+ All Categories
Home > Documents > Declaration by Contractor for EW-6, EW-8 & Relative...

Declaration by Contractor for EW-6, EW-8 & Relative...

Date post: 01-Jul-2021
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
79
e-TENDER DOCUMENT e-TENDER DIVISION NIT No:- e-01/EEE/BSNL/ED/PJM/21-22_2 nd call e-TENDER DRAFT NIT No:- 01/ EEE/BSNL/ED/PJM/21-22 I N D E X Name of Work Supply, Installation, Testing and Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa. I N D E X Sr.No Contents Page No SECTON – I- Technical Bid From To 1 Notice Inviting e-Tenders- Section-I-Summary 3 4 2 Notice Inviting e-Tenders- Section-I- EW-7 5 11 3 Information & Instruction to Bidders about e- Tendering 12 13 4 Declaration by Contractor& Relative Certificate 14 14 5 Undertaking-I & II 15 15 6 Item Rate Tender & Acceptance of Tender conditions 16 16 7 Proforma of Schedules 17 18 8 Copy of memorandum 19 20 9 Additional Conditions due to introduction of G S T 20 24 11 Specifications 25 29 12 SPECIAL CONDITIONS OF CONTRACT 30 39 13 Proforma for Bid Security Declaration 40 40 14 Bidder’s profile & Questionnaire. 41 42 15 Integrity Pact 43 46 16 Product Directory 47 49 17 SECTION-II- UNPRICE BID 50 54 Schedule of Item Rate (BOQ) 18 Percentage rate tender and conditions of contract (Form EW-8) 55 131 Contractor 1 SDE (EP)
Transcript
Page 1: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

e-TENDER DOCUMENT

e-TENDER DIVISION NIT No:- e-01/EEE/BSNL/ED/PJM/21-22_2nd calle-TENDER DRAFT NIT No:- 01/ EEE/BSNL/ED/PJM/21-22

I N D E X

Name of Work

Supply, Installation, Testing and Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa.

I N D E X

Sr.No Contents Page No

SECTON – I- Technical Bid From To

1 Notice Inviting e-Tenders- Section-I-Summary 3 4

2 Notice Inviting e-Tenders- Section-I- EW-7 5 11

3 Information & Instruction to Bidders about e-Tendering 12 13

4 Declaration by Contractor& Relative Certificate 14 14

5 Undertaking-I & II 15 15

6 Item Rate Tender & Acceptance of Tender conditions 16 16

7 Proforma of Schedules 17 18

8 Copy of memorandum 19 20

9 Additional Conditions due to introduction of G S T 20 24

11 Specifications 25 29

12 SPECIAL CONDITIONS OF CONTRACT 30 39

13 Proforma for Bid Security Declaration 40 40

14 Bidder’s profile & Questionnaire. 41 42

15 Integrity Pact 43 46

16 Product Directory 47 49

17 SECTION-II- UNPRICE BID 50 54

Schedule of Item Rate (BOQ)

18 Percentage rate tender and conditions of contract (Form EW-8) 55 131

Certified that this e-Tender Draft NIT contains pages 54 (Fifty Four) pages plus BSNL EW-8.

Contractor 1 SDE (EP)

Page 2: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

DETAILS OF OFFICERS FOR REDRESSAL OF ANY COMPLAINT:

Sr.No

NAME OF OFFICE POSTAL ADDRESS TelephoneNumbers

Fax Number

1 CGMT, MH Circle CGMT, BSNL, 6th Floor ‘A’ Wing Admn. Bldg, Juhudanda,Santacruz(W), Mumbai – 400054

022-26616999 022-26616777

2 Chief Engineer(E),BSNL Electrical MH (W) Zone, Mumbai

A wing, Gr floor, Admn. Bldg Juhu Danda, Santacruz (w),Mumbai – 400054.

022 26600500 022 26600103

3 DGM(Vig.), MHCircle

D.G.M. (Vig.) – O/o CGMT, BSNL, 6th Floor ‘A’ Wing, Admn. Bldg, Juhudanda, Santacruz(W),Mumbai – 400054

022-26616715 022-26615774

4 DGM(Vig.), Kolhapur D.G.M. (Vig.) – O/o CGMT, BSNL, 6th Floor ‘A’ Wing, Admn. Bldg, Juhudanda, Santacruz(W),Mumbai – 400054

022-26616715 022-26615774

Contractor 2 SDE (EP)

Page 3: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

BHARAT SANCHAR NIGAM LIMITED(A Govt. Of India Enterprise)

O/o Executive Engineer (E), BSNLElectricalDivision,AdministrativeBldg.5thfloor,NorthZone,PattoPlaza,Panaji,Goa-

[email protected]

NOTICE INVITING e- TENDER (EW-6)

e-TENDER NIT NO: e-01/EEE/BSNL/ED/PJM/21-22_2nd call

The Executive Engineer (E), BSNL Electrical Division, Panaji invites item rate e-TENDER in single Bid system on behalf of BHARAT SANCHAR NIGAM LIMITED for the following work from Firms / Contractors satisfying the under mentioned eligibility conditions:-

Name of Work

Estim

ated

Cos

t Rs.

EMD

Rs.

Tend

er

Doc

umen

t C

ost

Rs.

Paya

ble

at

Perio

d O

f Com

plet

ion

Last

dat

e a

nd t

ime

of

onlin

e

subm

issi

on/

uplo

adin

g o

f E

-tend

er

i.e. e

-Env

elop

e- I

& II

Last

dat

e a

nd t

ime

of

subm

issi

on

of

EMD

, Te

nder

Cos

t &

PO

A in

or

igin

al i

n se

aled

cov

er

in D

ivis

ion

offic

e

Tim

e

and

da

te

of

open

ing

of

se

aled

en

velo

pe

of

EMD

, Te

nder

cos

t, e-

Tend

er &

pr

ice

Bid

1 2 3 4 5 6 7 8 9Supply, Installation, Testing and Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa(e-TENDER NIT NO:e-01 / EEE / BSNL / ED/ PJM /21-22_2nd call)

Rs.

2,2

0,76

8/--

(Exc

ludi

ng G

ST)

NIL

Rs.

590/

- (In

clud

ing

18%

G

ST)

Acc

ount

s O

ffic

er (C

ash)

, B

SNL

Goa

1 M

onth

29/0

6/20

21U

p to

12.

00 h

rs

30/0

6/20

21up

to11

.30

hrs

30/0

6/20

21A

t 12.

00 h

rs o

nwar

ds1. ELIGIBILITY CONDITION:

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.

ANDII. Experience of having successfully completed similar works in Central Government /State

Government /Central Autonomous Body/Central Public sector Undertaking 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 work costing not less than the amount equal to 80% of

the estimated cost put to tender (Similar work means work of addressable fire detection & alarm system).

Contractor 3 SDE (EP)

Page 4: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

Note: The work completion certificate issuing authority in respect of above shall not be below the rank of Executive Engineer (E) / Manager.

