tenderer should give a certificate that
none of his /her such near relative is working in the units as defined above where he is going to
apply for tender /work, for proprietorship, partnership firms and limited company certificate shall
be given by the authorized signatory of the firm. Any breach of the conditions by the company or
firm or any other person, the tender /work will be cancelled and earnest money/performance
guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages
to the company or firm or the concerned person. The company or firm or the person will also be
debarred for further participation in the concerned unit. (Format of undertaking is available in
instructions to bidders on page no- 16).
38. No employee in BSNL/Government of India is allowed to work as a contractor for a period of two
years of his retirement from service without the prior permission. The Contract is liable to be
cancelled if either the contractor or any of his employees is found at any time to be such a person
who had not obtained the permission as aforesaid before submission of tender and engagement in
the contractor’s service.
39. The tender for works shall not be witnessed by the contractor who himself /themselves has /have
tendered or who may and has/have tender for the same work. Failure to observe this condition
would render tenders of the contractors tendering as witnessing the tender is/are liable for
summarily rejection.
40. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of
opening of tenders. If any tenderer withdraws his tender before the said period or makes any
modification in the terms and conditions of the tender which is not acceptable to the BSNL shall,
without prejudice or to any other right of remedy be at liberty to forfeit 50% ( Fifty percent only)
of the said earnest money absolutely. Further tenderer shall not be allowed to participate in the
tendering process of the work.
41. Extension of validity: In case, where the letter of award of work cannot be placed within the
validity of the period of the tender, the BSNL can request all tenderers to extend the validity of
their respective tenders and the earnest money deposit by a reasonable period. In such cases,
extension of validity of earnest money deposit by 30 days beyond the extended validity date of
10
Contractor EE(E)
tender should also be asked for. While BSNL can make the request of extension, the tenderer is
free to either extend the validity or refuse the request to extend the validity.
42. Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote
his rates as per various terms and conditions of the said form, which will form part of agreement.
43. This Notice Inviting Tender shall form part of the contract document. The successful
tenderer/contractor on acceptance of his tender by the Accepting authority, shall, within 15 days
from the stipulated date of start of the work, sign the contract consisting of:-
a. The Notice Inviting Tender all the documents including additional conditions specifications
and drawings if any forming the tender as issued at the time invitation of tender and acceptance
thereof together with any correspondence leading thereto.
b. Standard form, BSNL EW-8.(Separately uploaded on http://www.maharashtra.bsnl.co.in)
44. Any dispute if any (like payment/site related/Taxation etc) will be resolved by the concerned
Executive Engineer (E) under whom the work has to be carried out.
45. If any terms & conditions mentioned here in this tender document are in contravention to General
Conditions of Contract, the terms & conditions mentioned here in this tender document shall
prevail
Signature of Divisional Officer/ Sub –Divisional Officer
……………………………………………………..
For and on behalf of BSNL.
11
Contractor EE(E)
Information & Instruction to Tenderers about E-tendering
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 Maharashtra Circle has decided
to use the portal www.etenders.gov.in through M/s NIC, New Delhi. It supports all activities of
tendering based on proactive work flow concept. Fine details of tendering like vendors registration,
tender announcement and corrigendum, tender form processing, opening, negotiation and tender
awarding are supported in a real time interactive environment.
A. Broad outline of activities from Bidders prospective:
The bidders can enroll themselves on the website http://etenders.gov.in by clicking the option
“etender – On line Bidder Enrollment”. This enrollment is free at this point of time. Possession of a
Valid Class III Digital Signature Certificate (DSC) in the form of smart card/e-token in the
Company's name is a prerequisite for registration and participating in the bid submission activities
through this web site. Digital Signature Certificates can be obtained from the authorized certifying
agencies, details of which are available in the web site http://etenders.gov.in under the link “etender--
Information about DSC”.
The web site also has user manuals with detailed guidelines on enrollment and participation in the
online bidding process. The user manuals can be downloaded for ready reference. Vendors can also
attend the training/familiarization programme on the e-tendering system conducted periodically by
the GOVERNMENT E-PROCUREMENT SYSTEM in association with NIC.
For participating in this tender online, bidders are advised to go through the following instructions and
the more detailed guidelines on the relevant screens such as Help for contractors, Information
about DSC, Resources required, Bidders Manual Kit etc. of the e-procurement portal of the
website http://etenders.gov.in
B. Special Instructions to the Contractors/Bidders for the e-submission of the bids online
through this eProcurement Portal
1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll
available in the Home Page. Then the Digital Signature enrollment has to be done with the e-
token, after logging into the portal. The e-token may be obtained from one of the authorized
Certifying Authorities such as eMudhraCA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.
2. Bidder then logs into the portal giving user id / password chosen during enrollment.
3. The e-token that is registered should be used by the bidder and should not be misused by
others.
4. DSC once mapped to an account cannot be remapped to any other account. It can only be
inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order
details etc. under My Documents option and these can be selected as per tender requirements
and then attached along with bid documents during bid submission. This will ensure lesser
upload of bid documents.
6. After downloading / getting the tender schedules, the Bidder should go through them carefully
and then submit the documents as per the tender document; otherwise, the bid will be rejected.
7. The schedule of work template must not be modified / replaced by the bidder and the same
should be uploaded after filling the relevant columns, else the bidder is liable to be rejected
for that tender. Bidders are allowed to enter the Bidder Name and Values only.
8. If there are any clarifications, this may be obtained online through the eProcurement Portal, or
through the contact details given in the tender document. Bidder should take into account of
the corrigendum published before submitting the bids online.
12
Contractor EE(E)
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the
tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one
document, they can be clubbed together.
10. The bidder reads the terms and conditions and accepts the same to proceed further to submit
the bids
11. The bidder has to submit the tender document(s) online well in advance before the prescribed
time to avoid any delay or problem during the bid submission process.
12. There is no limit on the size of the file uploaded at the server end. However, the upload is
decided on the Memory available at the Client System as well as the Network bandwidth
available at the client side at that point of time. In order to reduce the file size, bidders are
suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the
size of file also gets reduced. This will help in quick uploading even at very low bandwidth
speeds.
13. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that
he/she completes the Bid Submission Process. Bids which are not frozen are considered
as Incomplete/Invalid bids and are not considered for evaluation purposes. 14. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or
the difficulties faced during the submission of bids online by the bidders due to local issues.
15. The bidder may submit the bid documents online mode only, through this portal.
16. At the time of freezing the bid, the eProcurement system will give a successful bid updation
message after uploading all the bid documents submitted and then a bid summary will be
shown with the bid no, date & time of submission of the bid with all other relevant details.
The documents submitted by the bidders will be digitally signed using the e-token of the
bidder and then submitted.
17. After the bid submission, the bid summary has to be printed and kept as an acknowledgement
as a token of the submission of the bid. The bid summary will act as a proof of bid submission
for a tender floated and will also act as an entry point to participate in the bid opening event.
18. Successful bid submission from the system means, the bids as uploaded by the bidder is
received and stored in the system. System does not certify for its correctness.
19. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected
20. The time that is displayed from the server clock at the top of the tender Portal, will be valid
for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The
Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The
bidders should adhere to this time during bid submission.
21. The bidders are requested to submit the bids through online eProcurement system to the TIA
well before the bid submission end date and time (as per Server System Clock)
22. Minimum requirements for accessing the Online E-Tendering website
Computer System installed with Windows XP or higher Operating System with suitable
antivirus in place. The OS should have the latest Service Pack.
The following are necessary
Java Runtime Environment Version 1.6 or above
Legally valid Digital Signature Certificate (DSC)
Dedicated broad band Internet Connection with minimum 256 kbps or above
Printer (Optional)
UPS
23. Vendors Training Program
Vendors are requested to contact M/s NIC Officers for any information regarding E-tendering /
training on their toll-free number displayed on the website http://www.etenders.gov.in
13
Contractor EE(E)
FOLLOWING OFFICERS MAY BE CONTACTED FOR REDRESSAL OF COMPLAINTS
Srn NAME OF
OFFICE
POSTAL ADDRESS Telephone
Numbers
1 CGMT, MH Circle CGMT, BSNL, 6th Floor ‘A’ Wing
Admn. Bldg, Juhudanda,
Santacruz(W), Mumbai – 400054
022-26616999/26616444
2 Sr. Chief
Engineer(E),
BSNL Electrical
Zone, Mumbai
A wing, Gr floor, Admn. Bldg Juhu
Danda, Santacruz (w),
Mumbai – 400054.
022-26600807
3 GM(Vig.), MH
Circle
G.M. (Vig.) – O/o CGMT, BSNL, 6th
Floor ‘A’ Wing, Admn. Bldg,
Juhudanda, Santacruz(W),
Mumbai – 400054
022-26616715
14
Contractor EE(E)
Declaration by Contractor for EW-6, EW-8 & Relative Certificate
(To be furnished by the firm in Physical form offline)
I / We do hereby undertake to have gone through the terms & conditions / clauses of all the tender
documents including Form EW-06, EW-08 being adopted by the BHARAT SANCHAR NIGAM
LIMITED (Electrical Wing) & agree to abide by the same.
In case of failure to comply as above, our offer will stand withdrawn and our tender documents would
not be opened by the tender opening officer. The decision of tender opening officer in this regard shall
be final & binding on me.
