DRAFT NIT APPROVAL
DRAFT N.I.T. No. :- 62/SEE/BSNL-EC/PTN/2016-17
Name of work :- Supply, Installation, Testing & Commissioning of 1 x 160 KVA
Engine Alternator Set with Sound Proof Enclosure and Manual
Control Panel at TE Bldg. Samastipur under SSA Samastipur.
(Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
NIT AMOUNT :- Rs. 11,18,000/-
Certified that this Draft NIT contains pages 55 (Fifty five) pages and Standard Form BSNL
EW 8 (General Conditions of Contract for BSNL Works).
E.E. [E] E.E.[E-P]
BSNL Elect. Division, BSNL Elect. Zone,
Muzaffarpur Patna.
Draft NIT approved for Rs. 11, 18,000.00
(Rs. Eleven Lakhs Eighteen thousand only)
Superintending Engineer (E),
BSNL Electrical Circle,
Patna. 800 001
Note:
The Executive Engineer (E) shall attend the following before inviting for tenders:
1. Time and date of sale, receipt and opening of tenders shall be filled in on page no. 2, 7
& 9 of DNIT.
2. Standard Form BSNL EW 8 (General Conditions of Contract for BSNL EW Works)
latest not to be uploaded on website.
3. Any instructions issued by the Superintending Engineer (Elect.) after the approval of
the NIT shall be included before call of tenders.
4. The Details to be filled in “Redressal of any Complaint” Table.
5. For Advertisement of NIT in News Paper, latest guidelines issued by the competent
authority shall be strictly followed.
SDE(EP) Page 1 EE(E-P)
TENDER DOCUMENT
DRAFT NIT NO: 62/SEE/BSNL-EC/PTN/2016-17
NAME OF WORK :- Supply, Installation, Testing & Commissioning of 1 x 160 KVA
Engine Alternator Set with Sound Proof Enclosure and Manual
Control Panel at TE Bldg. Samastipur under SSA Samastipur. (Part-
A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
INDEX
SL.NO DESCRIPTION Page No
1 INDEX OF TENDER 01-01
2 Documents Undertaking By Firm For Acceptance of EW-
8, other terms & clauses 02-03
3 REDRESSAL OF COMPLAINT 04-04
4 Press Notification 05-05
5 Web Notification 06-08
6 Notice Inviting Tenders (form BSNL EW-8) 09-14
7 Tender Application Format 15-17
8
Information & Instruction to Tenderers about E-tendering
18-20
9 Declarations & Undertakings 21-22
10 Performa of Schedules 25-26
11 Important Note For Contractors 27-32
12 Schedule “D”
33
13 Model form of Bank Guarantee (EMD), P.G. Etc.
34-35
14 Performa for agreement 36-36
15 Schedule of Quantities. 37-40
16 Annexure “B” & Data Sheet For EA Set. 41-42
17 Specifications for Engine Alternator Set. 43-49
18 Test Sheet for Engine Alternator. 50-53
19 Approved Product list. 54-55
20 Item Rate Tender – General Conditions of Contract (form
BSNL EW-8) 56 onwards
Certified that this Draft NIT contains pages 55 (Fifty five) pages excluding Standard Form BSNL
EW 8 (General Conditions of Contract for BSNL Works).
SDE(EP) Page 2 EE(E-P)
1. NAME OF WORK :- Supply, Installation, Testing & Commissioning of 1 x
160 KVA Engine Alternator Set with Sound Proof
Enclosure and Manual Control Panel at TE Bldg.
Samastipur under SSA Samastipur. (Part-A-Supply of
E/A set, Part-B-ITC of E/A set) -3rd Call
2. NIT AMOUNT :-
Rs 11,18,000/-
3. EMD :-
Rs 22,360/-
4.Last Date & time of receipt
of Tenders :- 25.07.2017 up to 13:00 Hrs
5. Date & time of Opening of
Tenders:-
:- 25.07.2017 at 14:00 Hrs
Signature of the Sub Divisional/Divisional officer.
Designation…………….
(For & On behalf of BSNL)
SDE(EP) Page 3 EE(E-P)
UNDERTAKING
(To be furnished by the firm before quoting)
1. I/We do hereby undertake to have gone through the terms & conditions/Clauses of the Form EW8
being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical Wing) & agree to abide by the
same.
2. Format of the 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)
SDE(EP) Page 4 EE(E-P)
DETAILS OF OFFICERS FOR REDRESSAL OF ANY COMPLAINT
SR.
NO.
DETAILS OF
OFFICER POSTAL ADDRESS
LANDLINE
TELEPHONE
/MOBILENUMBER
FAX
NUMBER
1
CGMT, BSNL, PTN Circle
CGMT, BSNL, 2nd floor, Sanchar Sadan Budh Marg, Patna 800001
0612-2223034 0612-2220100
2
Chief Engineer (E), BSNL Electrical Zone, PATNA
3rd floor CTO, bldg, Sanchar Parisar, Patna -800001
0612-2200679 0612- 2201229
3
DGM (Vig.), BSNL, PTN Circle
D.G.M. (Vig.) – O/o CGMT, BSNL, Sanchar Sadan, PATNA – 800001
0612-2225447 0612-2236881
SDE(EP) Page 5 EE(E-P)
PRESS NOTICE
NOTICE INVITING TENDER
Sealed item rate E-tenders are invited from firms satisfying eligibility conditions for the
work of “Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine Alternator Set
with Sound Proof Enclosure and Manual Control Panel at TE Bldg. Samastipur under SSA
Samastipur. (Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
.
(EE’s NIT No: 221/16-17/BSNL/EDM/EE(E)). The Blank tender documents can be
downloaded from our website at www.tender.bsnl.co.in for submitting un priced BID and
for on line submission http://tenderwizard.com/BSNL.
SDE(EP) Page 6 EE(E-P)
WEB NOTIFICATION
The Executive Engineer (E), BSNL Electrical Division, Muzaffarpur, invites Digitally sealed item rate e-Tender in single Bid System on behalf of Bharat Sanchar Nigam Limited for the following works from the contractor(s) satisfying the under mentioned eligibility conditions.
Name of Work E
stim
ate
d C
ost
Rs.
EM
D R
s.
Te
nd
er
Do
cu
men
t C
ost
Pa
ya
ble
at
Pe
rio
d O
f C
om
ple
tio
n
La
st
da
te a
nd
tim
e o
f o
n
line
su
bm
issio
n
E
-
ten
de
r
La
st
da
te
an
d
tim
e
of
su
bm
issio
n
of
EM
D,
Te
nd
er
Co
st
& P
OA
in
orig
ina
l in
sea
led
co
ve
r
in D
ivis
ion
offic
e m
ark
ed
as E
nve
lope
-I
Tim
e
an
d
da
te
of
op
en
ing
o
f se
ale
d
en
ve
lop
e-I
o
f E
MD
,
Te
nd
er
co
st
& e
-Te
nde
r
i.e
.-e
-En
velo
pe
-I
Tim
e a
nd
da
te o
f o
pen
ing
of
Price
Bid
1 2 3 4 5 6 7 8 9 10
Supply, Installation,
Testing &
Commissioning of 1 x
160 KVA Engine
Alternator Set with
Sound Proof Enclosure
and Manual Control
Panel at TE Bldg.
Samastipur under SSA
Samastipur. (Part-A-
Supply of E/A set, Part-
B-ITC of E/A set) -3rd
Call
Rs. 11,1
8,0
00.0
0
Rs. 22,3
60.0
0
R
s. 500/-
+
S.T
.
AO
(Cas
h),
O/o
GM
TD
BS
NL
,
Dar
bhan
ga
2 (
Tw
o )
Mon
ths
25.0
7.2
017 u
p t
o 1
2.5
5 H
rs
25.0
7.2
017 u
p t
o 1
3.0
0 H
rs
25.0
7.2
017 a
t 14.0
0 H
rs
25.0
7.2
017 a
t 15.0
0 H
rs
Eligibility Criteria: -
I. Average annual turnover during the last 3 years, ending 31st March of the previous
financial year, should be at least 30% of the estimated cost put to tender.
AND
II. BSNL enlisted contractors in Electrical category of respective class as per their tendering
limits.
OR
III. BSNL CO (Electrical) approved Engine manufacturer with the approved capacity of
engine not less than the DG set capacity proposed in the NIT.
OR
IV. OEM authorized by BSNL CO (Electrical) approved Engine manufacturer with the
approved capacity of engine not less than the DG set capacity proposed in the NIT. The
letter of Authorization in Original from the Engine manufacturer will have to be produced
by the OEMs.
OR
SDE(EP) Page 7 EE(E-P)
V. 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 with DG set capacity not less than 80% of
individual capacity of the DG set proposed in the NIT.
OR
Two similar successfully completed works costing not less than the amount equal to 60%
of the estimated cost put to tender with DG set capacity not less than 80% of individual
capacity of the DG set proposed in the NIT.
OR
One similar successfully completed work costing not less than the amount equal to 80%
of the estimated cost put to tender with DG set capacity not less than 80% of individual
capacity of the DG set proposed in the NIT. NOTE:-The work completion certificate issuing authority in respect of III above shall not be
below the rank of Executive Engineer (E)
2. Documentary proof of satisfying the above conditions, Chartered Accountants Certificate
towards deposit of Income Tax, Valid Service Tax Registration, Value Added Tax
Registration, EPF registration and an attested copy of PAN card to be furnished along
with the application.
3. PERFORMANCE GUARANTEE FOR SUPPLY PORTION: The contractor is required
to furnish performance guarantee for an amount equal to 5% of the contract value of
supply portion in the form of bank guarantee (of a Nationalized / Scheduled bank in a
standard format) / CDR / FDR / DD within two weeks from the date of issue of award
letter. The validity period of performance security in the form of performance bank
guarantee shall be one year from the date of actual completion of work.
4. Security Deposit for Supply Portion: In addition to performance guarantee stated above, a
sum @ 10% of the gross amount of the bill shall be deducted from each running bill of
the contractor till the sum will amount to security deposit of 5% of the tendered value of
the work.
5. The intending Tenderer must read the terms and conditions of BSNL EW-6 & EW-8
carefully which can be accessed from web site www.bihar.bsnl.co.in or http://tenderwizard.com/BSNL.
The tenderer should give undertaking regarding that the tenderer abides by the original
standard BSNL EW Form 6/8. He should only submit his Tender if he considers himself
eligible and he is in possession of all the documents required.
