SDE(EP) Page1 EE(E-P)
DRAFT NIT APPROVAL
Name of Work:- SITC of 15 x 25 KVA Outdoor type Transformer
Sub-Station & associated work at different USO/BTS under
Electrical Zone Patna.
ESTIMATED COST = Rs 70,22,963/-
EMD = Rs.140459/-
( S.R.Pandit) ( Dilip Kumar) (R.K.Gupta) (M.M Qureshi) SDE (E-P)
E. E.(E-P) C.A.O. S.E.(E)
BEC, Patna BEZ. Patna. BEZ, Patna BEC, Patna.
Draft NIT approved for Rs 70,22,963/- (Rs. Seventy lakh twenty two thousand nine hundred sixty three) only
and Registered vide DNIT No. 03/CEE/BSNL-EZ/PTN/2018-19.
SDE(EP) Page2 EE(E-P)
(Ajay Sangal)
Chief Engineer (E)
BSNL Electrical Zone,
Patna
IMPORTANT INSTRUCTIONS FOR EXECUTIVE ENGINEER (ELECTRICAL)
1. Time and date for sale, receipt and opening of tenders may be filled up by Executive
Engineer in the relevant blanks.
SDE(EP) Page3 EE(E-P)
2. Additional specifications pertaining to the locality if any may be included in the
N.I.T. before issuing the same.
3. Please take note of change in the rate and mode of Earnest Money deposit indicated in
BSNL-6 & EW-8 forms.
4. Important notes for contractors may be gone through carefully.
5. After opening of the tenders the EE (E) shall follow the following procedures:
(a) Tender opening minutes to be issued to the concerned authority as per
guidelines.
(b) The EE(E) shall compile all the tenders, prepare the comparative statement
and forward the same to the CE(E), along with justification/recommendation
maintaining the time schedule for scrutiny of tenders with a copy to SE(E).
SDE(EP) Page4 EE(E-P)
DNIT NO. : 03/CEE/PTN / BSNL / 2018-19
DIVN NIT NO : 11/BSNL/ED-PTN/NIT/2018-19/….
NAME OF WORK :
SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station & associated work at
different USO/BTS under Electrical Zone Patna
I N D E X
SR. NO. CONTENTS PAGE NO
1 Index 03
2 Undertaking 04
3 Redressal of complaints 05
4 Press Notification 06
5 Notice Inviting Tenders 07-12
6 Tender Submission Format 13-15
7 Information & instructions for e-tender 16-18
8 Undertaking- A , B & C 19
9 EW-6 20-28
10 Proforma of Schedules 29-30
11 Important note for contractors/Schedule D 31-41
12 Format for BG(EMD) 42
13 Format for PD/SD 43
14 Schedule of Quantities 43-51
SDE(EP) Page5 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 all the Tender
documents including Form EW6, EW8 being adopted by the BHARAT SANCHAR NIGAM LIMITED (Electrical
Wing) & agree to abide by the same.
(Signature of the contractor with seal)
15 Specifications 52-68
16 Additional Specification 68-69
17 List of approved make 69-70
18 Schedule D Section III 71
SDE(EP) Page6 EE(E-P)
SDE(EP) Page7 EE(E-P)
FOLLOWING OFFICERS MAY BE CONTACTED FOR REDRESSAL OF COMPLAINTS:
No. NAME OF OFFICE POSTAL ADDRESS Telephone
Numbers
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- 2200829
3 DGM (Vig.), BSNL, PTN
Circle
D.G.M. (Vig.) – O/o CGMT, BSNL,
Sanchar sadan,
PATNA – 800001
0612-2225447 0612-2236881
SDE(EP) Page8 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED
(Electrical Wing)
PRESS NOTIFICATION
NIT No.:- 11/BSNL/BED/PTN/NIT/2018-19. Date - 25 /04 /2018
Sealed Item rates E-tenders are invited from firms satisfying eligibility conditions for the work of
SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station & associated work at different USO/BTS
under BSNL Electrical Zone Patna 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) Page9 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED.
(A GOVERNMENT OF INDIA ENTERPRISE)
Electrical Wing
SDE(EP) Page10 EE(E-P)
State : Bihar Zone : Bihar
Branch : Electrical Circle : PATNA
Division: Patna
NOTICE INVITING TENDER
(As per Tendering Procedure in BSNL revised upto date)
N.I.T. NO.: 11/BSNL/BED/PTN/NIT/2018-19
WEB NOTIFICATION
The Executive Engineer (E), BSNL Electrical Division, Patna,
invites 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
Estim
ate
d C
ost R
s.
EM
D R
s.
Ten
de
r D
ocum
ent
Co
st
Pe
riod
Of
Com
ple
tion
Last
date
a
nd
tim
e
of
on
line s
ubm
issio
n
E-t
end
er
Last
date
a
nd
tim
e
of
su
bm
issio
n
of
EM
D,
Ten
de
r C
ost
&
PO
A
in
origin
al
in se
ale
d co
ver
in
Div
isio
n
off
ice
mark
ed
as
En
velo
pe
-I
Tim
e a
nd d
ate
of
ope
nin
g
of
se
ale
d
enve
lope-I
o
f
EM
D,
Ten
der
co
st
&
e-
Tend
er
i.e.-
e-E
nve
lop
e-I
Tim
e a
nd d
ate
of
ope
nin
g o
f
Price
Bid
1 2 3 4 5 6 7 8 9
SITC of 15 x 25 KVA Outdoor
type Transformer Sub-
Station & associated work at
different USO/BTS under
BSNL Electrical Zone Patna
Rs.
70,2
2,9
63 /-
Rs.
140459 /-
Rs.
100
0/-
+
G.S
.T.
@1
8%
6 (
Six
) M
onth
s
15
.05
.20
18
Up
to
12
.00
hrs
15
.05
.20
18
Up
to
12
.00
hrs
15
.05
.20
18
Up
to
13
.00
hrs
18
.05
.20
18
Up
to
14
.00
hrs
2) (a) The site for the work is available/or site for the works shall be made available in parts.
(b) The tender forms can also be downloaded from the web site.
(c) 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
SDE(EP) Page11 EE(E-P)
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 BSNL in any circumstances.
3) The time allowed for carrying out the work will be 03 months from the date of issue of LOI .
4)(a) Earnest Money amounting to Rs.140459/- in the form of demand draft/ FDR / BG/ CDR of nationalized /
scheduled bank guaranteed by the Reserved Bank of India, drawn in favor of Accounts Officer (Cash), O/o
PGMTD, BSNL, Patna, must accompany with tender and each tender should be in sealed covers, one cover
containing the EMD in proper form (if tender document issued by Division Office)and other cover
containing tender, super-scribed as Tender for the work: SITC of 15 x 25 KVA Outdoor type Transformer
Sub-Station & associated work at different USO/BTS under BSNL Electrical Zone Patna " The Validity period
of EMD is ( 90+30) 120 days, from the date of opening of tender.
Each tender should be in sealed cover, 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 / MTNL Executive or Gazetted Officer of GOI. If not self 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 e-bid documents shall be opened.
(b) The EMD of all the unsuccessful tenders shall be released on issue of acceptance of tender to the
successful tenderer.
(c) Exemption from payment of earnest money and security deposit by any other unit/ department shall not
hold good for BSNL.
1. (a) The contractor should submit & confirm Chartered Accountant Certificate in respect of turnover/
Audited balance sheet & other registration certificate with attested copies self-attested& counter
attested by any BSNL / MTNL Executive or Gazetted Officer of GOI as applicable along with the
application on printed letter head for purchase of tender.
(b) The contractor shall submit and confirm his Permanent Account Number (PAN) issued by the Income-
tax department.
(c) The tenderer should submit the valid GST as well as EPF, ESI registration certificate.
2) i) Performance Guarantee--:- 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 L.O.I. This period can
be further extended by the Engineer-in-Charge up to maximum period of two weeks on return request
of contractor. The validity period of performance security in the form of performance Bank Guarantee
shall be one year from the date of stipulated completion of work.
SDE(EP) Page12 EE(E-P)
ii) Security Deposit: - In addition to the performance guarantee stated above, a sum @ 5% of the
gross amount of the bill shall be deducted from each running bill of the contractor till the sum be
deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of
the tender value of the work.
3. 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.
4. The acceptance of tender will rest with the Chief 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 whom any of the prescribed conditions are not fulfilled
or incomplete in any respect are liable to be rejected. Tenders with any condition including that of
conditional rebate shall be rejected forthwith summarily.
5.Canvassing in connection with tender is strictly prohibited and the tenders submitted by the contractors
who resort to canvassing will be liable for rejection.
1. 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.
1. (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
SDE(EP) Page13 EE(E-P)
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. At 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 …………………………………….… ………………………………………………… So of Sh. …………………………………… ………………………………………………… Reside t of ……………………………………… ………………………………………………….. here y ertify that o e of y relati e 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)
2. 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.
3. 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
rendered tenders of the contractors tendering as witnessing the tender is/are liable for summarily
rejection.
4. 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.
5. 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.
SDE(EP) Page14 EE(E-P)
6)The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening
of tenders.
If any tenderer withdraws his tender before the said period or makes any modification in the terms and
conditions of the tender which is not acceptable to the BSNL shall, without prejudice or to any other right
of remedy be at liberty to forfeit 50% ( Fifty percent only) of the said earnest money absolutely. Further
tenderer shall not be allowed to participate in the tendering process of the work.
7) Extension of validity: In case, where the letter of acceptance of tender cannot be placed within the
validity of the period of the tender, the BSNL can request all tenderers to extend the validity of their
respective tenders and the earnest money deposit by a reasonable period. In such cases, extension of
validity of earnest money deposit by 30 days beyond the extended validity date of tender should also be
asked for. While BSNL can make the request of extension, the tenderer is free to either extend the
validity or refuse the request to extend the validity.
8) Unsealed tenders will be summarily rejected.
9) The contractor should read the tender documents carefully before submitting the tender.
10) Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote his rates
as per various terms and conditions of the said form, which will form part of agreement.
11) 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 in website. Every page of downloaded tender shall be signed by the tenderer with
stamp (Seal) of his firm /organization.
12) 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.
13)Eligibility Criteria: -
SDE(EP) Page15 EE(E-P)
The Contractors satisfying the following conditions:
1. Average annual turnover during the last 3 years, ending 31st March of the previous financial year,
should be at least 30% of the estimated cost put to tender.
AND
2. BSNL enlisted contractors in Electrical category of respective class as per their tendering limits.
OR
3. Experience of having successfully completed similar works in Central Government /State
Government /Central Autonomous Body/Central Public Sector Undertaking during last 7 years
ending last day of the month previous to the one in which applications are invited should be
either of the following :-
1. Three similar successfully completed works costing not less than the amount equal to 40% of the
estimated cost put to tender with transformer capacity not less than 80% of individual capacity of
the Transformer proposed in the NIT.
OR
2. Two similar successfully completed works costing not less than the amount equal to 60% of the
estimated cost put to tender with transformer capacity not less than 80% of individual capacity of
the Transformer proposed in the NIT.
OR
3. One similar successfully completed work costing not less than the amount equal to 80% of the
estimated cost put to tender with transformer capacity not less than 80% of individual capacity of
the Transformer proposed in the NIT.
Documentary proof of satisfying above conditions and valid Chartered Accountant certificate
towards deposit of income tax, valid GST registration for execution of works, valid EPF Registration
& ESI Registration to be furnished along with application; Agency should also submit the attested
copy of PAN card.
Validity of tender shall be for 90 days from the date of opening of tender.
The tenders of contractors who do not deposit earnest money in the prescribed manner (in separate
cover) are liable to be rejected and will not be opened.
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.
SDE(EP) Page16 EE(E-P)
The tenderer should give undertaking 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.
14. The intending bidders must have valid Class-III digital signature to submit e-Tender.
15. The e-Tender will be submitted online in two Electronic mode Envelope system.
1. Electronic mode: - Eligibility documents &Technical Bid (e-Tender)..( Complete tender
document i/c unpriced bid duly digitally signed).
2. 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, Telephone Bhawan R,Block
Patna, Tender Cost & P O A. (for details refer EW-06)
16. On Line e-Tender can only be submitted after uploading following valid scanned documents
( i.e. e-Envelope-I) related to eligibility conditions as per point no-1 above up to Last date
and time of online submission/ uploading of E-tender.
1. Documentary proof of satisfying the eligibility conditions as per 1 above.
2. CA certificate towards turn over /deposition of income tax & PAN Card
3. GST registration certificate.
4. EPF /ESI registration certificate.
5. Declaration of EW-6 / EW-8, Relative Certificate & Undertaking -I & II by contractors
6. Tender Cost & EMD in prescribed form.
7. Complete tender document without priced bid duly digitally signed.
17. Validity of tender shall be for 90 days from the date of opening of tender.
1. 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 JPEG format / PDF format and any other format as
permissible by the e- tendering portal.
2. 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)
SDE(EP) Page17 EE(E-P)
18. 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.
19. 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.
a. Firm fails to fulfill eligibility criteria on the basis of document submitted in the first
envelope. If during the process of tender finalization, if it is detected that the tenderer has
submitted tender documents after making any change /additions/deletions in the tender
documents downloaded from the website, the offer shall summarily rejected and the EMD
deposited by the tenderer shall be forfeited in addition to any other action as per prevalent
rules.
20. If any difference / discrepancies found between the tender form issued by the Division office and the
NIT, the contents in NIT issued from C.E. (E) s office will be final & binding.
EXECUTIVE ENGINEER (ELECT)
BSNL ELECTRICAL DIVISION,
PATNA
Copy to vide Ltr. No. 11/EEE/BSNL/ED/PTN/2018/ Dated - 25/04 /2018
1. Website www.bihar.bsnl.co.in.&http://tenderwizard.com/BSNL.
2. The C.G.M.T., Patna.
3. Vigilance Officer, O/o CGMT, Patna.
4. Tender clerk(account branch)
5. Notice Board then NIT File.
6. Contractors.
7. A.O.(Cash) O/o PGMTD Patna
Executive Engineer (E)
SDE(EP) Page18 EE(E-P)
SDE(EP) Page19 EE(E-P)
TENDER SUBMISSION FORMAT
To,
The Executive Engineer (E),
BSNL Electrical Division,
Patna
.
Subject: SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station & associated work at different USO/BTS
under BSNL Electrical Zone Patna.
N.I.T. NO.:- 11/EE/BSNL-ED/PTN/2018-19.
As per tender publication advertised by your office and display of Notice Inviting Tender on
web sitehttp://tenderwizard.com/BSNL. 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
SDE(EP) Page20 EE(E-P)
e. In favor of AO(Cash),O/o PGMTD, BSNL,Patna
5. Earnest Money Deposit
a. DD / BG / PO No.
b. Date
c. Amount (Rs.)
d. Name of Bank and Branch
e. In favor of AO(Cash), O/o PGMTD, BSNL, Patna
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
SDE(EP) Page21 EE(E-P)
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
8. Works Contract Registration No. & Date
valid upto
9. G.S.T. Registration No. & Date
1. 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)
SDE(EP) Page22 EE(E-P)
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.