Signature of contractor/authorized representative
With seal of the firm
Format of the Relative certificate to be given by the firm/person:
I_________________S/o__________________R/o__________________________________here by
certify that none of my relative(s) as defined below is/are employed in BSNL unit as per details given
in the tender document. In case at any stage, it is found that the information given by me is false/
incorrect, BSNL shall have absolute right to take any action as deemed fit/without any prior
intimation to me.
The near relatives for this purpose are defined as:
a. Members of a Hindu Undivided family,
b. They are husband and wife,
c. The one is related to the other in the manner as father, mother, son(s) & son’s wife ( daughter-
In-law), Daughter(s) & daughter’s husband (son-in-law), brother(s) & brother’s wife, sister(s)
& Sister’s husband (brother in-law).
(Signature of the contractor with seal)
Signature of contractor/authorized representative
With seal of the firm
15
Contractor EE(E)
UNDERTAKING –I - REGARDING PROVISIONS-B
"I,……… ……………… ……………… …………… ………Son of. ……… ………………… …………
…………… …………….. …………….Resident of …… …………… ………… …………… ……………
…………… …………. hereby give an undertaking that
* I/ We have registered as per the EPF and ESI and Miscellaneous provisions Act, 1952 and our
registration no is ____________________ . We undertake to keep it valid during the currency of contract.
Any consequence arising due to non-complying of EPF & ESI Act provision shall be sole liability of
the undersigned contractor. 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".
* Strike out whichever is not applicable
(Seal of the firm) (Dated Signature of Contractor)
UNDERTAKING- II - REGARDING PROVISION-C
PAN No.:……………………….
Goods & Service Tax Registration No:………………………..
The Agency shall fill up the above data
(Seal of the firm) (Dated Signature of Contractor)
16
Contractor EE(E)
BHARAT SANCHAR NIGAM LIMITED.
(A GOVERNMENT OF INDIA ENTERPRISE)
Electrical Wing
State : Maharashtra Circle : Mumbai-54
Division : Mumbai Sub Division : Dombivili / Virar
Percentage Rate Tender / Item Rate e-Tender & Contract for Works
Tender for the work of: - Rate Contract for maintenance of Engine Alternator at various TE Bldgs/ BTS
sites under BSNL Electrical Sub Division Dombivli and Virar under Kalyan SSA.(2nd
call)
TENDER
1. 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 & other documents and Rules referred to in the conditions
of contract and all other contents in the E-tender document for the work.
2. I/We hereby tender for the execution of the work specified for the BSNL within the time specified in
Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications,
design, 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.
3. We agree to keep the tender open for Ninety (90) days from the due date of submission thereof and not
to make any modifications in its terms and conditions.
4. A sum of Rs. …………………. has been deposited in cash/receipt treasury challan/ deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank,/
bank guarantee issued by a schedule bank as earnest money. If I/ We fail to furnish the prescribed
performance guarantee within prescribed period, 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.
Further, if I/We fail to commence work as specified, I/We agree that “BSNL” shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said earnest money and the
performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards
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 deviations 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.
5. Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money &
Performance guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work. 6. I/We hereby declare that 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.
Dated ……………………. Signature of Contractor
Postal Address
Witness:
Address:
Occupation:
17
Contractor EE(E)
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 BSNL for a sum of Rs____________
______________________________________________________________________ )
The letters referred to below shall be form part of this contract Agreement:-
a)
b)
For and on behalf of BSNL
Dated ……………….. Signature _______________________
Designation _______________________
18
Contractor EE(E)
PROFORMA OF SCHEDULES
SCHEDULE (A):- Schedule of quantities: Appended from page 48-50
SCHEDULE (B):- Schedule of materials to be issued to the contractor.
Sr. No.
Description of item
Quantity Rates in figures and words at which the material will be charged to the contractor
Place of Issue
1 2 3 4 5
NIL
SCHEDULE (D):- Schedule Appended from page 35 to 36
SCHEDULE (F):-Reference to General Conditions of contract.
Name of work:
Rate Contract for maintenance of
Engine Alternator at various TE
Bldgs/ BTS sites under BSNL
Electrical Sub Division Dombivli
and Virar under Kalyan SSA.(2nd
call)
Estimated cost of work: Rs.4,05,646/- (Excluding GST).
i) Earnest money : Rs.NIL
ii) Performance Guarantee :
3% of the tendered value of work.
iii) Security Deposit :
NIL
GENERAL RULES and DIRECTIONS: Officer inviting tender Executive Engineer
(E), BSNL Electrical Division, Mumbai
Definitions: See below
2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical
Division, Mumbai
2(viii) Accepting Authority Executive Engineer (E), BSNL Electrical
Division, Mumbai
2(x) Percentage on cost of materials and labour to cover
all overheads and profits.
10%
Standard contract Form BSNL EW Form 8, Latest.
Clause 1
Time allowed for submission of Performance Guarantee
from the date of issue of letter of acceptance, in days
15 Days
Clause 2
Authority for fixing compensation under Clause 2.
SE (E)
Clause 5
Number of days from the date of issue of letter of
acceptance for reckoning date of start
15 days
19
Contractor EE(E)
Time allowed for execution of work.
Authority to give fair and reasonable extension of time
for completion of work.
06 (Six) months.
SE (E)
Clause 10CC
Clause 10CC to be applicable in contracts with stipulated
period of completion exceeding the period shown in next
column.
Not Applicable
Clause 11
Specifications to be followed for execution of work
Specifications as per Section I – Contract
document for R/C of Mtce of EA sets with
Schedule of work.
Clause 12
12.2(iii) Schedule of rates for determining the rates for additional, altered or substituted items that cannot be determined under 12.2.(i) & (ii)
NIL
Clause 12
12.2(iii), plus/minus ± the % over the rate entered in the
schedule of rates
NA
Clause 12
Deviation Limit beyond which
clauses 12.3 shall apply
25%
Clause 25
Competent Authority for Conciliation
SE (E)
Clause 30.2
Minimum Qualifications and experience required for
Principal Technical Representative.
i For works with estimated cost put to tender more
than ( Rs. 2 lakh but less than Rs.5 Lakhs for Elect/
Mech. Works)
Recognized diploma holder
ii For works with estimated cost put to tender more
than Rs. 5 lakh for Elect/ Mech. Works
Graduate or recognized diploma holder with
3 years experience
Clause 30.5
Recovery to be effected from the contractor in the event
of not fulfilling provision of clause 30.2
Rs.4,000/- p.m. for works costing above 5
lakhs
Rs.2,000/- p.m. for works costing between 2
lakhs and 5 lakhs
20
Contractor EE(E)
SCHEDULE “D”
(B) Copy of Memorandum No.5-1-12/EW/94 dated 26th
Sept.1996
Subject: - Option for Deposit of Earnest Money in the form of Bank Guarantee for Air-
conditioning, Engine Alternator sets, AMC Window/Split AC unit, EA Sets, and Sub-
Station Works. (Bank Guarantee should be in a Stamp Paper of Rs.100/-)
1. In modification of the existing procedure of Deposit of Earnest Money with each Tender in the shape
of Cash/Demand Draft/Pay Order, it has been decided by the BSNL Commission to provide for an
option to the Contractor(s) for depositing Bank Guarantee along with the Tenders for Air-
conditioning, Diesel Engine Alternator, AMC E/A sets, Operation and Comprehensive Maintenance
of EMS, Window/Split AC unit and Sub-station works wherever the amount of EMD is more than
Rs.20, 000/-.
2. The Bank Guarantee shall be from a Scheduled Bank or from a Nationalized Bank/State Bank
guaranteed by Reserve Bank of India.
3. The Bank Guarantee shall remain in force for 30 days after the period for which the tenders are valid.
4. The value of the Bank Guarantee to be deposited along with each Tender shall be at the rates of
Earnest Money prescribed by the BSNL from time to time. The Bank Guarantee Bond for EMD
Deposit shall be as per the Model form at Annexure-1.
5. The Bank Guarantee Deposit by the Contractors shall be entered in a register to be maintained by the
Divisional Officer/Accounts Officer of the concerned Electrical Division and the register shall be
reviewed periodically and appropriate action to be taken for extending/ encashing or release of this
Bank Guarantee.
6. This is issued with the concurrence of BSNL Finance vide their U.O.No.274/FA-V dated 26th
Sept.1996 and shall come into force with immediate effect.
Encl.: Annexure-I
21
Contractor EE(E)
Annexure-I
MODEL FORM OF BANK GUARANTEE (ON STAMP PAPER OF Rs. 100/-)
BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE
ALTERNATOR, AMC E/A Sets, Operation and Comprehensive Maintenance of EMS, Window/Split AC
unit AND SUB STATION WORKS WHEREVER THE AMOUNT OF EMD IS MORE THAN RS.
20,000/-
Whereas_________________ (hereinafter called "The Contractor(s)") has submitted its Tender dated
_____________ for_________________(Name of work)_______________________ KNOW ALL MEN by
these Presents that we ______________________ OF ______________________ having our registered
office at_____ ________________(hereinafter called "The Bank") are bound unto_________________
(hereinafter called "The BSNL") in the sum of __________________ for which payment will and truly to be
made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.
THE CONDITIONS of the obligation are:
1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender
Form: or
2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period
of Tender validity.