6. The intending bidders must have valid Class-III digital signature to submit e-Tender.
7. The e-Tender will be submitted online in two Electronic mode Envelope system.
a) Electronic mode: - Eligibility documents & Technical Bid (e-Tender). b) Electronic mode:- Price Bid (e-Tender). 8. Original copies of Tender Cost, EMD & Power of attorney are required to be submitted
offline in the prescribed form in the O/o “Executive Engineer (E), BSNL Electrical
Division, Muzaffarpur up to Last date and time of submission of EMD, Tender Cost &
P O A. (for details refer EW-06) 9. On Line e-Tender can only be submitted after uploading following valid scanned documents
SDE(EP) Page 8 EE(E-P)
( i.e. e-Envelope-I) related to eligibility conditions as per point no-1 above up to Last date
and time of online submission/ uploading of E-tender. i. Documentary proof of satisfying the eligibility conditions as per 1 above (like Electrical
contractors license issued by State Govt., Enlistment Certificate, work experience
certificate)
ii. CA certificate towards turn over /deposition of income tax & PAN Card
iii. VAT/Sales tax registration certificate & Service Tax registration certificate.
iv. EPF /ESI registration certificate.
v. Declaration of EW-6 / EW-8, Relative Certificate & Undertaking -I & II by contractors
vi. Tender Cost & EMD in prescribed form.
10. Validity of tender shall be for 90 days from the date of opening of tender.
11. 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.
12. For e-Tendering of this tender BSNL has engaged e-portal maintained by M/s ITI @
website http://tenderwizard.com/BSNL.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 ITI may be contacted at numbers 9771414548,
7260813342, 9771414540)
11. If the credentials are found fake or forged even during the process of scrutiny the offer
shall not be considered at all and EMD shall be forfeited in addition to any other action as per
prevalent rules.
12. If a holiday is declared on the tender opening day, the tender will be opened on the next
working day.
Note: The Company or the firm or any other person is not permitted to tender for works
in BSNL unit in which his near relative (s) is (are) posted.
Executive Engineer (Elect),
BSNL Electrical Division,
Muzaffarpur
Copy to vide Ltr. No. 03(2)/BSNL/EDM/2017/04 Dated : 27/01 /2017
1) Website www.bihar.bsnl.co.in. & http://tenderwizard.com/BSNL.
2) The C.G.M.T., Patna.
3) The G.M.T.D. Darbhanga.
4) Vigilance Officer, O/o CGMT, Patna.
5) Tender clerk(account branch)
6) Notice Board then NIT File.
7) Contractors.
Executive Engineer (E)
BSNL Electrical Division
Muzaffarpur.
SDE(EP) Page 9 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED.
(A GOVERNMENT OF INDIA ENTERPRISE)
Electrical Wing
Electrical Division :- Muzaffarpur Sub Division : Darbhanga
NOTICE INVITING TENDER
(As per Tendering Procedure in BSNL revised up to date)
Note: -
i) For corrections on the Form BSNL EW - 6, kindly refer English version only.
ii) In case of ambiguity in Hindi and English version, English version will prevail.
01. Tenders in the prescribed form are hereby invited on the behalf of the BSNL for the work
of :
a)
b)
c)
d)
e)
f)
g)
h)
Name Of Work :-
Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine Alternator
Set with Sound Proof Enclosure and Manual Control Panel at TE Bldg. Samastipur
under SSA Samastipur. (Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
Division : - BSNL ELECTRICAL DIVISION, Muzaffarpur
Estimated Cost :- Rs. 11,18,000/-
EMD :- Rs. 22,360/-
Time: - Two Months.
PERFORMANCE GUARANTEE: For Supply Portion Agreement - 5 % of the
tendered value of the work.
SD: For Supply portion agreement: 5% of the tendered value of the work.
For ITC portion agreement: 10% of the tendered value of the work.
COST OF TENDER DOCUMENT : - Rs.500/- +Sales Tax (non refundable)
SDE(EP) Page 10 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED
(A GOVT OF INDIA ENTERPRISE)
ELECTRICAL WING
Division :- Muzaffarpur Sub Division : Darbhanga
Notice Inviting Tenders
(As per Tendering procedure in BSNL revised up to date)
Tenders in the prescribed form are hereby invited on behalf of the BSNL for the work of
“Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine Alternator Set with
Sound Proof Enclosure and Manual Control Panel at TE Bldg. Samastipur under SSA
Samastipur. (Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
ESTIMATED COST: - Rs. 11,18,000/-
a) Printed forms of tenders consisting of the detailed plans, complete specifications, the
schedule of quantities of the various classes of work s to be done and the set of
conditions of contract to be complied and with by the persons whose tender may be
accepted, can be purchased, at the Divisional / Sub divisional office between the hours
of 1100 hrs and 1600 hrs. Every day except on Sundays and public holidays on
payment of Rs.500/- +Sales Tax (non refundable) in cash/D.D In favor of AO (Cash),
GMT BSNL, Darbhanga.
b) The site for the work is available / or the site for the works shall be made available in
parts.
c) The tender forms can be downloaded from the web site.
d) Before tendering, the contractor shall inspect site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds,
working conditions, including stocking of materials, installation of T & P etc., and
conditions affecting accommodation and movement of labor etc., required for
satisfactory execution of contract. No claim whatsoever on such account shall be
entertained by the BSNL in any circumstances.
1. Tenders which should always be placed in sealed covers with the name of work written
on the envelope will be received by the Executive Engineer (Elect). BSNL Electrical
Division, Muzaffarpur up to 1500 hours on date___________ and will be opened by him
in his office on the same day at 1530 hours.
2. The time allowed for carrying out the work will be 2 Months (Supply & ITC portion)
a).Earnest Money amounting to Rs.22,360/- in the form of demand draft/ FDR / BG/ CDR of
Nationalized, Scheduled Bank, drawn in favor of Accounts Officer (Cash), O/o GMTD BSNL
Darbhanga must accompany each tender and each tender should be in two sealed covers, one
cover containing the EMD in proper form and other cover containing tender, super scribed as “
Tender for the work :- “Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine
SDE(EP) Page 11 EE(E-P)
Alternator Set with Sound Proof Enclosure and Manual Control Panel at TE Bldg. Samastipur
under SSA Samastipur. (Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
” and addressed to Executive Engineer (E), BSNL, Electrical Division, Muzaffarpur.
b) The Validity period of EMD shall be 120 days, from the date of opening of tender. In
case of e-tendering, each tender should be in two sealed covers, first containing
credentials for meeting the eligibility condition along with the cost of tenders and EMD in
proper form, second cover containing tender documents. The credentials shall be self
attested and certified by any BSNL Executive/MTNL or Gazetted Officer of GOI If not
certified by BSNL Executive then original documents shall be produced at the time of
tender opening. After verification of contents of this envelop then second envelope
containing the bid document shall be opened.
c) The EMD of all the unsuccessful tenders shall be released on issue of award letter to
the successful tenderer. This shall be done within one week of award letter.
c) Exemption from payment of earnest money and security deposit by any other unit/
department shall not hold good for BSNL.
3. a) The contractor should submit and confirm Chartered Accountant Certificate in respect
of turnover and other registration certificate (enlistment in BSNL, Electrical license, Sales
tax) with attested copies (self attested and counter attested by any Executive of
BSNL/MTNL or Gazetted Officer of GOI) as applicable along with the application on
printed letter head for purchase of tender.
b) The tenderer should submit the valid WCT/Sales tax/VAT registration certificate,
Chartered Accountants Certificate towards deposit of Income Tax, Valid Service Tax
Registration, Value Added Tax Registration, EPF registration and an attested copy of
PAN card.
4. a) Performance Guarantee For PART A :- The contractor is required to furnish
performance guarantee for an amount equal to 5% of the contract value in the form of
Bank guarantee/CDR/ FDR/ DD (of Nationalized /Scheduled Bank in a standard format)
within two weeks from the date of issue of award letter. This period can be further
extended by the Engineer-in-Charge up to maximum period of two weeks on return
request of contractor. The validity period of performance security in the form of
performance Bank Guarantee shall be one year from the date of actual completion of
work
b) Security Deposit : For PART A--In addition to the performance guarantee stated above,
a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of
the contractor till the sum be deducted will amount to security deposit of 5% of the tender
value of the work.
c) Security Deposit: For PART- B a sum @ 10% of the Tendered amount shall be
deducted from bills.
5. The acceptance of tender will rest with the Superintending 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
SDE(EP) Page 12 EE(E-P)
respect are liable to be rejected. Tenders with any condition including that of conditional
rebate shall be rejected forthwith summarily.
6. Canvassing in connection with tender is strictly prohibited and the tenders submitted by
the contractors who resort to canvassing will be liable for rejection.
7. 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.
8. i) The tenderer should give a certificate that none of his/her relative is employed in BSNL
units. In case of proprietorship firm, certificate will be given by the proprietor and for
partnership firm certificate will be given by all the Directors of the company.
ii) Near relatives of all BSNL employees either directly recruited or on deputation are
prohibited from participation in tenders and execution of works in the different units of
BSNL. The near relatives for this purpose are defined as:
a. Members of a Hindu Undivided family.
b. They are husband & wife.
c. The one is related to the other in the manner as father , mother, son(s), and
son’s wife (daughter-in-law), daughter(s) and daughter’s husband (Son-in-
law), brother(s) and brother’s wife, sister(s) and sister’s husband (Brother-
in-law).
iii) The company or firm or any other person is not permitted to tender for works in
BSNL unit in which his near relative(s) is (are), posted. The unit is defined as SSA
/Circle/Chief Engineer/Chief Architect/Corporate office for non-executive employees and
all SSA in a circle including Circle office/Chief Engineer/Chief Architect/Corporate
office for executive employees (including those called as Gazetted officers as present).
The tenderer should give a certificate that none of his /her such near relative is working in
the units as defined above where he is going to apply for tender /work, for proprietorship,
partnership firms and limited company certificate shall be given by the authorized
signatory of the firm. Any breach of the conditions by the company or firm or any other
person, the tender /work will be cancelled and earnest money/performance guarantee will
be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the
company or firm or the concerned person. The company or firm or the person will also be
debarred for further participation in the concerned unit.
The format of the certificate to be given is “ I ……….……………… Son
of Sh. …………..…………………………………………………………………..
Resident of ……………………………………………………………….. Hereby certify
that none of my relative (s) as defined in the tender document is /are employed in BSNL
unit as per details given in tender document. In case at any stage, it is found that the
information given by me is false /incorrect, BSNL shall have the absolute right to take
any action as deemed fit /without any prior intimation to me”.
(Seal of the firm) (Signature of the contractor)
SDE(EP) Page 13 EE(E-P)
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.
9. 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.
10. It will be obligatory on the part of the tenderer to sign each page of the schedule of work
and the tender documents for all the component parts and after the work is awarded he
will have to enter into a separate agreement for each component with the officer
concerned.
11. Any tender not submitted in proper manner or if it contains too may corrections,
overwriting of absurd rates, and absurd amount will be liable to be rejected and the BSNL
will be at liberty to take such action as it may deem fit without any reference to the
tenderer.
12. 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 to any other right of remedy be at liberty
to forfeit 50% ( Fifty percent only) of the said earnest money absolutely.