2. The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8 carefully which can be accessed from website 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 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.

5. Original copies of Tender Cost, Bid Security/ EMD Declaration, Integrity Pact & Power of attorney are required to be submitted offline in the prescribed form in the “O/o Executive Engineer(E),BSNL Electrical Division, Administrative Bldg.5thfloor, North Zone, Patto Plaza, Panaji,Goa-403001”upto the Last date and time of submission of Tender (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 uptoLast date and time of online submission/ uploading of E-tender.

i. Documentary proof of satisfying the eligibility conditions as per 1 above ii. CA certificate towards turn over /deposition of income tax & PAN Card iii. Goods & Service Tax registration certificate.iv. Documentary proof regarding exemption from GST shall have to be submitted by the firm

at the time of submission of tender..v. EPF and ESI registration certificate.vi. Declaration of EW-6 / EW-8, Relative Certificate & Undertaking -I & II by contractors vii. Tender Cost in prescribed form. viii. Bidder’s Profile & Questionnaire duly filled & signed. ix. Integrity Pact.x. 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 @ Tollfreenumber08826246593)

Executive Engineer (E) BSNL Electrical Division, Panaji

No- T (35) / 2021 /EEE/BSNL/ED/PNJ/37. Dated- 07/06/2021

Copy To:- 1) Website www.maharashtra.bsnl.co.in.&www.etenders.gov.in2) The P G M , Panaji3) Vigilance Officer, O/o CGMT, Mumbai.4) Tender clerk (account branch)5) Notice Board then NIT File.

Contractor 4 SDE (EP)

Page 5: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

6) Contractors.

Executive Engineer (E) BSNL Electrical Division, Panaji

Contractor 5 SDE (EP)

Page 6: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

EW-06

BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

Electrical Wing

State : Maharashtra Circle : Mumbai-54Division :Panaji Sub Division:- I, Panaji

NOTICE INVITING e-TENDER- SECTION-I- EW-6

(As per Tendering Procedure in BSNL EW-6 revised up to date)

N.I.T. NO.: e-01/EEE/BSNL/ED/PJM/21-22_2nd call

Executive Engineer (E),BSNL Electrical Division, Administrative Bldg. 5thfloor, North Zone, Patto Plaza, Panaji,Goa-403001 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

1. NIT NO e-01/EEE/BSNL/ED/PJM/21-22_2nd call

2. Name of Work Supply, Installation, Testing and Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa.

3. Estimated Cost Rs2,20,768/- (Excluding GST)

4. EMD Nil(‘Bid Security Declaration’has to be furnished)

5. Cost of Tender Document Rs.590/- (Rs. 500/- + GST 18%)

6. Period of Completion 01 month

7. Last date and time of on line submission/ uploading of E-tender i.e. e-Envelope- I & II

29/06/2021 Up to 12.00 hrs

8. Last date and time of submission of EMD, Tender Cost & POA in original in sealed cover in Division office

30/06/2021 up to 11.30 hrs

9. Time and date of opening of sealed envelope of EMD, Tender cost, e-Tender & price Bid i.e. e-Envelope-I & II

30/06/2021At 12.00 hrs

10 Performance Security (PG) 3 % of the tendered value of the work.

11 Security Deposit: Nil.

Contractor 6 SDE (EP)

Page 7: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

1. ELIGIBILITY CRITERIA :

The Contractors 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.

ANDII. Experience of having successfully completed similar works in Central Government /State

Government /Central Autonomous Body/Central Public sector Undertaking 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 work costing not less than the amount equal to 80% of

the estimated cost put to tender (Similar work means work of addressable fire detection & alarm system).

Note: The work completion certificate issuing authority in respect of above shall not be below the rank of Executive Engineer (E) / Manager.

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 Division 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 work 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.etender.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 digital signature to submit e-Tender.

6. Cost of Tender Document in the form of Demand Draft/Pay order amounting to Rs.590/- (Rs. 500/- + GST 18%)non-refundable shall be drawn in favour of “AO (Cash) BSNL Goa”.

(NOTE:MSME (Micro, Small & Medium Enterprise) registered units are allowed the following concessions:

1. Supply of Tender Documents [Tender Cost]The tender documents shall be issued to MSE bidders free of cost provided the tendered item is listed in the Registration Certificate of MSE.

2. Exemption from payment of Bid Security Deposit/Earnest Money DepositThe MSE units registered shall be given exemption from payment of Bid Security deposit provided the tendered item is listed in the Registration Certificate of MSE.a) A proof regarding current registration for the tendered items will have to be

attached along with the bid.b) The enlistment certificate issued, should be current & valid on the date of opening

of bid.)

Contractor 7 SDE (EP)

Page 8: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

Eligibility credential &technical Bid (e-Envelope-I) will be opened on line at the first instance & evaluated by the Committee. At second stage Financial/Price Bid of only eligible tenderer will be opened for further evaluation at the time & date notified by BSNL.

8. The following Original documents are required to be submitted offline in the prescribed form in the O/o “Executive Engineer (E), BSNL Electrical Division, Administrative Bldg. 5thfloor, North Zone, Patto Plaza, Panaji, Goa-403001” upto the Last date and time of submission of EMD, Tender Cost & 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 as specified in point no- 6 above)

ii) Power of Attorney in accordance with relevant clause and authorization for executing the power of Attorney. (if applicable)

iii) Bid Security/ EMD Declaration.

iv) Integrity Pact.

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

ii. CA certificate towards turn over /deposition of income tax & PAN Card

iii. Goods & Service Tax registration certificate.

iv. Documentary proof regarding exemption from GST shall have to be submitted by the firm at the time of submission of tender..

v. EPF and ESI registration certificate.

vi. Declaration of EW-6 / EW-8, Relative Certificate & Undertaking -I & II by contractors

vii. Tender Cost in prescribed form.

viii. Bidder’s Profile & Questionnaire duly filled & signed.

ix. Integrity Pact.

x. Bid security declaration.

(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).

Contractor 8 SDE (EP)

Page 9: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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 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 @ Toll free number 08826246593).

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, 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.inas well as in the Division 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.

Contractor 9 SDE (EP)

Page 10: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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 one year from the date of stipulated completion 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.

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 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

Contractor 10 SDE (EP)

Page 11: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.14).

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 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.

Contractor 11 SDE (EP)

Page 12: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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 “eprocure – On line Bidder Enrollment”. This enrollment is free at this point of time. Possession of a Valid Class 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 “eprocure--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 program 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.

Contractor 12 SDE (EP)

Page 13: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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 websiteComputer 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://etenders.gov.in

Contractor 13 SDE (EP)

Page 14: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

Contractor 14 SDE (EP)

Page 15: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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

Contractor 15 SDE (EP)

Page 16: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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)

Contractor 16 SDE (EP)

Page 17: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

Electrical Wing

State : Maharashtra Circle : Mumbai-54Division :Panaji Sub Division :- I, Panaji

Percentage Rate Tender / Item Rate e-Tender & Contract for Works

Tender for the work of :-Supply, Installation, Testing and Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa

TENDER

1. I /we have read and examined the notice inviting tender, schedules, 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 tender document for the work.