(a) Fails or refuses to execute the Contract.
(b) Fails or refuses to furnish Security Deposit in accordance with the conditions of Tender document.
WE undertake to pay to the BSNL up to the above amount upon receipt of its first written demand, without
the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the
occurred condition or conditions.
This guarantee will remain in force as specified in the Tender Document up to and including Thirty (30)
days after the period of the Tender validity, and any demand in respect thereof should reach the Bank not
later than the specified date/dates.
Signature of the Bank
Signature of the Witness
Name of Witness
Address of Witness
22
Contractor EE(E)
ANNEXURE- II
PERFORMANCE SECURITY GUARANTEE BOND
In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having offered to accept the terms and
conditions of the proposed agreement between ________________ and ______________(hereinafter called
the said contractor(s)’) for the work___________________ (hereinafter called “the said agreement”),having
agreed to production of a irrevocable Bank Guarantee for Rs. _________ (Rupees
_____________________________________________only) as a security / Guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said
agreement .
1. We, (name of the bank) ______________________ (hereinafter referred to as “the bank”) hereby undertake
to pay to the BSNL an amount not exceeding Rs.__________
(Rupees_____________________________________________ only) on demand by the BSNL.
2. We (name of the bank)__________________ do hereby undertake to pay the amounts due and payable
under this guarantee without any demure, merely on a demand from the BSNL stating that the amount
claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such
demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs._______________ (Rupees __________________ only)
3. We, the said bank further undertake to pay to the BSNL any money so demanded notwithstanding any
dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or tribunal
relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us
under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall
have no claim against us for making such payment.
4. We, (name of the bank) ___________________________ further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of the said
agreement and that it shall continue to be enforceable till all the dues of BSNL under or by virtue of the said
Agreement have been fully paid and its claims satisfied of discharged or till Engineer-in-Charge on behalf
of the BSNL certified that the terms and conditions of the said Agreement have been fully and properly
carried out by the said contractor(s) and accordingly discharges this guarantee.
5. We, (name of the bank)___________________ further agree with the BSNL that the BSNL shall have
fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said Agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time from time to time any of the powers exercisable
by the BSNL against the said Contractor(s) and to forbear or enforce any of the terms and conditions
relating to the said agreement and we shall not be relieved from our liability by reason of any such variation,
or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the
BSNL or any indulgence by the BSNL to the said contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).
7. We, (name of the bank) _____________________lastly undertake not to revoke this guarantee except with
the previous consent of the BSNL in writing.
8. This guarantee shall be valid up to ______________ unless extended on demand by the Government.
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.
_____________ (Rupees _______________ only) and unless a claim in writing is lodged with us within six
months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this
guarantee shall stand discharged.
Dated the ______________ day of _________
for_____________________________
(Indicate the name of bank)
23
Contractor EE(E)
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 (Address)-----------------
herein after called the contractor (which term shall unless excluded by or repugnant to be subject or
context include its successors 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 successes and assigns) of the other part.
WHEREAS
(B) The BSNL is desirous that the execution of (Name of work) -----------------------------------------
------------------------------------------------------------------------------------------------------------------
-------------- at -------------------- to be performed as mentioned , enumerated or referred to in
the tender including press Notice Inviting Tender , General conditions of the contract , Special
conditions of the contract , Specifications , Drawing , Plans , Time schedule of completion of
jobs , schedule of quantities and rates , agreed variations , other documents , has called for
tenders.
(C) The contractor has inspected the site and surroundings of the work specified in the tender
documents and has specified himself by carefully examinations before submitting his tender as
to the nature of the 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 the
labour and materials necessary for the execution of work , the means of access of site , the
supply of power and water thereto and the accommodation he may require and has made local
and independent enquiries 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 situations , delays ,
hindrances or interferences to or with the execution and completion of the work to be carried
out under the contract , and has examined and considered all other matters , conditions and
things and 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.
(D) The tender documents including the BSNL ,s press notice Inviting Tender , General conditions
of Contract , special conditions of contract, Schedule of quantities and Rates , General
obligations , Specifications , Drawings , Plans , Time schedule for completion of work. Letter
of acceptance of tender and any statement of agreed variations with its enclosures copies 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 -------------------------------------------------------------------
(refer note at page -------------------------------------------)
(contractor) for the work of---------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------- at --------
------------ and conveyed vide letter no ------------------------------------------------------ Dated -----
---------- at the rates stated in the schedule of quantities for the work and accepted by the BSNL
(herein after called the schedule of rates ) upon the terms and subject to the conditions of the
contract.
24
Contractor EE(E)
NOW THIS AGREEMENT WITNESSTH & IT IS HEREBY AGREED AND DECLARED AS
FOLLOW
1. In consideration of the payment to be made to the contract for the work to be executed by 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
in the contract mentioned or described or which are to implied and there from or may be
reasonably necessary for the completion of the said works and at the said times and in the
manner and subject to the terms and conditions or stipulations mentioned. In the contract and
2. In consideration of the due provisions 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 of the contract,
such payment to be made at such time in such manner as prescribed for in the contract.
It is specifically and distinctly understood 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 building , structures or works executed on 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 charge 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 and 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 where of the parties hereto have here-into set their respective hands and seals in the
day and the year first above written.
Signed and delivered for and on behalf of BSNL Signature and delivered for and on behalf of
the Contractor
(BHARAT SANCHAR NIGAM LIMITED) (CONTRACTOR)
OFFICIAL ADDRESS
Date Date
Place Place
IN PRESENCE OF TWO WITNESSES
SIGNATURE SIGNATURE
NAME NAME
SIGNATURE SIGNATURE
NAME NAME
25
Contractor EE(E)
PROFORMA FOR BID SECURITY DECLARATION
i) I have gone through entire tender document, I hereby undertake that I’ll carry out the
work as per tender terms, conditions & specifications. I further undertake that I’ll follow
all labour rules, acts in force & submit all required returns to concerned authorities like
EPF, ESI & labour department. I’ll maintain inventory and tools & plants as prescribed in
the tender document, all the time.
ii) In case of my failure to discharge contractual obligations i/c labour law compliances,
BSNL will be at liberty to take actions as per terms & conditions as stipulated in the
tender document and same shall be binding on me.
iii) Further, I/ We accept that if we withdraw or modify our bid during validity period; I/ We
will be suspended/ debarred/ banned for the period of one year, same as specified for
MSE bidder, in the Clause 1.2.2 (d) of Section-4 Part A of the Procurement Manual.
(Seal of the firm) (Dated Signature of Contractor)
26
Contractor EE(E)
Bidder’s profile & Questionnaire.
Tenderer / Bidder’s Profile & Questionnaire (To be filled in and submitted by the bidder)
A) Tenderer’s Profile
1. Name of the Individual/Firm: ………………………………………………
2. Present Correspondence Address
…………..…………………………………………………………………………
…………………………..…………………………………………………………
Telephone No. ………………….. Mobile No. ………………... FAX No. …………
3. Address of place of Works/
Manufacture ……….…………….…………………………………………………………….
……………………………………….………….………………………………………………
Telephone No. ..……………………….. Mobile No. ……………………………
4. State the Type of Firm: Sole proprietor-ship/partnership firm/(Tick the correct choice):
Private limited company.
5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.:
S. No. Name Father’s Name Designation
1.
2.
3.
6. Name of the person authorized to enter into and execute contract/ agreement and the
capacity in which he is authorized (in case of partnership/ private Ltd company):
……………………………………………..………………………………………
7. Permanent Account No.:………………………………………………………
8. Details of the Bidder’s Bank for effecting e-payments:
(a) Beneficiary Bank Name:………………………………
(b) Beneficiary branch Name:…………………………….
(c) IFSC code of beneficiary Branch……………………..
(d) Beneficiary account No.:……………………………….
(e) Branch Serial No. (MICR No.):………………………...
9. Whether the firm has Office/ works (i.e. manufacture of the tendered item) in Delhi? If
so state its Address……………………………………………………………………
B) Questionnaire
1. Do you think any other detail/ material is required to complete the work specified in
the specification? Yes/No.
If Yes, Give details
………………………………………………………………………………………
2. Do you think any other item of work need be included in tender form to complete the
work specified in the specification? Yes/No.
If Yes, Give details
………………………………………………………………………………………
3. Kindly indicate the maximum Quantity of tendered material which you are capable of
supplying within the scheduled delivery period.
27
Contractor EE(E)
Name of the tendered
Item
Qty that can be supplied by the firm within scheduled
delivery period.
4. Suggestion for improvement of the tender document.
……………………………………………………………………………………….
……………………………………………………………………………………….
…………………………………………………………………………………….
Place………………….
Signature of contractor ………………………
Date………………….
Name of Contractor……………………………
28
Contractor EE(E)
(I) “IMPORTANT NOTE FOR CONTRACTORS”
The firm shall read carefully the following conditions and shall quote accordingly confirming all the
points in their offer.
A) GENERAL TERMS AND CONDITIONS: -
1. It is not binding on BSNL to accept the lowest or any tender and reserves to themselves the right of accepting the
whole or any part of the tender and the tenderer shall be bound to perform the same at the quoted rates. 2. COMPLIANCE OF EPF ACT: - The firm has to fulfill / compliance of the provisions of EPF & Misc.