13. Extension of validity: In case, where the letter of award of work cannot be placed within
the validity 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.
14. Unsealed tenders will be summarily rejected.
15. The contractor should read the tender documents carefully before submitting the tender.
16. Agreement shall be drawn with the successful tenderer on prescribed form. Tender shall
quote his rates as per various terms and conditions of the said form, which will form part
of agreement.
17. The tenderer shall furnish a declaration to this effect ( In case downloaded tender) that
no addition /deletion/correction have been made in the tender document submitted and is
identical to the tender document appearing on website. Every page of downloaded
tender shall be signed by the tenderer with stamp (Seal) of his firm /organization.
SDE(EP) Page 14 EE(E-P)
18. 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.
Eligibility Criteria:-
I. Average annual turnover during the last 3 years, ending 31st March of the previous
financial year, should be at least 30% of the estimated cost put to tender.
AND
II. BSNL enlisted contractors in Electrical category of respective class as per their tendering
limits.
OR
III. BSNL CO (Electrical) approved Engine manufacturer with the approved capacity of
engine not less than the DG set capacity proposed in the NIT.
OR
IV. OEM authorized by BSNL CO (Electrical) approved Engine manufacturer with the
approved capacity of engine not less than the DG set capacity proposed in the NIT. The
letter of Authorization in Original from the Engine manufacturer will have to be produced
by the OEMs.
OR
V. 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 with DG set capacity not less than 80% of
individual capacity of the DG set proposed in the NIT.
OR
Two similar successfully completed works costing not less than the amount equal to 60%
of the estimated cost put to tender with DG set capacity not less than 80% of individual
capacity of the DG set proposed in the NIT.
OR
One similar successfully completed work costing not less than the amount equal to 80%
of the estimated cost put to tender with DG set capacity not less than 80% of individual
capacity of the DG set proposed in the NIT. NOTE:-The work completion certificate issuing authority in respect of III above shall not be
below the rank of Executive Engineer (E)
Documentary proof of satisfying the above conditions, Chartered Accountants Certificate
towards deposit of Income Tax, Valid Service Tax Registration, Value Added Tax
Registration, EPF registration and an attested copy of PAN card to be furnished along
with the application
For and on behalf of BSNL.
Executive Engineer [E]
SDE(EP) Page 15 EE(E-P)
BSNL, Electrical Division, Muzaffarpur
TENDER SUBMISSION FORMAT
To,
The Executive Engineer (E),
BSNL Electrical Division,
Muzaffarpur.
Subject: “Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine Alternator Set
with Sound Proof Enclosure and Manual Control Panel at TE Bldg. Samastipur under SSA
Samastipur. (Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
N.I.T. NO.:- 62/SEE/BSNL-EC/PTN/2016-17
As per tender publication advertised by your office and display of Notice Inviting Tender
on web site http:/www.bihar.bsnl.co.in. We are hereby submitting the following documents duly
attested.
ENVELOPE - I
S.N. DOCUMENTS DETAILS
1. Tender Publication advertised on
2 Name of Newspaper
3 Tender due on
4 Tender Application fee
a. Demand Draft No.
b. Date
c. Amount (Rs.)
d. Name of Bank and Branch
e. In favor of AO(Cash), O/o GMTD BSNL, Darbhanga
5. Earnest Money Deposit
a. DD / BG / PO No.
b. Date
c. Amount (Rs.)
SDE(EP) Page 16 EE(E-P)
d. Name of Bank and Branch
e. In favor of AO(Cash), O/o GMTD BSNL, Darbhanga
6. Details of firm / Company
a. Name of firm / Company
b. Name of Proprietor / Partner
c. Address
Pin Code
Telephone
E– mail address
d. Electrical Contractor’s License No.
Issuing authority
Class of Registration
Tendering Limit
e. Electrical Supervisor License No.
In the Name of
Qualification
f. Address of Branch / Head Office Name
In BSNL Division H.Q.
Pin Code
Phone
Mobile No
E-Mail Address
7. Income Tax Clearance Certificate /
Chartered Accountant Certificate Date
SDE(EP) Page 17 EE(E-P)
8. Works Contract Registration No. &
Date valid upto
9. Service tax Registration No. & Date
10. Lists of 3 works carried out satisfactorily (Certified Officer not below the rank of
Executive Engineer). (To be issued by the user on his printed letterhead to the tenderer)
This is to certify that the work has been completed satisfactorily as per details given in
tender document / P.O.
Sl.
No Name of Work
Date of
start
Date of
Completion
Amount
of work
Done
Department and
P.O. /
Agreement No.
11. Annual Turn over
Sl.
No Financial Year Annual turn over
1 2013 – 2014
2 2014 – 2015
3 2015 – 2016
I ……………………………………………… proprietor/ duly authorized representative of M/s
……………………………………………. hereby certify that the information given above is true
to the best of my knowledge and belief I have been duly authorized to sign and certify the
documents. I understand that any wrong information/suppression of facts will disqualify us from
being considered for the tender participation.
Place Yours sincerely
(Signature)
Date (Name in block letter)
Seal of firm
SDE(EP) Page 18 EE(E-P)
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 e tendering, BSNL Electrical Zone Bihar Circle has decided to
use the portal https://www.tenderwizard.com/BSNL.in through M/s ITI. 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://tenderwizard.com/BSNL. Possession of
a Valid Class III Digital Signature Certificate (DSC) in the form of smart card/e-token in the
Company's name is a prerequisite for registration and participating in the bid submission
activities through this web site. Digital Signature Certificates can be obtained from the
authorized certifying agencies, details of which are available in the web site
https://www.tenderwizard.com/BSNL.
The web site also has user manuals with detailed guidelines on enrollment and participation in
the online bidding process. The user manuals can be downloaded for ready reference. Vendors
can also attend the training/familiarization programme on the e-tendering system conducted
periodically by the GOVERNMENT E-PROCUREMENT SYSTEM in association with ITI.
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://tenderwizard.com/BSNL.Special Instructions to the
Contractors/Bidders for the e-submission of the bids online through this e Procurement
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 eMudhra CA/GNFC/IDRBT/ Mtnl Trust line /
Safe Scrpt /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.
SDE(EP) Page 19 EE(E-P)
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.
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 e Procurement system will give a successful bid up
dation 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.
SDE(EP) Page 20 EE(E-P)
19. The bidder should see that the bid documents submitted should be free from virus and if
the documents could not be opened, due to virus, during tender opening, the bid is liable
to be rejected
20. The time that is displayed from the server clock at the top of the tender Portal, will be
valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement
portal. The Time followed in this portal is as per Indian Standard Time (IST) which is
GMT+5:30. The bidders should adhere to this time during bid submission.
21. The bidders are requested to submit the bids through online eProcurement system to the
TIA well before the bid submission end date and time (as per Server System Clock)
22. Minimum requirements for accessing the Online E-Tendering website
Computer System installed with Windows XP or higher Operating System with suitable
antivirus in place. The OS should have the latest Service Pack.
The following are necessary
Java Runtime Environment Version 1.6 or above
Legally valid Digital Signature Certificate (DSC)
Dedicated broad band Internet Connection with minimum 256 kbps or above
Printer (Optional)
UPS
23. Vendors Training Program
Vendors are requested to contact M/s ITI Officers for any information regarding E-tendering /
training on their toll-free number displayed on the website http://eprocure.gov.in
SDE(EP) Page 21 EE(E-P)
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__________________________________her
e 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)
SDE(EP) Page 23 EE(E-P)
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.:……………………….
Service Tax Registration No:………………………..
CST Registration No:……………………………
TIN Number:
The Agency shall fill up the above data
(Seal of the firm) (Dated Signature of Contractor)
SDE(EP) Page 24 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED
STATE :- Bihar CIRCLE:- PATNA
BRANCH:- Electrical DIVISION:- Muzaffarpur
ZONE:- PATNA SUB-DIVISION:- Darbhanga
Percentage Rate Tender/ Item Rate Tender & Contract for Works
(A) Tender for the work of :-
“Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine Alternator Set with Sound
Proof Enclosure and Manual Control Panel at TE Bldg. Samastipur under SSA Samastipur. (Part-A-
Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
N.I.T. NO.: 62 /SEE/BSNL-EC/PTN/2016-17
(B) To be submitted by _______________________________ hours on______________ to
(time) (date)
________________________________________________________________________
(i) To be opened in presence of tenderers who may be present at ____________ hours
on _____________ in the office of ____________________________________________
Issued to: - _______________________________________________________________
(Contractor)
Signature of officer issuing the documents ______________________________________
Designation ______________________________________________________________
Date of issue_______________________
TENDER
I / We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F,
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the
work.
I / We hereby tender for the execution of the work specified for the BSNL within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule –1 of General
Rules & Directions and in Clause 11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as applicable.
SDE(EP) Page 25 EE(E-P)
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.
A sum of Rs. 22,360/- has been deposited in cash/ receipt treasury Challan /deposit at call
receipt of scheduled bank / fixed deposit receipt of scheduled bank/ demand draft of a scheduled
bank / Bank guarantee in the Department’s attached format as earnest money. If I/We, fail to
furnish the prescribed performance guarantee within prescribed period, I/we agree that the said
BSNL shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that
BSNL shall without prejudice to any other right or remedy available in law, be at liberty to
forfeit the said earnest money and the performance guarantee absolutely, otherwise the said
earnest money shall be retained by him towards security deposit to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred to
therein and to carry out such deviations as may be ordered, up to maximum of the percentage
mentioned in Schedule ‘F’ and those in excess of that limit at the rtes to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
I/We hereby declare that I/we shall treat the tender documents drawing and other records
connected with the work as secret/ confidential documents and shall not commutate information
derived there-from to any person other than a person to whom I /we am/are authorized to
commutate the same or use the information in any manner prejudicial to the safety of the State.
Dated___________ Signature of Contractor
Postal address
Witness:
Address:
Occupation:
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)
For & on behalf of the BSNL
Signature _________________
Dated ______________ Designation _______________
SDE(EP) Page 26 EE(E-P)
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intending tenderer) SCHEDULE 'A' Schedule of quantities: Appended from page 39 to 42. SCHEDULE 'B'
Schedule of materials to be issued to the contractor. Transportation shall be paid extra as per quoted rate.
Sr. No.
Description of item Quantity
Rates in figures and words at which the material will
be charged to the contractor
Place of Issue
1 2 3 4 5
NIL
SCHEDULE 'D'
Extra schedule for specific requirements / document for the work, if any.
I. Important Note for Contractors: Appended from page 21 to page 28.
II. Specifications: Appended from page 33 to 39
SCHEDULE 'F'
Reference to General Conditions of contract.
Name of work:
Supply, Installation, Testing &
Commissioning of 1 x 160 KVA Engine
Alternator Set with Sound Proof Enclosure
and Manual Control Panel at TE Bldg.