2. Annual Turn over
Sl.No Financial Year Annual turn over
1 2014 – 2015
2 2015 – 2016
SDE(EP) Page23 EE(E-P)
3 2016 – 2017
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) Page24 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.
1. 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.
SDE(EP) Page25 EE(E-P)
4. DSC once mapped to an account cannot be remapped to any other account. It can only be
inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order
details etc. under My Documents option and these can be selected as per tender
requirements and then attached along with bid documents during bid submission. This will
ensure lesser upload of bid documents.
6. After downloading / getting the tender schedules, the Bidder should go through them carefully
and then submit the documents as per the tender document; otherwise, the bid will be
rejected.
7. The schedule of work template must not be modified / replaced by the bidder and the same
should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for
that tender. Bidders are allowed to enter the Bidder Name and Values only.
8. If there are any clarifications, this may be obtained online through the eProcurement Portal, or
through the contact details given in the tender document. Bidder should take into account of
the corrigendum published before submitting the bids online.
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 updation
message after uploading all the bid documents submitted and then a bid summary will be
shown with the bid no, date & time of submission of the bid with all other relevant details. The
documents submitted by the bidders will be digitally signed using the e-token of the bidder
and then submitted.
SDE(EP) Page26 EE(E-P)
17. After the bid submission, the bid summary has to be printed and kept as an acknowledgement
as a token of the submission of the bid. The bid summary will act as a proof of bid submission
for a tender floated and will also act as an entry point to participate in the bid opening event.
18. Successful bid submission from the system means, the bids as uploaded by the bidder is
received and stored in the system. System does not certify for its correctness.
19. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected
20. The time that is displayed from the server clock at the top of the tender Portal, will be valid for
all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The
Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The
bidders should adhere to this time during bid submission.
21. The bidders are requested to submit the bids through online eProcurement system to the TIA
well before the bid submission end date and time (as per Server System Clock)
22. Minimum requirements for accessing the Online E-Tendering website
Computer System installed with Windows XP or higher Operating System with suitable
antivirus in place. The OS should have the latest Service Pack.
The following are necessary
1. Java Runtime Environment Version 1.6 or above
2. Legally valid Digital Signature Certificate (DSC)
3. Dedicated broad band Internet Connection with minimum 256 kbps or above
4. Printer (Optional)
5. UPS
6. 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
I/we hereby declare that no addition /deletion/correction have been made in the tender document submitted
and are identical to the tender document appearing on website. (In case of downloaded tender)
SDE(EP) Page27 EE(E-P)
(Seal of the firm) (Signature of the contractor)
SDE(EP) Page28 EE(E-P)
1. UNDERTAKING - A
"I ……… …………… ………… ………… …… ………… ……. So of …… ……… ……… ……… ……… ……… ……… …… ……… ………
….... Reside t of……… …… ………… ……… ……… ……… …… …… …… ………… ……. here y gi e a u dertaki g 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) (Dated Signature of Contractor)
2. UNDERTAKING REGARDING PROVISIONS-B
SDE(EP) Page29 EE(E-P)
"I ……… …………… ………… ………… …… ………… ……. So of. ……… ………………… ………… …………… …………….. …………….Reside t of …… …………… ………… …………… …………… …………… …………. here y gi e a u dertaking 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)
3. UNDERTAKING C
PAN No.: ……………………….………………………..
GST Registratio No.: ……………………………
The Agency shall fill up the above data
(Seal of the firm) (Dated Signature of Contractor)
BSNL EW- 6
SDE(EP) Page30 EE(E-P)
Bharat Sanchar Nigam Limited
(A Government of India Enterprise)
OFFICE OF THE EXECUTIVE ENGINEER (ELECTRICAL )
BSNL Electrical Division, Patna
No. BSNL/ED-PTN/NIT/2018 dated 25.04.2018
NIT No : 11/BSNL/ED-PTN/NIT/2018-19
NOTICE INVITINE TENDER
The Executive Engineer (E), BSNL, Electrical Division, Patna invites on behalf of Bharat Sanchar
Nigam Limited, Sealed item rate E-tenders for the under mentioned work(s) from the approved
and eligible contractors satisfying the eligibility criteria as per Para no. 21 below :-
(i)
Name of work(s)
SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station &
associated work at different USO/BTS under BSNL Electrical
Zone Patna
(ii) Estimated Cost (Rs) Rs. 70,22,963/-
(iii) Earnest Money Deposit
(EMD) (Rs)
Rs.140459/-
(iv) Tender cost
(Non refundable) Rs.
Rs. 1000/- +GST@ 18%
(v)
Last Date & Time of Submission o
EMD, Tender cost, & POA
in original in sealed
cover in Division Office, Marked
15 /05/2018 (12: 00Hrs.)
SDE(EP) Page31 EE(E-P)
as envelope-I
(vi) ate Date& Time ofopening ofsealed
envelope-I of EMD, tender cost.
15 /05/2018 (13: 00Hrs.)
(vii) Date & Time of opening
of price bid
18/05/2018 (14: 00Hrs.)
(ix) Time allowed for completion
of work.
Three months from the date of issue of L.O.I.
(a) The site for the work is available/ or the site for the works shall be made available in parts.
(b) The tender forms can also be downloaded from the website:www.tendres.bsnl.co.in for
submitting un priced bid only.
BSNL EW- 6
NOTE:- In case the tenderer is not able to download the tender document from the web site
(www.tenders.bsnl.co.in) due to server/payment gateway problem etc. then the tenderer should
immediately contact the EE(E) BSNL, Electrical Division, Patna on his mobile no 9431200684 and
send a communication by E-mail indicating the problem along with the print of the computer
screen indicating the error(error report) and his E-mail ID at least two days before opening of
tender document. The cost of the tender document shall be deposited in the First cover along
with EMD & credential etc. failing which the second cover containing tender documents (online)
shall not be opened.
SDE(EP) Page32 EE(E-P)
(d) Before tendering, the contractor shall inspect the site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds, working
condition, including stocking of materials, installation of T&P etc., and conditions affecting
accommodation and movement of labor etc., required for the satisfactory execution of the
contract. No claim whatsoever on such account shall be entertained by the BSNL in any
circumstances.
02.SUBMISSION OF E -TENDERS :
2.1. The e-Tender shall be submitted online in two Electronic mode Envelope system.
1. Electronic mode: - Eligibility documents & Technical Bid (e-Tender)..(complete tender
document without priced bid duly digitally signed).
2. 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,
Patna. up to last date and time of submission of EMD, Tender Cost & P O A.
2.2The envelope-1st
(EMD& Credentials) shall contain the following:
2.2.1Necessary Earnest money Deposit (EMD) may be submitted in the form of CDR / FDR /
DD / BG of a scheduled Bank or Nationalized Bank /State Bank guaranteed by Reserve
Bank of India drawn in favor of A.O, (Cash) O/o the PGMTD, BSNL, Patna ( BG should be
Submitted as per model form of bid security form). The Bank Guarantee
Shall be valid for a period of 120 days from date of opening of tender.
2.2.2Cost of tender documents/ proof of payment of cost of tender document.
2.2.3Chartered Accountant Certificate for turnover.
2.2.4 Copy of PAN card issued by Income Tax department.
2.2.5 Authority letter from approved Precision Package AC manufacturer.
SDE(EP) Page33 EE(E-P)
2.2.6 EPF Registration certificate.
2.2.7 GST registration certificate.
2.2.8 Documents in support of fulfilling the eligibility criteria.
2.2.9 Certificate regarding relative not working in BSNL unit.
BSNL EW- 6
2.2.10The credentials shall be self-attested as well as certified by any BSNL Executive. If the
credentials are not certified by BSNL Executive, then original documents shall be
produced at the time of tenders opening.
3.3 The envelope-2nd
(i.e. E-tender) shall contain the following:-
1. Techno-commercial Bid (Tender document) duly filled up.
3.3.2 The second cover ( i.e. E-tender) containing the Techno- commercial Bid ( tender document) (
The e-tender shall be opened only if the conditions regarding eligibility, tender cost , EMD etc.
is furnished fully as per the NIT.
3.3.3. The time allowed for carrying out the work will be Three Months from the date of issue of
L.O.I.
3.4 a) Earnest Money amounting to Rs.140459/-in the form of demand draft/ FDR/ BG/ CDR of a
nationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn in favors of
Accounts Officer(Cash), O/o The GMTD, BSNL, Patna must accompany each tender. The
Validity period of EMD is 120 days (validity period of tender + 30 days), from the date of
opening of tender.
SDE(EP) Page34 EE(E-P)
b) The EMD of all the unsuccessful tenderers shall be released on issue of acceptance of tender
to the successful tenderer.
c) Exemption from payment of earnest money and security deposit by any other unit/ department shall not
hold good for BSNL.
SDE(EP) Page35 EE(E-P)
BSNL EW- 6
4. Deviation, objectionable stipulations and discrepancies, if any, shall be brought to the notice of eligible
bidders by BSNL for clarification, giving a minimum 7 days notice.
1. All communication with the bidders shall be in writing. FAX / E-Mail shall be covered under
this category and considered as adequate means of communication.
2. If a holiday is declared on the tender opening day, the tenders will be opened on the next
working day.
3. i) Performance Guarantee: The contractor is required to furnish performance guarantee for an
amount equal to 5% of the contract value only in the form of bank guarantee / CDR/FDR/DD (of a
nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of
LO.I. This period can be further extended by the Engineer-in-charge upto a maximum period of 2
weeks on written request of Contractor. The validity period of the performance security in the
form of performance bank guarantee shall be one year from the date of actual completion of
work .
ii) Security deposit: 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 be
deducted with the sum already deposited as earnest money, will amount to security deposit of 5%
of the contract value of the work. This security deposit will be released after completion of
warranty period .
4. The acceptance of a tender will rest with the Chief Engineer (E), BSNL Electrical Bihar Zone, Patna,
who does not bind himself to accept the lowest tender or any other tender and reserves to himself
the Authority to reject lowest or all the tenders received without assigning any reason. All tenders in
which any of the prescribed conditions are not fulfilled or incomplete in any respect are liable to be
rejected. Tenders with any condition including that of conditional rebates shall be rejected forthwith
summarily.
5. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the
contractors who resort to canvassing will be liable for rejection.
SDE(EP) Page36 EE(E-P)
6. 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.
7. 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:
1. Members of a Hindu Undivided family.
2. They are husband and wife.
3. 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).
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
Archt./Corporate office for non executive employees and all SSA in a circle including circle office/Chief
Eng./Chief Archt./Corporate office for executive employees (including those called as Gazetted
officers at present). The 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 these conditions by the company or firm or any other person, the tender/work will
be cancelled and earnest money/performance guarantee will be forfeited at any stage whenever it is
so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The
company 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 ……………………………………….So of Sh …………… ……………………… Reside t of …………here y ertify 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
SDE(EP) Page37 EE(E-P)
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 Contractor)
SDE(EP) Page38 EE(E-P)
BSNL EW- 6
4. No employee in BSNL/ Govt. of India is allowed to work as a contractor for a period of two years of his
retirement from service without the prior permission. The contract is liable to be cancelled if either
the 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 contractors service.
5. The tender for the 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.
6. 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.
7. Any tender not submitted in proper manner or if it contains too many corrections, over writings 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.
8. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of
opening of the tenders. If any tenderer withdraws his tender before the said period or makes any
SDE(EP) Page39 EE(E-P)
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.
9. Extension of validity: In case, where the letter of acceptance of tender 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 for extension, the tenderer is free to either extend the
validity or refuse the request to extend the validity.NL EW
10. Unsealed tenders will be summarily rejected.
11. The contractor should read the tender documents carefully before submitting the tender.
12. Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote his
rates as per various terms and conditions of the said form, which will form part of the agreement.
13. The tenderer shall furnish a declaration to this effect (incase 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 as per ANNEXURE-A . Every page of downloaded tender
shall be signed by the tenderer with stamp (seal) of his firm /organization.
20. 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 :-
BSNL EW- 6
a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
drawings, if any forming the tender as issued at the time of invitation of tender and acceptance
thereof together with any correspondence leading thereto.
SDE(EP) Page40 EE(E-P)
14. Standard Tender Form BSNL EW-8 as available on the web site www.bsnl.co.in.
c) EPF Provisions:
The agency has to comply with the provision of EPF and miscellaneous provisions Act - 1952 and
employees Provident Fund scheme-1952 as amended up to date in respect of labors / employees
engaged by them for this work. Any consequences arising due to non-complying of provisions as
specified above shall be of the sole responsibility of the firm only.
21 Eligibility Conditions:
The Contractors satisfying the following conditions:
1. Average annual turnover during the last 3 years, ending 31st March of the previous financial year,
should be at least 30% of the estimated cost put to tender.
AND
2. BSNL enlisted contractors in Electrical category of respective class as per their tendering limits.
OR
3. Experience of having successfully completed similar works in Central Government /State
Government /Central Autonomous Body/Central Public Sector Undertaking during last 7 years
ending last day of the month previous to the one in which applications are invited should be
either of the following :-
1. Three similar successfully completed works costing not less than the amount equal to 40% of the
estimated cost put to tender with transformer capacity not less than 80% of individual capacity of
the Transformer proposed in the NIT.
OR
2. Two similar successfully completed works costing not less than the amount equal to 60% of the
estimated cost put to tender with transformer capacity not less than 80% of individual capacity of
the Transformer proposed in the NIT.
OR
SDE(EP) Page41 EE(E-P)
3. One similar successfully completed work costing not less than the amount equal to 80% of the
estimated cost put to tender with transformer capacity not less than 80% of individual capacity of
the Transformer proposed in the NIT.
Executive Engineer (E)
BSNL Electrical Division, Patna
For and on behalf of
Bharat Sanchar Nigam Limited.
SDE(EP) Page42 EE(E-P)
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Undertaking)
State : Bihar Zone : PATNA
Brach : Electrical Circle : PATNA
Division : Patna
Percentage Rate Tender / Item Rate Tender & Contract
E-Tender for the work of: - SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station & associated work at
different USO/BTS under BSNL Electrical Zone Patna
To be opened in presence of tenderers who may be present at 12:30 hours on 15 / 05 /2018 in the
office of Executive Engineer (Elect) BSNL Electrical Division, Patna.
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.
SDE(EP) Page43 EE(E-P)
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, design, drawings and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respects in accordance with, such conditions so far as applicable.
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. 140459/-has been deposited in cash/receipt treasury Challan / deposit at call receipt of a
scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank,/ bank
guarantee issued by a schedule bank as earnest money. If I/ We fail to furnish the prescribed
performance guarantee within prescribed period, I/We, agree that the said President of India or his
successors in office 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
President of India or his successors in office 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, upto maximum of the
percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the
work.
I/We hereby declare that I/We hereby declare that I/We shall treat the tender documents drawings and
other records connected with the work as secret/confidential documents and shall not communicate
information derived there from to any person other than a person to whom I/We am/are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the State.