2. I/We hereby tender for the execution of the work specified for the BSNL within the time specified, schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions and other documents and rules referred to in the conditions of contract and all other contents in the tender document for the work.

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

4. A sum of Rs._________is hereby forwarded in the form of Deposit at call receipt/FDR//Bank guarantee of a Nationalized/Scheduled Bank as earnest money. If I/ We fail to commence the work specified, I/ We agree that the said BSNL shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely and the same may at the option of the competent authority on behalf of BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise.

5. Should this tender be accepted, I/We agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered upto maximum of percentage mentioned in clause 12.3 of the tender form and those in excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2.

6. I/we agree to furnish to BSNL Deposit at call receipt/FDR/ Bank guarantee of a Nationalized/ Scheduled Bank for an amount equal to 5% of the contract value in a standard format within 15 Days from the date of issue of acceptance letter. I/We agree to keep the performance bank guarantee valid for One Year from the date of stipulated date of completion.

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

(Signature of Contractor) Dated___________

Seal of Contractor

Contractor 17 SDE (EP)

Page 18: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.______________ (Rupees ______________________________________________________________ ____________________________________________________________________ )The letter referred to below shall form part of this contract Agreement:- a)b)c)

Signature _______________ For & on behalf of the BSNL Dated ______________ Designation

Contractor 18 SDE (EP)

Page 19: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

PROFORMA OF SCHEDULES (Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE 'A'Schedule of quantities: Appended on page 43-46

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 5As per schedule of quantity

SCHEDULE 'D' :Appended from page 18-27

SCHEDULE 'F'Reference to General Conditions of contract.Name of work: Supply, Installation, Testing and

Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa.

Estimated cost of work: Rs2,20,768/- (without GST)

i) Earnest money: Rs. NIL ‘Bid Security declaration’ has to be furnished.

ii) Performance Guarantee: iii) Security Deposit:

3% of the tendered value of work.NIL

GENERAL RULES and DIRECTIONS: Officer inviting tender EE (E), BSNL Electrical Division, Panaji. Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with clauses 12.2 and 12.3.

Definitions: See below

2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical Division, Panaji

2(viii) Accepting Authority Executive Engineer (E), BSNL Electrical Division, Panaji

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

10%

2(xi) Standard Schedule of Rates NA

2(xii) Department BSNL

9(ii) Standard contract Form BSNL EW- 8 FormClause 1

Contractor 19 SDE (EP)

Page 20: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance, in days

15 days

Clause 2Authority for fixing compensation under Clause 2.

SE (E)

Clause 5Number of days from the date of issue of letter of acceptance for reckoning date of start of Milestone(s) as per table given below: -

From the date of award of work

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

01 month

SE (E)

Clause 10CCClause 10CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

NA.

Clause 1212.2 (iii) Schedule of rates for determining the rates for additional, altered or substituted items that can not be determined under 12.2.(i) & (ii)

NIL

Clause 1212.2 (iii), plus/minus ± the % over the rate entered in the schedule of rates

NA

Clause 12Deviation Limit beyond which clauses 12.3 shall apply

25%

Clause 25 Competent Authority for Conciliation SE (E) not in charge of workClause 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 costput to tender more thanRs. 5 Lakhs for Elect / Mech. Works

Graduate or recognized diploma holder with 3 years experience

Recovery to be effected from the contractor in the event of not fulfilling provision of clause 30.5

Rs.4,000/- p.m. for Est cost more than 5 LakhRs.2,000/- p.m. for Est cost less than 5 Lakh

Contractor 20 SDE (EP)

Page 21: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

SCHEDULE “D”

“IMPORTANT NOTE FOR CONTRACTORS”The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer.

1. SUBMISSION AND OPENING OF TENDERS:-i) The tender shall be submitted as prescribed in clause 7 of BSNL EW 6.ii) The tenderer are advised not to deviate from the technical specifications / items, commercial

terms and conditions of NIT.

2) BSNL does not bind itself to accept the lowest or any tender and reserves to 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.

3) TAX AND DUTIES: -The firm shall quote rates for all items exclusive of GST. No concessional form in any shape shall be issued by the BSNL.

4) PERFORMANCE GUARANTEE:- The Contractor shall be required to deposit an amount equal to 3% of the tendered value of the contract as Performance guarantee as per clause 1 of BSNL EW-8 in the form of Bank guarantee on a Nationalized / Scheduled bank in standard format / CDR/ FDR/ DD within 15 days of issue of acceptance letter.

5) SECURITY DEPOSIT:-NIL

6) TERMS OF PAYMENT :No advance payment will be made. The payment terms shall be governed as under: -

a) 75 % of prorata of the approved price breakup of the contract value on receipt of equipment/material (major inventory) at site and after satisfactory physical inspection.

b) 20 % of prorata of the approved price breakup of the contract value after successful installation of equipment.

c) 5 % of the approved contract value after successful Testing, Commissioning & Handing over.

d) For all NFS works payment will be made within 45 days from the date of presentation of bill by the contractor to designated office with all necessary documents & certificates.

NOTE :- 1) Stipulations like levy of interest if payment is not made in specified time are not acceptable to the BSNL2) In cases where shortage / damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provisions of the P.O.3) No payment will be made for goods rejected at the site on testing. Payment, if made for such items shall be recovered from subsequent bills or other bills.

7) DECLARATION BY TENDERER

(a) To be signed by Proprietor in case of proprietorship firm.(b) To be signed by all partners in case of partnership firm.(c) To be signed by all the directors in case of the company.

Contractor 21 SDE (EP)

Page 22: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

1. M/s……………………………………………………………………

S/o …………………………………………………………………..

R/o …………………………………………………………………..

Hereby certify that none of my relatives(*) as defined below is/are employed in BSNL units(**) as defined below.

In case at any stage it is found that 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.

(*) Definition of Relatives. (a) Member of Undivided family.(b) They are husband and wife.

(c) They are related to the other in the manner as Father, Son(s),Son’s wife (Daughter-in-law, Daughter(s) & Daughter’s husband (Son-in-law), Brother & Brother’s wife, Sister(s) & Sister’s husband (Brother–in–law).

(**) The company or firm or any person is not permitted to tender for the work in BSNL unit in which his near relative(s) is (are) posted. The unit is defined as

(a) For Non Executive Employees: SSA/Circle/Chief Engineer/Chief Architect/ Corporate Office.

(b) For Executive Employees (including those called as gazetted officer at present) : All SSA in Circle office/Chief Engineer / Chief Architect / Corporate Office.