Samastipur under SSA Samastipur. (Part-
A-Supply of E/A set, Part-B-ITC of E/A
set)
Estimated cost of work: Rs.11,18,000/-
i) Earnest money: Rs.22,360/-
ii) Performance Guarantee:
5% of tendered value of Supply Portion
work.
iii) Security Deposit: i) For Supply portion agreement: 5 % of the
tendered value of the work.
ii) For ITC portion agreement: 10 % of the
tendered value of the work.
GENERAL RULES and DIRECTIONS: Officer inviting tender EE (E), BSNL
Electrical Division, Muzaffarpur
Definitions: See below
2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical
Division, Muzaffarpur
2(vi) Accepting Authority Superintending Engineer (E), BSNL Electrical Circle, PATNA.
2(x) Percentage on cost of materials and labor to
cover all overheads and profits 10%
SDE(EP) Page 27 EE(E-P)
Standard BSNL EW contract Form BSNL EW Form 8 latest
Clause 1 i)Time allowed for submission of Performance
Guarantee from the date of issue of letter of
acceptance, in days
15 days
Clause 2 Authority for fixing compensation under Clause 2.
SE (E)
Clause 5 Number of days from the date of issue of letter of
acceptance for reckoning date of start
10 days
Time allowed for execution of work. Authority to give fair and reasonable extension of
time for completion of work.
2 Months
SE (E)
Clause 10CC Clause 10CC to be applicable in contracts with stipulated period of completion exceeding the
period shown in next column.
N/A
Clause 12
12.2(iii) schedule of rates for determining the rates of additional, altered or substituted items that can
not be determined under 12.2(i) & (ii)
NIL
Clause 12
12.2(iii) plus/minus +/- the % over the rate
entered in the schedule of rates
NA
Clause 12 Deviation Limit beyond which clause 12.3 shall
apply
25%
Clause 25 Competent Authority for Conciliation
Superintending Engineer (E), [Not In-Charge of the Work]
Clause 30.2 Minimum Qualifications and experience required
for Principal Technical representative.
a) For works with estimated cost
put to tender more than i) Rs. 2lakh but less than 5Lakhs for Ele/ Mech.
Works
Recognized diploma holder
b) For works with estimated cost put to tender
more than i) Rs.5 Lakhs for Elect/ Mech. Works
Graduate or Recognized diploma holder
with 3years 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 Graduate
Rs.2,000/- p.m. for Diploma holder
SDE(EP) Page 28 EE(E-P)
SCHEDULE “D”
( I ) “IMPORTANT NOTE FOR CONTRACTORS”
The firm shall read carefully the following conditions and shall quote accordingly confirming all the
points in their offer.
GENERAL TERMS AND CONDITIONS:-
1. EVALUTION OF TENDERS:-
a. The bidder shall quote separate rates for “Supply “portion & “ITC” portion. The
lowest bidder shall be decided on the combined rates of Supply and ITC portion (Net
cost to the BSNL) inclusive of all Duties and Taxes, Packing, Forwarding, Freight
and Insurance charges but exclusive of CENVAT-able Credit Taxes and duties i.e
Excise duty and Service tax.
2. CURRENCY OF CONTRACT: -
The contract shall be valid for 2 months including 25% deviation if any, after the date of its
acceptance. 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.
3. BSNL does not bind himself to accept the lowest or any tender and reserves to himself the
right of accepting the whole or any part of the tender and the tenderer shall be bound to
perform the same at the quoted rates.
4. 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 enganement.3) The amount of wages paid to such
laborers’ / employees for the duration in question.4) Amount of EPF contributions (both
employers and employees 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.
5. 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.
6. Operation of Individual agreements shall be governed as follows:
a. EE shall draw separate individual agreements for “Supply” portion and “ITC” portion
and firm has to sign the agreement within 15 days of issue of award letter by EE.
b. Date of start of individual agreement shall be reckoned from the tenth day from the
date of Award and time allowed to carry out the work shall be two months.
SDE(EP) Page 29 EE(E-P)
c. The contractor shall be required to deposit Performance guarantee against individual
agreement for “Supply” portion only as prescribed below in Para 3 of B of Schedule
D Section I.
d. Individual agreement shall be operated independently without co-relation with the
other individual agreements for the purpose of payment, S. D., extension of time,
closing of contract etc. as per terms and conditions of individual agreement.
e. EMD deposited at the time of submission of tender shall be released after receipt of
performance guarantee for Supply Portion agreement.
f. S. D. and other deposits as per terms and conditions of individual agreement shall be
kept with the concern EE (E) and refunded / adjusted as per relevant clause of
individual agreement.
7. Certificate to be furnished by contractor about relative(s) working in BSNL.
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.
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
d) For Non Executive Employees: SSA/Circle/Chief Engineer/Chief
Architect/Corporate Office.
e) 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
SDE(EP) Page 30 EE(E-P)
8. CENVAT CREDIT
As per CENVAT CREDIT RULES – 2004, BSNL who is the output service provider, is
entitled for duty credit. To avail this, the firm has to furnish the following:-
A. For supply portion agreement
An invoice favoring BSNL indicating the following at the time of delivery:
a. Value of goods excluding the excise duty.
b. Excise Duty
c. Correct Excise duty tariff head.
B. For ITC portion agreement
Invoice indicating the quantum of Service tax paid on Installation, Testing and
Commissioning. Invoice should indicate the name of the consignee with relevant
Service tax registration no. as intimated by Executive Engineer (E) concerned The
Rates quoted by the contractor shall be inclusive of his service tax liability as service
provider in works contracts as per the service tax applicable as on date. At present, the
service tax is to be norm in the ratio of 50:50 by the service provider (contractor) &
by the service receiver (BSNL) in respect of work contacts. The Contractor, as a
service provider, shall be fully responsible for the payment of his service tax liability
to the service tax department & BSNL will not be responsible for any default on the
part of the contractor. BSNL as service receiver shall directly pay its liability to
service tax department & no reimbursement shall be made to the contractor. Any
further amendment notified by the government in service tax rules during the currency
of agreement shall also be applicable without any separate notice.
C. If the agency fails to furnish necessary supporting documents for availing cenvat
credit by BSNL or the documents furnished by the firm are not accepted by taxation
department then the amount of such taxes and duties will be deducted from the
payments due to the firm.
NOTE: No additional condition whatsoever will be accepted for turnover tax/sales tax
on works contract. In case of additional conditions for the payment of such taxes by
the contractor the tender may be liable to be summarily rejected by the accepting
authority. No conditional offer shall be entertained and rejected. (Standing order
No.258)
SDE(EP) Page 31 EE(E-P)
Part A: i.e. “SUPPLY OF ENGINE ALTERNATORS” PORTION AGREEMENT:-
1. TAX AND DUTIES: -
a) For Part A (Supply of Engine Alternators) in the schedule the firm shall quote composite
price inclusive of Excise duty, Central Sales Tax against Form ”C” or VAT as applicable
except Octroi /Entry/Local Body Tax. No concessional forms except FORM C for the item as
specified in schedule of work and meant for use of BSNL shall be provided. Form C shall be
provided by BSNL after delivery of the equipment at site only on specific request of the
contractor with supporting documents.
The contractor / supplier shall submit to BSNL documents / proof of payment of all taxes /
levies along-with exemption certificate, if any to avail CENVAT benefits by BSNL. The firm
shall quote the breakup of rate. (i, e. Basic cost, Excise duty, Sales tax).
The lowest bidder shall be decided on the combined rate inclusive of all Taxes, Packaging,
Freight & forwarding charges but exclusive of CENVAT – able credit taxes and duties i,e.
excise duty and service tax.
2. OCTROI/ LBT: -
The rate quoted by the firm shall be exclusive of octroi for (Supply of Engine Alternator Set).
No Octroi exemption certificate will be issued. The Octroi/Entry/Local Body Tax actually
paid only for EA set shall be refunded as per actual on production of valid original receipt
and other concerned original documents of the Octroi/Entry/Local Body Tax levying
authority specifying the material.
3. PERFORMANCE GUARANTEE:-
The Contractor shall be required to deposit an amount equal to 5% of the tendered value of
supply portion of the contract as Performance guarantee as per clause 1 of BSNL EW- 8
amended up-to-date in the form of Bank guarantee on a Nationalized / Scheduled bank in
standard format / CDR/ FDR/ DD within two weeks from the date of issue of award letter.
This shall be refunded to the contractor on completion of the work as per 12 of B Schedule D
Section I and recording of the completion certificate as per clause 8 of BSNL EW- 8.
4. SECURITY DEPOSIT:-
Recovery of security deposit at the rate of 10% in accordance with clause 1A of EW-8
amended up to date shall be deducted by BSNL from progressive payments made to the firm
from all the running bills till the sum will amount to security deposit of 5% of the tendered
value of the work. This shall be refunded to the contractor as per Clause 17 of BSNL EW-8
amended up to date.
5. VARIATION IN CENVATABLE TAXES
In case of any statutory variation in regard to excise/custom duty & service tax, within the
stipulated date of completion of individual agreement, the same shall be paid or recovered as
per the actual against valid documentary proof. However, beyond this period dept. will take
advantage of any reduction in excise/Custom duty & service tax but will not pay extra on
account of increase in excise/Custom duty & service tax.
6. PAYMENT TERM: -
SDE(EP) Page 32 EE(E-P)
No advance payment will be made. The payment terms for all items shall be governed as
under. Stipulations like levy of interest if payment is not made in specified time are not
acceptable to the BSNL.
For supply of items 95% of the price shall be paid on receipt of goods at site by the
consignee. For claiming this payment the following documents are to be supplied to the
paying authority:-
a. Excise gate pass / Invoice or equivalent document favoring BSNL shall be supplied
by the supplier.
b. Delivery challan.
c. Consignee receipt.
d. Proof of payment of Octroi/Entry/Local Body Tax, if any
e. COP Certificate in the name of Manufacturer valid on the date of Invoice
NOTE:-
a) 100 % payment (in place of 95%) may be made on delivery, provided that an additional
bank guarantee for an amount equivalent to 5% of the valve of supplies valid for a
minimum period of one year is furnished by the supplier along with an undertaking that
the shortages / damages as are intimated to the supplier in writing shall be made good.
b) 5% of prorata of the approved contract value after successful commissioning of
equipment or 6 months from date of supply of the equipment, whichever is earlier.
NOTE:-
1. 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.
2. 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. STORES AND SAFETY: -
All the stores and materials required for satisfactory completion of the work shall be arranged
at work site by the contractor from his own sources. Space for storing the material may be
provided on request from the contractor. However, safe custody of the material stores at site
will be responsibility of the contractor.
8. TEST CERTIFICATES: -
The firm shall submit Manufacturer test certificates for Engine and Alternator, etc. at the time
of delivery of E/A set at site.