Dated ……………………. Signature of Contractor
Postal Address
Witness:
Address:
Occupation:
SDE(EP) Page44 EE(E-P)
A C C E P T A N C E
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
me for and on behalf of the President of India for a sum of Rs.
_________________________________________________________________________
_______________ )
The letters referred to below shall be form part of this contract Agreement:-
a)
b)
c)
For & on behalf of the President of India
Signature _________________________
Date……………….. Designation ________________________
For and on behalf of BSNL
SDE(EP) Page45 EE(E-P)
PROFORMA OF SCHEDULES
SCHEDULE (A):- Schedule of quantities: Appended from page 44-52.
SCHEDULE (B):- Schedule of materials to be issued to the contractor.
Sr. No. Description of
item Quantity
Rates in figures and words at which the material will be charged to the contractor
Place of Issue
1 2 3 4 5
NIL
SCHEDULE (D):- Schedule Appended from page .
SDE(EP) Page46 EE(E-P)
SCHEDULE (F):-Reference to General Conditions of contract.
Name of work:
SITC of 15 x 25 KVA Outdoor type Transformer
Sub-Station & associated work at different USO/BTS
under BSNL Electrical Zone Patna
Estimated cost of work: Rs. 70,22,963/-
i) Earnest money : Rs.140459/-
ii) Performance Guarantee :
iii) Security Deposit :
5% of contract value of work.
5% of contract value of work.
GENERAL RULES and DIRECTIONS: Officer inviting tender: EE (E), BSNL Electrical
Division, Patna.
Definitions: See below
2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical Division,
Patna.
2(viii) Accepting Authority CE(E),PATNA
2(x) Percentage on cost of materials and labor to cover all
overheads and profits.
10%
Standard contract Form BSNL EW Form 6&8
Clause 1
Time allowed for submission of Performance Guarantee
from the date of issue of letter of acceptance, in days
15 Days
Clause 2
Authority for fixing compensation under Clause 2.
SE (E)
Clause 5
Number of days from the date of issue of letter of
acceptance for reckoning date of start
10 days
Date of issue of L.O.I.
Time allowed for execution of work.
Authority to give fair and reasonable extension of time for
03 Month
SE (E)
SDE(EP) Page47 EE(E-P)
completion of work.
Clause 10CC
Clause 10CC to be applicable in contracts with stipulated
period of completion exceeding the period shown in next
column.
NA
Clause 11
Specifications to be followed for execution of work
Specifications as attached.
Clause 12
12.2(iii) Schedule of rates for determining the rates for additional, altered or substituted items that can not be determined under 12.2.(i) & (ii)
NIL
Clause 12
12.2(iii), plus/minus ± the % over the rate entered in the
schedule of rates
NA
Clause 12
Deviation Limit beyond which
clauses 12.3 shall apply
25%
Clause 25
Competent Authority for Conciliation
SE (E) not in charge of work
Clause 30.2
Minimum Qualifications and experience required for
Principal Technical Representative.
i For works with estimated cost put to tender more than
( Rs. 2 lakh but less than Rs.5 Lakhs for Elect/ Mech.
Works)
Recognized diploma holder
ii For works with estimated cost put to tender more than
Rs. 5 lakh for Elect/ Mech. Works
Graduate or recognized diploma holder with3 years
experience
SDE(EP) Page48 EE(E-P)
SCHEDULE D
“IMPORTANT NOTE FOR CONTRACTORS”
The firm shall read carefully the following conditions and shall quote accordingly confirming all the
points in their offer.
A) GENERAL TERMS AND CONDITIONS;_
1. SUBMISSION AND OPENING OF TENDERS:-
1. The tender shall be submitted as prescribed on line only.
2. The tenderer are advised not to deviate from the technical specifications / items, commercial
terms and conditions of NIT.
SDE(EP) Page49 EE(E-P)
2. EVALUATION OF TENDERS:-
The evaluation and comparison of responsive bids shall be done on the basis of net cost to BSN,
that is, basic price which will include freight, overheads and other charges. GST claimed by vendor
over and above the basic price will be paid by BSNL, however, vendor will be liable for any loss of
input tax credit to BSNL for any default on the part of vendor in discharging GST liability / filing of
return.
3. CURRANCY OF CONTRACT:-
The contract shall be valid for issue of L.O.I for 6 months including 25% deviation if any, after the
date of its acceptance. The work may have to be carried out any wherein Bihar under Bihar
Electrical Zone. The ordering quantity can be deviated 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.
4. WORK / QUANTITY DISTRIBUTION:-
The quantities of items of works (schedule of work) will be split between lowest two tenderers who
agree to the rates approved, by the BSNL in the ratio of 60% and 40% to the 1st and 2nd lowest
tenderer respectively. In case the second lowest tenderer does not agree to bring down the rates at
par with the rates of L1 then 100% work shall be awarded to lowest tenderer L1.
5. Operation of Master and Individual agreements shall be governed as follows:
i) The Master Rate Contract agreement SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station
& associated work at different USO/BTS under BSNL Electrical Zone Patna which shall be signed by
the authorized representative of the firm within 15 days of issue of the acceptance letter.
ii) Individual Letter of Intent (LOI) shall be issued by E.E (E-P), % C.E.E. PATNA to the firm giving
details of site, details of items required, name of concerned Executive Engineer (E) / SDE (E) and
other details. EE [E] shall draw separate agreement based on above letter of intent.
iii] Date of start shall be the date of issue of LOI and time allowed to carry out the work shall be
counted thereafter as per terms of this NIT.
SDE(EP) Page50 EE(E-P)
iv] Individual agreement shall be operated independently without co-relation with the other individual
agreements for the purpose of payment, deduction/release of Security Deposit, extension of time,
closing of contract etc. as per terms and conditions of individual agreement. If the firm fails to
commence any work, the PG of the individual work shall be forfeited.
v] 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.
6. DECLARATION BY TENDERER
To be signed by Proprietor in case of proprietorship firm.
To be signed by all partners in case of partnership firm.
To be signed by all the directors / authorized person in case of the company.
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 -
1. Member of Undivided family.
2. They are husband and wife.
3. 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
1. For Non Executive Employees: SSA / Circle / Chief Engineer / Chief Architect / Corporate Office.
2. For Executive Employees (including those called as Gazetted officer at present): All SSA in Circle office /
Chief Engineer / Chief Architect / Corporate Office.
7. 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
SDE(EP) Page51 EE(E-P)
not cause abnormal noise and hindrance to the officers of the department engaged in erection as well
to the normal routine work.
8. PACKING, FORWARDING AND STORAGE AT SITE:-
Before dispatch to site, the equipment / component / materials shall be properly packed so as to afford
protection against transit damages and damages against storage in open areas either at transporter's
premises or at work site. When storage in open area is inevitable proper waterproof covering shall be
provided to protect damages on account of rainwater etc. However, damaged items shall be replaced
as per the direction of Engineer-in-Charge.
All the stores and materials required for satisfactory completion of the work shall be arranged at work
site by the contractor from his own sources. However, safe custody of the material stored at site will
be the responsibility of the contractor.
9. Contractor has to co-ordinate with Power Company / Electrical Inspector of state for getting done
the electric connection.
10. INSPECTION AT CONTRACTOR S PREMISES:-
The BSNL's authorized representative shall have full powers to inspect drawings of any portion of the work or
examine the materials and workmanship of the plant at the contractor's work or at any other place from
where the material or equipment is obtained. Acceptance of any material or equipment shall in no way,
relieve the contractor of his responsibility for meeting the requirement of the specifications but shall have to
be replaced free of cost by contractor in case equipment of work is found defective or of inferior quality.
11. GUARANTEE AND DEFECT LIABILITY: -
The guarantee shall be valid for twelve (12) months after successfully completion of installation.
12. MISCELLANEOUS
a) The workers engaged by firm should maintain proper discipline and good behavior with occupants. The firm
shall not depute such workers at the site, whose behavior is found improper. Executive Engineer s decision
shall be final.
b) The agency will provide the workers with necessary Tools & Plant, Testing and safety equipments.
SDE(EP) Page52 EE(E-P)
c) Agency has to observe all the labor rules and regulations in force and indemnify BSNL against any claims
whatsoever, either from this clause or any other clause in the contract.
d) Firm shall issue ID card to their workforce whenever they enter premises for bonafide work. Nobody shall
be allowed entry without work and nobody will be allowed overnight stay without work. The workers should
wear proper uniform with detachable badge indicating the name of person & firm.
13. BYE-LAWS INDEMNITY AGAINST LIABILITIES
a) The contractor shall comply with all bye-laws and regulations of local and statutory authorities having
jurisdiction over the works and shall be responsible for payment of all fees and other charges and
giving/receiving all necessary notices and keep the Engineer-in-Charge informed about the notices issued and
received.
b) The contractor shall indemnify BSNL against all claims in respect of patent rights, design, trade mark or
name of other protected rights in respect of any plant, machine, work or materials used for or in connection
with the works or temporary works and from and against all claims, demands, proceedings, costs, charges and
expenses whatsoever in respect of or in relation thereon. The contractor shall defend all actions arising from
such claims and shall him-self pay all royalties.
c) License fees, damages, cost and charges of all and every sort that may be legally incurred in respect thereof
shall be borne by the contractor.
d) All liabilities / penal recoveries on matters arising out of G.S.T. such as incorrect deductions, discrepancies
in the filling up returns, revised assessments by the concerned authorities etc. shall be borne by the
contractor.
e) It is contractor's liability to follow all safety procedures in accordance with relevant I.S. amended up to date
during execution of work at site.
14. COMPENSATION FOR DEFAULTS
a) Any damage to the installation(s)/building due to the carelessness on the part of firm s staff shall be the
responsibility of firm and shall be replaced/rectified without any extra cost.
b) Any accident or damage will be the responsibility of agency and the Department will not entertain any
claim, compensation, penalty etc. on this account or on account of non-observance of any other requirement
of law relevant to his work.
c) All breakdown calls / complaints have to be attended by the firm with utmost promptness. If the agency
fails to rectify any fault within reasonable time, the department reserves the right to carry out the work at the
SDE(EP) Page53 EE(E-P)
risk and cost of the agency. In case the fault is of emergency nature, which may affect the normal functioning
of the services and the firm fails to take immediate necessary action the work shall be carried out at the risk
and cost of the firm without giving any notice. The decision of the EE (E) shall be final.
15. REJECTION OF DEFECTIVE EQUIPMENTS
1. If the completed equipment or any portion thereof, before it is taken over, be found defective or fails
to fulfill the intent of the specifications, the contractor shall on receipt of a written notice from the
Engineer-in-Charge, forthwith replace/make good the defective equipments.
2. If the contractor fail to rectify the defects and or make good the defective equipment within a
stipulated time mentioned in the written notice or replace the equipment at no extra cost, BSNL may
make good, reject and or replace, at the risk and expanses of the contractor, the whole or any portion
of the plant which is defective or fails to fulfill the requirements of the contract.
3. All the Equipments shall be tested as per tender specifications.
B. COMMERCIAL CONDITIONS OF CONTRACT
1. Eligibility Criteria: - The bidder should have
a) Valid Goods and Services Tax Registration Certificate as unregistered dealer.
b) A self-declaration along with the evidence that the bidder is not black listed by GST
authorities.
c) In case the supplier gets black-listed during the tenure of BSNL contract, then BSNL has
the right to recover Input Tax Credit, loss suffered by it due to any mis-declaration on invoice
by the supplier.
d) In case of multiple GST numbers, all the numbers can be provided as Annexure
Necessary declaration, statutory forms (if any) shall be provided by BSNL to avail concessional rate
of tax wherever applicable on the request of the bidder as and when asked for.
2. Suppliers should furnish the correct HSN / SAC classification /Customs tariff Head in the price
Schedule. If the credit for the Duties ,Taxes and Cesses under provision/ rules under GST law
is found to be not admissible at any stage subsequently owing to wrong furnishing of Tariff
Head, then the suppliers will be liable to refund such non-admissible amount, if already paid,
along with penalty and interest if charged by the concerned authority.
3. In case the Duties ,Taxes and Cesses which are not eligible for input tax credit as per the
quotes indicated in the price schedule by the suppliers and subsequently at any stage it is
found that Credit for such Duties ,Taxes and Cesses is admissible as per provision of GST
law, then the suppliers will be liable to refund the amount equivalent of such Duties ,Taxes
SDE(EP) Page54 EE(E-P)
and Cesses if already paid to them provided the credit can be claimed within the time
prescribed under the applicable legislation and BSNL has all documents to claim such credit.
The refund is also subject to the bidder performing necessary act for enabling BSNL to claim
the credit viz. upload the information on GSTN. However, the purchaser may allow the
supplier to submit necessary documents in this regard which may enable the purchaser to
avail the input tax credit provided such credit is still available for the amount so paid as per
provision of GST law.
4. The purchaser reserves the right to ask the bidders to submit documentary proof confirming
the correct HSN or SAC classification/ Customs Tariff Head from the CGST/SGST/IGST
officer or Customs authority where the HSN or SAC classification/ Customs Tariff Head
furnished against the particular tendered item by different bidders, differs from each other or
the same is found apparently not furnished in accordance with GST Act/Customs Tariff
notifications
5. If the supplier fails to furnish necessary supporting documents i.e. Tax invoices / Customs
invoices etc. in respect of the Duties ,Taxes and Cesses which are eligible for input tax credit,
the amount pertaining to such Duties ,Taxes and Cesses will be deducted from the payment
due to the firm
6. If the supplier fails to perform necessary compliances which would any manner restrict BSNL
to claim input tax credit, then the amount pertaining to such Duties ,Taxes and Cesses will be
deducted from the payment due to the supplier
7. BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier against any loss of input
tax credit to BSNL on account of supplier's default
8. In case BSNL has to pay GST on reverse charge basis, the supplier would not charge GST
on its invoices. Further, the supplier undertakes to comply with the provisions of GST law as
may be applicable.
9. Necessary declaration, statutory forms (if any) shall be provided by BSNL to avail
concessional rate of tax wherever applicable on the request of the bidder as and when asked
for.
10. Tax Indemnity Clause:
BSNL has the right to recover Input Tax Credit loss suffered by it due to any mis-declaration
on invoice by the supplier.
11. The bidder should furnish the name of its collaborator (if applicable), brand name, model
number, type of the products and HSN classification under GST and Customs law offered in
this tender. The technical literatures of the products should also be submitted. No change in
either technology or product shall be permitted after opening of bids.
GST Invoice
1. All the details of supplier (name, address, GSTIN/ unregistered supplier, place of supply,
SAC/ HSN code etc.) and other mandatory details shall be mentioned on the invoice.
2. Invoice/Supplementary invoice/Debit Note/Credit Note/Receipt Voucher need to be issued in
compliant format and timely within the time prescribed under GST law.
3. In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a
reasonable time to enable the supplier to issue credit note and take tax adjustment.
4. It would be the responsibility of the supplier/ contractor to declare correct information on
invoice and GSTN viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of
input tax credit is questioned or denied to BSNL on account of default by the supplier, the
same would be recovered by BSNL from the supplier.