Place :____________

Date :_____________ Signature of tenderer

8) 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 laborers / employees engaged. 2) Duration of their engagement. 3) The amount of wages paid to such laborers / employees for the duration in question. 4) Amount of EPF contributions (both employer’s 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, 1952.9) TAX DEDUCTED AT SOURCE: -The BSNL shall deduct TDS from payments due to the firm as per rules of the state Government. Certificate for such deductions shall be issued to the firm by the Accounts officers of the concern division.

10) GST:-The firm shall claim GST with the bill clearly furnishing the complete details of GST so included alongwith 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.

Contractor 22 SDE (EP)

Page 23: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

11) 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.

12) Operation of agreement shall be governed as follows:-a) 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.

b) 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.

c) The agreement shall be signed between the firm and Executive Engineer (E), BSNL Electrical Division, concerned, within a fortnight from the date of approval.

d) 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 date of award of work.

13) 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.

g. 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.

h. 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.

Contractor 23 SDE (EP)

Page 24: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

14) PACKING, FORWARDING AND STORAGE AT SITEBefore 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.

15) 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.

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.

16) 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.

17) 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

Contractor 24 SDE (EP)

Page 25: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

and alterations shall be made by the firm at such times as directed by the Engineer – in – charge, free of charge.

18) 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.

19) 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.

20) TRAINING OF BSNL PERSONNELThe contractor shall arrange to impart the training to the BSNL Personnel on the following aspects prior to provisional takeover of the system without any extra cost:a. Operation of system

b. Adjustments of settings for controls in panel, password management, access control management and protective devices. c. Diagnosing & attending to minor faults and defects which might develop during the course of system operation.

d. Preventive maintenance.

21) 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.

Contractor 25 SDE (EP)

Page 26: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

Contractor 26 SDE (EP)

Page 27: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

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.

Contractor 27 SDE (EP)

Page 28: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

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.Contractor 28 SDE (EP)

Page 29: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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 BSNLto 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.

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.

Contractor 29 SDE (EP)

Page 30: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

Contractor 30 SDE (EP)

Page 31: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

SPECIFICATION FOR THE WORK

Section – 1 (ADDRESSABLE FIRE ALARM SYSTEM)

1.1.0 SCOPE OF WORK

1.1.1 The scope of work shall include designing supplying and installing testing and commissioning of addressable Fire Detection cum Alarm System. This shall conform to relevant latest standards for fire alarm systems.

1.1.2 The Analogue addressable fire detection cum alarm system shall be compliant to UL/FM/EN-54/LPCB/VdS.

1.2.0 Addressable Devices

This term indicates the complete group of addressable devices such as detectors, Manual call point / pull stations, addressable output/input modules etc.

1.2.1 Multi sensor Detectors

a. The Detector shall be addressable type.

b. The chamber should be easily removable for the purpose of easy maintenance.

c. The address programming shall be done by a Base/detector or from the Fire alarm control panel.

d. The detectors shall have a common base to allow easy interchange of various types of detectors.

e. All detectors shall be fitted with plug-in system type, from maintenance and compatibility point of view. An alarm condition should not affect a detector’s good functioning. After resetting the alarm, the detector shall resume operations without readjustment of any kind.

f. The detector shall have a Multi-sensor type integrates photoelectric smoke and fixed temperature heat sensing technology. It shall be possible to use a single detector type for both above and below false ceiling/false flooring applications. The detector shall be capable of detecting fast flaming fires and slow smoldering fires equally well. The detector shall therefore be a multi technology detector or shall be of unique design whereby a single type/model can be used in applications where either ISD/OSD would be normally used.

g. The detector shall be able to sense incipient fire by detecting the presence of visible and invisible products of combustion. The detector shall be suitable for low voltage two wire supply. The detector shall be provided with Single/Twin LED indication. The sensitivity of the detector shall not vary with change in ambient temperature, humidity, pressure or voltage variation, air, currents and should not trigger the false alarm due to the above condition.

h. The detector shall be suitably protected against dust accumulation/ ingress. The detector shall be free from maintenance and functionally tested at periodic intervals. All detectors shall be identical in construction design and characteristic to facilitate easy replacement and interchangeable by suitable programming.

i. The coverage per smoke detector shall strictly follow relevant standards. It shall be possible to connect smoke detector with heat detector or manual push button in the same circuit. The sensitivity of detector shall be set from the fire alarm control panel to suit the site requirement.

Contractor 31 SDE (EP)

Page 32: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

1.2.2 Manual call point / pull station

a. The Manual call point / pull station shall be addressable type with input modules to define the device/location.

b. The manual call station shall be with suitable protection and base box. The device shall be red in colour and suitable for surface or flush mounting. Manual stations shall be interface-able to an addressable input module. The manual station shall have normally open fire alarm and annunciator contacts and these contacts shall close on activation. Contacts shall remain closed until station is manually reset.

c. The manual call station shall be fully addressable with its own addressable module and operated by digitized signals from the FACP. It shall have protection as per relevant standard.

1.2.3 Input Module

a. The input modules shall be of dual/single point type.

b. The dual channel module shall be selectable for Normally Open (NO) or closed (NC).

1.2.4 Fault Isolator

a. This unit shall be placed on the loop preferably between devices and shall be able to isolate electrical short circuit in the wiring.

b. All the other detectors shall remain functional because of the Class A wiring of the loop.

c. The isolator shall not utilize an address and shall be built into the detector base wherever required.

1.2.5 Sounder cum Strobe

a. The sounder cum strobe shall be of addressable electronic type /connected by addressable module/ panel.

b. It shall derive power from separate cable with voltage adopter/panel.

c. It shall be capable of being directly mounted on the wall/ceiling or along with the detector.

d. The sounder shall have an output of at least 85 db at 1 mtr. The sounder shall be programmed to get activated in event of an alarm from a single detector/device or a group of detectors/ devices.

e. It shall give discontinuous/ intermittent audible alarm whenever any detector or call box operates.

f. It shall be powered from Main Fire alarm control panel through loop / separate 2 wire cable.

Contractor 32 SDE (EP)

Page 33: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

1.3.0 FIRE ALARM SYSTEM

1.3.1 The Fire alarm system shall give audio/visual alarm signals when the temperature or smoke density exceeds the pre-set limit.

1.3.2 All addressable units shall be connected to the existing Fire alarm control panel through the Loop Cards and shall be addressed through individual numbers.

1.3.3 All the components of new addressable fire alarm system shall perform following functions :

(a) To obtain analogue value for all detectors in the circuit through a pulsed digitalized current data.

(b) To analyze all analogue inputs from all addressable units, and through its own software and ambient level screening to identify fire, possible fire or fault conditions. The unit supervision shall be dynamic and continuous.

(c) All the events occurring anywhere in area covered under the scope of work shall be captured in the Main Fire alarm panel provided and repeater panel if any or should be able to communicate with existing panel in the building if any.

(d) To give adequate warning signal whenever there is dust accumulation in detectors. It should be possible to change the level of ambient alarm calibration condition by the use of software program.