9. COMPLETION DRAWINGS: -
The firm shall supply three sets of drawings / documents after physical completion of the
work and before completion as detailed below:-
o Schematic & GA Drawing of DG installation.
o Schematic GA Drawing & control wiring diagram of Manual Control panel.
o Schematic GA & detailed drawing of Acoustic Enclosure
o Operation and maintenance manual for all major equipments.
10. ENGINE GOVERNOR
o Suitable to meet requirement as given under speed governing Para 8 of AT test sheet.
11. GUARANTEE AND DEFECT LIABILITY: -
The guarantee shall be valid for twelve months after successful A/T. The contractor shall
guarantee that all equipments shall be free from any defect due to the defective material
and/or bad workmanship and also the equipments shall work satisfactorily with performance
and efficiencies not less than the guaranteed values.
SDE(EP) Page 33 EE(E-P)
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.
12. DATE OF COMPLETION: -
Date of successful Acceptance Testing shall be taken as completion date of the work.
13. PROGRAMME FOR EXECUTION: -
The firm shall supply detailed program to Engineer-in-charge for execution of contract within
15 days of award of work. The program shall contain details about submission & approval of
drawing, supply of materials etc. Tentative dates for installation and testing shall also be
submitted.
Part B: ITC PORTION AGREEMENT:-
1. For PART-B:- (ITC Portion) in the schedule the firm shall quote composite price inclusive of
service tax, works contract tax. The BSNL shall deduct TDS (for works contract tax) 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. The
contractor / supplier shall submit to BSNL documents/proof of payment of all taxes / levies
along-with exemption certificate, if any to avail CENVAT benefits BY BSNL. If the
contractor/supplier fails to furnish necessary supporting documents i.e. Excise/Custom
invoices etc. in respect of the duties and Taxes which are cenvatable, the amount pertaining
to such duties and taxes will be deducted from the payment due to the firm.
2. SECURITY DEPOSIT:-
Recovery of security deposit at the rate of 10% in accordance with clause of EW 8 amended
up to date shall be deducted by BSNL from progressive payments made to the firm from all
the running bills till the sum will amount to security deposit of 10% of the tendered value of
the work. This shall be refunded to the contractor as per Clause of EW 8 amended up to date.
3. TESTING AT SITE: -
The firm shall carry out following tests at site and submit record to the Engineer-In-charge.
o A/T in presence of representative of T&D circle as per A/T Schedule.
o Resistive load and fuel for testing shall be supplied by the firm without any extra cost.
4. DATE OF COMPLETION: -
Date of successful acceptance Testing shall be taken as completion date of the work.
5. PAYMENT TERM: -
There will not be any part payment. Full and final payment shall be made after completion of
successful acceptance Testing
SDE(EP) Page 34 EE(E-P)
SCHEDULE “D”
(II) “Copy of Memorandum No.5-1-12/EW/94 dated 26th Sept. 96”
Subject: Option for Deposit of Earnest Money in the form of Bank Guarantee for Air-
conditioning, Engine Alternator sets, Lifts and Sub-Station Works (Also applicable for this IBMS Work).
1.0 In modification of the existing procedure of Deposit of Earnest Money with each Tender in the shape of Cash/Demand Draft/Pay Order, it has been decided by the Telecom Commission to provide for an option to the Contractor(s) for depositing Bank Guarantee along with the Tenders for Air-conditioning, Diesel Engine Alternator, Lifts and Sub-station works wherever the amount of EMD is more than Rs.20, 000/- 2.0 The Bank Guarantee shall be from a Scheduled Bank or from a Nationalized Bank/State Bank guaranteed by Reserve Bank of India. 3.0 The Bank Guarantee shall remain in force for 30 days after the period for which the tenders are valid. 4.0 The value of the Bank Guarantee to be deposited along with each Tender shall be at the rates of Earnest Money prescribed by the Government from time to time. The Bank Guarantee Bond for EMD Deposit shall be as per the Model form at Annexure-1. 5.0 The Bank Guarantee Deposit by the Contractors shall be entered in a register to be maintained by the Divisional Officer/Accounts Officer of the concerned Electrical Division and the register shall be reviewed periodically and appropriate action to be taken for extending / encashing or release of these Bank Guarantee. 6.0 This is issued with the concurrence of Telecom Finance vide their U.O.No.274/FA-V dated 26th Sept.1996 and shall come into force with immediate effect. Encl.: Annexure-I
SDE(EP) Page 35 EE(E-P)
Annexure-I
MODEL FORM OF BANK GUARANTEE (EMD)
BANK GUARANTEE BOND FOR EMD FOR AIR CONDITIONING, DIESEL ENGINE ALTERNATOR, LIFTS AND SUB STATION WORKS WHEREVER THE AMOUNT OF EMD IS MORE THAN RS.20, 000/- Whereas__________________(hereinafter called "The Contractor(s)") has submitted its Tender dated ________ for_______________ (Name of work) _____________________ KNOW ALL MEN by these presents that we______________________ OF ______________________ having our registered office at ____________________ (hereinafter called "The Bank") are bound unto ________________ (hereinafter called "The BSNL") in the sum of __________________ for which payment will and truly to be made of the said Government, the Bank binds itself, its successors and assigns by these presents. THE CONDITIONS of the obligation are: 1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form: or 2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tender validity. (a) Fails or refuses to execute the Contract. (b) Fails or refuses to furnish Security Deposit in accordance with the conditions of Tender document. WE undertake to pay to the BSNL up to the above amount upon receipt of its first written demand, without the BSNL having to substantiate its demand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force as specified in the Tender Document up to and including thirty (30) days after the period of the Tender validity, and any demand in respect thereof should reach the Bank not later than the specified date/dates. Signature of the Bank Signature of the Witness Name of Witness Address of Witness
SDE(EP) Page 36 EE(E-P)
ANNEXURE- II PERFORMANCE SECURITY GUARANTEE BOND
In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having offered to accept the terms and conditions of the proposed agreement between ________________ and ______________(hereinafter called the said contractor(s)’) for the work___________________ (hereinafter called “the said agreement”),having agreed to production of a irrevocable Bank Guarantee for Rs. _________ (Rupees _____________________________________________only) as a security / Guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement . 1. We, (name of the bank) ______________________ (hereinafter referred to as “the bank”) hereby undertake to pay to the BSNL an amount not exceeding Rs.__________ (Rupees_____________________________________________ only) on demand by the BSNL. 2. We (name of the bank)__________________ do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.________________ (Rupees __________________ only) 3. We, the said bank further undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment. 4. We, (name of the bank) ___________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied of discharged or till Engineer-in-Charge on behalf of the BSNL certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. 5. We, (name of the bank)___________________ further agree with the BSNL that the BSNL shall have fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time from time to time any of the powers exercisable by the BSNL against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the BSNL or any indulgence by the BSNL to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s). 7. We, (name of the bank) _____________________lastly undertake not to revoke this guarantee except with the previous consent of the BSNL in writing. 8. This guarantee shall be valid up to ______________ unless extended on demand by the Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. _____________ (Rupees _______________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged. Dated the ______________ day of _________ for_____________________________ (Indicate the name of bank)
SDE(EP) Page 37 EE(E-P)
PROFORMA FOR AGREEMENT
(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
CONTRACT AGREEMENT FOR THE WORK OF -----------------------------------------------------
DATED -----------------------Between M/S ------------------------------- (refer note) in the town of
(Address)-----------------
herein after called the contractor (which term shall unless excluded by or repugnant to be subject or
context include its successors and permitted assigns) of the one part and the Bharat Sanchar Nigam
Limited herein after called the BSNL (which term shall unless excluded by or repugnant to the
subject or context include its successes and assigns) of the other part.
WHEREAS
a. The BSNL is desirous that the execution of (Name of work) ------------------------------------------
at ---------- to be performed as mentioned , enumerated or referred to in the tender including
press Notice Inviting Tender , General conditions of the contract , Special conditions of the
contract , Specifications , Drawing , Plans , Time schedule of completion of jobs , schedule of
quantities and rates , agreed variations , other documents , has called for tenders.
b. The contractor has inspected the site and surroundings of the work specified in the tender
documents and has specified himself by carefully examinations before submitting his tender as
to the nature of the surface , strata , soil , sub soil and grounds , the form and nature of the site
and local conditions the quantities , nature and magnitude of the work , the availability of the
labour and materials necessary for the execution of work , the means of access of site , the
supply of power and water thereto and the accommodation he may require and has made local
and independent enquiries and obtained complete information as to the matters and things
referred to or implied in the tender , documents or having any connection therewith and has
considered the nature and extent of all the probable and possible situations , delays , hindrances
or interferences to or with the execution and completion of the work to be carried out under the
contract , and has examined and considered all other matters , conditions and things and
probable and possible contingencies , and generally all matters incidental thereto and ancillary
thereof affecting the execution and completion of the work and which might have influenced
him in making his tender.
c. The tender documents including the BSNL ,s press notice Inviting Tender , General conditions
of Contract , special conditions of contract, Schedule of quantities and Rates , General
obligations , Specifications , Drawings , Plans , Time schedule for completion of work. Letter of
acceptance of tender and any statement of agreed variations with its enclosures copies which are
hereto annexed form part of this contract through separately set out herein and are included in
the expression contract wherever herein used.
AND WHEREAS
The BSNL accepted the tender of M/S -------------------------------------------------------------------
(refer note at page -------------------------------------------)
(contractor) for the work of-----------------------------------------------------------------------------------
-- at -------------------- and conveyed vide letter no ------------------------------------------------------
Dated --------------- at the rates stated in the schedule of quantities for the work and accepted by
the BSNL (herein after called the schedule of rates ) upon the terms and subject to the conditions
of the contract.
SDE(EP) Page 38 EE(E-P)
NOW THIS AGREEMENT WITNESSTH & IT IS HEREBY AGREED AND DECLARED AS
FOLLOW
1. In consideration of the payment to be made to the contract for the work to be executed by him ,
the contractor hereby convenient with the BSNL that the contractor shall and will duly provide ,
execute, complete and maintain the said work and shall do and perform all other acts and things
in the contract mentioned or described or which are to implied and there from or may be
reasonably necessary for the completion of the said works and at the said times and in the manner
and subject to the terms and conditions or stipulations mentioned. In the contract and
2. In consideration of the due provisions execution, completion and maintenance of the said work,
the BSNL does hereby agree with the contractor that the BSNL will pay to contractor the
respective amounts for the work actually done by him and approved by the BSNL at the schedule
or rates and such other sum payable to the contractor under provision of the contract, such
payment to be made at such time in such manner as prescribed for in the contract.
It is specifically and distinctly understood and agreed between the BSNL and the contractor that
the contractor shall have no right , title or interest in the site made available by the BSNL for
execution of the works or in the building , structures or works executed on the said site by the
contractor or in the goods , articles , materials etc. brought on the said site ( unless the same
specifically belongs to the contractor ) and the contractor shall not have or deemed to have any
lien whatsoever charge for unpaid bills will not be entitled to assume or retain possession or
control of the site or structures and the BSNL shall have an absolute and unfettered right to take
full possession of site and to remove the contractor , their servants , agents and materials
belonging to the contractor and lying on the site.