SDE(EP) Page55 EE(E-P)
5. Registered location of the both the parties i.e. BSNL and supplier should be mentioned in the
agreement with GSTIN No. Further, supplier should raise invoices at the registered premise of
BSNL for availing of credit and ensure that the place of supply as per GST law is same as
registered premise.
6. . BSNL could at any time instruct the supplier to raise its invoices at a particular location of
BSNL.
7. It is the responsibility of the supplier/contractor to ensure that place of supply and the GSTN
of BSNL are in the same state. If for any reason they are not in the same state, the
supplier/contractor shall intimate to BSNL and give adequate time before raising of the
invoice.
8. E-waybill number should be mentioned on the invoices.
9. Supplier/contractor shall be responsible for timely issuance and delivery of invoice/ DN/ CN to
enable BSNL to claim tax benefit on or before the stipulated time period provided by the GST
law.
SDE(EP) Page56 EE(E-P)
(a)It is the responsibility of the supplier/contractor to ensure that outward supply return
(GSTR-1) would be filed correctly. If not, than cost would be borne by supplier/contractor.. (b)Reporting of correct outward supply by supplier in the outward return (GSTR-1) is
the responsibility of the supplier/contractor. In case of mismatch because of supplier’s
fault, prompt amendments must be made by the supplier else supplier would be
required to indemnify BSNL of the loss of credit due to mis-match. The compliances to
be adhered by supplier/contractor includes (but is not limited to) the following :(i) Uploading appropriate invoice details on the GSTN within the stipulated time;(ii)
Issuing GST compliant invoice / CN/ DN. PO issued by BSNL should be referred by
supplier for capturing information on the invoice.
1. Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by supplier then
credit on such invoice will be given provisionally subject to matching. So, acceptance of
changes made by BSNL on GSTN, on account of non-upload or incorrect upload of invoice
details on GSTN is to be submitted by supplier. Such changes w.r.t. the mismatch are
required to be accepted by supplier within the time limit prescribed under the GST law. It
should be noted that in case supplier does not accept such changes within the time limit
prescribed under GST law, the loss of input tax credit (if any) would be recovered from the
supplier. In case of mismatch because of Supplier's fault, prompt amendments must be made
by the supplier else supplier would be required to indemnify BSNL for the losses of credit and
interest paid due to mismatch.
Supplier to issue all necessary documentation and perform all necessary compliances for
BSNL to be eligible to claim the input tax credit of GST tax to them. In case BSNL is unable
to claim the input tax credit, the amount w.r.t. GST charged by the supplier would be
recovered from the supplier.
2. All the details of supplier (name, address, GSTN/ unregistered supplier, place of supply, SAC/
HSN code etc.) and other mandatory details shall be mentioned on the invoice. It shall be the
responsibility of the supplier to mention State of place of supply of goods/services in the
invoice issued to BSNL. 3. GST (if applicable) on account of liquidated damages due to delay in supply of goods would
be borne by supplier.
4. For claiming the payment, the supplier has to submit the following documents to the paying
authority:- (a) Invoice clearly indicating break up details of composite price i.e. Basic, GST,
any other Duties,Taxes and Cesses, Freight/Packing Charges, etc.(b) Acknowledged
Delivery Challan in original(c) GST invoice or equivalent document, if applicable.(d) Inspection
Certificate of QA-Payable copy in original(e) The sea freight receipt as per the rates approved
by the Ministry of Water and Surface Transport, if applicable.(f) Copy of E-way bill, if
applicable.
5. Note: If the supplier fails to furnish necessary supporting documents i.e. GST/Customs
invoices etc. in respect of the Duties/taxes/Cesses which are creditable to BSNL, the amount
pertaining to such Duties/Taxes/Cesses will be deducted from the payment due to the firm.
6. Payment against GST credit will be made only when GST compliant invoice is submitted by
the supplier.
1. a. The bidder shall give the total price as per schedule. However,the evaluation and comparison
of responsive bids shall be done on the basis of net cost to BSNL, that is, basic price which will
include freight, overheads and other charges. GST claimed by vendor over and above the basic
price will be paid by BSNL, however, vendor will be liable for any loss of input tax credit to BSNL for
any default on the part of vendor in discharging GST liability / filing of return.
SDE(EP) Page57 EE(E-P)
b. The total composite price shall comprise of unit price and all other components of price need to be
individually indicated /quoted against the goods/material/service, it proposes to supply under the contract in
the following manner:-
i) The Basic Unit Price (Ex-Factory Price) of the goods /services/ materials, Freight, Forwarding, Packing,
insurance and any other levies /charges already paid or payable by the contractor/ supplier shall be quoted
separately.
ii) GST (IGST/CGST/SGST as applicable) at the prevailing rate. The liability to pay all taxes, levies, etc shall be of
contractor and BSNL will not entertain any claim whatsoever in this respect.
c. Road permit if required will be issued.
• The u it ise ost / reak up is e essary for the purposes of i for atio a d erifi atio of o posite price, so quoted by the contractor/supplier.
• The o tra tor/supplier shall submit to BSNL documents /proof of payment of all taxes / levies along with
exemption certificate if any, to avail ITC (Input Tax Credit) benefits by BSNL
• Ho e er the e aluatio a d o pariso of respe ti e ids shall e do e o the asis of net cost to BSNL on
the total cost offered inclusive of duties and taxes (but –excluding G.S.T.), packing, forwarding, freight and
insurance charges etc.
2. The contractor shall, keep necessary books of account and other documents for the purpose of this
condition as may be necessary and shall allow inspection of the same by a duly authorized representative of
BSNL and further shall furnish such other information/ document as engineer-in-charge may require.
7. The Contractor shall, within a period of 30 days of imposition of any further tax or levy in pursuant to
the constitution of (forty sixth amendment) act 1982 give a written notice thereof to the Engineer-in-
charge that the same is given pursuant to this condition, together with all necessary information
relating thereto.
4. TAX DEDUCTED AT SOURCE: -
BSNL shall deduct income tax and other statutory deductions from payments due to the firm as per rules of
the State/Central Government. The Accounts Officer of the concerned Division shall issue certificates for such
deductions to the firm.
1. PAYMENT TERM: -
SDE(EP) Page58 EE(E-P)
A. 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.
1. For supply of items 85% 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:-
1. Delivery challan.
2. Consignee receipt.
3. Proof of payment of G.S.T.
4. :(a) Invoice clearly indicating break up details of composite price i.e. Basic,
GST, any other Duties, Taxes and Cesses, Freight/Packing Charges, etc.(b)
Acknowledged Delivery Challan in original(c) GST invoice or equivalent
document, if applicable.(d) Inspection Certificate of QA-Payable copy in
original(e) The sea freight receipt as per the rates approved by the Ministry of
Water and Surface Transport, if applicable.(f) Copy of E-way bill, if applicable.
NOTE :If the supplier fails to furnish necessary supporting documents i.e.
GST/Customs invoices etc. in respect of the Duties/taxes which are creditable
to BSNL, the amount pertaining to such Duties/Taxes will be deducted from the
payment due to the firm. Payment against GST credit will be made only when
GST compliant invoice is submitted by the supplier. BSNL has the right to
recover input tax credit loss suffered by it due to any mis-declaration on invoice
by the supplier.
5. FORFEITURE OF EMD –
a] If any tenderer withdraws his tender before the expiry of the validity period or before the issue of letter of
acceptance whichever is earlier or makes any modifications in the terms and conditions of the tender which
are not acceptable to the department, then the BSNL shall without prejudice to any other right or remedy, be
at liberty to forfeit 50% of earnest money absolutely.
b] If contractor fails to furnish the prescribed performance guaranty within the prescribed period the
amount of EMD with reference to estimated amount will be forfeited without any notice.
SDE(EP) Page59 EE(E-P)
c] If only a part of work as shown in the tender is awarded and the contractor does not commence the
work , the amount of EMD with reference to estimated amount will be forfeited.
e] In case of forfeiture of EMD as prescribed in a to c above, the tenderer shall not be allowed to
participate in the retendering process of the work.
6. COMPLIANCE OF EPF ACT:
The firm has to fulfill / compliance of the provisions of EPF & Misc. Provisions Act 1952 & Employees
Provident Fund Scheme 1952.The each claim bill of contractors must accompany the 1) List showing the
details of laborers / employees engaged. 2) Duration of their engagement. 3) The amount of wages paid to
such laborers / employees for the duration in question. 4) Amount of EPF contributions (both employers and
employee s contribution) for the duration of engagement in question paid to the EPF authorities. 5) Copies of
authenticated documents of payments of such contribution to EPF authorities and 6) A declaration from the
contractors regarding compliance of the conditions of EPF Act, 1952.
7. DATE OF COMPLETION: -
The work shall be deemed to have been completed after electric connection, successfully testing &
commissioning of installation.
8. GUARANTEE AND DEFECT LIABILITY: -
The guarantee shall be valid for a period of 12 months after electric connection, successfully testing &
commissioning of installation.
9. DRAWINGS TO BE SUBMITTED FOR APPROVAL
The contractor shall submit the drawings for Poles & line & transformer substation. This should be got
approved from concerned Executive Engineer of Power Company
SDE(EP) Page60 EE(E-P)
Place: ____________
Date: _____________ Signature of tenderer
SDE(EP) Page61 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 thanRs.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.
SDE(EP) Page62 EE(E-P)
Encl.: Annexure-I
SDE(EP) Page63 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 upto 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
SDE(EP) Page64 EE(E-P)
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 upto 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
ANNEXURE- II
PERFORMANCE SECURITY GUARANTEE BOND
SDE(EP) Page65 EE(E-P)
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).
SDE(EP) Page66 EE(E-P)
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 upto ______________ 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
month
s 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) Page67 EE(E-P)
Name of work :- SITC of 15 x 25 KVA Outdoor type Transformer Sub-Station & associated work at different USO/BTS under Electrical Zone Patna.
S.No. Description of Item Total Quantity Basic Unit
Price
excluding
all taxes
and
charges
FF Packing GST All
inclusivie
unit cost
Amount
of input
Tax
credit(
ITC) to be
availed by
BSNL
Unit
Price
excludi
ng ITC
amoun
t ( Net
Unit
Cost to
BSNL)
Total Price
inclusive of
all levies
and
charges but
excluding
ITC ( Net
total cost )
HSN
for
goods
and
SAC
for
servic
es
CGST SGST IGST
Rate Amount Rate in% Amount Rate in% Amount Rate in% Amount
1 2 3 4 5 6 7 8 9 10 11 12
13=(4+6+(
(8+10) OR
12))
14=(8+10)
OR 12
15=(13
-14) 16= ( 3X15) 17
PART A- Supply
1 Supplying of outdoor type 25 KVA capacity, 3
phase, 50 Hz, 11/0.433 KV (ISI marked & Three
star energy rating) double wound oil immersed
step down transformer having delta primary &
star secondary, Aluminum winding complete
with all accessories and mounting as reqd by
BSEB (Make -Acceptable by
NBPDCL/SBPDCL/BSNL approved make)
1 no
2 ITC of the above transformer on the existing
two pole structure along with all the
preliminary tests etc complete as reqd
1 job
3 Supplying of 8 mtr long PSC pole of size
Bottom 290 mm x 90 mm and gradually
tapered upto top size 145mm x 90mm suitable
7 jobs
SDE(EP) Page68 EE(E-P)
to bear a load of 200 Kg as reqd.
4 Erection of RCC/PCC/PSC pole of following
length in brick ballast and ramming the
foundation finishing with 150mm thick cement
concrete (1:3:6) layer on top with including
excavation and refilling of soil etc as required.
(above 6.5 mtr and upto 8 mtr).
7 jobs
5 S/F of following sizes of MS angle and channels
on the DP structure for providing cross support
to the poles, mounting of switches etc
complete with clamps, nut bolts and necessary
holes etc and duly painted with one coat of red
oxide and one coat of Al paint as reqd.
a) 100mmx50mmx6.4mm thick M.S. Channel 6 Mtrs.
b) 75mmx40mmx6mm M.S. Channel 3 Mtrs.
c) 50mmx50mmx6mm M.S. angle 3 Mtrs.
6 Supplying and erection of three piece
nonlinear resistor type lightning arrestor
suitable for 3 wire, 11 KV overhead lines
with rated voltage 9 KV (rms) with a
nominal discharge current rating of 5 KA
and complete with galvanized clamping
arrangement, G.I. bolts, nuts, washers etc.
as required.
1 set
SDE(EP) Page69 EE(E-P)
7 P/F 200 amp 11 KV 3 pole 3 post type gang
operated air break switch suitable for
horizontal & vertical mounting confirming to IS
9921/1985 (Part I to IV) complete with arching
horn pad locking arrangement & manual
operating mechanism etc. complete as per
specification attached. ( BSNL or BSPHCL
approved/ CPRI or National Test House type
test certified )
1 set
8 P/F 11 KV 3 Pole DO fuse unit complete with 2
sets of insulators, fixing angles and ebonite
fuse rod (insulator sets shall be mounted on
distinct bases) complete with fixing the same
on DP structure etc. complete as reqd.
1 set
9 Supplying and erection of 11 KV pin
insulator complete with large steel head
G.I. pin, nuts, washers etc. as required.
12 set
10 Supplying and erection of 11 KV disc
insulator for 11 KV over head lines with
galvanised insulator fittings, ball and socket
type and complete with galvanised strain
clamps, bolts, nuts, washers etc. as
required.
3 sets
SDE(EP) Page70 EE(E-P)
11 Supplying and erection of stay set complete
(galvanised) with 19/20 mm dia X 1.8
metres long stay rod, anchor plate of size
45 cm X 45 cm X 7.5 mm, thimble, stay
clamps, turn buckle ( 20 mm X 60 cm ), 7/
4.00 mm dia G.I. stay wire and strain
insulator etc in cement concrete 1:3:6 (1
cement : 3 coarse sand : 6 graded stone
aggregate 40 mm nominal size ) foundation
including excavation and refilling etc. as
required.
3 sets
12
Providing and fixing H.T. danger notice
plate of 250 mm X 200 mm, made of mild
steel, at least 2 mm thick, and vitreous
enameled white on both sides, and with
inscription in single red colour on front side
as required.
1 No
13
Supplying and laying of A.C.S.R. weasel
conductor of 30 Sq.mm size (3nos in 1 mtr
length) confirming to IS-398 (Part-I & II) / 1996
of overall dia. of 7.77mm on the existing pole
on insulators including binding, testing,
commissioning etc. as per specification as
required.
250 Mtr
SDE(EP) Page71 EE(E-P)
14
Supplying & Erection of 35 Sq.mm (4 nos in 1
mtr length, Three power cores and one Neutral
core shall be suitable twisted around bare Steel
Messenger) size ACSR LT ABC 1.1 KV [IS 7098
(1) 88] for extending LT line from transformer
to TE building on the existing pole i/c binding ,
testing commissioning etc as reqd. This work
also include provision of clamp for holding the
cable on pole as reqd.
30 Mtr
15
Supplying & Erection of cradle guard complete
with 2x8 SWG GI wire and interlacing with No.