(e) To report Short / Open circuit fault. In such cases, the system through the use of fault isolators shall be able to isolate that segment. The missing Detectors/Devices shall also be reported at the existing Fire alarm control panel with identification of the location.

(f) It shall be possible to set set each smoke sensor sensitivity in the existing Fire alarm control panel and also to set the sensitivity to a high level or low level based on night or day time (time based sensing).

(g) When an alarm condition is sensed at the existing Fire alarm control panel from a smoke or heat detector, a delay time/alarm verification period shall be started. If the sensor is still in alarm after the delay time expires, an alarm condition is reported. The delay time shall be adjustable from 0 to 990 sec’s.

(h) In the walk test mode in existing fire alarm control panel, the performance of each device is checked out by initiating the device.

(i) As each device is placed into alarm the existing Fire alarm control panel shall print/store the condition and automatically reset the device.

(j) Audible devices shall be initiated, if required at a pre-programmed time.

(k) In case of testing of the system from the existing Fire alarm control panel the display shall be able to give readouts of analogue value of all detectors being tested.

(l) The Fire alarm control panel shall carry out priority selection of alarm in case alarm activities in two or more remotely located units simultaneously. In such cases, the manual call stations shall have the highest priority.

Contractor 33 SDE (EP)

Page 34: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

1.3.4 The system shall be failure safe and adequate safe guards should be ensured that in the event of failure of a part of the system it shall not handicap the complete system.

1.3.5 The agency shall be responsible for preparation and installation of system software, if required into the existing Fire Alarm Control Panel. The software shall be user friendly, secured against errors, shall have the ability to be upgraded so as to incorporate more features at a later date.

1.4.0 FIRE ALARM SYSTEM TESTING

1.4.1 Smoke Detector

a. The testing shall be carried out for each loop / zone.b. Initially one detector in a zone and subsequently 1 or more disassociated detectors in

each zone shall be tested for Alarm Priority, Alarm Queuing and Call Logging with time lapse between detectors.

c. An identified detector shall be subject to smoke aspiration from burning paper / cigarette puffs, rubber and other materials which give dense smoke held at 0.3 M distance from the detector.

d. The FACP should indicate increased analogue output for that address and after the programmed delay time, a fire alarm signal shall be indicated. This delay shall be utilized for alarm verification.

1.4.2 Combined Test

a. The combined test shall be in combination of Photoelectric / Heat Detectors simultaneously with time lapse between application of smoke or heat or as Additional Test.

1.4.3 Additional Test

a. One detector of each type will be disconnected and subjected to slow dust build – up and again connected in the circuit.

b. Any part of the loop shall be short circuited. The FACP shall indicate the communication failure of all the devices connected in the short circuited segment.

c. After the short circuit is corrected, the fault isolator shall return to its normal status automatically, this being reflected in the FACP.

d. The Loop shall then be in normal operation again. Any part of the loop shall be dewired and tested as given above for open fault.

1.4.4 All other tests as required by BSNL at the time of handing over shall also to be conducted.

1.4.5 All fire alarm system components i.e. Addressable panel, Smoke detector, Hooter, manual call point should be of same make. Master and slave actuator also be of same make.

Contractor 34 SDE (EP)

Page 35: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

SECTION - V

SPECIAL CONDITIONS OF CONTRACT

1) GENERAL

The following special conditions shall be read in conjunction with general conditions of contracts and amendments thereto. If there are any provisions in these special conditions which are in variance with the provisions in the other documents, the provisions in these special conditions shall take procedure. The work shall generally be carried out as per IE rules & National building/Electrical code/Fire manuals/BSNL & CPWD specifications & NIT conditions. Department reserves the right to award the work in full or in parts to different agency.

2) INSPECTION OF SITE AND CONTRACT DOCUMENTS

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

3) SUFFICIENCY OF TENDER

The contractor shall be deemed to have satisfied himself before entering into the contract as to the correctness and sufficiency of his offer, the work and of the rates quoted in the schedule of works. These rates and amounts shall, except as otherwise provided, cover all his obligations under the contract and all matters and things necessary for proper completion and maintenance and guarantee of the work.

4) STORES AND MATERIALS

All the stores and materials required for the satisfactory completion of work except those specified as departmental supply shall be arranged at work site by the contractor from his own resources or open market. It should be clearly understood that no claim whatsoever shall be entertained by the department on this account. Safe custody of the material brought and installed at site shall be contractor's responsibility till the installation is taken over by the department after successful, performance and acceptance testing. List of approved materials are furnished. In case the firm desires to offer a  material  not  in  list, prior permission in writing is to be obtained from Engineer-in-charge.

5) PROGRAMME FOR EXECUTION

Within 7 days from the date of award of the work the contractor shall submit his programme for submission of drawings, supply of equipment, installation, testing and commissioning of the smoke detector system. The programme shall be framed keeping in view the priorities of areas which might be needed to be covered in the first instant.

6) APPROVAL OF DRAWING

a) The contractor shall get the following drawings approved before start of the work.i) Floor plans showing location of detectors indicating the proposed distances between the

Contractor 35 SDE (EP)

Page 36: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

detectors.

ii) Floor plans indicating the locations of main control panel, local control panels, hooters, manual call points, response indicators etc.

iii) Conduit/cable layout diagrams clearly indicating details of detectors and other devices connected in a particular zone.

iv) Drawing showing general arrangement of main control panel and local control panels.

b) The approval of drawings by the department shall not absolve the firm of their responsibility for supplying and installing the system confirming to relevant standards and specifications and schedule of work.

c) In case it is mandatory, as per local by-laws, to get CFO's approval, it shall be obtained by the contractor at no extra cost.

7) PAINTING

The entire exposed conduit work shall be painted with one coat of primer followed by 2 coats of approved / matching colour synthetic enamel paint with identification of red colour bands at appropriate interval (say 3 meters).

8) COMPLETION DRAWING

1) Four sets of following drawings shall be submitted by the contractor on completion of work.a) Floor plans showing location of detectors indicating the distances between the detectors.

b) Floor plans indicating the location of main control panel, local control panels, hooters, manual call points, response indicators etc.

c) Conduit/wiring layout diagrams clearly indicating details of detectors and other devices connected in particular zone.

d) Drawing showing general arrangement of main control panels and local control panels.

e) Control wiring diagram of the main and local control panel.

f) Circuit line diagram of the power supply unit and the power amplifier.

2) Three sets of service and troubleshooting manuals in respect of the installation including salient details of the installation shall be supplied by the contractor.

9. ACCEPTANCE TESTING

After physical completion of the new Addressable FA system, the same shall be subjected to Acceptance Testing as per standard of BSNL. This testing shall be conducted jointly by the representative of the Engineer in-Charge, Inspection circle and user for Addressable FA system as per manufacturers recommendations / as decided by NIT approving authority. A list of all defects and discrepancies shall be prepared during the test.