In witness where of the parties hereto have here-into set their respective hands and seals in the
day and the year first above written.
Signed and delivered for and on behalf of BSNL Signature and delivered for and on behalf of
the Contractor
(BHARAT SANCHAR NIGAM LIMITED) (CONTRACTOR)
OFFICIAL ADDRESS
Date Date
Place Place
IN PRESENCE OF TWO WITNESSES
SIGNATURE SIGNATURE
NAME NAME
SIGNATURE SIGNATURE
NAME NAME
SDE(EP) Page 39 EE(E-P)
Name of work:- Supply, Installation, Testing & Commissioning of 1 x 160 KVA Engine Alternator Set with Sound Proof Enclosure and Manual
Control Panel at TE Bldg. Samastipur under SSA Samastipur. (Part-A-Supply of E/A set, Part-B-ITC of E/A set) -3rd Call
SUB-HEAD-I (SUPPLY of HPAC UNIT) PART-A
Sl
No
DESCRIPTION OF ITEM
Q
T
Y
UNI
T
Ex
-Fac
tory
Pri
ce (
Bas
ic
un
it p
rice
ex
clu
siv
e o
f
all
lev
ies
& c
har
ges
Ex
cise
Du
ty/
Cu
sto
m
Du
ty
Sal
es T
ax
(CS
T/V
AT
)
Fre
igh
t, F
orw
ard
ing
,
Pac
kin
g &
In
sura
nce
Oth
er L
evie
s &
char
ges
,
if
any
Un
it P
rice
(A
ll
incl
usi
ve)
Tax
es &
Du
ties
CE
NV
AT
-ab
le o
n u
nit
pri
ce
To
tal
Am
ou
nt
incl
usi
ve
of
all
lev
ies
& c
har
ges
,
incl
ud
ing
CE
NV
AT
-
able
Du
ties
& T
axes
U
nit
s P
rice
ex
clu
din
g
CE
NV
AT
ab
le D
uti
es
& T
axes
T
ota
l E
xcl
ud
ing
CE
NV
AT
-ab
le D
uti
es
& T
axes
. (N
ET
CO
ST
to B
SN
L)
(%) Amount (%) Amount ( % ) Amount
(5+7+9
+11+12
)
{3x13} { 13-
14}
{
3x16)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
PART-A: Supply
1 Supplying of RTU type DEA Set along with sound proof acoustic enclosure (Canopy) capable of delivering minimum of 160 KVA equipped with multi cylinder water cooled diesel engine, minimum 195 BHP 1500 RPM directly coupled to 160 KVA alternator suitable for 0.8 P.F., 3phase, 50Hz, 415V, 4wire A.C. supply complete with all accessories/safeties/ tripping mechanisms/ alarm etc as required as per the specifications and data sheet attached, along with supplying cubical type manual control panel with metering equipments , protections attached. A 63mm dia medium class exhaust pipe from engine to outer portion of canopy, aluminium cladding, 3.5 X 150 Sq mm armoured Copper.
1 No.
SDE(EP) Page 40 EE(E-P)
conductor cable from alternator to control panel etc, Standard set of tools with each E/A set and other accessories required as per data sheet and specification shall also be supplied.
Total for SUB-HEAD-1
SDE(EP) Page 41 EE(E-P)
SUB-HEAD-II (INSTALLATION, TESTING AND COMMISSIONING) PART-B
Sl
No
DESCRIPTION OF ITEM QT
Y
UNI
T
Unit price i/c
of all taxes
and duties but
exclusive of
CENVAT-
able taxes and
duties
CENVAT-able
taxes and duties
(Service Tax) on
unit price
UNIT
PRICE (All
inclusive)
Total
Net cost
to
BSNL
Total Amount
inclusive of
all taxes and
duties
Qty Unit ( % ) Amount (5 + 7) ( 3 x 5) ( 3 x 8)
1 2 3 4 5 6 7 8 9 10
1 Installation testing & commissioning of 160 KVA water cooled type DEA set along with weather proof acoustic enclosure (canopy) i/c ITC of cubical type manual panel i/c connections, wiring etc. complete with all accessories i/c fixing of exhaust pipe.(including minimum 300 mm. long flexible piping with flanges on both sides) including cutting, jointing, welding along with all accessories such as flanges, nuts, bolts & MS canopy at outer end for preventing rain water entry and laying of cable along with end terminations with brass compression glands along with lugs and ferrules as required. (Attached data sheet and specifications also to be referred). The firm shall also carry out Accepting testing of the E/A set as per BSNL’s T&D Circle which also includes providing necessary consumables for load testing and arranging of artificial load as required a per the specifications enclosed.
1 Job
Total for SUB-HEAD – II
Executive Engineer (E), BSNL Electrical Division,
Muzaffarpur
SDE(EP) Page 42 EE(E-P)
ABSTRACT OF COST:
Total of Sub-head-I (Part-A) : Rs.
Total of Sub-head-II (Part-B): Rs.
Total of Sub-heads: Rs.
Note (for Part A, B): - 1) Rates quoted shall be inclusive of all taxes & duties. For determining L-1 Cenvatable credit items i.e. Excise duty & Service tax shall not be considered. Cenvatable credit items i.e. excise duty service tax must be mentioned in the table provided below the Price Break up without which the Cenvatable taxes & duties shall be treated as NIL and tender will be decided accordingly. 2) 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. 3) No concessional form other than Form “C” shall be issued by the BSNL. Form “C” shall be issued on specific request of the Agency for supply portion only (i.e. SH-I Item No. 1).
CENVAT CREDIT: In order to avail CENVAT credit as per CENVAT Credit rules 2004 & amendment
thereof BSNL, who is an output service provider, is entitled for duty credit. In order to avail the
CENVAT credit, the contractor has to furnish an invoice favoring BSNL indicating quantum of Service
tax paid as of preceding Quarter.
QUOTING OF RATES:
The rates quoted shall be inclusive of levies and taxes, packing, forwarding, freight and insurance as
mentioned.
Executive Engineer (E)
BSNL Electrical Division, Muzaffarpur
SDE(EP) Page 43 EE(E-P)
Annexure “ B “ For supply of EA set (Item no. 1 : Part A) : -
Supplying of 160 KVA Diesel Engine Alternator set with Sound Proof Enclosure
consisting of following and confirming to attached specifications and Supplying &
Fixing medium class MS exhaust pipe as per manufacturer recommendation with flanges
on both sides including cutting, jointing, welding along with all accessories such as
flanges, nuts, bolts and providing 30 degree cut with reference to horizontal plane at the
end with thick welded mesh to prevent rain water entry. The M.S. pipe shall be covered
with 25 mm thick unbounded mineral rock wool with minimum density of 96 kg/m3
covered with 0.63 mm (24 gauge) aluminum sheet cladding.
a) Engine model as per data sheet.
b) Alternator model as per data sheet.
c) Sound proof enclosure as per latest CPCB Norms.
d) Manual control panel complete as per specification to be housed inside the sound
proof enclosure. The panel shall be mounted with vibration isolation pads and shall
have front access.
e) All other items as per datasheet.
NOTE: -
[A] The firm shall supply EA set with CPCB certified acoustic enclosure comprised of
NIT approved make and model of diesel engine alternator, necessary valid
certificate of type approval and “Conformity Of Production” (COP) confirming to
CPCB-II norms from any one of the authorized agency nominated by Ministry of
Environment and Forests, notification issued vide GSR No. 371 (E) (F. No. Q-
15022/2001-CPA) dated 17.05.2002 as amended vide GSR No 771 (E) dated
11.12.2013 i/c subsequent amendments issued up to date shall be supplied valid on
date of Invoice of Manufacturer.
i) i) Requirement of conformance labeling:-
ii) 1) All the engines, individually or as part of the product shall be clearly engraved
‘Genset Engine’ on the cylinder block.
2) The engine or the product shall be affixed with a conformance label meeting the
following requirements namely
a) the label shall be durable & legible
b) the label shall be affixed on a part necessary for normal operation of the engine
or the product & not normally requiring replacement during the life of the engine
or the product.
[B] The firm should offer the complete EA set for inspection within 3 weeks from date
of award with the following documents.
a. Complete Test report on NOISE Type Approval testing of Genset from any
one of the authorized agency nominated by Ministry of Environment and
Forests.
b. Bill of materials mentioning makes and quantities.
c. Test result as per AT schedule.
[C] BSNL will conduct inspection and test as per AT schedule in the manufacturer’s
premises.
[D] For offering the EA set for inspection and any modification, department will not
pay any extra cost.
SCHEDULE “D” (III)
Items covered under schedule of work: PART-A:- ITEM NO. 1
SDE(EP) Page 44 EE(E-P)
DATA SHEET FOR ENGINE ALTERNATOR SET
A) Engine with standard scope of supply (1500 RPM) with coupling
arrangement suitable for single bearing alternator.
Make Model BHP
1 Make of Engine shall be as per BSNL Electrical Wing approved makes list (attached
here with) having minimum 195 BHP
B) Alternator Model No. (Suitable for 160 KVA, 3-phase 4-wire system)
1 Make of Alternator shall be as per BSNL Electrical Wing approved makes list (attached
herewith) having 160 KVA Capacity.
C. Manual Control Panel (to be located
inside the acoustic enclosure) As per specification attached
D. ENGINE GOVERNOR
Suitable to meet requirements as given under Speed Governing under
PARA 8 of Test Sheet.
E. Fuel tank complete with M.S. fuel piping, necessary valves etc.
a) No. 1 No
b) Fuel Tank Capacity As per Manufacturers
recommendations.
(Not less than 600 Ltrs.)
c) MS Sheet thickness 14 Gauge
d) Fuel level Indicator 1 No
F. Battery
2 Nos. 12 volt, 180 AH sealed lead
acid maintenance free battery or as per
starting system of the engine or as
recommended by the manufacturer
G. A.V. Mounting for E.A set As per manufacturers recommendation
H. Fuel piping MS braided flexible
PVC pipe As per manufacturers recommendation
I. Residential Silencer As per CPCB Approval
J. 3.5x 150 Sq mm Size PVC insulated PVC sheathed armoured Copper
Conductor cable for interconnection between Alternator and Control
panel.
NOTE:
1.
2.
Firm should check and satisfy above data and ensure for satisfactory
performance under given load conditions.
The E/A SET, Fuel tank, EA Control panel shall be duly assembled,
tested & mounted on common base frame and battery shall be
mounted as part of RTU as per detailed specifications.