Provisions Act 1952 & Employees’ Provident Fund Scheme 1952. The each claim bill of contractors must
accompany the 1) List showing the details of labourers / employees engaged. 2) Duration of their engagement. 3)
The amount of wages paid to such labourers / employees for the duration in question. 4) Amount of EPF
contributions (both employers and employee’s contribution) for the duration of engagement in question paid to
the EPF authorities. 5) Copies of authenticated documents of payments of such contribution to EPF authorities
and 6) A declaration from the contractors regarding compliance of the conditions of EPF Act, 1952. 3. CO-ORDINATION AT SITE: - At the site of work more than one agency may be working full cooperation
shall be extended to other agencies during progress of work. Further, work shall be carried out in such a way so
that it may not cause abnormal noise and hindrance to the officers of the department engaged in erection as well
to the normal routine work. 4. TAX AND DUTIES: -
1. TAXES AND DUTIES:
a. In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is ambiguity
between “schedule and specification” verses IS / BS standards, “Schedule and specification” shall
prevail.
b. Tax Invoice/Bill of supply should be pre-printed with all the details as per the requirement under GST
Act
c. No advance payments can be made. Stipulations like levy of interest if payment is
not made in a specified time are also not acceptable and the payment is governed by the normal BSNL
practice.
d. Bidders must mandatorily mention correct HSN/SAC codes. e. GST means SGST/CGST/IGST as
applicable.
e. The firm shall claim GST with the bill clearly furnishing the complete details of GST so included along
with documentary proof of applicable rate of GST. BSNL, under no circumstances, will consider any
claim of GST not included in the bill. It will be the firm’s responsibility to settle GST with GST
authorities. GST will be paid extra against documented GST invoice.
f. Amount quoted should be Basic unit Price Excluding GST + component for which GST input credit is
not available.
g. The Bidder must mandatorily quote for all GST components as required.
h. The Bidder who submits the offer with concessional GST shall submit the proof of applicable
concessional GST. In case the concessional GST is not creditable to BSNL, It should be included in the
basic price of Goods/Services
i. For determining L-1 Input creditable taxes i. e. GST shall not be considered. Input tax creditable items i.
e. GST must be mentioned in the table under provided without which the Input creditable taxes &
duties/GST shall be treated as NIL and tender will be decided accordingly.
5. DECLARATION BY BIDDER:
a) 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 wef 1 July 2017 & further extended on more items till date.
29
Contractor EE(E)
b) The firm shall be responsible to ensure that GST shown in the above columns is correct & Input Tax
Credit for the amount shown above is admissible as per GST Act as amended upto date.
c) Tax Invoice / Bill of supply should be pre-printed with all the details as per the requirement under GST
Act.
d) The evaluation and comparison of responsive bids shall be done on the basis of Net cost to BSNL on the
prices offered inclusive of packing, forwarding, freight and insurance charges etc, but excluding GST.
e) The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour,
materials and other inputs involved in the execution of the items as specified in the scope of work.
f) No advance payments can be made. Stipulations like levy of interest if payment is not made in a specified
time limit are also not acceptable and the payment is governed by the normal BSNL practice.
g) Bidders must mandatorily quote for all GST components (CGST, SGST, IGST) as applicable.
h) Bidders must mandatorily mention correct HSN / SAC codes.
6. Performance Guarantee: - The contractor is required to furnish performance guarantee for an amount
equal to 3% of the contract value in the form of Bank Guarantee/CDR/FDR/DD (of Nationalized
/Scheduled Bank in a standard format) within two weeks (15 days) from the date of issue of
acceptance/award letter. This period can be further extended by the Engineer-in-Charge up to maximum
period of two weeks on return request of contractor. The validity period of performance security in the
form of performance Bank Guarantee shall be one years from the date of completion of work. This
amount shall be refunded after one year of actual date of completion of work. EMD available with the
tender shall be released after receipt of performance guarantee and commencement of work.
If the contractor fails to furnish the prescribed performance guarantee with in prescribed period, the
earnest money is absolutely forfeited to the BSNL automatically without any notice.
7. Security Deposit: NIL
NOTE: No additional condition whatsoever will be accepted for turnover tax/ GST on works contract.
In case of additional conditions for the payment of such taxes by the contractor the tender may be
liable to be summarily rejected by the accepting authority. No conditional offer shall be entertained
and rejected. (Standing order No.258)
1. The acceptance of tender will rest with the Executive Engineer (E), who does not bind himself to accept
the lowest tender or any other tender and reserve to himself the authority to reject lowest or all the
tenders received without assigning any reason. All tenders in which any of the prescribed conditions are
not fulfilled or incomplete in any respect are liable to be rejected. Tenders with any condition including
that of conditional rebate shall be rejected forthwith summarily.
2. PAYMENT TERM: No advance payment will be made.
3. 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. Safe custody of the material stores at site will be responsibility of
the contractor.
4. INSPECTION AT THE PREMISES OF THE FIRM
The departments authorized representative shall have full powers to inspect the drawings of any portion of
the work or examine the materials and workmanship of the equipment (except for the imported item(s) at
the firms works or at any other place from where the material or equipment is obtained, if the department
so desires. The firm shall offer the equipments for inspection well in advance before dispatch of materials
from the factory. The equipments shall be dispatched from the factory only after the clearance from the
Engineer – in – charge. Acceptance of any material or equipment shall in no way relieve the firm of their
responsibility for meeting the requirements of the specifications. In case, any equipment is found defective
or of inferior quality the firm shall have to replace the same free of cost.
30
Contractor EE(E)
5. Distribution of work & Operation of Master agreement shall be governed as follows:
The Master Rate Contract agreement shall be framed in the O/o EE (Elect.), Mumbai which shall be
signed by the authorized representative of the firm within 15 days of issue of the acceptance letter.
Infrastructure In-charge/Executive Engineer shall issue P.O. to sign the agreement within 15 days of
issue of award letter by EE.
Date of start of agreement shall be the date of issue of P.O. and time allowed to carry out the work
shall be 12 Months counted thereafter as per terms of this NIT.
EMD deposited at the time of submission of tender shall be released after receipt of performance
guarantee.
S.D. and other deposits as per terms and conditions of individual agreement shall be kept with the
concern infrastructure In-charge/Executive Engineer and refunded / adjusted as per relevant clause
of individual agreement.
For all sites the Infrastructure In-charge is to be nominated by SSA head shall be treated by Executive
Engineer.
The payment shall be made by the SSA & the billing shall be done by Infrastructure In-charge.
a) The methodology for operation of this particular agreement shall be adopted as per the flow chart
and instructions as per Annexure-‘A’.
i. The tender shall be called by the office as mentioned above.
ii. The tender shall be approved by Electrical wing by the competent authority, after approval P.O shall
be created by Infrastructure in-charge /Executive Engineer (Electrical) as mentioned in P.O.
iii. The payment shall be authorized by the infrastructure In-charge/ Executive Engineer as the case
may be.
iv. In case infrastructure in-charge is nominated other than Executive Engineer (Electrical), the word
executive Engineer shall deemed to be substituted with infrastructure in-charge elsewhere.
v. The agreement shall be operated as call basis tender for sites within SSA. However in exceptional
cases not more than 10% of total value, work may be entrusted in one adjacent SSA for which same
rate without any extra cost shall be paid.
vi. With the start of agreement, vendor shall indicate one email address where communication to the
faults will be indicated by infrastructure In-charge/Executive Engineer. Intimation given in above
email shall be deemed to have been received by the vendor immediately and he will act within 12
hours. Failure more than 24 hours of lodging the complaint in email address will be treated as
delayed performance and will attract levy of compensation @ Rs. 50/75 per hour rural/urban
exchanges subject to maximum of respective visit charges for rural/urban exchanges.
vii. After attending the site vendor representative will confirm the same to infrastructure In-charge/
Executive Engineer by email and get the service report signed by the local BSNL representative
indicating nature of work carried out and cost. Lapse in providing the service report may lead BSNL
to disallow the claim.
viii. It is assumed that vendor representative will carry all the item required for attending the DG set
with him or will cause to receive the same without any extra cost. BSNL will not pay anything extra
if vendor has to make additional trip for attending the site.
ix. All the service reports duly signed by local BSNL representative will have to be submitted
infrastructure INCHARGE/Executive Engineer along with the invoice while claiming the monthly
payment.
x. Payment shall be processed by infrastructure INCHARGE/Executive Engineer according to invoice
with supporting service report.
31
Contractor EE(E)
b) The quantities of items of works will be split between lowest two agencies who agree to the rates decided
by BSNL in the ratio on 70% and 30% to the 1st
and 2nd
lowest tenderer respectively, if L2 does not agree
to bring down the rates at par with L1 rates then 100% work shall be awarded to lowest tenderer L-1. LOI
shall be issued by EE(E], Individual agreement shall be drawn by EE (E) concerned.
c) BSNL will have the right to increase or decrease up to 25 % of the contract value depending upon the
requirement of goods & services specified in the schedule of items without any change in the unit price or
other terms & conditions at the time of award of contract.
d) The ordering quantity can be increased up to the extent of 25 % (deviation limit) without the consent of the
firm. The firm shall execute such quantities at the rate quoted in the tender without any change in terms and
conditions of the contract.
e) The agreement shall be signed between the firm and Executive Engineer (E), BSNL Electrical Division,
concerned, within a fortnight from the date of approval.
f) Formal work contract agreement will be made between the Executive Engineer (E) & the firm on the basis
of specimen agreement & the schedule of work. The date of commencement shall be reckoned from the
15th day after the date of award letter.