10. COMPLETION OF WORK

The work shall be deemed to have been completed after the fulfillment of the following:

Contractor 36 SDE (EP)

Page 37: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

a) Physical completion and testing of complete installation.b) Successful completion of the acceptance testing as per the BSNL standards in the presence of representative of Engineer-in-Charge and Inspection Circle for Addressable FA system as per manufacturers recommendations / as decided by NIT approving authority shall be carried out by Engineer in-Charge / Inspection Circle Team. c) In case the date for A/T is not available readily by Inspection circle, A/T may be carried out by Maharashtra Circle A/T team.11) TAKING OVER OF INSTALLATION

After the installation has been completed in all respects and tested (acceptance testing for addressable fire alarm system) successfully as per the procedure laid down above, the same shall be taken over by the department for beneficial use. The minor defects and discrepancies which might be noticed during testing / acceptance testing shall be attended by the contractor within one month from the date of testing / acceptance test.

12) GUARANTEE

The complete installation shall be guaranteed for trouble free operation for a period of 12 months from the date of successful acceptance testing. Any defects discovered or developed during this period shall be rectified by the firm free of charge including replacement of components if any.

13) MAINTENANCE

1) The contractor shall provide free maintenance of 12 months from the date of successful acceptance testing. This shall include four periodical inspection visits. During this visit the contractor shall inspect the system, adjust necessary controls, if required and satisfy the department that the system is in working condition.

2) The security deposit withheld by the department will be released after four successful visits by the contractor during maintenance and guarantee period of 12 months‚ 5% of security deposit may be deducted for not performing each such visit.

14) REJECTION OF DEFECTIVE INSTALLATION

The rejected material will be cleared from site immediately on rejection. If the complete system or any part thereof, before it is taken over, be found defective or fails to fulfill the intent of the specification, the contractor shall, on receipt of a written notice from the Engineer-in-charge forthwith make good the defects. Should the contractor fail to rectify the defects and or make good the defective system within a stipulated time mentioned in the written notice or replace the equipments/ components at no extra cost, department may make good, reject or replace the same at the risk and expenses of the contractors, the whole or any portion of the system which is defective or fails to fulfill the requirement of the contract.

15) BYE LAWS

The contractor shall comply all bye laws and regulations of local bodies having jurisdiction over the works and shall be responsible for payment of all fee and other charge giving and receiving all necessary notices and keeping Engineer-in-charge informed about the notices issued and received. The contractor shall get the system/installation approved from concerned fire authorities, when required. Any statutory fees payable shall be reimbursed on actuals. The contractor shall indemnify the department against all claims in respect of patent rights, design, trade mark for name or other protected rights in respect of any components, equipments work or materials used for or in connection with the work and from against all claims demands, proceedings, costs, charges and expenses what-so ever in respect of or in relation thereto. The contractor shall defend all actions arising from such claims and shall himself pay all royalties etc.

Contractor 37 SDE (EP)

Page 38: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

16) SPECIAL CONDITION:(Copy of letter No.23 (7) (1)/CEET (M)/97/ 1062 dated 10/7/97.)

SUBJECT: Compensation to be levied in cases of use of duplicate/spurious material in Fire Detection & Fire Alarm panel, Detectors & all other components of F.D. & F.A. system."Department reserves the right to get inspected material in Fire Detection & Fire Alarm panel, Detectors & all other components of F.D. & F.A. system and any components thereof by the manufacturer / their authorized representative, 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 cost of such component based on price list (without any discount whatsoever) effective on date of aforesaid inspection shall be recoverable.

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.1, 000/- per component found spurious / duplicate shall be levied against the contractor.Besides the above the Department reserves the right to take disciplinary action against the contractor.Decision of S.E. in such case shall be final and shall be out of purview of clause-25 of arbitration".

17)GENERAL CONDITIONS

The following general conditions of contract are deemed to have been agreed upon.

1) All civil works such as construction of foundation for the equipments with masonary or the steel members as may be required is included in the scope of work.

2) Provision of suitable tripod or any other such stand of 300 mm height for fixing of detectors in false floor is included in the scope of work. The design of the tripod / stand shall be got approved from the Engineer-in-charge.

3) Any damage or breakage which might be caused during the execution of work shall be made good by the contractor at his own risk and cost.

4) The contractor is responsible for the removal of debris and waste materials arising out of the work done by him, from the site.

5) The contractor shall commence the work like laying/fixing/fixing of conduits, fixing of detectors Engineer-in-charge whose decision shall be final and binding.

6)  Necessary tools and plants shall be arranged by the  firm. Modern tools and equipment shall be need for handling of cables and Machines, drilling, chiseling, cutting etc. so that speed, accuracy, minimum noise, vibrations and disturbance to the building/occupants/equipments can be achieved.

7.  The firm shall submit all the records such as excise.  Duty gate   pass, test  certificate, guarantee   cards, operation   and maintenance  manuals  and  spares  and  tools  of  the  original supplier to the department.

8. The firm shall provide necessary barriers, warnings, signals and other safety measures to avoid any accident. The employees of the firm are to be suitably insured against such accidents. The department shall not be responsible for any such accidents.

Contractor 38 SDE (EP)

Page 39: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

9.  The concealed items like earthing, cabling, conduits etc. shall be carried out only in the presence of duly authorized departmental staff.

10. The offer shall include all charges for packing, handling, freight, insurance, loading, unloading, stacking etc. for the material.

11. Work shall generally be carried out during working hours. However, as per the Departments requirement the working hours shall be extended without any extra claim.

12. All fittings unit assemblies, accessories, hardware foundation bolts, terminal blocks for connections, cable glands and miscellaneous material and accessories of items of work which are useful and necessary for efficient assembly and working  of  the equipment shall be deemed to have been included within the  scope of work in the tender and within the overall details for complete item whether they have been specifically mentioned or not.

ADDITIONAL SPECIFICATIONS

1.The work shall be done as per current CPWD specification for electrical works as amended from time to time and Indian electricity rules as amended up to date.

2. The work shall be supervised by a qualified Supervisor.

3. The layout of the work will be given by the Engineer-in-charge or his duly authorized representative at site of work.

4. Unapproved materials if brought to site of work shall have to be removed immediately by contractor at his cost and risk.

5. The contractor shall submit the completion plan as per Clause 8.2, of the agreement within 30 days of the completion of work. Failing to submit the completion plan, he will be liable to pay a sum equivalent to 2.5% of the value of work subjected to the ceiling of Rs.15000/- as per the clause-8.3 of agreement.

6. The contractor will have to give the following tests at his cost & intimate test results before final bills are paid. Nothing extra will be paid to him on this account. a) Earth test. b) Polarity test. c) Insulation test. d) Earth continuity test.

7. Any damage done to the building by the contractor during the execution of work shall have to be made good at his cost and risk. If he does not do it himself within a reasonable time as determined by the Executive Engineer (E) then the same will be got at his cost departmentally after giving notice to him.

8.While making the end connections of wires, no strand shall be cut and the termination of wire shall be done with necessary lugs and ferrules without any extra payment.