SDE(EP) Page 45 EE(E-P)
SCHEDULE “D”
(IV)
SECTION I:- “Specification for Supplying, Testing & Commissioning of Ready To Use Diesel Engine
Alternator Set, EA Control Panel”
1. SCOPE The offer shall cover complete supply, installation, testing and commissioning of diesel engine
alternator sets with all essential accessories as listed below and additional items described in the
specifications. All electrical and other works associated with installation, testing and commissioning
of the set shall be carried out by the tenderer as per schedule item. The tenderer should quote for
complete job to be executed under works contract. Tenderer must include all works as specified in
schedule of items. The firm shall supply E/A set as per approved model. The firm should include
minor civil works including opening on wall/slab/floor and making good the same etc.
Engine: - (The engine shall be as per the models included in the data sheet and shall also contain
the following:-
a) Battery charging alternator (12/24 Volts)
b) (12/24-volt) electric start arrangement with gear assembly.
c) Battery with leads.
d) Engine shut down system comprising of fuel shut down coil, safety for LLOP and high
cylinder head temperature. (This item will be from the original engine manufacturer for
which documentary proof will be given).
e) ON / OFF / START Key / Push button on Engine Instrument Panel.
f) Emergency stop push button on sound proof enclosure.
g) Diesel Generator set electric control panel :-
Displaying following:-
1) Battery voltage
2) Coolant water temperature
3) Lubricating Oil Pressure
4) Engine speed
5) Engine hours
Safety Control:-
Trip and indication for -
1) High water temperature
2) Low lubricating oil pressure
3) Over speed
Indication for -
1) Low fuel level
Note:-The electric control panel shall be provided with vibration isolation pads and should be
accessible from outside with transparent acrylic sheet for viewing the various meters.
SDE(EP) Page 46 EE(E-P)
2. OPERATING CONDITIONS
The E/A set shall be capable of working at any ambient temperature.
a) Performance Requirement: The working KVA rating at site conditions after accounting for de-
rating as per IS: 10001/10002 or equivalent shall be obtained at 0.8 power factor. The engine shall
be rated for continuous rating.
b) Period of operation: The set may be idle for a long period except for routine check periodically.
When there is electrical main supply failure it will be required to work for a period which may
even exceed 24 hours at a time.
c) Overload: The set shall be capable of taking 10% overload for a period of one hour during any 12
hours period while operating continuously at full rated load.
d) Output Voltage, Frequency & Waveform: Nominal output voltage shall be 415V with +/- 5%.
Manual adjustment at all conditions of load with coarse and fine controls to obtain voltage
variation of +/- 5% shall be available. Frequency shall be 50 Hz +/- 3%.
e) Engine Governor: Electronic type suitable to meet requirements as given under Speed Governing
under PARA 8 of Test Sheet.
3. ALTERNATOR
a) The alternator shall be self regulated, self excited 415 V, three phase, 50 Hz, 1500 RPM, 0.8
power factor, brushless type, screen protected, class H insulation, single bearing conforming to BS
2613-1970/IS 4722 as amended up to date and as applicable.
b) The winding shall be star connected and neutral point shall be brought out to the terminal box and
connected to two independent earths. The terminal of the alternator output shall be enclosed in
terminal box mounted on the alternator, having ample space for cable bending and termination.
4. MANUAL CONTROL PANEL
a) Consisting of the following fabricated out of 16 SWG CRCA sheet metal adequate size to
accommodate various switchgears, metering equipments, protective devices control wiring etc.
and suitable for 415V, 3 phase 4 wire 50 Hz AC supply, dust proof, vermin proof, treated in seven
tanks process and powder coating consisting of the following features :-
1. MCCB, 400 Amps, four poles, 50 KA, with overload, short circuit and under voltage
protection.
2. AC Ammeter (0 - 400A), size 96mm, with selector switch.
3. AC voltmeter (0 - 500V), size 96mm, with selector switch with protective fuses.
4. KW meter, size 96mm.
5. Frequency meter, size 96mm.
6. Power factor meter, size 96mm.
7. KWH meter.
8. CT’s 3VA, Class-I – 3nos.
9. LED type Indicating lamps of red and green colour for “load on”, “set running”.
10. LED type indicating lamps for “R”,”Y”,”B” indication with protective fuses.
11. Control fuses for AC control circuit.
12. 20A DP MCB for DC control circuit.
13. Start / Stop push button for engine ON/ OFF.
14. Panel mounted digital multifunction meter for above metering for items 2 to 7 only shall be
preferable. (M/s HPL- Socomec)
15. (12/24V) Hooter – 1 No.
16. Power terminals of suitable capacity
17. Connections for control wiring from control panel to the E/A set shall be done with multi-
core 1.5 sq.mm PVC insulated PVC sheathed copper conductor armoured cable, with
‘WAGO’ type screw less connector stripes and ferrules for identification on both ends for DC
supply. AC and DC shall be separated distinctly.
SDE(EP) Page 47 EE(E-P)
18. All AC control wiring shall be of adequate size but not less than 1.5 Sq.mm. PVC insulated
multi stranded copper conductor conforming to relevant IS. All control wiring shall be
provided with letter/number ferrules at both ends. The connectors shall be screw less type.
19. Aluminum / Copper bus bars (current density not exceeding 130/160 Amps per sq cm
respectively) of adequate dimensions with superior quality epoxy insulator etc. shall be
provided. Earth studs shall be provided on both sides of the panel and shall be interconnected
with tinned copper earth bus of 25 x 5 mm size minimum.
20. Painting: - All steelwork shall undergo a process of degreasing, pickling in acid, cold rinsing,
phosphating, passivating and then be sprayed with a high corrosion resistant primer. The
primer should be baked in an oven. The finishing treatment shall be by application of powder
coating with two coats of approved color.
Note: Drawing shall be got approved from the Engineer – in – charge before fabrication
5. BATTERY CHARGER:
SMPS type Battery Charger having Automatic Charging current adjustment to charge the starting
battery of Diesel E/A set. It should incorporate current and voltage limiting circuits to avoid
overcharging, short circuit protection, reverse polarity protection, auto cut-off when E/A set is ON.
This charging shall be done through Main supply for which a suitable incomer shall also be provided
in the panel with suitable range of ammeter and voltmeter on the DC side with protective fuses. The
charger shall have following features:
a. Automatic Charging current adjustment.
b. Current and voltage limiting circuits to avoid overcharging.
c. Short circuit protection.
d. Reverse polarity protection.
e. Auto cut off when Gen set is ON.
f. Following LED indications shall be provided at the front cover of the battery Charger :
i) Mains ON ii) Dynamo ON iii) Charger On iv) Short Circuit.
6. ALARM ANNUCIATOR:
Alarm enunciator (M/s. Minilec make), comprising of 6 windows and illuminated by super bright
LED’s / Similar superior make Electronic generator control unit as standard supply by manufacturer)
complete with Power pack, CPU and Facia suitable for operation on 12/24V DC complete with
electronic hooter with test, silence, accept and reset push buttons including interconnections, etc
complete as required for the following:
Low lube oil pressure.
High water temperature / High cylinder head temperature.
Over Speed
Low Fuel Level
High enclosure temperature
7. BATTERY CHARGING ALTERNATOR
Battery charging alternator is to be provided as per manufacturers commendations suitably mounted
on the engine.
8. FUEL TANK
Fuel tank shall be designed such that at least 5 % expansion space is available above the maximum
level of fuel to allow for expansion due to temperature rise. The tank shall have dipper marked of 05
liters, filling inlet with removable screen, fuel outlet located at minimum 25 mm above from bottom
of the tank. Tank shall be provided with drain plug, fuel level sensor extended to electrical control
panel, fuel suction and return connection with suitable M.S. Fuel piping, air vent should be protected
from entry of dirt and water. For installation of Fuel tank it should be seen that the same is as
SDE(EP) Page 48 EE(E-P)
approved by Engine manufacturers. The fuel tank shall not extend below the engine area and restrict
up to alternator and coupling areas.
9. FUEL PIPING
a. MS braided PVC flexible fuel piping shall be provided with all required accessories such as
gunmetal valve, inlet strainer. Fuel line shall have minimum bends to prevent air locking and
surges.
b. Fuel return line should be separated from suction line by at least 300 mm in horizontal plane in
the fuel tank so that returning fuel does not cause air entered in the fuel supply line. Return
connection is at least made above the maximum level so that entered gases in return line are
vented.
GENERAL REQUIREMENTS:-
ENGINE LUBRICATION:-
Lubrication shall be positive pressure type for lubricating all moving parts. Lubricating oil shall
conform to relevant IS. Necessary lubricating oil filter shall be provided for operation at normal
conditions for a period of 250 hours without any necessity of replacement and cleaning. Lubricating
oil shall be topped up after Acceptance Testing.
FUEL SYSTEM:-
Manually operated barrel pump for transferring fuel to the engine fuel tank shall be provided. The
outlet of the pump shall be provided with 5 mtrs. Long reinforced PVC hose. Suitable braided
flexible fuel pipes for supply and return fuel lines with gun metal cock and banjo connection shall be
provided. Fuel sufficient for 2 hours full load operation shall be available in the fuel tank after
Acceptance Testing. Fuel tank shall be easily removable for cleaning. Lub oil filters, fuel filters, air
filters suitable for minimum operation up to 250 Hrs.
EARTHING:-
Provision shall be made for earthing all non-current carrying metal parts of the equipment. Earth lugs
of suitable size shall be provided wherever earth connections to the apparatus are necessary.
SAFETY PROVISION:-
All exposed moving parts like fan blades, fan belts, coupling, shaft end etc. shall be provided with
suitable guards/covering to avoid the chances of accidents.
CHARTS:-
Computer generated laminated charts shall be prepared and displayed. The charts shall be framed on
a rigid board and fixed on the wall. Chart should show name of agency, date of commissioning of
E/A set, engine and alternator details, operating and maintenance instructions, schematic diagram,
etc.
EMISSION:-
The New Diesel Engine up to 800 KW for Genset application shall comply with the
emission limits as specified under Environment (Protection) (Third Amendment)
Rules 2014” and amended up to date.
SDE(EP) Page 49 EE(E-P)
“SPECIFICATION FOR SOUND PROOF ENCLOSURE”
ACOUSTIC ENCLOSURE
A] SCOPE OF SUPPLY:
1) The canopy should be sound proof, weather proof & environment friendly, confirming to the
environment (protection) act 1986 (29 of 1986) of Ministry of Environment & Forest notification no
dated 17th
may 2002 & 12th
July 2004 & second amendment of 2002 & 2004 respectively as amended
up to date. THE CANOPY SHALL BE AS PER LATEST AMENDMENT APPROVED BY
COMPETENT AUTHORITY.
2) Supply of containerized type ACOUSTIC ENCLOSURE suitable for 160 KVA DG set driven by
radiator cooled diesel engine including Design and Preparation of the drawings, submission and
obtaining approval.