6. MISCELLANEOUS
a. 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.
b. The agency will provide the workers with necessary Tools & Plant, Testing and safety equipments.
c. 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.
d. 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 the name of person & firm.
e. Dismantled materials shall be returned to the BSNL except those items for which the replacement is
supplied by the agency.
f. Firm should have round the clock contact telephone number. In case of Emergency, contractor and
authorized engineer 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.
7. PACKING, FORWARDING AND STORAGE AT SITE Before dispatch to site, the equipment / component / materials shall be properly packed so as to afford
protection against transit damages and damages against storage in open areas either at transporter's premises
or at work site. When storage in open area is inevitable proper waterproof covering shall be provided to
protect damages on account of rainwater etc. However, damaged items shall be replaced as per the direction
of Engineer-in-Charge. 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. However, safe custody of the material stored at
site will be the responsibility of the contractor.
8. CO-ORDINATION AT SITE:- At the site of work more than one agency may be working full cooperation shall be extended to other
agencies during progress of work. Further, work shall be carried out in such a way so that it may not cause
abnormal noise and hindrance to the officers of the department engaged in erection as well to the normal
routine work.
9. BYE-LAWS INDEMNITY AGAINST LIABILITIES: - The firm shall comply with all bye – laws and regulations of local and statutory authorities having jurisdiction over the works and shall be responsible for payment of all fees and other charges and giving / receiving all necessary notices and keep the Engineer – in – charge informed.
The firm shall indemnify the department against all claims in respect of patents rights, trade mark or name of
other protected rights in respect of any equipment, machine, work or materials used for or in connection with
the works or temporary works and from and against all claims, demands, proceeding costs, charges and
expenses whatsoever in respect of or in relation thereto. The firm shall defend all actions arising from such
claims and shall pay all royalties.
Fees, damages, cost and charges of all and every sort that may be legally incurred in respect thereof shall be
borne by the firm.
32
Contractor EE(E)
All liabilities / panel recoveries on matters arising out of sales tax / excise duty / works contract tax / service
tax or any other levies such as incorrect deductions, discrepancies in the filling up of returns, revised
assessments by the concerned authorities etc. shall be borne by the firm.
It shall be firm’s liability to follow all safety procedures in accordance with relevant I.S specifications / fire –
by – laws or any other statutory rules/ regulations amended up to date during execution of work at site.
10. COMPENSATION FOR DEFAULTS i. 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.
ii. 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.
iii. All breakdown calls / complaints have to be attended by the firm with utmost promptness. If the agency fails to
rectify any fault within reasonable time, the department reserves the right to carry out the work at the risk and
cost of the agency. In case the fault is of emergency nature, which may affect the normal functioning of the
services, and the firm fails to take immediate necessary action, the work shall be carried out at the risk and cost
of the firm without giving any notice. The decision of the EE (E) shall be final.
11. REJECTION OF DEFECTIVE EQUIPMENT If the completed installation / equipment or any portion thereof, after it is taken over, is found to be defective or fails to fulfill the intent of the specifications, the firm shall on receipt of a written notice from the Engineer – in – charge, forthwith make good the defective installation / equipment. Should the firm fail to rectify the defects / make good the defective installation / replace the equipment at no extra cost, within a stipulated time mentioned in the written notice, department may get the work done at the risk and expenses of the firm.
12. TESTING AT SITE: - The contractor will have to give the following tests at his cost and intimate test results before
commissioning. Nothing extra will be paid to him on this account.
a) Megger test between Phases, Neutral and Earth. b) Earth test. c) Polarity test.
13. OPERATION OF SYSTEM The department shall have the right to operate all equipments, if in operating condition, whether or not such equipments have been accepted as complete and satisfactory. Repairs and alterations shall be made by the
firm at such times as directed by the Engineer – in – charge, free of charge.
14. GUARANTEE & DEFECTS LIABILITY PERIOD
The guarantee shall be valid for twelve months after Commissioning of the system. The contractor shall
guarantee that system shall be free from any defect due to the defective material and / or bad workmanship
and also the equipments shall work satisfactorily with performance and efficiencies not less than the
guaranteed values. The firm shall visit quarterly during guarantee period and ensure the healthiness of
system. a) Any part found defective during this period shall be replaced free of cost by the contractor. The service of the
contractor's personnel if required during this period shall be made available free of cost to the department. b) The contractor shall depute his representative within 36 hours of notification of the defect by the department.
c) A joint report shall be prepared by the representative of department and firm regarding nature of defects and
remedial action required. Time schedule for such action shall be also finalized.
d) In case the contractor fails to depute his representative within 36 hours of notification of the defect or fails to
cause remedial measure within reasonable time as decided during joint inspection, the department may
proceed to do so at the contractor’s risk and expenses and without prejudice to any other right.
15. Compensation to be levied in cases of use of duplicate / spurious material.
a) Department reserves the right to get inspected any components thereof by the manufacturer / their authorized
representative/ authorized testing department, whose report as regards to the genuineness of component shall
be final and binding. In case any component upon such inspection is found to be duplicate/spurious, double the
33
Contractor EE(E)
cost of such component based on pricelist (without any discount whatsoever) effective on date of aforesaid
inspection shall be recoverable. b) In case the contractor agrees to replace the components so found spurious / duplicate at his cost, within 15
days of the said report compensation of Rs. 3,000/- per component found spurious / duplicate should be levied
against the contractor.
c) Besides the above the department reserves the right to take disciplinary action against the Contractor.
d) Decision of SE (E), BSNL, Mumbai in such case shall be final and shall be out of purview of clause-48 of
arbitration ".
16. SPECIAL CONDITIONS OF CONTRACT -
1) TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR (Circular – no 1-5-EW/2015 Dt-
15/10/2015 of PGM(EW) BSNL CO New Delhi)
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.
2) INDULGING OF CONTRACTOR IN CRIMINAL/ANTISOCIAL ACTIVITIES AND CASES UNDER
INVESTIGATION/CHARGE SHEETED BY CBI OR ANY OTHER GOVERNMENT AGENCIES
ETC-
If the CBI/Independent External Monitor (IEM)/Income Tax/Sales Tax/Central Excise/Custom Department
recommends such a course- Action will be taken as per the directions of CBI or concerned department.
34
Contractor EE(E)
LABOUR REPORT
Each bill of contractors for this work must accompany the information in following table
LABOUR REPORT FOR THE PERIOD :-
Name of Work:-
Agreement No :- Agency’s EPF Registration Number :-
Name of Agency :-
Bill Serial Number :-
Details Of Labor/Workers/Employees engaged at site :-
S. Name of Category of Duration Am
ount
ofW
ages
paid
perd
ay
incl
usiv
eall. Amount of EPF D
etai
lsof
Fem
aleW
orke
rwho
have
been
allo
wed
mat
erni
ty
bene
fitac
cord
i
ngto
Clau
se-
19- The
Rem
ark
N Labor/Worker/ Labor/Worker/Emp of their Contribution Accident
. Employee loyee engageme Employ Employ hat occurs
engaged at site [Skilled/Semiskille nt er ee during the
with his EPF d/ unskilled] fortnight
number showing
the
circumstan
ces &
extend of
damage &
Injury
I Mr.----------- Proprietor of M/s-------------- Declare that I am complying EPF ACT- 1952 & the contract Labor (Regulation & Abolition) Central Rules-1971. The Wages of their duration of engagement & EPF contribution etc are being
fulfilled from time to time. I am liable to pay EPF contribution, however incase of any demand by EPF authorities, their claims
will be settled by me.
Date Signature of Contractor
35
Contractor EE(E)
Additional Conditions due to introduction of GST
In view of implementation of GST, following changes will take effect: 1. a) In eligibility criteria, firm has to mention valid Goods & Service Tax registration certificate number or to
mention that he is unregistered dealer.
b) A self-declaration that bidder is not black listed by GST authorities.
c) In case supplier/bidder gets black listed during the tenure of BSNL contract, the firm shall indemnify BSNL of
any Input Tax credit due to default of bidder/supplier.