9.Lugs should be provided while terminating of 6 SWG G.I. wires for earth continuity without any extra payment.

10.The contractor shall furnish the test certificate of manufacturer in triplicate for all equipment.

11. The final completion plans, general arrangement drawings and wiring diagram shall be supplied in triplicate before commissioning the installation.

Contractor 39 SDE (EP)

Page 40: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

12. The firm shall furnish the guarantee for all the equipment against defective materials of manufacturing defects and workmanship etc. for a period of twelve months from the date of commissioning and handing over of the installation for regular use.

13. Wherever electrical termination, connections are made between dissimilar metals like copper and aluminium suitable size bimetal strips, washer shall be used.

14. It will be responsibility of the contractor to get approval of Drawing from competent authority before start of work without any extra cost. Nothing will be paid on this account.

15. All the Material to be supplied shall be as per approved product directory.

16. Earthing shall be done in presence of the Engineer In Charge or his duly authorized representative.

17. All necessary Tools & Plants shall be arranged by the contractor at his cost and risk.

Contractor 40 SDE (EP)

Page 41: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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)

Contractor 41 SDE (EP)

Page 42: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

Bidder’s profile & Questionnaire.Tenderer / Bidder’s Profile & Questionnaire (To be filled in and submitted by the bidder)

A) Tenderer’s Profile1. 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 Designation1.2.3.

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) Questionnaire1. Do you think any other detail/ material is required to complete the work

specified in the specification? Yes/No.If Yes, Give details

………………………………………………………………………………………

Contractor 42 SDE (EP)

Page 43: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

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……………………………

Contractor 43 SDE (EP)

Page 44: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

INTEGRITY PACT

Between

Bharat Sanchar Nigam Limited (BSNL) / hereinafter referred to as “The Principal”

and

………………………………..hereinafter referred to as “The Bidder/Contractor”

a) 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.

Contractor 44 SDE (EP)

Page 45: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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) Thee 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.

(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 cartelization 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.

Contractor 45 SDE (EP)

Page 46: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

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

Contractor 46 SDE (EP)

Page 47: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

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

Contractor 47 SDE (EP)

Page 48: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

Place…………………… Witness 1 : ………………………………

Date …………………… Witness 2 : ………………………………

Contractor 48 SDE (EP)

Page 49: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

BHARAT SANCHAR NIGAM LIMITED

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING (As on 29.02.2016)

Srno

Item Make

1. Engine Ashok Leyland /Cummins/ Cater pillar /KOEL / Volvo Penta / Mahindra &Mahindra (up to 200 KVA) /Escorts (up to30 KVA)/ Eicher (up to 35 KVA)

2. Alternator(Brushless) Crompton Greaves (AL. series) / KEC /Leroy Somer / Stamford/Jyoti Ltd

3. Battery (Lead Acid /Mntc. Free)

Amara Raja / AMCO / Farukawa / Hitachi/ Exide/ Prestolite / Standard

4. HV Switchgear(Vacuum Circuit Breaker/SF6 )

Biecco Lawrie / Crompton / Kirloskar /MEI / Jyoti Ltd

5. Transformer (Oil filled/ Dry type)

ABB / Schneider Electric /Andrew Yule /Bharat Bijlee / Crompton / EMCO/ Kirloskar/ Siemensa) 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 / Siemens7. MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens8. SDF units L&T/ Schneider Electric / Siemens/ HPL/ Havells9. Power Contactors L&T/ Schneider Electric / Siemens/

Lakshmi(LECS)10. Change Over Switch HPL / Havells / H-H Elcon11. Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric

/ Neptune Ducati/Syntron/ABB12. Bus Bar Trunking/

Sandwiched Bus DuctMoeller/L&T/Schneider Electric/ABB /Legrand/Zeta

13. Power Capacitors(MPP/APP)

L&T/EPCOS(Siemens)/ABB/Crompton/Schneider Electric/Neptune Ducati

14. Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/Meco / Rishabh /Universal/HPL/L&T/ABB/Yokins

15. Cold shrink HT/LT Cable Joint

Denson / 3M(M-Seal )/ Raychem

16. Rubber Matting ISI mark17. MCB/

lsolator/ELCB/RCCB/Distribution Board

Crompton / Havells / lndokopp / MDS Legrand / L&T / Schneider Electric/Siemens / Standard/ C&S/ABB/HPL

18. MS/ PVC Conduit ISI mark19. Cable Tray MEM/Bharti/Ratan/Slotco/Profab20. HT/LT Cables ISI mark21. PVC insulated

copper conductor wireISI mark

Contractor 49 SDE (EP)

Page 50: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

22. Centrifugal Pump Amrut / BE / Beacon / Batliboi /Crompton / Jyoti / Kirloskar / KSB /Mather &platt / WASP/Grundfos

23. Submersible Pump Crompton/Amrut / BE / Calama /Kirloskar / KSB24. Motors ABB/ Bharat Bijlee / Crompton Greaves /

Schneider Electric / HBB / KEC / Siemens/ Jyoti Ltd25. Fresh Air Fans GE / Khaitan/Almonard/Crompton26. Starter ABB / BCH / Schneider Electric / L&T /Siemens /27. Single Phase Preventer L&T / Minilec / Siemens / Zerotrip28. GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA /JST / Jindal /TTA / Tata/Zenith

29. Foot Valve ISI mark30. 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 Glasswool Fibre Glass / Pilkingston / UP Twiga33. Expanded Polystyrene BASF(India) Ltd.34. Gauge Feibig / H.Guru / Pricol35. Controls FLICA / Honeywell / Indfoss / Penn-

Danfoss / Ranco / Ranutrol / Sporland36. Fine Filters Anfiltra Effluent / ARW / Athlete/Airtake/ Dyna /

Kirsloskar/ Puromatic/ Purafill/ Purolator / Tenacity37. GI Sheet HSU Jindal / National / Nippon Denro /Sail / Tata38. 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 SmokeDetector

Appollo / Cerebrus / Edward / Fenwal/Hochiki / Nitton / Wormald/System Sensor

41. Fire Panel(Microprocessorbased)

Agni Instruments / Agni Devices/ ArunaAgencies/ Carmel Sensor / Ravel Elect. /Honeywell Essar/Notifier/Navin Systems

42. Sprinkler/ Hose Reel &Hose Pipe

ISI mark

43. Fire Extinguisher ISI mark44. Lift OTIS/ Kone/ Mitsubishi/ Schindler/Johnson/

ThyssenKrupp Elevators(India)45. High Precision Air Conditioners

(HPAC units)Units Manufactured by

1) M/s Emerson Network Power India(P) Ltd, Thane2) M/s Sidwal Refrigeration Ind.(P) Ltd, New Delhi3) M/s Stulz CHSPL India(P) Ltd, Mumbai4) 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.

Contractor 50 SDE (EP)

Page 51: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

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.