3) The maximum permissible sound pressure level shall be 75dB (A) at 1 meter from the enclosure
surface.
4) The DG Agency shall comply the pollution control board norms and any deviation, shortfall in the
parameters shall be carried out at no extra cost.
B] CONSTRUCTIONAL FEATURES:
1) The acoustic enclosure shall be of free standing, floor mounting type integral with the DG set.
2) The construction and design of the Acoustic enclosure shall be very rugged, durable and shall be
virtually maintenance free.
3) The sheet steel treatment shall consist of degreasing, de-rusting and phosphating followed by
powder coating
4) Hinged doors shall be provided, on either side, which shall also be acoustically treated, thereby
providing easy access to the DG set while minimizing the operating space requirements. The doors
shall be provided with high quality EPDN gaskets to avoid leakage of sound. The door handles &
hinges shall be zinc plated & lockable type.
5) The construction of the acoustic enclosure shall be such that with both the acoustic doors open on
the either side, full access is available to the engine and alternator.
6) For fresh air inlet into the system a parallel baffle air inlet silencer shall be provided.
7) For hot air discharge, an acoustic discharge plenum shall be provided in front of the engine
radiator, for discharge of hot air into the surroundings through a parallel baffle air outlet silencer.
8) It shall be ensured that at least 800mm minimum clear space is available all around the Acoustic
Enclosure to ensure free air flow for the Genset as required and to facilitate accessibility for
generator operation and routine maintenance.
9) Adequate ventilation shall be provided to meet the air requirement for combustion and also to expel
heat to maintain temperature inside enclosure within 70 C of above ambient at 10% over load.
10) The radiator fan of the water cooled engines shall be used for ventilation. A pusher fan in addition
to radiator fan, if required shall also be provided. The fans shall be designed with sufficient static
pressure to draw the requisite quantity of air from the duct provided for this purpose.
SDE(EP) Page 50 EE(E-P)
11) The suction fan shall be of the axial flow type designed to handle the static pressure estimated
based on the inlet air duct size and length.
12) Light point controlled by a switch complete with 18 watt CFL Luminaries & 1 no 3 pin 5 amp
socket outlet on light switch board inside the enclosure shall be provided.
13) Necessary openings shall be made for the entry of power cable and control cables, exhaust piping,
etc.
14) The acoustic enclosure placement should be such that there is no restriction in front of air inlet &
outlet from canopy.
15) Genset / engine control panel should be visible from outside the enclosure. Small see through
window for reading meters etc. made of transparent polymer sheet of appropriate thickness shall be
provided & protected with suitable size GI wire mesh.
16) Fuel tank, Control panel shall be incorporated inside the canopy. Exhaust piping inside enclosure
must be lagged (except bellow)
17) Radiator cooled engines may create slightly negative pressure inside the enclosure, maximum static
restriction should not increase 6 mm of water column.
18) To avoid re-circulation of hot air, durable sealing between radiator & canopy should be done.
19) The Bottom of the canopy should be closed with 2 mm thick M.S. sheet.
C] PERFORMANCE:
1) With the above Enclosure, the sound pressure levels when measured at a distance of 1 meter outside
the Acoustic Enclosure shall be around 75 dB (A) under free field conditions average taken at 8
points.
2) With the installation of the acoustic enclosure, there shall not be any de-rating of the DG set. The
DG set shall give rated output continuously.
3) The maximum temperature of oil and water shall not exceed the limits prescribed by the
manufacturer of the engine.
SDE(EP) Page 51 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED
(GOVERNMENT OF INDIA ENTERPRISE)
(IV) – SECTION – III - TEST SHEET FOR ENGINE ALTERNATOR
STATION:
DATE:
TESTED BY:
NAME & PARTICULARS:
ITEM ENGINE ALTERNATOR
Manufacturer's Name
Type
Serial No
Rating
NOTE: 1. The tests prescribed in this schedule are to be followed generally. In case they are in variation
with the manufacturer’s instructions/ manuals, the procedure shall be suitably modified conforming
to the manufacturer’s instructions.
2. Testing shall be done considering the Engine capacity as full load.
SDE(EP) Page 52 EE(E-P)
PHYSICAL VERIFICATION
Item Remarks
(a) Check the plinth area with the approved plan.
(b) Check whether sand is filled.
(c) Verify level of bed
(d) Check whether anti-vibration pads are provided.
(e) Check firmness of mounting.
(f) Check for verticality
(g) Verify tightness of bolts and nuts and other fitting.
(h) Check whether hot air pipe (if provided is properly led out)
(i) Check whether exhaust pipe is properly lead out and lapping of asbestos
rope provided for part of the run.
(j) Check whether proper ventilation is provided.
(k) Check exhaust fans for their proper functioning.
(l) Check whether necessary guard wire nets are provided.
(m) Location of oil tank at a suitable location for early flow of oil, check of
loading in pipes.
(n) Check of electrical wiring & suitability of gauge of cables.
(o) Neatness of laying and leads are properly terminated.
(p) Check whether the leads are properly terminated.
(i) Check of fuses.
(ii) Physical checking.
(q) Location of earth for Engine Alternator set.
(r) Type of earth.
(s) Suitability of gauge of leads.
(t) Resistance of Engine Alternator earth leads.
SDE(EP) Page 53 EE(E-P)
2. LOAD TEST
The Engine shall be given a test run continuously for at least 6 hrs with the alternator on full rated
load. During the load test, record the following observations:
ITEM DESCRIPTION AFTER
1ST
hr. 2ND
hr. 3RD
hr. 4TH
hr. 5TH
hr. 6TH
hr. 7TH
hr.
Lubricating oil pressure
Colour of exhaust gas
( by visual inspection)
Speed in RPM (as on
panel meter)
Output current (as on
panel meter)
Output voltage (as on
panel meter)
Wattage (as calculated )
3. Temperature rise test for Alternator
Run the alternator at full rated load. Record the reading of the stationary coil/half hour till three
consecutive readings in the following tables.
TIME AMBIENT
TEMPERATURE
TEMPERATURE
OF STATION
NOTE: Temperature rise will be taken by the thermometer from alternator body and will be
recorded.
4. CHECK OF FUEL CONSUMPTION
After steady conditions have been obtained, the fuel consumption at full load for half-hour shall be checked.
During this test, the load shall be maintained as early as possible at the test figure.
SDE(EP) Page 54 EE(E-P)
5. OVER LOAD TEST
Immediately after the load test an over-load test by 10% over-load for 1 hour shall be taken. At the end
of the over- load run, verify the output voltage and temperature of the starter coil after restoring the load to
normal full load.
6. INSULATION TEST Immediately after the over-load test, take insulation test. The insulation resistance between the stator
coil and the frame when tested with 500 V insulation tester shall not be less than
R A T E D V O L T
1000 + Rated output in KVA or BHP + 1 = ______ Mega Ohms
7. REGULATION TEST The automatic and manual regulation of the alternator at no load, half load and full rated load shall
be tested for a nominal voltage of 230 volts between phase and neutral at Pf 0.8. The variation shall not
exceed +/- 5 % of the nominal voltage. The recovery time shall not exceed 3 seconds. Variation in the
output frequency should not exceed +/- 3% of the nominal frequency of 50 CPS. It shall also be verified
whether the alternator is capable of being set at nominal
8. SPEED GOVERNING The engine shall run steadily and load up to its maximum rated load to the standards given below:
LOAD VARIATION
MAXIMUM CHANGE OF SPEED AS A
PERCENTAGE OF RATED SPEED.
Load variation on suddenly
taking off or throwing on the
rated load
Temporary change :10%
Permanent change :4%
On change of load by any step
of 20 percent of the rated load.
Temporary change :3%
Permanent change :2%
When the engine alternator is delivering 10% and 100% of the rated power output, the steady load speed
band shall not exceed 1% of the rated speed.
The recovery time from temporary distribution to the steady load speed band at the new load shall not
exceed 3 seconds after taking off or throwing on the rated load.
9. INSULATION RESISTANCE OF WIRING Measure the insulation resistance of engine alternator O/P wiring control cubical wiring at site with
respect to earth with 500V insulation tester. It should be better than one-mega ohms.
10. FUNCTIONAL TEST: Functional tests on the following shall be carried out to re-assess for its proper
performance.
Mains/standby change over contactors.
1) Type of starting provided for the engine.
2) Visual and audio alarm, if provided.
3) Instruments: The accuracy of the indicating instruments shall be tested by comparing with a
standard meter.
SDE(EP) Page 55 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED
LIST OF APPROVED MAKES- BSNL ELECTRICAL WING
Srn Item Make
1. Engine Ashok Leyland /Cummins/ Cater pillar /KOEL / Volvo Penta / Mahindra & Mahindra (up to 40 KVA) /Escorts (up to 30 KVA)/ Eicher (up to 20 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. Air Circuit Breaker L&T/ Schneider Electric / Siemens
5. MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens
6. SDF units L&T/ Schneider Electric / Siemens/ HPL/ Havells
7. Power Contactors L&T/ Schneider Electric / Siemens/ Lakshmi(LECS)
8. Change Over Switch HPL / Havells / H-H Elcon
9. Bus Bar Trunking/ Sandwiched Bus Duct
Moeller/L&T/Schneider Electric/ABB /Legrand/Zeta
10. Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/ Meco / Rishabh /Universal/HPL/L&T/ABB
11. Rubber Matting ISI mark
12. MCB/ lsolator /ELCB/RCCB/ Distribution Board
Crompton / Havells / lndokopp / MDS Legrand / L&T / Schneider Electric/ Siemens / Standard/ C&S/ABB/HPL
13. MS/ PVC Conduit ISI mark
14. Cable Tray MEM/Bharti/Ratan/Slotco/Profab
15. HT/LT Cables ISI mark
16. PVC insulated copper conductor wire
ISI mark
17. Fresh Air Fans GE / Khaitan/Almonard/Crompton
18. Starter ABB / BCH / Schneider Electric / L&T / Siemens /
19. Single Phase Preventer L&T / Minilec / Siemens / Zerotrip
20. GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA / JST / Jindal /TTA / Tata/Zenith
21. Gate Valve Advance/Audco/Johnson Controls/Zoloto /Annapurna / Fountain /Kirloskar / Leader / Sant / Trishul
SDE(EP) Page 56 EE(E-P)
22. Resin Bonded Glass wool
Fibre Glass / Pilkingston / UP Twiga
23. Expanded Polystyrene BASF(India) Ltd.
24. Gauge Feibig / H.Guru / Pricol
25. Controls FLICA / Honeywell / Indfoss / Penn- Danfoss / Ranco / Ranutrol / Sporland
26. GI Sheet HSU Jindal / National / Nippon Denro / Sail / Tata
27. Fire Extinguisher ISI mark
NOTE- In addition to above, the items having valid approval of C.E. (E), BSNL Electrical Zone, Patna, Bihar shall also be considered.
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.