8 SWG GI wire at every metre run, incl.
providing straining arrangement, earthing
attachment, as required (without cross-arms)
30 Mtr
16 Supplying of channel iron 75 mm X 40 mm
X 6 mm (7.14 kg per metre) V shape cross
arm for two 11 KV over head line
conductors complete with 50 mm X 6mm
M.S. flat iron clamps, bolts and nuts
including drilling holes for insulator pins,
bolts, nuts and washers etc (as per
drawing) and painting with primer and finish
paint as required .
6 no
17 Supplying of channel iron 75 mm X 40 mm
X 6 mm (7.14 kg per metre) pole top
bracket/ cross arm for single 11 KV over
head line conductor complete with 50 mm X
6mm flat iron clamp, bolts, nuts and
washers including drilling holes for insulator
pins, bolts and nuts etc and painting with
6 Each
SDE(EP) Page72 EE(E-P)
primer and finish paint as required .
18 Erection of pole top/ straight two wire/ V
shape two wire, angle iron/ channel iron,
cross arm on steel tubular/ rail/ PCC pole
for 11/22/33 KV as required.
12 Set
19 Earthing with G.I. earth plate 600 mm X
600 mm X 6 mm thick including
accessories, and providing masonry
enclosure with cover plate having locking
arrangement and watering pipe of 2.7
metre long etc. with charcoal/ coke and salt
as required.
4 Set
20 Providing and fixing 25 mm X 5 mm G.I.
strip in 40 mm dia G.I. pipe from earth
electrode including connection with G.I. nut,
bolt, spring, washer excavation and re-
filling etc. as required.
25 Metre
21 Providing and fixing 25 mm X 5 mm G.I.
strip on surface or in recess for connections
etc. as required.
25 Metre
22 Providing and fixing 6 SWG dia G.I. wire on
surface or in recess for loop earthing as
required.
25 Metre
SDE(EP) Page73 EE(E-P)
23 Providing and fixing 6 SWG dia G.I. wire on
surface or in recess for loop earthing along
with existing surface/ recessed conduit/ sub
main wiring/ cable as required.
25 Metre
24 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1
KV grade of following size direct in ground
including excavation, sand cushioning,
protective covering and refilling the trench
etc as required.
a Upto 35 sq. mm 10 Metre
25 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1
KV grade of following size direct in ground
including excavation and refilling the trench
etc as required, but excluding sand
cushioning and protective covering.
a Upto 35 sq. mm 10 Metre
26 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1
KV grade of following size in the existing
RCC/ HUME/ METAL pipe as required.
a Upto 35 sq. mm 10 Metre
27 Laying and fixing of one number PVC
insulated and PVC sheathed / XLPE power
cable of 1.1 KV grade of following size on
wall surface as required.
SDE(EP) Page74 EE(E-P)
a Upto 35 sq. mm (clamped with 1mm thick
saddle) 10 Metre
28 Supplying and making end termination with
brass compression gland and aluminium
lugs for following size of PVC insulated and
PVC sheathed / XLPE aluminium conductor
cable of 1.1 KV grade as required.
a 3½ X 25 sq. mm (28mm) 2 set
b 3½ X 35 sq. mm 2 set
29 Supplying of 3.5 x 25 sq.mm XLPE insulated and
pvc sheathed aluminium conductor cable of 1.1
kv grade
40 mtr
30 Supplying of following ABC (Aerial Bunch
Cable) Bare Messenger Aluminium
Conductor XLPE insulated cable of 11 KV
grade conforming to IS: 7098 PT-2 etc. as
reqd.
a 3 x 50 + 1 x 35 ABC Bare Messenger power
cable 50 Mtrs
31 Supplying of GI clamps suitable for binding
the above ABC Bare Messenger power
cable etc. as reqd.
4 Nos
32 Erection of the above ABC (Aerial Bunch
Cable) Bare Messenger Aluminium
Conductor XLPE insulated cable of 11 KV
grade including binding with existing
50 Mtrs
SDE(EP) Page75 EE(E-P)
clamps on the existing RCC pole etc. as
reqd.
33 Supplying and making outdoor cable end
termination with heat shrinkable jointing kit
complete with all accessories including lugs
suitable for following size aluminium
conductor ABC 11 KV Bare Messenger
cable of 11 KV grade as required.
a 3 x 50 + 1 x 35 ABC Bare Messenger power
cable
2 Sets
34 Supply of 50 sqmm 3 core 11KV grade XLPE HT
power cable, ISI maked (Make- BSNL
Approved.)
50 Mtr.
35 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 11
KV grade of following size direct in ground
including excavation, sand cushioning,
protective covering and refilling the trench
etc as required.
a Upto 120 sq. mm 47 Metre
36 Laying of one number PVC insulated and
PVC sheathed / XLPE power cable of 11
KV grade of following size in the existing
RCC/ HUME/ METAL pipe as required.
a Upto 120 sq. mm 3 Metre
SDE(EP) Page76 EE(E-P)
37 Providing, laying and fixing following dia
G.I. pipe (medium class) in ground
complete with G.I. fittings including
trenching (75 cm deep)and re-filling etc as
required
a 50 mm dia 10 metre
b) 80 mm dia 3 metre
38 Supplying and making outdoor cable end
termination with heat shrinkable jointing kit
complete with all accessories including lugs
suitable for following size of 3 core, XLPE
aluminium conductor cable of 11 KV grade
as required :
a 70 sq. mm 2 set
39 S/F Indoor fuse unit with kit kat of 40 / 63 amp
(3nos) & neutral link (1 no) mounted on
bakelite sheet of 6 mm thick 600 x 600 mm as
reqd.This work also include fixing of 3 nos
indicating lamp for showing avaibility of supply
as reqd.
1 Job
40 S/F 63A, 415V, TPN rewirable porcelein type
SFU with sheet metal enclosure and side
handle on wall I/c interconnection etc. as reqd.
(Make- HPL / Havells or similar superior).
1 Nos.
SDE(EP) Page77 EE(E-P)
41 S/F 63A, 415V, 4 pole Off load change over
switch with sheet metal enclosure and side
handle on wall I/c interconnection etc. as reqd.
(Make- HPL / Havells or similar superior).
1 Nos.
42 SITC of following type fire extinguisher i/c
providing and fixing of securing clamp/ hook
complete as required. Make:- Fire
shield/Minimax or BSNL Approved Note :-
Test certificate of cylinder is to be submitted
from explosive department, Nagpur .
a 4.5 Kg CO2 type i/c horn and flexible hose pipe. 1 Nos.
TOTAL for 01 sites
TOTAL for 15 Sites
NET TOTAL
Notes for Bidder
1. Bidder must mandatorily quote for all GST components (CGST,SGST,IGST) as required.
2. If Annual maintenance contract charges are required to be quoted as per SOR,basic charge should be shown in column -4 & the Goods and services Tax GST) in column 7 to 12
3. The bidder who submit the offer with concessional Goods and Services Tax (GST) shall submit the proof of applicable concessional GST In case the concessional GST is not creditable BSNL it should be included in price of the
goods/services.
4. In case ,dealer is registered under compounding scheme or any rule / notification where the BSNL is not eligible for input tax credit then the bidder should not disclose any amount in column 7 to 14
SDE(EP) Page78 EE(E-P)
5. * %age Rate of FF & packing should be shown of Basic Unit price exciding all taxes & charge (i.e as %age of Col.4)
6. The FF & packing amount quoted shall not be subject to charge after bid evaluation /ordering on account of charge of copper .lead base price changes in duties & taxes of item etc.
7. Bidder must mandatorily mention HSN & SAC numbers
Declaration by bidder
1 We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs available under the GST Act introduced w.e.f.1 july 2017 and further extended on more items till date.
2. "we hereby certify that HSN/SAC shown in column 17 are correct & credit of GST for the amount shown in column 14 above are admissible as per GST Laws.
Name of Bidder :-
1) For determining L-1---Input Tax credit items i.e. G.S.T. shall not be considered. GST must be mentioned in the table without which the G.S.T. taxes 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.
1. INPUT TAX CREDIT: In order to avail Input Tax credit, the contractor has to furnish an invoice favoring BSNL indicating quantum of GST paid as of preceding Quarter.
Signature of contractor Executive Engineer (E),
Date Patna
SDE(EP) Page79 EE(E-P)
ADDITIONAL SPECIFICATION & CONDITION
1 The work shall be carried out strictly in accordance with CPWD specification for
electric works 1994 (Internal) & 1995 (External), for sub- station work as amended up
to date and in accordance with Indian Electricity Rules 1956 & Indian Electricity Act
1910 as amended up to date as per instruction of Engineer -in-charge.
2 A qualified Supervisor shall supervise the work.
3 The Engineer-in-charge or his duly authorized representative at site of work will give
the layout of the work.
4 All type of metal boxes to be used on the work shall be galvanized / Zinc plated
(Factory fabricated) and loose wire box of all size shall be powder coated only.
5 All materials to be used on this work by the contractors shall be got approved from the
Engineer -in-charge before installation at site. Unapproved materials if brought to site
of work shall have to be removed immediately by contractor at his cost and risk.
6 The work shall be carried out according to approved drawing and as per instruction of
Engineer-in-charge. However the department reserve the right to change the layout as
per requirement at site and the contractor shall not have any claim due to change in
layout.
7 Rectification of damage done to the building during the execution of electrical works
shall be responsibility of the electrical contractor & same will be made good
immediately at his own cost to the satisfaction of the Engineer -in- charge. Any
expenditure incurred by the department in this connection shall be recovered from the
contractor & decision of the Engineer-in-charge about recovery shall be final.
8 Bad workmanship will not be accepted & defects shall be rectified at Contractors cost
to the satisfaction of Engineer-in-charge. Progress of electrical works is to be co-
ordinate in accordance with other works and no claim for idle labour will be entertained
by the department.
9 All the debris of electrical work should be removed and the site should be cleared by
the contractors immediately after the occurring of debris. Similarly any rejected
materials should be immediately cleared off from the site by the contractor.
10 Issue of materials to the contractor where ever stipulated shall be according to the
requirement of the site from time to time depending upon the progress of work.
Nothing extra will be paid against transportation.
11 The contractor will have to give the following tests at his cost and intimate test results
before final bills are paid. Nothing extra will be paid to him on this account.
(a) Earth resistance test.
(b) Polarity test.
SDE(EP) Page80 EE(E-P)
(c) Insulation test.
(d) Earth continuity test
(e) Dielectric strength test of transformer oil before commissioning
(f) Ratio test of transformer
12 The contractor or the authorized representative is bound to sign the site order book as
& when required by the Engineer-in-charge and to comply with the remarks therein.
13 No T&P will be issued by the department.
14 No Form-D, Road permit shall be issued by the department. The road permit shall be
arranged at their own cost by the tenderer.
15 The entire installation shall be at the risk & responsibility of the contractor untill these
are tested handed over to the department. However if there is any delay in utilization
from the department side, the installation may be taken over in parts but the decision
on the same shall rest with Engineer-in-charge which shall be binding on the
contractor.
16 Acceptable make of the materials shall be as per product diary approved on the date
of NIT.
17 The contractor shall have to obtain prior approval from Engineer-in-charge before
placing order of any specific materials. The Engineer -in-charge may approve any of
the makes approved by BSNL.
18 The tenderer must obtain himself at his own expense all the information necessary for
the purpose of tendering Contractor should inspect the site and aquaint himself with all
the local conditions, means of access to work and nature of work etc. No claims shall
be entertained on these accounts.
19 The contractor shall not sublet the work or part thereof. However, services of
specialized agencies for specific work can be obtained.
20 The contractor shall submit the completion plan within 30 days of the completion of
work.
21 While making the end connections of wires, no strand shall be cut and the termination
of wire shall be done with necessary lugs and ferrules without any extra payment.
22 Lugs should be provided while terminating of 6 SWG G.I. wires for earth continuity
without any extra payment.
23 Wherever electrical termination, connections are made between dissimilar metals like
copper and aluminum suitable size bimetal strips, washer shall be used.
24 The final completion plans, general arrangement drawings and wiring diagram shall be
SDE(EP) Page81 EE(E-P)
supplied in triplicate before commissioning the installation.
25 Wherever electrical termination, connections are made between dissimilar metals like
copper and aluminum suitable size bimetal strips, washer shall be used.
26 The contractor with co-ordination with BSPHCL will arrange shutdown for HT line at
his own risks & for this nothing extra will be paid.
27 Any damage done to the building by the contractor during the execution of work shall
have to be made good at his cost and risk. If he does not do it himself within a
reasonable time as determine by the Executive Engineer (E) then the same will be got
at his cost departmentally after giving notice to him.
SPECIAL TERMS & CONDITION
1 Earnest Money
1.1 Value :-The amount of earnest money to be deposited with each tender is 2% of the estimated
cost put to the tender subject to a maximum of Rs. 2 cores. Earnest money will be acceptable
in the form of FDR/DD.
1.2 Validity Period :-The offer shall be valid for 90 days from the date of opening of financial bid.
The validity period of the Earnest Money Deposit is kept 15 days beyond the tender validity e.g.
90 +30 = 120 days.
1.3 Extension of Validity :-In case, where the letter of award of work cannot be placed within the
validity period of the tender, the BSNL shall request all tenderer 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 15 days beyond the extended validity date of
tender shall also be asked for.
1.4 Release of Earnest Money Deposit :- Earnest Money deposit of all unsuccessful tenderer shall
be released on issue of award letter to the successful tenderer within one week of issue of
award letter. In case of successful tenderer, the Earnest Money deposit shall be released on
submission of performance bank guarantee.
2 Eligibility :- As mentioned in NIT
3 Security Deposit :-
3.1 Sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the
contractor till the sum along with the sum already deposited as earnest money.
3.2 S.D. shall be refunded after one year of successful commissioning of installation & electric
connection.
SDE(EP) Page82 EE(E-P)
3.3 If any defect observed during guarantee period is not attended by the contractor, within the
stipulated time, then it will be got attended at his risk & cost.
4 Damage due to negligence: Any loss / damage suffered by the plant or the allied equipment’s/
controls due to negligence of the firm during work shall have to be made good to the entire
satisfaction of the Engineer-in-charge.
5 Progress of work: The firm shall produce on demand the log sheet etc to the Engineer-in-
charge for status of the work.
6 Safety precaution and other site precautions: - The firm shall adhere to, while executing the
contract, the relevant safety rules of the Government of India. Any accident or damage during
work will be the responsibility of the agency and BSNL will not entertain any claim,
compensation, penalty etc. on this account or on account of non observance of any other
requirement of law relevant to this work.
7 Removal of workmen: The firm shall on the request of the Engineer-in-charge, forthwith
remove from the works any person employed thereon by him who in the opinion of the B.S.N.L
/Engineer-in-charge, misconducts himself or misbehaves or has doubtful character. Such
person shall not be employed again on the works.
8 Labour laws: - All the provisions of the letter no. BSNL / Admn.I / 29-5/2007 (Pt.) Dated the 5th
November 2008 , Ltr No. BSNL / Admn.I/20-2/2010 Dated 6th May 2010 & up-to-date labour
laws should be followed by the agency. The agency should provide documentary proof /receipt
of labour showing amount paid, EPF Contribution, ESI documents etc. on monthly basis to
concerned field units.