Contractor 51 SDE (EP)

Page 52: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

SECTION-II- UNPRICE BIDSCHEDULE “A”

SCHEDULE OF QUANTITIES (UNPRICED BOQ –TO BE QUOTED ONLINE ONLY)Name of Work :-Supply, Installation, Testing and Commissioning of Addressable Fire Detection & Fire alarm system for Telepresence Studio under NFS Project at Bambolim, Goa.

NIT No. e-01/EEE/BSNL/ED/PJM/21-22Name 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 extended on more items till date.

Sr. No

Description of Item Qty.Basic Unit Rate all-

UnitTotal

Net Cost to BSNL without

Contractor 52 SDE (EP)

Page 53: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

inclusive but

without GST in

Rs

GST in Rs.

1 Supply, Installation, testing and commissioning of Microprocessor based Intelligent, addressable, modular, non - expandable networkable, Single Loop Panel with each loop capacity of 99 detectors + 99 modules in a loop signaling line circuit, with maximum loop length of 1.2 KM or more, compliant to EN-54/ UL/ FM/ LPCB/ VdS including supplying and fixing 2 x 12V 7AH Maintenance free batteries. Fire alarm control panel shall have suitable size touch screen LCD display, multiple access levels, not less than 2000 event history logs in the non-volatile memory (EEPROM). The panel shall be suitable for operation on 230V, 50Hz AC Power supply with 24V Automatic battery charger. All devices shall have soft address setting. It shall have inbuilt USB 2.0 for Upload / Download the panel configuration setting, Inbuilt RS-485 for repeater panel connectivity, etc. complete as required. (Make : Ravel / Morley IAS / Edward/ Apollo / equivalent make and model)

1

Nos   Each

2 Supplying, installation, testing & commissioning of Intelligent, Addressable Multi sensor Type Smoke cum Heat Detector complete with twin LED's for 360°C, Hard Addressable having rotary decade Address switches from 01-99, with mounting base conforming to BS:5839 standards and duly approved by EN54/ UL/ FM/ LPCB/ VdS, along with mounting box for cable

15 Nos   Each  

Contractor 53 SDE (EP)

Page 54: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

gland, suitable arrangement / tripod stand for mounting above false ceiling / below false flooring etc. complete as required (Make : Ravel / Morley IAS / Edward/ Apollo / equivalent make and model)

Contractor 54 SDE (EP)

Page 55: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

3 Supply Installation, testing and commissioning of remote response indicator compatible with the above addressable type panel and detectors etc. as required. (Make : Ravel / Morley IAS / Edward/Apollo / equivalent make and model)

14

Nos

  Each  

4 Supply, Installation, testing and 2 No   Each  Contractor 55 SDE (EP)

Page 56: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

commissioning of Intelligent addressable manual call point / pull station, dual action type with flexible network structures & necessary fixing arrangements with key. It shall be EN-54 / UL/ FM/ LPCB/ VdS compliant, (Indoor Application) compatible with the above addressable type panel complete as required (Make : Ravel / Morley IAS / Edward/Apollo / equivalent make and model)

s

5 Supplying, installation, testing & commissioning of Addressable type Fault Isolator for isolating shorted, de-linked and loose circuits between two successive fault isolators with automatic resetting arrangement to be interconnecting to loop cable compliant to EN-54 / UL/ FM/ LPCB/ VdS etc. complete as required. (Make : Ravel / Morley IAS / Edward/ Apollo / equivalent make and model)

1 Nos   Each  

6 Supply Installation, testing and commissioning of Addressable control relay module with flexible network structure of suitable rating, compliant to EN-54/UL/FM/LPCB/VdS, compatible with the above addressable type panel, along with suitable mounting box for cable gland complete as required (Make : Ravel / Morley IAS /Edward/Apollo / equivalent make and model)

1 Nos   Each  

7 Supplying, installation, testing & commissioning of Addressable type loop powered sounder cum strobe complete with mounting base, EN-54 / UL/ FM/ LPCB/VdS compliant, (Indoor Application) compatible with the above addressable type panel, along with mounting box for cable gland, complete as required. (Make : Ravel / Morley IAS / Edward/ Apollo / equivalent make and model)

2 Nos   Each  

Contractor 56 SDE (EP)

Page 57: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

8 Supply, Installation, testing and commissioning of Addressable monitor module with 3 monitoring feature, monitoring of a line with EOL resistor, potential free contact & voltage monitoring. Shall be EN-54 / UL/ FM/ LPCB/VdS compliant, compatible with the above addressable type panel, along with mounting box for cable gland complete as required (Make : Ravel / Morley IAS / Edward/ Apollo / equivalent make and model)

1

Nos   Each  

9 Supply Installation, testing and commissioning of LED EXIT SIGN          

Contractor 57 SDE (EP)

Page 58: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

suitable for ceiling mounting, of size approximately 400 mm x 180 mm x 12 mm (for double side) / 6 mm (for single side), suitable for working on 220 V single phase ac supply, based on light reflection principle, with LED's of suitable ratings and nos., compatible with the above addressable type panel, providing brightness and uniform illumination for 3 W power signage duly engraved with precision laser engraving on 12mm or 6mm thick transparent acrylic sheet complete with battery time of 90 minutes with high quality maintenance free 2 numbers 700mA 6volts Lithium ‐ ion ‐ batteries, charger and 220volts AC to 12 volts DC power supply unit complete with powder coated sheet box etc. complete as required

  a) Single sided 1 Nos   Each  

  b) Double sided 1 Nos   Each  

10 Supplying and laying of 2 Core 1.5 sq.mm FRLS copper conductor PVC insulated and PVC sheathed / XLPE armoured cable on surface of wall / cable tray as per site requirement. (ISI marked) (Red Colour)

200 Mtr   Mtr  

11 Supplying & fixing ISI mark ready to use CO2 type 4.5 Kg capacity fire extinguisher as per standard IS no. 15683:2006 with hose of suitable length & horn duly charged along with suitable size of clamps to hold the fire extinguishers etc. complete as required (M/s Safex/ Cease fire / Monark / Firex / Similar superior make)

4 Nos   Each  

12 S/F 600 mm x 450 mm Zone & location wise plan Laminated floor plans mounted on wall along with each panel for following information etc. complete as reqd.

1

Nos   Each  

13 Supplying & fixing of a set of 9.0 liters 1 Set   Set  Contractor 58 SDE (EP)

Page 59: Declaration by Contractor for EW-6, EW-8 & Relative Certificatemhintranet.bsnl.co.in/uploads/tender/2021060816231442…  · Web view2021. 6. 8. · No employee in BSNL/Government

"Fire Buckets" as per IS: 2546 (one set comprises 3 nos of Fire Bucket- 2 nos for sand & 1 no. for water) on existing self standing floor mounted angle iron stand etc complete with fixing, painting with fire grade red paint including painting of stand etc as required.

          Total Rs :-  

Executive Engineer (E)BSNL Electrical Division, Panaji

Contractor 59 SDE (EP)


Recommended