d) In case of multiple GST number, all number can be provided as annexure. 2) In case of imported material, basic unit price (Ex-factory price) of Goods, CIF, assessable value, BCD, cess, IGST,
freight shall be indicated separately. 3) The evaluation and comparison of responsive bid shall be done on the basis of Net cost to BSNL on the prices of
Goods & services offered along with all applicable tax, packing, forwarding, freight & insurance charges etc. but
excluding taxes which are creditable to BSNL. 4) Supplier/bidder should furnish HSN/SAC classification. If the credit for the duties, taxes and cesses under the
provision/rule under GST law is found to be not admissible at any stage subsequently owing to wrong furnishing
of tariff head or by supplier fault, then the supplier will be liable to refund such non admissible amount, if already
paid along with penalty and interest if charged by concerned authority. 5) In case the duties, taxes & cesses which are not eligible for input credit as the quotes indicated in price schedule by
supplier and subsequently at any stage it is found that credit for such duties/taxes/cesses is admissible as per
provision of GST law, then the supplier will be liable to refund the amount equivalent to such duties, taxes and
duties if already paid to them provided the credit can be claimed within the time prescribed under the applicable
legislation and BSNL has all documents to claim such credit. The refund is also subjected to the bidder performing
necessary act for enabling BSNL to claim the credit viz upload the information on GSTN. However, the purchaser
may allow the supplier to submit necessary documents in this regard which may enable the purchaser to avail the
input tax credit provided such credit is still available for the amount so paid as per provision of GST law. 6) The purchaser reserves the right to ask the bidders to submit documentary proof confirming the correct HSN or
SAC classification/Customs 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 GST Act/Customs tariff
notifications. 7) If the supplier fail to furnish necessary supporting documents i.e. Tax invoices/customs invoices etc. in respect of
duties, taxes and cesses which are eligible for input tax credit, the amount pertaining to such Duties, taxes and
cesses will be deducted from the payment due to the firm. 8) If the supplier fails to perform necessary compliances which would any manner restrict BSNL to claim input tax
credit, then the amount pertaining to such duties, taxes and cesses will be deducted from the payment due to the
firm. 9) If the supplier does not disclose the correct details on the invoice or on the GSTN viz. GSTIN, Place of supply, etc.
which restricts BSNL to claim input tax credit, then the amount from the payment due to the firm. 10) Payment terms: Payment of specified percentage of the price as stated in clause 5 of section -2 (Tender
information) shall be made on receipt of goods by consignee. For claiming this payment the following documents
are to be submitted to the paying authority.
a) Invoice clearly indicating break up details of composite price i.e. Basic, Goods and service Tax (GST), any
other duties and taxes, Freight/Packing charges, etc.
b) Acknowledged delivery challan in original.
c) The sea freight receipt as per the rates approved by the Ministry of water and surface transport, if applicable.
d) E-way bill as prescribed in the GST law in case of movement of goods.
36
Contractor EE(E)
e) Proof of payment of GST, if applicable.
f) Timely uploading of correct and necessary information on GSTN portal is mandatory as prescribed in GST
compliances.
Note:-
i. If the supplier fails to furnish necessary supporting documents i.e. GST invoice/Customs tax credit etc. and
also fails to upload the information on GSTN in respect of the duties/taxes for which input tax credit is
available, the amount pertaining to such duties/Taxes will be deducted from the payment due to the supplier.
ii. Tax amount will be paid to the supplier only after supplier declares the details of the invoice in its return in
GSTR 1 and GSTR 3 uploaded by the supplier and the same is reflected in GSTR-2A of BSNL on GSTN
portal.
iii. TDS/TCS shall be deducted at the prescribed rate, if any (as the case may be). 11) BSNL can adjust/forfeit Bank Guarantee obtained from the supplier against any loss of Input tax credit to BSNL
on account of supplier’s default. 12) In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST on its invoices. Further,
the supplier undertakes to comply with the provisions of the GST law as may be applicable. 13) The balance payment shall be made within a period of 6 months from the invoice date to ensure availability of
input tax credit (ITC) & subject to condition that there are no damage/shortages. In those cases where such the
cases are settled in accordance with the supplier in writing, the balance payment shall be released only after the
cases are settled in accordance with the provision of the P.O.
Further, in case any dispute on the payment to be made to the supplier, the same shall be settled on or before the
month of September following the end of financial year to which the invoice pertains.
Additionally, in case the dispute is not settled due to any act of the supplier and input credit on the said invoice is
lost by BSNL, the same shall be recovered from the supplier. 14) Tax Indemnity Clause:
BSNL has the right to recover Input Tax credit loss suffered by it due to any mis-declaration on invoice by the
supplier. 15) Any sum of money due and payable to the supplier (including security deposit refundable to him) under this
contract may be appropriated by the purchaser or BSNL or such other person or person(s) for payment of a sum of
money arising out of this contract or under any other contract or under any other contract made by the supplier
with the purchaser or BSNL or such other person(s) contracting through BSNL. In case of set off of security
deposit against any claim of the purchaser or the BSNL or such other person or person(s) for payment of a sum of
money arising out of this contract or under any contract made by the supplier with the Purchaser or BSNL or such
other person(s) contracting through the BSNL, the GST on such set off will be borne by the supplier. GST would
not be liable on security deposit. But, if supplier set off the security deposit against any claim of the purchaser or
BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any
other contract made by the supplier with the purchaser or BSNL or such other person(s) contracting through
BSNL, then GST would be levied. 16) GST Invoice
1. All the details of supplier (name, address, GSTIN/unregistered supplier, place of supply, SAC/HSN code, etc.)
and other mandatory details shall be mentioned on the invoice.
2. Invoice/Supplementary invoice/Debt Note/Credit Note/Receipt voucher need to be issued in compliant format
and timely within the time prescribed under the GST law.
3. In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in the reasonable time to
enable the supplier to issue credit note and take tax adjustment.
4. It would be the responsibility of the supplier to declare correct information on invoice and GSTN 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 supplier, the same would be recovered by BSNL from the supplier.
37
Contractor EE(E)
5. Registered location of both the parties i.e. BSNL and supplier should be mentioned in the agreement with
GSTIN No.. Further, supplier should raise invoice at the registered premise of BSNL for availing of credit and
ensure that the place of supply as per GST law is same as registered premise.
6. BSNL could at any time instruct the supplier to rise its invoices at a particular location of BSNL.
7. It is the responsibility of the supplier to ensure that place of supply and GSTN of BSNL are in the same state.
if for any reason they are not in the same state, the supplier shall intimate to BSNL and give adequate time
before raising of the invoice.
8. E-way bill number should be mentioned on the invoices.
9. Supplier shall be responsible for timely issuance and delivery of invoice/DN/CN to enable BNL to claim tax
benefit on or before the stipulated time period provided by the GST law.
a) It is the responsibility of the supplier to ensure that outward supply return (GSTR-1) would be filed correctly.
If not, then cost would be borne by supplier.
b) Reporting of correct outward supply by the outward return (GSTR-1) is the responsibility of the supplier. In
case of mismatch because of the supplier’s fault, prompt amendments must be made by the supplier else
supplier would be required to indemnify BSNL of the loss of credit due to mismatch. The compliances to be
adhered by supplier includes (but not limited to) the following:
i) Uploading appropriate invoice details on GSTN within the stipulated time.
ii) Issuing GST compliant invoice/CN/DN/. PO issued by BSNL should be referred by supplier for capturing
information on the invoice.
iii) Supplier need to pay the entire self-assessed tax on timely basis.
iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then credit of such
invoice will be given provisionally subject to matching. So, acceptance of changes made by BSNL ON GSTN
ON ACCOUNT OF Non-upload or incorrect upload of invoice details on GSTN is to be submitted by
supplier. Such changes w.r.t. mismatch are required to be accepted by supplier within the time limit prescribed
under the GST law. It should be noted that in case supplier does not accept such changes within the time limit
prescribed under the GST law, the loss of input credit (if any) would be recovered from the supplier. In case of
mismatch because of supplier’s fault, prompt amendments must be made by the supplier else supplier would
be required to indemnify BSNL for the losses of credit and interest paid due to mismatch.
v) Supplier to issue all necessary documentation and perform all necessary compliances for BSNL to be eligible
to claim the input tax to them. In case BSNL is unable to claim the input tax credit, the amount w.r.t. GST
charged by the supplier would be recovered from the supplier.
vi) A self-declaration along with evidence that the bidder is not blacklisted by the GST authorities. In case
supplier gets blacklisted during the tenure of BSNL contract, then supplier must indemnify BSNL to ensure
that no loss of input tax credit is borne by BSNL due to default of supplier.
10. Refer annexures below (placed as annexure-A1) for clause stating that all the details of supplier (name,
address, GSTN/unregistered supplier, place of supply, SAC/HSN code, etc.) and other mandatory details shall
be mentioned on the invoice.
11. Where the location agreed are more than one state, then separate invoice state wise to claim input tax credit in
a particular state (typically happens in a bill to ship to scenario) shall have to be submitted.
12. It shall be the responsibility of the supplier to mention state of place of supply of goods/services in the invoice
issued to BSNL.
17) For claiming the payment, the supplier has to submit the following documents to the paying authority:-
a) Invoice clearly indicating breakup details of composite price i.e. Basic, GST, any other duties , taxes and cess,
freight/packing charges etc.
b) Acknowledged delivery challan in original.
c) GST invoice or equivalent document, if applicable.
38
Contractor EE(E)
d) The freight receipt as per the rates approved by the ministry of water and surface transport, if applicable.
e) Copy of E-way bill, if applicable.
Note: If the supplier fails to furnish necessary supporting documents i.e. GST/Customs invoices etc. in respect of
the duties/taxes/cess which are creditable to BSNL, the amount pertaining to such duties/taxes/cess will be deducted
from the payment due to the firm. 18) Payment against GST credit will be made only when GST compliant invoice is submitted by the supplier. 19) Note: GST (if applicable) on account of liquidated damages due to delay in supply of goods would be borne by
supplier.
Submitting fake/forged documents towards meeting eligibility criteria such as experience capability, supply proof,
registration with Goods and Services Tax, Income tax departments etc and as supporting documents towards other
terms and conditions with the bid to meet terms & condition of tender.