9 Force majeure: Both the Department and firm shall not be considered in default in the
performance of their obligation under agreement, if any, so long such performance is
prevented or delayed because of natural calamities such as war hostilities, earth quake, civil
commotion or a result of force majeure or because of any law and order, because of any act of
God or any cause beyond the reach/ control of the party affected.
10 Arbitration: Except where otherwise provided in the contract all disputes relating to the
meaning of the specification, design, drawing and instruction or as to the quality or
workmanship or materials used in the work or arising out of them or/ and conditions of the
contract during the progress of the work or after completion or abandonment thereof shall be
referred to the sole arbitrator by the C.E. (Electrical) BSNL as per the clauses of contract.
11 Deduction towards taxes: 2% of the payment due to the firm or as applicable shall be
deducted at the time of payment towards the income tax payable by them and shall be remitted
to the Income Tax Department and certificate to this effect will be issued to the firm on each
occasion of payment.
12 Agreement: The firm has to enter into the agreement on acceptance of his tender within 07
days of issue of letter of approval to them, failing which earnest money will be forfeited.
13 Taxes: The firm shall include all taxes and duties as applicable on date except GST. If any new
tax is levied, by the Government on contracts after opening of tender the same shall be
reimbursed by the B.S.N.L on production of proof of payment. No any concessional form shall
be issued by BSNL.
SDE(EP) Page83 EE(E-P)
15 GST : - Contractor shall submit invoice (Bill) duly segregating the amount of work executed
excluding GSTamount & GST amount along with Invoice no (bill no.) and all other details
required under GST act. The Service receiver (BSNL) shall pay to contractor Gross amount of
work executed i,e including GST duly deducting all other leviable taxes like I/Tax etc as
applicable. The Contractor, as a service provider, shall be liable to pay GST amount to
respective authority himself where as the service receiver (BSNL) shall deposit all other taxes
deducted to concerned authority. Percentage rate of GST for various type of goods / Services
as finalized by GST council can be obtained from the website www.cbec.gov.in.
16 STANDING ORDER NO. 258 :-(i) Tendered rates are inclusive of taxes and levies payable
under the respective statutes. However pursuant to the Constitution (Forty Sixty amendment )
Act 1982, if any further tax or levy is imposed by , after the date of receipt of tenders and the
contractor(s) thereupon necessarily and properly pays taxes or levies the contractor(s) shall be
reimbursed the amount so paid provided such payment if any is not in the opinion of S.E.(E)
whose decision shall be final and binding) attributable to delay in execution of work within the
control of the contractor(s).
(ii) The contractor(s) shall keep necessary books of accounts and other documents for the
purpose of this condition as may be necessary and shall allow inspection of the same by a duly
authorized representative of Government and shall furnish such other information /documents
as the Engineer-in-Charge may require.
(iii) The contractor(s) shall within a period of 30 days of imposition of any further tax or levy
pursuant to the constitution (Forty Sixty amendment) Act 1982 give a written notice thereof to
the Engineer-in-Charge that the same is given pursuant to this condition together with all
necessary information relating thereto. 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.
17 Compensation for delay: If the contractor fails to maintain the required services within the
contract period or extended date of the contract period, he has to pay the compensation for
delay which is limited to 1% per week of proportionate value of work order and thereafter
subject to a maximum of 12% of proportionate value of the work order for the exchange where
the work is delayed and the firm is found responsible for the same.
18 Extension of Time :- If the contractor shall desire an extension of time for completion of work
on the grounds of his having been unavoidably hindered in its execution or on any other
ground, he shall apply in writing to the Engineer-in-charge within 30 days of the hindrance on
the account on which he desired such extension as aforesaid, and the Engineer-in-charge
shall, if in his opinion reasonable grounds to be shown therefore, authorize such provisional
extension of time, if any, as in his opinion be necessary or proper.
19 Increase / Decrease of Tendered Quantity :-
(a) BSNL will have the right to increase or decrease up to 25% of the contract value depending
upon the requirement of goods and services specified in the schedule of items without any
change in the unit price or other terms and conditions at the time of award of contract.
(b) In exceptional situation where the requirement is of an emergent nature and it is necessary
to ensure continued supplies from the existing venders, the purchaser reserves the right to
place repeat order up to 50% of the quantities of goods and services contained in the running
tender /contract within a period of twelve months from date of award of work at the same rate
or a rate negotiated (downwardly) with the existing venders considering the reasonability of
SDE(EP) Page84 EE(E-P)
rates based on prevailing market conditions and the impact of reduction in duties and taxes
etc.
20 Loading, unloading, transportation, insurance etc shall be included in their offer.
21 All the material will be under the charge of contractor till it is completed and handed over. No
materials will be removed from site without written permission of Engineer in charge.
22 (a) Termination of contract on death of contractor
Without prejudice of any of the rights or remedies under this contract , if the contractor dies, the
Engineer in-charge on behalf of the BSNL shall have the option of terminating the contract
without compensation to the contractor.
(b) Indulging of contractor in criminal / Antisocial activities and cases under
investigation / charge sheeted by CBI or any other Government agencies etc.
If the CBI / Independent External monitor (IEM) / Income Tax / Sales Tax / Central Excise /
Custom Departments recommends such a course- Action will be taken as per the direction of
CBI or concerned department.
(I) SPECIFICATION FOR TRANSFORMER
GENERAL DATA
1. No of transformer required. 1 No.
2. Single or poly phase. Poly phase.
3. No. of phases of system. 3 phases.
4. Frequency. 50 Hz.
5. Double wound or autotransformer Double wound.
6. Winding material Aluminium
7. Dry type or oil immersed type Oil immersed type
8. Type of cooling. ON'
9. Rated KVA. 25
SDE(EP) Page85 EE(E-P)
10. Rated voltage. H.V. side 11000 volts
11. M.V. side 433 volts.
12. Vector group. Dyn-11.
13. Neutral side for Earthing. Neutral to be brought out separately on M.V.
SPECIAL:- (Subject to tolerance as per IS 2026 and corresponding to reference temperature of 75 degree
centigrade).
1. No load losses (not more than)
2. Full load losses (not more than)
3. Impedance% (not more than)
CONSTRUCTION DATA:
1. Type of installation Out door
2. Terminal details 3 Nos. of HT bushing with lugs and 4 Nos. of LT bushing shall
be provided. Each bushing (HV & LV) should be provided with
3 Nos. of brass nuts and 2 plain brass
washers.
3. Extra fittings required Rating and Diagram plate, Lifting lugs, Conservator with Oil
filling hole and drain plug, Explosion vent, Thermometer
socket, 2 nos Earthing terminals, Silica Gel Breather, Plain oil
level indicator, Platform mounting channel, Additional neutral
bushing for Earthing,
4. OTHER DETAILS.
(a) Oil The transformer shall include first filling of oil
(b) Temperature rise. Temperature rise as per para 8.1.1 of IS: 2026/77.
© General The H.V. side of the transformer shall have winding suitable
for 11KV. The transformer shall be suitable for continuous run
and for all types of loads with high efficiency. The transformer
shall confirm to IS: 2026/77 & specification of SEDCL as
amended up to date.
5. All Routine & other tests prescribed by Supply Company & relevant IS shall be carried out at the
manufacturers works before dispatch of the transformer. The test certificate shall be furnished to
the department.
SDE(EP) Page86 EE(E-P)
6. Performance Guarantee:-For all transformers, supplied against this contract the guarantee period
shall be of 18 months from the date of receipt at consignee s Stores Center or 12 months from the
date of commissioning, whichever is earlier. However, any engineering error, omission, wrong
provisions, etc., which do not have any effect on the time period,
shall be attended to as and when observed/pointed out without any price implication.
II SPECIFICATION FOR OVERHEAD LINE WORK
MATERIALS AND CONSTRUCTION
Cross arms: -
1 (a) The cross arms for overhead lines shall be made either of MS angle iron 65mm x 65mm x 6mm
thick for 11 KV lines, or of MS channel iron of size not less than 75mm x 40mm x 4.8mm thick, (for
11KV lines) as specified. The channel iron cross arms may be straight or V-cross arms for 11KV, as
specified.
(b) The cross arms for overhead lines for 22 KV/33KV shall be fabricated either from 75mm x 40mm,
or from 100mm x 50mm channel iron, as specified, fabricated as V-cross arms.
2 A minimum distance of 10 cm for HV lines shall be left from the center of the extreme insulator pin
hole to the end of he cross arm.
3 Unless otherwise specified, a triangular configuration shall be adopted for HV overhead lines. Where
specified, the cross arm supporting the lower two conductors over pin insulators shall be provided
with 50mm x 50mm x 6mm thick, angle iron bracket duly welded to it so that the cross arms are
double clamped to the poles for rigidity.
4 The cross arms shall be complete with pole clamps made of MS flat of size not less than 50mm x
6mm with necessary volts, nuts and washers.
Pole top bracket: -
The pole top bracket for supporting a single pin type insulator shall be made of flat iron 50mm x
8mm as shown in figure
Stay sets: -
Locations and number:-Stays shall be provided on to the poles at locations where a pull from the
conductors on one erection is likely to be experienced such as terminal poles, or at the deviation
point(s) of the line from straight run etc.
Insulators & Insulator fittings
Insulators –General
Porcelain insulators shall confirm to IS: 1445 –1977 for the lines below 1000 V and to IS: 731-1971
for lines with voltage greater than 1000 V.
SDE(EP) Page87 EE(E-P)
The insulators shall be vitreous throughout and non-absorbent. The exposed surface shall be glazed
These shall have adequate mechanical strength, high degree of resistance to electrical puncture and
to climate and atmospheric attack.
Types of Insulators -
Pin / Disc type insulators for HV overhead lines
Insulator fittings
The insulator fittings shall comply with IS: 2486 (Part –1)-1971 and IS:2486 (part 2) –1989 for 11KV
and 33KV insulators.
Pin insulator fittings.
The pins suitable for 11 KV pin insulators shall have stalk length of 165 mm and shank length of 150
mm & minimum ailing load of 5 KN
The pins shall be of single piece MS without joints, obtained by the process of forging.
The pins, nuts and washers, shall be galvanized.
The threads of nuts and tapped holes shall be cut before galvanizing and shall be well oiled and
greased.
Disc insulator fittings.
The insulator fittings for disc insulators shall be either of ball and socket type or clevis and tongue
type depending upon the type of disc insulators specified in the tender documents.
Conductors:-
Types of conductors:-The conductors shall be any of the following types as specified. Aluminum
conductors galvanized steel reinforced, conforming to IS: 398 (Part-2) –1976.
Choice of conductors.
The physical and electrical properties of different conductors shall be in accordance with relevant
Indian Standards.
All conductors shall have a breaking strength of not less than 350 Kg.
The size of conductors for a line shall be selected considering the power to be transmitted, length of
line, line voltage, permissible voltage regulation etc. The size(s) shall be specified in contract.
Binding material: -
Binding of conductors with the insulators shall be done with 2.6mm (12SWG) soft aluminum
conductors.
SDE(EP) Page88 EE(E-P)
Guard wire: -
It shall be in accordance with Rule 88 of the Indian Electricity Rules.
It shall also be sufficient current carrying capacity to ensure rendering the line deed without the risk
of fusing the guard wire or wires, till the contact of the line wire has been removed.
Protective guarding of overhead lines shall comply with the requirements of Rule 88 of the Indian
Electricity Rules.
Earth wire: -
The size of the continuous earth wire shall not be less than 4mm (SWG) GI.
Lightning arresters: -
These shall conform to IS: 3070 (Part-1) –1985.The lightning arrester system shall conform to Rule
92 of the Indian Electricity
Rules.
Types of lightning arresters.
Non-linear Resister Type Lightning Arrester.
(a) This type of arrester shall be used in an effectively earthed system with a nominal line voltage of
11KV/22KV/33KV.
(b) The rated voltage of the lightning arresters suitable for 33KV lines shall be 30KV (RMS) with
nominal discharge current rating of 10KA (Station Class) in lines.
(c) The rated voltage of lightning arresters suitable for 11KV lines shall be 9KV (RMS) with a nominal
discharge current rating of 5KA.
(d) The system shall be effectively earthed (Co-efficient of earth not exceeding 80 percent as per IS:
4004-1985) with the neutrals of all the transformers directly earthed.
Paint:-
(a) Only paints of approved make and shade conforming to relevant Indian Standards shall be used.
These shall be in original containers of the manufacturers
(b) Primer coats shall be with red oxide paint.
LINE LAYOUT: -
(i) General
(a) The route of LV/MV overhead lines shall generally follow the layout of roads except in particular
stretches specified. However, HV line can be routed through cross-country also, especially in remote
locations.
SDE(EP) Page89 EE(E-P)
(b) As far as possible, the present & future requirement of other agencies & utility services affected
shall be considered, both for the line and for stays/struts.
(c) The route shall be so chosen to avoid use of struts & continuous curve in the overhead line as far
as possible.
(ii) Way leave
Way leave for the proposed route of overhead line shall be arranged by the contractor from
Department or from the appropriate authorities, such as State Public Works, Drainage, Public Health
and Water Works/ Municipal authorities. Telephone and Telegraph, Gas Works, Railways, Director
General of Civil Aviation, other Undertakings, owners of properties etc. as may be required.
(iii) Cutting of trees etc.
Where the route of overhead lines involves a need to cut branches of trees or clearing of other
obstructions that may come in the way of the overhead lines, this may only be done with the prior
approval of the statuary body and with the permission of the owners concerned.
(iv) Spacing of Poles: -
Spans of overhead lines shall be checked considering the following: Requirements of Rule 85 of the
India Electricity Rules shall be complied with.
Clearances
(i) The spacing of conductors depends on their disposition and is determined by the line voltages,
sag, span, swing amplitude and type of structure. It shall comply with the requirements given below.
(ii) HV LINES
11KV Lines: - The conductors shall be erected in such a way that they form an equilateral triangular
pattern of side of 1-meter minimum.
33KV Lines :- The conductor shall be erected in such a way that, they form an equilateral triangular
pattern of side of 1.5-meter minimum.
The minimum factor of safety for conductors shall be based on their ultimate tensile strength of
wires.
(iii) The minimum clearances of the lowest conductor above ground level across a street, along a
street and elsewhere for different voltage systems shall be in accordance with Rule 77 of the Indian
Electricity Rules.
(iv) The minimum clearance of overhead lines and service lines for different voltage systems from
buildings shall be in accordance with Rules 79 and 80 of the Indian Electricity Rules.
(v) When conductors of different voltages are erected on the same support, Rule 81 of the Indian
Electricity Rules shall be complied with. The clearance in case of 11KV lines shall be not less than 1
SDE(EP) Page90 EE(E-P)
meter.
(vi) A clearance of not less than the height of the tallest support may be maintained between
parallel overhead lines on different supports.
(vii) When two overhead lines cross, the crossing shall be made at right angles as far as possible. The
vertical clearance between LV/MV lines and 11KV lines shall not be less than 1.25m. The clearance
between LV/MV lines and 22KV/33KV lines shall not be less than 2m.