39
Contractor EE(E)
GENERAL CONDITIONS Scope of Maintenance
Call basis maintenance of Engine Alternators as included in the schedule of work are to be carried out
by the firm.
1. The tenderer must obtain himself at its own expenses, all the information necessary for the purpose
of tendering. Inspect the site and acquaint himself with all the local conditions, means of access to
work and nature of work etc. No claim shall be entertained on this account. 2. The contractor shall depute his service representative within 24 hours of notification of breakdown
calls by the BSNL. 3. The firm shall depute only those persons who are trained in engine and / or alternator, as per need
of the job.
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.
COMPENSATION FOR DEFAULTS
1. 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. 2. Any accident or damage will be the responsibility of agency and BSNL will not entertain any claim,
compensation, penalty etc. on this account or on account of non-observance of any other
requirement of law relevant to his work. 3. All breakdown calls/ complaints have to be attended by the firm with utmost promptness. If the
agency fails to rectify any fault within reasonable time, BSNL reserves the right to carry out the
work at the risk and cost of the agency. In case the fault is of emergency nature, which may affect
the normal functioning of the services, and the firm fails to take immediate necessary action, the
work shall be carried out at the risk and cost of the firm without giving any notice. The decision of
the E.E (E)/ Infrastructure In-charge shall be final.
MISCELLANEOUS
1. The workers engaged by firm should maintain proper discipline and good behavior with
occupants. The firm shall remove such workers from the site whose behavior is found
improper; Executive Engineer’s decision shall be final.
2. The agency will provide the workers with necessary Tools & Plants, Testing and safety
equipment’s.
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 the 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 units, neat and clean to avoid any accident and / or fire
hazards.
40
Contractor EE(E)
8. Firm should have round the clock contact telephone number. In case of Emergency, contractor
and authorized engineer 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. Alternate
Make shall be allowed, only after prior approval of the Engineer in charge.
ANNEXURE-I Details to be supplied before starting the work
1 Name of the Agency :
(with Office address)
2 Name of Proprietor / partners :
3 Telephone No.(s) of the firm :
4 Name & address of the Supervisor :
5 24 Hours contact No. :
(Note- One copy of Annex-I shall be clearly displayed on DG Canopy/DG Room)
41
Contractor EE(E)
BHARAT SANCHAR NIGAM LIMITED
LIST OF APPROVED MAKES- BSNL ELECTRICAL WING (As on 29.02.2016)
Srn Item Make
1. Engine Ashok Leyland /Cummins/ Cater pillar /KOEL / Volvo Penta /
Mahindra & Mahindra (up to 200 KVA) /Escorts (up to
30 KVA)/ Eicher (up to 35 KVA)
2. Alternator(Brushless) Crompton Greaves (AL. series) / KEC /
Leroy Somer / Stamford/Jyoti Ltd
3. Battery (Lead Acid / Amara Raja / AMCO / Farukawa / Hitachi
Mntc. Free) / Exide/ Prestolite / Standard
4. HV Switchgear(Vacuum Biecco Lawrie / Crompton / Kirloskar /MEI / Jyoti Ltd
Circuit Breaker/SF6 )
5. Transformer (Oil filled ABB / Schneider Electric /Andrew Yule /
/ Dry type) 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/ Moeller/L&T/Schneider Electric/ABB /Legrand/Zeta
Sandwiched Bus Duct
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/LT Cable Joint Denson / 3M(M-Seal )/ Raychem
16. Rubber Matting ISI mark
17. MCB/ lsolator/ELCB/RCCB/ Crompton / Havells / lndokopp / MDS Legrand / L&T / Schneider
Distribution Board Electric/Siemens / Standard/ C&S/ABB/HPL
18. MS/ PVC Conduit ISI mark
19. Cable Tray MEM/Bharti/Ratan/Slotco/Profab
20. HT/LT Cables ISI mark
21. PVC insulated ISI mark
copper conductor wire
22. Centrifugal Pump Amrut / BE / Beacon / Batliboi /Crompton / Jyoti / Kirloskar / KSB
/Mather & platt / WASP/Grundfos
23. Submersible Pump Crompton/Amrut / BE / Calama /Kirloskar / KSB
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 /
42
Contractor EE(E)
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 Appollo / Cerebrus / Edward / Fenwal/
Detector Hochiki / Nitton / Wormald/System Sensor
41. Fire Panel(Microprocessor Agni Instruments / Agni Devices/ ArunaAgencies/ Carmel Sensor
based) / Ravel Elect. /Honeywell Essar/Notifier/Navin Systems
42. Sprinkler/ Hose Reel & ISI mark
Hose Pipe
43. Fire Extinguisher ISI mark
44. Lift OTIS/ Kone/ Mitsubishi/ Schindler/Johnson/ ThyssenKrupp
Elevators(India)
45. High Precision Air Conditioners Units Manufactured by (HPAC units) 1) M/s Emerson Network Power India(P) Ltd, Thane 2) M/s Sidwal Refrigeration Ind.(P) Ltd, New Delhi 3) M/s Stulz CHSPL India(P) Ltd, Mumbai 4) M/s Schneider Electric IT Business(I) Pvt Ltd, Gurgaon(formerly M/s Uniflair India(P) Ltd.
NOTE- In addition to above, the items having valid approval of BSNL Electrical Zone, Mumbai,
Maharashtra shall also be used.
NOTE: 1. In case of External / PMC works, the list of approved makes may be modified as per client’s requirement.
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 equipment’s are also acceptable in
addition.
3. Any additional makes may be approved by concerned PCEs/Sr CEs/CEs (Elect) for the work under his jurisdiction as already
accorded vide ltr no- 3-2-5/EW/VEP-1/2007 Dated 5-7-2007.
43
Contractor EE(E)
7(G) INTEGRITY PACT
Between
Bharat Sanchar Nigam Limited (BSNL) / hereinafter referred to as “The Principal”
and
………………………………..hereinafter referred to as “The Bidder/Contractor”
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for -----------
--------------------------------. The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and transparency in its
relations with its Bidder/s and Contractor/s.
In order to achieve these goals, the Principal will appoint an Independent External Monitor who
will monitor the tender process and the execution of the contract for compliance with the principles
mentioned above.
Section 1 – Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
(a) No employee of the Principal, personally or through family members, will in connection
with the tender for, or the execution of a contract, demand, take a promise for or accept, for
him/herself or third person, any material or immaterial benefit which he/she is not legally
entitled to.
(b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential/additional
information through which the Bidder(s) could obtain an advantage in relation to the tender
process or the contract execution.
(c) The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office and in
addition can initiate disciplinary actions.
Section 2 – Commitments of the Bidder(s)/Contractor(s)
(1) The Bidder(s)/Contractor(s) commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation
in the tender process and during the contract execution.
(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal’s employees involved in the tender process or the
execution of the contract or to any third person any material or immaterial benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
44
Contractor EE(E)
(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce cartelisation in the
bidding process.
(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant Anti-corruption
Laws of India; further the Bidder(s)/Contractor(s) will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document provided
by the Principal as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.
(d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other intermediaries
in connection with the award of the contract.
(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3 – Disqualification from tender process and exclusion from future contracts
If the Bidder(s)/Contractor(s), before contract award or during execution has committed a
transgression through a violation of Section 2, above or in any other form such as to put his
reliability or credibility in question, the Principal is entitled to disqualify the
Bidder(s)/Contractor(s) from the tender process or take action as per the defined procedure.
Section 4 – Compensation for Damages
(i) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit / Bid Security.
(ii) If the Principal has terminated the contract according to Section 3, or if the Principal
is entitled to terminate the contract according to section 3, the Principal shall be entitled
to demand and recover from the Contractor the amount equivalent to Security Deposit /
Performance Bank Guarantee in addition to any other penalties/ recoveries as per terms
and conditions of the tender.
Section 5 – Previous transgression
(i) The Bidder declares that no previous transgression occurred in the last 3 years with any
other Company in any country conforming to the Anti-corruption approach or with
any other Public Sector Enterprise in India that could justify his exclusion from the
tender process.
(ii) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or action can be taken as per the defined procedure.
Section 6 – Equal treatment of all Bidders/Contractors/Subcontractors
(i) The principal will enter into agreements with identical conditions as this one with all
Bidders/Contractors.
(ii) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact.
(iii) The Principal will disqualify from the tender process all bidders who do not sign this
Pact or violate its provisions.
45
Contractor EE(E)
Section 7 – Criminal charges against violating Bidder(s)/Contractor(s)/Subcontractor(s)
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an
employee or a representative or an associate of a Bidder, Contractor or Subcontractor, which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the Corporate Vigilance Office.
Section 8 – External Independent Monitor/Monitors
1. Principal appoints competent and credible Independent External Monitor for this Pact. The
task of the Monitor is to review independently and objectively, whether and to what extent
the parties comply with the obligations under this agreement.
2. The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the CMD of the BSNL.
3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and demonstration
of a valid interest, unrestricted and unconditional access to his project documentation. The
same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with
confidentiality.
Notwithstanding anything contained in this Section, the Bidder(s)/Contractor(s) shall have no
obligation whatsoever to provide any internal costing mechanisms or any internal financial or
commercial data pursuant to any audit or review conducted by or on behalf of the Principal.