(viii) The minimum clearance between guard wire and LV/MV line shall be 10cm and between guard
wire and 11KV/33KV line shall be 30cm.
(ix) Rules 86 and 87 of the Indian Electricity Rules shall be followed for clearance between power
and telecommunication lines and shall not be less than 1.5m for lines up to 11 KV, and 2m for lines
above 11KV and up to 33KV.
(x) Crossing of Railway lines shall be done as per Specifications for crossings and in consultation with
the Railway authorities.
EXCAVATION FOR FOUNDATION: -
(i) General
(a) The location of supports stays & struts shall be pegged accurately before the excavation work is
taken up.
(b) Care shall be taken to see that minimum amount of soil is distributed so as to take advantage of
the bearing capacity of the virgin ground.
(c) Pits shall not be left unfilled for unduly long periods so as to avoid accidents. While being kept
open, protective measures such as suitable caution signs, caution light, barricading etc as necessary
should be provided near the pits to warn pedestrians / vehicular traffic, till such time the pit is back
filled & surface leveled.
(d) The pit for support/stay/strut shall be filled up concreted only in the presence of Engineer In
Charge.
(v) When conductors of different voltages are erected on the same support, Rule 81 of the Indian
Electricity Rules shall be complied with. The clearance in case of 11KV lines shall be not less than 1
meter.
(ii) Excavation for supports
(a) The depth of pit shall be such that normally 1/6th of the length of the pole is buried in the
ground. The size of pit shall be suitable for the foundation of the supports.
(b) The pit should be excavated in direction of the line.
(iii) Excavation for Stays
SDE(EP) Page91 EE(E-P)
(a) The position of pit normally be such that the stay makes an angle of 30-60 degrees with the
support (Higher angle is preferred)
(b) The depth of pits shall be such that normally a length of 45 cm of stay rod shall project above the
ground level. The size of the pit shall be suitable for the foundation of stay.
(iv) Excavation for Struts
(a) The pit for struts shall be located at a distance of not less than 1.8m from the pole.
(b) The depth of pit shall be such that at least 1.2m of the strut is buried in the ground and the size
of the pit shall be suitable for the foundation of the struts.
ERECTION: -
(i) Erection of supports
(a) The supports shall be correctly aligned before concreting or the back filling of the pit, as the case
may be.
(b) Steel tubular/ steel rail/ other steel poles shall be fixed in cement concrete foundation with not
less than 20cm thick layer of the cement concrete all round the support, the foundation being
continued up to 15cm above ground level.
(c) After concreting the excavated earth shall be back filled & well consolidated in layers of 20 cm.
(d) Watering of concreted foundation above ground level & curing for at least two weeks shall be
done by using moist gunny bags etc before loading the pole.
(ii) Erection of stay sets & struts
(a) The straight stay rod with anchor plate shall be embedded in cement concrete 1:3:6 (1 cement, 3
coarse sand, 6 graded stone aggregate of 40 mm nominal size) not less than 0.28 cu Mtr. in content
in such a way that the top of the concrete block is well below the ground level to prevent up routing
of the stay rod.
(b) Alternatively the bend stay rod shall be embedded vertically in cement concrete of 1:3:6:
foundation 42 cm x 42 cm in section, the anchor plate laying over 15 cm thick cement concrete. The
bend in the stay rod shall be such that stay wire & the bend portion of the stay rod are in correct
alignment. Care must be taken to avoid sharp bend or danger to galvanization.
(c) After the concrete has set, back filling shall be done with excavated earth and ramming in layers
of 20 cm using water as required.
(d) The top surface of concrete around the stay rod shall be cured by means of moist gunny bags etc
for at least 2 weeks before loading the stays.
(iii) Erection of Line Materials-:
(a) Cross arms
SDE(EP) Page92 EE(E-P)
Cross arms shall be clamped to the support properly, taking into consideration the orientation of the
lines.
(b) Erection of insulators
(i) Pin insulators and shackle/disc insulators shall be erected on cross arms where so directed by the
Engineer-in-charge, pin insulators may be provided above in addition to disc/shackle insulators over
the cross arm, so that the line conductors are properly routed with adequate clearances.
(ii) Care shall be taken that insulators are not damaged during handling and erection. Damaged
insulators shall not be used for any reason.
(c) Stringing of conductors
(i) When the work is being carried out adjacent to and/or for connecting to an existing system in
operation, adequate safety precautions for isolation, discharging, earthing etc. shall be taken on the
existing line to ensure that the lines do not inadvertently get charged from live supply. Where
Permit to Work system is in vogue, the prescribed safety procedure shall be complied with.
(ii) Care shall be taken to see that there are no kinks in the conductors.
(iii) Joints if any in conductors shall be staggered. Mid span joints in conductors shall however be
generally avoided.
(d) Binding of conductors
(i) The binding of conductors to insulators shall be sufficiently firm and tight to ensure that no
intermittent contacts develop.
(ii) The ends of the binding wire shall be twisted in a closely spaced spiral around the conductor is
ensure good electrical contact and to strengthen the conductor.
(e) Jumpers
(i) Jumpers shall be neat and as far as possible symmetrical to the run of conductors. These shall be
so made as to prevent occurrence of fault due to wind or birds.
(ii) Where necessary, the jumpers shall be with insulated conductors or taken on intermediate pin
insulators as specified. For HV lines, the jumpers should be so arranged that there is a minimum
clearance of 30cm under maximum deflection condition due to wind between the live jumper and
other metallic parts. Erection of intermediate pin insulators may be necessary for fixing these
jumpers.
(iii) Jumpers used shall normally be of the same material as the line conductor and they shall be of
adequate current carrying capacity. If the material of the jumper wire is different from that of the
line conductor, suitable bimetallic clamps should be used. If copper to aluminum bimetallic clamps
are to be used. It should be ensured that the aluminum conductor is situated above the copper
conductor so that no copper contaminated water comes in contact with aluminum.
SDE(EP) Page93 EE(E-P)
(f) Earth wire
(i) Where a continuous carpet guard wire is provided, the same shall serve the purpose of
continuous earth wire run mentioned above.
(g) Erection of guard
(i) A guard shall be provided at all road crossings of overhead lines, crossings with other lines and
between HV and LV/MV lines carried on the same support.
(ii) The guard wires shall be bonded to the earth wire.
(iii) Reel insulator shall be used to bind the cage guard to the neutral.
(iv) The guard wire shall always run not less than 30cm beyond the outer most bare conductor of the
configuration in the case of 11KV/ 33KV lines, and 10cm in the case of LV/MV lines.
(v) Junctions, end terminal locations, and all special structures may be selected for connecting to
earth.
(iv) Safety and protective devices
(a) Danger board:-All supports carrying HV lines shall be fitted with danger plate conforming to IS:
2551-1982 at a height of 3m from ground and it shall indicate the voltage of the line.
(b) Anti climbing devices:- Necessary arrangement for preventing unauthorized persons from
ascending any of the supports carrying HV lines without the aid of a ladder or special appliances
shall be made. Unless otherwise specified, barbed wire conforming to IS: 278-1978 having 4 point
barbs, spaced 75mm ± 12mm apart and weighing 108/125gm/m, shall be wrapped helically with a
pitch of 75mm around the limb of the supports and tied firmly commencing from a height of 3.5m
and up to a height of 5m or 6m as directed by the Engineer-in-Charge.
(v) Lightning arresters
(a) Non-linear resister type lightning arrester
Non-linear resistor type lightning arrester suitable for HV lines shall be installed, on unit per phase,
at the terminals, transformer stations etc. as specified.
These devices shall be connected ahead of fuses, if any, provided.
(b) Earthing for lightning arresters
An independent earth electrode shall be provided for lightning arresters.
The earth lead from the earth electrodes to the lightning arresters shall be continuous and where
specified, it shall be insulated throughout above the earth surface by an alkathene pipe.
(v) Cross Bracings
SDE(EP) Page94 EE(E-P)
(a) A set of cross bracings fabricated out of 50mm x 50mm x 6mm angle iron for 11KV lines and out
of 65mm x 65mm x 6mm for 33KV lines shall be provided for each double pole structure.
(b) Three such sets of cross bracings shall be provided for each triple pole structure.
(c) Four sets of such cross bracings shall be provided for each four-pole structure.
(d) The horizontal members of the bracings shall be fixed to the poles by means of clamps fabricated
out of 50mm x6mm flat iron. The inclined members of the cross bracings shall be fixed to the
horizontal members by suitable bolts and nuts, after pressing together by forging the two sides of
the angle iron at either end of the inclined members.
(e) The cross bracings shall be so fixed as to form a rectangle of minimum size 1.4m width x 2.5m
height in case of 11KV lines and of 2.4m width x 2.8m height in case of 33KV lines.
(f) The cross bracings shall be fixed more or less in the middle of the structure.
(g) If cradle guard is proposed below the 11 KV line, additional Z clamps should be provided from the
ends of cross arm, with horizontal Conductors of 30cm from the outer conductors.
(vi) TESTING OF OVER HEAD LINE
(a) Before connecting the services to transformer, equipment etc pressure test of appropriate
standard shall be carried out on the line as directed by the Engineer In Charge.
(b) Before charging the MV lines, the same shall be tested with a 500 volt Megger for Insulation
Resistance. Similar testing shall be done for 11 KV lines with 2500 volt Megger & for 33 KV lines with
a 5000-volt Megger.
(c) Where pressure test is not done on M V line, It shall be tested with 2500/5000 volt Megger for
insulation before charging.
(d) All earth set associated with the work shall be tested & test results should be submitted.
(e) All test results like transformer oil test , insulation test & earth resistance test etc. shall be
recorded and submitted to the Engineer In Charge.
(vii) COMMISSIONING
(a) The distribution lines shall be charged only if the pressure / megger test & earth test results are
satisfactory.
(b) The line shall be commissioned in the presence of the Engineer In Charge.
III SPECIFICATION FOR 11KV AIR BREAK SWITCH
1.0 SCOPE:
The specification covers the design, manufacture & testing at works and supply of air-break isolators
SDE(EP) Page95 EE(E-P)
suitable for 11KV system voltage.
2.0 SYSTEM VOLTAGES:
The system on which the isolators will be installed will be: i) 11KV, 3Phase, 50 Hz plus or minus 3%
with solidly earthed neutral system.
3.0 APPLICABLE STANDARD:
Unless otherwise stipulated in this specification, the AB switches shall confirm to IS 9921 (Pt. I to IV)
or its latest amendments.
In case of difference, if any, between this specifications and the IS 9921, the provisions of this
specification will hold good.
4.0 Current carrying capacity:
(i) The continuous current carrying capacity for the different system voltages shall be as under:
System voltage-11 KV Current carrying capacity-400 Amp
(ii) Rated short time current for 1 sec shall be 16kA.
(iii) The value of peak current that the switch can withstand in the closed position shall be 40kA
(iv) The rated mainly active load breaking capacity shall be 10A
(v) The rated transformer off-load breaking capacity shall be 6.3 A (rms)
(vi) The rated line charging breaking capacity shall be 2.5A (rms)
(vii) The rated cable charging breaking capacity shall be 10A (rms)
5.0 NUMBER OF POSTS:
(i) Number of posts per phase for different system voltages shall be as under:
Type A AB switches (ISOLATOR)
1) 11KV three posts per phase. Each post having single insulator unit.
6.0 GENERAL REQUIREMENTS:
i) The A.B. switch shall be of outdoor type. They shall be of triple pole; gang operated type and shall
be suitable for horizontal or vertical installation. The A.B. should be with arcing horns. The sizes of
rod used for arcing horns would be 8mm, MS hot dip galvanized. The current carrying conductor
should be of two-bolt type having nuts and bolts with spring washers & plain washers. Connectors
shall be of tinned copper. All ferrous parts shall be hot dip galvanized and copper parts heavily
tinned.
All current carrying parts should have current density not less than 1.6 Amps/sq. mm. wherever not
SDE(EP) Page96 EE(E-P)
specified and the minimum cross section for fixed contact shall be 300 sq. mm. In case of flexible
copper breaded tape, the weight of tape shall not be less than 475gms/phase. All joints in current
carrying path shall be of two-bolt type. Each joint shall be provided with one plain & one spring
washer of not less than 2mm thickness.
ii) POST INSULATORS:-Design & manufacture of post insulator should be such as to avoid stress
concentration due to direct engagement of the porcelain with the metal fittings and retention of
water in the recesses of metal fittings.
The post insulator unit shall be assembled in suitable jig, to ensure the correct positioning of the top
& bottom metal fitting relative to one another. The faces of metal fittings shall be parallel & at right
angle to the axis of insulator & corresponding holes on top and bottom metal fittings shall lie in a
vertical plane containing the axis of the insulator. The cap & the pedestal must not become loose.
The pedestal should be of malleable cast iron & cap should be of malleable cast iron or aluminum.
The vertical alignment of post insulator must not vary after operations.
The M.C.I./Al Cap, the insulator and M.C.I. pedestal of post insulators shall bear the markings of
original manufacturers like JSI, HTIF, BHEL, WST, SIL, etc and their monograms. Type A AB switches
(ISOLATOR). Each post insulator shall have minimum creep age of 320mm & should confirm to the
requirements of IS 2544 of 1973.
iii) The fixed and movable contacts material shall be electrolytic hard drawn copper heavily tinned.
The contact shall be of high pressure & self-aligning type with positive action & min. contact
pressure shall be ¼ lb per Amp of current carrying capacity.
7.0 MECHANICAL STRENGTH: -
A.B Switches shall withstand rated mechanical terminal load and electromagnetic forces without
impairing their operational reliability or current carrying properties.
7.1 SECURING POSITIONS: -
Isolators inclusive of their operating mechanism should not come out of their open or closed
positions by gravity, wind pressure, vibrations or reasonable shocks. Isolators shall be capable of
resisting in closed position the dynamic and thermic effects of the maximum possible short circuit
current at the installation point and should not open under the influence of short circuit current.
7.2 NAME PLATE: -
a) Name of manufacturer.
b) Rated voltage-kV.
c) Rated normal current in Amps.
d) Rated one second short-time current in Amps.
e) Year & Month of Manufacture.
SDE(EP) Page97 EE(E-P)
Name of manufacturer should also be provided on the operating device.The nameplate should be
riveted to the base channel at the center of each pole and operating mechanism including parts.
Sticker may be used for parts of operating mechanism.
7.3 PHASE TO PHASE CLEARANCE: -
The phase-to-phase clearance shall be as under: -
System Voltage Phase to phase clearance
11 KV
75 cm
22 KV
122 cm
7.4 ISOLATION DISTANCE: -
The minimum distance between the fixed and the nearest part on the moving contact in the
completely open position should not be less than the following for different system voltage.
System Voltage Phase to phase clearance
11 KV
31 cm
22 KV
46 cm
The withstand level across the break shall be as specified under type test.
7.5 OPERATING MECHANISM: -
This should comprise of B class G.I. operating pipe of 32mm outer diameter and 6 meter length in
single piece without joint. The mechanism should give good mechanical leverage with minimum of
loose/ lost motion. There should be provision for pad locking in both on and off position.
IV SPECIFICATION FOR 11KV HORN GAP FUSES
1.0 SCOPE:
This specification covers the Design, manufacture testing at works and supply of Horn Gap Fuses of
11 KV, 22 KV & 33 KV voltage class.
2.0 MATERIALS:
The Horn Gap Fuse units shall be manufactured as per details given .The various components shall
conform to the following specifications:
a) M.S. Channel flat and round (Steel) conform to I.S.: 2062 amendment up to date (structural steel
standard quality having tensile strength of 42-54 Kg/sq. mm.)
SDE(EP) Page98 EE(E-P)
b) Bolt and Nuts: These shall conform to the following IS specifications:
IS: 1367 - 1980 (amended up to date)
IS: 4218 - 1976 (amended up to date)
IS: 1363 - 1984 (amended up to date)
c) For galvanizing, zinc conforming to Grade 98.50 of IS-209/1979 specification for zinc (Revised)
shall be used.
d) Arcing Horn and Connectors of one-piece Aluminum strip. Aluminum strips as per enclosed
drawing.
3.0 INSULATORS: (PIN)
The pin type insulators used for the Horn Gap Fuse Unit shall conform to IS: 731- 1971 (amended up
to date) in all respects with regard to mechanical and electrical requirements.
4.0 GENERAL REQUIREMENTS:
The Horn Gap Fuse sets are required for protection on 11, 22 and 33 KV systems. They will be
mounted outdoors on suitable structures. These sets will be exposed to atmospheric conditions and
therefore, shall be robust in construction.
5.0 WORKMANSHIP:
The casting shall be of good finish and free from flaws, blowholes and other defects. The edges of
the fittings shall be smoothly rounded.The M.S. flat, round etc. before any work is done on them,
shall be carefully leveled, straightened and bent or forged to the shape given in the drawing by
methods which will not injure the materials. No rough edges shall be permitted anywhere
throughout the work. Similar parts shall be uniform and interchangeable with each other. The
welding work wherever mentioned in the drawing shall be carried out properly and the same shall
not open under climatic conditions. Holes in channel shall be drilled or machine punched. All burrs
left by drilling or punch shall be completely removed. The Bolts and Nuts shall be well forged and
free from inequalities, flaws and other defects. The heads shall be solid and in very respect well
formed and shall not fail when the bolts are tested to fracture at their full section for Tensile Stress.
The washers shall be clearly cut off or punched and entirely free from cracks after punching.
6.0 GALVANIZING:
All ferrous parts (Bolts, Nuts, Washers, M.S. Flats, Clamps and M.S. round holding clamps etc. for the
insulator and Horn Gap Fuses) shall be hot dip galvanized. The galvanizing shall conform to IS:
2633/1972 (amended up to date) in all respect. After galvanizing, the surfaces shall be free from all
sharp edges and metal. The threading on nut and bolt shall be cut before galvanizing. The quality of
the galvanizing shall be determined by the tests given in IS: 2633 of 1972. Wherever the welding is
SDE(EP) Page99 EE(E-P)
done, the galvanizing shall be done after welding.
7.0 TESTS:
7.1 HORN GAP FUSES:
The supplier shall furnish detailed type test reports of the offered 11 KV/ 22 KV Horn Gap Fuses for
the tests. All the above type tests shall be carried out as per the procedures given in IS-9385/1980
(Part 2) amended up to date at laboratories which are accredited by the National Accreditation
Board of Testing and Calibration Laboratories (NABL) of Govt. of India . These tests should have
been carried out within five years prior to the date of opening of this tender.
7.2 PIN INSULATOR:
The supplier/tender will clearly and specifically indicate the name of manufacturer of the pin
insulator. The type test certificates issued by Laboratories Accredited to National Accreditation
Board for testing and calibration Laboratories (NABL) showing the results of the type tests carried
out on Pin insulators as per IS:731/1971 (amended up to date) will have to be submitted before
commencement of supply. In case the Pin insulators are type tested prior to five (5) years before the
date of opening of the tender at the laboratory enjoying the status of approval from National
Accreditation Board, for Testing and Calibration Laboratories, New Delhi (NABL), all the type tests as
per relevant standards shall be carried out by the successful tenderer in the presence of purchaser s
representative, on the unit selected and sealed by purchaser, without any extra cost, before
commencement of delivery, at NABL approved laboratory.
V SPECIFICATION FOR STAY WIRE
1.0 IS SPECIFICATION:
G.I. STAY WIRE:
Stay wire confirming to IS 2141/ 1979 or its latest version and having tensile strength 45 – 55 Kg/ sq.
mm. The wire should be heavily coated with zinc as per IS 4826/1979 by hot dip galvanization and of
sizes given below:
i) 7/ 4.0 mm
ii) 7/ 3.15 mm
SDE(EP) Page100 EE(E-P)
2.0 SPECIFIC TECHNICAL PARTICULARS:
Sl.No. Discription 7/ 3.15 mm 7/ 4.0 mm
1 Size of individual wire 3.15 mm 4 mm
2 No. of strands 7 7
3
Lay length 12 to 18 times strand
dia.
12 to 18 times strand
dia.
4 Tolerance of dia of individual wire (+/-)2.5% (+/-)2.5%
5 Minimum tensile strength of individual wire 4.5 Kg/ sq. mm 4.5 Kg/ sq. mm
6 Minimum breaking load of individual strand 350 Kg 565 Kg
7
Minimum breaking load of completed stay
wire 2331 Kg 3758 Kg
8
Specification to which the stay wire will
confirm IS 2141/ 1979 with latest version
9 Type of zinc coating Heavy coating
10 Method of coating Hot dip galvanizing
11 Specification for galvanizing IS 4826/ 1979 with latest version
12 Chemical composition Sulphur and phosphorus less than 0.06%
VI SPECIFICATION FOR G. I. BARBED WIRE
1.0 IS - SPECIFICATION:
G.I. BARBED WIRE:
G.I. barbed wire confirming to IS 278/ 1978 or its latest versions type 10WA with size and
dimensions as under:
i) Line wire - 2.5mm
ii) Point wire - 2.0mm
Distance between two barbs – 75mm (+ 12mm) and wire should be heavily coated by hot
SDE(EP) Page101 EE(E-P)
dip galvanized as per IS 4826/ 1979 with up to date amendments.
VII SPECIFICATIONS FOR LINE CONDUCTOR
1.0 A) Type: ACSR
Name Squirrel Weasel Rabbit Raccoon Dog Panther
Stranding 6+1/2.11 6+1/2.59 6+1/3.35 6+1/4.10 6/4.72+7/1.57 30+7/3
Overall dia (mm) 6.33 7.77 10.5 12.3 14.15 21
Approx. wt. (Kg/
Km) 85 128 214 320 394 974
Resistance at 20
degree Cent
(Ohm/Km) 1.368 0.908 0.5426 0.3622 0.2733 0.1363
Ultimate tensile
strength (Kg) 803 1167 1871 2774 3335 9409
Additional Specification
1. The work shall be carried out as per current department specifications for electricity works as amended time to time &
also as per Indian Electricity Rules as amended up at date.
2. A qualified supervisor shall supervise the work.
3. The layout of the work will be given by Engineer – in – charge or his duly authorized representative at site of work.
4. The power & light circuits wiring shall be done independently.
5. The earthing shall be done in presence of Engineer – in – charge or his duly authorized representative.
6. The sample of all the materials, fittings, accessories IC switch gears etc. shall be got approved from the Engineer – in –
charge before using the same on the work. The rejected materials shall be removed immediately from the site of work.
7. The contractor will have to give the following test results at his own cost & risk.
(a) Earthing Test,(b) Polarity Test,(c) Insulation Test (d) Earth continuity Test of the recessed conduit.
8. (i) All wiring diagrams shall be deemed to be drawings with in the meaning of the terms as used in clause –II of the
condition of contract. (ii) All wiring diagrams shall indicate clearly in plan, the main switchboard, The distribution fuse
SDE(EP) Page102 EE(E-P)
board the run of various main, sub main & the position of the points with their classification & controls, all circuits shall be
indicated & numbered in the wiring diagram and all points shall be given the same number as the circuits to which they
are electrically connected, Distribution board shall also be electrically indicate the circuits numbers controlled by them.
9. Extract from the specification for electrical work (Internal & External 2007) regarding completion plan.
1. Completion plan & completion certificate.
2. The work shall be carried out in accordance with the drawings enclosed with the lender & also in accordance
with the modification there to from time to time approved by the Engineer in-charge.
10. For all works costing more than 10,000/- completion certificate after completion of work as given in Appendix D shall be
submitted to Engineer In-Charge. Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following
along with three blue print copies of the same shall also be submitted.
1. General layout of overhead lines.
2. Location of each support stay, straight length of each span number of spans provided with guard earth number
of & each line conductor, joints in conductor size of earth continuity wire lighting protective devices
bracket/entry fuses etc.
3. For the cable work done if any layout of power cable size, number of cores & length.
4. Details of voltage & system of supply, height of support configuration spacing of average sag, total routs
length, scale of the drawing etc. in a tabular form.
5. Name of work, job number accepted tender referred, date of completion, name of division / sub – division
name of contractor.
6. In the case of works costing less than Rs. 10,000/- the completion plan shall be prepared by the department &
signed by the contractor before final payment is made.
7. Any damage to the building during the execution of the work shall have to be made good by the contractor at
his own cost & risk, if he does not do it himself within reasonable time determined by the Executive Engineer
(E), then the same will be got done at his cost, Departmentally after giving notice to his.
8. The cost of ceiling rose/connection included in light point/fan point, if not provide recovery shall made.
11. The runs of various circuits wiring at various places should be kept minimum by taking the short lest to the extent possible.
This has to be conduits are not laid there in.
12. In making connection if & IS switches, plug on other terminal stand of conductor lead shall be out to facilitate on entry of
contractor into a terminal such connections shall be made through contractor & by size of electrically equivalent copper
conductor suitable insulated for which extra amount shall be paid.
13. One Rupees per empty box for ceiling fans & fittings supplied by department will be recovered from the contractor
irrespective of the size of the box.
14. In case of any damage of the materials supplied by the Departmental free of the cost & recovery will be made from the
contractor at the stipulated against each item or market rate whichever is higher.
15. If any conduit is laid before the award of this work the recovery for the same will be made from the contractor at the SR-
2007 plus than abatement of Sub head-I of this tender.
16. Before laying of conduit pipes of wiring one coat each of red oxide and the white enameled paint shall be given to the
pipes. After laying the conduits in surface/one coat of enameled paint matching with the surrounding shall be given by the
contactor.
17. The switch plate to be provided shall be with hylum sheet matching with the surrounding wall of bldg.
18. After wiring the sleeves shall be inserted in wires for indicating the phase neutral and earth following the column coded
RED-BLACK and Green respectively.
19. The following makes of metal clad switches with rewire able fuses metal clad switches with HRC fuses. The contractor the
category number for respective item as mentioned in the schedule should use TPDS with HRC as selected category.
======= X =======
SDE(EP) Page103 EE(E-P)
LIST OF APPROVED MAKES- BSNL ELECTRICAL WING
SL no. ITEM MAKES
1 HV Switchgear
(Vacuum Circuit Breaker/SF6 )
Biecco Lawrie / Crompton / Kirloskar /
MEI / Jyoti Ltd
2 Transformer (Oil filled
/ Dry type)
ABB / Schneider Electric /Andrew Yule /
Bharat Bijlee / Crompton / EMCO /
Kirloskar / Siemens/ Approved by Bihar Electricity
board/SBPCL/NBPCL
a) Above 400 KVA
b) Up to 400 KVA In addition to above makes,
Uttam/Automatic Electric
Gear(AEG)/Patson/Rajasthan
Transformer and Switchgear
6 Air Circuit Breaker L&T/ Schneider Electric / Siemens Approved by Bihar Electricity
board/SBPCL/NBPCL
7 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens Approved by Bihar Electricity
board/SBPCL/NBPCL
8 SDF units L&T/ Schneider Electric / Siemens/
HPL/Havells
9 Power Contactors L&T/ Schneider Electric / Siemens/
Lakshmi(LECS)
10 Change Over Switch HPL / Havells / H-H Elcon
11 Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric
/ Neptune Ducati/Syntron/ABB
12 Bus Bar Trucking/ Moeller/L&T/Schneider
SDE(EP) Page104 EE(E-P)
Sandwiched Bus Duct Electric/ABB/Legrand/Zeta
13 Power Capacitors
(MPP/APP)
L&T/EPCOS(Siemens)/ABB/Crompton/
Schneider Electric/Neptune Ducati
14 Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/
Meco / Rishabh /
Universal/HPL/L&T/ABB
15 Cold shrink HT/LT
Cable Joint
Denson / 3M(M-Seal )/ Raychem
16 Rubber Matting ISI mark
17 MCB/ lsolator
/ELCB/RCCB/
Distribution Board
Crompton / Havells / lndokopp / MDS
Legrand/ L&T / Schneider Electric/
Siemens / Standard/ C&S/ABB/HPL
18 MS/ PVC Conduit ISI mark
19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab
20 HT/LT Cables ISI mark
21 PVC insulated
copper conductor wire
ISI mark
22 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA /
JST / Jindal /TTA / Tata/Zenith
23 Gauge Feibig / H.Guru / Pricol
24 GI Sheet HSU Jindal / National / Nippon Denro /
Sail / Tata
25 Fire Extinguisher ISI mark
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 equipments are
SDE(EP) Page105 EE(E-P)
also acceptable in addition.3. Any additional makes may be approved by concerned PCEs/Sr CEs/CEs(Elect) for the
work under his jurisdiction as already accorded vide letter no. 3-2-5/EW/VEP-1/2007 dated 05-07-2007.
SCHEDULE “D”
Section-III
ELECTRICAL WORK
1. Scope
SDE(EP) Page106 EE(E-P)
This section sets out the basic requirement for switchboards, electrical power wiring to individual
motors and other equipment, control circuit wiring and earthing etc.
1. General
1. Unless otherwise specified particularly the entire equipment shall be suitable for operation on 415
volts/240 volts, 50Hz earthed neutral, 3/single-phase alternating current system as may be required.
2. All components, accessories, raw materials and finished parts used in manufacture and assembly of
switch boards, power and control circuit wiring and earthing system shall comply with the relevant
Indian Standards amended up to date. Where Indian Standards do not exist British Standards shall
apply.
3. The entire work shall comply with Indian Electricity rules and C.P.W.D general specifications for
electrical work. Particular care shall be taken to ensure compliance to I. E. rules 41, 45, 51 and 61.
4. When cables pass through pipes, wooden bushes shall be provided at both the ends. When cables are
required to pass through floors or walls, pipe inserts shall be provided and openings sealed in
approved manner.
4. Earthing
1. In accordance with Rule 61 of IE Rules, metallic frame of all medium voltage equipments / supporting
frames, shall in all cases be connected to 2 separate and distinct earths. The size of such earth wires
shall be not less than 4-mm dia. GI wire.