Further, the Bidder(s)/Contractor(s) shall not be required to provide any data relating to its
other customers, or any personnel or employee related date.
4. The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Contractor. The parties offer to the Monitor the
option to participate in such meetings.
5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or take
corrective action, or to take other relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action.
6. The Monitor will submit a written report to the Chairperson of the Board of the Principal
within 8 to 10 weeks from the date of reference or intimation to him by the ‘Principal’ and,
should the occasion arise, submit proposals for correcting problematic situations.
7. If the Monitor has reported to the CMD of the BSNL, a substantiated suspicion of an offence
under relevant Anti-Corruption Laws of India, and the BSNL has not, within reasonable
time, taken visible action to proceed against such offence or reported it to the Corporate
Vigilance Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.
8. The word ‘Monitor’ would include both singular and plural.
46
Contractor EE(E)
Section 9 – Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months
after the last payment under the contract, and for all other Bidders 6 months after the contract has
been awarded.
If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/determined by CMD, BSNL.
Section 10 – Other provisions
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi. The arbitration clause provided in the
tender document / contract shall not be applicable for any issue /dispute arising under
Integrity Pact.
2. Changes and supplements as well as termination notices need to be made in writing.
3. If the Contractor is a partnership or a consortium, this agreement must be, signed by all
partners or consortium members.
4. Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intensions.
---------------------------- ----------------------------------
For the Principal For the Bidder/Contractor
Place…………………… Witness 1 : ………………………………
Date …………………… Witness 2 : ………………………………
Contractor EE(EP)
47
SECTION-II- UNPRICE BID
SCHEDULE “A”
SCHEDULE OF QUANTITIES (UNPRICED BOQ –TO BE QUOTED ONLINE ONLY) Name of Work: - Rate Contract for maintenance of Engine Alternator at various TE Bldgs/
BTS sites under BSNL Electrical Sub Division Dombivli and Virar under
Kalyan SSA.(2nd
call)
Contract No. NIT NO. 03 / EEE/ BSNL/ ED/ MI/ 2021-22 Name of the Bidder/ Bidding Firm / Company: (This BOQ template must not be modified / replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)
NOTE:
1) In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is ambiguity between
“schedule and specification” verses IS / BS standards, “schedule and specification” shall prevail.
2) GST shall be paid extra as applicable against documentary evidence. The term GST includes IGST / SGST / CGST.
3) DECLARATION BY BIDDER: We hereby declare that in quoting the prices, we have taken into account the
entire credit on inputs available under the GST Act introduced w.e.f. 1 July 2017 & further
Sr.
No. Description of Item Quantity
Rate
(Excluding
GST)
Unit
Amount
(Excluding
GST)
1 Attending and rectification of EA 7.5 KVA to 62.5
KVA set faults including providing minor spares if
reqd such as connecting copper wires, removing
air from fuel pump, control fuse, ferrules, lugs i/c
minor works etc etc alongwith testing &
commissioning etc. in URBAN site complete as
required ( within vicinity of 25 Kms.) (Item will
be measured on submission of visit report duly
signed by BSNL authority and allowed at once
per site per fault) (Note:- For subsequent visit to
attend the DG set to provide the items hereunder
will not be paid separately. It is assumed that all
items as below shall be carried out by firm in first
visit only) 10 jobs
job
2 Attending and rectification of EA 7.5 KVA to 62.5
KVA set faults including providing minor spares if
reqd such as connecting copper wires, removing
air from fuel pump, control fuse, ferrules, lugs i/c
minor works etc along with testing &
commissioning etc. in RURAL site complete as
required (beyond 25 Kms. ) (Item will be
measured on submission of visit report duly signed
by BSNL authority and allowed at once per site
per fault) (Note:- For subsequent visit to attend the
DG set to provide the items hereunder will not be
paid separately. It is assumed that all items as
below shall be carried out by firm in first visit
only) 10 jobs job
3 Carrying out 'B' Check servicing of following
capacity E/A sets located at various T.E. Bldg /
BTS under BSNL Electrical Sub-Division,
Dombivali including replacement of old engine
oil, fuel filter, lubricating oil filter etc. by new as
per manufactures recommendation including
arranging vehicle, transportation, manpower, tools
and tackles, testing etc. as required. (Oil, filters
shall be manufacturer recommended specs) (Note:
Contractor EE(EP)
48
This item includes visit charges, nothing extra on
this account shall be paid)
i) 7.5 KVA /10 KVA ( KOEL) 5 jobs job
ii) 15/20 KVA (KOEL/M&M) 5 jobs
job
iii) 32.5 KVA ( KOEL/GREAVES ) 5 jobs job
iv) 45/50 KVA (KOEL/CUMMINS ) 3 jobs job
v) 62.5 KVA ( KOEL/GREAVES/CUMMINS) 3 jobs job
4 Supplying & filling of coolent in radiator of water
cooled EA set etc as required. 20 Ltrs
Ltr
5 Supplying & fixing following spare parts
alongwith removing of old items etc.complete as
required.( Make- Recommended by
manufacture/BSNL makes only. ) (Note :- The
agency shall be considered suitable credit for
recovered spares while quoting rates )
A) Above 7.5 KVA TO 32.5 KVA
i) Repairs of self starter i/c replacement of spares /
winding etc as required 3 Job each
ii) Repairs of charging alternator i/c replacement of
spares / winding etc as required 3 Job each
iii)
Fuel pipe steel braded with banjo bolt ( feed pump
to fuel filter ) 2 nos each
iv)
Fuel pipe steel braded with banjo bolt ( Pre filter
to tank unit ) 2 nos each
v)
Fuel pipe steel braded with banjo bolt ( Fuel filter
to FIP ) 2 Nos
set
vi) Automatic voltage regulator (AVR) 1 No each
vii) Pump calibration only from authorized dealer with
test report 1 Job each
viii) V belt ( A46)
2 nos each
ix) V belt ( A56) 2 nos each
B) Above 32.5 KVA TO 62.5 KVA
i) Repairs of self starter i/c replacement of spares /
winding etc as required 5 Nos Each
ii) Repairs of charging alternator i/c replacement of
spares / winding etc as required 2 Nos Each
iii) Fuel pipe steel braded with banjo bolt ( feed pump
to fuel filter ) 2 Nos Each
Contractor EE(EP)
49
44 EE (E)
iv) Fuel pipe steel braded with banjo bolt ( Pre
filter to tank unit ) 2 Nos Each
v) Fuel pipe steel braded with banjo bolt ( Fuel
filter to FIP ). 2 Nos Each
vi) Automatic voltage regulator (AVR) 1 No
Each
6 Repairing of Engine Alternator sets by
supplying & fixing following spare parts along
with removing of old units etc. complete as
required.( Make- Recommended by
manufacture/BSNL makes only.)
a) SMPS 12 volt, 10 Amp Battery Charger 3 Nos Each
b) 88 Ah, 12 volt Battery 3 Nos Each
c) 130 Ah, 12 volt Battery 5 Nos Each
d) 15 W 40 Lubricating oil for topping up in EA
set ( Only recommended make ) 30 Ltrs Ltr
e) Set of end socket with copper lugs for DG
starting battery 5 Set Each
f) S/F of 2 nos 35 sq mm copper flexible lead
(approx.1.0 Mtr) for DG starting battery 5 Set Each
g) ON/OFF push button
5 Set Each
h) Starting switch with key 5 Set Each
i) Radiator Hose kit 2 Set Each
j) Mains/DG contactor 2 Nos Each
k) Stop solenoid 2 Nos Each
l) 63 amps. ratings , TPN MCB, “C” curve,10
KA breaking capacity 2 Nos Each
m)
Hour Meter 2 Nos Each
n) Overhauling & Reconditioning of radiator of
up to 32.5 KVA DG set which includes
Dismantling the complete radiator fan
assembly from the engine, dismantling radiator
assembly, transporting to workshop, pressure
testing, tracing the leakage in the tube,
attending & repairing of leakages, brazing,
welding damaged sections, cleaning of all fins
with air pressure, cleaning of rusted portion of
radiator, Servcing & cleaning of whole
radiator, providing anti rust coating, hydraulic
pressure testing, and refixing of radiator
assembly , tesing & trial run of DG set etc.
complete as required. 2 Job Job
Contractor EE(EP)
50
o) Overhauling & Reconditioning of radiator of
above 32.5 KVA to 62.5 KVA DG set which
includes Dismantling the complete radiator fan
assembly from the engine, dismantling radiator
assembly, transporting to workshop, pressure
testing, tracing the leakage in the tube,
attending & repairing of leakages, brazing,
welding damaged sections, cleaning of all fins
with air pressure, cleaning of rusted portion of
radiator, Servcing & cleaning of whole
radiator, providing anti rust coating, hydraulic
pressure testing, and refixing of radiator
assembly , tesing & trial run of DG set etc.
complete as required. 2 Job Job
SH I Rs
SH II ( Credit of dismantled material )
1 Suitable credit to the old dismantled battery
of following capacity
i) Upto 88 AH 5 Nos Each
ii) Above 88 AH to 130 AH 5 Nos Each
SH II Rs
Total – ( SH I+SH II ) Rs
Executive Engineer (E) BSNL Electrical Division, Mumbai
43 EE (E)